Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
STREETSCAPE PROJECT WASHINGTON ST 2016
CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE 2016 WASHINGTON STREET STREETSCAPE PROJECT Clinton Street to Linn Street IOWA CITY, IOWA December 23, 2015 N O O rn co w o 4) I DESIGN TEAM FOR: WASHINGTON STREET STREETSCAPE PROJECT. IOWA CITY, IOWA IssueDate: December 23, 2015 Genus Project No. 14090 OWNER: City of Iowa City Contact: Josh Slattery LANDSCAPE ARCHITECT: Genus Landscape Architects CIVIL ENGINEER: MMS Consultants ELECTRICAL ENGINEER: KJWW Engineering STRUCTURAL ENGINEER: Raker Rhodes Engineering STRUCTURAL ENGINEER/JEFFERSON BUILDING VAULT: Shoemaker & Hoaland LIGHTING DESIGNER: Schuler Shook WAYFINDING: ArtHouse Design o d GEOTECHNICAL CONSULTANT: 9' " Terracon c -)-C �n TRAFFIC SIGNAL DESIGN AND ENGINEERING:�f— HBK Engineering ,> co Y` o ca I L I v DOCUMENT000105 CERTIFICATIONS PAGE Washington Street, Iowa City, IA LANDSCAPE ARCHITECTURAL I hereby certify that the specifications for Landscape Architectural Work were prepared by me or under my direct supervision and that I am a duly Registered Landscape Architect under the laws of the State of Iowa. I HEREBY CERTIFY THAT THIS DOCUMENT WAS PREPARED BY ME OR UNDER MY DIRECT PERSONAL SUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL LANDSCAPE ��PTE OF 10 ARCHITECT UNDER THE LAWS OF THE STATE OF IOWA BRETT A. II�G • J DOUGLAS 'h 00399 BRETT A. DOUGLAS DATE P LICENSE NO. 00399 LICENSE RENEWAL DATE: JUNE 30, 2017. L-100 THRU L-503 COVERED BY THIS SEAL CERTIFICATIONS 000105-1 N O ZF Q+ STRUCTURAL Y �; I hereby certify that the specifications for Structural Work were prepared by me or unde direct supervision and that I am a duly Registered Professional Engineer under the laws o e; n State of Iowa. .C:x Co <�+ Y` p W CERTIFICATIONS 000105-1 STRUCTURAL. JEFFERSON BUILDING VAULT I hereby certify that the specifications for Structural Work were prepared by me or under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Iowa. QQOFESSfOpq� JON OSA "' c 20 2h m, CIVIL I hereby certify that the specifications for Civil Work were prepared by me or under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Iowa. N �a O CERTIFICATIONS 000105-2 STRUCTURAL. JEFFERSON BUILDING VAULT I hereby certify that the specifications for Structural Work were prepared by me or under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Iowa. CIVIL 0" ESS14, "I,DS ,. JO�N��ty/��� rI Q�. STEVEN P. NOACK 13055 Certification: 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: Date: Steven -P. Noack, P.E. Iowa License No. 13055 Discipline — Civil Engineer My bi-annual license renewal date is December 31, 2017. o Pages or sheets covered by this seal: Sections 015173,x Q24109 CERTIFICATIONS 000105-2 ra m a e� Is o c� CERTIFICATIONS 000105-2 I I ELECTRICAL I hereby certify that the specifications for Electrical Work were prepared by me or under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Iowa. MATTHEW D. SNYDER 12-31-19 TRAFFIC SIGNALIZATION I hereby certify that the specifications for Traffic Signalization Work were prepared by me or under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Iowa. I fwisby catlfy Meat U1iw or*w" dommsrlt rm pnparod�yby rm ESS%r/�+�rrY+� «Iouwd PrOwslard EnpinMr low of Un SAAw of Iowa. $'. Sigd: INDOW BFUN A. ot J ' r2� DECEMBER 21, 2015 ^> Brion A Book PF HNDORM". 1 LIC * f A laR1g1 0.7 No. 1 kV 9conood Imow dote Is Dwcrmbsr 31. 2016 :' .t Porn w shuts oaviis by U o ural: AN N Shorts CERTIFICATIONS END OF SECTION 000105-3 TABLE OF CONTENTS Project Cover Page Design Team Certifications Table of Contents Instructions to Bidders Notice to Bidders Note to Bidders Form of Proposal Bid Bond Form of Agreement Performance and Payment Bond Contract Compliance (Anti -Discrimination Requirements) General Conditions Supplementary Conditions Bidder Status Documents Wage Theft Policy DIVISION 01 -GENERAL REQUIREMENTS Section 011100 Summary of Work Section 010250 Measurement and Payment Section 012300 Alternates Section 013000 Progress and Schedules Section 015000 Traffic Control and Construction Facilities Section 015713 Slope Protection and Erosion Control DIVISION 02 -EXISTING CONDITIONS Section 024100 Demolitions, Removals and Abandonments DIVISION 03 -CONCRETE Section 033000 Cast -in -Place Concrete DIVISION 05 -METALS Section 051200 Structural Steel Framing Section 053100 Steel Decking DIVISION 07 - WATERPROOFING T__1 Section 075419 Thermoplastic Membrane Waterproofing [ Jefferson Building Vane Grounding and Bonding Section 260533 DIVISION 12 -FURNISHINGS n^ Section 129300 Site Furnishings .mm- DIVISION 26- ELECTRICAL Xi Section 260500 Basic Electrical Requirements Section 260513 Wire and Cable Section 260526 Grounding and Bonding Section 260533 Conduit and Boxes Section 260537 Electrical Manholes Section 260553 Electrical Identification Section 262416 Ponelboards Section 262726 Wiring Devices Section 262816 Disconnect Switches Section 262821 Contactors Section 265100 Lighting DIVISION 31 - EARTHWORK Section 311000 Site Preparation Section 312200 Earth Excavation, Backfill, Fill and Grading DIVISION 32 - EXTERIOR IMPROVEMENTS Section 321313 Portland Cement Concrete Paving Section 321413 Unit Pavers Section 321726 Tactile Warning Surfacing Section 328400 Irrigation Systems Section 329300 Plants Section 02524 Curb Ramps Section 03350 Colored Concrete Finishes DIVISION 33 -UTILITIES Section 331116 Water Distribution Appendix A: Accepted Products for Water Distribution Materials Section 334111 Sewers DIVISION 34 - TRAFFIC SIGNALING AND CONTROL EQUIPMENT Section 34 4113 Traffic Signalization Section 34 4116 Cabinet Interface Device Section -34 4123 Radar Presence Detector (RPD) c Accessibilify Exceptions Certification Geofqichnical EUDdeering Report, dated April 29, 2015, as prepared by Terracon Consultants, Inc. u- v' END OF TABLE OF CONTENTS .ca CJ 0 N NOTICE TO BIDDERS 2016 WASHINGTON STREET STREETSCAPE PROJECT, CLINTON STREET TO LINN STREET Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 24th day of February, 2016. 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 1st day of March, 2016, or at special meeting called for that purpose. The Project will involve the following: Site Work: Preparation, paving of roadway and sidewalk, curbs, site improvements, planting, site utilities in Washington Street from Clinton Street to Linn Street. All work is to be done in strict compliance with the plans and specifications prepared by Genus Landscape Architects, of Des Moines, 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 success- ful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until AF -1 0 r- -<r m M A co r 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 five (5) year(s) from and after its completion and formal acceptance by the City Council. A non -mandatory Pre -Bid Meeting will be held on February 4, 2016 at the Emma J. Harvat Hall (Iowa City City Hall, 410 E. Washington Street, Iowa City, Iowa, 52240). Prospective bidders in attendance will be guided through the vault interiors. The following limitations shall apply to this Project: The plans, specifications and proposed con- tract 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, 415 Highland Ave, #100, Iowa City, Iowa, 52240, by bona fide bidders. A $50 deposit 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 deposit shall be refunded upon return of the Contract Documents within fourteen days after the award of the Project. If the Contract AF -2 Phase 1: Early Start Date: April 11, 2016 CZ, Substantial Completion Date: July 23, 2016 0i K_ Incentive/Disincentive: $1,000 per day Maximum Incentive: $10,000 I- o:: (ji zlz LIJr Phase 2: J Lr) v - Substantial Completion Date: Sept. 30, 2016 r > v Incentive/Disincentive: $3,000 per day F-< coo Maximum Incentive: $45,000 Final Completion Date: October 21, 2016 o — Liquidated Damages: $500 per day N The plans, specifications and proposed con- tract 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, 415 Highland Ave, #100, Iowa City, Iowa, 52240, by bona fide bidders. A $50 deposit 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 deposit shall be refunded upon return of the Contract Documents within fourteen days after the award of the Project. If the Contract AF -2 Documents are not retumed within fourteen days after award and in a reusable condition, the deposit shall be forfeited. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF -3 N 0 m T i \r iA r m ly NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Envelope 2: Envelope 3: Bid Bond Form of Proposal Bidder Status Form IN N d� C_ D� z ? oo o r FORM OF PROPOSAL 2016 WASHINGTON STREET STREETSCAPE PROJECT CLINTON STREET TO LINN STREET CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of in accordance with the terms set forth in the "Project Specifications:' The undersigned bidder, having examined and determined the scope of thocontract Documents, hereby proposes to provide the required labor, services, materials arZ5 equipment and to perform the Project as described in the Contract Documents, including Arnd(�F; and , and to do all work at the prices set forth herein.'—+ We further propose to do all "Extra Work" which may be required to Co to the VM contemplated, at unit prices or lump sums to be agreed upon in writing prior to St SAb woLk., �iT G7 Q PROPOSAL SCHEDULE 2106 WASHINGTON STREET STREETSCAPE PROJECT Construct Washington Street improvements for the following unit and lump sum prices: ITEM ESTIMATED UNIT EXTENDED DEMOLITION, SURVEYING, + EARTHWORK DESCRIPTIONS UNIT NO. QUANTITY PRICE PRICE i,oI Mobilization 1 LS 1.02 Provide all construction surveying / staking for the project I LS site by registered land surveyor for all construction work for the duration of the project - complete 1.03 SWPPP Management and Record Keeping through the 1 LS Project Duration 1.04 Install Safety Fence around work areas, remove upon 1 LS completion 1.05 Vehicular Traffic Control, Install, Maintain and Remove, for 1 LS all Phases of Construction FP -1 1.06 1.06 Pedestrian Traffic Control and Access, Install, Maintain and 1 LS Remove, for all Phases of Construction 1'07 Removal of PCC Street Pavement 39,755 SF 1.08 Removal of PCC Drive Approaches 200 SF 1.09 Removal of Brick Pavement 2,955 SF 1'10 Removal of PCC Sidewalk 44,540 SF 1.11 Removal of brick paving and PCC sub base b/w vault and 70 SF planterwall 1.12 Removal of brick paving at Jefferson Building Vault 1.185 SF 1.13 Removal of brick paving at Cate 530 SF 1.14 Removal of brick paving and asphalt setting bed at NPM 785 SF 1.15 Remove/Reuse limestone planter wall at North Pedestrian 150 LF Mall. 1.16 Removal of Traffic Si nalization I LS 1.17 Removal of RCP Storm Sewer LF 1'18 Removal of Storm Sewer Structures EA 1'19 Removal of Fire Hydrant & Appurtenances EA 1.20 Remove PCC lanter curb / low retainingwall V3,350 LF 1.21 Remove and dispose of trees and stumps EA 1'22 Remove shrub and roundcover plantings SF 1'22�33 Remove li ht le base EA 1A 2 EA Remove kiosk and footing - complete. I. oss-10 Excavation 7,900 CY E iJ __ 1.26 TI.�7Protection Fencing - Furnish, install, and maintain tree 1,080 LF Lr) 64fection fencing. I )— L IjF kMp+, maintain and Remove Filter Sock Storm Intake 16 EA Bft�tion a CD 1N8 Street Cleaning of adjacent Pavement as Required to 1 LS Remove tracked Soil and Mud Section Total: ITEM ESTIMATED UNIT EXTENDED UTILITY + ELECTRICAL DESCRIPTIONS UNIT NO. QUANTITY PRICE PRICE Construct 12" dia. Class 52 DIP Water Main w/Nitrile 2.01 950 LF Gaskets 2.02 Install 12'kl2"x12" Tapping Sleeve and Valve in existing 12" 1 EA Water Main 2.03 Install I2" Gate Valve, C507 15 EA 2.04 Install Fire Hydrant, C502, Complete including 6" Auxiliary 4 EA Valve 2.05 Install Water Service 102 S. Clinton I LS 2.06 Install Water Service 109 E. Washington 1 LS FP -2 2.07 Install Water Service 110 E. Washington 1 LS 2'08 Install Water Service 111 E. Washington 1 LS 2.09 Install Water Service 112 E. Washington 1 LS 2.10 Install Water Service 114 E. Washington I LS 2.11 Install Water Service 118 E. Washington I LS 2'12 Install Water Service 119 E. Washington I LS 2.13 Install Water Service 120 E. Washington I LS 2.14 Install Water Service 124 E. Washington 1 LS 2.15 Install Water Service 126 E. Washington I LS 2.16 Install Water Service 128 E. Washington I LS 2.17 Install Water Service 129 E. Washington 1 LS 2.18 Install Water Service 132 E. Washington I LS 2.19 Install Water Service 207 E. Washington I LS 2.20 Install Water Service 216 E. Washington 1 LS 2.21 Install Water Service 218 E. Washington I LS 222 Install Water Service 220 E. Washington 1 LS 223 Install Water Service 221 E. Washington 1 LS 224 Install Water Service 223 E. Washington I LSew 225 Install Water Service 227 E. Washington I LS s 226 Install water service for irrigation 1 LS 2.27 Construct 15" dia. RCP Storm Sewer with gasketed joints 295 LF &'7 f Ul ¢ 2.281,650 Construct 6" dia. Perforated Longitudinal Subdroin LF 229 Construct 4" dia. Perforated Subdrain 410 LF',CO 2'30 Construct Storm Manhole, 48 -inch IDOT SW 401 2 EA - 2'31 Construct Storm Manhole, 84 -inch IDOT SW -401 2 EA 2.32 Construct Storm Intake, IDOT SW -510 2 EA 2.33 Construct Storm Intake, IDOT SW -545 3 EA 2.34 Construct Storm intake, [DOT SW -545 Modified 3 EA 2.35 Handholes and Junction boxes Traffic Sign lization 1 13 EA 2.36 Control Cabinet 3 EA 2.37 Traffic Si nalization 1 LS 2,38 Provide and Install Pedestrian Light Pole and Fixtures - Type 15 EA SA 2.39 Provide and Install Pedestrian Light Pole and Fixtures - Type 1 EA SAI 2.40 Provide and Install Pedestrian Light Pole and Fixtures with 6 EA Roadway Light - Type SB 2.41 Provide and Install Pedestrian Light Pole and Fixtures -Type 1 EA SC 2.42 Provide and Install Roadway Light - Type SD I EA FP -3 2.43 Provide and Install Pedestrian Light Pole and Fixtures with 1 EA Roadway Light - TeSF 2.44 Receptacles at Planters and footings 37 EA 2.45 Power Pedestal at En lert Theater and footing 2 EA 2.46 Handholes r Electrical 1 27 EA 2.47 Relocated Light Poles and Fixtures per plans, complete 4 EA 2.48 Manholes Electrical 1 3 EA 2.49 Wiring and Conduit: 1 1/4" Conduit 1,335 LF 2.50 Widnq and Conduit: 2" Conduit 5,615 LF Section Total: ITEM ESTIMATED UNIT EXTENDED NO PAVING *SITE AMENITY DESCRIPTIONS UNIT PRICE PRICE QUANTITY 3.01 Construct Sidewalk Pavement, PCC, 6 -inches, Finished 34•000 SF Construct Sidewalk Pavement, PCC, 6 -inches, Colored 4,800 SF 3.02 Concrete, Finished, sawcuts, per plan 3.03 1 Construct Sidewalk Granular Sub -Base, 6" thick 5,845 SY Construct Sidewalk Pavement, PCC, 4 -inch minimum at 6,600 SF 3.04 Vault Construct Sidewalk Pavement, PCC, 4 -inches, minimum, at 1,100 SF 3.05 vault, Colored Concrete, sawcuts, per plan 3.06 Construct 18" Thick Street Granular Sub Base 3,980 \ SY 3A9 Construct 9" PCC Street Pavement 33,975 SF .JdewoJk unit paver at Jefferson Building vault 1,245 SF t•'..... unit paver at North pedestrian Mall, Salvage and 'ace 910 SF 3.09 tf) 3.10 iftWruct 9" PCC Street Paver Sub Base 3,850 SF Z r -+ "- iruct 3,850 SF Street Paver Cross Walk 0 Limes one at Planter Walls 175 LF N 3.13 Concrete Planter curb, 4" to 9" exposed height 1.600 LF 3.14 Detectable warning plates, cast iron 350 LF 3.15 Painted Pavement Markings 28 STA 3.16 Painted Pavement ADA Symbols 3 EA Parking Meter Posts - provided by Owner, Contractor to 8 EA 3.17 install Posts. 3.18 Purchase and Install Metal Strop Bench 17 EA 3.19 Purchase and Install Trash Receptacles 16 EA Purchase and Install bic cle rack 78 EA Provide and Install Jessie rail 2 EA E322 Provide and Install Jessie rail extension 2 EA Provide and Install Bi bell Duo Stations G EA FP -4 I 3.24 Provide and Install Bernie stool 6 EA 3.25 Construct PCC footing for Wayfinding Kiosks 3 EA Construct PCC footing for pedestrian and roadway lights, 3.26 With Chemstain Color at Exposed Face of Footing at 20 EA colored concrete bands Construct PCC footing for Lights, No Stain at Footing: Item 3'27 No. 2.44 (Relocated Lights(, Item Nos. 2.38 (Type SC(, 2.39 9 EA (Type SD(, 2.40 (Type SF(, one Type SA, and one Type SB, per plans 328 Construct fence and gates at transformer - complete 240 SF Section Total: ITEM ESTIMATED UNIT EXTENDED NO. LANDSCAPE DESCRIPTIONS UNIT PRICE PRICE QUANTITY 4.01 Furnish and install irrigation system - including backflow 1 LS prevention device, mainline, sleeves, valves and all associated equipment 4.02 Furnish and install shredded hardwood mulch to a 3 inch 11205 CF in-place depth, as indicated on plans, details & s ecifications - com lete 4.03 Furnish and install 2-1/2" cal. B&B deciduous trees - 26 EA complete, as indicated on plans, details andspecifications 4,04 Furnish and install 36' height shrubs - complete, as 55 EA indicated on plans, details andspecifications 4.05 Furnish and install 30" height shrubs - complete, as 16 EA indicated on plans, details andspecifications 4.06 Furnish and install 24" height shrubs - complete, as 18 EA indicated on plans, details ands ecifications 4.07 Furnish and install 5 -gallon potted plants - complete, as 16 EA N m indicated on plans, details andspecifications 4,08 Furnish and install 3 -gallon potted plants - complete, as 240 EA t - K t indicated on plans, details andspecifications 6 4,09 Furnish and install 1 -gallon potted plants - complete, as 930 EA indicated on plans, details andspecifications co 4.10 Furnish and install bulbs, as indicated on plans and 1,105 EA y' s ecifications. o 4.11 Excavation of Existing Soils 425 CY 4.12 Amended Plantina Soils 425 CY Section Total: ITEM ESTIMATED UNIT EXTENDED NO. SPECIALTIES UNIT PRICE PRICE QUANTITY FP -5 5.01 Vault: 32 S. Clinton Structural Repairs 1 LS Vault: 32 S. Clinton Access Door and Flexible, Pre -formed 1 LS 5.02 WarterDroofino Membrane System 5.03 Vault: 102 S. Clinton Structural Repairs 1 LS Vault: 102 S. Clinton Flexible, Pre -formed Waterproofing 1 LS 5.04 Membrane System Vault: 109 E. Washington Flexible, Pre -formed 1 LS 5.05 Waterproofing Membrane System 5.06 Vault: 112 E. Washington Structural Repairs 1 LS Vault: 112 E. Washington Access Door and Flexible, Pre- 1 LS 5.07 formed Waterproofing Membranes stem 5.08 Vault: 114 E. Washington Fill and Abandon 1 LS 5.09 Vault: 118 E. Washington Structural Repairs 1 LS Vault: 118 E. Washington Access Door and Flexible, Pre- I LS 5.10 formed Waterproof] g Membrane System Vault: 120 E. Washington Access Door and Flexible, Pre- 1 LS 5.11 famed Water roofinq Membrane System Vault: 124 E. Washington Access Door and Flexible, Pre- 1 LS 5.12 formed Waterproofing Membrane System Vault: 129 E. Washington Jefferson Building Structural 1 LS 5.13 Repairs Vault: 129 E. Washington Jefferson Building Flexible, Pre- I LS 5.14 Formed Waterproofing Membrane System Vault: 130 E. Washington Access Door and Flexible, Pre- 1 LS 5.15 fanT*ed Waterproofing Membrane System 6 V vlt: 204 E=Washin Ton Fill and Abandon I LS 'L3 -Washington 1 LS V�UIt: V. Structural Repairs _t r Vpglt: IA!rWashington Flexible, Pre -formed 1 LS W terp Membrane System VZY§lt: Z&_;; Washington Flexible, Pre -formed I IS 5.19 WagerproolMg Membrane System 0 N Section Total: SUBTOTAL BASE BID: ITEM ESTIMATED UNIT EXTENDED ADD ALTERNATE 1 UNIT NO. QUANTITY PRICE PRICE A1,1 Lime slurry stabilization at street pavement sections 3,950 SY ITEM ESTIMATED UNIT EXTENDED ADD ALTERNATE 2 UNIT NO, QUANTITY PRICE PRICE A2.1 Pedestrian and Roadway Lighting - Custom Armature, Type 24 EA SA -ALT, SAI -ALT, SB -ALT, SC -ALT and SF -ALT, per AL101 FP -6 All other items needed to complete the project as depicted on the plans are incidental. The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. 0 Firm: E3 Signature: —an cn r = r*n p G7� _ Printed Name: ca 0 r Title: Address: Phone: Contact: FP -7 ITEM ESTIMATED UNIT EXTENDED ADD ALTERNATES UNIT NO. QUANTITY PRICE PRICE A3.1 Jefferson Building "Self Adhered" Membrane System I LS All other items needed to complete the project as depicted on the plans are incidental. The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. 0 Firm: E3 Signature: —an cn r = r*n p G7� _ Printed Name: ca 0 r Title: Address: Phone: Contact: FP -7 BID BOND 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 Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, for (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide thwDond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the ee1�4ifl�atims of 4eid Surety and its bond shall in no way be impaired or affected by any extensions"e &e wf in which the Owner may accept such Bid or may execute such contract documerrt%Vnd said S does hereby waive notice of any such time extension. r -n a a E� co The Principal and the Surety hereto execute this bid bond this _ d(gof r A.D., 20_. Witness Witness (Seal) Principal By (Title) (Seal) Surety By (Attorney-in-fact) Attach Power -of -Attorney Ma FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the 23rd day of December, 2015, for the 2016 Washington Street Streetscape Project ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers b. "Standard Specifications for Highway and Bridge Construction;' Series of 2012, Iowa Department of Transportation, as amended: C. Plans; 0 d. Specifications and Supplementary Conditions; o D� a e. Notice to Bidders; C-) i f. Note to Bidders; :<Irna xr C g. Performance and Payment Bond;� O° o h. Bidder Status Form; r i. Contract Compliance Program (Anti -Discrimination Requirements); j. Proposal and Bid Documents; k. This Instrument; and I. City of Iowa City Wage Theft Policy. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): AGA 4. Payments are to be made to the Contractor in accordance with the Supplemen- tary Conditions. DATED this day of city By ATTEST: 0 N W Q LLJ >� J U UH >-� LL- z nK3 0 N Mayor City Clerk AG -2 ,20—. Contractor By ITitle) ATTEST: (Title) (Company Official) Approved By: City Attorney's Office PERFORMANCE AND PAYMENT BOND (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and as (insert the legal title of the Surety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of , entered into a (date) written Agreement with Owner for Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by _, 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 tb Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in ulCundec.Lf Agreement, the Owner having performed Owner's obligations thereunderrfhe FdretY WAW C-) -< I r— promptly remedy the default, or shall promptly: r— l. Complete the Project in accordance with the terms and litidA of Agreement, or ^ Q? 2. Obtain a bid or bids for submission to Owner for completing the Aoject 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 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 F:I-.S covered by this bond in good repair for o period of five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF 20_. IN THE PRESENCE OF: (Principal) (Phone) PEI -2 Witness (Title) (Surety) 0 Witness (Title) m �<::z LLJW�r J u) (Street) Li 2 Q (City, State, Zip) 0 N (Phone) PEI -2 Contract Compliance Program CITY OF IOWA CITY N O U � L co co CD r 1 SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting 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 contraq;!Pr, consultant and vendor compliance during the course of the contract with the City. - — .*C-) C-- 6. All contractors, vendors, and consultants must refrain from the use of an*'signs � des tions which are sexist in nature, such as those which state "Men Working" or ' a&Ahepol- and instead use gender neutral signs. r 7. All contractors, vendors, and consultants must assure that their subcontracS bf(ede byryCity's Human Rights Ordinance. The City's protected classes are listed at Iowa C City section 2- 3-l. mg Aasst\contractcom pliance.doc CC -1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor'shall include consultants and vendors.) a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et sea.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. 4'C% W 5. 0 Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? W&Nt ikge name, telephone number and address of your business' Equal Employment Opporlwr#y Officer? (Pliamse) t � PhQ6e nuriber o N Address 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. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? mg Aasst%contractcomplia nce.doc CC -2 The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Phone Number Title Print Name Date mgr\asst\contractcomphance.doc CC -3 N O_ P r �J 0 CO C=) Cn mgr\asst\contractcomphance.doc CC -3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal 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 civ recruitment will only perpetuate the current composition of your workforce. Send recruitment a rp c, sources a letter annually which reaffirms your commitment to equal employment opportunity and = w— requests their assistance in helping you reach diverse applicant pools. UJ (q6>-: Analyze and review your company's recruitment procedures to identify and eliminate J 1 discriminatory barriers. _ (¢� Select and train persons involved in the employment process to use objective standards and to (� c i:j:: support equal employment opportunity goals. o (e) o Review periodically job descriptions to make sure they accurately reflect major job functions. N Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. 12/01 mgrtasst%contractcompliance.doc CC -4 Attached for your information is a copy of Section 2 - 3 - 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 N O D� Q` Z :fir- M a m tx � o0 C:) U„ CC -5 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, sex or sexual orientation. (Ord. 95-3697,11-7-1995) D. Employment policies relating to pregnancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbirth and recovery therefrom are, for all job related purposes, temporary disabilities and shall be treated �¢s such under any health or temporary disability insurance or sick leave plan available in 6$:onneition with employment or any written or unwritten employment policies and practices Ci tnv$�terms and conditions of employment as applied to other temporary disabilities. Zi w _11 (J F- L q1. Its be unlawful for any person to solicit or require as a condition of employment of any '— =emnfa+fee or prospective employee a test for the presence of the antibody to the human 24-nn4aii8deficiency virus. An agreement between an employer, employment agency, labor �!brgar&tion 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 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) CC -6 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) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 4. 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) 5. 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) 6. 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) 7. 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) 8. 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. OS -4312,8-11-2008) CC -7 N 0 O a - r^ <r �- CO 0 �n CC -7 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, national origin, gender identity, marital status, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. CC -8 The Equal Employment Opportunity Officer for the is: Name: Address: Telephone Number: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to cv fgjnulate a policy which specifically meets the needs of your company. _ oo at =n LA >: "I' > .o 0 0 N CC -8 GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation 'Standard Specifications for Highway and Bridge Construction;' Series of 2012, as amended, shall apply except as amended in the Supplementary Conditions. GC -1 N O O Q� � r a CO C:) Lil GC -1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti -Discrimination Requirements) S-9 Measurement and Payment S-10 Taxes S-11 Bidder Status Documents Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. N 0 S-1 DEFINITIONS. CD m A_ ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD FIC TION= Ln [ "ENGINEER" shall mean the Director of Public Works for the City of Iowa loWa orrq authorized representative. o� s gx m "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting througti~the Cit;council and duly authorized agents. "' "CONTRACTING AUTHORITY; "'DEPARTMENT OF TRANSPORTATION;" or "COUNTY" shall mean the CITY. 1DOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction;" Series of 2012, as amended. S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. S-3 INSURANCE. A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for R-1 the full contract period. 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. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Each Occurrence Aaareaate Bodily Injury & Property Damage* $1,000,000 $2,000,000 Automobile Liability Combined Sinale Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $4,000,000 $4,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. *Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. MA 0 cu �S CO Yazn CCS � V� L.L.. ` o co N MA In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on 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 by virtue of investigation or defense costs incurred by Contractor's insurer. 2. 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. 3. If Contractors liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. 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 assr City's acceptance of the work, Contractor agrees to immediately notifohe COof such event. Ty�j z b. If Contractor's insurance is canceled or is allowed to lapse dLQ�saiperi� Contractor shall be required to obtain replacement insurance coygtage to fulfil obligation hereunder. s CD OD C. If, during said period, Contractor voluntarily changes insurang.Q careers or is required to obtain replacement coverage from another carrier, Contrao4or 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. 5. 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 pursue any and all remedies available to the City. Izc7 6. In the event that any of the policies of insurance or insurance coverage identified on Contractors Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the some insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, 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. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, 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. C. HOLD HARMLESS The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1 105.05 of the IDOT STANDARD SPECIFICATIONS: c CGNTRACTOR shall maintain a qualified and responsible person available 24 hours per day, s@ypn days per week to respond to emergencies which may occur after hours. CONTRACTOR sh.q@ p1Wl[de to ENGINEER the phone number and/or paging service of this individual. S -f COKERMRG SUBCONTRACTORS, SUPPLIERS AND OTHERS. r y -U /odd th(eEolk6ilyg paragraph to 1 108.01 of the IDOT STANDARD SPECIFICATIONS: —' o Biqgers shall list those persons, firms, companies or other parties to whom it proposes/intends to ter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. R-4 S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering 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. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of eE�Eployment because of sex, race, color, religion, national origin, sexual orientation— encE ides marital status, age or disability unless such disability is related to job pear of srk h person or employee. w r =a c-> To discharge from employment or refuse to hire any individual because of FOX, rwe, 60-01, religion, national origin, sexual orientation, gender identity, marital statuC of disability unless such disability is related to job performance of such person or employe' °O o (J-11 S-8 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. S-9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. 5-10 TAXES. 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. R-5 3idder 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: / / to / / Address: N City, State, Zip: o 0 Dates: / / to / / Address: q �_ City, State, Zip: ` Dates: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: '� >-, CO To be completed by non-resident bidders Part C 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 residents? ❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. 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. R-1 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 C-1 My business is a limited partnership or limited liability limited partnership which has filed a c\J certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes No C --h4 business is a limited partnership or a limited liability limited partnership whose certificate of C L,-' i _ brwited partnership is filed in a state other than Iowa, the limited partnership or limited liability j u) r jtiiited partnership has received notification from the Iowa secretary of state that the application .r x for certificate of authority has been approved and no notice of cancellation has been filed by the t� - t �qited partnership or the limited liability limited partnership. a 0 ❑ Yes ❑ No N 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. R-2 ARC 1271C LABOR SERVICES DIVISION[875[ Adopted and Filed Pursuant to the authority of Iowa Code section 73A.21, the Labor Commissioner hereby adopts a new Chapter 156, "Bidder Preferences in Government Contracting," Iowa Administrative Code. This amendment adopts new rules concerning preferences for resident bidders on government construction projects. The new chapter sets forth requirements for a public body involved in a public improvement and sets forth enforcement procedures. Notice of Intended Action was published in the October 30, 2013, Iowa Administrative Bulletin as ARC 11600. Public comments regarding the proposed rules were received. Commenters stated that some of the rules could be misinterpreted and that some of the rules were beyond the statutory authority of Iowa Code section 73A.21. Commenters expressed ideas on how to make the bidding process more efficient. Commenters also questioned the constitutionality of Iowa Code section 73A.21. One commenter suggested adding compliance with Iowa Code chapter 91C as a basis to find that a company is authorized to transact business in Iowa. These rules are not identical to those published under Notice of Intended Action. Some changes are technical; other more substantive changes are described below. References to "domicile" were removed from several rules. Subrule 156.2(1) was changed to clarify that the requirements apply only to a project to be awarded to the lowest responsible bidder; to clarify that only office addresses, not construction worksi" must be reported; to remove a reference to perjury; and to change the deadline for submittieg a statooent to the public body. a Paragraph 156.2(2)"b" was changed by deleting the phrase "under this Act." Subrule 156.2(3) was changed by adding new paragraph "k" concerning construtiot,& cract registration, and by clarifying that compliance with only one of the lettered paragrap-1 4 n the subru(R,,, is necessary. - a 1 D Paragraph 156.2(4)"b" was changed by adding the phrase "if applicable." 1� X c In rule 875-156.3(73A), the term "public body" replaced the tern "nonresident bidder." o A new rule 875-156.9(73A) containing a severability clause was added. rn The principal reason for adoption of this amendment is to implement legislative intent. No variance procedures are included in these rules because variance provisions are set forth in 875—Chapter 1. After analysis and review of this rule making, no impact on jobs has been found. These rules are intended to implement Iowa Code section 73A.21. These rules shall become effective on February 12, 2014. The following amendment is adopted. Adopt the following new 875 --Chapter 156: CHAPTER 156 BIDDER PREFERENCES IN GOVERNMENT CONTRACTING 875-156.1(73A) Purpose, scope and definitions. These rules institute administrative and operational procedures for enforcement of the Act. The definitions and interpretations contained in Iowa Code section 73A.21 shall be applicable to such terms when used in this chapter. "Act" means Iowa Code section 73A.21. "Affiliate, " when used with respect to any specified person or entity, means another person or entity that, either directly or indirectly through one or more intermediaries, controls, or is controlled by, or is under common control or ownership with, such specified person or entity. "Commissioner" means the labor commissioner appointed pursuant to Iowa Code section 91.2, or the labor commissioner's designee. "Division" means the division of labor of the department of workforce development. R-3 "Nonresident bidder" means a person or entity that does not meet the definition of a resident bidder, including any affiliate of any person or entity that is a nonresident bidder. "Parent, " when used with respect to any specified person or entity, means an affiliate controlling such specified person or entity directly or indirectly through one or more intermediaries. "Public body" means the state and any of its political subdivisions, including a school district, public utility, or the state board of regents. "Public improvement" means a building or other construction work to be paid for in whole or in part by the use of funds of the state, its agencies, and any of its political subdivisions and includes road construction, reconstruction, and maintenance projects. "Public utility" includes municipally owned utilities and municipally owned waterworks. "Resident bidder" means a person or entity authorized to transact business in this state and having a place of business for transacting business within the state at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. "Resident labor force preference" means a requirement in which all or a portion of a labor force working on a public improvement is a resident of a particular state or country. "Subsidiary, " when used with respect to any specified person or entity, is an affiliate controlled by such specified person or entity directly or indirectly through one or more intermediaries. 875-156.2(73A) Reporting of resident status of bidders. 156.2(1) Reporting to public body. When a contract for a public improvement is to be awarded to the lowest responsible bidder, the public body shall request a statement from each bidder regarding the bidder's resident status. The statement shall be on the form designated by the commissioner. The statement shall require the bidder to certify whether the bidder is a resident bidder or a nonresident bidder. In the case of a resident bidder, the statement shall require the resident bidder to identify each office at which the resident bidder has conducted business in the state during the previous three years and the dates on which the resident bidder conducted business at each office. In the case of a nonresident bidder, the statement shall require the nonresident bidder to identify the nonresident bidder's home state or foreign country as reported to the Iowa secretary of state, to identify each preference offered by the non@�ident byder's home state or foreign country, and to certify that, except as set forth on the form, therUre °O *er preferences offered by the nonresident bidder's home state or foreign country. The Q state gentU61 include such additional information as requested by the commissioner. The statement W musae ft*' by an authorized representative of the bidder. A fully completed statement shall be dee toclstMcorporated by reference into all project bid specifications and contract documents with —Jany bidder�bt public improvement. Failure to provide the statement with the bid may result in the bid �beinaenresponsive. This may result in the bid being rejected by the public body. 1�§2( termining residency status. as For purposes of the Act, a person or entity is a resident bidder if the person or entity: (f}'' Is authorized to transact business in Iowa; and (2) Has had one or more places of business in Iowa at which it is conducting or has conducted business in this state for at least three years immediately prior to the date of the first advertisement for the public improvement. b. If the person or entity is a resident of a state or foreign country that has a more stringent definition than is set forth in paragraph 156.2(2)"a" for determining whether a person or entity in that state or country is a resident bidder, then the more stringent definition applies. 156.2(3) Determining authorization to transact business. A person or entity is authorized to transact business in the state if one or more of the following accurately describes the person or entity: a. In the case of a sole proprietorship, the sole proprietor is an Iowa resident for Iowa income tax purposes; b. In the case of a general partnership orjoint venture, more than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes; RM! C. In the case of a limited liability partnership which has filed a statement of qualification in this state, the statement has not been canceled; d. In the case of a limited liability partnership whose statement of qualification is filed in a state other than Iowa, the limited liability partnership has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed pursuant to Iowa Code section 486A.105(4); e. In the case of a limited partnership or limited liability limited partnership whose certificate of limited partnership is filed in this state, the limited partnership or limited liability limited partnership has not filed a statement of termination; f In the case of 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; g. In the case of a limited liability company whose certificate of organization is filed in this state, the limited liability company has not filed a statement of termination; h. In the case of a limited liability company whose certificate of organization is filed in a state other than Iowa, the limited liability company has received a certificate of authority to transact business in this state and the certificate has not been revoked or canceled; i. In the case of a corporation whose articles of incorporation are filed in this state, the corporation (1) has paid all fees required by Iowa Code chapter 490, (2) has filed its most recent biennial report, and (3) has not filed articles of dissolution; j. In the case of a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation (1) has received a certificate of authority from the Iowa secretary of state, (2) has filed its most recent biennial report with the secretary of state, and (3) has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked; or k. The person or entity is registered with the Iowa division of labor as a construction contractor pursuant to Iowa Code chapter 91 C. 156.2(4) Determining if bidder has conducted business in state. In order to determine if a bidder has a place of business for transacting business within Iowa at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement of the public improvement, the bidder shall meet the following criteria for the three-year period prior to the first advertisement for the public improvement: o_ a. Continuously maintained a place of business for transacting business in Iov®that isgLitable _ for more than receiving mail, telephone calls, and e-mails; and b. Conducted business in the state for each of those three years and filed an Iowa ii 5 ta) retu��� .. if applicable, made payments to the Iowa unemployment insurance fund, if applicablc=4p$ m4+htainea an Iowa workers' compensation policy, if applicable, in effect for each of those three M 875-156.3(73A) Application of preference. When awarding a contract for a publi ie s:nftov61¢ent t' the lowest responsible bidder, the public body shall allow a preference to a resident bider as against a nonresident bidder that is equal to any preference given or required by the home state or foreignWountry in which the nonresident bidder is a resident without regard to whether such preferences are actually enforced by the applicable regulatory body in each state. If the bidder is a subsidiary of a parent that would be a nonresident bidder if such parent were to bid on the public improvement in its own name, then the public body shall allow a preference as against such bidder that is equal to the preference given or required by the home state or foreign country of the bidder's parent. In the instance of a labor force preference, a public body shall apply the same resident labor force preference to a public improvement in this state as would be required in the construction of a public improvement by the home state or foreign country of the nonresident bidder, or the parent of a resident bidder if the parent would qualify as a nonresident bidder if such parent were to bid on the public improvement in its own name. A preference shall not be applied to a subcontractor unless the home state or foreign country of the nonresident bidder to whom the contract was awarded would apply a preference to the subcontractor. R-5 Specific methods of calculating and applying a preference shall minor those that apply in the home state or foreign country of the nonresident bidder to whom the contract was awarded. In the event that the specific method used by the nonresident bidder's home state or foreign country cannot be determined, the calculation for a labor force preference shall include only the labor force working on the public improvement in Iowa on a regular basis calculated by pay period. 875-156.4(73A) Complaints regarding alleged violations of the Act. 156.4(1) Complaints. Any person with information regarding a violation of the Act may submit a written complaint to the commissioner. Any complaint must provide the information required pursuant to subrule 156.4(2) or as much of such information as is reasonably practicable under the circumstances. The completed written complaint form shall be submitted to the commissioner at Labor Services Division, 1000 East Grand Avenue, Des Moines, Iowa 50319. 156.4(2) Written complaint form. The commissioner shall prepare a written complaint form that a person with information regarding a potential violation of the Act may submit pursuant to subrule 156.4(1). The written complaint form shall request the following information: the name, address, telephone number, and e-mail address of the complainant; the name of the bidder that is believed to have violated the Act; a description of any relationships between the complainant and the bidder; an identification of the public body to which the bidder submitted a bid; the home state or foreign country of the bidder; a description of the goods and services provided under the bid; and such additional information as requested by the commissioner. 156.4(3) Availability of written complains form. The written complaint form shall be available in all division offices and on the department of workforce development's Internet Web site. 875-156.5(73A) Nonresident bidder record-keeping requirements. While participating in a public improvement, a nonresident bidder from a home state or foreign country with a resident labor force preference shall make and keep, for a period of not less than three years, accurate records of all workers employed by the contractor or subcontractor on the public improvement. The records shall include each worker's name, address, telephone number if available, social security number, trade classification, and starting and ending date of employment. 0 875,L156.6Q3A) Investigations; determination of civil penalty. The commissioner or an authorized des4nee it cause an investigation to be made into charges of violations of the Act, including allegationset forth in a written complaint. 'M.6{1�21nvestigative powers. The commissioner or the authorized designee shall have the J folin ers: Ings. The commissioner may hold hearings and investigate charges of violations of the Lj. AcCg c» A into place of employment. The commissioner may, consistent with due process of law, entfEany place of employment to inspect records concerning labor force residency, to question an employer or employee, and to investigate those facts, conditions, or matters as are deemed appropriate in determining whether any person has violated the provisions of the Act. The commissioner shall only make an entry into a place of employment in response to a written complaint. C. Residency of workers. The commissioner may investigate and ascertain the residency of a worker engaged in any public improvement in this state. d. Oaths; depositions; subpoenas. The commissioner may administer oaths, take or cause to be taken deposition of witnesses, and require by subpoena the attendance and testimony of witnesses and the production of all books, registers, payrolls, and other evidence relevant to a matter under investigation or hearing. e. Employment ofpersonnel. The commissioner may employ qualified personnel as are necessary for the enforcement of Iowa Code section 73A.21. The personnel shall be employed pursuant to the merit system provisions of Iowa Code chapter 8A, subchapter IV. f. Request for records. The commissioner shall require a contractor or subcontractor to file, within 10 days of receipt of a request, any records enumerated in rule 875-156.5(73A). If the contractor or subcontractor fails to provide the requested records within 10 days, the commissioner may direct, within 15 days after the end of the 10 -day period, that the fiscal or financial office charged with the custody and disbursement of funds of the public body that contracted for construction of the public improvement or undertook the public improvement, to withhold immediately from payment to the contractor or subcontractor up to 25 percent of the amount to be paid to the contractor or subcontractor under the terms of the contract or written instrument under which the public improvement is being performed. The amount withheld shall be immediately released upon receipt by the public body of a notice from the commissioner indicating that the request for records as required by this paragraph has been satisfied. 156.6(2) Division determination. Upon conclusion of an investigation, the commissioner or an authorized designee shall issue a written determination to the party that was the subject of the investigation. The determination shall indicate whether or not the division finds a violation of the Act by the party. If the determination indicates that the party engaged in a violation of the Act, the determination shall also indicate the remedies the division intends to pursue as a result of the violation. 156.6(3) Informal conference. A party seeking review of the division's determination pursuant to this rule may file a written request for an informal conference. The request must be received by the division within 15 days after the date of issuance of the division's determination. During the conference, the party seeking review may present written or oral information and arguments as to why the division's determination should be amended or vacated. The division shall consider the information and arguments presented and issue a written decision advising all parties of the outcome of the informal conference. 875-156.7(73A) Remedies. Following the conclusion of the informal conference, or following the expiration of the time in which a party may file a written request for an informal conference, the division may pursue the following remedies. 156.7(1) Injunctive relief. If the division determines that a violation of the Act has occurr%L the division may sue for injunctive relief against the awarding of a contract, the undertak8g of a;pablic improvement, or the continuation of a public improvement. - c'> v 156.7(2) Civil penalty. Any person or entity that violates the provisions of this chaa) t Wis s�ject to a civil penalty in an amount not to exceed $1,000 for each violation found in a first its atmn by the division, not to exceed $5,000 for each violation found in a second investigation by _ ivWon, M and not to exceed $15,000 for a third or subsequent violation found in any subsequent mire%atiW by the division. Each violation of this chapter for each worker and for each day the viola�'g"onMues constitutes a separate and distinct violation. In determining the amount of the penalty, the:divisionr�hall consider the appropriateness of the penalty to the person or entity charged, upon determination oYlhe gravity of the violation(s). The collection of these penalties shall be enforced in a civil action brought by the attorney general on behalf of the division. 875-156.8(73A) Compliance with federal law. If it is determined that application of this chapter and the Act may cause denial of federal funds which would otherwise be available for a public improvement, or would otherwise be inconsistent with requirements of any federal law or regulation, the application of this chapter shall be suspended to the extent necessary to prevent denial of the funds or to eliminate the inconsistency with federal requirements. 875-156.9(73A) Severability. If any rule under this chapter, any portion of a rule under this chapter, or the applicability of any rule under this chapter to any person or circumstance is held invalid by A court, the remainder of these rules or the rules' applicability to other persons or circumstances shall not be affected. These rules are intended to implement Iowa Code section 73A.21. [Filed 12/16/13, effective 2/12/14] [Published 1/8/14] EDITOR'S NOTE: For replacement pages for IAC, see IAC Supplement 1/8/14. M CD cv s =a l.LJ s wr L LL. z F-< ES Br - 0 0 0 N M 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") I. 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. N Contract provision: Any contract to which this policy is applicable will include the following contract pmision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) 55Admj_Ued g tlr liability or been adjudicated guilty or liable in any judicial or administrative proceeding of comry'tlMg agpeatgLWr willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federbl FajJLabcr— Standards Act or any comparable state statute or local ordinance, which governs the payment ges, withir" five (5) year period prior to the award or at any time after the award, such violation shall constituteaafau�undecthe e� _ TDcontract. 4;r„ Co Y o IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft PoliL�Jlit 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 entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); c. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or 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 whether to grant a reduction or waiver. WAGE THEFT AFFIDAVIT STATE OF ) 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. This instrument ka5 ackngwledged before me by Signature on 20_. Notary Public in and for the State of UJ r �� U13 mac: C Ur LL CD 0 N Signature on 20_. Notary Public in and for the State of J I 1 I City of Iowa City Washington Street SECTION 01 10 00 SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS Genus Project No. 14090 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Project information. 2. Work covered by Contract Documents. 3. Owner -furnished products. 4. Access to site. 5. Coordination with occupants. B. Related Sections: N o 1. Section 01 3000 Progress and Schedules _ -' _ 2. Section Ol 5000 Traffic Control and Construction Facilities �T7 1.3 PROJECT INFORMATION :i-Z:f` co x- o u, A. Project Identification: 2016 Washington Street Streetscape Project 1. Project Location: E Washington Street, Clinton Street to Linn Street, Iowa City, Iowa 52240. B. Owner: City of Iowa City 1. Owner's Representative: Scott Savers, P.E. Senior Civil Engineer, City of Iowa City, 410 E. Washington Street, Iowa City, IA 52240. Phone (319)356-5142. C. Landscape Architect: Genus Landscape Architects, 325 East 51h Street, Des Moines, Iowa 50309. D. Landscape Architect's Consultants: The Landscape Architect has retained the following design professionals who have prepared designated portions of the Contract Documents: SUMMARY 011000-1 I City of Iowa City Genus Project No. 14090 Washington Street 1. Civil Engineer: MMS Consultants 2. Electrical Engineer: KJWW Engineering 3. Structural Engineer: Raker Rhodes Engineering 1 4. Structural Engineer, Jefferson Building Vault: Shoemaker & Hoaland 5. Wayfinding and Identity: Arthouse Design 6. Lighting Design: Schuler Shook 7. Traffic Signalization: HBK Engineering 1.4 WORK COVERED BY CONTRACT DOCUMENTS A. The Work of Project is defined by the Contract Documents and consists of the following: Site Work: Preparation, paving of roadway and sidewalks, curbs, site improvements, planting, and site utilities. B. Type of Contract: Project will be constructed under a single prime contract. 1.5 OWNER -FURNISHED PRODUCTS A. Owner will furnish products indicated. The Work includes receiving, unloading, handling, storing, protecting, and installing Owner -furnished products including signage and wayfinding kiosks. 1.6 o ACCESS TO SITE N A90feral: Contractor shall have limited use of Project site for construction operations as W heated on Drawings by the Contract limits and as indicated by requirements of jj�ttc on 01 3000 Progress and Schedules. Bz f Site: Limit use of Project site to areas within Contract Limits indicated. Do not _M4&b portions of Project site beyond areas in which the Work is indicated. o o i N 1.7 COORDINATION WITH BUSINESS AND PROPERTY OWNERS A. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. 1. Access to businesses and residences shall be maintained at all times. Chain link ' fencing shall be used to secure interior work areas on each block and to delineate the eight (8) foot wide pedestrian walkway. Orange safety fencing shall be used for shorter term closures of sidewalk to delineate construction areas. 2. Business and building owners shall be provided notice 1 week prior to construction activities that will limit ingress or egress, or disrupt utility service. Notice shall again be provided 48 hours prior to construction activities that will SUMMARY 011000-2 I City of Iowa City Washington Street Genus Project No. 14090 limit ingress or egress, or disrupt utility service. Limits to ingress and egress shall be coordinated with the Engineer and the City of Iowa City Fire Department. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01 10 00 SUMMARY 011000-3 ro 0 �n o� A �� rn co v o rn 011000-3 City of Iowa City Washington Street SECTION 01025 MEASUREMENT AND PAYMENT PART 1 -GENERAL 1.01 SUMMARY: Genus Project No. 14090 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 City Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT: A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing, irk under the contract; also, for costs arising from the action of the elec�nts, oGR an unforeseen difficulties which may be encountered during the exec 1 n (Whe w� and up to the time of acceptance. Ln r B. Construction items may be bid as a lump sum or as itemized werkPvhich will paid on a unit cost basis. In either case, some work may be reggied foMvhic� separate pay item is not provided. Completion of this work is requi_ a6gpar pay item is not provided for this work, it is to be considered inciden to thgiroject and no separate payment will be made. cn I'L•1:� i'a �:ZiT drPl6'? Px�71��C�TI� PART 3 - EXECUTION 3.01 PROCEDURE: A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The S% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. MEASUREMENT AND PAYMENT 01025-1 City of Iowa City Washington Street 3.02 BID ITEMS: A. GENERAL Genus Project No. 14090 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 N 4. open excavations and supply, placement and compaction of specified backfill. ism �- The prices for those items which involve surface removal adjacent to buildings or © DQ J� vaults shall include compensation to protect exposed surfaces from water which v Vinay leak or seep into vaults and/or basements. r Y E VII labor, materials and equipment required to bring surfaces to the proper U, —' (,aevation and density including loading, hauling, and disposal of unsuitable material, below rade excavation, borrow and hauling, placing, forming, drying, 9 9• P 9• 9• rY 9• watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris MEASUREMENT AND PAYMENT 01025-2 City of Iowa City Washington Street Genus Project No. 14090 is deposited there as a result of any construction activity. The cost of clean up shall be incidental. B. BID ITEM DESCRIPTIONS 1.01 Mobilization. Mobilization shall be provided for preparatory work and operations under the contract as outlined in IDOT Specifications Section 2533. Payment shall be as described in said section 2533. 1.02 Surveying / Staking Provide all construction surveying/staking for the project site by registered land surveyor for all construction work for the duration of project. 1.03 SWPPP Management and Record Keeping Lump sum payment is for required contractor management of erosion control activities and facilities including record keeping as required by all levels of government regulations. Payment of the lumps sum fee shall be prorated based on the percentage completion of the contract as a whole. 1.04 Safety Fence around Work Area. Lump Sum payment shall be made for installation, maintenance arf&emoval of safety fencing sufficient to enclose the actual work area--Paym®nt of jJ�e lumps sum fee shall be prorated based on the percentage cjratulefog of the contract as a whole. 1.05 Vehicular Traffic Control.? The lump sum price for this item will be paid based on perc �pmjj6pte for furnishing, installing, maintaining, moving, relocating, and re ing ' traffic control devices including barricades, safety fencing, drums, lights, stmndard r signs, temporary barrier rails, sequential flashing arrows, flaggers, uniformed officers, temporary pavement markings and orange safety fence at road closures. 1.06 Pedestrian Traffic Control. The lump sum price for this item will be paid based on percent complete for furnishing, installing, maintaining, moving, relocating, and removing all traffic control devices including barricades, safety fencing, temporary boardwalks, ADA compliance, drums, lights, standard signs, temporary barrier rails, sequential flashing arrows, flaggers, uniformed officers, temporary pavement markings and orange safety fence at road closures. 1.07 Through 1.14 Pavement Removal Removal quantities shall include Portland Cement Concrete, full depth Asphalt �. Cement Concrete, and/or brick roadways, driveways, parking lots, curbs and gutters, and sidewalks. Removal of brick pavers shall include salvaging, palletizing and delivery of removed brick to a City yard as directed. Removal MEASUREMENT AND PAYMENT 01025-3 City of Iowa City Genus Project No. 14090 Washington Street of compacted granular and chip seal surfaces, including asphalt patches, shall be considered as Class 10 Roadway & Borrow Excavation and will not be measured and paid under this item. Saw cuts and hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the City Engineer. Removal operations shall conform to the construction phasing noted on the plans or as otherwise approved or directed by the City Engineer. Additional effort required for this purpose is considered incidental. 1.15 Removal/Reuse Limestone Planter Wall at North Pedestrian Mall Remove existing limestone planter wall and store limestone at the City's storage facility at 625 McCollister Boulevard. Limestone pieces approximate 30" wide x 12" thick. 1.16 Removal of Traffic Signalization The unit price for this item will be paid based on the number of each type of designated structure which is removed and includes excavation, demolition, removal, disposal of debris and supply. 1.17 Removal of Existing Sewer and Culvert Pipe. The unit price for this item will be paid based on the number of linear feet of designated pipe which is removed as measured along the pipe centerline and includes excavation, saw cut of structures, demolition, removal, including flared -end sections, disposal of debris, and supply, placement and compaction of specified backfill. 1.20 Remove PCC planter curb / low retaining wall The unit price for this item will be paid based on the number of linear feet of designated PCC planter curb and low planter wall which includes demolition, removal, and disposal of debris. 1.21 Through 1.22 Remove and dispose of trees and stumps, shrub and groundcover plantings. Removal and disposal of existing vegetation including all trees and stumps, shrubs and groundcover material indicated on plans. This work shall include stump grinding of trees indicated for removal on the plans. MEASUREMENT AND PAYMENT 01025-4 C, 1.18 Removal of Storm Sewer Structure C T yTw The unit price for this item will be paid based on the number of each type of S2 LU} designated structure which is removed and includes excavation, demolition, Llia removal, disposal of debris and supply, placement and compaction of J Lr) specified backfill. 1.19 Removal of Fire Hydrant and Appurtenances .o O o The unit price for this item will be paid based on the number of each type of designated structure which is removed and includes excavation, demolition, removal, disposal of debris and supply, placement and compaction of specified backfill. 1.20 Remove PCC planter curb / low retaining wall The unit price for this item will be paid based on the number of linear feet of designated PCC planter curb and low planter wall which includes demolition, removal, and disposal of debris. 1.21 Through 1.22 Remove and dispose of trees and stumps, shrub and groundcover plantings. Removal and disposal of existing vegetation including all trees and stumps, shrubs and groundcover material indicated on plans. This work shall include stump grinding of trees indicated for removal on the plans. MEASUREMENT AND PAYMENT 01025-4 City of Iowa City Washington Street 1.23 Remove light pole base Genus Project No. 14090 The unit prices for these items will be paid based on the removal of existing light pole footings including subbase material. 1.24 Remove Kiosk and Footing The unit prices for these items will be paid based on the removal of existing kiosks including footing and subbase material. 1.25 Class 10 Excavation. The unit price for this item will be paid based on the plan quantity for cubic yards of cut. Included with this item is all work required to bring the roadway to the proper subgrade elevation and density along the entire cross section with a uniform surface free of debris. Also included is cutting, loading, hauling and disposal of unsuitable or excess material, including chip seal, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material. Approved Contractor -provided borrow pit and materials or disposal site, as needed, shall be incidental to this item. There will be no payment forz✓erhaul. m 1.26 Tree Protection Fencing Furnish, install and maintain tree protection fencing as ind7b,�Itrd pal plates, includes removal and restoration at project completion. r 1.27 Filter Sock Inlet Protection The unit price for filter sock inlet protection shall be based on the number of inlets protected. Erosion control for areas disturbed by careless actions of the Contractor shall be at the Contractors expense. 1.28 Street Cleaning The lump sum price for this item will be paid based on percent complete for furnishing equipment, material and labor for cleaning adjacent pavement of all tracked or deposited soil and mud. 2.01 Construction of Water Mains The unit prices for construction of water mains will be paid based on the number of linear feet installed. Length will be measured for each size and type 1, along the pipe centerline with no deductions for fittings. ■ The following items shall be considered incidental unless they are included with other items listed in the FORM OF PROPOSAL. Reference Section 33 1116, for City provided parts and services. MEASUREMENT AND PAYMENT 01025-5 City of Iowa City Genus Project No. 14090 Washington Street a. Furnishing and installing pipe, joint materials and fittings. b. All water main adapters and sleeves required for installation and connections to existing water mains. C. Furnishing and installing tapping sleeves, corporation cocks, tapping services, curb shut-off valves and boxes, couplings for connections to existing water services, and removal of abandoned service valve boxes. d. All trench, mole, exploratory, and hand excavation. e. Supply, placement and compaction of specified pipe bedding material and standard or select material within the pipe envelope. f. Supply, placement and compaction of standard backfill and granular backfill material. g. Dewatering trenches including furnishing pumps, piping, well points, etc., as required. h. Temporary plugs or connections, to provide full pressure water service as ` necessary. i. Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather. j. Testing and disinfection of water mains and water services as required. k. Dechlorination of flushed water entering storm sewer system. 2.02 Construction of Tapping Sleeves and Valves The unit prices for these items will be paid based on the number of each size and type installed and includes excavation, furnishing and installing specified valves, fittings, swivel adaptors, thrust blocks, valve box and lid and backfill. The cost for valve shall be included in the price. Tapping sleeves for water services are included in the lump sum price for that item. MEASUREMENT AND PAYMENT 01025-6 CD I. Temporary support of existing utility mains and service lines. - N � oo e M. Repair or replacement of utility services damaged by Contractor. J� n. Protection of existing valves so they are fully operational and accessible Lr Y(-3 l during construction. o. Connections and/or taps for water mains and water services 4 inches in diameter and larger to existing water mains and water services. 0 `V P. Temporary patching to open pavement for pedestrian or vehicle traffic — J 2.02 Construction of Tapping Sleeves and Valves The unit prices for these items will be paid based on the number of each size and type installed and includes excavation, furnishing and installing specified valves, fittings, swivel adaptors, thrust blocks, valve box and lid and backfill. The cost for valve shall be included in the price. Tapping sleeves for water services are included in the lump sum price for that item. MEASUREMENT AND PAYMENT 01025-6 M 1 City of Iowa City Washington Street Genus Project No. 14090 2.03 Through 2.04 Construction of Water Valves and Hydrants The unit prices for these items will be paid based on the number of each size and type installed and includes excavation, furnishing and installing specified valves, hydrants, fittings, swivel adaptors, rock drains, thrust blocks, valve box and lid and backfill. Separate prices are used for hydrants with or without auxiliary valve. The cost for auxiliary valve shall be included in the price for the hydrant. 2.05 Through 2.26 Construction of Water Services. The Lump Sum price for construction of Water Services will be paid as a Lump Sum for each installation identified in the plans. Payment shall be for a full and complete service installed including the 4" or 6" CL52 DIP w/nitrile gaskets, connection to existing service, all valves, 2" and under tap, and connection to existing 2" or under service and all other work, materials, applications, fees, and equipment necessary. The following items shall be considered incidental unless they are included with other items listed in the FORM OF PROPOSAL. Reference Section 33 1116, Part for City provided parts and services. a. Furnishing and installing pipe, joint materials and fittings. N b. All water main adapters and sleeves required for—installq�vn and connections to existing water mains. fir-, r— y� x c. Furnishing and installing tapping sleeves, corporatiorr-s•6ckst�apprT services, curb shut-off valves and boxes, couplings f— nections existing water services, and removal of abandoned ser 16pryal� box _ Q d. All trench, mole, exploratory, and hand excavation. `` o� T o I e. Supply, placement and compaction of specified pipe bedding material and standard or select material within the pipe envelope. f. Supply, placement and compaction of standard backfill and granular backfill material. g. Dewatering trenches including furnishing pumps, piping, well points, etc., as required. h. Temporary plugs or connections, to provide full pressure water service as necessary. Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather. Testing and disinfection of water mains and water services as required. k. Dechlorination of flushed water entering storm sewer system. Temporary support of existing utility mains and service lines. MEASUREMENT AND PAYMENT 01025-7 City of Iowa City Genus Project No. 14090 Washington Street M. Repair or replacement of utility services damaged by Contractor. n. Protection of existing valves so they are fully operational and accessible during construction. o. Connections and/or taps for water mains and water services 4 inches in diameter and larger to existing water mains and water services. P. Connections and/or taps for water mains and water services 2 inches in diameter and less to existing water mains and water services. q. Temporary patching to open pavement for pedestrian or vehicle traffic r. Coordination and scheduling with City Water Division and Building Owners plumber/contractor. 2.27 Construction of Storm Sewers The unit price for this item will be paid based on the number of linear feet installed. Length will be measured for each size and type of pipe along the pipe center line with no deductions for prefabricated bends or flared end sections. Measurement shall exclude the space across manholes and intakes. The following items shall be considered incidental unless they are included with other items listed in the FORM OF PROPOSAL: MEASUREMENT AND PAYMENT 01025-8 a. Adapters, collars and tapping required for connections to dissimilar pipes, manholes, or other appurtenances. U N b. Trench excavation including furnishing necessary equipment. cl co - C. Trench boxes required for safety and to minimize disturbance to features UJ °�� to be saved. J"~ I d. Exploratory digging required to determine location of existing structures or potential conflicts. LL u 2 e. Furnishing pipe, wyes, tees, fittings, joint materials, and appurtenances. 0 f. Supply, placement and compaction of specified pipe bedding material and standard or select material within the pipe envelope including concrete encasements. g. Supply, placement and compaction of standard backfill and granular backfill material. Granular backfill material shall be used in trenches under or within 5 feet of pavement or as otherwise indicated or specified on the plans and by the Engineer. h. Dewatering trenches and excavations for pipe, intakes, manholes and associated structures including furnishing pumps, piping, well points, etc., as required. i. Temporary connections, piping, and pumping for bypassing sewage flows as required to construct pipe, intakes, manholes and associated structures. MEASUREMENT AND PAYMENT 01025-8 City of Iowa City Genus Project No. 14090 Washington Street tj. Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather. k. Testing of sewers as required. I. Temporary support of existing utility mains and service lines. M. Repair or replacement of utility services damaged by the Contractor. o. Permanent connections and stubs with caps for sump pump, drainage, and field tiles of various sizes, including backfill as specified by the Engineer. 0 2.28 Through 2.29 Longitudinal Subdrain The unit price for longitudinal subdrain will be paid based on the number of linear feet placed. Length will be measured for each size and type of pipe along the pipe center line. Included with these items is trenching, disposal of excess excavated material, furnishing and placing blind ends, elbows, tees, grouted joints special connections, drilling or forming into drainage facilities, connegns to drainage facilities, cleanouts, furnishing and placing porocm bacLmi, agrin finishing the surface as directed by the Engineer.` F- c > Ln C--- 2.30 Through 2.31 Construction of Manholes. rt 3� M The unit price for manhole risers will be paid based on the nu r eaWh type and diameter of manhole and shall include excavation, base;eonnecjions to sewers, steps, flat top slabs, platforms, adjusting rings, Iowa City logo frdrRe and casting and supply, placement and compaction of specified backfill. The unit price for special manholes will be paid based on the number of special manholes constructed and shall include base, riser, Iowa City logo frame and casting and specified backfill. Stoppers for stub connections are incidental. Stoppers for stub connections are incidental. 2.32 through 2.34 Construction of Storm Intakes. The unit prices for these items will be paid based on the number of each type of intake constructed and includes excavation, forming, reinforcing steel, dowels, supply, placement, compaction and finishing of concrete, supply, placement and compaction of specified backfill, providing stubs for drainage tiles and the frame and casting. Construction of larger than standard intakes to fit over large storm sewers and intake throats shall be considered incidental. Stoppers for stub connections are incidental. 2.35 Through 2.37 Traffic Signalization MEASUREMENT AND PAYMENT 01025-9 City of Iowa City Genus Project No. 14090 Washington Street The lump sum price for this item will be paid based on percent complete for all work required to complete the traffic signalization as detailed in the project plans. Conduit, wire, pole footings, etc. are incidental. 2.38 Through 2.50 Pedestrian and Roadway Lighting and Planter Receptacles The lump sum price for this item will be paid based on percent complete for all work required to complete the electrical work as detailed in the project plans. 3.01, 3.02, 3.04, 3.05, and 3.07 Portland Cement Concrete Pavements. The unit prices for these items will be paid based on the number of square feet of Portland Cement Concrete pavements, driveways and parking lots constructed at the specified widths, thicknesses and mix designs. Also included with these items is excavation to place forms and pavement at required elevations, supply, placement and compaction of subgrade material under driveways and parking lots, forming, supply, placement and finishing of concrete, special concrete mixes, reinforcement, Portland Cement Concrete curb and curb drop installation, curing, jointing and joint sealing, grading to establish a uniform grade between the sidewalk and top of curb, and backfilling at curb lines, driveway edges and parking lot edges. The unit prices for these items will be paid based on the number of square feet either installed new or salvaged and reinstalled as shown on the project plans and as directed by the City Engineer. Work includes furnishing new unit pavers, subgrade preparation and compaction, subgrade treatments, P.C.C. base, sand/cement setting bed, joint fill, expansion material with sealant and cutting and placement of unit paving. 3.12 Limestone Planter Walls Install salvaged limestone planter walls with PCC footing, aggregate base per plans, details, and specifications. 3.13 Concrete Planter Curb, 4" to 9" Exposed Height MEASUREMENT AND PAYMENT 01025-10 Aggregate durability class for all P.C. Concrete paving shall be Class 3. Pavement smoothness shall be evaluated for main line pavement per current IDOT Specifications. 0 N < ,,-3103 and 3.06 Granular Subbase w a Jr The unit price for this item will be paid based on the number of square yards of granular subbase constructed at the specified thickness including placement >-� 12 -inches beyond the back of curb. Also included with this item is excavation LL c �4 p to grade, subgrade preparation and compaction, subgrade treatments, and subbase placement and compaction to required elevations. 0 3.08 Through 3.11 Unit Pavers The unit prices for these items will be paid based on the number of square feet either installed new or salvaged and reinstalled as shown on the project plans and as directed by the City Engineer. Work includes furnishing new unit pavers, subgrade preparation and compaction, subgrade treatments, P.C.C. base, sand/cement setting bed, joint fill, expansion material with sealant and cutting and placement of unit paving. 3.12 Limestone Planter Walls Install salvaged limestone planter walls with PCC footing, aggregate base per plans, details, and specifications. 3.13 Concrete Planter Curb, 4" to 9" Exposed Height MEASUREMENT AND PAYMENT 01025-10 City of Iowa City Genus Project No. 14090 Washington Street Furnish and place PCC planter curbs and aggregate base per plans, details and specifications. 3.14 Detectable Warning Plates, Cast Iron Furnish and install truncated domes on concrete base per details. The quantity for cast iron truncated domes for which payment shall be made is the number of square feet of installed cast iron truncated domes as accepted by the Engineer. All labor, equipment, and tools required for cutting cast iron truncated domes shall be considered incidental. 3.15 Through 3.16 Pavement Markings. The unit prices for these items will be paid based on the number of stations installed based on a 4 -inch width and the number of symbols and legends placed. Work includes removal of old markings as applicable, prep work, layout, supply and placement of epoxy paint and glass beads and protection during cure. Layout must be approved by the City Engineer. I.D.O.T. Supplemental Specification 2527 will govern this item. 3.17 Parking Meter Posts - Posts Provided by Owner, Contractor to Install Posts. This work includes installation of parking meter posts. The City will supply the posts. The quantity for this item for which payment will be made is the number of each post installed and accepted by the City Engineer. This itejgshall be paid for at the contract unit price of each. This price shall berUll corn ensation for all materials, labor and equipment, tools and incide6ke? netg)ssa" complete the work. �� A ` 3.18 Through 3.24 Site Furnishings c-, m 'a M This work includes purchasing and installation of site fumishire&antlUr these items for which payment will be made is the number-'& eacgurnishings installed and accepted by the City Engineer. These items shall bevaid for at the contract unit price of each. The prices shall be full compensation for all materials, labor and equipment, tools and incidentals necessary to complete the work. 3.25 Construct PCC footing for Wayfinding Kiosks Furnish and place footing per plans, details and specifications. 3.26 Construct PCC footing for pedestrian and roadway lights, With Chemstain Color at Exposed Face of Footing at colored concrete bands Furnish and place footings per plans, details and specifications. 3.27 Construct PCC footing for Lights, No Stain at Footing: Item No. 2.44 (Relocated Lights), Item Nos. 2.38 (Type SC), 2.39 (Type SD), 2.40 (Type SF), one Type SA, and one Type SB, per plans Furnish and place footings per plans, details and specifications. MEASUREMENT AND PAYMENT 01025-11 City of Iowa City Genus Project No. 14090 Washington Street 3.28 Wooden Fence and Gate at Transformer Furnish and install wooden fence at transformer per plans and details, including all attachments, hardware, and footings. 4.01 Irrigation All costs, labor and materials to furnish and install a working irrigation system shall be paid on a lump sum basis under the bid item 'Irrigation System'. 4.02 Mulch This work includes all labor, materials, and equipment necessary to install mulch. Furnish and install mulch in areas on plans to a 3" depth. Mulching material for planting shall be a 2 -pass shredded hardwood. Mulch material shall be approved by the City Engineer by visual inspection. 4.03 through 4.10 Trees, Shrubs and Groundcover and Bulbs. The unit prices for these items will be paid based on the number of trees and shrubs planted for each type, class and size specified, in locations marked by the Landscape Architect. Included with these items is furnishing, delivery, storage, preparation, planting, watering, fertilizing, backfilling with approved soil mix, and maintenance and warranty as specified. 4.11 Excavation of Existing Soils Q� This item includes the excavation of existing soil at proposed planting pits. CO xA Amended Planting Soils a j): This work includes all labor, materials, and equipment necessary to install UJ c:); amended planting soils per the details to a depth as noted on the drawings _i Y- V unless otherwise noted. Measurement and payment will be based on cubic yards of soil, placed and accepted by the City Engineer. 0 N 5.01 Vault: 32 S. Clinton Structural Repairs The lump sum price for this item includes all materials, labor and equipment required to replace damaged portions of the existing roof per the plans and specifications and includes, but is not limited to, demolition, material disposal, temporary shoring, decking, concrete, epoxy, reinforcing and all other items necessary for a complete repair. 5.02 Vault: 32 S. Clinton Access Door and Flexible, Pre -formed Waterproofing Membrane System MEASUREMENT AND PAYMENT 01025-12 City of Iowa City Genus Project No. 14090 Washington Street The lump sum price for this item includes all materials, labor and equipment required to install an Access Door per the plans and specifications and includes but is not limited to demolition and disposal of existing door, concrete collar, temporary shoring, forming, steel, anchors and all other items necessary for a complete access door. Also includes all materials, labor and equipment required to install a Flexible, Pre -formed Waterproofing Membrane System per the plans and specifications and includes but is not limited to demolition and disposal of existing material, excavation, cleaning, adhesive, backfill, drain pipe, and all other items necessary for a complete membrane system. 5.03 Vault: 102 S. Clinton Structural Repairs The lump sum price for this item includes all materials, labor and equipment required to replace damaged wide flange beams per the plans and specifications and includes, but is not limited to, demolition, material disposal, temporary shoring, steel, concrete, epoxy, reinforcing and all other items necessary for a complete repair. 5.04 Vault: 102 S. Clinton Flexible, Pre -formed Waterproofing Membrane System Includes all materials, labor and equipment required to install a Flexible, Pre- formed Waterproofing Membrane System per the plans and specifications and includes but is not limited to demolition and disposal of existing material, excavation, cleaning, adhesive, backfill, drain pipe, and all other items x necessary for a complete membrane system. 5.05 Vault: 109 E. Washington Flexible, Pre -formed Waterproofing Membrane System N O Includes all materials, labor and equipment required to install a Fla—xble, Pre- formed Waterproofing Membrane System per the plans and P(Oificttons Ci includes but is not limited to demolition and disposal of�xhfing=matepq excavation, cleaning, adhesive, backfill, drain pipe, an� pl quer iPTM necessary for a complete membrane system. m 5.06 Vault: 112 E. Washington Structural Repairs ZE:IK CO (� — The lump sum price for this item includes all materials, labor and �uipment required to replace the damaged top course of cmu per the plans and specifications and includes, but is not limited to, demolition, material disposal, temporary shoring, grout and all other items necessary for a complete repair. 5.07 Vault: 112 E. Washington Access Door and Flexible, Pre -formed Waterproofing Membrane System The lump sum price for this item includes all materials, labor and equipment required to install an Access Door per the plans and specifications and includes but is not limited to demolition and disposal of existing door, concrete collar, temporary shoring, forming, steel, anchors and all other items necessary for a complete access door. Also includes all materials, labor and equipment required to install a Flexible, MEASUREMENT AND PAYMENT 01026-13 City of Iowa City Genus Project No. 14090 Washington Street Pre -formed Waterproofing Membrane System per the plans and specifications and includes but is not limited to demolition and disposal of existing material, excavation, cleaning, adhesive, backfill, drain pipe, and all other items necessary for a complete membrane system. 5.08 Vault: 114 E. Washington Fill and Abandon The lump sum price for this item includes all materials, labor and equipment required to repair existing roof, infill existing doorway, seal vault lid and fill vault per the plans and specifications and includes, but is not limited to, demolition, material disposal, temporary shoring, aggregate fill, metal deck, epoxy, concrete, reinforcing and all other items necessary for a complete repair. 5.09 Vault: 118 E. Washington Structural Repairs The lump sum price for this item includes all materials, labor and equipment required to repair the damaged beam pocket connection per the plans and specifications and includes, but is not limited to, demolition, material disposal, temporary shoring, steel, anchors and all other items necessary for a complete repair. 5.10 Vault: 118 E. Washington Access Door and Flexible, Pre -formed Waterproofing Membrane System The lump sum price for this item includes all materials, labor and equipment 5.11 Vault: 120 E. Washington Access Door and Flexible, Pre -formed Waterproofing Membrane System The lump sum price for this item includes all materials, labor and equipment required to repair the damaged beam per the plans and specifications and includes, but is not limited to, demolition, material disposal, temporary _ shoring, jack post, anchors, grout and all other items necessary for a complete repair. Also includes all materials, labor and equipment required to install a Flexible, Pre -formed Waterproofing Membrane System per the plans and specifications and includes but is not limited to demolition and disposal of existing material, excavation, cleaning, adhesive, backfill, drain pipe, and all other items necessary for a complete membrane system. 5.12 Vault: 124 E. Washington Access Door and Flexible, Pre -formed Waterproofing Membrane System MEASUREMENT AND PAYMENT 01025-14 o' required to install an Access Door per the plans and specifications and includes but is not limited to demolition and disposal of existing door, concrete L o collar, temporary shoring, forming, steel, anchors and all other items necessary LLJ = c a complete access door. >:for to i ca F— Also includes all materials, labor and equipment required to install a Flexible, LL_ Pre -formed Waterproofing Membrane System per the plans and specifications —moi 2:3 and includes but is not limited to demolition and disposal of existing material, = 2 excavation, cleaning, adhesive, backfill, drain pipe, and all other items necessary for a complete membrane system. 5.11 Vault: 120 E. Washington Access Door and Flexible, Pre -formed Waterproofing Membrane System The lump sum price for this item includes all materials, labor and equipment required to repair the damaged beam per the plans and specifications and includes, but is not limited to, demolition, material disposal, temporary _ shoring, jack post, anchors, grout and all other items necessary for a complete repair. Also includes all materials, labor and equipment required to install a Flexible, Pre -formed Waterproofing Membrane System per the plans and specifications and includes but is not limited to demolition and disposal of existing material, excavation, cleaning, adhesive, backfill, drain pipe, and all other items necessary for a complete membrane system. 5.12 Vault: 124 E. Washington Access Door and Flexible, Pre -formed Waterproofing Membrane System MEASUREMENT AND PAYMENT 01025-14 City of Iowa City Genus Project No. 14090 Washington Street The lump sum price for this item includes all materials, labor and equipment required to install an Access Door per the plans and specifications and includes but is not limited to demolition and disposal of existing door, concrete collar, temporary shoring, forming, steel, anchors and all other items necessary for a complete access door. Also includes all materials, labor and equipment required to install a Flexible, Pre -formed Waterproofing Membrane System per the plans and specifications and includes but is not limited to demolition and disposal of existing material, excavation, cleaning, adhesive, backfill, drain pipe, and all other items necessary for a complete membrane system. 5.13 Vault: 129 E. Washington Jefferson Building Vault Structural Repairs The lump sum price for this item includes all materials, labor and equipment required to repair the vault per the plans and specifications and includes, but is not limited to, demolition, material disposal, temporary building and business access measures, temporary separation/security walls, temporary shoring, steel, anchors and all other items necessary for a complete repair. 5.14 Vault: 129 E. Washington Jefferson Building Pre -Formed Waterproofing Membrane System The lump sum price for this item includes all materials, labor and eiiipment required to install a Flexible, 'loose -laid", Pre -formed Waterproofing 45mbrane System per the plans and specifications and includes but4 of smite� demolition and disposal of existing material, excavation, cl? g, 3Mihesi ±`` backfill, drain pipe, and all other items necessary for a compote m(pmbrgraw system. r, cn 9 a M 5.15 Vault: 130 E. Washington Access Door and Flexible, Pre-forme.4Wbt6qOroofinngg Membrane System o M The lump sum price for this item includes all materials, labor and equipment required to install an Access Door per the plans and specifications and includes but is not limited to demolition and disposal of existing door, concrete collar, temporary shoring, forming, steel, anchors and all other items necessary for a complete access door. Also includes all materials, labor and equipment required to install a Flexible, _ Pre -formed Waterproofing Membrane System per the plans and specifications and includes but is not limited to demolition and disposal of existing material, excavation, cleaning, adhesive, backfill, drain pipe, and all other items necessary for a complete membrane system. 5.16 Vault: 204 E. Washington Fill and Abandon The lump sum price for this item includes all materials, labor and equipment required to infill existing doorways and to fill vault per the plans and specifications and includes, but is not limited to, demolition, material disposal, temporary shoring, aggregate fill, metal deck, concrete, epoxy, reinforcing and all other items necessary for a complete repair. MEASUREMENT AND PAYMENT 01025-15 City of Iowa City Genus Project No. 14090 Washington Street 5.17 Vault: 220 E. Washington Structural Repairs The lump sum price for this item includes all materials, labor and equipment required to seal vault lid per the plans and specifications and includes, but is not limited to, demolition, material disposal, temporary shoring, metal deck, epoxy, concrete, reinforcing and all other items necessary for a complete repair. 5.18 Vault: 220 E. Washington Flexible, Pre -formed Waterproofing Membrane System Includes all materials, labor and equipment required to install a Flexible, Pre- formed Waterproofing Membrane System per the plans and specifications and includes but is not limited to demolition and disposal of existing material, excavation, cleaning, adhesive, backfill, drain pipe, and all other items necessary for a complete membrane system. 5.19 Vault: 227 E. Washington Flexible, Pre -formed Waterproofing Membrane System Includes all materials, labor and equipment required to install a Flexible, Pre- formed Waterproofing Membrane System per the plans and specifications and includes but is not limited to demolition and disposal of existing material, excavation, cleaning, adhesive, backfill, drain pipe, and all other items necessary for a complete membrane system. Al.1 Lime Slurry Stabilization The unit price for this item will be paid based on the number of square yards of a y lime slurry stabilization placed including placement 12 -inches beyond the back of curb. Also included with this item is excavation to grade, subgrade g a=c preparation and compaction, subgrade treatments, and subbase placement c L ;>: and compaction and curing. If this alternate is selected, soils will be tested <�� upon removal of pavement at City expense, and a geotechnical report .J to ?-v addendum will be issued. See Typical Street Section - Washington Street (Alternate # 1) detail on Sheet C501. c�3Z 0 o X2.1 Pedestrian and Roadway Lighting - Custom Armature N Furnish and install pedestrian and roadway lighting with decorative arms per the project plans. A3.1 Jefferson Building "Self Adhered" Membrane System An alternate lump sum price should be included for the "Self -Adhered" membrane option per the specifications and includes but is not limited to demolition and disposal of existing materials, excavation, cleaning, adhesive, backfill, drain pipe, and all other items necessary for a complete membrane system I4.GP7slTzelffenk MEASUREMENT AND PAYMENT 01025-16 V City of Iowa City Washington Street SECTION 012300 ALTERNATES PART 1 - GENERAL 1.01 SUMMARY: Genus Project No. 14090 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 alternip bid (s). 0 1.02 SPECIFIC ALTERNATES: o '� A. Alternate Bid Items 37� a --< C'n r 1. PCC Street Paving Subgrade. Lime slurry stabilization optio n 18;6of n M structural fill - - � �A Co 2. Pedestrian and Roadway Lighting - Custom Armature. o rn 3. Jefferson Building "Self -Adhered" Membrane System Installation. B. Alternate Bids Alternate Bid Numbers 1-2 will be reviewed by the City Council on . The possible results of their review of the Alternate Bids are: 1. Not accept any Alternate Bid(s). 2, Accept Alternate Bid No. 1 only. 3. Accept Alternate Bid No. 2 only. 4. Accept Alternate Bid No. 3 only. 5. Accept Alternate Bids No. 1 and No. 2 only. 6. Accept Alternate Bids No. 1 and No. 3 only. 7. Accept Alternate Bids No. 2 and No. 3 only. END OF SECTION ALTERNATES 012300-1 I J J I City of Iowa City Washington Street SECTION 01 03000 - PROGRESS AND SCHEDULES PART 1 - GENERAL 1.01 SUMMARY: Genus Project No. 14090 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 pedestrians, 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 at the Pre -Construction meeting a detailed scPsdule of the proposed work. The schedule shall include proposed dates and dLotions of lane reductions and street closings. Work may not begin untik3he sc�iedule•t approved by the Engineer. B. The Contractor shall submit updated construction schedules at tv $eAtery throughout the project. n PART 2 - PRODUCTS' °� Q �= o m None. PART 3 - EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION: A. A Pre -Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. The early start date is April 11, 2016. The Contractor may, if desired, begin work on any interior vault repairs and the vault work on the pedestrian mall section of 129 E. Washington Street (Jefferson Building) April 4, 2016 subject to any other restrictions herein. The Work within the Clinton Street right-of-way shall not begin until May 2, 2016. Substantial completion of the Clinton Street Intersection, 100 Block of E. Washington Street, and Dubuque Street Intersection is July 23, 2016. An incentive of $1,000 per day will be paid for each calendar day substantial completion is attained prior to this date, with a maximum incentive of $10,000. A disincentive of $1,000 per day will be charged for each calendar day substantial completion is not achieved after July 23, 2016 with no maximum. Substantial completion of the fu11200 Block of Washington Street and Linn Street is September 30, 2016. An incentive of $3,000 per day will be paid for each calendar day substantial completion is attained prior to this date, with a maximum incentive of $45,000. A disincentive of of $3,000 per day will be charged for each calendar day substantial PROGRESS AND SCHEDULES 013000-1 City of Iowa City Genus Project No. 14090 Washington Street completion is not achieved after September 30, 2016 with no maximum. Final Completion including all plantings, cleanup, and all items of work and ready for application for final payment shall be October 21, 2016. Liquidated Damages of $500 per day will be charged for each calendar day final completion is not achieved after October 21, 2016. B. Work shall be substantially complete for the Clinton Street Intersection, 100 Block of Washington Street, and Dubuque Street Intersection before work on the 200 Block of Washington Street commences. Substantial completion is comprised of all water main, services, sewer, street paving, planters, all other utilities and amenities, vaults and sidewalk and is available for full operation of adjacent businesses including the both traffic lanes, parallel parking and sidewalk cafe seating areas. C. Work shall be substantially complete for the south half of the 200 Block of Washington Street before work on the north sidewalk of the 200 Block of Washington Street commences. Substantial completion for the south half is comprised of all water main, services, sewer, street paving, planters, all other utilities and amenities, vaults and sidewalk from the north curb line of the 200 Block of Washington Street to the south right of way line, and is available for full operation of adjacent businesses including the south traffic lane, south parallel parking and sidewalk caf6 seating. D. No work shall be done between the hours of 5:00 p.m. the Friday before and 7:00 a.m. the Monday following a University of Iowa Home Football Game without the approval of the Engineer with the exception of saw cutting freshly poured concrete. E. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. Alternative work hours necessary to avoid building access or water a. service disruption to building owners, businesses and residents may be required by t* Engineer. S LU F�x i,Yldrk will proceed in swell -organized and continuous manner to minimize the �wption to the general public (both pedestrian and vehicular) and the local U-)yb? inesses and residents. Construction activities such as jack -hammering, saw s Q 1- �ing, or other construction methods that generate high amounts of noise and/or �-'— -> Z�# t shall be closely coordinated with the Engineer, City, businesses and residents. CF -particular concern are lunch and dinner hours and work near active outdoor seating in the 200 Block of Washington Street. G. Access to businesses and residences shall be maintained at all times. Requirements for minimizing disruption to businesses are outlined in the project plans. Businesses and building owners shall be provided notice 1 week prior to construction activities that will limit ingress or egress, or disrupt utility service. Notice shall again be provided 48 hours prior to construction activities that will limit ingress or egress, or disrupt utility service. Limits to ingress and egress shall be coordinated with the Engineer and the City of Iowa City Fire Department. Disconnection of water service shall be coordinated with the Engineer and the City of Iowa City Fire Department where required. 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, PROGRESS AND SCHEDULES 013000-2 City of Iowa City Washington Street as determined by the Engineer. Genus Project No. 14090 I. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. Access to entrances adjacent to the project shall be maintained on existing sidewalk or new sidewalk to the maximum extent. While potentially necessary, the use of temporary walkways, bridges, ramps and other like measures should be limited in use and duration. I. The Contractor will become an active partner with the City in communicating and providing information to concerned residents and businesses. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. Access to entrances adjacent to the project shall be maintained on existing sidewalk or new sidewalk to the maximum extent. While _ potentially necessary, the use of temporary walkways, bridges, ramps and other like measures should be limited in use and duration. J. Work will be staged to minimize the length of time parking spaces and parking revenue are lost. o 3.03 COORDINATION WITH UTILITIES: gc` r A. It is anticipated that many utility conflicts will occur which cannot bRAemoare f ahead of time. The Contractor shall work closely with the utility com�mtes tg,aid these relocations to keep the project on schedule. Mid-Arrterfctn �nerg(� anticipates installation of new natural gas infrastructure within th jedpimits. Contractor shall work closely with Mid -American representatives to gizcomraDdate this installation prior to paving. cn 3.04 STREET CLOSINGS: A. Notify the Engineer four days in advance of sidewalk or street closings so that a press release can be issued. No sidewalk or street may be closed without the Engineer's approval and said notification. PROGRESS AND SCHEDULES 013000-3 City of Iowa City Washington Street Genus Project No. 14090 SECTION 01 5000 - TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART 1 - GENERAL IIM�t11dJdJc1:71E 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 Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways;' 2000 Edition, as revised. N C. Traffic Control Notes on project plans. o m 1.03 SUBMITTALS: ::-r (n z •y "a A. Submit a traffic control plan for all activities requiring traffic control�Fspficaly.�, addressed by the project plans. ;t� 'X-- 1 " rrt.i PART 2 - PRODUCTS :VS OD Y c� m 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 approved posts and installed as directed by the Engineer. Fence surrounding the interior work within the 100 Block and 200 Block of Washington Street shall be 6' chain link located as outlined in the plans. 2.02 EQUIPMENT: A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 - EXECUTION 3.01 TECHNIQUES: 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 11. General Requirements and Covenants. TRAFFIC CONTROL AND CONSTRUCTION FACILITIES 01 5000-1 City of Iowa City Washington Street Section 1107.09. Barricades and Warning Signs. Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 NO PARKING SIGNS: Genus Project No. 14090 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, pavement or other temporary access methods meeting ADA compliance where required shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES: Ado �j�signs, barricades and fences within and beyond the project area deemed ua�opriate by the Engineer shall be the responsibility of the Contractor. .o O_ 0 N TRAFFIC CONTROL AND CONSTRUCTION FACILITIES 01 5000 - 2 1 City of Iowa City Genus Project No. 14090 Washington Street SECTION 01 5713 - SLOPE PROTECTION AND EROSION CONTROL PART 1 - 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. Q P 1.03 QUALITY ASSURANCE: D 2 C-) < A. Revetment stone and erosion stone shall meet the abrasion=t7�J r �urabir requirements of Section 4130 of the IDOT Standard Specifications. :,-n a B. Engineering Fabrics (geotextile) shall be of a non -woven material d orrm to the requirements of IDOT Engineering Fabric for Embankment Erosion Contr 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 manufacturers protective cover in place. Receiving, storage, and handling at the job site shall be in accordance with the requirements in ASTM D 4873. 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 41. Construction Materials. Section 4130. Revetment Stone and Erosion Stone. Section 4169. Erosion Control Materials. Section 4196. Engineering Fabrics. SLOPE PROTECTION AND EROSION CONTROL 01 5713-1 City of Iowa City Washington Street PART 3 - EXECUTION 3.01 TECHNIQUES: Genus Project No. 14090 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. and the following IDOT Standard Road Plans: RC -5 Wood Excelsior Mat RC -16 Silt Fence 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 m 1. 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 04 07 y approved surface at the locations and in accordance with the details Q wshown LIJ �_ on the plans. The geotextile will be unrolled along the placement v area and loosely laid (not stretched) in such a manner that it will conform to _ J Ln c� the surface irregularities when material is placed on or against it. The _ r--¢ geotextile may be folded and overlapped to permit proper placement in LL— v o the designated area. N 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", "U', 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 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 SLOPE PROTECTION AND EROSION CONTROL 015713-2 City of Iowa City Genus Project No. 14090 Washington Street 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 specified. 3. Should the geotextile be torn 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 some 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. n L 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. SLOPE PROTECTION AND EROSION CONTROL 01 5713-3 N i 0 (T SLOPE PROTECTION AND EROSION CONTROL 01 5713-3 I City of Iowa City Washington Street Genus Project No. 14090 SECTION 02 4100 - DEMOLITIONS, REMOVALS AND ABANDONMENTS PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to remove existing paved surfaces, excavated material, sewers, structures, plant material, street lights and other items and materials as indicated and specified in the contract documents. II9rY�:14A4:142N1*9 A. IDOT Standard Specifications. 1.03 QUALITY ASSURANCE: N O A. Disposal sites shall comply with all applicable Iowa Depart nt x Natural Resources and United States Environmental Protection Agency regw¢rtjon§ -� zT Z B. Comply with all state and local ordinances pertaining to haulindITKd c osajaf' rubbish, broken concrete, asphalt, stone, bricks, castings, and othste or delj9 resulting from work on the project. n' s 1.04 SUBMITTALS: r CO Q - o rn A. Locations of disposal sites. 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. 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. Division 25. Miscellaneous Construction. Section 2510. Removal of Old Pavement. DEMOLITIONS, REMOVALS AND ABANDONMENTS 024100-1 City of Iowa City Genus Project No. 14090 Washington Street Section 2511. Removal and Construction of Portland Cement Concrete Sidewalks. Section 2515. Removal and Construction of Paved Driveways. 3.02 INSPECTION: Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to revise demolition limits if required by the nature of construction. 3.03 PROCEDURES: A. utilities 1. Notify all corporations, companies, individuals and state or local authorities owning pipelines, water lines, gas mains, buried and overhead electric facilities, telephone, cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. 3. If active utilities are damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the 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 times. Temporary gravel surfaces shall be provided as directed by the Engineer. DEMOLITIONS, REMOVALS AND ABANDONMENTS 024100-2 Contractor's expense. / 0, — 4. Active utilities shown on the drawings to be relocated, or which require ap �. relocation due to unforeseen circumstances or conditions, shall be r cc _; relocated in accordance with instructions from the Engineer. Generally, the UJ U–JJ>: respective utility owners shall be responsible to perform relocation work for Ln �� their facilities. The Contractor shall cooperate with these efforts in every r >'C= reasonable way and shall not be entitled to additional compensation for LJL x =< delays resulting from such relocations. .o O N Site Protection Measures 1. Refer to Traffic Control Sheets for details. 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 times. Temporary gravel surfaces shall be provided as directed by the Engineer. DEMOLITIONS, REMOVALS AND ABANDONMENTS 024100-2 City of Iowa City Washington Street Genus Project No. 14090 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 Removal shall be to the limits noted on the plans or as directed by the Engineer. 2. Pavement removal shall include brick, Portland Cement Concrete, and Hot Mix Asphalt pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or aggregate surfaces is not considered pavement removal. 3. Sawcuts shall be approved by the Engineer. 4. All brick that is removed shall be salvaged and returned to the C!bg of Iowa City. o. 5. Removal operations shall conform to construction phasing ota on , plans or as directed by the Engineer. c-)-< r `-- --i n crt B. Sewer Abandonment and Removal 33- M r 1. Removal shall be at the locations and to the limits noted oif the pans 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 with an approved non -shrink flowable mortar and bulkheaded at each end with concrete. 4. Select castings shall be delivered to the pollution control plant at 1000 S. Clinton Street as directed by the Engineer. DEMOLITIONS, REMOVALS AND ABANDONMENTS 024100-3 City of Iowa City Washington Street SECTION 03 3000 - CAST -IN-PLACE CONCRETE PART 1 - GENERAL 1.1 RELATED DOCUMENTS Genus Project No. 14090 Drawings and general provisions of the Contract, including General and Supplementary Condi- tions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies cast -in place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures, and finishes, for the following: 1. Footings. 2. Slabs -on -grade. 3. Concrete walls. 1.3 DEFINITIONS 0 A. Cementitious Materials: Portland cement alone or in combination withcOn or more al. the following: blended hydraulic cement, fly ash and other po s,lProu d' granulated blast -furnace slag, subject to compliance with requirements _< r -4 C-) cn M 1.4 ACTION SUBMITTALS Zr co A. Product Data: For each type of product indicated. j' o rn B. Design Mixtures: For each concrete mixture. Submit alternate design mixtures when characteristics of materials, Project conditions, weather, test results, or other circumstances warrant adjustments. C. Indicate amounts of mixing water to be withheld for later addition at Project site. D. Steel Reinforcement Shop Drawings: Placing drawings that detail fabrication, bending, and placement. Include bar sizes, lengths, material, grade, bar schedules, stirrup spacing, bent bar diagrams, bar arrangement, splices and laps, mechanical connections, tie spacing, hoop spacing, and supports for concrete reinforcement. 1.5 INFORMATIONAL SUBMITTALS A. Floor surface flatness and levelness measurements to determine compliance with specified tolerances. CAST -IN-PLACE CONCRETE 033000-1 City of Iowa City Washington Street 1.6 QUALITY ASSURANCE Genus Project No. 14090 A. Installer Qualifications: A qualified installer who employs on Project personnel qualified as Flatwork Technician and Finisher. B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products and that complies with ASTM C 94 requirements for production facilities and equipment. C. Source Limitations: Obtain each type or class of cementitious material of the same brand from the some manufacturer's plant, obtain aggregate from one source, and obtain admixtures through one source from a single manufacturer. D. Welding: Qualify procedures and personnel according to AWS DIA, "Structural Welding Code—Reinforcing Steel:' E. ACI Publications: Comply with the following unless modified by requirements in the Contract Documents: 1. ACI 301, "Specification for Structural Concrete" 2. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials:' 1.7 DELIVERY, STORAGE, AND HANDLING A. Steel Reinforcement: Deliver, store, and handle steel reinforcement to prevent bending and damage. B. Waterstops: Store waterstops under cover to protect from moisture, sunlight, dirt, oil, and other contaminants. Ci °D `= `r' JC4,u- . 2 -PP OMVS Lo Uh- UL *A60CTURERS CD_� A. � other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. 2.2 FORM -FACING MATERIALS A. Smooth -Formed Finished Concrete: Form -facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. I . Plywood, metal, or other approved panel materials. 2. Exterior -grade plywood panels, suitable for concrete forms, complying with DOC PS 1, and as follows: a. High-density overlay, Class 1 or better. b. Medium -density overlay, Class 1 or better; mill -release agent treated and edge sealed. CAST -IN-PLACE CONCRETE 033000-2 City of Iowa City Genus Project No. 14090 Washington Street C. Structural 1, B -B or better; mill oiled and edge sealed. d. B -B Concrete Form), Class 1 or better; mill oiled and edge sealed. B. Rough -Formed Finished Concrete: Plywood, lumber, metal, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. C. Forms for Cylindrical Columns, Pedestals, and Supports: Metal, glass -fiber -reinforced plastic, paper, or fiber tubes that will produce surfaces with gradual or abrupt irregularities not exceeding specified formwork surface class. Provide units with sufficient wall thickness to resist plastic concrete loads without detrimental deformation. D. Void Forms: Biodegradable paper surface, treated for moisture resistance, structurally sufficient to support weight of plastic concrete and other superimposed loads. E. Chamfer Strips: Wood, metal, PVC, or rubber slips, 3/4 by 3/4 inch, minimum. Form -Release Agent: Commercially formulated form -release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. 1. Formulate form -release agent with rust inhibitor for steel form -facing materials. G. Form Ties: Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. 1. Furnish units that will leave no corrodible metal closer than 1 inch to the ZIIone of exposed concrete surface. o 2. Furnish ties that, when removed, will leave holes no larger than 1 ttich in Ri meter in concrete surface. 3. Furnish ties with integral water -barrier plates to walls indicc#4g� to ireceiVt— dampproofing or waterproofing. cn .<r M za 2.3 STEEL REINFORCEMENT co Q D� 0 A. Reinforcing Bars: ASTM A 615, Grade 60, deformed. B. Low -Alloy -Steel Reinforcing Bars: ASTM A 706, deformed. C. Epoxy -Coated Reinforcing Bars: ASTM A 615, Grade 60, deformed bars, ASTM A 775, epoxy coated, with less than 2 percent damaged coating in each 12 -inch bar length. D. Steel Bar Mats: ASTM A 184, fabricated from ASTM A 615, Grade 60, deformed bars, assembled with clips. E. Plain -Steel Wire: ASTM A 82. Deformed -Steel Wire: ASTM A 496. G. Plain -Steel Welded Wire Reinforcement: ASTM A 185, plain, fabricated from as -drawn steel wire into flat sheets. H. Deformed -Steel Welded Wire Reinforcement: ASTM A 497, flat sheet. CAST -IN-PLACE CONCRETE 033000-3 City of Iowa City Washington Street 2.4 REINFORCEMENT ACCESSORIES Genus Project No. 14090 A. Joint Dowel Bars: ASTM A 615, Grade 60, plain -steel bars, cut bars true to length with ends square and free of burrs. B. Epoxy -Coated Joint Dowel Bars: ASTM A 615, Grade 60, plain -steel bars, ASTM A 775 epoxy coated. C. Epoxy Repair Coating: Liquid, two-part, epoxy repair coating; compatible with epoxy coating on reinforcement and complying with ASTM A 775. D. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire reinforcement in place. Manufacture bar supports from steel wire, plastic, or precast concrete according to CRSI's "Manual of Standard Practice;' of greater compressive strength than concrete and as follows: 1. For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected steel wire or CRSI Class 2 stainless-steel bar supports. 2. For epoxy -coated reinforcement, use epoxy -coated or other dielectric -polymer - coated wire bar supports. 3. For zinc -coated reinforcement, use galvanized wire or dielectric -polymer -coated wire bar supports. 2.5 CONCRETE MATERIALS A. Cementitious Material: Use the following cementitious materials, of the some type, brand, and source, throughout Project: 1. Portland Cement: ASTM C 150, Type 1, or gray. May supplement with the m following: — qr�,� Fly Ash: ASTM C 618, Class C. Not to exceed 20`1b. Ground Granulated Blast -Furnace Slag: ASTM C 989, Grade 100 or 120. nded Hydraulic Cement: ASTM C 595, Type IS, portland (50% max.) blast - UJ slag cement. _J I >_ cD —13. *}orrRetj/eight Aggregates: ASTM C 33, Class 4S coarse aggregate or better, graded. (;_ :Kov&Aggregates from a single source. :Ja &Qximum Coarse -Aggregate Size: 1-1/2 inch nominal. 0 C. Water: ASTM C 94 and potable. 2.6 ADMIXTURES A. Air -Entraining Admixture: ASTM C 260. B. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. 1. Water -Reducing Admixture: ASTM C 494, Type A. 2. Retarding Admixture: ASTM C 494, Type B. 3. Water -Reducing and Retarding Admixture: ASTM C 494, Type D. CAST -IN-PLACE CONCRETE 03 3000 -4 City of Iowa City Washington Street Genus Project No. 14090 4. High -Range, Water -Reducing Admixture: ASTM C 494, Type F. 5. High -Range, Water -Reducing and Retarding Admixture: ASTM C 494, Type G. 6. Plasticizing and Retarding Admixture: ASTM C 1017, Type II. C. Set -Accelerating Corrosion -Inhibiting Admixture: Commercially formulated, anodic inhibitor or mixed cathodic and anodic inhibitor; capable of forming a protective barrier and minimizing chloride reactions with steel reinforcement in concrete and complying with ASTM C 494, Type C. 1. Products: a. Euclid Chemical Company (The); Eucon CIA. b. Grace Construction Products, W. R. Grace & Co.; DCI. C. Master Builders, Inc.; Rheocrete CNI. D. Non -Set -Accelerating Corrosion -Inhibiting Admixture: Commercially formulated, non - set -accelerating, anodic inhibitor or mixed cathodic and anodic inhibitor; capable of forming a protective barrier and minimizing chloride reactions with steel reinforcement in concrete. 1. Available Products: a. Grace Construction Products, W. R. Grace & Co.; DCI -S. b. Master Builders, Inc.; Rheocrete 222+. 2.7 WATERSTOPS A. Flexible Rubber Waterstops: CE CRD -C 513, for embedding in concrete tca�,Wrevent passage of fluids through joints. Factory fabricate corners, intersectionsEgnd clfictional changes. c c� -� 1. Available Manufacturers: �_� a. Greenstreak.�(-nr- b. Williams Products, Inc. r- 2. Profile: Ribbed with center bulb. �m 7" 3. Dimensions: 4 inches by 3/16 inch thick; nontapered. c X 00 r o a, 2.8 FLOOR AND SLAB TREATMENTS A. Penetrating Liquid Floor Treatment: Clear, chemically reactive, waterborne solution of inorganic silicate or siliconate materials and proprietary components; odorless; colorless; that penetrates, hardens, and densities concrete surfaces. 1. Available Products: a. Dayton Superior Corporation; Day -Chem Sure Hard. b. Degussa; Lapidolith. C. Euclid Chemical Company (The); Euco Diamond Hard. d. L&M Construction Chemicals, Inc.: Seal Hard. e. Meadows, W. R., Inc.; Liqui-Hard. 2.9 CURING MATERIALS A. Evaporation Retarder: Waterborne, monomolecular film forming, manufactured for application to fresh concrete. (Hot weather conditions) 1. Available Products: a. MBT Protection and Repair, Div. of ChemRex; Confilm. CAST -IN-PLACE CONCRETE 033000-5 City of Iowa City Genus Project No. 14090 Washington Street b. Meadows, W. R., Inc.; Sealtight Evapre. C. TK Products; Marquart. B. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz./sq. yd. when dry. C. Moisture -Retaining Cover: ASTM C 171, polyethylene film or white burlap -polyethylene sheet. D. Water: Potable. E. Clear, Waterborne, Membrane -Forming Curing Compound: ASTM C 309, Type], Class B, dissipating. (interior Floors, except when temperature is below 401.) 1. Available Products: a. Degussa Sonosil b. Meadows, W. R., Inc.; 1 100 Clear. Clear, Solvent -Borne, Membrane -Forming Curing and Sealing Compound: ASTM C 1315, Type 1, Class A. (Exterior surfaces) 1. Products: a. Euclid Chemical Company (The); Super Diamond Clear. b. Meadows, W. R., Inc.; CS -309/30. C. Sonnebom, Div. of ChemRex; Kure -N -Seal 5. 2.10 RELATED MATERIALS A. Expansion- and Isolation -Joint -Filler Strips: ASTM D 1751, asphalt -saturated cellulosic fiber. a-, B. &�,or> Agent: ASTM C 1059, Type II, non-redispersible, acrylic emulsion or styrene ,butCKWe. w �.Povattsil Anchor Slots: Hot -dip galvanized steel sheet, not less than 0.0336 inch thick, .-0 1vitr*-t5ent tab anchors. Temporarily fill or cover face opening of slots to prevent �ntrAof concrete or debris. 0 D. feglefs: -Where resilient or elastomeric sheet flashing or bituminous membranes are `terminated in reglets, provide reglets of not less than 26 gauge galvanized sheet steel. Fill reglet or cover face of opening to prevent intrusion of concrete or debris. E. Horizontal Keyed Construction joint: Interior keyed construction joints shall be 18 gauge galvanized steel #95 tongue and groove joint by Heckman with stake pin holes and stakes. Height is ''/2" less than slab thickness. Curb bar: Shall be 1-1 /2" galvanized pipe with 1/8" x 1" x 6" strap anchors, 8" o.c. G. Non -shrink grout: Shall comply with CRD -C 621, factory pre -mixed grout. Subject to compliance with requirements, products which may be incorporated in the work include, but are not limited to, "Set Grout", Master Builders; "Sonogrout", Sonneborn- ChemRex, Inc.; "Euco-NS", Euclid Chemical Co.; "Crystex", L & M Const. Chemical CO.; "Sure -Grip Grout", Dayton Superior Corp., "Homgrout", A.C. Horn, Inc. CAST -IN-PLACE CONCRETE 033000-6 City of Iowa City Washington Street Genus Project No. 14090 H. Anchors: Provide all necessary anchors, anchor slots and inserts for future work. Anchors for plumbing, heating and electrical equipment and components will be furnished and installed by the various contractors for their own work. This contractol shall check with all prime contractors on the project to insure that all chases, holes, and raceways have been properly placed prior to the pour. 2.1 1 REPAIR MATERIALS A. Repair Underlayment: Cement -based, self -leveling product that can be applied in thicknesses from 1/2 inch and that can be feathered at edges to match adjacent floor elevations. 1. Degussa Sonoflow. 2.12 CONCRETE MIXTURES, GENERAL A. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301. B. Cementitious Materials: Limit percentage, by weight, of cementitious materials other than portland cement in concrete as follows: 1. Combined Fly Ash or Pozzolon and Ground Granulated Blast-Fumace Slag: 50 percent portland cement minimum, with fly ash or pozzolan not exceeding 20 percent. o C. Admixtures: Use admixtures according to manufacturer's written instrucVorts. pr M 1. Use water -reducing admixture in concrete, as required, for 0IaeernTnt and - workability. C-)"4 c1 2. Use water -reducing admixture in pumped concrete, concrete heavy-uFn industrial slabs and parking structure slabs, concrete required tCJ5,.Fw*rtigfjl) and concrete with a water-cementitious materials ratio below �� M21Kimu slump is 8" at point of placement. o m 2.13 CONCRETE MIXTURES FOR BUILDING ELEMENTS A. Footings and foundations: Proportion normal -weight concrete mixture as follows: 1. Minimum Compressive Strength: 3000 psi at 28 days. 2. Maximum Water-Cementitious Materials Ratio: 0.50. 3. Slump Limit: 4 inches, plus or minus 1 inch. 4. Air Content: 5-1/2 percent, plus or minus 1.5 percent at point of delivery for 1-1 /2 - inch nominal maximum aggregate size. B. Slabs -on -Grade (Interior): Proportion normal -weight concrete mixture as follows: 1. Minimum Compressive Strength: 3500 psi at 28 days. 2. Maximum water-cementitious ratio: 0.50. 3. Slump Limit: 4 inches, plus or minus 1 inch. 4. Air Content: Not to exceed 3%. 5. Air Content: Do not allow air content of troweled finished floors to exceed 4 percent. C. Structural Slabs/Walls: Proportion normal -weight concrete mixture as follows: CAST -IN-PLACE CONCRETE 033000-7 City of Iowa City Washington Street Genus Project No. 14090 I . Minimum Compressive Strength: 4500 psi at 28 days. 2. Maximum water-cementitious ratio: 0.50. 3. Slump Limit: 4 inches. 4. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 1 -1/2 -inch nominal maximum aggregate size. 2.14 FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice:' 2.15 CONCRETE MIXING A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to IDOT and furnish batch ticket information. PART 3 - EXECUTION 3.1 FORMWORK A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, m elevation, and position indicated, within tolerance limits of ACI 117. _ w C. °oLiri;g3)ncrete surface irregularities, designated by ACI 347R as abrupt or gradual, as =folbwK W 1. ��lass A, 1/8 inch for smooth -formed finished surfaces. �2. }Tjlass B, 1/4 inch for rough -formed finished surfaces. (L D. :V9Cof�doct forms tight enough to prevent loss of concrete mortar. E. iFabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. 1. Install keyways, reglets, recesses, and the like, for easy removal. 2. Do not use rust -stained steel form -facing material. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike -off templates or compacting -type screeds. G. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. H. Chamfer exterior corners and edges of permanently exposed concrete. CAST -IN-PLACE CONCRETE 033000-8 City of Iowa City Genus Project No. 14090 Washington Street I. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. J. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. K. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. L. Coat contact surfaces of forms with form -release agent, according to manufacturer's written instructions, before placing reinforcement. 3.2 EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast -in-place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 1. Install anchor rods, accurately located, to elevations required and complying with tolerances in Section 7.5 of AISC's "Code of Standard Practice for Steel Buildings and Bridges:' 2. Install dovetail anchor slots in concrete structures as indicated. ti 0 3.3 REMOVING AND REUSING FORMS O rn 71 A. General: Formwork for sides of beams, walls, columns, and similar parts of tke W6rk that— does not support weight of concrete may be removed after cumulativQ'6irinb at n$t less than 50 deg F for 24 hours after placing concrete, if concrete is hardopugh to nfn be damaged by form -removal operations and curing and protection d�atjpns art,, maintained. C' x 00 1. Leave formwork for beam soffits, joists, slabs, and other structura'leme& that supports weight of concrete in place until concrete has achieved at Ebst 70 percent of its 28 -day design compressive strength. 2. Remove forms only if shores have been arranged to permit removal of forms without loosening or disturbing shores. B. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply new form -release agent. C. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Architect. 3.4 SHORES AND RESHORES A. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring and reshoring. CAST -IN-PLACE CONCRETE 033000-9 City of Iowa City Washington Street Genus Project No. 14090 Do not remove shoring or reshoring until measurement of slab tolerances is complete. B. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. 3.5 VAPOR BARRIERS A. Plastic Vapor Barriers: Place, protect, and repair vapor barriers according to ASTM E 1745 and manufacturer's written instructions. I . Lap joints 6 inches and seal with manufacturer's recommended tape. 3.6 STEEL REINFORCEMENT A. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. 1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. 1. Weld reinforcing bars according to AWS D1.4, where indicated. D. 0Set wire ties with ends directed into concrete, not toward exposed concrete surfaces. in E. colnsVEw- elded wire reinforcement in longest practicable lengths on bar supports spaced W oto um�mize sagging. Lap edges and ends of adjoining sheets at least one mesh spQdrag. Offset laps of adjoining sheet widths to prevent continuous laps in either J r 1 clirgciron. Lace overlaps with wire. _ E—Q U. F. '-5hpkgoated Reinforcement: Repair cut and damaged epoxy coatings with epoxy oepair-coating according to ASTM D 3963. Use epoxy -coated steel wire ties to fasten c-eooxv-coated steel reinforcement. G. Zinc -Coated Reinforcement: Repair cut and damaged zinc coatings with zinc repair material according to ASTM A 780. Use galvanized steel wire ties to fasten zinc -coated steel reinforcement. 3.7 JOINTS A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. B. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. CAST -IN-PLACE CONCRETE 033000-10 City of Iowa City Washington Street Genus Project No. 14090 I . Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. 2. Form keyed joints as indicated. Embed keys at least 1-1 /2 inches into concrete. 3. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam - girder intersection. 4. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. 5. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near comers, and in concealed locations where possible. 6. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. 7. Use epoxy -bonding adhesive at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. C. Contraction Joints in Slabs -on -Grade: Form weakened -plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of concrete thickness as follows: 1. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint to a radius of 1/8 inch. Repeat grooving of contraction joints after applying surface finishes. Eliminate groover tool marks on concrete surfaces. 2. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond -rimmed blades. Cut 1/8 -inch- wide ignts into concrete when cutting action will not tear, abrade, or otherwise damag1purface and before concrete develops random contraction cracks. v D -4 D. Isolation Joints in Slabs -on -Grade: After removing formwork, install joint -f i%l_ tripat sIQItr junctions with vertical surfaces, such as column pedestals, foundatieA�alls, grade-: beams, and other locations, as indicated. :<r,i a i 'r 1. Extend joint -filler strips full width and depth of joint, terminating fltasft*ithJtishA0 concrete surface, unless otherwise indicated. 2. Terminate full -width joint -filler strips not less than 1/2 inch or more tharl inch below finished concrete surface where joint sealants, specified in Division 07 Section "Joint Sealants," are indicated. 3. Install joint -filler strips in lengths as long as practicable. Where more than one length is required, lace or clip sections together. E. Doweled Joints: Install dowel bars and support assemblies at joints where indicated. Lubricate or asphalt coat one-half of dowel length to prevent concrete bonding to one side of joint. Keyways: Provide keyways at least 1-1/2" deep in construction joints in wall, slabs, and between walls and footings; accepted bulkheads designed for this purpose may be used for slabs. Alternately, #4 dowels, 18" long and 12" o.c. can be used through cold joints, 9" in each slab. 3.8 WATERSTOPS A. Flexible Waterstops: Install in construction joints and at other joints indicated to form a continuous diaphragm. Install in longest lengths practicable. Support and protect CAST -IN-PLACE CONCRETE 033000-11 City of Iowa City Washington Street Genus Project No. 14090 exposed waterstops during progress of the Work. Field fabricate joints in waterstops according to manufacturer's written instructions. B. Self -Expanding Strip Waterstops: Install in construction joints and at other locations indicated, according to manufacturer's written instructions, adhesive bonding, mechanically fastening, and firmly pressing into place. Install in longest lengths practicable. 3.9 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. B. Deposit concrete continuously in one layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. 1. Deposit concrete in horizontal layers of depth to not exceed formwork design pressures and in a manner to avoid inclined construction joints. 2. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. 3. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mixture constituents to segregate. <x df :r - sit and consolidate concrete for floors and slabs in a continuous operation, within a fit of construction joints, until placement of a panel or section is complete. tit.-- Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. a �a Maintain reinforcement in position on chairs during concrete placement. moi V o Screed slab surfaces with a straightedge and strike off to correct elevations. 4. — Slope surfaces uniformly to drains where required. N 5. Begin initial floating using bull floats or darbies to form a uniform and open - textured surface plane, before excess bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. D. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When average high and low temperature is expected to fall below 40 deg F for three successive days, maintain delivered concrete mixture temperature within the temperature range required by ACI 301. 2. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in mixture designs. CAST -IN-PLACE CONCRETE 033000-12 City of Iowa City Washington Street Genus Project No. 14090 E. Hot -Weather Placement: Comply with ACI 301 and as follows: 1. Maintain concrete temperature below 95 deg F at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade uniformly moist without standing water, soft spots, or dry areas. STORMWATER POLLUTION PREVENTION G. The use of a concrete washout bag or equivalent must be provided at each construction site. A sign must be installed at the construction site, clearly designating the area for equipment operators. Concrete washout sites must be maintained to prevent the discharge of excess material and water into the storm water or any nearby body of water. The maintenance and removal of the washout site will be the responsibility of the concrete sub -contractor. H. All of this preventative work must follow the regulations of the Stormwater Pollution Prevention Plan (SWPPP). 3.10 FINISHING FORMED SURFACES A. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material with tie holes and defects repaired and patched. Remove fins and other proje ic�i ns that exceed specified limits on formed -surface irregularities. _ o 1. Apply to concrete surfaces not exposed to public view. U �Cn 3s B. Smooth -Formed Finish: As -cast concrete texture imparted by forrr ungmat arranged in an orderly and symmetrical manner with a minimum of seams Rwair Ind patch tie holes and defects. Remove fins and other projections that eg�;edsspeciM limits on formed -surface irregularities. __1 s 1. Apply to concrete surfaces exposed to public view, to receive "Aofinish,"io be covered with a coating or covering material applied directly loo conte. C. Rubbed Finish: Apply the following to smooth -formed finished as -cast concrete where indicated: 1. Smooth -Rubbed Finish: Not later than one day after form removal, moisten concrete surfaces and rub with carborundum brick or another abrasive until producing a uniform color and texture. Do not apply cement grout other than that created by the rubbing process. 2. Grout -Cleaned Finish: Wet concrete surfaces and apply grout of a consistency of thick paint to coat surfaces and fill small holes. Mix one part portland cement to one and one-half parts fine sand with a 1:1 mixture of bonding admixture and water. Add white portland cement in amounts determined by trial patches so color of dry grout will match adjacent surfaces. Scrub grout into voids and remove excess grout. When grout whitens, rub surface with clean burlap and keep surface damp by fog spray for at least 36 hours. D. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. CAST -IN-PLACE CONCRETE 033000-13 City of Iowa City Genus Project No. 14090 Washington Street 3.11 FINISHING INTERIOR FLOORS AND SLABS A. General: Comply with ACI 302.1 R recommendations for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Float Finish: Consolidate surface with power -driven floats or by hand floating if area is small or inaccessible to power driven floats. Restraighten, cut down high spots, and fill low spots. Repeat float passes and restraightening until surface is left with a uniform, smooth, granular texture. 1. Apply float finish to surfaces to receive trowel finish. C. Trowel Finish: After applying float finish, apply first troweling and consolidate concrete by hand or power -driven trowel. Continue troweling passes and restraighten until surface is free of trowel marks and uniform in texture and appearance. Grind smooth any surface defects that would telegraph through applied coatings or floor coverings. 1. Apply a trowel finish to surfaces exposed to view or to be covered with resilient flooring, carpet, ceramic or quarry tile set over a cleavage membrane, paint, or another thin -film -finish coating system. 2. Finish surfaces to the following tolerances, according to ASTM E 1155, for a randomly trafficked floor surface: 3. Finish and measure surface so gap at any point between concrete surface and an unleveled, freestanding, 10 -foot- long straightedge resting on 2 high spots and placed anywhere on the surface does not exceed 3/16 inch. D. Trowel and Fine -Broom Finish: Apply a first trowel finish to surfaces and epoxy terrazzo where ceramic or quarry tile is to be installed by either thickset or thin -set method. While concrete is still plastic, slightly scarify surface with a fine broom. 1. Comply with flatness and levelness tolerances for trowel finished floor surfaces. E. a-, Broom Finish: Apply a broom finish to exterior concrete platforms, steps, and ramps, and*sewhere as indicated. 1 P; ;Immediately after float finishing, slightly roughen trafficked surface by brooming W c w .with fiber -bristle broom perpendicular to main traffic route. Coordinate required incl finish with Architect before application. F. = Dt-Sfiake Floor Hardener Finish: After initial floating, apply dry -shake floor hardener to Ej,., sutth<ps according to manufacturer's written instructions and as follows: ,a 1 niformly apply dry -shake floor hardener at a rate of 100 Ib/100 sq. ft. unless greater amount is recommended by manufacturer. 2. Uniformly distribute approximately two-thirds of dry -shake floor hardener over surface by hand or with mechanical spreader, and embed by power floating. Follow power floating with a second dry -shake floor hardener application, uniformly distributing remainder of material, and embed by power floating. 3. After final floating, apply a trowel finish. Cure concrete with curing compound recommended by dry -shake floor hardener manufacturer and apply immediately after final finishing. 3.12 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as CAST -IN-PLACE CONCRETE 033000-14 City of Iowa City Washington Street Genus Project No. 14090 specified, to blend with in-place construction. Provide other miscellaneous concrete filling indicated or required to complete the Work. B. Non -shrink grout: Grout base plates and foundations as indicated, using specified on - shrink grout. Use non-metallic grout. 3.13 CONCRETE PROTECTING AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold -weather protection and ACI 301 for hot -weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to unformed concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 Ib/sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period gontinue curing for the remainder of the curing period. _ c m D. Unformed Surfaces: Begin curing immediately after finishing concrete. e LRorm� ' surfaces, including floors and slabs, concrete floor toppings, and other sWoces.i r cn E. Cure concrete according to ACI 308. 1, by one or a combination (4G fgpwirig„o(�j methods: c ? i��ll 1. Moisture -Retaining -Cover Curing: Cover concrete surfaces moisture - retaining cover for curing concrete, placed in widest practicable wth, wiisides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Cure for not less than seven days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. a. Moisture cure or use moisture -retaining covers to cure concrete surfaces to receive floor coverings. b. Moisture cure or use moisture -retaining covers to cure concrete surfaces to receive penetrating liquid floor treatments. C. Cure concrete surfaces to receive floor coverings with either a moisture - retaining cover or a curing compound that the manufacturer certifies will not interfere with bonding of floor covering used on Project. 2. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. a. After curing period has elapsed, remove curing compound without damaging concrete surfaces by method recommended by curing compound manufacturer unless manufacturer certifies curing compound will not interfere with bonding of floor covering used on Project. 3. Curing and Sealing Compound: Apply uniformly to floors and slabs indicated in a continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours CAST -IN-PLACE CONCRETE 03 3000- 15 City of Iowa City Washington Street Genus Project No. 14090 after initial application. Repeat process 24 hours later and apply a second coat. Maintain continuity of coating and repair damage during curing period. 3.14 LIQUID FLOOR TREATMENTS A. Penetrating Liquid Floor Treatment: Prepare, apply, and finish penetrating liquid floor treatment according to manufacturer's written instructions. 1. Remove curing compounds, sealers, oil, dirt, laitance, and other contaminants and complete surface repairs. 2. Do not apply to concrete that is less than 14 days' old. 3. Apply liquid until surface is saturated, scrubbing into surface until a gel forms; rewet; and repeat brooming or scrubbing. Rinse with water; remove excess material until surface is dry. Apply a second coat in a similar manner if surface is rough or porous. B. Sealing Coat: Uniformly apply a continuous sealing coat of curing and sealing compound to hardened concrete by power spray or roller according to manufacturers written instructions. 3.15 JOINT FILLING A. Prepare, clean, and install joint filler according to manufacturers written instructions. 1. Defer joint filling until concrete has aged at least one month(s). Do not fill joints until construction traffic has permanently ceased. B. Remove dirt, debris, saw cuttings, curing compounds, and sealers from joints; leave contact faces of joint clean and dry. C. uolnsW�semirigid joint filler full depth in saw -cut joints and at least 2 inches deep in formed !�_joirf.Sbverfill joint and trim joint filler flush with top of joint after hardening. =46; CQ ETE SURFACE REPAIRS a Z3s �:"A. aefecke Concrete: Repair and patch defective areas when approved by Architect. Remove and replace concrete that cannot be repaired and patched to Architect's approval. B. Patching Mortar: Mix dry -pack patching mortar, consisting of one part portland cement to two and one-half parts fine aggregate passing a No. 16 sieve, using only enough water for handling and placing. C. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other projections on the surface, and stains and other discoloration that cannot be removed by cleaning. 1. Immediately after form removal, cut out honeycombs, rock pockets, and voids more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and brush -coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form -tie voids with patching mortar or cone plugs secured in place with bonding agent. CAST -IN-PLACE CONCRETE 033000-16 City of Iowa City Washington Street Genus Project No. 14090 2. Repair defects on surfaces exposed to view by blending white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. 3. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Architect. D. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. 1. Repair finished surfaces containing defects. Surface defects include spalls, popouts, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. 2. After concrete has cured at least 14 days, correct high areas by grinding. 3. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. 4. Correct other low areas scheduled to receive floor coverings with a repair underlayment. Prepare, mix, and apply repair underlayment and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. Feather edges to match adjacent floor elevations. 5. Correct other low areas scheduled to remain exposed with a repair topL tg. Cut out low areas to ensure a minimum repair topping depth of 1& inch ft match adjacent floor elevations. Prepare, mix, and apply repair to `ak prim according to manufacturer's written instructions to produce a�ggothfunifm"- plane, and level surface. - to cn r 6. Repair defective areas, except random cracks and single hole5ClgncF or le diameter, by cutting out and replacing with fresh concrete. �vetefeCLXQ areas with clean, square cuts and expose steel reinforcement 134 - inch Dost a3inch clearance all around. Dampen concrete surfaces in contest wittrVatching concrete and apply bonding agent. Mix patching concrete of same'fiiaterials and mixture as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. 7. Repair random cracks and single holes 1 inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. E. Perform structural repairs of concrete, subject to Architect's approval, using epoxy adhesive and patching mortar. F. Repair materials and installation not specified above may be used, subject to Architect's approval. END OF SECTION 033000 CAST -IN-PLACE CONCRETE 033000-17 City of Iowa City Washington Street SECTION 05 1200 STRUCTURAL STEEL FRAMING PART 1 - GENERAL 1.1 RELATED DOCUMENTS Genus Project No. 14090 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Structural steel. 2. Grout. 1.3 DEFINITIONS A. Structural Steel: Elements of structural -steel frame, as classified by AISC's Mode of Standard Practice for Steel Buildings and Bridges." p "� D_i z 1.4 PERFORMANCE REQUIREMENTS S2 cit r a M MID A. Connections: Provide details of simple shear connections required e IX ontrpe# Documents to be selected or completed by structural -steel fabyc or,Wluciie comprehensive engineering analysis by a qualified professional engineer, to withstand loads indicated and comply with other information and restrictions indicated. "' 1. Select and complete connections using schematic details indicated and AISC 360. 2. Use ASD; data are given at service -load level. B. Moment Connections: Type FR, fully restrained. C. Construction: Combined system of moment frame, braced frame, and shear walls. 1.5 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Show fabrication of structural -steel components. 1. Include details of cuts, connections, splices, camber, holes, and other pertinent data. 2. Include embedment drawings. 3. Indicate welds by standard AWS symbols, distinguishing between shop and field welds, and show size, length, and type of each weld. Show backing bars that are to be removed and supplemental fillet welds where backing bars are to remain. STRUCTURALSTEEL 051200-1 City of Iowa City Genus Project No. 14090 Washington Street 4. Indicate type, size, and length of bolts, distinguishing between shop and field bolts. Identify pretensioned and slip -critical high-strength bolted connections. 5. For structural -steel connections indicated to comply with design loads, include structural analysis data signed and sealed by the qualified professional engineer responsible for their preparation. 1.6 QUALITY ASSURANCE A. Welding: Qualify procedures and personnel according to AWS D1.1, "Structural Welding Code—Steel:' B. Comply with applicable provisions of the following specifications and documents: 1. AISC's "Code of Standard Practice for Steel Buildings and Bridges:' 1.7 DELIVERY, STORAGE, AND HANDLING A. Store materials to permit easy access for inspection and identification. Keep steel members off ground and spaced by using pallets, dunnage, or other supports and spacers. Protect steel members and packaged materials from erosion and deterioration. 1. Do not store materials on structure in a manner that might cause distortion, damage, or overload to members or supporting structures. Repair or replace damaged materials or structures as directed. 2. Store fasteners in a protected place. Clean and relubricate bolts and nuts that become dry or rusty before use. o� 0000ORQINATION Q_ t. l ` Lt.+1A. -"_Co*ate selection of shop primers with topcoats to be applied over them. Comply vivitl3_} nt and coating manufacturers' recommendations to ensure that shop primers =qn(-tWcoats are compatible with one another. 3 G �i: B. �Tooraate installation of anchorage items to be embedded in or attached to other nonstruction without delaying the Work. Provide setting diagrams, sheet metal templates, instructions, and directions for installation. PART 2 - PRODUCTS 2.1 STRUCTURAL -STEEL MATERIALS A. W -Shapes: ASTM A 992. B. Channels, Angles. M and/or S -Shapes: ASTM A 36. C. Plate and Bar: ASTM A 36. D. Corrosion -Resisting Structural -Steel Shapes, Plates, and Bars: ASTM A 568, Grade 50. STRUCTURAL STEEL 061200-2 City of Iowa City Genus Project No. 14090 Washington Street E. Cold -Formed Hollow Structural Sections: ASTM A 500, Grade B, structural tubing. F. Corrosion -Resisting Cold -Formed Hollow Structural Sections: ASTM A 847, structural tubing. G. Steel Pipe: ASTM A 53, Type E or S, Grade B. 1. Weight Class: Standard. 2. Finish: Black, except where indicated to be galvanized. H. Welding Electrodes: Comply with AWS requirements. 2.2 BOLTS, CONNECTORS, AND ANCHORS A. High -Strength Bolts, Nuts, and Washers: ASTM A 325, Type 1, heavy hex steel structural bolts; ASTM A 563, Grade C, heavy hex carbon -steel nuts; and ASTM F 436, Type I, hardened carbon -steel washers; all with plain finish. 1. Direct -Tension Indicators: ASTM F 959, Type 325 compressible -washer type. B. Unheaded Anchor Rods: ASTM F 1554, Grade 36 1. Configuration: Straight or hooked. 2. Nuts: ASTM A 563 heavy hex carbon steel. 3. Plate Washers: ASTM A 36 carbon steel. 4. Washers: ASTM F 436 hardened carbon steel. 5. Finish: Plain. N C. Headed Anchor Rods: ASTM F 1554, Grade 36. dJ _o I . Nuts: ASTM A 563 heavy hex carbon steel. 2. Plate Washers: ASTM A36 carbon steel. �� a 3. Washers: ASTM F 436 hardened carbon steel. cn 3 4. Finish: Plain. D. Threaded Rods: ASTM A 36. co yW 1. Nuts: ASTM A 563 heavy hex carbon steel. o 2. Washers: ASTM F 436. 3. Finish: Plain. 2.3 PRIMER A. Primer: Fabricator's standard lead- and chromate -free, nonasphaltic, rust -inhibiting primer. 2.4 GROUT A. Nonmetallic, Shrinkage -Resistant Grout: ASTM C 1107, factory -packaged, nonmetallic aggregate grout, noncorrosive, nonstaining, mixed with water to consistency suitable for application and a 30 -minute working time. STRUCTURAL STEEL 051200-3 City of Iowa City Washington Street 2.5 FABRICATION Genus Project No. 14090 A. Structural Steel: Fabricate and assemble in shop to greatest extent possible. Fabricate according to AISC's "Code of Standard Practice for Steel Buildings and Bridges" and AISC's "Specification for Structural Steel Buildings—Allowable Stress Design and Plastic Design:' 2.6 SHOP CONNECTIONS A. High -Strength Bolts: Shop install high-strength bolts according to RCSC's "Specification for Structural Joints Using ASTM A 325 or A 490 Bolts" for type of bolt and type of joint specified. 1. Joint Type: Snug tightened. B. Weld Connections: Comply with AWS Dl.l for welding procedure specifications, tolerances, appearance, and quality of welds and for methods used in correcting welding work. 2.7 SHOP PRIMING A. Shop prime steel surfaces except the following: 1. Surfaces embedded in concrete or mortar. Extend priming of partially embedded members to a depth of 2 inches. 2. Surfaces to be field welded. 3. Galvanized surfaces. B. QSurface Preparation: Clean surfaces to be painted. Remove loose rust and mill scale and gaatter, slag, or flux deposits. Prepare surfaces according to the following pspedgations and standards: . ua 17C -SP 2, "Hand Tool Cleaning:' W 2. �SPC-SP 3, "Power Tool Cleaning:' --� to — > C. zPrir�' Immediately after surface preparation, apply primer according to L1_ aE5Fdcturer's written instructions and at rate recommended by SSPC to provide a dry �§m thk' ness of not less than 1.5 mils. Use priming methods that result in full coverage of 94bints, corners, edges, and exposed surfaces. I . Stripe paint corners, crevices, bolts, welds, and sharp edges. 2. Apply two coats of shop paint to inaccessible surfaces after assembly or erection. Change color of second coat to distinguish it from first. D. Painting: Prepare steel and apply a 1 -coat, nonasphaltic primer complying with SSPC- PS Guide 7.00, "Painting System Guide 7.00: Guide for Selecting One -Coat Shop Painting Systems;' to provide a dry film thickness of not less than 1.5 mils. 2.8 GALVANIZING A. Hot -Dip Galvanized Finish: Apply zinc coating by the hot -dip process to structural steel according to ASTM A 123. 1 . Fill vent holes and grind smooth after galvanizing. STRUCTURAL STEEL 051200-4 City of Iowa City Washington Street 2.9 SOURCE QUALITY CONTROL Genus Project No. 14090 A. Testing Agency - Owner may engage an independent testing and inspecting agency to perform shop tests and inspections and prepare test reports. PART 3 - EXECUTION 3.1 EXAMINATION A. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 ERECTION A. Set structural steel accurately in locations and to elevations indicated and according to AISC's "Code of Standard Practice for Steel Buildings and Bridges" and "Specification for Structural Steel Buildings—Allowable Stress Design and Plastic Design:' 3.3 FIELD CONNECTIONS N A. High -Strength Bolts: Install high-strength bolts according to RCSC's "SpecifidWion for Structural Joints Using ASTM A 325 or A 490 Bolts" for type of bolt aia typrof jowh specified. 3,- �1 1. Joint Type: Snug tightened. �-�n-< L r �C') B. Weld Connections: Comply with AWS D1.1 for welding procedure 6R ciftsatiorlsn tolerances, appearance, and quality of welds and for methods usept tm, c& ectir%V welding work. �F, cn 1. Comply with AISC's "Code of Standard Practice for Steel Buildings grid Brid@�s''. 3.4 REPAIRS AND PROTECTION A. Galvanized Surfaces: Clean areas where galvanizing is damaged or missing and repair galvanizing to comply with ASTM A 780. B. Touchup Painting: Immediately after erection, clean exposed areas where primer is damaged or missing and paint with the same material as used for shop painting to comply with SSPC-PA 1 for touching up shop -painted surfaces. 1. Clean and prepare surfaces by SSPC-SP 2 hand -tool cleaning or SSPC-SP 3 power -tool cleaning. C. Touchup Painting: Cleaning and touchup painting are specified in Division 09 painting Sections. END OF SECTION 051200 STRUCTURALSTEEL 051200-5 City of Iowa City Washington Street SECTION 05 3100 - STEEL DECKING PART 1 - GENERAL 1.1 RELATED DOCUMENTS Genus Project No. 14090 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: Non -composite form deck. 1.3 SUBMITTALS N A. Product Data: For each type of deck, accessory, and product indicated- C) ndicate- o 0 B. Shop Drawings: Show layout and types of deck panels, anchorage dr6orcingTl channels, pans, cut deck openings, special jointing, accessories, and c ttdchments other construction. —rte c -n Zz M 1.4 QUALITY -ASSURANCE CO 0 A. Testing Agency Qualifications: An independent agency qualified according to ASTM E 329 for testing indicated. 1.5 DELIVERY, STORAGE, AND HANDLING A. Protect steel deck from corrosion, deformation, and other damage during delivery, storage, and handling. B. Stack steel deck on platforms or pallets and slope to provide drainage. Protect with a waterproof covering and ventilate to avoid condensation. Protect and ventilate acoustical cellular roof deck with factory -installed insulation to maintain insulation free of moisture. STEEL DECK 053100-1 City of Iowa City Washington Street PART 2 - PRODUCTS 2.1 MANUFACTURERS Genus Project No. 14090 A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: Steel Deck: a. Consolidated Systems, Inc. b. Epic Metals Corporation. C. Nucor Corp.; Vulcraft Division. d. United Steel Deck, Inc. e. Wheeling Corrugating Company: Div. of Wheeling-Pittsburgh Steel Corporation. 2.2 NON -COMPOSITE FORM DECK A. Non -Composite Form Deck: Fabricate ribbed -steel sheet non -composite form deck panels to comply with "SDI Specifications and Commentary for Composite Steel Floor Deck," in SDI Publication No. 31, with the minimum section properties indicated, and with the following: 1. Galvanized -Steel Sheet: ASTM A 653, Structural Steel (SS), Grade 33, G90 zinc coating. 2. Profile Depth: As shown on contract documents. 3. Design Uncoated -Steel Thickness: As shown on contract documents. 4. Span Condition: As shown on contract documents. 2.3 a^ ACC�JSORIES A. 07G1: Provide manufacturer's standard accessory materials for deck that comply Qwith35quirements indicated. yr �B. 1�ouf-31aps: Steel sheet, minimum yield strength of 33,000 psi, of some material and Jnist deck, and of thickness and profile indicated. --' o C. tEnd CMures, Z -Closures, and Cover Plates: Steel sheet, of same material, finish, and `sickness as deck, unless otherwise indicated. D. Weld Washers: Uncoated steel sheet, shaped to fit deck rib, with factory -punched hole of 3/8 -inch minimum diameter. E. Galvanizing Repair Paint: ASTM A 780. F. Repair Paint: Manufacturer's standard rust -inhibitive primer of some color as primer. STEEL DECK 053100-2 City of Iowa City Washington Street PART 3 - EXECUTION 3.1 EXAMINATION Genus Project No. 14090 A. Examine supporting frame and field conditions for compliance with requirements for installation tolerances and other conditions affecting performance. 3.2 INSTALLATION, GENERAL A. Install deck panels and accessories according to applicable specifications and commentary in SDI Publication No. 30, manufacturer's written instructions, and requirements in this Section. B. Place deck panels on supporting frame and adjust to final position with ends accurately aligned and bearing on supporting frame before being permanently fastened. Do not stretch or contract side -lap interlocks. C. Place deck panels flat and square and fasten to supporting frame without warp or deflection. 0 D. Cut and neatly fit deck panels and accessories around openings otger www 71 projecting through or adjacent to deck. yam— t' E. Provide additional reinforcement and closure pieces at openings :Za-7eqb ed For strength, continuity of deck, and support of other work. r— F. Comply with AWS requirements and procedures for manual shied* s al arc welding, appearance and quality of welds, and methods used for cof ectinl,elding work. 3.3 NON -COMPOSITE FORM DECK INSTALLATION A. Fasten form -deck panels to steel supporting members by arc spot (puddle) welds of the surface diameter indicated and as follows: 1. Weld Diameter: 5/8 inch, nominal. 2. Weld Spacing: As shown on contract documents. 3. Weld Washers: Install weld washers at each weld location. B. Side -Lap and Perimeter Edge Fastening: Fasten side laps and perimeter edges of panels between supports, at intervals not exceeding the lesser of half of the span or 36 inches, and as follows: I . Fasten with a minimum of 1-1 /2 -inch- long welds. C. End Bearing: Install deck ends over supporting frame with a minimum end bearing of I- 1/2 inches, with end joints as follows: End Joints: Lapped. STEEL DECK 053100-3 City of Iowa City Genus Project No. 14090 Washington Street D. Girder Fillers: Weld steel sheet pour stops and girder fillers to supporting structure according to SDI recommendations, unless otherwise indicated. E. Floor -Deck Closures: Weld steel sheet column closures, cell closures, and Z -closures to deck, according to SDI recommendations, to provide tight -fitting closures at open ends of ribs and sides of deck. 3.4 REPAIRS AND PROTECTION A. Provide final protection and maintain conditions to ensure that steel deck is without damage or deterioration at time of Substantial Completion. END OF SECTION 053100 STEEL DECK 053100-4 a� st °o r acs UJLn cJ.sr .a Q 0 N STEEL DECK 053100-4 City of Iowa City Genus Project No. 14090 Washington Street SECTION 075419 THERMOPLASTIC MEMBRANE WATERPROOFING PART 1 - GENERAL CONDITIONS A. Scope 1. Base Bid: Supply and install a loose -laid thermoplastic membrane waterproofing system with integral flashings and other components. a. Substrate Preparation b. Vector Mapping Grid and Connections cif Required) C. Geotextile Leveling Layer d. Loosely Laid Waterproofing Membrane e. Protection / Drainage Layer f. Membrane Flashings g. Monitoring the Installation of Finishing Layers and Overburden h. Sealants and Adhesives 2. Alternate Bid: Supply and install a Self Adhered thermoplastic membrane waterproofing system with integral flashings and other components. a. Substrate Preparation b. Vector Mapping Grid and Connections cif Required) C. Surface Conditioner / Primer o d. Adhesive foam backed Waterproofing Membrane nC-) C_ e. Protection / Drainage Layer 2> r z f. Membrane Flashings cn g. Monitoring the Installation of Finishing Layers and Overburden --i C-) h. Sealants and Adhesives 'gym sW ✓M x m 3. Warranty: Supply the following waterproofing warranties: a. Manufacturer's Warranty: C3 1. System Warranty 20 years b. Applicator's Warranty: 1. Workmanship / Performance Warranty 5 years B. Related Work Under Other Sections 1.02 QUALITY ASSURANCE A. This waterproofing system shall be applied only by a waterproofing Applicator authorized by Waterproofing Manufacturer prior to bid. All work shall be completed by trained personnel. B. Installation of leveling layer, waterproofing membrane, separation layer, flashing membrane, expansion joints, membrane protection layer, drainage layer and insulation shall be the responsibility of the waterproofing applicator to ensure undivided responsibility. C. Obtain primary waterproofing materials, membrane and flashings, from a single manufacturer with not less than 20 years of successful experience in waterproofing application. Provide other system components only as approved by manufacturer of primary materials. JEFFERSON BUILDING 075419-1 WATER PROOFING MEMBRANE City of Iowa City Genus Project No. 14090 Washington Street D. Pre -construction conference to be held with the owner, architect, Applicator's field superintendent, waterproofing foreman, Technical Sales representative, and other involved trades to discuss waterproofing practices applicable to this project. E. There shall be no deviation made from the contract specification or the approved shop drawings without prior written approval by the owner or the owner's representative, and/or design professional, and Waterproofing Manufacturer. F. The Applicator shall follow most current quality assurance procedures. G. Cross-section seam samples shall be taken by the applicator a minimum of two times a day (AM/PM) through completed seams and evaluated immediately. The samples must be dated and saved for evaluation by the Manufacturer's Technical Representative. Each test cut shall be patched by the Applicator. H. Membrane Testing for Water Tightness 1. Water Testing of Drains The Applicator shall water test drains according to Sika Samafil's most current Quality Assurance Procedures. See Section 3.10. 2. Electronic Leak Detection Testing a) Electronic Leak Detection Testing (System Warranty) - The waterproofing applicator shall arrange for testing through Membrane Manufacturer. See Section 3.110. r[9rx�ffi.aIr1�1 The Applicator shall submit to the owner's representative and/or design professional the following: 1. A letter from the Waterproofing Manufacturer certifying that the Applicator is an approved waterproofing applicator in good standing. 2. Specimen copy of Manufacturer's warranty. ICE Sfciopy of Applicator's warranty. e!��4► d t.%�,.Il>- W. Co� oiapplicator's Waterproofing Notice of Award. ...J r r L' —5- Cop9 of°lmtufacturer accepted applicator's Notice of Award. L... -) L.) p 1.04 PRODUC DELIVERY, STORAGE AND HANDLING N A. All products delivered to the job site shall be in the original unopened containers or wrappings. B. Handle all materials to prevent damage. All materials shall be placed on pallets and fully protected from moisture with canvas tarpaulins. C. Membrane rolls shall be stored lying down on pallets and fully protected from moisture with JEFFERSON BUILDING 075419-2 WATER PROOFING MEMBRANE City of Iowa City Genus Project No. 14090 Washington Street canvas tarpaulins. D. Bonding adhesives shall be stored at temperatures above 40 degree F (5 degree C). E. All flammable materials shall be stored in a cool dry area away from sparks and open flames. Follow precautions outlined on container or supplied by the material manufacturer/supplier. F. Any materials which the owner's representative and/or Waterproofing Manufacturer determine to be damaged are to be removed from the job site and replaced at no cost to the owner. 1.05 JOB CONDITIONS A. Proceed with waterproofing membrane installation only after substrate preparation is complete. Owner's representative and/or design professional and waterproofing Applicator must accept substrate before proceeding with membrane installation. B. Substrate must be clean and smooth. With the exception of areas to receive grid strips, damp concrete is acceptable, however no standing or visible water is allowed. Do not work in rain or snow or adverse weather conditions. Severe temperatures, moisture and humidity may affect the installation of products during construction. Comply with applicable installation requirements for all components. N C. All work shall be scheduled and executed without exposing the completq# waterproofing system and interior building areas to the effects of inclement weathV..aThsL.buildirT1and its contents shall be protected against all risks. A=t z D. The structure must be designed to support the system, including the overoRdennThe aq gquacy of the structural support must be verified in writing by the owner, the own6r`s deign prof ssional, architect, or engineer. The Applicator shall take precautions that storage nd/& appUbtion of materials and/or equipment does not overload the deck or building stru5{ure. o E. All new and temporary construction, including equipment and accessories, shall be secured in such a manner, at all times, as to preclude wind blow -off or damage. F. Liquid materials such as solvents and adhesives shall be stored and used away from open flames, sparks and excessive heat. G. The Applicator should take necessary precautions when using adhesives around air in -takes. The smell of the adhesive could be a disturbance to the building occupants. It is the Applicator's responsibility to notify the owner and take the proper precautions. H. The Applicator shall verify that all drain lines are connected and un -blocked before starting work. Report any blockages or non -connected drains to the owner's representative and/or design professional in writing. I. The Applicator is cautioned that PVC membranes are incompatible with asphalt, coal -tar, polystyrene, oil-based and plastic -based cements, creosote, penia -based materials, grease, fats, oils, and solvents. Such materials shall not come in contact with the waterproofing membrane at any time. If such contact occurs, the material shall be cut-out, discarded and patched. J. All waterproofing materials, insulation, flashings and metal work removed for construction shall JEFFERSON BUILDING 075419-3 WATER PROOFING MEMBRANE City of Iowa City Genus Project No. 14090 Washington Street be immediately taken off the site to a legal dumping area authorized to receive such materials. K. If any unusual or concealed condition is discovered, stop work and notify the owner's representative and/or design professional and Sika Sarnafil immediately, in writing. L. Site cleanup, including both interior and exterior building areas in any way affected by the construction, shall be complete and to the owner's satisfaction. All landscaped areas affected by waterproofing activities shall be raked clean and seeded, if required. All paved areas shall be swept clean. All areas stained, dirtied, and discolored or otherwise damaged due to waterproofing activities shall be cleaned, restored, and replaced as required. 1.06 SEQUENCING OF THE WORK Do not proceed with installation of subsequent layers and overburden over the completed sections of the waterproofing without the acceptance of the owner's representative, design professional, general contractor, and Waterproofing Manufacturer (when a System warranty is specified). B. Protect the membrane and coordinate with other trades to avoid traffic over completed membrane surfaces. Arrange work sequence to avoid use of newly installed waterproofing for storage, walking surface, and equipment movement. Where such access is absolutely required, the Applicator shall provide all necessary temporary protection and barriers to segregate the work area and to prevent damage to adjacent areas. Adequate protection of the membrane shall be provided for all waterproofing areas which receive traffic during construction. Any damage which occurs to the waterproofing membrane and/or system is to be brought to the attention of the owner's representative and/or design professional and Waterproofing Manufacturer. All damage is to be repaired according to Waterproofing Manufacturer recommendations. The party responsible for damage shall bear the cost of repairs. 1.07 WARRANTIES A Applicator's Warranty ThEApplicator shall supply the owner with a minimum five (5) -year workmanship warranty. The wentobligation shall run directly to the owner with a copy to the Waterproofing McLaufgR?G6_-r. w 7^ B.J Mq.Wfc ltgr's Warranty lL 1. stearranty 20 Years ae Applicator shall provide a Sika Sarnafil System warranty to the building owner. Upon successful completion of the work to Sika Sarnafil's satisfaction and receipt of final payment, the Sika Sarnafil System Warranty shall be issued. PART 2 - PRODUCTS 2.01 WATERPROOFING MEMBRANE The manufacturer of the thermoplastic waterproofing membrane system shall have a track record of JEFFERSON BUILDING 075419-4 WATER PROOFING MEMBRANE City of Iowa City Genus Project No. 14090 Washington Street producing and marketing a reinforced PVC sheet system for waterproofing applications for at least 20 years and guarantee that the membrane thickness meets or exceeds [the specified thickness] when tested according to ASTM D751. Subject to this and other technical requirements, provide products of the following: 1. Sika Sarnafil, A Division of Sika Corporation, Canton, Massachusetts. Thermoplastic membrane: polyvinyl chloride (PVC) flexible sheets with non -woven fiberglass reinforcing. a. Base Bid: (Loose Laid), Sarnafil G476-15, 60 mil (1.5 mm), thermoplastic membrane with fiberglass reinforcement. SFM. b) Alternate Bid: (Self Adhered) Sarnafil G476-15 SA, 60 mil (1.5 mm), thermoplastic membrane with fiberglass reinforcement with a 60 mil (1.5 mm) thick closed cell foam backing layer. Total waterproofing thickness is 120 mils (3 mm). SFM. Parameters ASTM Test Method Typical Physical Properties Membrane thickness, inches (mm) D 638 0.060(l.5) Tensile Strength, psi. D 751 1631 Elongation at Break, % D 751 279 MD, 267 C&D Seam Strength, % of Tensile Strength D 751 86% !H! Retention of Properties After Heat Aging D 3045 a ` _T1 Tensile Strength, % of original D 751 a Elongation at Break, % of original D 751 Tear Resistance, Ibf D 1004 cn Linear Dimensional Change, % D 1204 y M Weight Change after immersion in water, % D570 Static Puncture Resistance, 33 lbs. D5602 Piss rn Dynamic Puncture Resistance, 10 J D5635 PYiss C:) 2.02 SYSTEM FLASHING PRODUCTS AND ACCESSORIES A. Flashing 1. Non -exposed flashings a) Sarnafil G476-15, 60 mil 11.5 mm), thermoplastic flashing membrane with fiberglass reinforcement. 2. Exposed flashings a) Sarnafil G410-15, 60 mil (1.5 mm), thermoplastic flashing membrane with fiberglass reinforcement. 3. Asphalt resistant flashing: Sarnafil G459-15, 60 mil (1.5 mm), thermoplastic, asphalt resistant, grid and flashing membrane with fiberglass reinforcement. B. Adhesives 1. Sarnacol2170 A solvent -based reactivating -type adhesive used to attach membrane to the flashing JEFFERSON BUILDING 075419-5 WATER PROOFING MEMBRANE City of Iowa City Washington Street substrate. 2. Sarnacol2121 Genus Project No. 14090 A water-based adhesive used to attach the membrane to the flashing substrate. 3. Sikaflex-1 1 FC Adhesive for containment grid strips and certain flashing details. C. Attachment Components 1. Sarnabar-SS Heavy-duty, 14 gauge, roll -formed stainless steel bar used to attach membrane to decks. 2. Sarnastop An extruded aluminum, flat low profile bar used to terminate flashing membrane. 3. Masonry Anchor A drive -pin expansion type fastener with zinc sheaths and stainless steel pins for attachment of Sarnabar-SS and Sarnastop to concrete, masonry, and brick. D. Accessories 1. Sarnaclad-SS (Below Grade) A PVC -coated, heat weldable sheet metal capable of being formed into a variety of shapes wnd profiles. Sarnaclad is a stainless steel sheet metal with an unsupported Sarnafil membrane laminated on one side for buried or concealed flashing conditions. LU 2. parr fQd (Above Grade) _� _J LrA P�oated, heat -weldable sheet metal capable of being formed into a variety of 2&hapes.�nd profiles. Sarnaclad is a 25 gauge, G90 galvanized metal sheet with a 20 mil (1 U— :�4rirr�3 t upported Sarnafil membrane laminated on one side for above grade flashing Mbcati<!;i?z. 0 N 3. Aluminum Tape A pressure -sensitive aluminum tape used as a separation layer between small areas of asphalt contamination and as a bond -breaker under the coverstrip at Sarnaclad joints. 4. Sarnamatic 220 volt, self-propelled, hot-air welding machine used to seal long lengths of Sarnafil membrane seams. 5. Sornacorner-Inside/Outside JEFFERSON BUILDING 075419-6 WATER PROOFING MEMBRANE City of Iowa City Washington Street Genus Project No. 14090 Prefabricated inside and outside flashing corners made of PVC membrane that are heat - welded to membrane or Sarnaclad base flashings. 6. Sikaflex Primer 449 A solvent based primer used to prime the back of G459 grid strip membrane to improve adhesion to Sikaflex-1 1 FC. 7. Surface Conditioner / Primer (Alternate Bid) A liquid conditioner / primer for concrete and masonry substrates only. Used as a surface treatment to bind dust and concrete efflorescence thereby providing a suitable surface to install self adhesive membranes. a. Surface Conditioner 150 - Water Based b. Sarnavap SA Primer- Solvent Based 8. Sikaflex Sealant used at flashing terminations and pitch pocket filler. o a. Sikaflex 1 a b. Sikaflex 11 FC 9. Multi -Purpose Tape =tc� �n r A high performance sealant tape used with metal flashings as a preve r easugainst air and wind blown moisture entry. co -f � o 10. Sarnacircle Circular 48 mil (1.2 mm) G410 membrane patch welded over T -joints formed by overlapping membranes greater than 60 mil (1.5 mm) in thickness. 11. Sarnacord-PVC A 5/32 inch (4 mm) diameter, red -colored, flexible thermoplastic extrusion that is welded to the top surface of the Sarnafil membrane against the outside edge of Sarnabar-SS, used to hold the membrane in position. 2.03 VECTOR MAPPING GRID AND CONNECTIONS A. Vector Mapping Grid (VMGTM) (If required) A specially selected 2" x 2" (50 mm x 50 mm) 304 stainless steel grid that serves as a conductive medium below the membrane used in conjunction with EFVM®. B. EFVM Connection Kit Connects the Vector Mapping Grid to the leak detection equipment. It consists of two (2) 0.45 JEFFERSON BUILDING 075419-7 WATER PROOFING MEMBRANE City of Iowa City Washington Street Genus Project No. 14090 mm, 6" x 6" SS 304 stainless steel EFVM connection plates, insulated, exterior graded 16 gauge low voltage wire, 5'-6" in length. The EFVM Connection Kit is utilized to electrically energize the Vector Mapping Grid during the EFVM test. 2.04 LEVELING AND SEPARATION LAYERS A. Samafelt NWP-HD A non -asphaltic, non -woven 18 oz/yd2 (610 gms/m2) polypropylene felt leveling layer used between concrete and waterproofing membrane. 2.05 DRAINAGE COMPOSITE Drainage Composite 3811 R A 100% recycled polypropylene drainage core of fused, entangled filaments with a geocomposite fabric bonded to each side. 2.06 RELATED MATERIALS A. Plywood When adhering the flashing membrane directly to plywood, a minimum 1/2 inch (13 mm) CDX (C side out), smooth -surfaced exterior grade plywood with exterior grade glue shall be used. Rough -surfaced plywood or high fastener heads will require the use of Samafelt behind the flashing membrane. Plywood shall have a maximum moisture content of 19% by weight on a dry weight basis. B. Miscellaneous Fasteners and Anchors Fasteners are Vc be compatible with materials in contact with fasteners. All fasteners and japhor?Shaoj5ye a minimum embedment of 1-1 /4 inches (31.7 mm) and shall be approved for li h u�by fastener manufacturer. Fasteners for attachment of metal to wood blocking I b?e,,angj ring nails. Fasteners for attachment of metal to masonry shall be all -metal dnsw typt3asteners. All fasteners shall meet Factory Mutual Standard 4470 for corrosion ,stance. AtHMteners installed below grade shall be stainless steel. PART 3 - EXECUTION 2 0 N 3.01 EXAMINATION A. Examine all surfaces scheduled to receive waterproofing membrane and flashing for roughness, contaminants, unsound structural substrates or other conditions that may impair the waterproofing application. Notify the owner and copy Sika Sarnafil in writing of any such conditions. Do not commence work until all defects are remedied. Applicator shall be responsible for acceptance or provision of proper substrate to receive new waterproofing materials. 3.02 SUBSTRATE PREPARATION JEFFERSON BUILDING 075419-8 WATER PROOFING MEMBRANE City of Iowa City Genus Project No. 14090 Washington Street 1. Poured Normal Weight Structural Concrete Deck: The surface shall be equivalent to a smooth float finish and shall be free of dust, excess moisture, oil-based curing agents and loose debris. Sharp ridges or other projections above the surface shall be removed before waterproofing. Depressions and honeycombs shall be patched with SikaQuick® 1000 repair mortar. Repair cracks in concrete up to 3/8 inch (9.5 mm) with Sikadur® Crack Fix epoxy or Sikadur® 35, Hi -Mod LV. Cracks greater than 3/8 inch (9.5 mm) shall be repaired with SikaGrout® 212 non -shrink, cementitious grout. 3.03 VECTOR MAPPING GRID AND CONNECTIONS INSTALLATION A. Lay the Vector Mapping Grid over the substrate. Follow Sika Sarnafil "Vector Mapping Grid (VMG) Installation Procedure." 3.04 LEVELING LAYER INSTALLATION (Base Bid) A. Roll out the leveling layer lapping all edges a minimum of 4 inches (10.2 cm). Spot adhere to hold in place, if necessary. N B. Install only as much leveling layer as can be made weather -tight at the end of ec8) work day. b a+ C. The leveling layer felt is to be cut with either scissors or utility blades. Th t7 L of_t air 1v' Iding equipment to cut the product is not allowed. r*i-c r =t t^• cn 3.05 SURFACE CONDITIONER / PRIMER APPLICATION (Alternate Bid) rte,, a = A. Apply Surface Conditioner or Primer according to Sika Sarnafil's printed irructic3�i3. 0 B. Application shall be to all Horizontal and vertical concrete and masonry substrates to receive G476 SA membrane. 3.06 THERMOPLASTIC WATERPROOFING MEMBRANE INSTALLATION A. Comply with Sika Sarnafil's most current installation instructions, specific recommendations, and approved shop drawings for this project. B. Workmen and all others that walk on the waterproofing membrane shall wear clean, soft -soled shoes to prevent damage. Heed all manufacturer's cautions and warnings in regard to product use. Membrane is slippery when wet or covered with frost, snow and ice. Take proper precautions. Lay out work to minimize traffic over installed areas. C. Unroll and position the waterproofing membrane over the substrate. Be sure to remove all shipping tape from the membrane. 3.07 HOT-AIR WELDING OF LAP AREAS A. General 1. All surfaces to be welded shall be clean and dry. No contaminants shall be present within JEFFERSON BUILDING 075419 -9 WATER PROOFING MEMBRANE City of Iowa City Washington Street lap areas. Genus Project No. 14090 2. Welding equipment shall be provided by or approved by Sika Sarnafil. All mechanics intending to use the equipment shall be trained and qualified and shall have successfully completed a course of instruction provided by a Sika Sarnafil technical representative prior to welding. 3. Adjacent sheets shall be welded in accordance with Sika Sarnafil's instructions. All side and end lap joints shall be hot air welded. Lap area shall be a minimum of 3 inch (76.2 mm) wide when machine welding, and a minimum of 4 inch (10.2 cm) wide when hand welding. Overlaps shall be with the flow of water where possible. B. Machine Welding Machine welded seams are achieved by the use of automatic welding equipment. When using this equipment, Sika Sarnafil's instructions must be followed and local codes for electric supply, grounding and over current protection observed. Dedicated circuit house power or a dedicated portable generator (30 A, 220 V, and recommended min. 7,500 Watts) is required. No other equipment shall be operated off the generator. C. T -Joints (three-way overlaps) The second layer (middle layer) of membrane of all T -Joints formed with membrane greater than 60 -mils in thickness must be shaved down to create a smooth transition for the top layer of membrane prior to hot-air welding. A 4 inch (10.2 cm) round or square (with rounded corners) patch of max. 60 mil thick G476, G410, or G459 membrane must be hot-air welded over the center of the T -Joint intersection. The edges of the membrane forming the T -Joint must be shaved to provide a smooth transition for the patch. D. Install Samobar-SS fastened 12 inches (30 cm) on center with acceptable fasteners into the structural deck to termination the membrane at all walls, curbs, and angle changes according to Sika Samafil detail drawings. Weld a 4 inch (102 mm) wide membrane protection strip over bar ends and at bar intersections. Hot-air weld Sarnacord-PVC onto the membrane on the outside/penetration side of the Sarnabar-SS. E. Quality Control of Welded Seams All completed welded seams shall be checked by the waterproofing Applicator after cooling for continuity using a rounded screwdriver or other suitable blunt object. On-site evaluation of welded:)seams . hall be made daily by the Applicator. Cross-section samples shall be taken a minimum of two times a day (AM/PM) through completed seams and evaluated immediately. Sscfii�iA I must be dated and saved for evaluation by a Sika Sarnafil Technical esaat >:Each test cut shall be patched by the Applicator. Each test cut shall be hed ypplicator. �I r Y` 3.08 MiMBRAt FLAGS O A. All flashin*shall be installed concurrently with the waterproofing membrane according to Sika Sarnafil approved details as the job progresses. Flashings shall be loose -laid, or adhered to compatible, dry, smooth, and solvent -resistant surfaces. All masonry joints shall be struck flush. Rough or incompatible surfaces may be covered with Sarnafelt NWP-HD, or minimum 1/2 inch (13 mm) CDX plywood. JEFFERSON BUILDING 075419-10 WATER PROOFING MEMBRANE City of Iowa City Genus Project No. 14090 Washington Street B. When adhering to vertical surfaces greater than 30 inches (76.2 cm) in height, provide intermediate fastening of the flashing membrane according to Sika Sarnafil requirements. C. Complete the entire waterproofing assembly and flashing in a single working day; avoid exposure of any components to rain, snow, or dew. If rain threatens during the day, or in an emergency, protect the unfinished exposed waterproofing and flashing components. D. All flashing membranes shall be mechanically fastened along the top edge according to approved Sika Sarnafil details. Acceptable fasteners shall be used to secure flashings to substrate. Seal top of termination with an acceptable sealant. E. All flashings shall extend a minimum of 8 inches (20.3 cm) above the overburden unless previously accepted by the owner's representative and/or design professional and Sika Samafil, in writing. All interior and exterior corners and miters shall be cut and hot-air welded into place. Complete inside and outside corner flashing details with prefabricated corner patches (Sarnacorners). G. No bituminous elements shall be in contact with the waterproofing membranes unless asphalt resistant membrane is used. Flashing substrates contaminated with cgaEfar shcLbe ciampletely cleaned, or overlaid with minimum 1/2 inch (13 mm) thick CDX plywoo iQlnum g auge stainless steel sheet metal. �� r 3.09 SARNACLAD METAL FLASHINGS (if any) A. Complete all metal work in conjunction with waterproofing and flashingE�6 #99 a watertight condition exists daily. o J B. Metal shall be installed to provide adequate resistance to bending and allow for normal thermal expansion and contraction. C. Metal joints shall be watertight. D. Metal flashings shall have a 4 inch (10.2 cm) minimum nailing flange and shall be fastened into solid wood blocking 4 inches (10.2 cm) on center staggered or into concrete with acceptable concrete anchors 6 inches (15.2 cm) on center staggered. Fasteners shall penetrate the wood nailer a minimum of 1-1 /4 inch (31.7 mm) or into concrete a minimum of 1 inch (25.4 mm). E. Adjacent sheets of PVC coated metal shall be spaced 1/4 inch (6.3 mm) apart. The end joints of the metal shall be fastened 6 inches (15.2 cm) on center. The joints shall be covered with 2 inch (50.8 mm) wide aluminum tape. A 4 inch (10.2 cm) wide membrane flashing strip shall be hot air welded over the joint. 3.10 TEMPORARY CUT-OFF A. All flashings shall be installed concurrently with the membrane in order to maintain a watertight condition as the work progresses. Provide temporary cut-offs around exposed edges and at incomplete flashing areas from the new membrane to the structural deck or existing waterproofing. Remove the cut-offs completely before proceeding with subsequent work. B. If inclement weather occurs while a temporary cut-off is in place, the Applicator shall provide JEFFERSON BUILDING 075419-11 WATER PROOFING MEMBRANE City of Iowa City Washington Street Genus Project No. 14090 the labor necessary to monitor the situation to maintain a watertight condition. 3.11 WATER TESTING OF DRAINS AND ELECTRONIC LEAK DETECTION TESTING ra Electronic Leak Detection Testing Follow Sika Sarnafil procedures for electronic leak detection testing over the completed waterproofing membrane to check for membrane water tightness prior to the installation of subsequent layers. 2. Perform EFVM electronic leak detection testing over the completed waterproofing membrane for testing of capillary defects and/or breaches in the membrane prior to the installation of subsequent layers. Should leaks be discovered, the Applicator shall locate leak source(s) and make repairs. All patches/repairs shall be re -tested to assure water -tightness. All costs associated with the repairs shall be borne by the Applicator. 3.12 INSTALLATION OF DRAINAGE COMPOSITE A. Install drainage composite directly over the waterproofing membrane. Install drainage composite immediately after Sika Sarnafil's inspection and acceptance of the waterproofing installation. B. Neatly trim drainage composite to fit closely around penetrations and at the base of all drains to ensure that water will flow freely from composite into drain openings. C. All cut edges of the drainage composite shall be covered in order to protect the waterproofing membrane from damage. co 3.13 MONITORING THE INSTALLATION OF FINISHING LAYERS AND OVERBURDEN A. %WatftroL" ry' Applicator shall monitor finishing layer installation and overburden operations to Sur J150 doge is done to the waterproofing membrane. The type of overburden is to be c coved by 7gr�besigner and owner. {{ a a B. S$6verMrde ioaterials shall be satisfactory material as specified, free of all foreign matter, clay, roc>Sgravel llarger than 1 inch (25.4 mm) in any dimension, debris, waste, frozen materials, vegetation and other deleterious matter. C. Overburden materials must be placed carefully and evenly. D. No large rocks are to be allowed against the waterproofing system. E. If overburden material has stone sizes greater than 1 inch (25.4 mm), the use of Sarnatherm insulation and or other acceptable protective layers must be used to maximize the protection of the waterproofing system. The use of Sarnatherm does not eliminate the need for proper overburden material and backfill techniques. F. Alert all parties concerned of any activities that might adversely affect the long-term JEFFERSON BUILDING 075419-12 WATER PROOFING MEMBRANE i City of Iowa City Genus Project No. 14090 Washington Street performance of the waterproofing. END OF SECTION 075419 O N O Q r rT� v M o� co --::r co - o -1 JEFFERSON BUILDING 075419-13 WATER PROOFING MEMBRANE City of Iowa City Washington Street SECTION 12 93 00 SITE FURNISHINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS Genus Project No. 14090 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Bicycle racks. 2. Trash receptacles. 3. 'Big Belly' recycling and waste containers. o E2 4. Benches. o 5. Bar Height Counter cn 6. Fixed Stools. -t B. Related Requirements: :� �M a. M 1. Section 03 3002 Cast -in -Place Concrete Substructure 7Ac s 0 o r 2. Section 32 1313 Concrete Paving co 1.3 SUBMITTALS A. Submit manufacturer's technical product data for each accessory item. Include installation instructions for accessories, which are built in or connected to other work. B. Provide setting drawings, templates, and instructions for installation of anchorage devices in other work. C. Product warranty: Provide manufacturer warranty information for each product type. D. Samples: For each exposed product and for each color and texture specified. ' E. Maintenance Data: For site furnishings to include in maintenance manuals. 1.4 DELIVERY, STORAGE AND HANDLING A. Delivery: Deliver materials to site in manufacturer's original, unopened containers and packaging, with labels clearly identifying product name and manufacturer. SITE FURNISHINGS 129300-1 City of Iowa City Genus Project No. 14090 Washington Street B. Storage: Store materials in clean, dry area in accordance with manufacturer's instructions. Keep materials in manufacturer's original, unopened containers and packaging until installation. C. Handling: Protect materials and finish during handling and installation to prevent damage. 1.5 MAINTENANCE MATERIAL SUBMITTALS 1. Trash Receptacle Liners: Five liners. 2. Anchors. PART 2 - PRODUCTS 2.1 BICYCLE RACKS A. Classic Bike Rack U/2 12700S. Manufactured by Cycle Safe Inc., 5211 Cascade Rd. SE, Suite 210, Grand Rapids, MI 49546. Toll Free (888) 950-6531. Website: www.cyclesafe.com. E-mail: info@cyclesafe.com 1. Size: 4.5 inches wide x 36 inches high x 22.1 inches long 2. Installation Method: Surface Mount 3. Materials: a. 1-1 /2" SCHD. 40 PIPE (2" O.D.), bent in the shape of an inverted "Ll" to a 24" outside radius. 4. Coating: Black plastisol rubberized applying 12-20 mils thick jacket. 5. Accessories: Anchor Bolts: 3/8" SS drop in anchor for 3/8" x 1" SS anchor bolt. 2.2 fz�A. LLi ._i `RASH.@ECEPTACLES CO mss- �&car16R3ugh Litter Receptacle. Manufactured by Landscape Forms, Inc., 431 Lawndale `€ve�o Kalamazoo, Michigan 49048. Toll Free (800) 521-2546. Phone (269) 381-0396. IFax f-24 381-3455. Website www.landscapeforms.com. E-mail: ZZ '8: Side Opening o as Height: 40" o b. Outer Diameter: 25" N C. Opening: 6-3/8" x 12-1/2" 2. Mounting: Surface Mount 3. Material: a. Supports: Support legs are 1" x 1" solid steel. Fourth leg holds pup up mechanism and is 1" x 1" stainless steel tube. b. Liner Rest: Liner rests on '/," x 3/4' steel straps, welded to support legs. Collar is tubular steel 1-1 /4" diameter, 0.120" wall thickness. C. Side Panels: Vertical straps are 1-1/2" x 3/16" aluminum. Straps are welded to aluminum rings at top and bottom, which are 2-1/2" wide. Panel is bolted to support structure with stainless steel hardware. d. Top: Side opening top is formed of 0.125" thickness spun aluminum. Side opening top is bolted with stainless steel hardware to 14 gauge spun steel diverter ring. SITE FURNISHINGS 129300-2 City of Iowa City Genus Project No. 14090 Washington Street e. Pop-up Rod: Stainless steel rod is 19/32" in diameter. Pop up mechanism incorporates two sizes of stainless steel roll pins, which allow proper guidance of top. f. Liners: Formed of polyethylene 4. Liners: Black 5. Powdercoat Finish Color: Black 6. Accessories: a. Anchor Bolts: Corrosion resistant recommended, not supplied by manufacturer. 2.3 BENCHES A. Scarborough Backed Strap Bench, 72" with Center Arm. Manufactured by Landscape Forms, Inc., 431 Lawndale Avenue, Kalamazoo, Michigan 49048. Toll Free (800) 521- 2546. Phone (269) 381-0396. Fax (269) 381-3455. Website www.landscapeforms.com. E-mail: specifv@landscapeforms.com 1. Style: Backed a. Length: 72" b. Depth: 28" C. Height: 34" d. Arm Height: 28" 2. Seat Pattern: Strap o 3. Optional Divider: Center arm rest o `^ 4. Materials: a. Horizontal Strap: constructed of steel straps 1-1 /2" x 0.188" b. Strap Supports: End frames are 1" x 1" solid steel, joined by P&' dkftet� 0.120" wall thickness tubular steel. Seat panels are perimeterq�de$to ttM end frames. 5. Mounting: Surface Mount F^ gP 6. Powdercoat Finish Color: Black o 7. Accessories: a. Anchor Bolts: Corrosion resistant recommended, not supplied by manufacturer. 2.4 BAR HEIGHT COUNTER A. Jessie Rail System. Manufactured by Landscape Forms, Inc., 431 Lawndale Avenue, Kalamazoo, Michigan 49048. Toll Free (800) 521-2546. Phone (269) 381-0396. Fax (269) 381-3455. Website www.landscar)eforms.com. E-mail: specify@landscapeforms.com 1. Style: Basic Unit - 106"; Quantity: 2. Expansion unit - 48"; Quantity: 2 a. Top of Rail: Bar top b. Infill option: Open, no infill C. Mounting: Surface Mount. 2. Materials: a. Support Post: Carbon steel plate, 5/8" thick. Top mounting plate is '/:' thick carbon steel sheet, welded to support post. b. Splice lock: Type 319 or 356 ASTM B 26 aluminum casting. C. Hardware: Carbon steel Magni-coated screws d. Bar top: Constructed 6061 aluminum extrusion. Intermediate sections and end caps are 1" x 12". SITE FURNISHINGS 129300-3 City of Iowa City Genus Project No. 14090 Washington Street 3. Accessories: a. Anchor Bolts: Corrosion resistant recommended, not provided by the manufacturer. 4. Powdercoat Color Finish: Black 2.5 STOOLS A. Bernie Seats. Manufactured by Landscape Forms, Inc., 431 Lawndale Avenue, Kalamazoo, Michigan 49048. Toll Free (800) 521-2546. Phone (269) 381-0396. Fax (269) 381-3455. Website www.landscaaeforms.com. E-mail: soecifv@landscaoeforms.com 1. Style: Backed, left back a. Depth: 21-3/4" b. Overall Height: 40-1/2" C. Seat Height: 29" d. Length: 29" 2. Mounting: Surface Mount. 3. Materials: a. Seat frame: Contoured seat panel support is constructed of type 319 or 356 ASTM B26 aluminum sand casting. b. Seat insert: Seat inserts are 0.135" thick (10 gauge) ASTM A569 carbon steel sheet with welded on stainless steel standoffs for bolting to seat frame. C. Support column: Support post is 3" dia x 1 /4" wall carbon steel tubing. Inner support column is stainless steel. Footrest is cast stainless steel. Support column pieces are welded together. d. Bearing: Cast bronze, to allow seat to rotate. e. Back support: Type 319 or 356 ASTM B 26 aluminum casting, bolted to seat frame with carbon steel Magni-coated screws. 4. Accessories: a. Anchor Bolts: Corrosion resistant recommended, not provided by the °' manufacturer. 5. ?owdercoat Color Finish: I I s Ym. Support/Frame/Seat Insert Color: Black iii a Backrest Color: Black nBIGWLLtMO STATION 0 A. oDuo SMtion. Manufactured by Bigbelly Solar, Inc. 150 A Street, Suite 103, Needham, MA 102492. Toll Free (888)820.0300. Point of contact Rob Kutner. Website htto://bi-abelly.com 1. Recycling Station and Waste Station, both compacting. 2. Mounting: Surface mount. SITE FURNISHINGS 12 9300 -4 r C City of Iowa City Washington Street PART 3 - EXECUTION 3.1 EXAMINATION Genus Project No. 14090 A. Examine areas and conditions, with Installer present, for compliance with requirements for correct and level finished grade, mounting surfaces, installation tolerances, and other conditions affecting performance of the Work. B. Notify Landscape Architect of conditions that would adversely affect installation or subsequent use. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Comply with manufacturer's written installation instructions unless more stringent requirements are indicated. Complete field assembly of site furnishings where required. B. Unless otherwise indicated, install site furnishings after landscaping and paving have been completed. N C. Install site furnishings level, plumb, true, and securely anchored at locQjons ir8icated on Drawings. n 3.3 ADJUSTING {� ur A. Finish Damage: Repair minor damages to finish in accordance with:frFWufoctureM, instructions and as approved by Landscape Architect. c? y m B. Component Damage: Remove and replace damaged components'fhat c6Pnot be successfully repaired as determined by Landscape Architect. rn 3.4 CLEANING A. Clean litter receptacles promptly after installation in accordance with manufacturer's instructions. B. Do not use harsh cleaning materials or methods that could damage finish. END OF SECTION 129300 SITE FURNISHINGS 129300-5 City of Iowa City Washington Street IPART 1 - GENERAL Genus Project No. 14090 SECTION 26 05 00 - BASIC ELECTRICAL REQUIREMENTS 1.1 SECTION INCLUDES A. Requirements applicable to all Division 26 Sections. Also refer to Division 1 - General Requirements. B. All materials and installation methods shall conform to the applicable standards, guidelines and codes referenced in each specification section. 1.2 SCOPE OF WORK A. This Specification and the associated drawings govern furnishing, installing, testing and placing into satisfactory operation the Electrical Systems. B. The Contractor shall furnish and install all new materials as indicated on the drawings, and/or in these specifications, and all items required to make his portion of the Electrical Work a finished and working system. C. Description of Systems shall be as follows: N 1. Electrical power system to and including light fixtures, devi a , etc p n ( 2. Electrical power service system from the Utility Company t� iripudinMa service entrance equipment, distribution and metering. C-) 3. Grounding system. x. 1.3 QUALITY ASSURANCE C Cy A. Contractor's Responsibility Prior to Submitting Pricing/Bid Data: 1. The Contractor is responsible for constructing complete and operating systems. The Contractor acknowledges and understands that the Contract Documents are a two-dimensional representation of a three-dimensional object, subject to human interpretation. This representation may include imperfect data, interpreted codes, utility guides, three-dimensional conflicts, and required field coordination items. Such deficiencies can be corrected when identified prior to ordering material and starting installation. The Contractor agrees to carefully study and compare the individual Contract Documents and report at once in writing to the Architect/Engineer any deficiencies the Contractor may discover. The Contractor further agrees to require each subcontractor to likewise study the documents and report at once any deficiencies discovered. 2. The Contractor shall resolve all reported deficiencies with the Architect/Engineer prior to awarding any subcontracts, ordering material, or starting any work with the Contractor's own employees. Any work performed prior to receipt of instructions from the Architect/Engineer will be done at the Contractor's risk. BASIC ELECTRICAL REQUIREMENTS 260500-1 City of Iowa City Washington Street Qualifications: Genus Project No. 14090 Only products of reputable manufacturers as determined by the Architect/Engineer are acceptable. 2. All Contractors and subcontractors shall employ only workmen who are skilled in their trades. At all times, the number of apprentices at the job site shall be less than or equal to the number of journeymen at the job site. C. Compliance with Codes, Laws, Ordinances: 1. Conform to all requirements of the City of Iowa City, Iowa Codes, Laws, Ordinances and other regulations having jurisdiction over this installation. 2. If there is a discrepancy between the codes and regulations and these specifications, the Architect/Engineer shall determine the method or equipment used. 3. If the Contractor notes, at the time of bidding, any parts of the drawings or specifications that do not comply with the codes or regulations, he shall inform the Architect/Engineer in writing, requesting a clarification. If there is insufficient time for this procedure, he shall submit with his proposal a separate price to make the system comply with the codes and regulations. 4. All changes to the system made after the letting of the contract to comply with codes or the requirements of the Inspector, shall be made by the Contractor without cost to the Owner. co If there is a discrepancy between manufacturer's recommendations and Q c these specifications, the manufacturer's recommendations shall govern. z UJ .a w If there are no local codes having jurisdiction, the current issue of the ri' >.Z3 National Electrical Code shall be followed. Z r.-. < f OMAFmits, Fees, Taxes, Inspections: N 1 Procure all applicable permits and licenses. 2. Abide by all laws, regulations, ordinances, and other rules of the State or Political Subdivision where the work is done, or as required by any duly constituted public authority. 3. Pay all charges for permits or licenses. 4. Pay all fees and taxes imposed by State, Municipal, and other regulatory bodies. 5. Pay all charges arising out of required inspections by an authorized body. 6. Pay all charges arising out of associated with the project and agency/consultant. required contract document reviews as initiated by the Owner or authorized BASIC ELECTRICAL REQUIREMENTS 260500-2 City of Iowa City Genus Project No. 14090 Washington Street Where applicable, all fixtures, equipment and materials shall be listed by Underwriter's Laboratories, Inc. or a nationally recognized testing organization. E. Utility Company Requirements: 1. Secure from the private or public utility company all applicable requirements. f j 2. Comply with all utility company requirements. ■ 3. The Owner shall make application for and pay for new electrical service equipment and installation. The Contractor shall coordinate schedule and requirements with the Owner and Utility Company. 4. Furnish the meter socket. Verify with the Utility Company. F. Examination of Drawings: 1. The drawings for the electrical work are completely diagrammatic, intended to convey the scope of the work and to indicate theJeneral arrangements and locations of equipment, outlets, etc., and the approximate sizes of equipment. o o. :E C--) v 2. Contractor shall determine the exact locations of equip�rSf 0n rouIF ins, and the exact routing of raceways so as to best fit the I t 01e jo Conduit entry points for electrical equipment including, bF lirgled trj j ponelboards, switchboards, switchgear and unit subst Wall determined by the Contractor unless noted in the contract o�urr(aghts. A o 3. Scaling of the drawings will not be sufficient or accurate for det6Rnining these locations. 4. Where job conditions require reasonable changes in arrangements and locations, such changes shall be made by the Contractor at no additional cost to the Owner. 5. Because of the scale of the drawings, certain basic items, such as junction boxes, pull boxes, conduit fittings, etc., may not be shown, but where required by other sections of the specifications or required for proper installation of the work, such items shall be furnished and installed. 6. If an item is either shown on the drawings or called for in the specifications, it shall be included in this contract. 7. The Contractor shall determine quantities and quality of material and equipment required from the documents. Where discrepancies arise between drawings, schedules and/or specifications, the greater and better quality number shall govern. 8. Where used in electrical documents the word "furnish" shall mean supply for use, the word "install" shall mean connect up complete and ready for operation, and the word "provide" shall mean to supply for use and connect up complete and ready for operation. BASIC ELECTRICAL REQUIREMENTS 260600-3 City of Iowa City Genus Project No. 14090 Washington Street 9. Any item listed as furnished shall also be installed unless otherwise noted. 10. Any item listed as installed shall also be furnished unless otherwise noted. G. Electronic Media/Files: 1. Construction drawings for this project have been prepared utilizing AutoCAD MEP. 2. Contractors and Subcontractors may request electronic media files of the contract drawings and/or copies of the specifications. Specifications will be provided in PDF format. 3. Upon request for electronic media, the Contractor shall complete and return a signed "Electronic File Transmittal" form provided by KJWW. 4. If the information requested includes floor plans prepared by others, the Contractor will be responsible for obtaining approval from the appropriate Design Professional for use of that part of the document. 5. The electronic contract documents can be used for preparation of shop drawings and as -built drawings only. The information may not be used in whole or in part for any other project. 6. The drawings prepared by KJWW for bidding purposes may not be used A. Submittals shall be required for the following items, and for additional items where required elsewhere in the specifications or on the drawings. Submittals list: Referenced Specification directly for ductwork layout drawings or coordination drawings. Section Submittal Item 7. The use of these CAD documents by the Contractor does not relieve them 26 24 16 °D 26 27 26 from their responsibility for coordination of work with other trades and Q �o verification of space available for the installation. UJ c The information is provided to expedite the project and assist the J LO �5= E.)I— Contractor with no guarantee by KJWW as to the accuracy or correctness >.Z3 of the information provided. KJWW accepts no responsibility or liability for the Contractor's use of these documents. AiId Measurements: N 1. Verify all pertinent dimensions at the job site before ordering any conduit, conductors, wireways, bus duct, fittings, etc. 1.4 SUBMITTALS A. Submittals shall be required for the following items, and for additional items where required elsewhere in the specifications or on the drawings. Submittals list: Referenced Specification Section Submittal Item 26 05 37 Electrical Manholes 26 24 16 Panelboards 26 27 26 Wiring Devices BASIC ELECTRICAL REQUIREMENTS 260500-4 I J 1. City of Iowa City Genus Project No. 14090 Washington Street Referenced Specification >:: Section Submittal item 26 28 16 Disconnect Switches 26 28 21 Contactors 2651 00 Lighting Drawings Timeclocks, Receptacle and Utility Pedestals, Handholes B. General Submittal Procedures: In addition to the provisions of Division 1, the following are required: Transmittal: Each transmittal shall include the following a. Date b. Project title and number C. Contractor's name and address d. Division of work (e.g., electrical, plumbing, heating, ventilating, etc.) e. Description of items submitted and relevant specification number f. Notations of deviations from the contract documents g. Other pertinent data 2. Submittal Cover Sheet: Each submittal shall include a cov& sheet containing: o o. >:: a. Date r z _ b. Project title and number C?'< r!n (— c. Architect/Engineer d. Contractor and subcontractors' names and addre� a e. Supplier and manufacturer's names and addressees ;3; co f. Division of work (e.g., electrical, plumbing, heating,entilat etc.) g. Description of item submitted (using project nomenclature) and relevant specification number h. Notations of deviations from the contract documents i. Other pertinent data j. Provide space for Contractor's review stamps 3. Composition: a. Submittals shall be submitted using specification sections and the project nomenclature for each item. b. Individual submittal packages shall be prepared for items in each specification section. All items within a single specification section shall be packaged together where possible. An individual submittal may contain items from multiple specifications sections if the items are intimately linked (e.g., pumps and motors). C. All sets shall contain an index of the items enclosed with a general topic description on the cover. BASIC ELECTRICAL REQUIREMENTS 260500-5 City of Iowa City Washington Street Genus Project No. 14090 4. Content: Submittals shall include all fabrication, erection, layout, and setting drawings; manufacturers' standard drawings; schedules; descriptive literature, catalogs and brochures; performance and test data; wiring and control diagrams; dimensions; shipping and operating weights; shipping splits; service clearances; and all other drawings and descriptive data of materials of construction as may be required to show that the materials, equipment or systems and the location thereof conform to the requirements of the contract documents. 5. Contractor's Approval Stamp: a. The Contractor shall thoroughly review and approve all shop drawings before submitting them to the Architect/Engineer. The Contractor shall stamp, date and sign each submittal certifying it has been reviewed. b. Unstamped submittals will be rejected. C. The Contractor's review shall include, but not be limited to, e. The Contractor's approval stamp is required on all submittals. Approval will indicate the Contractor's review of all material and a complete understanding of exactly what is to be furnished. Contractor shall clearly mark all deviations from the contract documents on all submittals. If deviations are not marked by the Contractor, then the item shall be required to meet all drawing and specification requirements. 6. Submittal Identification and Markings: a. The Contractor shall clearly mark each item with the same nomenclature applied on the drawings or in the specifications. b. The Contractor shall clearly indicate the size, finish, material, etc. BASIC ELECTRICAL REQUIREMENTS 260500-6 verification of the following: 1) Only approved manufacturers are used. 2) Addenda items have been incorporated. 3) Catalog numbers and options match those specified. 4) Performance data matches that specified. m 5) Electrical characteristics and loads match those specified. 6) Equipment connection locations, sizes, capacities, etc. © m x=c have been coordinated with other affected trades. � W 7) Dimensions and service clearances are suitable for the -r� ->' intended location. J to ��� 8) Equipment dimensions are coordinated with support steel, '— a ►—� housekeeping pads, openings, etc. i1,. v} 9) Constructability, issues are resolved (e.g., weights and C:) dimensions are suitable for getting the item into the building N and into place, sinks fit into countertops, etc.). d. The Contractor shall review, stamp and approve all subcontractors' submittals as described above. e. The Contractor's approval stamp is required on all submittals. Approval will indicate the Contractor's review of all material and a complete understanding of exactly what is to be furnished. Contractor shall clearly mark all deviations from the contract documents on all submittals. If deviations are not marked by the Contractor, then the item shall be required to meet all drawing and specification requirements. 6. Submittal Identification and Markings: a. The Contractor shall clearly mark each item with the same nomenclature applied on the drawings or in the specifications. b. The Contractor shall clearly indicate the size, finish, material, etc. BASIC ELECTRICAL REQUIREMENTS 260500-6 City of Iowa City Genus Project No. 14090 Washington Street C. Where more than one model is shown on a manufacturer's sheet, the Contractor shall clearly indicate exactly which item and which data is intended. d. All marks and identifications on the submittals shall be unambiguous. Schedule submittals to expedite the project. Coordinate submission of related items. 8. Identify variations from the contract documents and product or system limitations that may be detrimental to the successful performance of the completed work. 9. Reproduction of contract documents alone is not acceptable for submittals. 10. Incomplete submittals will be rejected without review. Partial submittals will only be reviewed with prior approval from the Architect/Engineev. ii. Submittals not required by the contract documents m t be �&:turneTl without review. :>—i z cn -< i �-- 12. The Architect/Engineer's responsibility shall be to review g—set of sh drawing submittals for each product. If the first submittal rs rmorrViete does not comply with the drawings and/or specifications, CqRJracfFuJ shall be responsible to bear the cost for the Architect/Engier to ¢check and handle the additional shop drawing submittals. Co 13. Submittals shall be reviewed and approved by the Architect/Engineer before releasing any equipment for manufacture or shipment. 14. Contractor's responsibility for errors, omissions or deviation from the contract documents in submittals is not relieved by the Architect/Engineer's approval. C. Electronic Submittal Procedures: Distribution: Email submittals as attachments to all parties designated by the Architect/Engineer, unless a web -based submittal program is used. 2. Transmittals: Each submittal shall include an individual electronic letter of transmittal. 3. Format: Electronic submittals shall be in PDF format only. Scanned copies, in PDF format, of paper originals are acceptable. Submittals that are not legible will be rejected. Do not set any permission restrictions on files; protected, locked, or secured documents will be rejected. BASIC ELECTRICAL REQUIREMENTS 260500-7 City of Iowa City Washington Street Genus Project No. 14090 4. File Names: Electronic submittal file names shall include the relevant specification section number followed by a description of the item submitted, as follows. Where possible, include the transmittal as the first page of the PDF instead of using multiple electronic files. a. Submittal file name: 26 XX XX.description.YYYYMMDD b. Transmittal file name: 26 XX XX.description.YYYYMMDD 5. File Size: Electronic file size shall be limited to a maximum of 4MB. Larger files shall be transmitted via a pre -approved method. 1.5 SCHEDULE OF VALUES A. The requirements herein are in addition to the provisions of Division 1. B. Format: 1. Use AIA Document Continuation Sheets G703 or another similar form approved by the Owner and Architect/Engineer. 2. Submit in Excel format. 3. Support values given with substantiating data. C. Preparation: 1. Itemize the cost for each of the following: 4. For each line item having an installed cost of more than $5,000, break down costs to list major products or operations under each item. At a minimum, provide material and labor cost line items for the following: a. Each piece of equipment requiring shop drawings. Use the equipment nomenclature (UP -1, PANEL P-1, etc.) on the Schedule of Values. BASIC ELECTRICAL REQUIREMENTS 260500-8 a. Overhead and profit. b. Bonds. C. Insurance. d. General Requirements: Itemize all requirements. CO — 2. Itemize work required by each specification section and list all providers. All o� C r work provided by subcontractors and major suppliers shall be risted on the = wSchedule of Values. List each subcontractor and supplier by company J �F name. zr4 a. Contractor's own labor forces. L v�;= b. All subcontractors. .o o C. All major suppliers of products or equipment. o N 3. Break down all costs into: a. Material: Delivered cost of product with taxes paid. b. Labor: Labor cost, excluding overhead and profit. 4. For each line item having an installed cost of more than $5,000, break down costs to list major products or operations under each item. At a minimum, provide material and labor cost line items for the following: a. Each piece of equipment requiring shop drawings. Use the equipment nomenclature (UP -1, PANEL P-1, etc.) on the Schedule of Values. BASIC ELECTRICAL REQUIREMENTS 260500-8 F I City of Iowa City Genus Project No. 14090 Washington Street b. Each type of small unitary equipment (e.g., FDS, FCS, CS, etc.). Multiple units of the same type can be listed together provided quantities are also listed so unit costs can be determined. C. Each conduit system (normal, low voltage systems, etc.). In addition, for larger projects breakdown the material and labor for each conduit system based on geography (building, floor, and/or wing). d. Testing e. Commissioning f. Record drawings g. Punchlist and closeout D. Update Schedule of Values when: 1. Indicated by Architect/Engineer. 2. Change of subcontractor or supplier occurs. o 3. Change of product or equipment occurs. -- E; 1.6 CHANGE ORDERS z i A. A detailed material and labor takeoff shall be prepared for ead�tr cbiarfb or along with labor rates and markup percentages. Change orders vW1:� inewlequ breakdown will be rejected. B. Change order work shall not proceed until authorized. ✓ o oa 1.7 PRODUCT DELIVERY, STORAGE, HANDLING AND MAINTENANCE A. Exercise care in transporting and handling to avoid damage to materials. Store materials on the site to prevent damage. B. Keep all materials clean, dry and free from damaging environments. C. Coordinate the installation of heavy and large equipment with the General Contractor and/or Owner. If the Electrical Contractor does not have prior documented experience in rigging and lifting similar equipment, he/she shall contract with a qualified lifting and rigging service that has similar documented experience. Follow all equipment lifting and support guidelines for handling and moving. D. Contractor is responsible for moving equipment into the building and/or site. Contractor shall review site prior to bid for path locations and any required building modifications to allow movement of equipment. Contractor shall coordinate his/her work with other trades. 1.8 WARRANTY A. Provide one-year warranty for all fixtures, equipment, materials, and workmanship. B. The warranty period for all work in this specification Division shall commence on the date of Substantial Completion or successful system performance whichever occurs later. The warranty may also commence if a whole or partial system or any separate piece of equipment or component is put into use for the benefit of any party other than the installing contractor with prior written authorization of the BASIC ELECTRICAL REQUIREMENTS 260500-9 City of Iowa City Washington Street Genus Project No. 14090 Owner. In this instance, the warranty period shall commence on the date when such whole system, partial system or separate piece of equipment or component is placed in operation and accepted in writing by the Owner. C. Warranty requirements extend to correction, without cost to the Owner, of all work found to be defective or nonconforming to the contract documents. The Contractor shall bear the cost of correcting all damage due to defects or nonconformance with contract documents excluding repairs required as a result of improper maintenance or operation, or of normal wear as determined by the Architect/Engineer. 1.9 INSURANCE A. This Contractor shall maintain insurance coverage as set forth in Division 1 of these specifications. 1.10 MATERIAL SUBSTITUTION A. Where several manufacturers' names are given, the manufacturer for which a catalog number is given is the basis of design and establishes the quality required. B. Equivalent equipment manufactured by the other named manufacturers may be used. Contractor shall ensure that all items submitted by these other manufacturers meet all requirements of the drawings and specifications, and fit in the allocated space. The Architect/Engineer shall make the final determination of whether a product is equivalent. C. Any material, article or equipment of other unnamed manufacturers which will adequately perform the services and duties imposed by the design and is of a quality equal to or better than the material, article or equipment identified by the drawings and specifications may be used if approval is secured in writing from the Architect/Engineer via addendum. The Contractor assumes all costs incurred as a result of using the offered material, article or equipment, on his part or on the part .of other Contractors whose work is affected. voluntary add or deduct prices for alternate materials may be listed on the bid w :a W7tbrm. These items will not be used in determining the low bidder. This Contractor c-)tt=Wmes all costs incurred as a result of using the offered material or equipment on .Jl >- Qs part or on the part of other Contractors whose work is affected. c LL D c-3Tg1 material substitutions requested after the final addendum must be listed as o voluntary changes on the bid form. N PART 2 - PRODUCTS 2.1 GENERAL A. All items of material having a similar function (e.g., safety switches, ponelboards, contactors) shall be of the same manufacturer unless specifically stated otherwise on drawings or elsewhere in specifications. BASIC ELECTRICAL REQUIREMENTS 260500-10 I City of Iowa City Washington Street Genus Project No. 14090 PART 3 - EXECUTION / 3.1 JOBSITE SAFETY A. Neither the professional activities of the Architect/Engineer, nor the presence of the Architect/Engineer or his or her employees and subconsultants at a construction site, shall relieve the Contractor and any other entity of their obligations, duties and responsibilities including, but not limited to, construction means, methods, sequence, techniques or procedures necessary for performing, superintending or coordinating all portions of the work of construction in accordance with the contract documents and any health or safety precautions required by any regulatory agencies. The Architect/Engineer and his or her personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. The Contractor is solely responsible for jobsite safety. The Architect/Engineer and the Architect/Engineer's consultants shall be indemnified and shall be made additional insureds under the Contractor's general liability insurance policy. 3.2 EXCAVATION, FILL, BACKFILL, COMPACTION A. General: 0 1. Prior to the commencement of any excavation or diggin$f� Cs ntrac't shall verify all underground utilities with the regional utility torlrrovid 1 prior notice to the locator before excavations. Contact infionifor m regional utility locaters can be found by calling 811.e -n ir-p� {M v /�9 2. The Contractor shall do all excavating, filling, backfilling, c�acfAg, al restoration in connection with his work. T s" o B. Excavation: W 1. Make all excavations to accurate, solid, undisturbed earth, and to proper dimensions. 2. If excavations are carried in error below indicated levels, concrete of same strength as specified for the foundations or thoroughly compacted sand -gravel fill, as determined by the Architect/Engineer shall be placed in such excess excavations under the foundation. Place thoroughly compacted, clean, stable fill in excess excavations under slabs on grade, at the Contractor's expense. 3. Trim bottom and sides of excavations to grades required for foundations. 4. Protect excavations against frost and freezing. 5. Take care in excavating not to damage surrounding structures, equipment or buried pipe. Do not undermine footing or foundation. 6. Perform all trenching in a manner to prevent cave-ins and risk to workmen. 7. Where original surface is pavement or concrete, the surface shall be saw cut to provide clean edges and assist in the surface restoration. BASIC ELECTRICAL REQUIREMENTS 260500-11 City of Iowa City Genus Project No. 14090 Washington Street 8. If satisfactory bearing soil is not found at the indicated levels, immediately notify the Architect/Engineer or their representative, and do no further work until the Architect/Engineer or their representative gives further instructions. 9. Excavation shall be performed in all ground conditions, including rock, if encountered. Bidders shall visit the premises and determine the soil conditions by actual observations, borings, or other means. The cost of all such inspections, borings, etc., shall be borne by the bidder. 10. If a trench is excavated in rock, a compacted bed with a depth of 3" (minimum) of sand and gravel shall be used to support the conduit unless masonry cradles or encasements are used. 11. Mechanical excavation of the trench to line and grade of the conduit or to the bottom level of masonry cradles or encasements is permitted, unless otherwise indicated on the electrical drawings. 12. Mechanical excavation of the trench to line and grade where direct burial cables are to be installed is permitted provided the excavation is made to a depth to permit installation of the cable on a fine sand bed at least 3 inches deep. C. Dewatering: 1. Furnish, install, operate and remove all dewatering pumps and pipes needed to keep trenches and pits free of water. D. Underground Obstructions: 1. Known underground piping, conduit, feeders, foundations, and other obstructions in the vicinity of construction are shown on the drawings. Review all Bid Documents for all trades on the project to determine obstructions indicated. Take great care in making installations near underground obstructions. ?.n If objects not shown on the drawings are encountered, remove, relocate, or perform extra work as directed by the Architect/Engineer. EQ tk0Fand Backfilling: �j z f. No rubbish or waste material is permitted for fill or backfill. Furnish all necessary sand for backfilling. .o r 3. Dispose of the excess excavated earth as directed. 4. Backfill materials shall be suitable for required compaction, clean and free of perishable materials, frozen earth, debris, earth with a high void content, and stones greater than 4 inches in diameter. Water is not permitted to rise in unbackfilled trenches. 5. Backfill all trenches and excavations immediately after installing of conduit, or removing forms, unless other protection is directed. BASIC ELECTRICAL REQUIREMENTS 26 05 00 -12 1 City of Iowa City Washington Street Genus Project No. 14090 6. Around piers and isolated foundations and structures, backfill and fill shall be placed and consolidated simultaneously on all sides to prevent wedge action and displacement. Spread fill and backfill materials in 6" uniform horizontal layers with each layer compacted separately to required density. 7. For conduits that are not concrete encased, lay all conduits on a compacted bed of sand at least 3' deep. Backfill around conduits with ' sand, in 6' layers and compact each layer. 8. Backfill with sand up to grade for all conduits under slabs or paved areas. All other conduits shall have sand backfill to 6' above the top of the conduit. 9. Place all backfill above the sand in uniform layers not exceeding 6" deep. Place then carefully and uniformly tamp each layer to eliminate lateral or vertical displacement. 10. Where the fill and backfill will ultimately be under a building, floor or paving, each layer of fill shall be compacted to 95% of the maximum qQpsity as determined by AASHTO Designation T-99 or ASTM DesignatioFa D-698. Moisture content of soil at time of compaction shall not�See�plus minus 2% of optimum moisture content as determined batHT�T-99 a r ASTM D-698 test. C -) -<i '--- -r c'> cn 11. After backfilling of trenches, no superficial loads shall b cee6on t(U exposed surface of the backfill until a period of 48 hours h(jj-,,1,2psEdb. r m F. Surface Restoration: m 1. Where trenches are cut through graded, planted or landscaped areas, the areas shall be restored to the original condition. Replace all planting and landscaping features removed or damaged to its original condition. At least 6" of topsoil shall be applied where disturbed areas are to be seeded or sodded. All lawn areas shall be sodded unless seeding is called out in the drawings or specifications. 2. Concrete or asphalt type pavement, seal coat, rock, gravel or earth surfaces removed or damaged shall be replaced with comparable t materials and restored to original condition. Broken edges shall be saw cut and repaired as directed by Architect/Engineer. 3.3 ARCHITECT/ENGINEER OBSERVATION OF WORK A. The contractor shall provide seven (7) calendar days' notice to the Architect/Engineer prior to: Placing fill over underground and underslab utilities. B. The Architect/Engineer will review the installation and provide a written report noting deficiencies requiring correction. The contractor's schedule shall account for these reviews and show them as line items in the approved schedule. I BASIC ELECTRICAL REQUIREMENTS 260500-13 City of Iowa City Genus Project No. 14090 Washington Street 3.4 PROJECT CLOSEOUT A. The following paragraphs supplement the requirements of Division 1. B. Final Jobsite Observation: 1. In order to prevent the Final Jobsite Observation from occurring too early, the Contractor shall review the completion status of the project and certify that the job is ready for the final jobsite observation. 2. It is understood that if the Architect/Engineer finds the job not ready for the final observation and additional trips and observations are required to bring the project to completion, the cost of the additional time and expenses incurred by the Architect/Engineer will be deducted from the Contractor's final payment. C. The following must be submitted before Architect/Engineer recommends final payment: Operation and maintenance manuals with copies of approved shop drawings. 2. Record documents including marked -up or reproducible drawings and specifications. 3. A report documenting the instructions given to the Owner's representatives complete with the number of hours spent in the instruction. The report shall bear the signature of an authorized agent of this Contractor and shall be signed by the Owner's representatives. 4. Provide spare parts, maintenance, and extra materials in quantities specified in individual specification sections. Deliver to project site and Distribution: Email the O&M manual as attachments to all parties designated by the Architect/Engineer. BASIC ELECTRICAL REQUIREMENTS 260500-14 co place in location as directed and submit receipt to Architect/Engineer. co Start-up reports on all equipment requiring a factory installation or start-up. SPE'�N AND MAINTENANCE MANUALS u7 v general: �o 'P Provide an electronic copy of the O&M manuals as described below for N Architect/Engineer's review and approval. The electronic copy shall be corrected as required to address the Architect/Engineer's comments. Once corrected, electronic copies and paper copies shall be distributed as directed by the Architect/Engineer. 2. Approved O&M manuals shall be completed and in the Owner's possession prior to Owner's acceptance and at least 10 days prior to instruction of operating personnel. B. Electronic Submittal Procedures: Distribution: Email the O&M manual as attachments to all parties designated by the Architect/Engineer. BASIC ELECTRICAL REQUIREMENTS 260500-14 I 1 City of Iowa City Genus Project No. 14090 Washington Street 2. Transmittals: Each submittal shall include an individual electronic letter of transmittal. 3. Format: Electronic submittals shall be in PDF format only. Scanned copies, in PDF format, of paper originals are acceptable. Submittals that are not legible will be rejected. Do not set any permission restrictions on files; protected, locked, or secured documents will be rejected. 4. File Names: Electronic submittal file names shall include the relevant specification section number followed by a description of the item submitted, as follows. Where possible, include the transmittal as the first page of the PDF instead of using multiple electronic files. a. O&M file name: O&M.div23.contractor.YYYYMMDD b. Transmittal file name: O&Mtransmittal.div23.contractor.YYYYMMDD 5. File Size: Electronic file size shall be limited to a maximum of 4MB. Larger files shall be divided into files that are clearly labeled as "1 of 2", "2 of 2", etc. 6. Provide the Owner with an approved copy of the O&M manual on compact discs (CD), digital video discs (DVD), or flash drives with a permanently affixed label, printed with the title "Operation and Maintenance Instructions", title of the project and subject r>=Rer of disc/flash drive when multiple disc/flash drives are required o. 3 7. All text shall be searchable. v—+ z 8. Bookmarks shall be used, dividing information first by spectt�ion sectilb then systems, major equipment and finally individual itemb� s_ ZII kmc5rk r titles shall include the nomenclature used in the construcbdcmeq'{ and shall be an active link to the first page of the section big refgenced. Co C. Operation and Maintenance Instructions shall include: I. Title Page: Include title page with project title, Architect, Engineer, Contractor, all subcontractors, and major equipment suppliers, with addresses, telephone numbers, website addresses, email addresses and point of contacts. Website URLs and email addresses shall be active links in the electronic submittal. 2. Table of Contents: Include a table of contents describing specification section, systems, major equipment, and individual items. 3. Copies of all final approved shop drawings and submittals. Include Architect's/Engineer's shop drawing review comments. Insert the individual shop drawing directly after the Operation and Maintenance information for the items) in the review form. 4. Copies of all factory inspections and/or equipment startup reports. 5. Copies of warranties. 6. Schematic wiring diagrams of the equipment that have been updated for field conditions. Field wiring shall have label numbers to match drawings. BASIC ELECTRICAL REQUIREMENTS 26 05 00 -15 City of Iowa City Washington Street 3.6 3.7 7. Dimensional drawings of equipment. 8. Detailed parts lists with lists of suppliers. Genus Project No. 14090 9. Operating procedures for each system. 10. Maintenance schedule and procedures. Include a chart listing maintenance requirements and frequency. 11. Repair procedures for major components. 12. Replacement parts and service material requirements for each system and the frequency of service required. 13. Instruction books, cards, and manuals furnished with the equipment. 14. Include record drawings of the one4ine diagrams for each major system. The graphic for each piece of equipment shown on the one -line diagram shall be an active link to its associated Operation & Maintenance data. INSTRUCTING THE OWNER'S REPRESENTATIVE A. Adequately instruct the Owner's designated representatives in the maintenance, care, and operation of the complete systems installed under this contract. B. Provide verbal and written instructions to the Owner's representatives by FACTORY PERSONNEL in the care, maintenance, and operation of the equipment and systems. C. The instructions shall include: 1. Maintenance of equipment. 2. Start-up procedures for all major equipment. D. Notify the Architect/Engineer of the time and place for the verbal instructions to the Owner's representative so his representative can be present if desired. co E. Minimum hours of instruction time for each item and/or system shall be as indicated 'min each individual specification section. co _ O W�Aperating Instructions: u') Yom. Contractor is responsible for all instructions to the Owner's representatives z r for the electrical and specialized systems. .o If the Contractor does not have staff that can adequately provide the N required instructions, he shall include in his bid an adequate amount to reimburse the Owner for the Architect/Engineer to perform these services. RECORD DOCUMENTS A. The following paragraphs supplement the requirements of Division 1. BASIC ELECTRICAL REQUIREMENTS 260500-16 City of Iowa City Genus Project No. 14090 Washington Street I3. Maintain at the job site a separate and complete set of electrical drawings and specifications with all changes made to the systems clearly and permanently marked in complete detail. C. Mark drawings and specifications to indicate approved substitutions; Change Orders, and actual equipment and materials used. All Change Orders. RFI responses. Clarifications and other supplemental instructions shall be marked on the documents. Record documents that merely reference the existence of the above items are not acceptable. Should this Contractor fail to complete Record Documents as required by this contract, this Contractor shall reimburse Architect/Engineer for all costs to develop record documents that comply with this requirement. Reimbursement shall be made at the Architect/Engineer's hourly rates in effect at the time of work. D. Record changes daily and keep the marked drawings available for the Architect/Engineer's examination at any normal work time. E. Upon completing the job, and before final payment is made, give the marked -up drawings to the Architect/Engineer. 3.8 PAINTING N O A. Paint all equipment that is maned or damaged prior to the OwneB acceptance. Paint and color shall match original equipment paint and shall bjsf Raid frorf the equipment supplier if available. All equipment shall have a �i s10 rCoat paint applied unless specifically allowed to be provided with a prim,�oci r nly.= _<r B. Equipment in occupied spaces, or if standard to the unit, shall havea ,k�prirrr}�e�.�� with baked enamel finish coat free from scratches, abrasions, chippbg; etc olf colbr'' option is specified or is standard to the unit, verify with the Architect Ali color preference before ordering. ..o 3.9 ADJUST AND CLEAN A. Thoroughly clean all equipment and systems prior to the Owner's final acceptance of the project. B. Clean all foreign paint, grease, oil, dirt, labels, stickers, etc. from all equipment. C. Remove all rubbish, debris, etc., accumulated during construction from the premises. 3.10 SPECIAL REQUIREMENTS A. Coordinate the installation of all equipment, controls, devices, etc., with other trades to maintain clear access area for servicing. B. Install all equipment to maximize access to parts needing service or maintenance. Review the final location, placement, and orientation of equipment with the Owner's representative prior to setting equipment. C. Installation of equipment or devices without regard to coordination of access requirements and confirmation with the Owner's representative will result in removal and reinstallation of the equipment at the Contractor's expense. BASIC ELECTRICAL REQUIREMENTS 260500-17 City of Iowa City Washington Street 3.11 SYSTEM COMMISSIONING Genus Project No. 14090 A. The electrical systems shall be complete and operating. System start-up, testing, balancing, and satisfactory system performance is the responsibility of the Contractor. This includes all calibration and adjustment of electrical controls, balancing of loads, troubleshooting and verification of software, and final adjustments that may be needed. B. All operating conditions and control sequences shall be tested during the start-up period. Testing all interlocks, safety shut -downs, controls, and alarms. The Contractor, subcontractors, and equipment suppliers shall have skilled technicians to ensure that all systems perform properly. If the Architect/Engineer is requested to visit the job site for trouble shooting, assisting in start-up, obtaining satisfactory equipment operation, resolving installation and/or workmanship problems, equipment substitution issues or unsatisfactory system performance, including call backs during the warranty period, through no fault of the design; the Contractor shall reimburse the Owner on a time and materials basis for services rendered at the Architect/Engineers standard hourly rates in effect when the services are requested. The Contractor shall pay the Owner for services required that are product, installation or workmanship related. Payment is due within 30 days after services are rendered. 3.12 FIELD QUALITY CONTROL A. General: 1. Conduct all tests required during and after construction. 2. Supply necessary instruments, meters, etc., for the tests. Supply competent technicians with training in the proper testing techniques. 3. All cables and wires shall be tested for shorts and grounds following installation and connection to devices. Replace shorted or grounded wires oa and cables. © { tr �r3f. Any wiring device, electrical apparatus or lighting fixture, if grounded or Zi w r shorted on any integral'live" part, shall have all defective parts or materials UF— replaced. LO .i z �-EC Test cable insulation of service and panel feeder conductors for proper �o insulation values. Tests shall include the cable, all splices, and all tE — terminations. Each conductor shall be tested and shall test free of short N circuits and grounds and have an insulation value not less than the National Electrical Code Standards. Take readings between conductors, and between conductors and ground. 6. If the results obtained in the tests are not satisfactory make adjustments, replacements, and changes as needed. Then repeat the tests, and make additional tests, as the Architect/Engineer or authority having jurisdiction deems necessary. BASIC ELECTRICAL REQUIREMENTS 260500-18 City of Iowa City Washington Street Ground Resistance: Genus Project No. 14090 Conduct service ground resistance tests using an approved manufactured ground resistance meter. Submit to the Architect/Engineer a proposed test procedure including type of equipment to be used. (The conventional ohmmeter is not an acceptable device.) 2. Make ground resistance measurements during normal dry weather and not ' less than 48 hours after a rain. 3. If the ground resistance value obtained is more than the value set forth in Section 26 05 26, the following shall be done to obtain the value given: a. Verify that all connections in the service ground system are secure. b. Increase the depth to which ground rods are driven by adding section lengths to the rods and retest. If the resistance is still excessive increase the depth by adding an additional rod section and retest. C. If the resistance is still excessive, furnish and install additional ground rods, spaced not less than 20 feet from other ground rods unless otherwise noted on plans, and connect into the ground eNctrode system. Retest. o 5n y d. Review results with the Architect/Engineer. c;C1 -f r �— 4. Before final payment is made to the Contractor submit a y4Mn wort( the Architect/Engineer including the following:' F !tE co a. Date of test. o Co b. Number of hours since the last rain. C. Soil condition at the time of the test in the ground electrode location. That is: dry, wet, moist, sand, clay, etc. d. Diagram of the test set-up showing distances between test equipment, ground electrode, auxiliary electrodes, etc. e. Make, model, and calibration date of test equipment. Tabulation of measurements taken and calculations made. C. Other Equipment 1. Give other equipment furnished and installed by the Contractor all standard tests normally made to assure that the equipment is electrically sound, all connections properly made, phase rotation correct, fuses and thermal elements suitable for protection against overloads, voltage complies with equipment nameplate rating, and full load amperes are within equipment rating. BASIC ELECTRICAL REQUIREMENTS 260500-19 City of Iowa City Genus Project No. 14090 Washington Street D. If any test results are not satisfactory, make adjustments, replacements and changes as needed and repeat the tests and make additional tests as the Architect/Engineer or authority having jurisdiction deem necessary. END OF SECTION 26 05 00 BASIC ELECTRICAL REQUIREMENTS 260500-20 UJ w r I r� _ d `� V^Y� LL �pO Q N ' BASIC ELECTRICAL REQUIREMENTS 260500-20 City of Iowa City Washington Street SECTION 26 05 13 - WIRE AND CABLE PART 1 - GENERAL 1.1 SECTION INCLUDES A. Building wire 1.2 REFERENCES Genus Project No. 14090 A. NEMA WC 70 - Power Cables Rated 2,000V or Less for the Distribution of Electrical Energy B. UL 44 - Thermoset -Insulated Wires and Cables C. UL 83 - Thermoplastic -Insulated Wires and Cables D. UL 1581 - Standard for Electrical Wires, Cables, and Flexible Cords PART 2 - PRODUCTS N O 2.1 BUILDING WIRE O o. A. Feeders and Branch Circuits Larger Than 6 AWG: Copper, strank-Colguct0r... 600 volt insulation, THHN/THWN or XHHW-2. 2-c q C-, r B. Feeders and Branch Circuits Larger than 6 AWG in UndergrDMii gndu Copper, stranded conductor, 600 volt insulation, XHHW-2. �77.)co . Q C. Feeders and Branch Circuits 6 AWG and Smaller: Copper conductor, 210 volt insulation, THHN/THWN. 6 and 8 AWG, stranded conductor; smaller than 8 AWG, solid or stranded conductor, unless otherwise noted on the drawings. D. Control Circuits: Copper, stranded conductor 600 volt insulation, THHN/THWN. E. Aluminum conductors are not to be used. F. Each 120 volt branch circuit shall have a dedicated neutral conductor. Neutral conductors shall be considered current -carrying conductors for wire derating. PART 3 - EXECUTION 3.1 WIRE AND CABLE INSTALLATION SCHEDULE A. All Locations: Building wire in raceway. WIRE AND CABLE 260513-1 City of Iowa City Washington Street 3.2 CONTRACTOR CHANGES Genus Project No. 14090 A. The basis of design is copper conductors installed in raceway based on ambient temperature of 300C, NEC Table 310.16. Service entrance conductors are based on copper conductor installed in underground electrical ducts, NEC Table B.310.15(B)(2)(7). B. The Contractor shall be responsible for derating and sizing conductors and conduits to equal or exceed the ampacity of the basis of design circuits, if he/she chooses to use methods or materials other than the basis of design. C. Underground electrical duct ampacity rating shall be in accordance with NEC Table B.310.15(B)(2)(7) or calculated in accordance with Annex B Application Information for Ampacity Calculation. The calculations and a sketch of the proposed installation shall be submitted prior to any conduit being installed. D. Record drawing shall include the calculations and sketches. 3.3 GENERAL WIRING METHODS A. Use no wire smaller than 8 AWG for power and lighting circuits, and no smaller than 10 AWG for control wiring. B. The ampacity of multiple conductors in one conduit shall be derated per National Electrical Code, Article 310. In no case shall more than 4 conductors be installed in one conduit to such loads as motors larger than 1/4 HP, panelboards, motor control centers, etc. C. Where installing parallel feeders, place an equal number of conductors for each phase of a circuit in same raceway or cable. D. Splice only in junction or outlet boxes. E. Neatly train and lace wiring inside boxes, equipment, and panelboards. CO 46 —F.vtake conductor lengths for parallel circuits equal. CD X a All conductors shall be continuous in conduit from last outlet to their termination. UJ 7`��—erminate all spare conductors on terminal blocks, and label the spare Z t— conductors. .b Zables or wires shall not be laid out on the ground before pulling. N J. Cables or wires shall not be dragged over earth or paving. K. Care shall be taken so as not to subject the cable or wire to high mechanical stresses that would cause damage to the wire and cable. L. At least six (6) -inch loops or ends shall be left at each outlet for installation connection of luminaires or other devices. M. All wires in outlet boxes not connected to fixtures or other devices shall be rolled up, spliced if continuity of circuit is required, and insulated. WIRE AND CABLE 260513-2 City of Iowa City Washington Street 3.4 WIRING INSTALLATION IN RACEWAYS Genus Project No. 14090 A. Pull all conductors into a raceway at the same time. Use UL listed wire pulling lubricant for pulling 4 AWG and larger wires. B. Pulling shall be continuous without unnecessary stops and starts with wire or cable only partially thru raceway. C. Where reels of cable or wire are used, they shall be set up on jacks close to the point where the wire or cable enters the conduit or duct so that the cable or wire may be unreeled and run into the conduit or duct with a minimum of change in the direction of the bend. D. Care shall be taken so that long pulls of wire or pulls around several bends are not made where the wire may be permanently stretched and the insulation damaged. E. Only nylon rope shall be permitted to pull cables into conduit and ducts. F. Completely and thoroughly swab raceway system before installing conductors 3.5 WIRING CONNECTIONS AND TERMINATIONS A. B. C. D. G. H. ry 0 o rn Splice and tap only in accessible junction boxes. a D.I Z Use solderless, tin-plated copper, compression terminals (lug¢i�appNetl wh circumferential crimp for copper conductor terminations, 8 AWG enppar9g. M Use solderless, tin-plated, compression terminals (lugs) applied wit nt& crir ip for copper conductor terminations, 10 AWG and smaller. } o m Use solderless pressure connectors with insulating covers for copper wire splices and taps, 8 AWG and smaller. For 10 AWG and smaller, use insulated spring wire connectors with plastic caps. Use copper, compression connectors applied with circumferential crimp for copper wire splices and taps, 6 AWG and larger. Tape uninsulated conductors and connectors with electrical tape to 150 percent of the insulation value of conductor. Thoroughly clean wires before installing lugs and connectors. Make splices, taps and terminations to carry full ampacity of conductors without perceptible temperature rise. Phase Sequence: All apparatus shall be conne sequence A -B -C representing the time sequence so identified reach positive maximum voltage. ed to operate in the phase which the phase conductors WIRE AND CABLE 1 260513-3 City of Iowa City Genus Project No. 14090 Washington Street As a general rule, applicable to switches, circuit breakers, starters, panelboards, switchgear and the like, the connections to phase conductors are intended thus: 1. Facing the front and ooeratina side of the equipment, the phase identification shall be: a. Left to Right - A -B -C b. Top to Bottom - A -B -C J. Connection revisions as required to achieve correct rotation of motors shall be made at the load terminals of the starters or disconnect switches. 3.6 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of Division 1. B. Building Wire and Power Cable Testing: Test shall be made by means of an insulation testing device such as a "Megger" using not less than 500 volts D.C. test potential. C. Inspect wire and cable for physical damage and proper connection. D. Torque test conductor connections and terminations to manufacturer's recommended values. E. Perform continuity test on all power and equipment branch circuit conductors. Verify proper phasing connections. END OF SECTION 26 05 13 WIRE AND CABLE 260513-4 co Q CLD x w� W s Jy O c� WIRE AND CABLE 260513-4 City of Iowa City Washington Street SECTION 26 05 26 - GROUNDING AND BONDING PART 1 - GENERAL 1.1 SECTION INCLUDES A. Equipment grounding system B. Bonding system C. Grounding electrode system Genus Project No. 14090 1.2 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with UL 467 Grounding and Bonding Equipment. 1.3 SUMMARY o A. This section includes grounding of electrical systems and equip Gr�ndi requirements specified in this Section may be supplemen byMpec requirements of systems described in other Sections. n-< (!n --j C-) PART 2 - PRODUCTS E=e 2.1 GROUNDING CONDUCTORS " o m A. For insulated conductors, comply with Division 26 Section 26 05 13 "Wire and Cable". B. Material: Copper. C. Equipment Grounding Conductors: Insulated with green -colored insulation. D. Grounding Electrode Conductors: Stranded cable. E. Underground Conductors: Bare, tinned, stranded, unless otherwise indicated. F. Sizes and types below are typical. Adjust to suit Project conditions and requirements. G. Copper Bonding Conductors: As follows: 1. Bonding Cable: 28 kcmil, 14 strands of No. 17 AWG copper conductor, 1/4 inch in diameter. 2. Bonding Conductor: No. 4 or No. 6 AWG, stranded copper conductor. 3. Bonding Jumper: Bare copper tape, braided bare copper conductors, terminated with copper ferrules; 1-5/8 inches wide and 1/16 inch thick. GROUNDING AND BONDING 260526-1 City of Iowa City Genus Project No. 14090 Washington Street 4. Tinned Bonding Jumper: Tinned -copper tape, braided copper conductors, terminated with copper ferrules; 1-5/8 inches wide and 1/16 inch thick. 2.2 CONNECTOR PRODUCTS A. Comply with UL 467; listed for use for specific types, sizes, and combinations of conductors and connected items. 2.3 GROUNDING ELECTRODES A. Ground Rods: Copper -clad steel. PART 3 - EXECUTION 3.1 CONNECTIONS A. General: Make connections so galvanic action or electrolysis possibility is minimized. Select connectors, connection hardware, conductors, and connection methods so metals in direct contact will be galvanically compatible. 1. Use electroplated or hot -tin -coated materials to ensure high conductivity and to make contact points closer to order of galvanic series. 2. Make connections with clean, bare metal at points of contact. 3. Make aluminum -to -steel connections with stainless-steel separators and mechanical clamps. 4. Make aluminum -to -galvanized steel connections with tin-plated copper jumpers and mechanical clamps. � , Coat and seal connections having dissimilar metals with inert material to W .s LLJy prevent future penetration of moisture to contact surfaces. y�(��• v �- _i y.B=thermic-Welded Connections: Comply with manufacturer's written = ructions. Welds that are puffed up or that show convex surfaces indicating LL.. —> roper cleaning are not acceptable. CZ Compression -Type Connections: Use hydraulic compression tools to provide correct circumferential pressure for compression connectors. Use tools and dies recommended by connector manufacturer. Provide embossing die code or other standard method to make a visible indication that a connector has been adequately compressed on grounding conductor. D. Equipment Grounding Conductor Terminations: For No. 8 AWG and larger, use pressure-type grounding lugs. No. 10 AWG and smaller grounding conductors may be terminated with winged pressure-type connectors. E. Tighten screws and bolts for grounding and bonding connectors and terminals according to manufacturers published torque -tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A. GROUNDING AND BONDING 260526-2 City of Iowa City Washington Street Genus Project No. 14090 Moisture Protection: If insulated grounding conductors are connected to ground rods or grounding buses, insulate entire area of connection and seal against moisture penetration of insulation and cable. 3.2 INSTALLATION A. Use only copper conductors for both insulated and bare grounding conductors in direct contact with earth, concrete, masonry, crushed stone, and similar materials. B. Grounding Conductors: Route along shortest and straightest paths possible, unless otherwise indicated. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage. Each grounding conductor that passes through a below grade wall must be provided with a waterstop. C. Grounding electrode conductor (GEC) shall be protected from physical damage by rigid polyvinyl chloride conduit (PVC) in exposed locations. D. Bonding Straps and Jumpers: Install so vibration by equipment mounted on vibration isolation hangers and supports is not transmitted to rigidly mounted equipment. Use exothermic -welded connectors for outdoor locations,�gnless a disconnect -type connection is required; then use a bolted clarqp. BoGJ straps directly to the basic structure, taking care not to penetrate any4.oj9cv part'' y Install straps only in locations accessible for maintenance. D_ E. In raceways, use insulated equipment grounding conductors. 4r Mv F. Underground Grounding Conductors: Use tinned copper con( " r, o. 20 AWG minimum. Bury at least 24 inches below grade or bury 1 c es above duct bank when installed as part of the duct bank. Cn 3.3 EQUIPMENT GROUNDING SYSTEM A. Comply with NFPA 70, Article 250, for types, sizes, and quantities of equipment grounding conductors, unless specific types, larger sizes, or more conductors than required by NFPA 70 are indicated. B. Install equipment grounding conductors in all feeders and circuits. Terminate each end on a grounding lug or bus. 3.4 BONDING SYSTEM A. Exterior Metallic Pull and Junction Box Covers, Metallic Hand Rails: Bond to grounding system using flexible grounding conductors. B. Metal Poles Supporting Outdoor Lighting Fixtures > 15 feet: Provide a grounding electrode in addition to installing a separate equipment grounding conductor with supply branch -circuit conductors. 3.5 GROUNDING ELECTRODE SYSTEM A. Provide bonding at Utility Company's metering equipment. GROUNDING AND BONDING 260526-3 City of Iowa City Washington Street Genus Project No. 14090 Ground Rods: Install at least two rods spaced at least 20 feet from each other and located at least the some distance from other grounding electrodes. Drive ground rods until tops are 12 inches below finished floor or final grade, unless otherwise indicated. 2. Interconnect ground rods with grounding electrode conductors. Use exothermic welds, except at test wells and as otherwise indicated. Make connections without exposing steel or damaging copper coating. 3.6 FIELD QUALITY CONTROL A. Inspect grounding and bonding system conductors and connections for tightness and proper installation. 1. Measure ground resistance from system neutral connection at service entrance to convenient ground reference points using suitable ground testing equipment. Resistance shall not exceed 5 ohms. 2. Testing: Perform the following field quality -control testing: a. After installing grounding system but before permanent electrical circuitry has been energized, test for compliance with requirements. b. Test completed grounding system at each location where a maximum ground -resistance level is specified, at service d. Excessive Ground Resistance: If resistance to ground exceeds specified values, notify Architect/Engineer promptly and include recommendations to reduce ground resistance. GROUNDING AND BONDING 260526-4 disconnect enclosure grounding terminal, and at ground test wells. a Measure ground resistance not less than two full days after the last x�: trace of precipitation, and without the soil being moistened by Q 2 any means other than natural drainage or seepage and without _ '-! chemical treatment or other artificial means of reducing natural Ln c3` ground resistance. Perform tests, by the fall -of -potential method LL g r}„ according to IEEE 81. Gig M C. Provide drawings locating each ground rod and ground rod o assembly and other grounding electrodes, identify each by letter in alphabetical order, and key to the record of tests and observations. Include the number of rods driven and their depth at each location and include observations of weather and other phenomena that may affect test results. Describe measures taken to improve test results. 1) Equipment Rated 500 kVA and Less: 10 ohms. 2) Equipment Rated 500 to 1000 kVA: 5 ohms. 3) Equipment Rated More Than 1000 kVA: 3 ohms. 4) Substations and Pad -Mounted Switching Equipment: 5 ohms. 5) Manhole Grounds: 10 ohms. d. Excessive Ground Resistance: If resistance to ground exceeds specified values, notify Architect/Engineer promptly and include recommendations to reduce ground resistance. GROUNDING AND BONDING 260526-4 7 LJ City of Iowa City Genus Project No. 14090 Washington Street END OF SECTION 26 05 26 N O_ U O� L T � z rl a m Q %y' o m GROUNDING AND BONDING 260526-5 City of Iowa City Washington Street SECTION 26 05 33 - CONDUIT AND BOXES PART 1 - GENERAL 1.1 SECTION INCLUDES A. High density polyethylene conduit and fittings B. Electrical connection 1.2 REFERENCES A. NECA "Standards of Installation" B. National Electrical Manufacturers Association (NEMA): Genus Project No. 14090 ANSI/NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit C. National Fire Protection Association (NFPA) 1. ANSI/NFPA 70- National Electrical Code D. Underwriters Laboratories (UL): Applicable Listings z 1. UL514-B - Conduit Tubing and Cable Fittings—tn Ln r 2. UL651-A -HDPE Conduit r m M 3. UL651-B - Continuous Length HDPE Conduit -rn 4. UL746A - Standard for Polymeric Materials - Short feoper� Evaluations v C-3 E. American Standard of Testing and Materials (ASTM): 1. ASTM D 570 - Standard Test Method for Water Absorption of Plastics 2. ASTM D 638 - Standard Test Method for Tensile Properties of Plastics 3. ASTM D 648 - Standard Test Method for Deflection Temperature of Plastics under Flexural Load in the Edge Wise Position 4. ASTM D 2412 - Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading 5. ASTM D 2447 - Standard Specification for Polyethylene (PE) Plastic Pipe, Schedules 40 and 80, Based on Outside Diameter 6. ASTM D 3350 - Standard Specification for Polyethylene Plastic Pipe and Fittings Material F. Definitions: 1. Fittings: Conduit connection or coupling. 2. Body: Enlarged fittings with opening allowing access to the conductors for pulling purposes only. CONDUIT AND BOXES 260533-1 City of Iowa City Washington Street Genus Project No. 14090 3. Mechanical Spaces: Enclosed areas, usually kept separated from the general public, where the primary use is to house service equipment and to route services. These spaces generally have exposed structures, bare concrete and non -architecturally emphasized finishes. 4. Finished Spaces: Enclosed areas where the primary use is to house personnel and the general public. These spaces generally have architecturally emphasized finishes, ceilings and/or floors. 5. Concealed: Not visible by the general public. Often indicates a location either above the ceiling, in the walls, in or beneath the floor slab, in column coverings, or in the ceiling construction. 6. Above Grade: Not directly in contact with the earth. For example, an interior wall located at an elevation below the finished grade shall be considered above grade but a wall retaining earth shall be considered below grade. 7. Slab: Horizontal pour of concrete used for the purpose of a floor or sub -floor. PART 2 - PRODUCTS 2.1 HIGH DENSITY POLYETHYLENE A. Minimum Size: 2 inch, unless noted otherwise. Acceptable Manufacturers: Carlon, Chevron Phillips Chemical Company, or ., yWroved equal. �2 �terials used for the manufacture of polyethylene pipe and fittings shall be <�xira high molecular weight, high-density polyethylene resin. The material shall be �IiUtd by PPI (Plastic Pipe Institute) and shall meet the following resin properties: --r M Test Description Values HDPE IFI 505 Density /CM 3 <.941 D-1238 Melt Index, /10 min Condition E >.55 rams/10 min. D-638 Tensile Strength at yield(psi) 3000 min. D-1693 Environmental Stress Crack Resistance Condition B, F 20 96 hrs. D-790 Flexural Modulus, MPa(psi) <80,000 D-746 Brittleness Temperature -75°C Max D. The pipe shall contain no recycled compound except that generated in the manufacturer's own plant from resin of the same raw material, including both the base resin and coextruded resin. The pipe shall be homogeneous throughout and free of visible cracks, holes, voids, foreign inclusions, or other defects that may affect the wall integrity. CONDUIT AND BOXES 260633-2 City of Iowa City Washington Street E. Fitting and Conduit Bodies: Genus Project No. 14090 Directional Bore and Plow Type Installation: Electrofusion or Universal Aluminum threaded couplings. Tensile strength of coupled pipe must be greater than 2,000 lbs. 2. For all other type of installation: Coupler must provide a water tight connection. The tensile strength of coupled pipe must be greater than 1,000 lbs. 3. E-loc type couplings are not acceptable in any situations. 4. Acceptable Manufacturers: ARCON, Carlon, or approved equal. 2.2 OUTLET BOXES A. Cast Boxes: NEMA FBI, Type FD, Aluminum or cast feralloy, deep typep�asketed cover, threaded hubs. e 2.3 ELECTRICAL CONNECTION c� cn A. Electrical connection to equipment and motors, sized per NE_t� Coordina requirements with contractor furnishing equipment or moVq &er specifications and general installation notes for terminations to mdT"�'F� co �- O CD PART 3 - EXECUTION 3.1 CONDUIT SIZING A. Size conduit as shown on the drawings and specifications. Where not indicated in the contract documents, conduit size shall be according to N.E.C. (Latest Edition). Conduit and conductor sizing shall be coordinated to limit conductor fill to less than 40%, maintain conductor ampere capacity as required by the National Electrical Code (to include enlarged conductors due to temperature and quantity derating values) and to prevent excessive voltage drop and pulling tension due to long conduit/conductor lengths. B. Minimum Conduit Size (Unless Noted Otherwise): Above Grade: 1 inch. 2. Below Grade: 1 inch. C. Conduit sizes shall change only at the entrance or exit to a junction box, unless specifically noted on the drawings. CONDUIT AND BOXES 260533-3 City of Iowa City Washington Street 3.2 CONDUIT ARRANGEMENT Genus Project No. 14090 A. In general, conduit shall be installed concealed in walls, in finished spaces and where possible or practical, or as noted otherwise. In unfinished spaces, mechanical and utility areas, conduit may run either concealed or exposed as conditions dictate and as practical unless noted otherwise on drawings. Installation shall maintain headroom in exposed vicinities of pedestrian or vehicular traffic. B. Conduit shall not share the some cell as structural reinforcement in masonry walls. C. Conduit runs shall be routed as shown on large scale drawings. Conduit routing on drawings scaled 1/4"=1'-9" or less shall be considered diagrammatic, unless noted otherwise. The correct routing, when shown diagrammatically shall be chosen by the Contractor based on information in the contract documents, in accordance with manufacturer's written instructions, applicable codes, the NECA's "Standard of Installation", in accordance with recognized industry standards, and coordinated with other contractors. D. Contractor shall adapt his work to the job conditions and make such changes as required and permitted by the Architect/Engineer, such as moving to clear beams and joists, adjusting at columns, avoiding interference with windows, etc., to permit the proper installation of other mechanical and/or electrical equipment. E. Contractor shall cooperate with all Contractors on the project. He shall obtain details of other Contractor's work in order to ensure fit and avoid conflict. Any ,r expense due to the failure of This Contractor to do so shall be paid for in full by ,trim. The other trades involved as directed by the Architect/Engineer shall perform 1, oo die repair of work damaged as a result of neglect or error by This Contractor. The W %sultant costs shall be borne by This Contractor. a �)= 3 00140W INSTALLATION onduit Connections: .n o T. Shorter than standard conduit lengths shall be cut square using industry `V standards. The ends of all conduits cut shall be reamed or otherwise finished to remove all rough edges. 2. Metallic conduit connections in slab on grade installation shall be sealed and one coat of rust inhibitor primer applied after the connection is made. 9 4. Where conduits with tapered threads cannot be coupled with standard couplings, then approved split or Erickson couplings shall be used. Running threads will not be permitted. Install expansion/deflection joints where conduit crosses structure expansion/seismic joints. B. Conduit terminations for all low voltage wiring shall have nylon bushings installed on each end of every conduit run. CONDUIT AND BOXES 260533-4 City of Iowa City Washington Street C. Conduit Bends: Genus Project No. 14090 1. Use a hydraulic one-shot conduit bender or factory elbows for bends in conduit 7' in size or larger. All steel conduit bending shall be done cold; no heating of steel conduit shall be permitted. 2. All bends of rigid polyvinyl chloride conduit (PVC) shall be made with the manufacturer's approved bending equipment. The use of spot heating devices will not be permitted (i.e. blow torches). 3. A run of conduit shall not contain more than the equivalent of four (4) quarter bends (3600), including those bends located immediately at the outlet or body. 4. Telecommunications conduits shall have no more than two (2) 90 degree bends between pull points and contain no continuous sections longer than 100 feet. Insert pull points or pull boxes for conduits exce�ing 100 feet in length. o� a. A third bend is acceptable if: n-< r crr 1) The total run is not longer than (33) feet. i'72 v (� 2) The conduit size is increased to the next trade 3 0 5. Telecommunications pull boxes shall not be used in lieu of ben$ Align conduits that enter into the pull box from opposite ends with eacorother. Pull box size shall be twelve (12) times the diameter of the largest conduit. Slip sleeves or gutters can be used in place of a pull box. 6. Telecommunications conduit bend radius shall be six (6) times the diameter for conduits under 2" and ten (10) times the diameter for conduits over 2". D. Conduit Placement: Conduit shall be mechanically continuous from source of current to all outlets. Conduit shall be electrically continuous from source of current to all outlets, unless a properly sized grounding conductor is routed within the conduit. All metallic conduits shall be bonded per the National Electrical Code. 2. Contractor shall provide suitable mechanical protection around all conduits stubbed out from floors, walls or ceilings during construction to prevent bending or damaging of stubs due to carelessness with construction equipment. 3. Contractor shall provide a polypropylene pull cord with 2000 lbs. tensile strength in each empty conduit. CONDUIT AND BOXES 260533-5 City of Iowa City Washington Street 3.4 CONDUIT TERMINATIONS Genus Project No. 14090 A. Where conduit bonding is indicated or required in the contract documents, the bushings shall be a grounding type sized for the conduit and ground bonding conductor as manufactured by O-Z/Gedney, Appleton, Thomas & Betts, Burndy, Regal, or approved equal. B. Conduits with termination fittings shall be threaded for one (1) lock nut on the outside and one (1) lock nut and bushing on the inside of each box. C. Where conduits terminate in boxes with knockouts, they shall be secured to the boxes with lock nuts and provided with approved screw type tinned iron bushings or fittings with plastic inserts. D. Where conduits terminate in boxes, fittings, or bodies with threaded openings, they shall be tightly screwed against the shoulder portion of the threaded openings. E. All conduit ends shall be sealed with plastic immediately after installation to prevent the entrance of any foreign matter during construction. The seals shall be removed and the conduits blown clear of any and all foreign matter prior to any wires or pull cords being installed. 3.5 UNDERGROUND CONDUIT INSTALLATION C. Conduit Elbows (vertical): Minimum metal or RTRC elbow radiuses shall be 30 inches for primary conduits (>600V) and 18 inches for secondary conduits (<600V). Increase radius, as required, based on pulling tension calculation requirements. D. Conduit Placement: Conduit runs shall be pitched a minimum of 4" per 100 feet to drain toward the terminations. Duct runs shall be installed deeper than the minimum wherever required to avoid any conflicts with existing or new piping, tunnels, etc. CONDUIT AND BOXES 260533-6 A. Conduit Connections: r�- l:- Conduit joints in a multiple conduit run shall be staggered at least one «'` foot apart. W Bn ! 2nduit Bends (Lateral): J I �Y Conduits shall have Ion sweep radius elbows instead of standard elbows 9 P wherever special bends are indicated and noted on the drawings, or as .e o required by the manufacturer of the equipment or system being served. a N ' 2. Telecommunications conduit bend radius shall be six times the diameter for conduits under 2" and ten times the diameter for conduits over 2". Where long cable runs are involved, sidewall pressures may require larger radius bends. Coordinate with Architect/Engineer prior to conduit installation to determine bend radius. C. Conduit Elbows (vertical): Minimum metal or RTRC elbow radiuses shall be 30 inches for primary conduits (>600V) and 18 inches for secondary conduits (<600V). Increase radius, as required, based on pulling tension calculation requirements. D. Conduit Placement: Conduit runs shall be pitched a minimum of 4" per 100 feet to drain toward the terminations. Duct runs shall be installed deeper than the minimum wherever required to avoid any conflicts with existing or new piping, tunnels, etc. CONDUIT AND BOXES 260533-6 City of Iowa City Washington Street Genus Project No. 14090 2. For parallel runs, use suitable separators and chairs installed not greater than 4' on centers. Band conduit together with suitable banding devices. Securely anchor conduit to prevent movement during concrete placement or backfilling. 3. Where concrete is required, the materials for concreting shall be thoroughly mixed to a minimum f'c = 2500 and immediately placed in the trench around the conduits. No concrete that has been allowed to partially set shall be used. 4. Before the Contractor pulls any cables into the conduit he shall have a mandrel 1/4' smaller than the conduit inside diameter pulled through each conduit and if any concrete or 'obstructions are found, the Contractor shall remove them and clear the conduit. Spare conduit shall also be cleared of all obstructions. 5. Conduit terminations in manholes, masonry pull boxes, or masonry walls shall be with malleable iron end bell fittings. 6. All spare conduits not terminated in a covered enclosure shall t4ave its terminations plugged as described above.— 0 0 7. Ductbanks and conduit shall be installed a minimum of 2*2lowc-Anish M grade, unless otherwise noted on the drawings or els@+yhore in the specifications. mac, r z. 8. All non-metallic conduit installed underground outside a ab Mall rigid. -=x E. Horizontal Directional Drilling: 0 Entire drill path shall be accurately surveyed, with entry and exit stakes placed and coordinated with other contractors. If using a magnetic guidance system, entire drill path shall be surveyed for any surface geo- magnetic variations or anomalies. 2. Any utility locates within 20 feet of the bore path shall have the exact location physically verified by hand digging or vacuum excavation. Restore inspection holes to original condition after verification. Raceway Seal: Where a raceway enters a building or structure, it shall be sealed with a sealing bushing or duct seal to prevent the entry of liquids or gases. Seal must be compatible with conductors and raceway system. Spare or unused raceway shall also be sealed. 2. All telecommunications conduits and innerducts, including those containing cables, shall be plugged at the building and vault with "JackMoon" or equivalent duct seal, capable of withstanding a 10 foot head of water (5 PSI). CONDUIT AND BOXES 260533-7 City of Iowa City Washington Street 3.6 CONDUIT INSTALLATION SCHEDULE Genus Project No. 14090 A. In the event the location of conduit installation represents conflicting installation requirements as specified in the following schedule, a clarification shall be obtained from the Architect/Engineer. B. The following schedule shall be adhered to unless they constitute a violation of applicable codes or are noted otherwise on the drawings. Exposed: HDPE 2. Site Conduits: HDPE 3.7 BOX INSTALLATION SCHEDULE A. Cast boxes shall be used in: 1. Exterior locations. 2. Exposed interior locations within 8' of the highest platform level. 3. Direct contact with earth. 4. Direct contact with concrete in slab on grade. 5. Wet locations. 3.8 COORDINATION OF BOX LOCATIONS Q Rio vide electrical boxes as shown on the drawings, and as required for splices, W Q W Q)s, wire pulling, equipment connections, and code compliance. �LLJ >= J Bn Electrical box locations shown on the Contract Drawings are approximate, unless --� r >-64nensioned. LJ Q c'gcote and install boxes to allow access. o T: Locate and install to maintain a neat appearance. END OF SECTION 26 05 33 CONDUIT AND BOXES 260533-8 I City of Iowa City Washington Street SECTION 26 05 37 - ELECTRICAL MANHOLES PART 1 - GENERAL 1.1 SECTION INCLUDES A. Prefabricated Concrete Manholes B. Manhole Accessories 1.2 QUALITY ASSURANCE Genus Project No. 14090 A. Manufacturer: Company specializing in precast concrete structures with three (3) years documented experience. 1.3 REFERENCES A. ANSI/ASTM A153 - Zinc Coating (Hot -Dip) on Iron and Steel Hardware N B. ANSI/ASTM A569 - Steel, Sheet and Strip, Carbon (0.15 McWinum` wcent), Hot -Rolled, Commercial Quality C-) -n A� rc C. ASTM A48 - Gray Iron Castings t.— =tc� cn D. ASTM A123 - Zinc (Hot -Galvanized) Coatings on Products Fabricqitgfropa Roll Pressed, and Forged Steel Shapes, Plates, Bars, and Strips ,S co 1.4 SUBMITTALS o LO A. Submit shop drawings and product data under provisions of Section 26 05 00. B. Indicate material specifications, dimensions, capacities, size and location of openings, reinforcing details, and accessory locations. C. Provide product data for manhole accessories. D. Submit manufacturer's installation instructions under provisions of Section 26 05 00. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS - PRECAST CONCRETE MANHOLES A. As indicated on the drawings. 2.2 [MH -1]: PRECAST CONCRETE MANHOLES A. Precast Concrete: Air -entrained, 2000 psi compressive strength at 28 days. B. Reinforcing: AASHTO HS -20; bridge loading. C. Construction: In modular sections with tongue and groove joints. D. Manhole Shape: As indicated on the drawings. ELECTRICAL MANHOLES 260537-1 City of Iowa City Genus Project No. 14090 Washington Street E. Necking and Shaft Sections: 30 inch diameter clear opening. F. Include 12 inch drain opening and 2 one inch ground rod openings in base section. G. Include precast manhole steps at 16 inches on center. 2.3 MANHOLE ACCESSORIES A. Manhole Frames and Covers: ASTM A48; Class 30B gray cast iron, machine finished with flat bearing surfaces. B. Sump Covers: ASTM A48; Class 30B gray cast iron. C. Pulling Irons: 7/8 inch diameter steel bar forming a triangle of 9 inches per side when set. Galvanize to ANSI/ASTM A153 for irregular shaped articles. PART 3 - EXECUTION 3.1 PREPARATION A. Excavate, install base material, and compact base material in accordance with manufacturer's instructions. 3.2 INSTALLATION - PRECAST CONCRETE MANHOLES r -- A7- Install and seal precast sections in accordance with manufacturer's instructions. 65 Y, --L: �-- B. cQ! W- precast neck and shaft sections to bring manhole entrance to proper �} c1 �iai+ation. J Lr) v _- C` HM11 manholes plumb. -41 LL .i F-Kn D-) 'etthe top of each manhole to finished elevation or as indicated on the Z=— drawings. N 3.3 INSTALLATION - MANHOLE ACCESSORIES A. Install drains in manholes, and connect to site drainage system. B. Install ground rod with top protruding 4 inches above manhole floor. C. Waterproof exterior surfaces, joints, and interruptions of manholes after concrete has cured 28 days minimum, in accordance with provisions of Division 7. END OF SECTION 26 05 37 ELECTRICAL MANHOLES 260537-2 City of Iowa City Genus Project No. 14090 Washington Street SECTION 26 05 53 - ELECTRICAL IDENTIFICATION IPART 1 - GENERAL 1.1 SECTION INCLUDES A. Nameplates and tape labels ' B. Wire and cable markers C. Conductor color coding D. Electrical gear labeling ' 1.2 REFERENCES A. ANSI C2 - National Electrical Safety Code B. NFPA 70 -National Electrical Code C. ANSI Al 3.1 -Standard for Pipe Identification D. ANSI Z535.4 - Standard for Product Safety Signs and Labels v PART 2 - PRODUCTSc7 C_ `n —� a _ 2.1 ELECTRICAL IDENTIFICATION PRODUCTS C-)-<cn j'- A. r - Colored Adhesive Marking Tape for banding Raceways, Wires, aa4_a_es: SHIT-� adhesive vinyl tape not less than 3 mils thick by 1 inch to 2 inches in vKdt6 B. Pretensioned Flexible Wraparound Colored Plastic Sleeves fore Cable Identification: flexible acrylic bands sized to suit the cable diameter and arranged to stay in place by pre -tensioned gripping action when coiled around the cable. C. Wire/Cable Designation Tape Markers: Vinyl or vinyl -cloth, self-adhesive, wraparound, cable/conductor markers with preprinted numbers and letter. D. Cable Ties: Fungus -inert, self -extinguishing, one-piece, self-locking nylon cable ties, 0.18 -inch minimum width, 50 -Ib minimum tensile strength, and suitable for a temperature range from minus 50°F to 350°F. Provide ties in specified colors when used for color coding. E. Underground Plastic Markers: Bright colored continuously printed plastic ribbon tape of not less than 6 inches wide by 4 mil thick, printed legend indicating type of underground line, manufactured for direct burial service. Tape shall contain a continuous metallic wire to allow location with a metal detector. Aluminum, Wraparound Marker Bands: 1" in width, .014 inch thick aluminum bands with stamped or embossed legend, and fitted with slots or ears for permanently securing around wire or cable jacket or around groups of conductors. ELECTRICAL IDENTIFICATION 26 05 53 -1 City of Iowa City Genus Project No. 14090 Washington Street Cl Brass or aluminum Tags: 7' by 7' by .05 -inch metal tags with stamped legend, punched for fastener. H. Indoor/Outdoor Number and Letters: Outdoor grade vinyl label, minimum of 3/4" high x 9/16" wide, with acrylic adhesive designed for permanent application in severe indoor and outdoor environments. 2.2 NAMEPLATES AND SIGNS A. Exterior, Metal -Backed, Butyrate Signs: Weather -resistant, nonfading, preprinted, cellulose -acetate butyrate signs with .0396 inch galvanized -steel backing: and with colors, legend, and size required for application. Mounting 1/:' grommets in corners. B. Safety Signs: Comply with 29 CFR, Chapter XVII, Part 1910.145. PART 3 - EXECUTION 3.1 INSTALLATION A. Lettering and Graphics: Coordinate names, abbreviations, colors, and other designations used in electrical identification work with corresponding designations specified or indicated. Install numbers, lettering, and colors as required by code. B. Install identification devices in accordance with manufacturer's written instruction and requirements of NEC. Q Cos Sequence of Work: Where identification is to be applied to surfaces that require w -- airish, install identification after completion of finish work. All mounting surfaces CL �I be cleaned and degreased prior to identification installation. J Lr) C.) r— D` >tR:uit Identification: Tag or label conductors as follows: _ L J yo Multiple Power or Lighting Circuits in Same Enclosure: Where multiple Z;; — branch circuits are terminated or spliced in a box or enclosure, label each conductor with source and circuit number. 2. Multiple Control Wiring and Communication/Signal Circuits in Same Enclosure: For control and communications/signal wiring, use wire/cable marking tape at terminations in wiring boxes, troughs, and control cabinets. Use consistent letter/number conductor designations throughout on wire/cable marking tape. 3. Match identification markings with designations used in panelboards shop drawings, Contract Documents, and similar previously established identification schemes for the facility's electrical installations. ELECTRICAL IDENTIFICATION 260553-2 City of Iowa City Genus Project No. 14090 ' Washington Street E. Apply warning, caution and instruction signs as follows: I. Install warning, caution or instruction signs where required by NEC, where indicated, or where reasonably required to assure safe operation and maintenance of electrical systems and of the items to which they connect. Install engraved plastic -laminated instruction signs with approved legend where instructions or explanations are needed for system or equipment operation. Install metal-backed butyrate signs for outdoor items. 2. Emergency Operating Signs: Install, where required by NEC, where indicated, or where reasonably required to assure safe operation and maintenance of electrical systems and of the items to which they connect, engraved laminate signs with white legend on red background with minimum 3/8 -inch high lettering for emergency instructions on power transfer, load shedding, or other emergency operations. F. Apply circuit/control/item designation labels of engraved plastic Ian-iGate for pushbuttons, pilot lights, alarm/signal components, and similo itemVexcept where labeling is specified elsewhere. �C-) ..� a G. Install labels parallel to equipment lines at locations as required aznetat locatipos for best convenience of viewing without interference with-vrdf(dn nd maintenance of equipment. �rn g- m H. Install ARC FLASH WARNING signs on all utility pedestal panel rds. %n a Rd minimum shall contain: C:3 IM i WARNING Arc Flash a. ^.:i :.._. _. Appropriate PPE Required Failure To Comply Can Resort in Death or Injury eter to NFPA 70E Underground Electrical Lines: For all exterior underground power, control, signal, and communication lines, install continuous underground plastic line marker located directly above line at 6 to S inches below grade. Where width of multiple lines installed in a common trench or concrete envelope does not exceed 16 inches overall, use a single marker. Install line marker for empty raceways as well. 3.2 CONDUCTOR COLOR CODING A. Color coding shall be applied at all panels, switches, junction boxes, pull boxes, vaults, manholes etc., where the wires and cables are visible and terminations are made. The some color coding shall be used throughout the entire electrical system, therefore maintaining proper phasing throughout the entire project. ELECTRICAL IDENTIFICATION 260553-3 City of Iowa City Washington Street Genus Project No. 14090 B. All wires and cables, 6 AWG or larger, used in motor circuits, main feeders, sub -main feeders and branch circuits, shall be coded by the application of plastic tape. The tape shall be 3-M, Plymouth or Permacel, in colors specified below. The tape shall be applied at each conductor termination with two 1 -inch tape bands at 6 -inch centers. Contractor option to use colored cabling in lieu of the tape at each end for conductor 6 AWG to 500 KCM. C. Wire and cables smaller than 6 AWG shall be color coded by the manufacturer. D. Colored cable ties shall be applied in groups of three ties of specified color to each conductor at each terminal or splice point starting 3 inches from the termination and spaced at 3- inches centers. Tighten to a snug fit, and cut off excess length. E. Where more than one nominal voltage system exists in a building or facility, each ungrounded conductor of a multi -wire branch circuit, where accessible, shall be identified by phase and system. F. Conductors shall be color coded as follows: 208Y/120 Volt, 4 -Wire: a. A -Phase - Black b. B -Phase - Red C. C -Phase - Blue d. Neutral - White e. Ground Bond - Green END OF SECTION 26 05 53 ELECTRICAL IDENTIFICATION 260553-4 c-- c © c Cr� WY v� J _- c a 0 N ELECTRICAL IDENTIFICATION 260553-4 City of Iowa City Washington Street SECTION 26 24 16 - PANELBOARDS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Lighting and appliance branch circuit panelboards 1.2 RELATED SECTIONS AND WORK Genus Project No. 14090 A. Refer to the One -Line Diagram and Panel Schedules for size, rating, and configuration. 1.3 REFERENCES A. NEMA AB 1 - Molded Case Circuit Breakers B. NEMA KS 1 - Enclosed Switches C. NEMA PB 1 - Panelboards N D. NEMA PB 1.1 - Instructions for Safe Installation, Operation and Mt-ainterWice of Panelboards Rated 600 Volts or Less A E. UL 67 - Panelboards n-< �C r 1.4 SUBMITTALS r r -t a A. Submit shop drawings for equipment and component devices ugd6rr'pr6.3lsions`ef' Section 26 05 00. " o B. Include outline and support point dimensions, voltage, main bus ampacity, integrated short circuit ampere rating, circuit breaker arrangement and sizes. 1.5 SPARE PARTS A. Keys: Furnish four (4) each to the Owner. PART 2 - PRODUCTS 2.1 RATINGS A. Definitions: 1. Series rated equipment shall be defined as equipment that can achieve a required UL AIC rating with an upstream device such as a main breaker or a combination of devices to meet or exceed a required UL AIC rating. All series rated equipment shall have a permanently attached nameplate indicating that device rating must be maintained. See Section 26 05 53 for additional requirements. 2. Fully rated equipment shall be defined as equipment where all devices in that equipment shall carry a minimum of the AIC rating that is specified. PANELBOARDS 262416-1 City of Iowa City Genus Project No. 14090 Washington Street B. The panelboards for this project shall be fully rated unless otherwise specifically noted in the Drawings or Specifications. 2.2 BRANCH CIRCUIT PANELBOARDS A. Lighting and Appliance Branch Circuit Panelboards: NEMA PB l; circuit breaker type. B. Enclosure: NEMA PB l; Type 1. C. Provide cabinet front with hinged trim and flush lock. Finish in manufacturer's standard gray enamel. D. Provide panelboards with copper bus, ratings as scheduled on the drawings. Provide copper ground bus in all panelboards. E. All unlabeled circuits shown on the panelboard schedule shall be fully prepared spaces for future breakers. All multiple -section panelboards shall have the same dimensional back box and cabinet front size. G. Minimum Integrated Short Circuit Rating: As shown on the drawings. H. Molded Case Circuit Breakers: Bolt -on type thermal magnetic trip circuit breakers, with common trip handle for all poles. Provide circuit breakers UL listed as Type SWD for lighting circuits. Provide UL Class A ground fault interrupter circuit breakers where scheduled on the drawings. Do not use tandem circuit breakers. I. Current Limiting Molded Case Circuit Breakers: Provide circuit breakers with integral thermal and instantaneous magnetic trip in each pole, coordinated with automatically resetting current limiting elements in each pole. Interrupting rating 100,000 symmetrical amperes, let -through current and energy level less than r- p,Qrmitted for same size Class RK -5 fuse. �b 3-fiE TP - 3.J AI AL'$_II ON x r --Q Ami 4elboard is to be mounted integral to utility pedestal. Refer to drawings for mme information. 0 N B. Provide filler plates for unused spaces in panelboards. C. Provide typed circuit directory for each branch circuit panelboard. Label each circuit with the type of load and the name and number of the area served. Revise directory to reflect circuit changes required to balance phase loads. PANELBOARDS 262416-2 City of Iowa City Washington Street SECTION 26 28 21 - CONTACTORS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Lighting contactors B. Enclosures Genus Project No. 14090 1.2 REFERENCES A. ANSI/NEMA ICS 6 - Enclosures for Industrial Controls and Systems B. NEMA ICS 2 - Industrial Control Devices, Controllers, and Assemblies C. UL 508 - Industrial Control Equipment 1.3 SUBMITTALS A. Submit shop drawings under provisions of Section 26 05 00. B. Include outline drawings with dimensions, and equipment ratings for aoltage, capacity, and poles. p �' C. C. c3 Submit manufacturer's instructions under provisions of Section 26 09� C— a �— � C-) c!n <rl z- PART 2 -PRODUCTS 2.1 LIGHTING CONTACTORS y 0 A. Contactors: NEMA ICS 2 and UL 508; electrically held, 2 -wire control. B. Coil Operating Voltage: 120 volts, 60 Hertz. C. Contacts: As indicated on the drawings. D. Enclosure: ANSI/NEMA ICS 6; Type 1. E. Provide solderless pressure wire terminals. PART 3 - EXECUTION 3.1 INSTALLATION A. Install in accordance with manufacturer's instructions inside utility pedestal. B. Wiring within Enclosures: Bundle, lace, and train conductors to terminal points. Separate power -limited and nonpower -limited conductors according to conductor manufacturer's written instructions. C. Size conductors according to lighting control device manufacturer's written instructions, unless otherwise indicated. CONTACTORS 26 28 21 -1 City of Iowa City Genus Project No. 14090 Washington Street D. Splices, Taps, and Terminations: Make connections only on numbered terminal strips injunction boxes: and equipment enclosures. E. Tighten electrical connectors and terminals according to manufacturer's published torque -tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. END OF SECTION 26 28 21 CONTACTORS 26 28 21 -2 r— "p�9 �"' 3 6 -1)07 LO 10- (1_ �.- E3.. g -) IQ "o .o 0 N CONTACTORS 26 28 21 -2 City of Iowa City Washington Street SECTION 26 51 00 - LIGHTING PART 1 - GENERAL 1.1 SECTION INCLUDES A. Exterior luminaires and accessories B. Poles 1.2 REFERENCES Genus Project No. 14090 A. ANSI C78.377-2008 - Specifications for the Chromaticity of Solid State Lighting Products B. ANSI C82.77-2002 - Standard for Harmonic Emission Limits and Related Power Quality Requirements for Lighting Equipment C. IEEE C2 - National Electrical Safety Code 1.3 SUBMITTALS o A. Submit product data under provisions of Section 26 05 00. ca B. Submit product data sheets for luminaires, drivers and poles. Ine cpmpl^ product model number with all options as specified. Submittal shp�le 6h�ng with fixtures listed in ascending order, and with each luminaire's asaO iQteeFdri , r, 9 or pole information following luminaire's product data. FailupvAn tani submittal in this manner will result in the submittal being rejected. -" C. Submit lens product data, dimensions and weights if not included in produc� data sheet submittal. D. Include outline drawings, support points, weights, and accessory information for each luminaire type. E. Submit utility rebate forms, where offered at project location, with rebate items completed. F. LED luminaire submittals shall include photometric report per IESNA LM -79-08 for the latest generation system being furnished, including independent testing laboratory name, report number, date, luminaire model number, input wattage, luminaire, and light source specifications. Manufacturer origin of LED chipset and driver shall be submitted. 1.4 DELIVERY, STORAGE, AND HANDLING A. Deliver products to site. Store and protect under provisions of Section 26 05 00. B. Protect luminaire finishes, lenses, and trims from damage during storage and installation. Do not remove protective films until construction cleanup within each area is complete. C. Handle site lighting poles carefully to prevent breakage and damage to finish. LIGHTING 2651 00-1 City of Iowa City Washington Street IIM�,TITINOva 21V1 Genus Project No. 14090 A. Light emitting diode (LED) light engines and drivers shall have a five-year warranty from date of Substantial Completion. PART 2 - PRODUCTS 2.1 EXTERIOR LUMINAIRES AND ACCESSORIES - GENERAL A. Listed for wet or damp location as scheduled. Fountain and pool luminaires shall be listed for submersible location to meet depth specified. B. Provide low temperature ballasts or LED drivers, with reliable starting to -20°F. 2.2 LIGHT EMITTING DIODE (LED) LUMINAIRE SYSTEMS A. Light emitting diodes used in exterior applications shall have a minimum color rendering index (CRI) of 70. Color temperature of the luminaires shall be as noted on the luminaire schedule. B. LED chip arrays specified as color changing shall have chip colors as noted on the luminaire schedule. C. LED chips shall be wired so that failure of one chip does not prohibit operation of the remainder of the chip array. D. LED Driver: Solid state driver with integral heat sink. Driver shall have overheat, short- circuit and overload protection, power factor 0.90 or above and maximum total harmonic distortion of 2017o. Surge suppression device for all exterior luminaires. 2. Drivers shall have dimming capabilities as outlined in the luminaire r— schedule for each luminaire type. 04 Driver shall have a minimum of 50,000 hours rated life. tGFF POLES �+ Yom. rind Load: 100 MPH velocity, with 1.3 gust factor with luminaires and brackets .a v W unted. .n �, Hand Hole: 2 x 4 inches with removable weatherproof cover installed at manufacturer's standard location. Provide matching gasketed cover plate. C. Anchor Bolts: As recommended by pole manufacturer. Provide template, flat washers, lock washers, and hex nuts for each pole. Grout between anchor plate and concrete base with non -shrink grout after pole is plumbed. LIGHTING 2651 00-2 City of Iowa City Washington Street Genus Project No. 14090 D. Vibration Damper: Canister or snake type second mode vibration damper internal to the pole as recommended by pole manufacturer. Provide additional pole top damper for first mode vibration on single -head poles where recommended by manufacturer. PART 3 - EXECUTION 3.1 INSTALLATION A. Luminaire Pole Bases: Sized and constructed as indicated on the drawings. Project anchor bolts 2 inches minimum above base. Install poles plumb with double nuts for adjustment. B. Use belt slings or non -chafing ropes to raise and set pre -finished luminaire poles. 3.2 ADJUSTING AND CLEANING A. Align luminaires and clean lenses and diffusers at completion of work. Clean paint splatters, dirt, and debris from installed luminaires. B. Touch up luminaire and pole finish at completion of work. 3.3 LUMINAIRE SCHEDULE e� A. As shown on the drawings. --i T n -c cn r= END OF SECTION 26 51 00 rr— Ta M M =r. _may Cn - O LIGHTING 265100-3 City of Iowa City Washington Street SECTION 31 1000 - SITE PREPARATION PART 1 - GENERAL 1.01 SUMMARY: Genus Project No. 14090 A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. PART 2 - PRODUCTS None. PART 3 - EXECUTION 0 3.01 TECHNIQUES: p —n A. Except as amended in this document, the work in this section will corribrmW th tre- following divisions and sections of the IDOT Standard Specifications'-1� � v. M M Division 21. Earthwork, Subgrades and Subbases. 71 Section 2101. Clearing and Grubbing. a ca CD 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. SITE PREPARATION 31 1000-1 City of Iowa City Washington Street 3.03 EXISTING STRUCTURES AND PROPERTY: Genus Project No. 14090 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. r-- xn L c F— JLL- ,0 0 - o N SITE PREPARATION 31 1000-2 City of Iowa City Washington Street Genus Project No. 14090 SECTION 31 2200 - EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART 1 -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: N o_ A. IDOT Standard Specifications. B. Geotechnical Engineering Report, Washington Street ReconstructioPTEl. ril :n 2015 Prepared by Terracon Consultants, Iowa City, IA �- 7� � r�-p� 1.03 QUALITY ASSURANCE: "<rnr A. Whenever a percentage of compaction is indicated or specified, Oji perL�nt of maximum density at optimum moisture as determined by ASTM D698-91,29nless 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: 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. All sections Division 24. Structures. Section 2402. Excavation for Structures. 3.02 DRAINAGE AND DEWATERING: 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 EARTH EXCAVATION, BACKFILL, FILL AND GRADING 31 2200-1 City of Iowa City Washington Street Genus Project No. 14090 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. 3.03 BACKFILLING: A. General Do not place frozen or unsuitable materials in backfill or place backfill upon frozen material. Remove previously frozen or unsuitable 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 9" lifts when heavy self-propelled compaction 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 EARTH EXCAVATION, BACKFILL, FILL AND GRADING 312200-2 equipment is used and 4" when hand guided equipment is used w and compacted to 95% Standard Proctor Density. The top 12 inches Q ci c directly below paved surfaces shall be Class A crushed stone UJ .`Y Jr 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 C:) material placed in one foot lifts compacted to 90% Standard 0 N 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 EARTH EXCAVATION, BACKFILL, FILL AND GRADING 312200-2 City of Iowa City Washington Street indicated or specified. 3.04 UNAUTHORIZED EXCAVATION: Genus Project No. 14090 A. When the bottom of any excavation is taken out beyond the limits indicated or specified, backfill, at Contractor's expense, with Class A crushed stone compacted to 95% Standard Proctor Density. EARTH EXCAVATION, BACKFILL, FILL AND GRADING 31 2200-3 N O_ CT L -,1 C-)� �, r rn C:) .D EARTH EXCAVATION, BACKFILL, FILL AND GRADING 31 2200-3 City of Iowa City Genus Project No. 14090 Washington Street SECTION 32 1313 - PORTLAND CEMENT CONCRETE PAVING PART 1 - GENERAL 1.01 SUMMARY A. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint, cure and seal Portland Cement Concrete roadways, driveway, curbs, unit paver base, footings, and sidewalks at the locations and grades noted on the plans. Related Sections include: Division 32 Section "Pavers". 1.02 REFERENCES A. IDOT Standard Specifications. o_ C3 m B. Geotechnical Engineering Report, Washington Street Reconstruction, ApK4„9, 215 Prepared by Terracon Consultants, Iowa City, IA > a e' -G un '— C. Iowa SUDAS (Statewide Urban Design and Specifications) Design Manugandgrd Specifications Section 7010 - Portland Cement Concrete Pavement nc ✓ co 1.03 SUBMITTALS o ..o A. Product Data: For each type of manufactured material and product indicated. B. Design Mixtures: For each type of concrete pavement mixture. Include alternate mixture designs when characteristics of materials, Project conditions, weather, test results, or other circumstance warrant adjustments. C. Qualification Data: For manufacturer. D. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated, based on comprehensive testing of current materials: 1. Aggregates. E. Material Certificates: Signed by manufacturers certifying that each of the following materials complies with requirements. 1. Cementitious materials. 2. Steel reinforcement and reinforcement accessories. 3. Color Admixtures. 4. Curing compounds. 5. Joint fillers. PORTLAND CEMENT CONCRETE PAVING 321313-1 City of Iowa City Washington Street F. Field quality -control test reports. 1.04 QUALITY ASSURANCE Genus Project No. 14090 A. Manufacturer Qualifications: Manufacturer of ready -mixed concrete products who complies with ASTM C 94/C 94M requirements for production facilities and equipment. 1. Manufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete Production Facilities". 2. Personnel conducting field tests shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP -01 or an equivalent certification program. B. ACI Publications: Comply with ACI 301, "Specification for Structural Concrete," unless modified by requirements in the Contract Documents. C. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixtures. D. Mockups: Cast mockups of full-size sections of concrete pavement to demonstrate typical joints, surface finish, texture, color, and standard of workmanship. Build 6'x6' mockups in the location and of the size indicated or, if not indicated, as directed by City Engineer. If additional mockups are required due to noncompliance, they shall be provided by contractor at no cost to the project. E. Quality testing: I . Compressive Strength Tests. Minimum 28 day -4,000 psi. 2. Entrained Air. 3. Slump. 4 -inches 4. Density Tests of Base and Subgrade. PORTLAND CEMENT CONCRETE PAVING 32 1313-2 A. Colored concrete mockup: demonstrating color and jointing B. Standard concrete: no mockup required. C. Colored stain on light pole base: test colors on a temporary cylinder for approval by landscape architect. r- _ Notify Owner's Representative seven days in advance of dates and times when GO mockups will be constructed. y ZZ tc u -J�J c> Obtain Landscape Architect's and City Engineer's approval of mockups before L o starting construction. Lj,,,�, c>� Maintain approved mockups during construction in an undisturbed condition ,o — as a standard for judging the completed pavement. 0 CV 5. Demolish and remove approved mockups from the site when directed by Owner. E. Quality testing: I . Compressive Strength Tests. Minimum 28 day -4,000 psi. 2. Entrained Air. 3. Slump. 4 -inches 4. Density Tests of Base and Subgrade. PORTLAND CEMENT CONCRETE PAVING 32 1313-2 City of Iowa City Washington Street 1.05 PROJECT CONDITIONS Genus Project No. 14090 A. Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other construction activities. 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 41. Construction Materials. Sections 4101 through 4122. N B. FormsCn `— 1. Form Materials: Plywood, metal, metal -framed plywood, or oth!ftg' pried --^ panel type materials to provide full -depth, continuous, straight,,?q pth I Ln exposed surfaces. �c s rn a. Use flexible or curved forms for curves with a radius 100 feet (gJeas. 2. Form Release Agent: Commercially formulated form -release agent that 91 not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. C. Steel Reinforcement 1. Reinforcing Bars: ASTM A 615/A 615M, Grade 60, deformed. 2. Joint Dowel Bars: Plain steel bars, ASTM A 615A 615M, Grade 60 (Grade 420). Cut bars true to length with ends square and free of burrs. 3. Tie Bars: Tie Bars: ASTM A 615/A 615M, Grade 60 (Grade 420), deformed. 4. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars, welded wire reinforcement, and dowels in place. Manufacture bar supports according to CRSI's "Manual of Standard Practice" from steel wire, plastic, or precast concrete of greater compressive strength than concrete, and as follows: a. Equip wire bar supports with sand plats or horizontal runners where base material will not support chair legs. D. Concrete Pavement - IDOT Portland Cement Concrete Type C: Section 2301 per Geotechnical Engineering Report. E. Fill material requirements per April 29, 2015 "Geotechnical Engineering Report". Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. PORTLAND CEMENT CONCRETE PAVING 321313-3 City of Iowa City Washington Street G. Curing Materials Genus Project No. 14090 1. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz./sq. yd. (305 g/sq. m) dry 2. Moisture Retaining Cover: ASTM C 171, polyethylene film or white burlap- polyethylenesheet. 3. Water: Potable 4. Evaporation Retarder: Waterborne, monomolecular film forming; manufactured for application to fresh concrete. Products: a. Axim Concrete Technologies; Cimfilm. b. Burke by Edeco; BurkeFilm. c. ChemMasters; Spray -Film. d. Conspec Marketing & Manufacturing Co., Inc.; Aquafilm. 5. Clear Waterborne Membrane -Forming Curing Compound: ASTM C 309, Type 1, Class B. Products: a. Anti -Hydro International, Inc.; AH Curing Compound #2 DR WB. b. Burke by Edoko; Aqua Resin Cure. c. ChemMasters; Safe -Cure Clear. d. Conspec Marketing & Manufacturing Co., Inc.; W.B. Resin Cure 1. Prepare design mixtures, proportioned according to ACI 301, for each type and strength of normal -weight concrete determined by either laboratory trial mixes or field experience. a. Use a qualified independent testing agency for preparing and reporting proposed concrete mixture designs for the trial batch method. PORTLAND CEMENT CONCRETE PAVING 32 1313-4 H. Related Materials 1. Expansion- and Isolation -Joint Filler Strips: ASTM D 1751, asphalt -saturated cellulosic fiber. o Expansion Joint Sealant: Urethane sealant to be used between buildings and 1 _ cc? sidewalk. Lr c.3a-, Concrete Saw: Use power operated concrete saws capable of cutting >-� hardened concrete neatly. LL- di I. � '�. crmroement Markings ^' 1. Pavement Marking Paint: Alkyd -resin type, lead and chromate free, ready mixed, complying with AASHTO M 248, Type F. a. Color: Yellow, or as indicated per plans. J. Concrete Mixtures 1. Prepare design mixtures, proportioned according to ACI 301, for each type and strength of normal -weight concrete determined by either laboratory trial mixes or field experience. a. Use a qualified independent testing agency for preparing and reporting proposed concrete mixture designs for the trial batch method. PORTLAND CEMENT CONCRETE PAVING 32 1313-4 City of Iowa City Washington Street Genus Project No. 14090 2. Proportion mixtures to provide normal -weight concrete with the following properties: a. Compressive Strength (28 Days): 4000 psi (27.6 MPa). b. Maximum Water-Cementitious Materials Ratio at Point of Placement: 0.45. c. Slump Limit: 4 inches (100 mm) plus or minus 1 inch (25 mm). 3. Add air -entraining admixture at manufacturer's prescribed rate to result in normal -weight concrete at point of placement having an air content as follows: a. Air Content: 4-1/2 percent plus or minus 1.5 percent for 1 -inch (25 -mm) nominal maximum aggregate size. 4. Limit water-soluble, chloride -ion content in hardened concrete to 0.15percent by weight of cement. 5. Chemical admixtures: Use admixtures according to manufacturer's written instruction. o 1. Use water -reducing admixture in concrete, as required, for o placement and workability. a b. Use water -reducing and retarding admixture when required 11Y high temperatures, low humidity, or other adverse placement condli%n cn dim a t y 6. Cementious Materials: Limit percentage, by weight, of cementitior5t�teMIs other than Portland cement according to ACI 301 requirements. :iE K. Concrete Mixing `D Ready -Mixed Concrete: Measure, batch, and mix concrete materials and concrete according to ASTM C 94/C 94M. Furnish batch certificates for each batch discharged and used in the Work. a. When air temperature is between 85 deg F (30 deg C) and 90 deg F (32 deg C), reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F (32 deg C), reduce mixing and delivery time to 60 minutes. PART 3 - EXECUTION 3.01 TECHNIQUES 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 21 1 1. Granular Subbase. Division 23. Surface Courses. Section 2301. Portland Cement Concrete Pavement. Section 2316. Pavement Smoothness. PORTLAND CEMENT CONCRETE PAVING 32 1313-5 City of Iowa City Genus Project No. 14090 Washington Street Division 25. Miscellaneous Construction. Section 2512. Portland Cement Concrete Curb and Gutter. 3.02 EXAMINATION A. Examine exposed subgrades and subbase surfaces for compliance with requirements for dimensional, grading, and elevation tolerances. B. Proof -roll prepared subbase surface below concrete pavements with heavy pneumatic- tired equipment to identify soft pockets and areas of excess yielding. 1. Complete proof -roll subbase in one direction and repeat in perpendicular direction. Limit vehicle speed to 3 mph. 2. Subbase with soft spots and areas of pumping or rutting exceeding depth of [1 /2 inch (13 mm). C. Proceed with concrete pavement operations only after nonconforming conditions have been corrected and subgrade is ready to receive pavement. 3.03 PREPARATION A. Remove loose material from compacted subbase surface immediately before r placing concrete. Q3.04 EDGE FORMS AND SCREED CONSTRUCTION r:__ (j j A �r Set, brace, and secure edge forms, bulkheads, and intermediate screed ...i Lr) c,.>a•— guides for pavement to required lines, grades, and elevations. Install forms to r y c..> allow continuous progress of work and so forms can remain in place at least LL �Q 24 hours after concrete placement. V_;ir 0 0 Z:; B. " Clean forms after each use and coat with form -release agent to ensure separation from concrete without damage. 3.05 STEEL REINFORCEMENT A. General: Comply with CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement. B. Clean reinforcement of loose rust and mill scale, earth, ice, or other bond -reducing materials. C. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement. Maintain minimum cover to reinforcement. 3.06 JOINTS PORTLAND CEMENT CONCRETE PAVING 32 1313-6 City of Iowa City Genus Project No. 14090 Washington Street A. General: Form construction, isolation, and contraction joints and tool edgings true to line with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline, unless otherwise indicated. 1. When joining existing pavement, place transverse joints to align with previously placed joints, unless otherwise indicated. B. Construction Joints: Set construction joints at side and end terminations of pavement and at locations where pavement operations are stopped for more than one-half hour unless pavement terminates at isolation joints. 1. Continue steel reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of pavement strips, unless otherwise indicated. 2. Doweled Joints: Install dowel bars and support assemblies at joints where indicated. Lubricate or asphalt -coat one-half of dowel lengtf'� prevent concrete bonding to one side of joint. D C. Isolation Joints: Form isolation joints of preformed joint -filler stripsmittir _ concrete curbs, catch basins, manholes, inlets, structures, walks, T tiet fixed �-- objects, and where indicated. -tom cn �r=7 M 1. Locate expansion joints at 50' interval, and as indicated. c' 2. Extend joint fillers full width and depth of joint. ,_= 3. Place top of joint filler flush with finished concrete surface ifto joint p sealant is not indicated. 4. Furnish joint fillers in one-piece lengths. Where more than one length is required, lace or clip joint -filler sections together. 5. Protect top edge of joint filler during concrete placement with metal, plastic, or other temporary preformed cap. Remove protective cap after concrete has been placed on both sides of joint. D. Contraction Joints: Form weakened -plane contraction joints, sectioning concrete into areas as indicated on the construction drawings. Construct contraction joints for a depth equal to at least one-fourth of the concrete thickness, as follows: Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond -rimmed blades. Cut 1/8 -inch wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before developing random contraction cracks. 3.07 CONCRETE PLACEMENT Inspection: Before placing concrete, inspect and complete formwork installation, steel reinforcement, and items to be embedded or cast in. Notify other trades to permit installation of their work. PORTLAND CEMENT CONCRETE PAVING 321313-7 City of Iowa City Genus Project No. 14090 Washington Street B. Remove snow, ice, or frost from subbase surface and reinforcement before placing concrete. Do not place concrete on frozen surfaces. C. Moisten subbase to provide a uniform dampened condition at time concrete is placed. Do not place concrete around manholes or other structures until they are at required finish elevation and alignment. D. Comply with ACI 301 requirements for measuring, mixing, transporting, and placing concrete. E. Do not add water to concrete during delivery or at Project site. Do not add water to fresh concrete after testing. G. Deposit and spread concrete in a continuous operation between transverse joints. Do not push or drag concrete into place or use vibrators to move concrete into place. H. Consolidate concrete according to ACI 301 by mechanical vibrating equipment supplemented by hand spading, rodding, or tamping. 1. Consolidate concrete along face of forms and adjacent to transverse joints with an internal vibrator. Keep vibrator away from joint assemblies, reinforcement, or side forms. Use only square -faced shovels for hand spreading and consolidation. Consolidate with care to prevent dislocating reinforcement, dowels, and joint devices. r 1— Screed pavement surfaces with a straightedge and strike off. 455 N -_- Jr- r-C-ommence initial floating using bull floats or darbies to impart an open LJJ r _JL-ictured and uniform surface plane before excess moisture or bleed water Lr) '- pears on the surface. Do not further disturb concrete surfaces before '��ginning finishing operations or spreading surface treatments. U == Kc (Old -Weather Placement: Comply with ACI 306.1 and as follows. Protect N concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When air temperature has fallen to or is expected to fall below 40 deg F (4.4 deg C), uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F (10 deg C) and not more than 80 deg F (27 deg C) at point of placement. 2. Do not use frozen materials or materials containing ice or snow. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in mix designs. Hot -Weather Placement: Comply with ACI 301 and as follows when hot - weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature below 90 deg F (32 deg C) at time of placement. Chilled mixing water or PORTLAND CEMENT CONCRETE PAVING 321313-8 City of Iowa City Genus Project No. 14090 Washington Street chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover steel reinforcement with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. M. Broom finish shall be perpendicular to pedestrian path of travel. 3.08 CONCRETE PROTECTION AND CURING N A. General: Protect freshly placed concrete from premature drying and exce5S?/e cold or hot temperatures. o B. Comply with ACI 306.1 for cold -weather protection. C--) r -- =iit-) r_n C. Evaporation Retarder: Apply evaporation retarder to concrete surfs*iif dry, or windy conditions cause moisture loss approaching 0.2 Ib/sq.$.� h kg/sq. m x h) before and during finishing operations. Apply accordinito manufacturers written instructions after placing, screeding, and bull floating darbying concrete, but before floatfinishing. D. Begin curing after finishing concrete but not before free water has disappeared from concrete surface. E. Curing Methods: Cure concrete by moisture curing, moisture -retaining -cover curing, curing compound, or a combination of these as follows: Moist Curing: Keep surfaces continuously moist for not less than seven days with the following materials: a. Water. b. Continuous water -fog spray. C. Absorptive cover, water saturated and kept continuously wet. Cover concrete surfaces and edges with 12 -inch (300 -mm) lap over adjacent absorptive covers. 2. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture - retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches (300 mm), and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturers written instructions. Recoat areas subjected to heavy rainfall within three hours after initial PORTLAND CEMENT CONCRETE PAVING 321313-9 City of Iowa City Washington Street Genus Project No. 14090 application. Maintain continuity of coating and repair damage during curing period. 4. Curing compound shall be applied immediately following finishing of the concrete, including back of curb. 3.09 PAVEMENT TOLERANCES A. Comply with tolerances of ACI 117 and as follows: 1. Elevation: 1/4 inch (6 mm). 2. Thickness: Plus 3/8 inch (10 mm), minus 1/4 inch (6 mm). 3. Surface: Gap below 10 -foot- (3-m-) long, unleveled straightedge not to exceed 1/4 inch (6 mm). 4. Lateral Alignment and Spacing of Tie Bars and Dowels: 1 inch (25 mm). 5. Vertical Alignment of Tie Bars and Dowels: 1/4 inch (6 mm). 6. Alignment of Tie -Bar End Relative to Line Perpendicular to Pavement Edge: 1/2 inch (13 mm). 7. Alignment of Dowel -Bar End Relative to Line Perpendicular to Pavement Edge: Length of dowel 1/4 inch per 12 inches (6 mm per 300 mm). 8. Joint Spacing: 3 inches (75 mm). 9. Contraction Joint Depth: Plus 1/4 inch (6 mm), no minus. 10. Joint Width: Plus 1/8 inch (3 mm), no minus. 3.10 PAVEMENT MARKING A. Do not apply pavement -marking paint until layout, colors, and placement have been verified with Landscape Architect. B.'_Allow_,poncrete pavement to cure for 28 days and be dry before starting mp vent marking. i s ems» t) C. _XS and clean surface to eliminate loose material and dust. Lr) D. I A aint with mechanical equipment to produce pavement markings of adions indicated with uniform, straight edges. Apply at manufacturer's ,,�recomrnended rates to provide a minimum wet film thickness of 15 mils (0.4 mm). 0 N 3.11 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified independent testing and inspecting agency to perform field tests and inspections and prepare test reports. B. Testing Services: Testing of composite samples of fresh concrete obtained according to ASTM C 172 shall be performed according to the following requirements: Testing Frequency: Obtain at least 1 composite sample for each [100 cu. yd. (76 cu. m)] [5000 sq. ft. (465 sq. m)] or fraction thereof of each concrete mix placed each day. PORTLAND CEMENT CONCRETE PAVING 321313 -10 City of Iowa City Washington Street Genus Project No. 14090 a. When frequency of testing will provide fewer than five compressive- strength tests for each concrete mixture, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 2. Slump: ASTM C 143/C 143M; one test at point of placement for each composite sample, but not less than one test for each day's pour of each concrete mix. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C 231, pressure method; one test for each composite sample, but not less than one test for each day's pour of each concrete mix. 4. Concrete Temperature: ASTM C 1064; one test hourly when air ti temperature is 40 deg F (4.4 deg C) and below and when 80 deg F (8 deg C) and above, and one test for each composite sample. 5. Compression Test Specimens: ASTM C 31 /C 31 M; cast and labry c44ire j �--- one set of three standard cylinder specimens for each composit nPW �I � 6. Compressive -Strength Tests: ASTM C 39/C 39M; test 1 specimen da�s € and 2 specimens at 28 days. co o w a. A compressive -strength test shall be the average compressive strength from 2 specimens obtained from same composite sample and tested at 28 days. C. Strength of each concrete mix will be satisfactory if average of any 3 consecutive compressive -strength tests equals or exceeds specified compressive strength and no compressive -strength test value falls below specified compressive strength by more than 500 psi (3.4 MPa). D. Test results shall be reported in writing to Landscape Architect, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28 -day tests. E. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Architect but will not be used as sole basis for approval or rejection of concrete. F. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Architect. G. Remove and replace concrete pavement where test results indicate that it PORTLAND CEMENT CONCRETE PAVING 321313-11 City of Iowa City Genus Project No. 14090 Washington Street does not comply with specified requirements. H. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 3.12 REPAIRS AND PROTECTION A. Remove and replace concrete pavement that is broken, damaged, or defective or that does not comply with requirements in this Section. B. Drill test cores, where directed by Landscape Architect, when necessary to determine magnitude of cracks or defective areas. Fill drilled core holes in satisfactory pavement areas with portland cement concrete bonded to pavement with epoxy adhesive. C. Protect concrete from damage. Exclude traffic from pavement for at least 14 days after placement. When construction traffic is permitted, maintain pavement as clean as possible by removing surface stains and spillage of materials as they occur. D. Maintain concrete pavement free of stains, discoloration, dirt, and other foreign material. Sweep concrete pavement not more than two days before date scheduled for Substantial Completion inspections. 3.12 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 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 PORTLAND CEMENT CONCRETE PAVING 32 1313-12 less than 36 hours old: r — -4 Hour Temperature Forecast Coverina d Goi na L jNUnimum 35-320 F One layer plastic or burlap. Lr) ; ytMimum 31-25° F One layer plastic and one layer burlap or z r—d two layers burlap. � o Qow 25° F Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. 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 PORTLAND CEMENT CONCRETE PAVING 32 1313-12 City of Iowa City Genus Project No. 14090 Washington Street it is placed below 90° F. 3.13 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. 3.14 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. N B. Contractor shall notify the City Engineer if weather conditions makeil diffic6a to use Class M concrete, when specified. CD o. `8 END OF SECTION :<r �� rfp a .. co f s s" o ,Q PORTLAND CEMENT CONCRETE PAVING 32 1313-13 City of Iowa City Washington Street SECTION 32 1413 -UNIT PAVERS PART 1 -GENERAL 1.01 SUMMARY Genus Project No. 14090 A. Furnish labor, materials, tools and equipment to install unit pavers on bituminous setting beds over PCC base. B. Furnish labor, materials, tools and equipment to install unit pavers on sand setting bed over vault lid. C. Pavers shall be Unilock Holland Premier Charleston Paver. Existing brick pavers shall be salvaged and delivered to the City. D. Store asphalt cement and other bituminous materials in tightly closed containers. E. Related Sections include the following: N 1. Division 32 Section "Concrete Paving" for concrete base undeJDd5t p-yers and for cast -in-place concrete curbs and gutters serving as®d*e r4strairt-- Ln for unit pavers. " {rS' trn sr m iJ co co 1.02 REFERENCES G 0 A. American Society of Testing Materials: C 136 Method for Sieve Analysis for Fine and Coarse Aggregate. 2. C33 Specification for Concrete Aggregates. B. Interlocking Concrete Paving Institute. 1.03 QUALITY ASSURANCE A. Installation shall be performed only by skilled workers with satisfactory record of performance on paving projects of comparable size and quality. B. Source Limitations: Obtain each type of unit paver, joint material and setting material from single source with resources to provide materials and products of consistent quality in appearance and physical properties. C. Mockups: Build mockups to verify selections made under sample submittals and to demonstrate aesthetic effect and set quality standards for materials and execution. PAVERS 321413-1 City of Iowa City Washington Street Genus Project No. 14090 IA. Mockup # 1: 6'x 8' area of unit paving atop concrete with bituminous setting bed and mastic. Pattern to reflect examples of running bond edge, per plans. Coordinate desired pattern with Landscape Architect. Demonstration of all cuts, joints and edging shown on contract documents for approval by Landscape Architect. 1 B. Mockup #2: 6'x8' area of unit paving, install atop sand and gravel setting bed. Pattern to reflect examples of running bond edge, per plans. Coordinate desired pattern with Landscape Architect. Demonstration of all cuts, joints and edging shown on contract documents for approval by Landscape Architect. D. Approved mockups may become part of the completed work if undisturbed at time of substantial completion. Contractor is responsible to construct a mock-ups until it meets the requirements of the drawings and specifications. Rejected mock-ups shall be rebuilt at no additional cost to the owner. E. Preinstallation conference: Conduct conference at project site. 1.04 SUBMITTALS 4 L�tubmit manufacturer's product data and installation instructions for the pavers and L bituminous setting materials. ItUJ UB. U Submit material certificates for setting bed and joint fill materials. f _<Samples: Submit samples for each unit paver indicated. o D 1.05 ` DELIVERY, STORAGE AND HANDLING Deliver specified unit pavers to the site. Clean pavers if necessary. Unload unit pavers at job site in such a manner that no damage occurs to the product and in a location approved by the City Engineer. B. Store pavers on elevated platforms in a dry location. If units are not stored in an enclosed location, cover tops and sides of stacks with waterproof sheeting, securely tied. C. Sand will be covered with waterproof covering to prevent exposure and/or removal by rain or wind. The covering shall be secured in place. D. Damaged unit pavers, as determined by the City Engineer, will be replaced at the Contractor's expense. PAVERS 32 1413-2 City of Iowa City Washington Street 1.06 ENVIRONMENTAL CONDITIONS Genus Project No. 14090 A. Do not install setting bed and/or unit pavers during heavy rain or snowfall. B. Do not install frozen materials or on frozen subgrade. C. Cold -Weather Protection: Do not use frozen materials or materials mixed or coated with ice or frost. Remove and replace unit paver work damaged by frost or freezing. B. Weather limitations for bituminous setting bed: 1. Install bituminous setting bed only when ambient temperature is above 40 degree F for 24 hour period and when base is dry. 2. Apply asphalt adhesive only when apply asphalt adhesive only when ambient temperature is above 50 deg F and when temperature has not been Lnlow 35 deg F for 12 hours immediately before application. Do not apgfy whegsetting bed is wet or contains excess moisture. r. c'T�— PART 2 - PRODUCTS -4,—) N -< r a M rn 2.01 MANUFACTURED UNITS�7 aD 77 Y A. Unit pavers shall be manufactured by Unilock Chicago, 301 E. Sullivan Roaz Aurora, IL 60505. Telephone ]630)892-9191 unilock.com B. Product: Holland Premier C. Color: Charleston D. Size: 4.00" x 8.00" x 2.38" ] l Ocm x 20cm x 6 cm) for sidewalks and at vault lid. E. Size: 4.00" x 8.00" x 2.75"] l Ocm x 20cm x 7 cm) for crosswalks at street. 2.02 PORTLAND CEMENT CONCRETE [ PCC ] BASE A, Base will consist of 9" or 6" Class 'M' Portland Cement Concrete. Reference Section 321313. 2.03 BITUMINOUS SETTING -BED MATERIALS A. Primer for Base: ASTM D2028, Cutback asphalt, grade as recommended by unit paver manufacturer. B. Fine aggregate for setting bed: ASTM D 1073, No. 2 or No. 3. C. Asphalt Cement: ASTM D 3381, Viscosity grade AC -10 or Grade AC -20. D. Neoprene -Modified asphalt adhesive: paving manufacturer's standard adhesive consisting of oxidized asphalt combined with 2 percent neoprene and 10 percent long-fibered mineral fibers containing no asbestos. PAVERS 32 1413-3 City of Iowa City Washington Street 2.04 BITUMINOUS SETTING -BED MIX Genus Project No. 14090 A. Mix bituminous setting bed materials at an asphalt plant in approximately proportion, by weight, of 7 percent asphalt cement to 93 percent fine aggregate unless otherwise indicated. Heat mixture to 300 Deg F. 2.05 SETTING BED AND JOINT MATERIAL A. Settting bed and joint fill sand will be clean, non -plastic, free from deleterious or foreign matter. The sand will be natural or manufactured from crushed rock. Grading of samples will be done according to ASTM C 136. The particles will be sharp and conform to the grading requirements of ASTM C33 as shown in Table 1. Table 1 Grading Requirements for Joint Sand Sieve Size 3/8 in. (9.5 mm) No. 4 (4.75 mm) No. 8 (2.36 mm) No. 16 (1.18 mm) No. 30 (600 um) No. 50 (300 um) No. 100 (150 um) Percent Passing 100 95 to 100 80 to 100 50 to 85 25 to 60 10 to 30 2 to 10 B. Setting bed and joint fill sand will be mixed with Portland Cement at a ratio of 6 parts sand to 1 part Portland Cement. PART 3 --EXECUTION r3J?I C"NATION UJ A. L.3ilaaxamine areas indicated to receive paving, with installer present, for compliance Lr' >_'Wth requirements for installation tolerances and other conditions affecting =-Irformance. E3__ ft—' ftceed with installation only after unsatisfactory conditions have been corrected. 0 N 3.02 PREPARATION FOR PAVERS A. Remove substances from concrete substrates that could impair mortar bond, including curing and sealing compounds, form oil and laitance. B. Inspect PCC Concrete base to ensure surface is clean and built in conformance with the plans. PAVERS 321413-4 City of Iowa City Genus Project No. 14090 Washington Street C. Verify elevation difference between PCC Concrete base and adjacent finish surface to ensure brick pavers can be installed flush with bordering pavement. 3.02 INSTALLATION OF PAVERS, GENERAL A. Pattern: Herringbone pattern, square to pedestrian path of travel. B. Pattern at Jefferson Building Vault and North Pedestrian Mall: Herringbone pattern, square to pedestrian path of travel with soldier course at perimeter, per plans. C. Do not use pavers with chips, cracks, voids, discoloration, or other defects that might be visible or cause staining in finished work. N O B. Tolerances: do not exceed 1/1 6 -inch unit -to -unit offset from flush (Wpag or 1/8 inch in 24 inches and 1/4 inch in 10 feet from level, or indicated slr fo ishe–TI surface of paving. a — �-� �„ r C. Good alignment must be kept and the pattern shall be as shown or e plcs. M m y D. All pavers will be cut with a masonry saw to provide clean, sharp, un Wpeck edgeP Cut units to provide pattern indicated and to fit adjoining work nedMy. Use full units without cutting where possible. Hammer cutting is not acceptable. Dust con%l may be required at the discretion of the City Engineer. Where full pavers are not possible, consult with Landscape Architect to determine where cutting shall occur, before pattern is started. E. Adjust pattern at pavement edges such that cuffing of edge pavers is minimized. All cut pavers exposed to vehicular tires shall be no smaller than one-third of a whole paver. F. Keep skid steer and forklift equipment off newly laid pavers that have not received initial compaction and joint sand. G. Atop porous setting bed, Use a low -amplitude plate compactor capable of at least minimum of 4,000lbf (18 kN) at a frequency of 75 to 100 Hz to vibrate the pavers into the sand. Remove any cracked or damaged pavers and replace with new units. Simultaneously spread, sweep and compact dry joint sand into joints continuously until full. This will require at least 4 to 6 passes with a plate compactor. Do not compact within 6 ft (2 m) of unrestrained edges of paving units. 3.03 BITUMINOUS SETTING -BED APPLICATIONS A. Apply primer to concrete slab or binder course immediately before placing setting bed. B. Prepare for setting -bed placement by locating 3/4 -inch deep control bars approximately 11 feet apart and parallel to one another, to serve as guides for striking PAVERS 32 1413-5 City of Iowa City Washington Street Genus Project No. 14090 board. Adjust bars to subgrades required for accurate setting of paving units to finished grades indicated. C. Place bituminous setting bed where indicated, in panels, by spreading bituminous material between control bars. Spread mix at a minimum temperature of 250 deg F. Strike setting bed smooth, firm, even, and not less than 3/4 inch thick. Add fresh bituminous material to low, porous spots after each pass of striking board. After each panel is completed, advance first control bar to next position in readiness for striking adjacent panels. Carefully fill depressions that remain after removing depth -control bars. D. Apply neoprene -modified asphalt adhesive to cold setting bed by squeegee or trowel to a uniform thickness of 1/16 inch. Proceed with setting of paving units only after adhesive is tacky and surface is dry to touch. E. Place pavers carefully by hand in straight courses, maintaining accurate alignment and uniform top surface. Protect newly laid pavers with plywood panels on which workers can stand. Advance protective panels as work progresses, but maintain protection in areas subject to continued movement of materials and equipment to avoid creating depressions or disrupting alignment of pavers. If additional leveling of paving is required, and before treating joints, roll paving with power roller after sufficient heat has built up in the surface from several days of hot weather. 3.04 JOINT TREATMENT `�. glace unit pavers with tight joints. Joints shall be a maximum of I/ I 6'to 3/16". tom. ca Spill joints by sweeping a dry mixture of sand/cement joint fill into paver joints until joints W W¢ Jure filled. Remove excess sand/cement after joints are filled. J(_.) � I >_U RD5 XLEARV ci —' o Sweep excess sand/cement mixture from surfaces and remove from site. N B. Remove and replace unit pavers that are loose, chipped, broken, stained, or otherwise damaged or that do not match adjoining units. Provide new units to match adjoining units and install in same manner as original units, with some joint treatment and with no evidence of replacement. C. Remove all excess materials and debris from site. END OF SECTION PAVERS 321413-6 City of Iowa City Washington Street SECTION 32 1726 TACTILE WARNING SURFACING PART 1 - GENERAL 1.1 RELATED DOCUMENTS Genus Project No. 14090 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. Americans with Disabilities Act (ADA): Accessibility Guidelines for Buildings and Facilities. 1.2 SUMMARY N O o A. Section Includes: o� D=.t ` z 7 1. Detectable warning pavers. c7 -G cn �-- B. Related Requirements: a m x 1. Section 321313 "Concrete Paving" for concrete walkways serving` sub&ates for tactile warning surfacing. o 1.3 ACTION SUBMITTALS A. Submit manufacturer's technical product data. Include installation instructions for accessories which are built in or connected to other work. B. Product warranty: Provide manufacturer's warranty information. C. Samples for Verification: For each type of tactile warning surface, in manufacturer's standard sizes unless otherwise indicated, showing edge condition, truncated -dome pattern, texture, color, and cross section; with fasteners and anchors. 1.04 DELIVERY, STORAGE AND HANDLING: A. Deliver material in unopened containers with labels identifying contents attached. B. Powdered materials shall be kept dry and under cover. Protect liquid material from freezing. Expired materials shall not be used. 1.05 PROJECT CONDITIONS: A. Comply with ACI requirements for cold and hot -weather concrete work. TACTILE WARNING SURFACING 32 1726 - 1 City of Iowa City Washington Street B. Pre -Installation Meeting PART 2 - PRODUCTS 2.1 TACTILE WARNING SURFACING, GENERAL Genus Project No. 14090 A. Comply with Section 4.29 of the ADA Accessibility Guidelines and Section 705 of the 2010 ADA standards for accessible design. For tactile warning surfaces composed of multiple units, provide units that when installed provide consistent side-to-side and end-to-end dome spacing that complies with requirements. 2.2 DETECTABLE WARNING PLATES A. Detectable Warning Metal Plates: Accessible truncated -dome detectable warning metal tiles configured for setting flush in new concrete walkway surfaces, with slip - resistant surface treatment on domes and field of tile. 1. Neenah Foundry Detectable Warning Plates, P920.725.7000 2. Cast Iron: Cast gray iron, ASTM A 48/A 48M, CL 35. 3. Shapes and Sizes: a. Rectangular Plate, 24" x 24", Catalog Number 4984-24Q. b. Rectangular Plate, 24" x 30", Catalog Number 4984, 30Q. t� Radius, 24" x 9'-5", Catalog Number 4984-9-5R. W4W .=: w Mome Spacing: Truncated domes shall have a center -to -center spacing of 1.6 U-) _J> oches minimum and 2.4 inches maximum, and a base -to -base spacing of 0.65 r rZBch minimum, measured between the most adjacent domes on a square grid. U_ —=i5. ome Size: Truncated domes shall have a base diameter of 0.9 inch minimum .a d 1.4 inches maximum, a top diameter of 50 percent of the base diameter ti minimum to 65 percent of the base diameter maximum, and a height of 0.2 inch. 6. Mounting: a. Permanently embedded detectable warning the wet -set into freshly poured concrete. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that pavement is in suitable condition to begin installation according to manufacturer's written instructions. Verify that installation of tactile waming surfacing will comply with accessibility requirements upon completion. TACTILE WARNING SURFACING 321726-2 City of Iowa City Genus Project No. 14090 Washington Street B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION OF TACTILE WARNING SURFACING A. General: Prepare substrate and install tactile warning surfacing according to manufacturer's written instructions unless otherwise indicated. B. Place tactile warning surfacing units in dimensions and orientation indicated. Comply with location requirements of AASHTO MP 12. 3.3 INSTALLATION OF DETECTABLE WARNING PLATES A. Detectable Warning Plates: N O 1. Concrete Paving Installation: Comply with installation quiremenTs�tin Section 321313 "Concrete Paving:' Mix, place, and finish concr a -to 6XInditioAs3 complying with detectable warning tile manufacturer's written'.Z-�aireriients= satisfactory embedment of tile. C -)-Ln If 2. Set each detectable warning tile accurately and firmly in place complet"; seat file back and embedment in wet concrete by TampingX. ibWing necessary, temporarily apply weight to tiles to ensure full contact( ijs�oaorete. 3. Set surface of tile flush with surrounding concrete and adjacent tiles, with variations between tiles and between concrete and tiles not exceeding' --plus or minus 1/8 inch (3 mm) from flush. 4. Protect exposed surfaces of installed tiles from contact with wet concrete. Complete finishing of concrete paving surrounding tiles. Remove concrete from tile surfaces. 5. Clean tiles using methods recommended in writing by manufacturer. 3.4 CLEANING AND PROTECTION A. Remove and replace tactile warning surfacing that is broken or damaged or does not comply with requirements in this Section. Remove in complete sections from joint to joint unless otherwise approved by Architect. Replace using tactile warning surfacing installation methods acceptable to Architect. B. Protect tactile warning surfacing from damage and maintain free of stains, discoloration, dirt, and other foreign material. END OF SECTION 32 17 26 TACTILE WARNING SURFACING 32 1726 - 3 City of Iowa City Washington Street SECTION 32 8400 - IRRIGATION SYSTEM PART 1 - GENERAL 1.1 WORK INCLUDED Genus Project No. 14090 A. The work required under this section consists of furnishing all labor, materials, accessories, tools and equipment, and performing all operations necessary for the complete installation of the landscape irrigation system including but not limited to the following major items: 1 . Irrigation system and related appurtenances 2. Irrigation system sleeving 3. Excavation and backfill of pipe trenches 4. Record drawings and guarantees 5. Permits and licenses b. Testing of completed system 7. Site clean up C-)-' Cn B. The Owner is to provide a l'/2" water point of connection as indicated cs Pons in(V landscape area. 1=` 0 1.2 QUALITY ASSURANCE A. Manufacturing Qualifications: Provide landscape irrigation system as a complete unit produced by acceptable manufacturers for all portions of work, including valves, piping and accessories. Material and workmanship shall be in accordance with local codes and ordinances of legally constituted authorities, except where provisions of these specifications exceed such requirements, these specifications shall govern. 1.3 SEQUENCING/SCHEDULING A. Existing Utilities and Conditions: Prior to cutting into the soil, Contractor shall locate all cables, conduits, sewer, and other utilities as are commonly encountered underground, and take proper precautions not to damage or disturb such improvements. If a conflict exists between such obstacles and the proposed work, Contractor shall promptly notify the Owner's Representative who will arrange for relocation. Contractor shall proceed in the some manner if rock layer or any other conditions encountered underground make changes advisable. B. The irrigation contractor shall coordinate with the General Contractor the installation of the irrigation system components with all new utility and other work associated with this project to avoid conflicts and protect work by others. IRRIGATION SYSTEM 328400 1 City of Iowa City Washington Street Genus Project No. 14090 C. Install sleeves for all mainline that cross roadways, drives, sidewalks, and all other paving surfaces prior to placement of paving. It is the responsibility of the Irrigation Contractor to coordinate timing of sleeve installation and construction procedure with General Contractor to ensure proper sequencing. D. Give at least two days' notice to the Owner's Representative and General Contractor prior to all required site visits as indicated herein. 1.4 SUBMITTALS A. Materials List: Within 30 calendar days after award of contract, and before any irrigation system materials are ordered or delivered to the job site, the Irrigation Contactor shall submit to the Owner's Representative, a complete list of all irrigation system materials proposed to be furnished and installed. 1. Show manufacturer's name and catalog cut sheet for each item. When multiple options and/ or models are shown on the material cut sheets, the Irrigation Contractor shall highlight or otherwise clearly indicate which options and/ or models are intended for the specific Project. 2. Upon approval by the Owner's Representative, the manufacturer's recommendations shall become the basis for acceptance or rejection of actual materials and methods of installation used in the work. 3. Contractor shall not permit any irrigation system component to be brought onto the job site until it has been approved by the Owner's Representative. 4. Approval of any substitute or alternate items shall indicate only that they apparently meet the requirements of the drawings on the basis of the information submitted, and shall not relieve Contractor of any responsibility to provide a fully f4nctional system that meets the intent and spirit of the original design. x C'B. AAs Drawings: During the course of installation, the Irrigation Contractor shall LIJ "rca�gok show in red line on a print of the Irrigation System drawings all changes made Lr#o tt[rigation System during installation. Mark -Ups shall be legible and updated daily ' as �MRges occur. These daily updated prints shall be clean, well maintained in good �oraiOn and made readily available for inspection throughout the installation arocesR 0 N C. Written Maintenance Instructions: Contractor shall include all items requiring maintenance and provide manufacturer's standard maintenance specifications together with their parts lists, local material vendors and guarantees. D. Submittal of As Built Drawings: Upon completion of the Irrigation System installation, and as a condition of its acceptance and final payment to the Irrigation Contractor, the Irrigation Contractor shall deliver to the Owner, the As -Built Drawings referenced above. The Irrigation Contractor shall furnish the completed As Built Drawings in both paper (full size - 3 copies, '/2 size reduced and laminated - 1 copy). The delivery of the as -built drawings shall not relieve the Contractor of the responsibility of correcting any errors that may be found in the As Built Drawings at a later date or furnishing any required information that may have been omitted. IRRIGATION SYSTEM 328400 2 City of Iowa City Washington Street 1.5 FEES AND PERMITS Genus Project No. 14090 A. Work under this Section shall include all fees, permits, licenses, and required inspections by concerned governing agencies. 1.6 WARRANTY AND SUBSTANTIAL COMPLETION A. All irrigation equipment including quick coupler valves and accessories shall have a three (3) year manufacturer's warranty. All other irrigation equipment, workmanship, and, supplies shall be warranted for one (1) year from date of substantial completion as agreed upon by the Owner's Representative and General Contractor. All warranties shall be turned over to the Owner. r ' 0 rice 0 c - PART 2 - PRODUCTS cn M 2.1 ACCEPTABLE MANUFACTURERS v ;s CO A. Manufacturer: Contractor materials shall comply with all requiremelrrts andl-Provide irrigation equipment products from only the following: Irrigation quick coupler valves shall be manufactured by Hunter Industries. 2.2 DELIVERY, STORAGE AND HANDLING A. Manufactured materials shall be delivered in original containers with brand and maker's names marked thereon. Materials in broken containers or showing evidence of damage will be rejected and must be immediately removed from the work. B. Store plastic pipe on flat pallets and protect from sunlight. 2.3 PRESSURE PIPE A. Main Irrigation supply line. PVC plastic pipe, ASTM D 2241 Class 200 SDR 21. B. Seamless Copper Pipe: ASTM B88, Type M, drawn temper. C. Sleeving Pipe for Irrigation Supply Line: Schedule 40. PVC plastic pipe, ASTM D 1785 and D 1784, PS 21-70. D. Fittings: 1. For PVC plastic pipe, ASTM D 2466 socket fittings with ASTM A 2564 solvent cement. 2. Metallic: Cast bronze with standard iron pipe thread; 125 bl. class rating in conformance with ANSI 816.15. IRRIGATION SYSTEM 328400 3 City of Iowa City Washington Street Genus Project No. 14090 3. Copper: ANSI B16.22 wrought copper or cast brass, recessed solder joint type fittings. E. Nipples: 1. Metallic: Schedule 40 red brass (35% copper, 15% zinc) pipe: threaded both ends. Pipe shall be in accordance with ASTM B43. 2. Plastic: Factory -threaded Schedule 80, Type 1, Grade 1 polyvinyl chloride (PVC) pipe, threaded both ends. Pipe shall be in conformance with ASTM D1784 and D1785. Color: grey. F. Pipe Connection Materials: Solvent, primer and lubricants as recommended by the manufacturer. 1. Joint compound for threaded connections is Teflon or approved equal tape; UL listed. 2. No thinning of solvent or primer is allowed in any manner whatsoever. 2.4 BACKFLOW PREVENTION DEVICE A. The backflow prevention device shall be a Double Check Valve as sized on the drawings. The device shall meet all City requirements and be installed in a standard valve box below grade in the area shown on the drawings. 2.5 VALVES A. Manufacturer's Standard, of type and size required, and as follows: .r cj. °@uick�buplerValve LJJ Z9. WThe quick coupler valve shall be constructed of heavy duty red brass and --J%5inless steel and shall have a TuffTop spring loaded locking cover. The quick y�„®upler shall be two-piece body design to allow for field maintenance of the �-,vRIve's upper seal. . cige quick coupler shall come standard with anti -rotation stabilizer wings to o improve operational durability. The quick coupler keys and swivels shall be constructed of same materials and compatible with multiple manufacturer quick couplers. 4. Quick Coupler Valves shall be Hunter 33-DLRC as manufactured by Hunter Industries Incorporated, San Marcos C. Manual Drain Valves: PVC ball valves located in mainline low points and at the end of the mainline. Manual drain valves shall be installed in 10" round valve box. D. Valve Box Cover and Frame: Highline plastic valve box manufactured by Highline Products or approved equal. All valve boxes shall have green covers and shall be sized as indicated on the detail sheets. PART 3 - EXECUTION IRRIGATION SYSTEM 328400 4 City of Iowa City Washington Street 3.1 GENERAL Genus Project No. 14090 A. The Contractor shall install all irrigation system components in accordance with the Irrigation Plans, Details and these Specifications. B. Schedule of Work: The Irrigation Contractor shall be responsible for the installation of the piping and equipment in a manner that will effect the earliest completion of the work in conformance with the construction progress schedules of other Contractors and Trades, and these Specifications. C. Observations: In addition to normal progress inspection, the Contractor shall give at least 48 hours' notice to the Owner's Representative for inspection as follows: 1. Layout of the system. 2. Punch list inspection. 3.2 PROTECTION A. The Contractor shall be responsible for storage of materials and any damage to the work covered by these Specifications before the final acceptance of the work. N O B. Protect work and materials from damage during construction. Stor of polyvinyl t chloride (PVC) pipe and fittings shall be protected from direct sunlighs dU whic" materials are stored must be the full length of the pipe to avoid damag ,4y pipe their has been damaged or dented shall not be used in the work. ::q c-,) cn C. Any existing structures, equipment, utilities, pavement, landscaping, etc;,:Cdam3ged,4, Irrigation Contractor during the course of the work, including any darigagcWised by' leakage or settling of piping systems being or having been installed by therm -shall be restored at Contractor's expense and to the Owner's satisfaction. �' D. Securely cover openings into the system and cover apparatus, equipment, and appliances, both before and after being set in place, to prevent obstruction in the pipes and the breakage, misuse or disfigurement of the apparatus, equipment or appliances. 3.3 LAYOUT AND VERIFICATION A. The Contractor shall stakeout the locations of all piping and valves in accordance with the irrigation design drawings. The Contractor shall check and verify dimensions of layout and report variations to the Owner's Representative before proceeding. Layout work as accurately as possible to the drawings. Minor changes in locations to the above from locations shown shall be made as necessary to avoid existing or proposed planting, piping, utilities, structures, etc., at the Contractor's expense, or when directed by the Owner's Representative, providing such change is ordered before such items or work directly connected to some are installed, and providing no additional materials are required. IRRIGATION SYSTEM 328400 5 City of Iowa City Washington Street Genus Project No. 14090 C. The Contractor will be held responsible for the relocating of any items without first obtaining the Owner's Representative's approval. The Contractor shall remove and relocate such items, at his expense; if so directed by the Owner's Representative. D. Before starting work on irrigation system, carefully check all grades to determine that work may safely proceed, keeping within the specified material depths. The Contractor shall be aware of the fact that the drawings are horizontal dimensions. Actual measurements taken along the slope of a bank will differ from those shown on the drawings. E. No fittings shall be installed on pipe underneath pavement or walls except where noted on the Irrigation drawings. If such a need should occur, the Contractor shall bring it to the attention of the Owner's Representative. All changes shall be recorded daily on the Record Drawings. 3.4 TRENCHING AND BACKFILLING A. Provide a minimum of 18" cover over top of PVC mainline. B. Backfill with clean material from excavation. Remove organic material as well as rock and debris larger than 1" diameter. Irrigation piping shall have no rock or debris touching at any point along its length. A minimum of 6" clearance is required around all piping from all immovable obstructions. Place acceptable backfill material in 6' lifts, compacting each lift separately. C. -Backfill_ trench to within 6' of finished grade. Continue fill with acceptable topsoil and coompapt to bring even with existing grade. Thorough compaction at each sprinkler -heaj v461ve, and piping will be required. Repair all settled areas. .��. loris~ iderneath existing pavement may be required. PVC sleeving for irrigation main -4ine�spbe installed underneath all pavements. LL —moi CJ r E. -Xlnless2therwise indicated, comply with requirements of the Uniform Plumbing code, ,city specifications, and all state or local codes. 3.5 QUICK COUPLER VALVES A. All valves shall be connected to main irrigation line in a plumb position. Each valve shall be installed in a valve box so that all parts of valve can be serviced. Valve boxes shall be installed over 6" of drainage gravel and shall be set so that the cover is flush with finish grade. Thorough compaction at valve boxes is required 3.6 PIPING A. Lay pipe in properly excavated trenches. IRRIGATION SYSTEM 328400 6 City of Iowa City Washington Street Genus Project No. 14090 B. For all mainline piping, slope to manual drain valve and drainage pit at least 1/2" in 10' of run. C. Install PVC pipe in dry weather when temperature is above 40 F in strict accordance with manufacturer's instructions. Allow joints to cure at least 24 hours at temperatures above 40 F (4 C) before testing, unless otherwise recommended by manufacturer. D. Manual Drain Valves: Install manual drain valves at all low points in main irrigation supply line. E. Drainage Pits: 3 cu. ft. of clean gravel, minimum 18" deep, 1-1/12" - 2" size, shall be located at all manual and automatic drain valves. Cover drainage pit with a soil separator and backfill to finish grade with excavated soil material. F. Sleeves: Install sleeves for all mainline that cross roadways, drives, sidewalks, and all other paving surfaces. Sleeves are indicated on the plans, and shall be sized to accommodate all equipment necessary. Top of sleeves shall be a minima a of 18" below surface of paving. Sleeves shall extend a minimum of 6" behirES baclLf cu[13,.. Permanently mark location of each end of sleeve on back of curb. Y E2 X.► i �� cn 3.7 HYDROSTATIC TESTING Cr— �. in A. If determined by the Owner, all mainline piping may be subjected to a tost9c test. If required, the Contractor is to supply all testing equipment including all cogs and gauges as required. B. Pressure gauges shall be read in PSI. Calibration shall be such that accurate determination of potential pressure loss can be ascertained. Test supply line at a pressure of 120 PSI for minimum of one hour with an allowable loss of 5 PSI. C. Re -test as required until the system meets the requirements. During the tests, regardless of the amount of leakage, all detectable leaks are to be stopped and all defects corrected. 3.8 GUARANTEE AND MAINTENANCE INSTRUCTIONS A. The Contractor shall fill and repair all depressions and replace all necessary lawn and planting due to the settlement of irrigation trenches for one year following the completing and acceptance of the job. The Contractor shall also guarantee all materials, equipment and workmanship furnished by him to be free of all defects of workmanship and materials, and shall agree to replace at his expense, at any time within one year after installation is accepted, any and all defective parts that may be found. Contractor shall transfer all manufacturer material warrantees to the Owner. All manufacturer warrantees shall be in effect for the period outlined in the manufacturer literature from the date of installation. Contractor shall detail these warrantees and provide all necessary information regarding them to the Owner in the record drawing submittals. IRRIGATION SYSTEM 328400 7 City of Iowa City Genus Project No. 14090 Washington Street C. After the system is installed and approved, the Contractor shall operate the irrigation system for the Owner and / or Owner's Representative for verification of operation of IRRIGATION SYSTEM 328400 8 the on-site equipment. END OF SECTION eo >: V3 1 y-c� _ U_ z ~� a o o N IRRIGATION SYSTEM 328400 8 City of Iowa City Washington Street SECTION 32 9300 PLANTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS Genus Project No. 14090 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: o 1. The selection, placement and maintenance of trees, shrubs and gF3Vnd4oversM and bulbs. - -- �1 cr r =4 C) n 2. Soil preparation. -<f—m rn ?_ 3. Mulching of planting beds.: co B. Related Requirements: o I . Section 32 8400 - Irrigation 1.3 DEFINITIONS A. Backfill: The earth used to replace or the act of replacing earth in an excavation. B. Balled and Buriapped Stock: Plants dug with firm, natural balls of earth in which they were grown, with a ball size not less than diameter and depth recommended by ANSI Z60.1 for type and size of plant required; wrapped with burlap, tied, rigidly supported, and drum laced with twine with the root flare visible at the surface of the ball as recommended by ANSI Z60.1. C. Balled and Potted Stock: Plants dug with firm, natural balls of earth in which they are grown and placed, unbroken, in a container. Ball size is not less than diameter and depth recommended by ANSI Z60.1 for type and size of plant required. D. Container -Grown Stock: Healthy, vigorous, well -rooted plants grown in a container, with a well-established root system reaching sides of container and maintaining a firm ball when removed from container. Container shall be rigid enough to hold ball shape and protect root mass during shipping and be sized according to ANSI Z60.1 for type and size of plant required. E. Duff Layer: The surface layer of native topsoil that is composed of mostly decayed leaves, twigs, and detritus. PLANTS 329300-1 City of Iowa City Genus Project No. 14090 Washington Street F. Finish Grade: Elevation of finished surface of planting soil. G. Pesticide: A substance or mixture intended for preventing, destroying, repelling, or mitigating a pest. Pesticides include insecticides, matricides, herbicides, fungicides, rodenticides, and molluscicides. They also include substances or mixtures intended for use as a plant regulator, defoliant, or desiccant. Some sources classify herbicides separately from pesticides. H. Pests: Living organisms that occur where they are not desired or that cause damage to plants, animals, or people. Pests include insects, mites, grubs, mollusks (snails and slugs), rodents (gophers, moles, and mice), unwanted plants (weeds), fungi, bacteria, and viruses. I. Planting Area: Areas to be planted. J. Planting Soil: Imported soil that has been modified with soil amendments to produce a soil mixture best for plant growth. K. Plant; Plants; Plant Material: These terms refer to vegetation in general, including trees, shrubs, vines, ground covers, ornamental grasses, bulbs, corms, tubers, or herbaceous vegetation. L. Root Flare: Also called "trunk flare:' The area at the base of the plant's stem or trunk where the stem or trunk broadens to form roots; the area of transition between the root system and the stem or trunk. M. Stem Girdling Roots: Roots that encircle the stems (trunks) of trees below the soil surface. N. Subgrade: The surface or elevation of subsoil remaining after excavation is complete, or the top surface of a fill or backfill before planting soil is placed. O. Subsoil: All soil beneath the topsoil layer of the soil profile, and typified by the lack of �E3rganig,fnatter and soil organisms. [leyurt moil: Soil that is present at the top layer of the existing soil profile at the Project 'site. hY�tdisturbed areas, the surface soil is typically topsoil; but in disturbed areas such ..J urbm�nvironments, the surface soils can be subsoil. T >-v a F— Q 1�-- SSIXIM5TIAS 0 A. Mduct Data: For each type of product indicated, including soils. Plant Materials: Include quantities, sizes, quality, and sources for plant materials. 2. Plant Photographs: Include color photographs in digital format of each required species and size of plant material as it will be furnished to Project. Take photographs from an angle depicting true size and condition of the typical plant to be furnished. Include a scale rod or other measuring device in each photograph. For species where more than 20 plants are required, include a minimum of three photographs showing the average plant, the best quality plant, PLANTS 32 9300 - 2 City of Iowa City Washington Street Genus Project No. 14090 and the worst quality plant to be furnished. Identify each photograph with the full scientific name of the plant, plant size, and name of the growing nursery. Pesticides and Herbicides: Include product label and manufacturer's application instructions specific to the Project. 4. Soil test on planting soil, performed by soil testing laboratory. B. Samples for Verification: For each of the following: 1. Shredded Hardwood Mulch: 1 pint volume of organic mulch required; in sealed plastic bags labeled with composition of materials by percentage of weight and source of mulch. Sample shall be typical of the lot of material to be furnished; provide an accurate representation of color, texture, and organic makeup. C. Product Certificates: For each type of manufactured product, from manufacturer, and complying with the following: 1. Manufacturer's certified analysis of standard products. o 2. Analysis of other materials by a recognized laboratory made acceding tiF methods established by the Association of Official Analytical CheW4ft w§0re applicable.—+ -- �� � r D. Soil Analysis on new planting soil. m rn s E. Maintenance Instructions: Contractor to maintain plantings through finale-gytf of project. g 0 F. Certify that all plantings are free of disease and insect pests. Certificates shall be submitted to the Engineer. 1.5 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer whose work has resulted in successful establishment of plants. 1. Professional Membership: Installer shall be a member in good standing of either the Professional Landcare Network or the American Nursery and Landscape Association. 2. Experience: Five years' experience in landscape installation in addition to requirements in Division 01 Section "Quality Requirements". 3. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when work is in progress. 4. Pesticide Applicator: State licensed, commercial. B. Provide quality, size, genus, species, and variety of plants indicated, complying with applicable requirements in ANSI Z60.1. C. Measurements: Measure according to ANSI Z60.1. Do not prune to obtain required sizes. Trees and Shrubs: Measure with branches and trunks or canes in their normal position. Take height measurements from or near the top of the root flare for field - PLANTS 329300-3 City of Iowa City Washington Street Genus Project No. 14090 grown stock and container -grown stock. Measure main body of tree or shrub for height and spread; do not measure branches or roots tip to tip. Take caliper measurements 6 inches (150 mm) above the root flare for trees up to 4 -inch (100 - mm) caliper size, and 12 inches (300 mm) above the root flare for larger sizes. 2. Other Plants: Measure with stems, petioles, and foliage in their normal position. D. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer, have not survived and grown in a satisfactory manner for a period of one year after date of substantial completion. E. Soil Testing Laboratory Qualifications: An independent or university laboratory, recognized by the State Department of Agriculture, with the experience and capability to conduct the testing indicated and that specializes in types of tests to be performed. F. Soil Analysis, Planting Soil: furnish soil analysis and a written report by a qualified soil - testing laboratory stating percentages of organic matter, gradation of sand, silt, and clay content; cation exchange capacity; deleterious material; pH; and mineral and plot -nutrient content of the soil. Testing methods and written recommendations shall comply with USDA's Handbook No. 60. G. Plant Material Observation: Landscape Architect may observe plant material either at place of growth or at site before planting for compliance with requirements for genus, species, variety, cultivar, size, and quality. Landscape Architect may also observe trees and shrubs further for size and condition of balls and root systems, pests, disease symptoms, injuries, and latent defects and may reject unsatisfactory or defective material at any time during progress of work. Remove rejected trees or shrubs &mediately from Project site. -C do ,ttlifify Landscape Architect of sources of planting materials no more than 21 days 5&r procurement of contract. LLL a n>: 1. rP►eirfsfftation Conference: Conduct conference at Project Site. Provide minimum of 48 A�4ource to Landscape Architect. �.L. --Z v� ,0 0 1.6 %ELIVERY, STORAGE, AND HANDLING A. Deliver plants after preparations for planting have been completed, and install immediately. If planting is delayed more than six hours after delivery, set plants and trees in their appropriate aspect (sun, filtered sun, or shade), protect from weather and mechanical damage, and keep roots moist. B. Set balled stock on ground and cover ball with soil, peat moss, sawdust, or other acceptable material. C. Do not remove container -grown stock from containers before time of planting. D. Water root systems of plants stored on-site deeply and thoroughly with a fine mist spray. Water as often as necessary to maintain root systems in a moist, but not overly -wet condition. PLANTS 32 9300 - 4 City of Iowa City Genus Project No. 14090 Washington Street E. Lift and handle plants from the bottom of the ball only. Plants moved with a ball will not be accepted if the ball is cracked, loose or broken before or during planting operations. G. Packaged Materials: Deliver packaged materials in original, unopened containers showing weight, certified analysis, name and address of manufacturer, and indication of compliance with state and Federal laws if applicable. Deliver fertilizer to site in original, unopened containers, each bearing manufacturer's guaranteed analysis. Store packaged materials off ground and protect from moisture. J. Bulk Materials: N 1. Do not dump or store bulk materials near structures, utilities, walkvgys ara( pavements, or on existing turf areas or plants. o n r_ M 2. Provide erosion -control measures to prevent erosion or displacerr}nY�pf folk materials; discharge of soil -bearing water runoff; and airborne duArebchIInrg r adjacent properties, water conveyance systems, or walkways. =in 3. Accompany each delivery of bulk materials with appropriate cer0h",_,tes7_- C� K. Do not prune trees and shrubs before delivery. Protect bark, branches, 43 roopsystems from sun scald, drying, wind bum, sweating, whipping, and other handling and Y5ng damage. Do not bend or bind -tie trees or shrubs in such a manner as to destroy their natural shape. Provide protective covering of plants during shipping and delivery. Do not drop plants during delivery and handling. 1.7 CODES, PERMITS AND FEES A. Obtain any necessary permits for this Section of Work and pay any fees required for permits. B. The entire installation shall fully comply with all local and state laws and ordinances, and with all established codes applicable thereto. 1.8 FIELD CONDITIONS A. Field Measurements: Verify actual grade elevations, service and utility locations, irrigation system components, and dimensions of plantings and construction contiguous with new plantings by field measurements before proceeding with planting work. B. Planting Restrictions: Plant during one of the following periods. Coordinate planting periods with maintenance periods to provide required maintenance from date of Substantial Completion. Spring: March 30 - May 15 Fall: September 18 - November 18 PLANTS 329300-5 City of Iowa City Genus Project No. 14090 Washington Street 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. C. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit planting to be performed when beneficial and optimum results may be obtained. Apply products during favorable weather conditions according to manufacturer's written instructions and warranty requirements. D. Existing Utilities 1. Locate existing underground utilities in areas of work. If utilities are to remain in place, provide adequate means of support and protection during this work. 2. Underground utilities shown on the drawings have been taken from existing public records, Owner's records available as -built drawings and are correct to the best of our knowledge, provided for information only. 3. Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, consult Utility Owner immediately for directions. Cooperate with Owner and utility companies in keeping respective services and facilities in operation. Repair damaged utilities caused by Prime Contractor's negligence to the satisfaction of Utility Owner at no cost to the Project Owner. 4. Do not interrupt existing utilities serving facilities occupied and used by Owner or others during occupied hours, except when permitted in writing by Landscape Architect and then only after acceptable temporary utility services have been provided. 5. Provide minimum of 48-hour notice to Owner and Landscape Architect and receive written notice to proceed before interrupting any utility. E. `,protection of Persons and Property �. Mrricade open excavations occurring as part of this work and post with warning �3 fights. �. w?TPPerste warning lights as recommended by authorities having jurisdiction. protect structures, utilities, sidewalks, pavements, and other facilities from }.damage caused by settlement, lateral movement, undermining, washout and Usher hazards created by this work. .o O o 1.9 "INSPECTION AND APPROVAL A. All materials described and specified herein are subject to inspection and approval by Owner's Representative. B. Materials may be inspected by the Owner's Representative at source of supply or the Owner's Representative may require the Prime Contractor to submit photographs which illustrate the specified plant material at the source of supply. C. This inspection does not waive the right to reject any material after it has been delivered to the site and/or installed. PLANTS 329300-6 City of Iowa City Genus Project No. 14090 Washington Street I .10 INITIAL INSPECTION AND ACCEPTANCE A. Initial inspection of the planting to determine completion of contract work, exclusive of possible replacement of plants, will be made by the Owner's Representative upon completion of the work. B. Initial inspection will not be conducted unless all items of work outlined in PART 3 EXECUTION have been completed. C. Five (5) days prior to the anticipated date of inspection submit written notice requesting inspection to Owner's Representative. D. After inspection, the Prime Contractor will be notified in writing, by the Owner, of initial acceptance of inspected work exclusive of the possible replacement of plants and correction of deficiencies in the requirements for completion of the work. E. Maintain, as specified, areas not acceptable until corrections are completed and re- inspection is conducted. N O F. If a significant time delay (sixty to ninety days) is encountered, througtBo fauoof the Landscape Contractor, inspection and initial acceptance of a major Mon bt the —n plantings may be granted. 'x—+ ze -- c�-C <n G. All plants shall be alive and healthy at the time of initial acceptance. C-) s� a H. Replacement of rejected plants before initial acceptance to meet thae-unms Sinitic IV acceptance shall not be considered a part of the guaranty and replm'emenj_ requirement of this Specification. o 1.11 WARRANTY A. Special Warranty: Installer agrees to repair or replace plantings and accessories that fail in materials, workmanship, or growth within specified warranty period. Failures include, but are not limited to, the following: a. Death and unsatisfactory growth, except for defects resulting from abuse, lack of adequate maintenance, or neglect by Owner. b. Structural failures including plantings falling or blowing over. 2. Warranty Periods: From date of Substantial Completion: a. Trees, Shrubs and Perennials: 12 months. 3. Include the following remedial actions as a minimum: a. Immediately remove dead plants and replace unless required to plant in the succeeding planting season. b. Replace plants that are more than 25 percent dead or in an unhealthy condition at end of warranty period. C. A limit of one replacement of each plant is required except for losses or replacements due to failure to comply with requirements. PLANTS 329300-7 City of Iowa City Washington Street Genus Project No. 14090 Plants shall be alive and in good, healthy and flourishing condition of growth at the end of the guaranty period. C. At the end of the guaranty period, final inspection will be made by owner's Representative upon written notice requesting such inspection; submit notice to Owner's Representative at least ten (10) days before the anticipated date of inspection. D. Any plant, required under this Contract, that is dead or not in a vigorous, thriving condition, as determined by Owner's Representative at the time of Final Inspection, will be removed from the site. E. Plants that are missing at the time of Final Inspection are to be installed during the specified planting season when weather and site conditions permit. In case of any questions regarding the condition and satisfactory establishment of a rejected plant, the Landscape Contractor may elect to allow such plant to remain through another complete growing season. If at that time the rejected plant is found to be dead, in an unhealthy or badly impaired condition, it shall be replaced. G. After Initial Acceptance, replace plants (once during or at the end of the guaranty period) that are observed to be dead or in a badly impaired condition. One replacement after initial acceptance shall constitute fulfillment of Prime Contractor's guaranty for the particular plant replaced. I. Replacement Plants: Plants of the same kind and size as specified in the Plant Schedule; `�urnishezd and planted as specified herein. 0J. _Rel�oement Plants: Guyed or staked, mulched, wrapped, fertilized, pruned and �restt ti to original condition as originally specified at no cost to Owner. K. I Moker,all necessary repairs to grades, lawns and paving required because of plant „=erelments, at no cost to the Owner. 3 .a o L. o Plant Replacement Cost: Borne by Prime Contractor except for possible replacements 'resulting from removal, loss or damage due to occupancy of project in any part, vandalism, civil disobedience, or acts of neglect on the part of others, physical damage by animals, vehicles, fire, etc., or losses due to curtailment of water by local authority, or to "Acts of God". Floods, tornadoes, wind of hurricane force, and hail are not normal and the damage they do cannot be calculated in a bid. PART 2 - PRODUCTS 2.1 PLANT MATERIAL A. General: Furnish nursery -grown plants true to genus, species, variety, cultivar, stem form, shearing, and other features indicated in Plant List, Plant Schedule, or Plant Legend indicated on Drawings and complying with ANSI Z60.1; and with healthy root systems developed by transplanting or root pruning. Provide well -shaped, fully branched, PLANTS 329300-8 City of Iowa City Washington Street Genus Project No. 14090 healthy, vigorous stock, densely foliated when in leaf and free of disease, pests, eggs, larvae, and defects such as knots, sun scald, injuries, abrasions, and disfigurement. 1. Trees with damaged, crooked, or multiple leaders; tight vertical branches where bark is squeezed between two branches or between branch and trunk ('included bark"); crossing trunks; cut-off limbs more than 3/4 inch (19 mm) in diameter; or with stem girdling roots are unacceptable. 2. Collected Stock: Do not use plants harvested from the wild, from native stands, from an established landscape planting, or not grown in a nursery unless otherwise indicated. B. Provide plants of sizes, grades, and ball or container sizes complying with ANSI Z60.1 for types and form of plants required. Plants of a larger size may be used if acceptable to Architect, with a proportionate increase in size of roots or balls. C. Root -Ball Depth: Furnish trees and shrubs with root balls measured from top of root ball, which begins at root flare according to ANSI Z60.1. Root flare shall be visible before planting. D. Labeling: Label all plants with size, and caliper with a securely attached, waterprpof tag bearing legible designation of common name and full scientific name, inclying genus and species. Include nomenclature for hybrid, variety, or cultivarlffpl'cable . for the plant. y_.l ca -E r E. Plant Schedule: A list of plant materials is scheduled on the Drawings. In ##gbvew of any discrepancy between this schedule and the Plan Drawing showing T6;;Iavds, thdn Plan Drawing shall govern. All supplied plants shall be grown in the zones atCh fey a n to be planted or lower. 0 F. Certificate of inspection of plant material required by Federal, State or other governmental agencies to accompany all shipments to be furnished to the Owner's Representative. G. Nomenclature: The names of plants required under this Contract conform to those given in the "Standardized Plant Names", 1942 Edition, prepared by the American Joint Committee on Horticultural Nomenclature. Names of varieties not included therein conform generally with names accepted in the nursery trade. H. Standards: All plant material, grading, sizes, methods, etc. are to conform to the Standards of the American Association of Nurserymen, Inc. as contained in their current publication "American Standard for Nursery Stock", (ANSI Z60.1-1986). In the event there is a discrepancy between these standards and this Specification, the most restrictive requirement shall govern. Species and Variety: True to name as specified. Plants approved as true to name at time of initial acceptance which, during the guaranty period, exhibit characteristics indicating they are not true to name will be replaced at no cost to the Owner. J. Availability: Before submitting his bid, the Prime Contractor shall have investigated the sources of supply and satisfied himself that he can supply the listed plants in the size, variety and quality listed and specified. Failure to take this precaution will not relieve the Prime Contractor from his responsibility for furnishing and installing all plant materials PLANTS 329300 - 9 City of Iowa City Genus Project No. 14090 Washington Street in strict accordance with the Contract Documents without additional cost to the Owner. K. Quality 1. Growth habit typical for species and as indicated on the Plant Schedule. 2. Sound, healthy, vigorous and free from insect pests, plant diseases and injuries. 3. One sided plants or plants taken from tightly planted nursery rows will be rejected. L. Size and Form 1. Equal or exceed measurements specified in the Plant Schedule. 2. Measured before pruning with branches in normal position. Height and spread specified refers to main body of plant and not from tip to tip of branches or roots. 3. Caliper of trees less than four inches (4") taken six inches (6") above ground level. Trees four inches (4") and over- measured one foot (12") above ground level. 4. Specified trunk height can be obtained by pruning lower branches of a plant after the plant has been installed; however, pruning to achieve specified trunk height is to occur after Landscape Architect has inspected plant and directed Prime Contractor as to the amount of pruning required. 5. Where specified by caliper, no one stem of a specific multi -stemmed plant shall be smaller than the caliper size specified. M. Balled and Burlapped Plants 1. Designated as "B&B", dug with firm, natural balls of earth of sufficient diameter and depth to encompass the fibrous and feeding root system necessary for full recover of the plant. 2. In compliance with ANSI Z60.1-1986. 3. Balls: Firmly wrapped with burlap or similar biodegradable material and bound with twine, cord, or wire mesh. d. `here necessary to prevent breaking or cracking of the ball during the process (� eOa6planting, the ball may be secured to a platform. Broken or loose balls will not W 4zb�e accepted. c.)14,container grown plant, in lieu of a "B&B" plant, will be accepted provided it y-o-eets specified sizes and complies with ANSI Z60.1-1986. �. � Kmachine moved plant, in lieu of a "B&B" plant will be accepted provided it �geets specified sizes and complies with ANSI Z60.1-1986. 0 N N. Container Grown Plants 1. Container size as specified in the Plant Schedule. 2. In compliance with ANSI Z60.1-1986. O. Source 1. Provide plant material that was propagated and raised within 500 miles. All trees shall display the following form and branching habits: 1. Free of branches to 6' along sidewalk, 15' along roadside. 2. Contain a minimum of six (6) well placed branches, not including the leader. PLANTS 329300-10 City of Iowa City Genus Project No. 14090 Washington Street 2.2 PLANTING SOIL A. Planting soil 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 loose, friable, and free of hard clods and rock over two inches in diameter. B. Subsoil and topsoil removed from excavations may not be used as backfill soil unless otherwise indicated. C. Planting Soil Mix: Sandy Loam ASTM D 5268, pH range of 6.0 to 7, a minimum of 5 percent organic material content; free of stones 3/," or larger in any dimension and other extraneous materials harmful to plant growth. Obtain soil that is displaced from naturally well -drained construction, mining sites; do not obtain from agricultural land, bogs, marshes or forested areas. a. Sand: Clean, washed, natural or manufactured, free of toxic materials. 2.3 FERTILIZERS A. Planting Tablets: Tightly compressed chip -type, long-lasting, slow-release, commercial - grade planting fertilizer in tablet form. Tablets shall break down with soil bacteria, converting nutrients into a form that can be absorbed by plant roots. 1. Size: Utilize size and quantity per manufacturer's recommendation as relq�gd to plant and container sizes. 2. Nutrient Composition: 20 percent nitrogen, 10 percent phosphoroj#,,gndT .. percent potassium, by weight plus micronutrients.— 54. =tn _ 7i- . r-- cn 2.4 MULCHES jil A. Organic Mulch: Free from deleterious materials and suitable as a top dreyssing dWrees and shrubs, consisting of one of the following: — 0 1. Type: Shredded hardwood mulch. 2. Size Range: 3 inches maximum, '/2 inch minimum. 3. 3" Depth in all planting beds. 4. Furnish in bags or bulk. 5. Natural color. 6. Submit sample for approval by Owner's Representative. 2.5 PESTICIDES A. General: Pesticide registered and approved by the EPA, acceptable to authorities having jurisdiction, and of type recommended by manufacturer for each specific PLANTS 329300-11 City of Iowa City Genus Project No. 14090 Washington Street problem and as required for Project conditions and application. Do not use restricted pesticides unless authorized in writing by authorities having jurisdiction. B. Pre -Emergent Herbicide (Selective and Nonselective): Effective for controlling the germination or growth of weeds within planted areas at the soil level directly below the mulch layer. C. Post -Emergent Herbicide (Selective and Nonselective): Effective for controlling weed growth that has already germinated. 2.6 MISCELLANEOUS PRODUCTS A. Antidesiccant: Water -insoluble emulsion, permeable moisture retarder, film forming, for trees and shrubs. Deliver in original, sealed, and fully labeled containers and mix according to manufacturers written instructions. PART 3 - EXECUTION 3.1 COMMENCEMENT DATE A. Contractor shall inform the City Engineer of the starting date and location. All planting soil must be approved by the City Engineer before use. 3.2 koaEXAMINATION Kt CZ�A. °oEx(��g areas to receive plants, with Installer present, for compliance with Lii :�egw'k—efnents and conditions affecting installation and performance of the Work. .J Lr) 3r 1. >_jSerify that no foreign or deleterious material or liquid such as paint, paint z r -.washout, concrete slurry, concrete layers or chunks, cement, plaster, oilsLL_, -moi �soline, diesel fuel, paint thinner, turpentine, tar, roofing compound, or acid has 'e en deposited in soil within a planting area. �2. Verify that plants and vehicles loaded with plants can travel to planting locations with adequate overhead clearance. 3. Suspend planting operations during periods of excessive soil moisture until the moisture content reaches acceptable levels to attain the required results. 4. Uniformly moisten excessively dry soil that is not workable or which is dusty. B. If contamination by foreign or deleterious material or liquid is present in soil within a planting area, remove the soil and contamination as directed by Landscape Architect and replace with new planting soil. C. Proceed with installation only after unsatisfactory conditions have been corrected. D. Where surface or subsurface conditions prevent digging a plant pit to specified dimensions, obtain approval from Owner's Representative to modify location of pit dimensions. PLANTS 329300-12 City of Iowa City Genus Project No. 14090 Washington Street 3.3 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities and turf areas and existing plants from damage caused by planting operations. B. Install erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. C. Apply antidessiccant at nursery before moving and again two weeks after planting. 1. If shrubs are moved in full leaf, spray with antidesiccant at nursery before moving and again two weeks after planting. D. Wrap trees and shrubs with burlap fabric over trunks, branches, stems, twigs, and foliage to protect from wind and other damage during digging, handling, and transportation. E. Stake out on the ground the locations of all plants and obtain approval of the Owner's Representative before excavation is begun. e F. Relocate incorrectly located plants at no expense to the Owner. dc -s A c� -< cn 3.4 EXCAVATION FOR TREES AND SHRUBS -6rn A. Excavate with vertical sides and in accordance with following requiremiZ o7 i' 1. Excavate tree pits to a minimum of one and one half times greater in diameter than root ball of tree. 2. Plant shrubs in pits two times greater in width than diameter of root ball. 3. Do not use auger to excavate planting pits. B. Subsoil and topsoil removed from excavations may not be used as backfill soil unless otherwise indicated. C. Obstructions: Notify Landscape Architect if unexpected rock or obstructions detrimental to trees or shrubs are encountered in excavations. D. Drainage: Notify Architect if subsoil conditions evidence unexpected water seepage or retention in tree or shrub planting pits. E. Fill excavations with water and allow to percolate (percolation test) away before positioning trees and shrubs within 24 hours. City Engineer to observe percolation testing and approve - prior to placing tree in hole. 3.5 PLANTING A. Inspection: Before planting, verify that root flare is visible at top of root ball according to ANSI Z60.1. If root flare is not visible, remove soil in a level manner from the root ball to where the top -most root emerges from the trunk. After soil removal to expose the root flare, verify that root ball still meets size requirements. PLANTS 329300 - 13 City of Iowa City Genus Project No. 14090 Washington Street B. Roots: Remove stem girdling roots and kinked roots. Remove injured roots by cutting cleanly; do not break. C. Balled and Burlapped Stock: Set each plant plumb and in center of planting pit or trench with root flare 1 inch (25 mm) above adjacent finish grades. 1. After placing some backfill around root ball to stabilize plant, carefully cut and remove burlap, rope, and wire baskets from tops of root balls and from sides, but do not remove from under root balls. Remove pallets, if any, before setting. Do not use planting stock if root ball is cracked or broken before or during planting operation. 2. Backfill around root ball in layers, tamping to settle soil and eliminate voids and air pockets. When planting pit is approximately one-half filled, water thoroughly before placing remainder of backfill. Repeat watering until no more water is absorbed. 3. Place fertilizer / planting tablets equally distributed around each planting pit when pit is approximately one-half filled. Place tablets beside the root ball about 1 inch (25 mm) from root tips; do not place tablets in bottom of the hole. 4. Continue backfilling process. Water again after placing and tamping final layer of soil. D. Set balled and potted, and container -grown stock plumb and in center of planting pit or trench with root flare 1 inch (25 mm) above adjacent finish grade. 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 higher than surrounding finished grade after settlement. �o j�b 65RE�A3tD SHRUB PRUNING UJA. `Rer6S4§ only dead, dying, or broken branches. Do not prune for shape. Lr) c�r- ----B. raPru� in, and shape trees, shrubs, and vines os directed by Landscape Architect. C. son — pply pruning paint to wounds. 0 N 3.7 GROUND COVER AND SHRUB PLANTING A. Set out and space ground cover and plants other than trees, shrubs, and vines in even rows with triangular spacing. See planting schedule for spacing or as indicated on drawings. Landscape Architect to approve layout prior to installation. B. Use planting soil for backfill, as indicated on drawings. C. Work soil around roots to eliminate air pockets and leave a slight saucer indentation around plants to hold water. D. Water thoroughly after planting, taking care not to cover plant crowns with wet soil. E. Protect plants from hot sun and wind; remove protection if plants show evidence of recovery from transplanting shock. PLANTS 329300-14 City of Iowa City Genus Project No. 14090 Washington Street 3.8 PLANTING AREA MULCHING A. Mulch backfilled surfaces of planting areas and other areas indicated. 1. Organic Mulch in Planting Areas: Apply 3 -inch (75 -mm) average thickness of organic mulch over whole surface of planting area, and finish level with adjacent finish grades. Do not place mulch within 3 inches (75 mm) of trunks or stems. 2. Sub -grade surface of areas to receive mulch shall be sloped to drain, smooth and free of ruts and clods. 3.9 PLANT MAINTENANCE A. Maintain plantings by pruning, cultivating, watering, weeding, fertilizing, mulching, restoring planting saucers, adjusting and repairing tree -stabilization devices, resetting to proper grades or vertical position, and performing other operations as required to establish healthy, viable plantings. B. Fill in, as necessary, soil subsidence that may occur because of settling or other processes. Replace mulch materials damaged or lost in areas of subsidence. N 0 C. Reset settled trees and shrubs to proper grade and position, and remov6dead` material E? D-4 r D. Apply treatments as required to keep plant materials, planted areas, ari� e�jIs fA of pests and pathogens or disease. Use integrated pest management practiti— wlas possible to minimize use of pesticides and reduce hazards. Treatments ir; Xicco controls such as hosing off foliage, mechanical controls such as traps, arioi olo&tal control agents. 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. All plantings shall be guaranteed for a period of one year after by City Council acceptance of the project. 3.10 FERTILIZER AND PESTICIDE APPLICATION A. Apply fertilizer, pesticides and other chemical products and biological control agents according to authorities having jurisdiction and manufacturer's written recommendations. Coordinate applications with Owner's operations and others in proximity to the Work. Notify Owner before each application is performed. B. Pre -Emergent Herbicides (Selective and Nonselective): Apply to tree, shrub, and ground -cover areas according to manufacturer's written recommendations. Do not apply to seeded areas. C. Post -Emergent Herbicides (Selective and Nonselective): Apply only as necessary to treat already -germinated weeds and according to manufacturer's written recommendations. PLANTS 329300-15 City of Iowa City Genus Project No. 14090 Washington Street D. Apply fungicides, if needed, in accordance with Mycorrhizal Fungi manufacturer specifications. 3.11 REPAIR AND REPLACEMENT A. General: Repair or replace existing or new trees and other plants that are damaged by construction operations, in a manner approved by Landscape Architect. 1. Submit details of proposed pruning and repairs. 2. Perform repairs of damaged trunks, branches, and roots within 24 hours, if approved. 3. Replace trees and other plants that cannot be repaired and restored to full - growth status, as determined by Architect. B. Remove and replace trees that are more than 25 percent dead or in an unhealthy condition or are damaged during construction operations that Architect determines are incapable of restoring to normal growth pattern. 3.12 CLEANING AND PROTECTION A. During planting, keep adjacent paving and construction clean and work area in an orderly condition. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. B. Remove surplus soil and waste material including excess subsoil, unsuitable soil, trash, and d*ris and legally dispose of them off Owner's property. C 0C. 'Fro(`y iplants from damage due to landscape operations and operations of other W --toM§Oors and trades. Maintain protection during installation and maintenance u -periods: Treat, repair, or replace damaged plantings. I �-U UD. �ft proval by Landscape Architect, remove nursery tags, nursery stakes, tie tape, aFibss ire, burlap, and other debris from plant material, planting areas, and Project site. N 3.13 MAINTENANCE SERVICE A. Maintenance will be performed by the Contractor and shall begin immediately following installation of plants and continue through final close-out of project. B. Include watering, weeding, cultivating, mulching, removal of dead material, resetting plants to proper grades or upright position and restoration of the planting saucer, and other necessary operations. END OF SECTION 32 9300 PLANTS 32 9300 - 16 City of Iowa City Washington Street SECTION 02524 CURB RAMPS PART 1 -GENERAL 1.01 SUMMARY: A. Construct sidewalk curb ramps to meet ADA specifications. 1.02 REFERENCES: Genus Project No. 14090 A. Americans with Disabilities Act (ADA): Accessibility Guidelines for Buildings and Facilities. B. City of Iowa City Design Standards. C. Iowa DOT ADA Curb Ramp Compliance (Alterations) - (11A-4) o 1.03 QUALITY ASSURANCE: icy v A. Use adequate number of skilled workers who are thoroughlyc rdiine�� an [— experienced in the necessary crafts and who are completely f0FANP wRh the specified requirements and the methods needed for proper perforr�Vqe c�curbb '' i ramp construction. n B. Slope measurements. Newly constructed curb ramps and sidewalk{not meting the slope requirements will be, at the Engineer's discretion, removed and replaced at the Contractor's expense. PART 2 - PRODUCTS 2.01 MATERIALS: A. Section 03350, Colored Concrete Finishes PART 3 - EXECUTION 3.01 TECHNIQUES: A Except as amended in this document, the work in this section will conform with the Iowa DOT ADA Curb Ramp Compliance (Alterations) – (11A-4) and the following sections of the Americans with Disabilities Act (ADA) C Accessibility Guidelines for Buildings and Facilities. Section 4. Accessible Elements and Spaces: Scope and Technical Re- quirements Section 14. Public Rights -of -Way CURB RAMPS 02524-1 City of Iowa City Genus Project No. 14090 Washington Street 3.02 SLOPES: A. Cross slope refers to the slope that is perpendicular to the direction of travel. Running slope refers to the slope that is parallel to the direction of travel. B. Curb ramp cross slopes should be no greater than 1:50 or 2% to a level plane. C. Curb ramp running slopes should be no greater than 1:12 or 8.33% to a level plane unless existing conditions do not permit and layout is approved by the Engineer. 3.03 PORTLAND CEMENT CONCRETE THICKNESS: A. 6 -inch thick colored P.C.C. will be placed at all curb ramps unless otherwise CURB RAMPS 02524-2 directed by the Engineer. END OF SECTION uJ _ r ao �� -,X L-LJ1 >: LO v f— I �V U. � t_—Q v3 a o 0 N CURB RAMPS 02524-2 City of Iowa City Washington Street SECTION 03350 - COLORED CONCRETE FINISHES PART 1 - GENERAL 1.1 WORK INCLUDED: A. Colored concrete paving. 1.2 REFERENCES: A. L.M. Scofield Company Tech - Data Bulletin A-104.10. B. L.M. Scofield Company Tech - Data Bulletin A-514.02. C. L.M. Scofield Company Guide G-107.02. Genus Project No. 14090 D. ASTM C309 - Liquid Membrane -Forming Compounds for Curing Concrete. 1.3 QUALITY ASSURANCE: A. Colored concrete finish to be performed by skilled workers who are traiLi9d and experienced in the necessary crafts and who are completely familiar gth the specified requirements and the methods needed for proper ElEfprm�nce t7tT concrete coloring. j r _ B. Mockups: Coast mockups of full size sections of concrete7p)gveeent demonstrate typical joints, surface finish, texture, color sada workmanship. { 1: CD 1. Build 6'x6' mockups in the location and of the size indicated or, if not indicated, as directed by Owner's Representative. 2. Notify Owner's Representative seven days in advance of dates and times when mockups will be constructed. 3. Obtain Owner's Representative's approval of mockups before starting construction. 4. Maintain approved mockups during construction in an undisturbed condition as a standard for judging the completed pavement. 5. Demolish and remove approved mockups from the site when directed by Owner. 1.4 SUBMITTALS: A. Comply with Section 01310. 1.5 DELIVERY, STORAGE AND HANDLING: A. Deliver material in unopened containers with labels identifying contents attached. COLORED CONCRETE FINISHES 03350-1 B. Powdered materials shall be kept dry and under cover. Protect liquid material from freezing. Expired materials shall not be used. 1.6 PROJECT CONDITIONS: A. Comply with ACI requirements for cold and hot -weather work. B. Pre -Installation Meeting PART 2 - PRODUCTS A. MATERIALS: B. Concrete: Reference Section 321313. C. Water: Fresh, clean and potable. D. Colored Admixture: Chromix Admixture as manufactured by L.M. Scofield Company. Color equal Charcoal (C-24) E. Curing compound: Lithochrome Colorwax by L.M. Scofield Company. 2. Color: to match Charcoal (C-24). 3.1 INSPECTION: A. Verify that subgrade is installed according to specifications and is free of conditions which could be detrimental to performance of colored concrete. 3.2 INSTALLATION: A. Concrete: Place and screed to required elevations as specified in Section 321313. B. Float concrete from two directions with wood trowel to create a uniform surface. Do not use metal trowel. D. Trowel surface with a steel or aluminum trowel leaving no trowel marks. E. Protect concrete from premature drying, excessive hot or cold temperature and COLORED CONCRETE FINISHES 03350-2 I F -(; hemstain Classic (Applied to exposed PCC footing at Pedestrian and Roadway 465 V-hts) 6_ v}fi_ Lithochrome Chemstain® Classic by L.M. Scofield Company � Up �F- Chemstain Color CS -1 Black L.L. `tj U 1 PART .o 3 j1XECUTION O_ 3.1 INSPECTION: A. Verify that subgrade is installed according to specifications and is free of conditions which could be detrimental to performance of colored concrete. 3.2 INSTALLATION: A. Concrete: Place and screed to required elevations as specified in Section 321313. B. Float concrete from two directions with wood trowel to create a uniform surface. Do not use metal trowel. D. Trowel surface with a steel or aluminum trowel leaving no trowel marks. E. Protect concrete from premature drying, excessive hot or cold temperature and COLORED CONCRETE FINISHES 03350-2 I damage. F. Curing Compound: Apply per manufacturer's guide for rate and method. G. Apply Chemstain at exposed PCC light pole footing per manufacturer's guide for rate and method. 14JIb]S'1 AM161k, COLORED CONCRETE FINISHES 03350-3 N O Q � 0 A ;Cm. p COLORED CONCRETE FINISHES 03350-3 City of Iowa City Washington Street SECTION 33 1116 - WATER DISTRIBUTION PART 1 GENERAL 1.1 SUMMARY Genus Project No. 14090 A. Furnish, install and test water distribution system and water services as indicated and specified. B. Water Division maintains salvage rights to all fire hydrants designated as public. Samples of water main and its appurtenances may also be retained by the Water Division for testing or documentation purposes. C. Reuse of materials is not allowed without prior permission. Reuse of materials previously attached to another system shall not be allowed. D. All piping shall be isolated from the existing water system until it has passed all testing procedures and is approved for service. E. In the event that field conditions prevent the isolation of the new piping from the existing water system, any existing main and valving, and any appurtenances that will be tested against, shall be well flushed and pass the pressure test per part 4.7 of this section before any new system installation is permitted. Any costs associated with testing the existing water main prior to connecting the new pipe will not be paid for separately, but shall be considered incidental to the water main disinfection and pressure testing for the new water main. o F. The approval of reusing any private service main, piping, valves, of appurtenances by the Water Division does not infer any guarantee®t itJI1 perform as required. The Water Division accepts no fault for any issti__4 -sij�g . from, or possibly related to, the approved reuse of any material ons iva40 service. _<r,— 1.2 REFERENCES - A. This specification references the following documents. In their latest edition, the referenced documents form a part of this specification to the extent specified herein. In case of conflict, the requirements of this specification shall prevail. B. City of Iowa City 1. Reference Manual: City Code of Ordinances Chapter 3, 4, & 10 2. Iowa City Municipal Design Standards 3. Earth Excavating, Backfill & Grading Specifications - Section 31 2200 4. Accepted Products for Water Distribution Materials 5. Iowa City Water Division Policies & Procedures Manual 6. Backflow Ordinance - Chapter 5 C. American National Standards Institute and American Water Works Combined Standards: 1. ANSI/AWWA-C104/A21.4: Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water 2. ANSI/AWWA-CI05/A21.5: Polyethylene Encasement for Ductile -Iron Pipe Systems 3. ANSI/AWWA-Cl 10/A21.10: Ductile -Iron and Gray -Iron Fittings, 3 -inch through 48 -inch, for Water and Other Liquids 4. ANSI/AWWA-Cl11/A21.11: Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings 5. ANSI/AWWA-C 1 50/A21.50: Thickness Design of Ductile -Iron Pipe WATER DISTRIBUTION 33 1116-1 City of Iowa City Genus Project No. 14090 Washington Street 6. ANSI/AWWA-C151/A21.51: Ductile -Iron Pipe, Centrifugally Cast, for Water or Other Liquids 7. ANSI/AWWA-C153/A21.53: Ductile -Iron Compact Fittings, 3 -inch through 24 - inch, and 54 -inch through 64 -inch for Water Service 8. ANSI/AWWA C502: Dry -Barrel Fire Hydrants 9. ANSI/AWWA C504: Rubber -Seated Butterfly Valves 10. AWWA C509: Resilient -Seated Gate Valves for Water Supply Service 11. ANSI/AWWA C510: Double Check Valve Backfiow-Prevention Assembly 12. ANSI/AWWA C511: Reduced -Pressure Principal Backflow -Prevention Assembly 13. ANSI/AWWA C550: Protective Epoxy Interior Coatings for Valves and Hydrants 14. ANSI/AWWA C600: Installation of Ductile -Iron Water Mains and Their Appurtenances 15. ANSI/AWWA C651: Disinfecting Water Mains 16. ANSI/AWWA C800: Underground Service Line Valves and Fittings. 17. ANSI/AWWA C900: Polyvinyl Chloride (PVC) Pressure Pipe, 4 -inch through fl- inch for Water Distribution D. American Water Works Association: 1. AWWA Manual M23: PVC Pipe -Design and Installation 2. AWWA Manual M17: Installation, Field Testing, and Maintenance of Fire Hydrants E. American Society for Testing Materials: 1. ASTM A48: Gray Iron Castings 2. ASTM B62: Composition Bronze or Ounce Metal Castings i' 3. ASTM B75: Seamless Copper Tubing 4"'T ASTM B88: Seamless Copper Water Tube �] �5& ASTM 8584: Copper Alloy Sand Castings for General Applications t+6� ASTM D2241: Polyvinyl Chloride (PVC) Pressure -Rated Pipe (SDR Series) F� *nufacturers Standardization Society: i }lc:� MSS -SP -58 Pipe Hangers and Supports, Materials Design and Manufacture c tn. z MSS -SP -69 Pipe Hangers and Supports Selection and Application LL G? C- Bell PVC Pipe Association: 0 17- UNI -B-3-88 Recommended Practice for the Installation of Polyvinyl Chloride (PVC) Pressure Pipe (nominal diameters 4-36 inch) complying with AWWA Standard C-900 H. Occupational Safety and Health Administration (OSHA): 1. Standard 1926, Subpart P -Excavations 1.3 SUBMITTALS A. Submit to the Engineer the following drawings or details for approval prior to installation. One copy of each with the approval stamp shall be kept at the work site at all times. B. Plans for initial operations and final operations: Special prepared drawings and typed list of sequences of steps are needed prior to any operation of water distribution system. Submit 2 weeks prior to date of planned operation. C. Shop, Working Drawings or Construction Plans showing: 1. Pipe layout with valves, fittings and hydrants shown 2. Bolts WATER DISTRIBUTION 33 1116-2 City of Iowa City Washington Street Genus Project No. 14090 3. Joints 4. Tapping sleeves, couplings, and special piping materials 5. Polyethylene 6. Thrust block designs and details 7. Special backfill D. Certificates: Sworn certificates of shop tests showing compliance with appropriate standard for all piping materials. 1.4 QUALITY ASSURANCE A. Engineer reserves the right to inspect and test by independent service at manufacturers plant or elsewhere at Engineer's expense. B. Contractor shall conduct visual inspection before installation. 1.5 RECEIVING, STORAGE AND HANDLING A. The City may mark materials which are found on the job site and which are determined to be defective or not approved. The marking may be done with spray paint. The Contractor shall promptly remove defective or unapproved materials from the site. B. While unloading all piping materials: 1. Do not allow the pipe units to strike anything. 2. Do not handle pipe units with individual chains or single cables, even if padded. o 3. Do not attach cables to pipe unit frames or banding for liftirg o^ C. Within the "Storage" language of A W WA M23, change "should" to "st eO �a D. Within the "Handling" language of AWWA M23, change "should" to "sfialtr' s E. Follow AW WA C600 for proper storage, handling, and installation of cit 1.6 TIME ceryl o co A. All work which requires shutdown of active water mains must be 3oomple#ed as quickly as possible to minimize inconvenience to the consumers and risk -To the community. B. Amount of advance notice required to the Iowa City Water Division when materials or services are supplied by the Division are listed below. Serve notice to the Water Division at 356-5160. 1. For tapping service, provide 24 hours notice. 2. For notice to customers of disruption of water service, provide 48 hours notice. This work will be completed with the assistance of Water Division personnel. 3. For review, comments, and approval of plans of operation, provide 3 days notice. 4. For locations of underground facilities, provide notice as required by Iowa One -Call system. 1.7 LICENSES AND APPLICATIONS A. City of Iowa City 1. Contractors superintendent on the job must have a license as a sewer and water service installer issued by the City to construct water and sewer mains and services in Iowa City. WATER DISTRIBUTION 331116-3 City of Iowa City Genus Project No. 14090 Washington Street 2. The Contractor or their agent will be responsible for submitting tapping application forms and record drawings. PART 2 PRODUCTS 2.1 All products used for this work shall be from the list of "Accepted Products for Water Distribution and Water Service Materials" maintained by the Iowa City Water Division. Any special exception requests shall be submitted to the Water Division in a timely manner for review. 2.2 PIPE A. Polyvinyl Chloride (PVC) Pipe: Comply with AWWA C900 or AWWA C905 with gray iron pipe equivalent outside diameters. 1. Minimum Wall Thickness: a. 4 inch through 24 inch sizes: DR 18. b. Sizes over 24 inch: As specified in the contract documents. 2. Joint Type: Use push -on joint type, except as otherwise specified in the contract documents or as authorized by the Engineer. a. Push -on: According to AWWA C900 or AWWA C905. b. Integral Restrained Joint: AWWA C900 or AWWA C905 pipe with restraining system manufactured integrally into pipe end. c. Mechanical Restrained Joint: Ductile iron mechanical device designed for joint restraint of AWWA C900 or AWWA C905 pipe complying with the requirements of ASTM F 1674. 3. Markings on Pipe: a. Name of manufacturer. b. Size and class. c. Spigot insertion depth gauge. d. National Sanitation Foundation (NSF) seal. BE Ductile Iron Pipe (DIP): Minimum Thickness Class: �g c Cr a. 4 inch through 24 inch sizes: Special thickness Class 52 according to c AW WA C151. For restrained joint pipe and pipe suspended from structures cel_- use special thickness Class 53. b. Sizes over 24 inches: As specified in the contract documents. vCement -mortar Lined: According to AWWA C104 with asphalt seal coat. External Coating: Asphalt according to AWWA C151. c 4" Joint Type: Use push -on type, unless otherwise specified in the contract documents or as authorized by the Engineer. a. Push -on: According to AWWA Cl 11. b. Mechanical: According to AWWA Cl 11. c. Restrained, Buried: Pipe manufacturer's standard field removable system. d. Restrained, in Structures: Restraining gland, flanged or grooved. e. Flanged: According to AWWA Cl 11. f. Grooved: According to AWWA C606. g. Gaskets: According to AWWA Cl 11. 5. Markings on Pipe: a. Name of manufacturer. b. Size and class. c. Spigot insertion depth gauge. WATER DISTRIBUTION 331116-4 City of Iowa City Genus Project No. 14090 Washington Street 2.3 BOLTS FOR WATER MAIN AND FITTINGS Use corrosion resistant bolts. A. Tee -bolts and Hexagonal Nuts for Mechanical Joints: 1. High-strength, low -alloy steel manufactured according to AWWA Cl 11. 2. Provide ceramic -filled, baked -on, fluorocarbon resin coating for bolts and nuts. 3. Include factory -applied lubricant that produces low coefficient of friction for ease of installation. B. Other Bolts and Nuts: 1. Stainless steel. 2.4 FITTINGS A. For DIP and PVC Pipe: Comply with AWWA C110 (ductile iron or gray iron) or AWWA C153 (ductile iron). 1. Joint Type: a. For pipe sizes 16 inches and less, use mechanical joint complying with AWWA C111. r, b. For pipe sizes greater than 16 inches, use restrained mechanicdf�oint system. Provide follower gland using breakaway torque booms to eragage"n thrust restraint. -J� 1) Minimum pressure rating same as connecting pip8, @r fittings between dissimilar pipes, the minimum pressure ratir=jHhe%sserrn of the two pipes. {r,� 2) Suitable for buried service. r7, �a 3) Joint restraint system to be field installable, field re2 bl and re -installable.' c. Use of alternate restraint systems must be approved by the Engineer. 2. Lined: Cement mortar lined according to AWWA C104 with asphalt coating. 3. Wall Thickness: Comply with AWWA C153. 4. Gaskets: Comply with AWWA Cl 11. B. Flange Adapter: 1. Body: Ductile iron complying with ASTM A 536. 2. End Rings (Follower Rings): Ductile iron complying with ASTM A 536. 3. Gaskets: New rubber compounded for water service and resistant to permanent set. 4. Bolts and Nuts: High strength, low alloy corrosion resistant steel or carbon steel bolts complying with ASTM A 307. C. Pipe Coupling: 1. Center Sleeve (Center Ring): Steel pipe or tubing complying with ASTM A 53 or ASTM A 512, or formed carbon steel with a minimum yield of 30,000 psi. 2. End Ring (Follower Ring): Ductile iron complying with ASTM A 536, or steel meeting or exceeding the requirements of ASTM A 576, grade 1010-1020. 3. Gaskets: New rubber compounded for water service and resistant top permanent set. 4. Bolts and Nuts: Stainless steel. 2.5 CONCRETE THRUST BLOCKS WATER DISTRIBUTION 33 1116-5 City of Iowa City Washington Street Genus Project No. 14090 A. Use Iowa DOT Class C concrete. B. Comply with the contract documents for dimensions and installation of thrust blocks. Comply with SUDAS Figure 5010.101. C. Use for all pipe sizes 16 inches in diameter or smaller or when specified. 2.6 PIPELINE ACCESSORIES A. Polyethylene Wrap: 1. Comply with AWWA C105. 2. Provide tubes or sheets with 8 mil minimum thickness. B. Tracer System: Comply with Figures CIC -5010.100 through 104. 1. Tracer Wire: a. Solid Single Copper Conductor: 1) Size: # 12 AWG 2) Insulation Material: Linear low-density polyethylene (LLDPE) installation suitable for direct burial applications. 3) Insulation Thickness: 0.045 inches, minimum. b. Bimetallic Copper Clad Steel Conductor: 1) Size: # 12 AWG. 2) Rating: Direct burial. 3) Operating Voltage: 30 volts. 4) Conductivity: 21 %. 5) Copper Cladding: 3% of conductor diameter, minimum. 6) Insulation Material: High density polyethylene. 7) Insulation Thickness: 0.030 inches, minimum. 2. Ground Rod: 3/8 inch diameter minimum, 60 inch steel rod uniformly coated with metallically bonded electrolytic copper. 3. Ground -rod Clamp: High-strength, corrosion -resistant copper alloy. 4. Splice Kit: See "Accepted Products for Water Distribution Materials." 5. Tracer Wire Station: Reference figures CIC -5010.100 through 104. �s 2.7 kECII_ _ ASKETS w or soils contaminated with gasoline, use nitrile gaskets. For other soil contaminants, contact the Engineer for the required gasket. ,Z& IIA OO TER SERVICE PIPE AND APPURTENANCES o Copper Tubing: No couplings or connections are permitted under paving. 1. Comply with ASTM B75 and ASTM B88. 2. Wall Thickness: Type K. 3. Packaging: Shall be in coils for sizes 3/4 -inch through 1 Yz-inch, and in coils or straight pipe for size 2 -inch. B. Service Saddles: 1. Comply with ANSI/AWWA C800 and ASTM B62. 2. Pressure Rating: Equal, but not to exceed, 200 PSIG. 3. Body Composition: 85-5-5-5 cast brass 4. Strap: Wide band, 304L stainless steel with 304L stainless steel studs. 5. Nuts and Washers: 304 stainless steel, nuts supplied with fluorocarbon coating. 6. Threading: AWWA tap thread (CC thread). WATER DISTRIBUTION 33 1116-6 City of Iowa City Washington Street Genus Project No. 14090 7. Gaskets: Nitrile gaskets within leaking underground storage tank )LUST) areas. C. Corporation Valves: 1. Comply with ANSI/AWWA C800 and ASTM B62. 2. Pressure Rating: 300 PSIG maximum working pressure. 3. Body: "No lead brass" alloy, meeting ASTM 8584. 4. Connections: Inlet shall be AWWA taper thread, outlet shall be conductive compression connection for CTS OD tubing. 5. Valve: Compression ball type. D. Ball Curb Valves: 1. Comply with ANSI/AWWA C800 and ASTM B62. 2. Pressure Rating: 300 PSIG maximum working pressure. 3. Body: "No lead brass" alloy, meeting ASTM B584. 4. Connections: Inlet and outlet shall be compression connection for CTS OD tubing. 5. Valve: Shall have a quarter turn check with fluorocarbon coataball and stainless steel reinforced seat, and end pieces shall have o-rlff� seak- with double o -ring seals. E. Curb Box: v 1. Comply with ANSI/AWWA C800. 0_4 cin 2. Style: Arch pattern, slide style. ::4n y 3. Length: 5 -foot box, 1 -foot telescope, shall telescope up angow*insidC the base casting. 4° 4. Coating: Black dip inside and out. 5. Rod: 5/8 -inch diameter with small key -clamp welded to rod; stainless steel road and cotter pin; 42 -inches long. F. Curb Box Lids: 1. All lids: a. Brass components shall conform to ASTM B62 and ASTM B584, UNS C83600-85-5-5-5 latest revision). b. Lids shall be made of cast iron per ASTM A48, Class 25. c. Lid shall be coated with black dip. 2. Regular applications: a. Shall be tapped 1 " with brass insert. b. Shall be 2 -hole Erie pattern with the "W" in a raised letter. 3. Cement applications: a. Shall be tapped with 1" brass pentagon plug with word "Water' in raised letters. b. All pentagon brass plugs shall have a 27/32" point to flat side. G. Straight Three -Part Unions: 1. Comply with ANSI/AWWA C800 and ASTM B62. 2. Body: "No lead brass" alloy, meeting ASTM B584. 3. Connections: Conductive compression connection for CTS OD on both ends. 4. Gripper band shall be stainless steel and overlap itself so no gasket material can get underneath. 5. Conductor spring shall provide metal to metal contact between copper tubing and the fitting for electrical conductivity. 6. Entire gasket shall be enclosed. 7. Fluorocarbon coating shall be on inside surface of nut. 8. Union pressure rating shall be greater than the valve or fitting with which it is used. WATER DISTRIBUTION 331116-7 City of Iowa City Washington Street H. 2.9 NON -SHRINK GROUT Yard Hydrants: Shall be freezeless style. Comply with Iowa DOT Materials I.M. 491.13. 2.10 VALVES A. General: Genus Project No. 14090 1. Valve Body: Manufacturer's name and pressure rating cast on valve body. 2. Direction of Opening: The opening direction is counterclockwise as viewed from the top. 3. Joints: a. For buried installations, use mechanical joints per AWWA C 11 1. Comply WATER DISTRIBUTION 33 1116-8 with 2.3 of this section for joint nuts and bolts. b. For installation within structures, flanged with dimensions and drillings according to AWWA CI 10 or ANSI 816.1 class 125. 4. Valve shall have been manufactured within 5 years of installation date. B. Gate Valves: 1. Standards: Comply with AWWA C509 (gray iron or ductile iron) or AWWA C515 (ductile iron) and NSF 61. 2. Stem Seals: Double O -rings permanently lubricated between seals. Lubricant certified for use in potable water. 3. External Bolts and Hex Nuts: Stainless steel according to ASTM A 240, Type 304. C. Butterfly Valves: 1. Standards: Comply with AWWA C504 class 150B or class 250B (gray iron or ductile iron) and NSF 61. 2. Stem: Stainless steel according to ASTM A 240, Type 304, turned, ground, — _r and polished. a� x2�- For Seat on Body Valves: c � a. Disc: Ductile iron or gray iron with plasma applied nickel -chromium edge or stainless steel edge according to ASTM A 240, Type 316, and Lr) tet= mechanically fixed stainless steel pins. b. Seat: Synthetic rubber compound mechanically retained to the body. For Seat on Disc Valves: a o a. Disc: Ductile iron according to ASTM A 536 with synthetic rubber compound seat mechanically retained to the disc. b. Seat: Continuous Type 316 stainless steel seat. 5. External Bolts and Hex Nuts: Stainless steel according to ASTM A 240, Type 304. D. Tapping Valve Assemblies: 1. Tapping Valve: Gate valve complying with AWWA C509. 2. Sleeve: a. Minimum 14 gauge. b. Stainless steel according to ASTM A240, Type 304. c. Minimum working pressure 150 psi. d. Must fully surround pipe. e. Flanged with dimensions and drillings according to AWWA C110 or ANSI B16.1 class 125. WATER DISTRIBUTION 33 1116-8 City of Iowa City Washington Street 2.11 FIRE HYDRANT ASSEMBLY Genus Project No. 14090 A. Material: Comply with AWWA C502. B. Manufacturers: See "Accepted Products for Water Distribution Materials." C. Fire hydrant assembly shall have been manufactured within 5 years of installation A. Flushing Device: As specified in the contract documents. B. Valve Box: 1. Applicability: For all buried valves. 2. Manufacturer: As allowed by the Jurisdiction or specified in the contract documents. 3. Type: Slip (slide) type. 4. Material: Gray iron. 5. Cover: Gray iron, labeled "WATER" 6. Wall Thickness: 3/16 inch, minimum. 7. Inside Diameter: 5 inches, minimum. 8. Length: Adequate to bring top to finished grade, including valve box extensions, if necessary. 9. Factory Finish: Asphalt coating. 10. Valve Box Centering Ring: Include in installation. C. Valve Stem Extension: For all buried valves, provide as necessary to raise 2 inch operating nut to within 3 feet of the finished grade. Stem diameter according to valve manufacturer's recommendations, but not less than 1 inch. Shall be stainless steel. D. Stainless Steel Repair Clamps: 1. All stainless steel, single section, double section, or triple section, depending upon size of main. 2. Shall have stainless steel bolts and nuts. WATER DISTRIBUTION 331116-9 date. D. Features: 1. Breakaway Items: Stem coupling and flange. 2. Inlet Nominal Size: 6 inch diameter. 3. Inlet Connection Type: Mechanical joint. 4. Hose Nozzles: Two, each 2 1/2 inches in diameter, with caps attached with chains. 5. Direction of Opening: Clockwise. 6. Items to be specified: a. Operating nut: 1'/z inch, standard pentagon. b. Pumper nozzle one 4'/z -inch pumper nozzle. p c. Nozzle threads: National Standard Hose Threads. o- d. Main valve nominal opening size: 4.5" on main smaller pica 12L' in i diameter, 5.25" on main 12" and larger?'R E. Painting: 1. Shop coating according to AWWA C502. ,r 2. Color: Safety Red, unless otherwise indicated by the Water-Xvm{on F. External Bolts and Hex Nuts: Stainless steel according to ASTM A193; rde�W. G. Gate Valve: Comply with this section. r H. Pipe and Fittings: Comply with this section. 1* 2.12 APPURTENANCES A. Flushing Device: As specified in the contract documents. B. Valve Box: 1. Applicability: For all buried valves. 2. Manufacturer: As allowed by the Jurisdiction or specified in the contract documents. 3. Type: Slip (slide) type. 4. Material: Gray iron. 5. Cover: Gray iron, labeled "WATER" 6. Wall Thickness: 3/16 inch, minimum. 7. Inside Diameter: 5 inches, minimum. 8. Length: Adequate to bring top to finished grade, including valve box extensions, if necessary. 9. Factory Finish: Asphalt coating. 10. Valve Box Centering Ring: Include in installation. C. Valve Stem Extension: For all buried valves, provide as necessary to raise 2 inch operating nut to within 3 feet of the finished grade. Stem diameter according to valve manufacturer's recommendations, but not less than 1 inch. Shall be stainless steel. D. Stainless Steel Repair Clamps: 1. All stainless steel, single section, double section, or triple section, depending upon size of main. 2. Shall have stainless steel bolts and nuts. WATER DISTRIBUTION 331116-9 City of Iowa City Washington Street 2.13 LUMBER Genus Project No. 14090 A. Lumber for bracing or supports shall be hardwood. (i.e. oak, maple). Do not use creosoted lumber in contact with piping materials. 2.14 WATER A. Reasonable amounts of water will be provided for use in the final operations of water main flushing, disinfecting and testing. Prior notice must be given to the Water Division. B. Contractor will not be charged for the water used as long as there is reasonable care to control and conserve the rate and volume used. If there is waste or carelessness, Contractor will be charged for water. 2.15 DISINFECTION AGENT - CHLORINE A. Liquid Chlorine complying with AWWA B300 and AWWA B301. B. Sodium Hypochlorite complying with AWWA B300. C Calcium Hypochlorite complying with AWWA B300. D. All disinfecting agents to be NSF 60 certified. Supply and store in the original container. PART 3 EXECUTION 3.1 REFERENCES AND DOCUMENTS A. Contractor must have all required documents on the site before commencing with the work. Water mains, valves, hydrants, and special fittings shall be installed in the locations shown on the plans or as directed by the Engineer. BP Valves, fittings, hydrants and ductile -iron pipe shall be installed in accordance with AP4SI/AWWA C600 except as noted herein. �t �' x1�3C pipe must be furnished and installed in accordance with AWWA M23, Uj ZZ �A"NSI/AWWA-C605 and Uni-Bell PVC Pipe Association UNI -B-388 except as noted ,_.,�erein. >_Qntractor must prepare and retain a set of "as -built' drawings on the job site with z 1=r4rcurate and current information on the location of all valves, pipe and special —4i v6enstruction features. Survey or GPS points are accepted, but not in lieu of written 9built information. Minimum information required for submittal to the Water N Division: 1. Pipe size and material; length of pipe between fittings (center -to -center) 2. Fitting type, size, restraint type, note if installed vertically or horizontally 3. Tracer wire box locations 4. Any changes in pipe depth, and where the main is buried greater than 7 feet or less than 5 feet 5. Any special fittings or construction materials E. Contractor shall have all buried utilities located by the Iowa One -Call Utility Location service and shall do exploratory excavation as necessary to determine specific conflicts between existing utilities and new water main. 3.2 PIPE INSTALLATION A. General: WATER DISTRIBUTION 331116 - 10 City of Iowa City Washington Street Genus Project No. 14090 1. Do not use deformed, defective, gouged, or otherwise damaged pipes or fittings. 2. Keep trench free of water. Clean pipe interior prior to placement in the trench. 3. Clean joint surfaces thoroughly and apply lubricant approved for use with potable water and recommended by the manufacturer. 4. Push pipe joint to the indication line on the spigot end of the pipe before making any joint deflections. 5. Limit joint deflections to one degree less than pipe manufacturer's recommended maximum limit. 6. Tighten bolts in a joint evenly around the pipe. 7. Install concrete thrust blocks on all fittings 16 inches in diameter or smaller (comply with SUDAS Figure 5010.101). For fittings larger than 16 inches, install restrained joints, and when specified in the contract documents, also install concrete thrust blocks. 8. Keep exposed pipe ends closed with rodent -proof end gates atA times when pipe installation is not occurring. 9. Close the ends of the installed pipe with watertight plugs gyring r&hts and non -working days. :P:(") a 10. Do not allow any water from the new pipeline to enter th i ing, 1 --- distribution system piping until testing and disinfection are leRGIessfaly completed. �% y B. Additional requirements for DIP installation: Z 6 —M 1. Utilize full-length gauged pipe for field cuts. Alternatively, frau% pipe selected for cutting to verify the outside diameter is within dlfbwable- tolerances. 2. Cut the pipe perpendicular to the pipe barrel. Do not damage the cement lining. Bevel cut the ends for push -on joints according to the manufacturer's recommendations. 3. Encase all pipe, valves, and fittings with polyethylene. C. Additional requirements for PVC pipe installation: 1. Cut the pipe perpendicular to the pipe barrel. Deburr and bevel cut spigot end of the pipe barrel to match factory bevel. Re -mark the insertion line. 2. When connecting to shallow -depth bells, such as on some cast iron fittings or valves, cut the spigot end square to remove factory bevel. Deburr the end and form a partial bevel on the end. 3.3 POLYETHYLENE ENCASEMENT INSTALLATION A. Apply polyethylene encasement to buried ductile iron pipe and to buried fittings, fire hydrants, and appurtenances. The polyethylene encasement is used to prevent contact between the pipe and the bedding material, but need not be airtight or watertight. B. Install polyethylene encasement according to AWWA C105, using tubes or flat sheets, and pipe manufacturer's recommendations. C. Do not expose the polyethylene encasement to sunlight for long periods before installation. D. Remove all lumps of clay, mud, cinders, etc. on the pipe surface before encasing the pipe. Take care to prevent soil or bedding material from becoming trapped between the pipe and polyethylene. E. Lift polyethylene -encased pipe with a fabric -type sling or padded cable. WATER DISTRIBUTION 331116-11 City of Iowa City Washington Street Genus Project No. 14090 Secure and repair encasement material using polyethylene tape, or replace as necessary. 3.4 TRACER SYSTEM INSTALLATION A. Install with all buried water main piping. Comply with Figures CIC -5010.100 through 104 for tracer wire installation. B. Begin and terminate the system at all connections to existing mains. C. Install wire continuously along the ten or two position of the pipe. Do not install wire along the bottom of the pipe. Attach wire to the pipe at the midpoint of each pipe length; use 2 inch wide, 10 mil thickness polyethylene pressure sensitive tape. D. Install splices only as authorized by the Engineer. Allow the Engineer to inspect all below grade splices of tracer wire prior to placing the backfill material. E. Install ground rods adjacent to connections to existing piping and at locations specified in Figures CIC -5010.100 through 103 and Figures CIC -4C.1 and CIC -4C.2. F. Bring two wires to the surface at each fire hydrant location and terminate with a tracer wire station (comply with Figure CIC -5010.100 and CIC -5010.101). G. Final inspection of the tracer system will be conducted by the Water Division at the completion of the project and prior to acceptance by the owner. Verify the electrical continuity of the system. Repair discontinuities. H. A minimum of 18 inches of wire slack at every tracer wire terminal box lid shall be installed. I. Every splice along the tracer wire shall have a minimum of 18 inches of wire slack added to the line. J. No uninsulated wire shall be installed along any length of run or at splice points. All exposed wire shall be mended as directed by Water Division personnel, and all splices shall include dielectric grease. K. Ground rods should be placed 6 to 10 inches from the pipe and not make contact with any part of the water system or any other utility. 3.5 LOCATION, ALIGNMENT, SEPARATION 8 GRADE i�3 t C.]tto water pipe shall pass through or come in contact with any part of a sewer paonhole. .� -Mould physical conditions exist such that exceptions to this standard are -- — I--Recessary, the design engineer must detail how the sewer and water main are to —moi engineered to provide protection equal to that required by these sections. I'—' ers constructed of standard sewer materials shall not be laid within 75 feet of a N public well or 50 feet of a private well. Sewers constructed of water main materials may beJaid within 75 feet of a public well and within 50 feet of a private well but no closer than 25 feet of either. D. Horizontal Separation of Gravity Sewers from Water Mains: 1. Separate gravity sewer mains from water mains by a horizontal distance of at least 10 feet unless: • The top of a sewer main is at least 18 inches below the bottom of the water main, and • The sewer is placed in a separate trench or in the same trench on a bench of undisturbed earth at a minimum horizontal separation of 3 feet from the water main. 2. When it is impossible to obtain the required horizontal clearance of 3 feet and a vertical clearance of 18 inches between sewers and water mains, WATER DISTRIBUTION 33 1116-12 City of Iowa City Washington Street Genus Project No. 14090 the sewers must be constructed of water main materials meeting the requirements set forth in this section. However, provide a linear separation of at least 2 feet. E. Separation of Sewer Force Mains from Water Mains: Separate sewer force mains and water mains by a horizontal distance of at least 10 feet unless: 1. The force main is constructed of water main materials meeting a minimum pressure rating of 150 psi and the requirements of Section 02260, 2.2 and 2. The sewer force main is laid at least 4 linear feet from the water main. F. Separation of Sewer and Water Main Crossovers: 1. Vertical separation of sanitary and storm sewers crossing under any water main should be at least 18 inches when measured from the top of the sewer to the bottom of the water main. If physical conditions prohibit the separation, the sewer may be placed not closer than 6 inches below a water main or 18 inches above a water main. Maintain the maximum feasible separation distance in all cases. The sewer and water pipes must be adequately supported and have watertight joints. Use a low permeability soil for backfill material within 10 feet of the point of crossing. 2. Where the sanitary sewer crosses over or less than 18 inches below a water main, locate one full length of sewer pipe of water main material so both joints are as far as possible from the water main. 3. Where the storm sewer crosses over or less than 18 inches below a water main, locate one full length of sewer pipe of water main material or reinforced concrete pipe (RCP) with flexible O-ring gasket joints so both joints are as far as possible from the water main. G. Surface Water Crossings: Comply with the Recommended Standards for Vggter Works, 2012 Edition. a 1. Above -water Crossings: Ensure the pipe is adequately supp3¢gd (Ed anchored; protected from vandalism, damage, and freez*Z:Pnd� t accessible for repair or replacement. C") i 2. Underwater Crossings: Provide a minimum cover of 5 feet thipe unless otherwise specified in the contract documents. Why p eir os M water courses that are greater than 15 feet in width, provide followi a. pipe with flexible, restrained, or welded watertight jointer b. valves at both ends of water crossings so the section can be isQMated for testing or repair; ensure the valves are easily accessible and not subject to flooding, and c. permanent taps or other provisions to allow insertion of a small meter to determine leakage and obtain water samples on each side of the valve closest to the supply source. H. Separation to Other Utilities: Maintain minimum 18" clearance around water mains and appurtenances. 3.6 PIPE BEDDING, EXCAVATION, AND BACKFILLING A. Ductile -iron pipe bedding shall conform to the project plan details or as otherwise specified or directed by the Engineer. B. PVC pipe bedding shall conform to UNI -13-3-88 laying condition Type 2 including hand excavation for the bell holes. The bedding shall be loose, natural, fine soil which is compacted by hand tamping on the soil along the sides of the pipe to the top of the pipe. C. Trench width within the pipe envelope shall conform to the plans or as directed by the Engineer. WATER DISTRIBUTION 331116-13 City of Iowa City Genus Project No. 14090 Washington Street D. Set valves and hydrants on precast concrete bases. E. All excavations shall comply with the requirements of OSHA Standard 1926, Subpart P -Excavations. 3.7 PIPE RESTRAINT A. Thrust Restraint: 1. For pipe smaller than 10" diameter, concrete block shall be used, placing the concrete block next to the fitting and undisturbed soil. For 10" and larger diameter pipe, blocking shall be by cast -in-place concrete. Cover fittings and joints with 8 mil polyethylene before placing concrete. Brace fittings with hardwood to prevent shifting before placing concrete. 2. Do not pour excess concrete on top of pipe and fittings. B. Socket Pipe Clamps, Tie Rods, and Bridles: Where indicated or necessary to prevent joints or sleeve couplings from pulling apart under pressure, provide suitable socket pipe clamps, tie rods, and bridles. Bridles and tie rod diameter shall be at least 3/4 in. except where they replace flange bolts of smaller size with nut on each side of flange. C. Dead Ends: 1. Pipe ends or fittings left for future connections shall be plugged or capped using materials supplied by the pipe manufacturer. 2. All pipe ends or fittings left for future connections shall be blocked against thrust. 3.8 JOINTS AND COUPLINGS A. Push -on Joints: 1. Inspect bell grooves and clean to assure complete gasket seating. -" 2� Use extreme care to prevent separation of joints already installed. w Do not use push -on joints when boring. Snap -Lok shall be used in casing M Q with locking rubbers. (U B? mechanical Joints: J Lrj (-))7- The range of torque for tightening bolts which is indicated in ANSI/AWWA 7- V C600 may be somewhat affected by the temperature. On cold days, more -za r—Q torque may be required. Use extreme caution when tightening cast iron fittings to avoid breaking the o ears of the flanges. An average worker should not use a wrench longer than 18 inches. 3. On PVC pipe connections to MJ joints, cut the bevel off the end of the PVC pipe to get full pipe diameter in the joint. 4. Do not deflect pipe at joint. C. Sleeve -Type Coupling: 1. Clean pipe ends for distance of 12 inches. 2. Use soapy water as gasket lubricant. 3. Carefully mark and place the sleeve coupling in the center of the joint. 3.9 VALVES A. Valve boxes should be centered over valve operating nut and run straight and true (not angled). B. Valve boxes set in paving shall not be installed with an expansion joint. 3.10 FIRE HYDRANT WATER DISTRIBUTION 33 1116-14 City of Iowa City Washington Street Genus Project No. 14090 A. Install according to Figure CIC -5020.201. B. If the fire hydrant valve is positioned adjacent to the water main, attach it to an anchor tee. C. If the fire hydrant valve is positioned away from the water main, restrain all joints between the valve and water main. D. Fire Hydrant Depth Setting: 1. Use adjacent finished grade to determine setting depth. 2. Set bottom of breakaway flange between 2 and 5 inches above finished grade. 3. If finished grade is not to be completed during the current project, consult with the Engineer for proper setting depth. E. Coordinate installation with tracer wire installation. F. Orient fire hydrant nozzles as directed by the Engineer or Inspector. 3.11 TAPPED CONNECTIONS UNDER PRESSURE A. Follow manufacturer's installation instructions. B. Tapping mains for new connections 1 -inch to 12 -inch in diameter shall be done by the Water Division. This includes connections made on public and private mains. C. A new and site specific tapping application must be prepared for tRch tap regardless of size, and submitted to the Water Division. The tappng alaplication must be completed and include location, name, and address opmer storrnM, schematic drawing, and materials of construction. __q z 3.12 WATER MAIN OPERATIONS �� r -1 A. All work which involves operating the active public water dist"nstem www require the notice, consent, approval and assistance of the WateM)ivisioH' B. An accurate and legible copy of the "as -built' drawings must be on File irr The Water Division office prior to using the water supply. C. If requested by the City, the contractor will work with Water Division personnel to submit a plan for initial operations and a plan for final operations to the Water Division for approval. The plans shall include a drawing and typed list of actions which show all the significant steps necessary to connect to the existing water distribution system or conduct the filling, flushing and testing operations. The purpose of both plans is to minimize the impact of service interruptions and pressure and flow variations on the water distribution system and existing customers. PART 4 DISINFECTION AND TESTING FOR POTABLE WATER SYSTEMS 4.1 GENERAL A. Upon completion of a newly installed water main or when repairs to an existing water system are made, the main shall be disinfected according to instructions listed in ANSI/AWWA C651 and the following specifications. 4.2 SCHEDULING AND CONFLICTS A. Notify the City Inspector or Water Division two working days in advance of testing or disinfection operations to coordinate the operations. WATER DISTRIBUTION 33 1116 -16 City of Iowa City Washington Street Genus Project No. 14090 B. The Engineer or his/her representative is required to be in attendance during testing or disinfection. C. Entire testing sequence for a segment shall be completed within an appropriate timeframe. If testing sequence for a segment, including tracing, is not satisfactorily completed within two (2) weeks from initial disinfection, testing sequence for segment shall start over from initial disinfection. Testing schedules for other segments may be affected. 4.3 SEQUENCE OF TESTING AND DISINFECTION Perform operations according to AWWA C651 in the sequence below. Successfully complete each operation before continuing to the next operation. All mains shall pass two bacteriological tests before pressure testing is allowed. Testing segments shall be no longer than 1200 feet along one main. All legs/lateral mains shall be tested as separate segments. Long main lines over 1200 feet in length shall be tested in discrete testing segments, and adjoining in-line testing segments shall not be tested together in any manner. Water mains must pass all testing before any main or service taps are allowed. A. Tablet Method (Concurrent with Water Main Installation): 1. Perform disinfection. 2. Flush after disinfection. 3. Perform bacteria tests. 4. Perform pressure and leak testing. B. Continuous -Feed or Slug Method (After Water Main Installation): Use this method only if approved by the Engineer. The sequence of testing and disinfection may be modified with approval of the Engineer. I . Perform initial flush. I . Induce a flow of potable water through the pipe. 2. Introduce highly chlorinated water to the pipe at a point within 5 pipe diameters of the pipe's connection to an existing potable system, or within 5 pipe diameters of a closed end, if there is no connection to an existing system. 3. Introduce water containing a minimum of 25 mg/L free chlorine until the entire new pipe contains a minimum of 25 mg/L free chlorine. 4. Retain chlorinated water in the pipe for at least 24 hours and no more than 48 hours. WATER DISTRIBUTION 331116-16 2. Perform disinfection. r. 3. Flush after disinfection. ..4. Perform bacteria tests. p tic- _5. Perform pressure and leak testing. ��4l4 'blslF . TION J 4' "- fr—, eneral: G Disinfect according to AWWA C651. Keep piping to be chlorinated isolated from lines in service and from N points of use. 3. Coordinate disinfection and testing with the Engineer. 4. Obtain and test water samples, unless otherwise provided by the Engineer. B. Procedure: I . Induce a flow of potable water through the pipe. 2. Introduce highly chlorinated water to the pipe at a point within 5 pipe diameters of the pipe's connection to an existing potable system, or within 5 pipe diameters of a closed end, if there is no connection to an existing system. 3. Introduce water containing a minimum of 25 mg/L free chlorine until the entire new pipe contains a minimum of 25 mg/L free chlorine. 4. Retain chlorinated water in the pipe for at least 24 hours and no more than 48 hours. WATER DISTRIBUTION 331116-16 City of Iowa City Washington Street 4.5 FLUSHING Genus Project No. 14080 A. Flush pipe using potable water until chlorine residual equals that of the existing potable water system. B. Dispose of chlorinated water to prevent damage to the environment. Dechlorinate highly chlorinated water from testing before releasing into the ground or sewers. Obtain Jurisdiction approval prior to flushing activities. I . Check with the local sewer department for the conditions of disposal to the sanitary sewer. 2. Chlorine residual of water being disposed will be neutralized by treating with one of the chemicals listed in the following table. Table 5030.02: Amounts of Chemicals Required to Neutralize Various Residual Chlorine Concentrations in 100,000 Gallons of Water Residual Chlorine Concentration m /L Sulfur Dioxide (SO2) Ib Sodium Bisulfite (NaHS03) Ib Sodium Sulfite (Na2SO3) Ib Sodium Thiosulfate (Na2S203+ 51-12O) Ib Ascorbic Acid (C608H6) Ib 1 0.8 1.2 1.4 1.2 2.1 2 1.7 2.5 2.9 2.4 10 8.3 12.5 14.6 12.0 M.9 50 41.7 62.6 73.0 60.0 4 4.6 BACTERIA SAMPLINGn cn r icum Test water mains according to AWWA C651, including collection of two cae sej�of acceptable bacteria samples 24 hours apart. If the initial disinfection p[ofails to produce satisfactory bacteriological results or if other water quality is dffected.repeat the disinfection procedure. — 4.7 PRESSURE AND LEAK TESTING A. Secure unrestrained pipe ends against uncontrolled movement. B. Isolate new piping from the existing water system. C. Fill and flush all new piping with potable water. Ensure all trapped air is removed. D. Pressurize the new pipe to the test pressure at the highest point in the isolated system. Do not pressurize to more than 5 psi over the test pressure at the highest point in the isolated system. E. Test and monitor the completed piping system at 1.5 times the system working pressure or 150 psi, whichever is greater, for 2 continuous hours. F. If the measured pressure loss does not exceed 5 psi, the test will be considered acceptable. G. Repair all visible leaks regardless of test. H. Addition of makeup water is not allowed. 4.8 SYSTEMS CHECK A. Valve Operations: All valves shall be located and tested to verify operation. Remove the valve box lid, insert the valve key and open and close each valve. Count the turns and record the results. B. Hydrant Operations: WATER DISTRIBUTION 331116-17 City of Iowa City Washington Street Genus Project No. 14090 1. After the hydrant has been installed and the main and hydrant have been pressure tested, each hydrant shall be flushed and checked for proper operation. 2. After hydrant has been flushed, close it and check for drainage. This is done by placing a hand over the nozzle opening and checking for a vacuum. Then check the hose thread for proper fit. 3. Replace nozzle cap, then open hydrant again and inspect all joints for leaks. C. Final Trace: All tracer wire terminal boxes shall be to grade, located appropriate distance from hydrant/valve, and with tracer wire correctly attached. A Water Division locator shall complete a trace of the new pipe(s), including connections to existing main. Any tracing deficiencies noted by the locator shall be corrected before the water pipe is accepted and opened for service. 4.9 PUTTING WATER MAIN IN SERVICE The Water Division shall put the completed water system in service only after system has satisfactorily passed all testing and documentation requirements. w 1Lij -J>: WATER DISTRIBUTION 33 1116-18 LL � ~� U� .n O_ Q N WATER DISTRIBUTION 33 1116-18 City of Iowa City Washington Street Genus Project No. 14090 33 1116(A) - ACCEPTED PRODUCTS FOR WATER DISTRIBUTION MATERIALS WATER PIPE: (Ductile) ANSI/AWWA-A21.51/C151 American, Clow, Griffin, Mc Wane, US Pipe WATER PIPE: (PVC) AWWA - C900 Pressure Class 150, DR 18 CertainTeed Certa-Lok C900/RJTM for directionally bored piping FITTING: (Ductile Iron Standard) ANSI/AWWA-A21.10/Cl 10, 350 psi (Ductile Iron Compact) AWWA C153,350 psi Clow, Romac Wide Range Restrained End Cap, Sigma, Tyler/Union, U.S. Pipe TAPPING SLEEVE: (Full Body Ductile Iron) With Stainless Steel and/or NSS Cor -Blue Nuts & Bolts American Flow Control -Series 2800, Kennedy, Mueller -H615, Tyler/Union, US Pipe -T-9 N O TAPPING SLEEVE: (Stainless Steel with 304" Stainless Steel Flange) Cascade CST -EX, Ford FAST, JCM-432, Mueller H304, Romac SST, Smith Blair 66Rccn a Mi D_; z MECHANICAL JOINT RESTRAINT DEVICE: With NSS Cor -Blue Nuts & Bolts 2c cr EBAA 1100, EBAA 2000 PV, Tyler Union TUFGrip 1000 & 1000S, Tyler Union TUFGri(�fi5W Jyler M Union 2000 & 2000S co, VALVE: (Resilient Seated Gate Valves) ANSI/AWWA C509. Oben Counterclockwise — Clow F-2640, Kennedy 8571 SS, Mueller A-2362-20, U.S. Pipe USPO-23 without accessories, U.S. Pipe USPO-20 with accessories VALVE: (Butterfly) ANSI/AWWA C504, Class 1508 or Class 250B, Open Counterclockwise Clow, DeZurik, GAV 800 Series, Kennedy, M & H, Mueller, Pratt, Val -Matic VALVE: (Tappinal ANSI/AWWA C509, Open Counterclockwise Clow F-2640, Kennedy 8950 SS, Mueller T-2362-16, U.S. Pipe A-USPO-16 VALVE BOX: (Slip Type) Tyler - Series 6855 & Item 666A, Range 51" to 71" VALVE BOX CENTERING RING: Adaptor, Inc Valve Box Adaptor II FIRE HYDRANT: AWWA C502, Open Clockwise, 4 1/3" (Main Smaller than 12") or 5 1/:' (Main 12" and Larger) American Darling Mark 73-5, American Darling B -84-B-5, Clow F-2545 Medallion with all stainless steel shaft, Mueller Super Centurion STAINLESS STEEL REPAIR CLAMP: With Stainless Steel Nuts & Bolts Ford FS 1, Romac SSI, Smith -Blair 261 SLEEVE TYPE COUPLING: With Stainless Steel Nuts & Bolts Standard solid black sleeve: Griffin, Tyler/Union 5-1442 Bolted straight coupling: Romac Style 501, Romac Alpha Wide Range Restrained Coupling, Romac Macro HP Two -Bolt Coupling, Smith -Blair 441 ACCEPTED PRODUCTS FOR WATER DISTRIBUTION MATERIALS 33 1116(A) - 1 City of Iowa City Genus Project No. 14090 Washington Street TRACER WIRE TERMINAL BOX (DAYLIGHT BOXI: DWS (Valco) 95E TRACER WIRE CONNECTOR: Blue In Color Copperhead Industries Snake Bite Corrosion Proof Wire Connector LSC 1230B, Twister DB Plus Wire Connector TRACER WIRE: Blue in Color Copperhead, Kris Tech, or approved equal FREEZELESS YARD HYDRANT: Woodford Mfg. Iowa Model Y34 and YI SERVICE SADDLE: ANSI/AWWA-C800 AY McDonald 3845, Ford 20213S, Smith Blair 325 CORPORATION VALVE: ANSI/AWWA C800. Compression Ball Type AY McDonald 74701 BQ, Mueller B -25008N BALL CURB VALVE: ANSI/AWWA C800, Compression Connection for CTS OD Tubing (both ends AY McDonald 761000, Mueller B25209N CURB BOX: ANSI/AWWA C800, Arch Pattem, 5 -foot Length (Telescope 1 -foot), Slide Style, with 42" Stainless Steel Rod 8 Cotter Pin AY McDonald 5601 and 5603 with 5660SS CURB,BOX LID: "W" or "Water" Label on Lid Cement Applications: AY McDonald 5607L All (Mher.A•�plications: AY McDonald 5601 L � W STRA`(6HL3*ART UNION: ANSI AWWA C800 AY 14tD(r 4758Q, Mueller H 15403N, Universal Cambridge Coupler a t—¢ LL cam$ a o o ACCEPTED PRODUCTS FOR WATER DISTRIBUTION MATERIALS 33 1116(A) - 2 City of Iowa City Washington Street SECTION 33 4111 - SEWERS PART 1 -GENERAL 1.01 SUMMARY: Genus Project No. 14090 A. Construction of piping and structures for the collection and transmission of wastewater and storm water. 1.02 REFERENCES: A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers 1. ASTM C76, latest edition, Standard Specification for Reinforced PDncrete Culvert, Storm Drain and Sewer Pipe. o 0 C-) v 2. ASTM C443, latest edition, Standard Specification for JAh#s+ for-CirculeF- Concrete Culvert and Sewer Pipe, Using Rubber Gaskets. It 3. ASTM C361, latest edition, Standard Specification for Rein fslrl d �ncrQ Low -Head Pressure Pipe. Co B. Reinforced Concrete Arch Pipe - For Storm Sewers 1. ASTM C506, latest edition, Specification for Reinforced Concrete Arch Culvert, Storm Drain and Sewer Pipe. C. Vitrified Clay Pipe ASTM C700, latest edition, Standard Specification for Vitrified -Clay Pipe, Extra Strength, Standard Strength, and Perforated. 2. ASTM C425, latest edition, Standard Specification for Compression Joints for Vitrified -Clay Pipe and Fittings. D. Ductile Iron Pipe 1. ANSI/AWWA-A21.5/C 151, latest edition, Ductile -Iron Pipe, Centrifugally Cast in Metal Molds or Sand -Lined Molds, for Water or Other Liquids. 2. ANSI/AWWA- A21.50/C150, latest edition, Thickness Design of Ductile -Iron Pipe. 3. ANSI/AWWA-A21.53/C153, latest edition, Ductile -Iron Compact Fittings, 3 in. through 16 in., for Water and Other Liquids. 4. ANSI/AWWA-A21.11/C111, latest edition, Rubber -Gasket Joints for Ductile - Iron Pipe and Gray -Iron Pressure Pipe and Fittings. 5. ANSI/AWWA-A21.4/C104, latest edition, Cement -Mortar Lining for Ductile - SEWERS 334111 -1 City of Iowa City Genus Project No. 14090 Washington Street Iron Pipe and Fittings for Water. E. Poly Vinyl Chloride (PVC) Pipe - For Sanitary Sewer Service Lines ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 2. ASTM D2321, latest edition, Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe. 3. ASTM D2729, latest edition, PVC Sewer Pipe and Fittings 4. ASTM D3034, latest edition, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings 5. ASTM D3212, latest edition, Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals F. PVC Truss Pipe - For Sanitary Sewers ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 2. ASTM D2321, latest edition, Recommended Practiice for Underground Installation of Flexible Thermoplastic Sewer Pipe. e6 ASTM D2680, latest edition, Standard Specification for Acrylonitrile- : �>= Butadiene-Styrene (ABS) and Poly(Vinyl Chloride) (PVC) Composite Sewer LO car— Piping I >- E3 --r—Q4. ASTM F477, latest edition, Specification for Elastomeric Seals (Gaskets) for v� Joining Plastic Pipe .a o o �. i Manholes ASTM C478, latest edition, Standard Specification for Precast Reinforced Concrete Manhole Sections. H. Intake Structures IDOT Standard Specifications. 2. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. 1.03 QUALITY ASSURANCE: A. All products will meet or exceed the minimum standards specified in the applicable references listed in the previous subsection. B. All suppliers of reinforced concrete pipe and manholes must be certified by the Iowa Department of Transportation. SEWERS 334111-2 City of Iowa City Genus Project No. 14090 Washington Street C. Reinforced concrete pipe shall be manufactured by such means to minimize cage twist. Pipe displaying cage twist in excess of 30 degrees, as demonstrated by the form seam, will be rejected. D. Details of gasket installation and joint assembly are subject to acceptance by the Engineer. E. All materials judged to be of poor quality will be marked by the Engineer and promptly removed from the site by the Contractor and replaced with new. F. All pipe must pass the leakage tests specified in Part 3 of this section. 1.04 SUBMITTALS ro A. Concrete Pipe: Submit current Iowa Department of Transportation certifiention. B. Vitrified -Clay Pipe: Submit shop drawings of gasket installation anOoijt auembyc�-. n-' r r -- C. Shoring: Submit plans for all shoring, excluding trench box6PCertl{ed b professional engineer registered in the State of Iowa. This subw4 �ql vat notir reviewed for structural adequacy by the City. �c co PART 2 - PRODUCTS _ 2.01 MATERIALS: A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers Joints: All joints will be confined O-ring gasket meeting ASTM C443 or ASTM C361, as specified. All pipe 36 -inch diameter and smaller will have bell and spigot joints. Pipe larger than 36 -inch diameter may have tongue and groove joints. 2. Wall Thickness: Minimum wall thickness will be B -wall as defined in ASTM C76 or Class C25 as defined in ASTM C361. 3. Pipe Strength: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III as defined in ASTM C76 or as defined in ASTM C361. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on the outside of the pipe. 5. Lift holes are not allowed. 6. Minimum Bedding - Type B per ASTM C 12 with compacted granular material to the springline of the pipe. B. Reinforced Concrete Pipe - For Storm Sewers 1. Joints a. Circular pipe: All joints will be confined O-ring or profile gasket SEWERS 334111-3 City of Iowa City Genus Project No. 14090 Washington Street meeting ASTM C443. All pipe 36 -inch diameter and smaller will have bell and spigot joints. Pipe larger than 36 -inch diameter may have tongue and groove joints. b. Arch pipe: All joints will be sealed with mastic butyl rubber -based sealant meeting the requirements of AASHTO M198-75, Type "B". Wrap exterior of each joint with engineering fabric. 2. Wall Thickness a. Circular pipe: Minimum wall thickness will be B -wall as defined in ASTM C76. b. Arch pipe: Minimum wall thickness as defined for in ASTM C506. 3. Pipe Strength a. Circular pipe: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III as defined in ASTM C76. b. Arch pipe: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III A as defined in ASTM C506. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on D. Ductile Iron Pipe 1. Joints: Use push on joints unless otherwise specified on the plans. 2. Thickness: Unless otherwise indicated or specified, use Class 52. 3. Lining and Coating: a. Inside of pipe and fittings: Double thickness cement lining and bituminous seal coat conforming to ANSI A21.4. SEWERS 334111-4 the outside of the pipe. :a p ;5-, Lift holes are not allowed. -J Minimum Bedding - Type B per ASTM C 12 with compacted granular LO material to the springline of the pipe. L.. rt-1rClay Pipe a O o 1. Joints: Shop drawing of gasket installation and joint assembly, subject to approval of the Engineer. 2. All pipe shall be "extra strength" as defined by ASTM C700. 3. Minimum Bedding - Type B per ASTM C12 with compacted granular material to the springline of the pipe. D. Ductile Iron Pipe 1. Joints: Use push on joints unless otherwise specified on the plans. 2. Thickness: Unless otherwise indicated or specified, use Class 52. 3. Lining and Coating: a. Inside of pipe and fittings: Double thickness cement lining and bituminous seal coat conforming to ANSI A21.4. SEWERS 334111-4 City of Iowa City Genus Project No. 14090 Washington Street b. Outside of pipe and fittings: Standard bituminous coating conforming to appropriate ANSI. 4. Minimum Bedding -Type 5 per ANSI/AWWA C150/A21.50 with compacted granular material to the springline of the pipe. E. PVC Truss Pipe - For Sanitary Sewers 1. All PVC truss pipe shall be made of PVC compound having a minimum cell classification of 12454 as defined in ASTM D 1784. 2. Joints: Gaskets shall comply with all requirements in ASTM F477 and F913. Joint shall meet the requirements of ASTM D 2680 and ASTM D3212. 3. Pipe shall have a minimum pipe stiffness of 200 psi at 5% deflection. 4. Minimum Bedding - Crushed stone encasement to the top of the pipe. The minimum bedding depth shall be as specified on the plans. If not specified, the minimum bedding depth shall be 4" below the pipe. o Poly Vinyl Chloride (PVC) Pipe - For Sanitary Sewer Service Lines `c a 1. All PVC pipe shall be manufactured in accordance with A 30& t" 2. Joints: ASTM D3212 gasketed. CO 3. All 4" and 6" services shall be SDR 23.5. 4. Minimum Bedding - Crushed stone encasement to 6" above pipe. The minimum bedding depth shall be as specified on the plans. If not specified, the minimum bedding depth shall be 4" below the pipe. G. Corrugated Plastic Pipe for Subsurface Drainage Corrugated PVC with a smooth interior wall shall meet the standards of ASTM F949 and be constructed of resins meeting the requirements of ASTM D1784, cell class 124548. 2. Corrugated HDPE with a smooth interior wall shall meet the standards of AASHTO M-252 and M-294. 3. Minimum Bedding - Drainable stone encasement to 6" above pipe. H. Manholes Joints: All joints will be confined O-ring or profile gasket meeting ASTM C443. 2. No lift holes through the entire wall. 3. Mark date of manufacture. 4. Inverts: Precast and cast -in-place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of SEWERS 334111-5 City of Iowa City Genus Project No. 14090 Washington Street the pipe. All junctions and changes in directions of inverts shall be smooth and rounded to the maximum extent possible to supplement flow through the manholes. 5. All manholes are 4 -foot diameter unless noted otherwise. 6. Manhole frame and lid to be Neenah R-1670, self-sealing, East Jordan 1117, self-sealing or approved equal. If in paved area, casting shall also be non - rocking. 7. Manholes in paving shall have an interior Cretex chimney seal (or approved equal) that spans from the casting to the cone section. I. Bedding: Granular bedding material shall consist of porous backfill material, IDOT Standard Specification Section 4131 and Section 4109, Gradation No. 29. PART 3 - EXECUTION 3.01 INSTALLATION OF PIPE: A. Inspect before installation. Remove and replace defective sections. B. Alignment and Grade Install to line and grade indicated on plans using laser and check elevation as required to maintain grade. 3. Hand shape bell holes so that only pipe barrel receives bearing pressure. D. Connections A-LOK shall be used for all sanitary sewer connections to manholes unless approved by the Engineer. 2. Subdrains shall be connected to storm sewer intakes and manholes using SEWERS 334111-6 r� 2. Driving down to grade by striking or with excessive force from excavating equipment is not allowed. Blocking the pipe to grade with wood, stones or other materials is not U allowed. v ..-- Ca-- eroding I.— Support on compacted granular bedding material using the type of +` bedding specified on the plans. If no bedding is specified, use the minimum bedding specified in Part 2 of these specifications. 2. Place bedding material to ensure that there are no voids under or alongside the length of the pipe. Slice with shovel to remove voids. Compact with pneumatic equipment. 3. Hand shape bell holes so that only pipe barrel receives bearing pressure. D. Connections A-LOK shall be used for all sanitary sewer connections to manholes unless approved by the Engineer. 2. Subdrains shall be connected to storm sewer intakes and manholes using SEWERS 334111-6 City of Iowa City Genus Project No. 14090 Washington Street IDOT standard intake outlet detail RF -19C. CMP outlet shall be used unless approved by the Engineer. E. Jointing Clean and lubricate all joints prior to assembly. 2. Join per manufacturer's recommendations. 3. Suitable couplings shall be used for jointing dissimilar materials. F. Backfill as specified in Section 02220. G. Clean pipeline upon completion. H. Tolerances 1. Any deviation in a sewer pipes section more than 1/8 inch per foot of pipe diameter from the horizontal or vertical alignment, as establisheday the Engineer, will not be allowed; and all sewer laid incorrectly, aaetermined by the Engineer, must be relaid at the Contractors expense. *Dieknce it grade will be allowed only if the sewer is designed at a sl%OuVent +&- prevent backfall when its limits are reached. Under no condiftQ�wilkm sever be accepted when one or more pipe lengths have been instal ithQWt "faM 2. The completed sewer must be laid so nearly in a perfect line thatranrordindryj electric lantern held at center of the sewer at a manhole may wholly visible to the eye at the level of the sewer at the next manhole. 3. Sags and reverse slope on gravity pipe is prohibited. Remove and relay pipe to proper grade. 3.02 TESTING OF PIPE: A. Lamp all pipe to visually inspect for defects and debris. B. Leakage Tests: Perform leakage tests on all sanitary sewers as follows: Perform after completion of backfill. 2. Perform after groundwater has returned to normal level. 3. Furnish test plugs, water pumps, appurtenances, and labor. Install bulkheads for testing and weirs for measurement as necessary. Groundwater elevation from observation wells or excavations are subject to acceptance by the Engineer. a. If groundwater is more than two foot above top of pipe at upper end, conduct infiltration or low-pressure air tests. If maximum pressure exerted by groundwater is greater than 4 psig, conduct infiltration test. b. If groundwater is less than two foot above top of pipe at upper end, conduct exfiltration or low-pressure air tests. SEWERS 334111 -7 City of Iowa City Genus Project No. 14090 Washington Street C. If pipe is larger than 27 -inch, air test is not allowed. 4. Exfiltration or infiltration test performed on sections of approved length (maximum '/2 -mile for sewers) and before connection to buildings. Low- pressure air tests performed on manhole -to -manhole sections of pipeline. 5. Low-pressure air test: a. Equipment (1) Designed for testing sewers using low-pressure air. (2) Provide air regulator or safety valve so air pressure does not exceed 8 psig. (3) All air through single control panel. b. Procedure (1) Perform from manhole -to -manhole after backfill. (2) Place pneumatic plugs: (a) sealing length: equal to or greater than pipe diameter, (b) capable of resisting internal test pressure without external bracing or blocking. (3) Introduce low-pressure air into sealed line and achieve internal air pressure 4 psig greater than maximum pressure Pipe diameter Time in in inches Minutes 4 u 6 3.0 exerted by groundwater above pipe invert. 4.0 10 5.0 12 5.5 15 ar Y w � (4) Limit internal pressure in sealed line below 8 psig. Li! 24 11.5 u; c�)� (5) Allow two minutes minimum for air pressure to stabilize. > Disconnect low-pressure air hose from control panel. _ LL- w o (6) Acceptable Test Result: 0 (a) Minimum time for pressure to drop from 3.5 to 2.5 psig greater than maximum pressure exerted by ground water above pipe invert. Pipe diameter Time in in inches Minutes 4 2.0 6 3.0 8 4.0 10 5.0 12 5.5 15 7.5 18 8.5 21 10.0 24 11.5 SEWERS 334111 -8 City of Iowa City Genus Project No. 14090 Washington Street 27 13.0 (b) Minimum allowable time for sewers with more than one size of pipe: based on largest diameter reduced by 0.5 min. (c) If groundwater level at time of testing is above the sewer, air pressure shall be increased 0.43 psig for each foot the groundwater is above the flow line of the pipe. C. If pressure drop exceeds 1.0 psig during the test period, the test shall be considered to have failed. Locate and repair leaks and retest as required. 6. Infiltration Test a. Dewater and conduct test for at least 24 hours. b. Locate and repair leaks, and retest as required. C. Allowable infiltration, including manholes, fittings, and congctions: maximum 200 gallons per inch diameter per mile pe);4 how Exfiltration Test I —t a. Subject sewers to internal pressure by: (1) plugging he inlet of t upstream and downstream manholes, (2) filling sewer i jy d 4stre manhole with clean water until the water elevationirnthedganh� is two feet above top of sewer, or two feet above the" existing ground water in the trench, whichever is the higher elevation. b. Use suitable ties, braces, and wedges to secure stoppers against leakage from test pressure, where conditions between manholes may result in test pressure causing leakage. C. Rate of leakage from sewer: Determined by the amount of water required to maintain the initial water elevation for one hour from the start of the test. d. Allowable exfiltration same as allowable infiltration. If the average head above the section being tested exceeds two feet above top of pipe, then the allowable exfiltration can be increased by 5% for each additional foot of head. e. Modification to this test only as approved by the Engineer. f. Locate and repair leaks and retest as required. C. Deflection Tests: Perform deflection tests on all PVC truss sewers as follows: 1. The mandrel (go/no-go) device shall be cylindrical in shape and constructed with nine (9) evenly spaced arms or prongs. The mandrel SEWERS 334111-9 City of Iowa City Genus Project No. 14090 Washington Street dimension shall be 95% of the flexible pipe's published ASTM average inside diameter. Allowances for pipe wall thickness or ovality, (from shipment, heat, shipping loads, poor production, etc.) shall not be deducted from the ASTM average inside diameter, but shall be counted as part of the 517o allowance. The contact length of the mandrel's arms shall equal or exceed the nominal diameter of the sewer to be inspected. Critical mandrel dimensions shall carry a tolerance of ± .001". Proving rings shall be available. 2. The mandrel inspection shall be conducted no earlier than 30 days after reaching final trench backfill grade provided, in the opinion of the Engineer, sufficient water densification or rainfall has occurred to thoroughly settle the soil throughout the entire trench depth. Short-term (tested 30 days after installation) deflection shall not exceed 5% of the pipe's average inside diameter. The mandrel shall be hand pulled by the Contractor through all sewer lines. Any sections of the sewer not passing the mandrel test shall be uncovered and the Contractor shall replace and recompact the embedment backfill material to the satisfaction of the Engineer. These repaired sections shall be retested with the go/no-go mandrel until passing. 3. The Engineer shall be responsible for approving the mandrel. Proving rings may be used to assist in this. Drawings of the mandrel with complete dimensioning shall be furnished by the Contractor to the Engineer for each diameter and type of flexible pipe. 3.03 CONSTRUCTION AND INSTALLATION OF MANHOLES, MANHOLE BOXES AND INTAKE STRUCTURES: A. Set bases true to line and elevation on minimum six-inch granular backfill material. Lf7 6- Lxstall O-ring or profile gasket in joints between sections conforming to 65 -c!aanufacturers standard. UJ W last in place inverts must provide o channel at least one-half the depth of the U; e and match the full cross-sectional area of the pipe. All junctions and changes . F Nritdirection shall be smooth and rounded to the maximum extent possible to LL =r rsypplement flow through the structure. .n o f?j,9 Plug holes for handling with mortar. E. Lay grading rings in full bed and joint of mortar without subsequent grouting, flushing or filling; bond thoroughly. Set frames with top conforming to finished ground or pavement surface as indicated and directed. Grading rings plus the frame height shall not exceed 24 inches. G. Set frames in full bed of RAM-NEK or equal to fill and make watertight space between masonry top and bottom flange of frame. H. Backfill as specified in Section 02220. Clean manhole upon completion. SEWERS 33 4111 -10 City of Iowa City Genus Project No. 14090 Washington Street J. Inspect for visible leaks after groundwater has returned to normal level. Repair leaks. 3.04 MAINTENANCE OF FLOW: A. Storm Sewers: At the end of each working day, the Contractor shall reestablish the full capacity of any drainage system affected by construction. Diversion of storm water into the sanitary sewer system is not allowed. B. Sanitary Sewers: The Contractor shall at all times maintain full capacity in the sanitary sewer system and protect the system from storm water. C. If pumps are used for the diversion of flow, the Contractor shall have a stand-by pump readily at hand. The Contractor shall provide the Police Department and the Supervisor of the Iowa City Wastewater Treatment Plant with phone numbers where the responsible person may be reached 24 hours a day to make immediate repairs and/or replacement in case of diversion system failure. Diversion of sanitary sewage to storm sewers or waterways is not allowed. 3.05 CONFLICTS A. Provide temporary support for existing water, gas, telephone, power or other utilities or services that cross the trench. o 0 0. B. Compact backfill under the existing utility crossing as specified in Sec§g Z22b&. -ij a C. Separate gravity sewers from water mains by horizontal distance of LitepstJ0 feeF— unless: X- 1. l. Top of sewer is at least 18 inches below the bottom of the water rrlalPt. �? 2. Sewer is placed in separate trench or in some trench on bench of undi`smrbed earth with at least three feet separation form the water main. D. Use water main materials for gravity sewers with less than 10 feet of horizontal distance and top of the sewer less than 18 inches below the bottom of the water main; maintain a linear separation of at least two feet. E. Where gravity sewer crosses over water main or service or where the top of sewer is less than 18 inches below the bottom of the water main or service, the following requirements shall apply: 1. The sewer may not be placed closer than b inches below a water main or 18 inches above a water main. The separation distance shall be the maximum feasible in all cases. 2. Use 20 -foot length of water main material as specified for gravity sewer centered on the water main. Both joints shall be located as far from the water main as possible. 3. The sewer and the water main must be adequately supported and have watertight joints. 4. Backfill trench with low permeability soil for the 20 -foot length centered on the SEWERS 334111-11 City of Iowa City Genus Project No. 14090 Washington Street crossing. F. Sanitary sewer force mains and water mains shall be separated by a horizontal distance of at least 10 feet unless: 1. The force main is constructed of water main material meeting a minimum pressure rating of 200 psi. 2. The force main is laid at least four linear feet from the water main. SEWERS 334111 -12 �n oo x cc U a wr J V� �V d UO co N SEWERS 334111 -12 City of Iowa City Genus Project No. 14090 Washington Street SECTION 34 4113 - TRAFFIC SIGNALIZATION PART 1- GENERAL 1.1 SECTION INCLUDES A. Electrical B. Conduit C. Concrete Bases and Handholes D. Poles E. Signals o_ EO Q` F. Mast Arms n c G. Controller �� �r fT7 H. Fiber Optic Cable I. Radar Traffic Detection System 1.2 DESCRIPTION OF WORK A. Electrical: This item includes furnishing and installing all electrical components in accordance with the Contract Documents. B. Conduit: This item includes furnishing and installing conduit fittings associated with traffic signals in accordance with the Contract Documents. C. Concrete Bases and Handholes: This item includes furnishing and installing bases and handholes associated with traffic signals in accordance with the Contract Documents. D. Poles: This item includes furnishing and installing the poles associated with traffic signals in accordance with the Contract Documents. E. Signals: This item includes furnishing and installing the signals in accordance with the Contract Documents. TRAFFIC SIGNALIZATION 344113-1 City of Iowa City Washington Street Genus Project No. 14090 F. Mast Arms: This item includes furnishing and installing the Mast Arms in accordance with the Contract Documents. G. Controller: This item includes furnishing and installing controllers in accordance with the Contract Documents. H. Fiber Optic Cable: This item includes installation, termination, and testing fibers. I. Radar Traffic Detection System: This work shall consist of furnishing and installing a system that detects vehicles on a roadway using only radar detection of vehicle traffic and includes all hardware, software, equipment, labor, and materials necessary to complete the fully functioning system in place. 1.3 SUBMITTALS A. Submit test results as set forth in the Contract Documents. B. Submit certificate of compliance indicating the materials incorporated into the Work comply with the Contract Documents. C. The substitution of materials is allowed as set forth in General Conditions. D. c,Supplier shall submit five (5) copies of Shop Drawings of Signal Poles and Mast Arms to the --fNGIIW,ER for review prior to manufacture of the mast arm assemblies. Manufacture shall not cabegiRvntil the Shop Drawings have been approved by the ENGINEER. The intent of the = ':EN ER's review and approval is to assist the supplier in interpreting the Specifications. Shop Dr"M— approval shall not relieve the supplier of the responsibility for errors in the Shop c LI"Dra�vieg or the requirements of the Specifications. a f-< -a LL -E. .o -"�Suli�j�catalog cuts of each component incorporated into the project, showing the selected oequipMent meets the specifications. N r 1.4 DELIVERY, STORAGE AND HANDLING A. Deliver only materials that fully conform to these Specifications, or for which substitution has been approved as set forth in General Conditions. 1. The Bidder awarded the Contract shall complete the equipment list by writing in the name of the equipment manufacturer and catalog number of each item listed which he proposes to install. Before beginning Work on the Project, the CONTRACTOR shall submit three copies of the equipment list, and three copies of catalog cuts for all materials supplied by the CONTRACTOR. TRAFFIC SIGNALIZATION 344113-2 City of Iowa City Washington Street Genus Project No. 14090 2. Prior to ordering any materials the CONTRACTOR shall provide certification from the manufacturers of all electrical equipment, conduit, and cable stating said material complies with the Specifications. B. Store material in accordance with the manufacturers' recommendations and in locations which will minimize the interference with operations, minimize environmental damage, and protect adjacent areas. C. Remove and dispose of unacceptable materials from the site in accordance with the Contract Documents. 1.5 Scheduling and Conflicts A. Schedule Work to minimize disruption of public streets and facilities B. Discontinue Work which will be affected by any conflicts discovered or any changes needed to accommodate unknown or changed conditions and notify the ENGINEER. o o e. 1 1.6 Special Requirements in r t,. M cid. - A. The use of explosives is not permitted unless provided for in the special pj tslo%of tllz� Contract Documents. N B. All work and materials incorporated into this Project shall conform to all applicable local, state, and Federal requirements. C. The CONTRACTOR shall be prepared to furnish, upon request from the ENGINEER, a sample for evaluation, of any item or material which he proposes to furnish for this Project. D. Any modifications of the installation are subject to the approval of the ENGINEER. E. Unless otherwise specified in the Contract Documents, the installation of all signal equipment shall be in accordance with the Traffic Signal Manual of the International Municipal Signal Association (IMSA). F. The painted surface of any equipment damaged in shipping or installation shall be retouched or repainted in a manner satisfactory to the ENGINEER. PART 2 — PRODUCTS 2.1 ELECTRICAL TRAFFIC SIGNALIZATION 344113-3 City of Iowa City Genus Project No. 14090 Washington Street A. Service Conductor (Power Cable) shall be 600 volt, single conductor cable shall comply with 4185.12 of the Standard Specifications and shall be U.L. listed for type "USE." The sheath shall be black for the positive cable and white for the negative cables. B. Signal cable shall be solid and conform to the requirements of IMSA 19-1 or 20-1, or latest revision thereof. The number and size of conductors shall be as specified on the plans. C. Loop detector lead-in cable shall conform to the requirements of IMSA 50-2, latest revision thereof. D. Detector loop wire shall conform to the requirements of IMSA 51-5, latest revision thereof. The encasing tube shall be polyvinyl chloride. Detector loop sealant in pavement saw cuts and holes shall be a flexible embedding sealer. E. Connectors shall be either insulated spring steel connectors or insulated set screw connectors. The spring shall have sharp edges, round edges will not be approved. The set screw connectors shall be approved equal. Connectors shall be approved by the ENGINEER prior to incorporation in the Work. F. Communication and Interconnect Cable (For Underground Installation) 1. Fiber Optic Cable shall be 1 hybrid cable with 12strands of Multi -mode/ 12 strands of single -mode 2. Jacket. The overall jacket shall be made of virgin, black, low density, high molecular weight polyethylene. G. to -SLW-Sup1orting (Figure 8) Communication Cable Supporting (Figure 8) communication cable shall meet all requirements of Paragraph V) 4W for communication and interconnect cable except that the cable assembly is not pc pred to be packed with petroleum jelly. t 2!� 6t§upporting (Figure 8) communication cable shall contain a messenger cable made of extra high strength, 1/4 inch, 7 strand, Class A galvanized, steel of 6600 pound breaking ;' N strength. H. Tracer wire shall be a #10 AWG wire single conductor, stranded copper, Type THHN, with UL approval and orange jacket. I. Ground rods shall be high strength steel rods with chemically bonded copper coverings to provide high conductivity and to prevent electrolytic action. Rods shall be full length as shown on the plans and shall have a nominal diameter of five-eighths inch unless otherwise specified. Ground rods shall conform to the requirements of IMSA specification No. 62-1956. J. All ground wires shall be #6 AWG, bare, solid annealed copper wire unless otherwise specified on the plans. TRAFFIC SIGNALIZATION 344113 -4 City of Iowa City Genus Project No. 14090 Washington Street K. All electrical equipment shall conform to the standards of the National Electrical Manufacturers Association (NEMA). All Work shall conform with the requirements of the National Electrical Code. All miscellaneous electrical equipment shall be approved. L. Circuit breakers shall conform to manufacturer's requirements. M. Traffic Detection System: See Specificaiton Section 34 4116 2.2 CONDUIT A. Galvanized rigid steel conduit (R.S.) shall meet the requirements of ANSI Standard Specification C 80.1, latest revision. The number and size of conduits shall be as called for on the plans. Conduit shall be of standard length with each length bearing the UL approved label. B. Polyvinyl Chloride (PVC) conduit shall be Schedule 80. Conduit shall be of standard length with each length bearing the UL approved label. N O C. Conduit fittings shall conform to the requirements of ANSI Standard Specificati_RA 80$Tlates revision. All fittings used with rigid steel conduit shall be galvanized steel. Fittiikif al4hinum� or zinc alloys are not acceptable. C-7— i ter._ rn D. Unless otherwise specified, all conduit used for the electrical system shall be aTubni4 rigitl' r steel having the Underwriters Laboratories approval. w E. Conduit couplers shall be threaded -type. r�e�K�l►[M 9 �I�:ltp ��19►1H:G\►1�7:[�7��y A. Concrete for bases shall be Class "C" structural concrete, C-4 mix. B. Reinforcement for bases shall meet the requirements of Section 2404 of the IDOT Standard Specifications for Highway and Bridge Construction, Current Series. C. Plastic loop handholes shall be Pencell PE -10, FiberProTek FC1800, Strongwell (Quazite) PT/LT, or an approved equal. D. Precast concrete handholes shall be placed on course aggregate base, Iowa DOT Specification 4109, Gradation No. 5. E. Lid for precast concrete handhole shall be cast-iron. Cover shall be Type 'C' (checkered top), with minimum weight 165 pounds. Manufacturer's name and "TRAFFIC SIGNALS" lettering shall be cast on top of the cover F. Precast concrete pipe used in constructing handhole shall be Type 2000-D. TRAFFIC SIGNALIZATION 344113-5 City of Iowa City Genus Project No. 14090 Washington Street G. Handhole cable hooks shall be galvanized according to ASTM A 153. 2.4 POLE AND MAST ARM ASSEMBLY A. General 1. The mast arms, support poles, and luminaire arms shall be continuous tapered, round or octagon steel poles of the anchor base type. The poles and mast arms shall be a minimum of 7 gauge fabricated from one length of steel sheet with one continuous arc welded vertical seam, unless otherwise approved by the ENGINEER. The poles and mast arms shall be fabricated from corrosion resistant steel meeting requirements of ASTM A595, Grade C, and A606, Type 4 sheets (with minimum chemical requirements of A588, Grade D), and the base and flange plates shall be fabricated from A588 structural steel. After manufacture, poles and mast arms shall have a minimum yield strength of 48,000 p.s.i. The base plate shall be attached to the lower end of the shaft by a continuous arc weld on both the inside and outside of the shaft. It may be permissible to fabricate poles and mast arms by welding two sections together. The method used for connecting the sections shall result in a smooth joint and shall be factory welded as follows: a. All longitudinal butt welds, except within one foot of a transverse butt -welded joint, shall have a minimum 60 percent penetration for plates 3/8 inch and less in Welding, fabrication, and inspection shall conform to the Iowa Department of Transportation Supplemental Specification for Structural Steel, a separate Specification. Personnel performing nondestructive testing shall be qualified in accordance with the American Society for Nondestructive Testing Recommended Practice No. SNT-TC-1A and applicable Supplements B (Magnetic Paricle) and C (Ultrasonic). Evidence shall be presented for approval of the ENGINEER, concerning their qualifications. A report shall be required showing that welds have been inspected and either found satisfactory or found unsatisfactory but repaired and re -inspected and found satisfactory. The cost of all nondestructive testing shall be paid by the supplier and will be considered incidental. 2. Pole manufacturers shall certify that only certified welding operators in accordance with Iowa Department of Transportation Supplemental Specification for Structural Steel were TRAFFIC SIGNALIZATION 344113 -6 to thickness, and a minimum of 80 percent penetration for plates over 3/8 inch thickness. � All longitudinal butt welds on poles and arms within one foot of a transverse butt- LU y: welded joint shall have 100 percent penetration. Ln v All transverse butt welds for connecting sections shall have 100 percent penetration r_Q achieved by back-up ring or bar. All transverse butt welds and all specified 100 -percent -penetration longitudinal butt o— CD welds on poles and mast arms shall be examined 100 percent by ultrasonic inspection according to the requirements of AWS D1-1.80. Welding, fabrication, and inspection shall conform to the Iowa Department of Transportation Supplemental Specification for Structural Steel, a separate Specification. Personnel performing nondestructive testing shall be qualified in accordance with the American Society for Nondestructive Testing Recommended Practice No. SNT-TC-1A and applicable Supplements B (Magnetic Paricle) and C (Ultrasonic). Evidence shall be presented for approval of the ENGINEER, concerning their qualifications. A report shall be required showing that welds have been inspected and either found satisfactory or found unsatisfactory but repaired and re -inspected and found satisfactory. The cost of all nondestructive testing shall be paid by the supplier and will be considered incidental. 2. Pole manufacturers shall certify that only certified welding operators in accordance with Iowa Department of Transportation Supplemental Specification for Structural Steel were TRAFFIC SIGNALIZATION 344113 -6 City of Iowa City Washington Street Genus Project No. 14090 used. The welding consumables used shall be in accordance with the approved list furnished by the Iowa Department of Transportation. B. Mast Arms 1. The mast arms shall be designed in accordance with the AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaries and Traffic Signals and designed to support traffic signals and/or signs as shown on the attached tabulation. They shall be certified by the Fabricator that the mast arms are capable of withstanding winds up to 100 miles per hour without failure. The length of the mast arms shall be as specified on the Schedule of Prices. 2. When loaded with the signals and signs the mast arms shall have a slight rise. Unloaded the maximum angle between the mast arm and horizontal shall be 4 degrees, unless approved by the ENGINEER. C. Poles 1. The pole shall be designed to support the mast arm so when it is equipped with the traffic signals and/or signs it will provide a minimum of 15.0 feet and a maximum of13.0 feet clearance from the street surface to the bottom of the signal heads or sicR 2. The pole shall be equipped with two reinforced handholes with vats 69x6 -1/2n minimum). One handhole shall be located 18 inches above the base%018 IV gr with respect to the mast arm. The second handhole shall be located dirFAVopposite traffic signal mast arm. Securing the cover to the pole shall be done-qh thg use simple tools. Co 3. A lug shall be provided in the pole base near the handhole to permit ennectiort of a #6 AWG grounding wire. r�) D. Signal Pole and Mast Arm Loading 1. Traffic signal poles and mast arms shall be fabricated according to the standard Specifications assuming the following signal head and signing loads: a. Maximum Loading for Arms 36 to 47 Feet Long 5 -section head on end, 24"x30" sign centered 2 ft. inboard, 3 -section head 12 ft. inboard, 3 -section head 24 ft. inboard, 18'x60" metro sign centered 28 ft. inboard, 2 3 -section pole mounted heads, 2 2 -section pole mounted pedestrian heads, luminaire, 6" backplates on all signal heads. b. Maximum Loading for Arms greater than 47 Feet Long 5 -section head on end, 24'x30" sign centered 2 ft. inboard, 3 -section head 12 ft. inboard, 24"x30" sign centered 14 ft. inboard, 3 -section head 24 ft. inboard, 3 - section head 36 ft. inboard, 18'x60" metro sign centered 28 ft. inboard, 2 3 -section pole mounted heads, 2 2 -section pole mounted pedestrian heads, luminaire, 6" backplates on all signal heads. TRAFFIC SIGNALIZATION 344113-7 City of Iowa City Genus Project No. 14090 Washington Street E. Pole and Mast Arm Mounted Signs 1. The CONTRACTOR shall furnish and install all mast arm mounted and pole mounted signs shown on the traffic signal plans. All signs shall conform to the Manual on Uniform Traffic Control Devices. Prior to fabricating the street name signs, the CONTRACTOR shall submit Shop Drawings to the ENGINEER for review, detailing the legend, sign dimensions, and sign colors, and materials. Street name signs shall use Clearview font with the first letter being upper case and the others being lower case. 2. Sign mounting may be either a manufactured mounting bracket from a vendor or support bracketry assembled by the CONTRACTOR. All steel support bracketry shall be galvanized and the banding shall be stainless steel. Either method shall hold the sign firmly in place in winds up to 100 mph. The above Work shall include furnishing and installing all necessary signs, mounting brackets, stainless steel banding, and miscellaneous hardware to complete the sign installation in place. 3. A J -hook wire support shall be provided 6" to 12" above and 90 degrees with respect to the opening for each mast arm and luminaire arm. The 1 -hook shall be a curved 3/8" diameter steel bar. F. Finish 1. Where called for on the plans, the poles and mast arms shall be weathering steel. 2. Where called for on the plans, the poles and mast arms shall be galvanized steel per the following: b. Zinc Coating The assemblies shall be hot -dipped galvanized to the requirements of either ASTM A123 (fabricated products) or ASTM A153 (hardware items) by immersion in a molten bath of prime western grade zinc maintained between 810-850 degrees Fahrenheit. Maximum aluminum content of the path shall be controlled to 0.01% and Flux ash shall be skimmed from the bath surface prior to immersion and extraction of the assemblies to assure debris free from coating. 3. Where called for on the plans, the poles and mast arms shall be powder coated over galvanized per the following: TRAFFIC SIGNALIZATION 344113-8 a. Surface Preparation Steel plates shall be blast cleaned as necessary to remove rolled -in mill scale, impurities, and non-metallic foreign materials. After assembly, all weld flux shall be J es removed. x = The iron or steel shall be degreased by immersion in caustic solution, pickled by X w immersion in sulfuric acid, and rinsed clean from any residual effects of the caustic C -D, or acid solutions by immersion in a fresh water bath. >-c-) Final preparation shall be done by immersion in a concentrated zinc ammonium c ten? chloride flux solution with an acidity maintained between 4.5-5.0 pH. The assembly shall then be air dried to remove any moisture remaining in the flux coat and/or N trapped within the product. b. Zinc Coating The assemblies shall be hot -dipped galvanized to the requirements of either ASTM A123 (fabricated products) or ASTM A153 (hardware items) by immersion in a molten bath of prime western grade zinc maintained between 810-850 degrees Fahrenheit. Maximum aluminum content of the path shall be controlled to 0.01% and Flux ash shall be skimmed from the bath surface prior to immersion and extraction of the assemblies to assure debris free from coating. 3. Where called for on the plans, the poles and mast arms shall be powder coated over galvanized per the following: TRAFFIC SIGNALIZATION 344113-8 City of Iowa City Washington Street Genus Project No. 14090 a. Surface Preparation: Steel plates shall be blast cleaned as necessary to remove rolled -in mill scale, impurities, and non-metallic foreign materials. After assembly, all weld flux shall be removed. The iron or steel shall be degreased by immersion in caustic solution, pickled by immersion in sulfuric acid, and rinsed clean from any residual effects of the caustic or acid solutions by immersion in a fresh water bath. Final preparation shall be done by immersion in a concentrated zinc ammonium chloride flux solution with an acidity maintained between 4.5-5.0 pH. The assembly shall then be air dried to remove any moisture remaining in the flux coat and/or trapped within the product. b. Zinc Coating: The assemblies shall be hot -dipped galvanized to the requirements of either ASTM A123 (fabricated products) or ASTM A153 (hardware items) by immersion in a molten bath of prime western grade zinc maintained between 810- 850 degrees Fahrenheit. Maximum aluminum content of the path shall be controlled to 0.01% and Flux ash shall be skimmed from the bath surface prior to immersion and extraction of the assemblies to assure a debris free coating. C. Top Coat: All galvanized exterior surfaces visually exposed shall be coated with a Urethane or Triglycidyl Isocyanurate Polyester Powder to minimum film thickness of 2.0 mils. The coating is to be electrostatically applied and cured in ar"ven by heating the steel substrate to between 350 and 400 degrees FahrE&eit. d. Color: The finished color shall be a Green closely matching other in3be in thn City which are Valmont's Green pitts 74-gf75. e. Packaging: All parts shall be packaged, wrapped, or cradled in a rer wlich insure arrival at the destination without damage to the surface. `p- CO G. Hardware — N 1. The mast arms and poles shall be equipped with all necessary hardware, shims and anchor bolts to provide for a complete installation without additional parts. 2. The anchor bolts shall meet the requirements of ASTM A36 or approved equal. 3. Bolts attaching the arms to the pole shall meet the requirements of ASTM A325 or approved equal. 4. The anchor bolts shall be hot dip galvanized for a minimum of 12 inches on the threaded end. The anchor bolts shall be threaded a minimum of 6 inches at one end and have a 4 inch long 90 degree bend at the other end. The Fabricator shall submit drawings for the anchor bolts and base plate design. All hardware shall be steel, hot dipped galvanized meeting the requirements of ASTM A153, Class D, or shall have an electrodeposited coating of the same coating thickness, and so designed for this purpose. 5. Anchor bolt covers, pole top covers, and mast arm end covers shall be gray cast iron castings conforming to ASTM Designation: A48 Class 30. Items supplied with weathering steel poles shall be painted to match the weathering steel poles. Items supplied with powder coated galvanized poles shall be powder coated to match the poles. H. Luminaire Extension TRAFFIC SIGNALIZATION 344113-9 City of Iowa City Genus Project No. 14090 Washington Street 1. All mast arm assemblies will require luminaire extensions as noted in the plans. The pole for the luminaire extension shall provide a continuous shaft as required for the mast arm. 2. The pole for the luminaire extension shall be vertical, unless approved by the ENGINEER. Luminaire arm shall be a single curved arm, unless otherwise noted on the plans. 3. The end of the luminaire arm shall provide a 30 -ft. luminaire mounting height, unless otherwise noted on the plans. 2.5 SIGNALS A. General 1. The signal heads shall be complete with all fittings and brackets for a complete installation. Each signal shall consist of a main body assembly, optical units, necessary screws, wing nuts, eyebolts, etc., and shall be delivered completely assembled. All hardware including hinge pins, wing nuts, eye bolts or latch bolts shall be made of a solid non -corrosive metallic material to prevent seizure or corrosion by the elements. Each signal shall be smooth both inside and outside and shall contain no sharp fins or projections of any kind. The doors and visors shall be flat black. All metal parts shall be painted with one coat of primer and two coats of a high grade Federal Black enamel. All parts of the vehicle signals shall be in compliance with the last ITE Report on Adjustable Face Vehicle Traffic Control Signal Heads. 42. The electrical and optical system of the signal head shall be designed to operate on 115 Sq}t, single phase, 60 Hertz alternating current. Z4. r=AiGexterior surfaces shall be black. --JM;in Body Assembly of the signal unit shall consist of one or more polycarbonate vtions have integral cast serrations so when assembled with the proper brackets they a LL t:Wy be adjusted in increments and locked securely to prevent moving. The sections shall —moi ust designed so that when assembled they interlock with one another. All joints between o x©ctions shall be waterproof. The sections shall be held firmly together by locknuts or ^' other means approved by the ENGINEER. Any open end on an assembled signal face housing shall be plugged with an ornament cap and gasket. 5. Doors and Optical Units a. The doors shall be made of polycarbonate. Each door shall be of the hinged type and shall beheld closed by a wing nut or other approved means. The hinge pins shall be designed so that the doors may be easily removed and reinstalled without the use of special tools. Each door shall have a polycarbonate visor designed to shield each lens. The inside of each visor shall be flat black. b. The optical system shall be so designed as to prevent any objectionable reflection of sunrays even at times of the day when the sun may shine directly into the lens. When the door of the optical unit is closed, all joints in the assembly between the interior and exterior of the reflector shall be closed against suitable gaskets in order that the units may be dust tight. Between the door and the lens, there shall be a TRAFFIC SIGNALIZATION 344113-10 City of Iowa City Washington Street Genus Project No. 14090 neoprene gasket securely fastened around the outer surface of the lens. Said gasket to be engaged by the rim of the reflector holder when the door is closed to render the union between the reflector holder and the door assembly dust tight. C. The reflector shall be parabolic in design and made a specular Alzak aluminum. d. The reflector holder shall be of non-ferrous or rust proofed metal and designed to separately support the reflector and socket in proper relation to the lens. The reflector holder shall be hinged to the left-hand side of the signal body when viewed from the front. On the right-hand side, the reflector holder shall be held in place by a spring catch or other quickly releasable means. e. Both the hinge device and the spring catch or equivalent shall be of a flexible nature which will permit the reflector holder to be pushed inwardly for at least one - sixteenth of an inch and to align itself correctly with the lens when the door of the optical unit is closed and pressed against the rim of the reflector holder. By such means, the joint between the reflector holder and the lens shall be rendered dust - tight. It shall not be necessary to remove any screws or nuts in order to swing the reflector holder out of the body section to obtain access to the light socket. f. The socket shall be arranged with a lamp grip so it will be impossible for the lamp to be loosened by vibration. 6. The wire entrance fitting shall be made of malleable iron or other approveomaterial equipped with a standard 1-1/2" pipe fitting for attachment to the signaLhead. 3Eshall be provided with weatherproofing means so that when it is attached to thxop ofclbesigrral a weatherproof assembly results. Positive locking means shall be pr84W s�that th�et 11 signal cannot loosen from the fitting. The fitting shall be provided gt6'an I sulat�crr bushing at the point where wires enter. The fitting shall be providecTj sell -lock features to prevent the signal head from turning out of directional adjustrint is strd�' wind. It shall be painted in color to match that of the signal. 0 w .. B. Vehicle Signals N 1. In addition to meeting the requirements of Section A., Vehicle Signals shall meet the following requirements: a. All signal indications shall use Light Emitting Diode (LED) Vehicle Signal Modules. All lenses shall be prismatic and long range. The lenses shall be 12 inches in diameter. All lenses shall be made of vandal resistant polycarbonate or acrylic plastic free from bubbles and flaws. The lenses shall meet the light transmissivity and chromaticity standards established by the ITE Standard for Adjustable Face Vehicle Traffic Control Signal Heads. b. Visors shall be of the tunnel type not less than eight inches in length and shall be designed in a manner such that the visor may be easily installed or removed from the signal head. C. A terminal block shall be mounted in the back of the second section of the signal head. The terminal blocks shall be secured at both ends. d. Signals shall be shipped completely assembled with tunnel visors attached to the signal door. TRAFFIC SIGNALIZATION 344113-11 City of Iowa City Washington Street Pedestrian Signals Genus Project No. 14090 1. In addition to meeting the requirements of Section A., Pedestrian Signals shall meet the following requirements: a. Pedestrian signals shall consist of two signal sections with rectangular lenses and mounting attachments. The upper section shall display a "Hand/Man" symbol and shall display a "count down timer" symbol. The lower section shall be a countdown timer. The two sections shall be of such design and construction as to fit rigidly and securely together with or without a spacer. No spacer shall be more than 3/2 inch thick. The signals shall operate with LED. b. The lenses shall be either sanded or prismatic lenses. The lenses shall be made of vandal resistant polycarbonate or acrylic plastic. The symbols on these lenses shall be at least 12 inches high and shall be designed to produce a maximum visibility both day and night. The Walk symbol shall be White LED modules and the Don't Walk symbol shall be Portland Orange LED. Both messages shall be screened on the lenses with a material which will not crack or peel. The background or field around both messages shall be black. C. Each signal lens shall be equipped with a visor not less than seven inches in length, which encloses the top and both sides of the lens. D. Optically Limiting Signal Heads u7 1. optically limiting signal heads shall meet all of the applicable requirements of Section A t� m cr.`ragrough Section B except as hereafter provided: � � WY= u') Optically limiting signal heads shall permit the visibility zone of the indication to be y+ determined optically. The field of light coverage vertically, laterally, and cow longitudinally shall be controllable within one degree of any axis, without the use of n tunnel visors or louvers. The projected signal indication shall be visible or 0 �+ selectively veiled anywhere within 15 degrees of the optical axis. b. The signal section shall be provided with a rigid connection that permits tilting from at least nine degrees above to nine degrees below the horizontal while maintaining a common vertical line through couplers and conduit. Head assemblies shall be adaptable for mounting on conventional mounting fixtures or in combination with conventional signal sections. The signal section shall be capable of mounting and servicing with ordinary tools. C. The optical system shall include 120 volts, 150 watt, three prong sealed beam lamp with an average rated life of 6,000 hours with an integral reflector, and optical limiter -diffuser, an objective lens, and optical masking tape. ii. The optical limiter -diffuser combination shall provide an imaging surface, at focus on the optical axis for objects 900 to 1,200 feet distance, and permit an effective veiling system to be selectively applied as determined by the desired visibility zone. The optical limiter shall be composed of heat resistant glass and provided with positive indexing means. TRAFFIC SIGNALIZATION 344113-12 City of Iowa City Genus Project No. 14090 Washington Street iii. The objective lens shall be a high resolution, planar incremental lens hermetically sealed with a flat laminate of weather resistant acrylic plastic. The visible signal indication shall be at least 10-3/4 inches in diameter for circular indications, and the visible arrow indication shall conform to the requirements of the Institute of Transportation Engineer's Standards. d. A voltage reducer shall be supplied to provide dimming of all the optically limiting signal lamps as the ambient light intensity drops below approximately three-foot candles. e. Each signal housing shall be constructed of die-cast aluminum conforming to the Institute of Transportation Engineer's alloy and tensile requirements and shall have a chromate preparatory treatment. The exterior of the signal -housing, lamp housing and mounting flange shall be finished with a high quality baked enamel prime and finished painted flat black. The lens holder and interior of the signal housing shall be optically flat black. f. Each signal lens shall be equipped with a visor, which encloses the top and both sides of the lens. The interior and exterior color shall be optical black. E. Mounting Assemblies 1. Mounting assemblies shall consist of 1-1/2 inch standard pipe and fittings. AlDhembers shall be so fabricated such that they provide plumb, symmetrical ®rangeRfent, and securely fabricated assemblies. Construction shall be such that of 2nd�Rors a -A concealed within assemblies. Cable guides shall be used to sum and proMM conductors entering assembly through poles. All threads shall be-e®atedith ernst preventive paint during assembly.{ sr t , i 2. Support brackets, trunnions, and fittings shall be made of cast alumih3iji�stegj or �U iron. Bracket parts except for stainless steel parts shall be given one prime co&of metal primer and two coats of high quality Black exterior enamel. ry 3. Mounting assemblies shall be watertight and all open segments of the fittings shall be plugged with an ornamental plug and a gasket. 4. Mast arm mounting brackets shall be furnished with a completely adjustable stainless steel strap around arm, malleable clamp casting, vertical support tube, top and bottom signal head support with set screws, bolts, hole with rubber grommet in mast arm, and all incidentals necessary for complete installation. 5. Brackets for mounting the signal head on top of a pedestal shall provide support for both the top and bottom of the signal head. F. Each signal shall be packed or crated separate and complete by itself. The outside of each package or crate shall clearly show the manufacturer, type, catalog number, Purchaser purchase order number and project. Mounting attachments may be shipped separate from the signals, but the boxes or crates shall be marked clearly with the same information as the signals. Mounting attachments of different types shall not be mixed in one box or crate. TRAFFIC SIGNALIZATION 344113-13 City of Iowa City Genus Project No. 14090 Washington Street 2.5.1 SIGNALS A. LED Vehicle Signal Module 1. LED Vehicle Traffic Signal Modules shall comply with the latest revision of the "Equipment and Material Standards of the Institute of Transportation Engineers: Chapter 2a: VTCSH Part 2: Light Emitting Diode (LED) Vehicle Signal Modules (Interim)" Note the following: • "Section 5.5 Dimming (Optional)" is not required. • "Section 5.8 Failed State Impedance (Optional)" is required. • Compliance with all other sections of this standard is required. 2.5.2 BACKPLATES A. Backplates shall be 0.125 inch thick thermoplastic and provide a minimum of a 5 inch black field around the assembly. Comers of the backplates shall be rounded with a 2V2 -inch radius. B. Backplates shall be supplied with attaching bolts or screws in sufficient quantity to securely hold the backplates to the signal heads. <Y w Y ALUFAiIWM TRAFFIC SIGNAL PEDESTAL C _J V7 UH >- (LAL . jhe' stat shaft shall be fabricated of aluminum tubing with a wall thickness of not less than D.1&'hes. Shaft shall have a brushed aluminum finish. o ` N B. The shaft shall be attached to a square cast -aluminum base with a handhole. The size of the handhole shall be at least 82h inches by 81/2 inches and equipped with a cover, which can be securely fastened to the base with the use of simple tools. A lug shall be provided near the handhole to permit connection of a #6 AWG grounding wire. C. The length of the pedestal, from the bottom of the base to the top of the shaft, shall be 10 feet. The top of the shaft shall have an outer diameter of 41/2 inches and shall be designed to receive a pole top mounting bracket to a traffic signal. D. Pedestals shall be equipped with all necessary hardware, shims and anchor bolts to provide for a complete installation without additional parts. E. The pedestal base shall be designed to mount on four 3/4 -inch anchor bolts spaced evenly around a 123/4 -inch diameter bolt circle. TRAFFIC SIGNALIZATION 344113-14 City of Iowa City Genus Project No. 14090 Washington Street 2.5.4 PEDESTRIAN PUSH BUTTON DETECTORS A. Pedestrian push button detectors shall be of the direct push without levers, handles or toggle switches. Buttons shall be ADA approved, ( ie, EN2 - Ez communicator Navigator 2 wire push button station ). The City of Iowa City shall provide custom voice message detail sheet. Push button detectors shall be quality Yellow exterior enamel. 2.6 CONTROLLERS A. General Design Requirements 1. Purpose. It is the purpose of Section A of these specifications to set forth minimum design and functional requirements for all actuated controllers included in this specification. c 2. Electrical Requirement o a. Power cn r M - rr i. Nominal Voltage and Current. The controller shall be desgb" to—opera eu from a nominal 120 volt alternating current, 60 hertz power Sate ce. p ii. Voltage and Current Ranges. The controller shall operate satisfactor'il�owithin a voltage range of 95 to 135 volts alternating current and a frequency range of 57 to 63 hertz. b. Controller Connections. NEMA Connection Requirement. The controller shall contain a circular twist lock type connector meeting the requirements of Part 3, Section TS 1-3.05 "Pin Connections", paragraph A. NEMA Traffic Control Systems Standard TSI -1983. C. Overcurrent Protection. The controller shall contain a front panel mounted AC power input fuse of suitable size to provide over -current protection. d. Automatic Reorientation. In the event of a power interruption, the controller shall be capable of automatic reorientation upon power resumption and shall require no manual initiation or switching. 3. Constancy of Intervals. Minimum Requirements. The length of any interval or timing setting shall not change by more than +-100 milliseconds from its set value, so long as the voltage and frequency of the power supply and the ambient temperature inside the controller cabinet remain within the tolerances specified in these specifications. 4. Interval Sequence TRAFFIC SIGNALIZATION 344113-15 City of Iowa City Washington Street Genus Project No. 14090 a. General. The controller shall provide the proper intervals and interval sequence as required in the following section of these specifications. b. Required Interval Sequence. The phase and interval sequence shall be programmable to provide from two through eight phase dual ring operation with 4 overlaps as described in the latest revision of the NEMA Standards for traffic control systems. C. Skipping of Actuated Phases. If, prior to the end of the green interval of the terminating phase, neither vehicle nor pedestrian memory indicates a need for the next traffic phase, the intervals which comprise that phase shall be omitted from the interval sequence. However, once the green interval has been terminated, the phase causing the termination may not be omitted. This does not, however, preclude the use of recall switches which when in the "on" position, shall cause the phase to be displayed even though no detector actuations have been received. S. Interval Setting and Functions a. Provision for Setting. The controller shall provide for the setting of each interval, portion of interval, or function by means of a positive setting on a keyboard. i. Keyboard entry shall have a user friendly interface such that in every case the meaning of a number being displayed shall be clearly evident without erg reference to the sequence of key strokes preceding the display and -cr without reference to a manual or instruction sheet. The method of c finding current data and of changing data shall be intuitive to the extent j, j a J� that little or no training is required and keystroke sequences do not need c Wit— to be memorized except for security access codes. Location of Controls. The interval and function controls shall be located on the �. `l , v - front of the controller and shall be properly designated as to the function each o co control performs. 0 N C. Required Intervals/Functions and Ranges. The required intervals, portions of intervals, and functions for each phase of operation are listed in Table 1. TRAFFIC SIGNALIZATION 344113-16 City of Iowa City Genus Project No. 14090 Washington Street TABLE 1 Functions and Timing to be Provided On Each Phase of Operation * Maximum Initial may have fixed value of 30 Sec d. Interval and Function Indication Increment (Sec.) Minimum Range_(Sec.) Minimum Initial 1-99 Maximum Initial * 0-99 Added initial Per Actuation 0-9 Passage Time 0-9 Minimum Gap 0-9 Time To Reduce to Minimum Gap 0-9 Time Before Reduction 0-99 Time Before Reduction 0-99 Maximum 1 1-99 Maximum 2 1-99 Yellow Change 0-9 Red Clearance 0-9 Walk 0-99 Pedestrian Clearance 0-99 Red Revert (One Per Controller) 3-9 * Maximum Initial may have fixed value of 30 Sec d. Interval and Function Indication Increment (Sec.) -Dwell 1.0 -Walk 1.0 -Ped clear 0.1 -Force off 0.1 -Hold 0.1 -Red clearance 0.1 1.0 1.0 1.0 N 1.� rn �n0.i�; —+0.1� Z7 t n ,r .0 Fn 'X.0 C. N i. Indication. Long life light emitting diode indications or approved equal shall be provided and appropriately labeled on the controller to facilitate the determination of operation and termination of the intervals and functions contained therein. Indication shall include but not necessarily be limited to the following: -Phase(s) next -Dwell -Phase(s) in service -Walk -Initial interval -Ped clear -Vehicle interval -Force off -Yellow change interval -Hold -Maximum termination -Red clearance -Gap termination ii. Call Indication. Indication shall be provided on the controller to display presence of vehicle call including memory and detector actuations and presence of a pedestrian call when pedestrian timing functions are included. e. Vehicle Recall Switch(s). A recall switch shall be provided for each actuated vehicle phase which, when asserted, shall cause the automatic return of the right-of-way to that phase in accordance with the specified interval sequence. TRAFFIC SIGNALIZATION 34 4113 -17 City of Iowa City Genus Project No. 14090 Washington Street f. Maximum Recall Switch(s). The recall switch(s) shall provide a maximum recall position which when asserted for a phase, shall cause the automatic return of the right-of-way to that phase for the duration of the maximum green interval in accordance with the specified interval sequence. g. Vehicle Detector Non -Lock Memory Switch(s). A switch shall be provided for each actuated vehicle phase which, when placed in the non -lock position, shall cause the vehicle detector memory circuit for that phase to be disabled. h. Pedestrian Recall Switch(s). A recall switch shall be provided for each actuated phase that includes pedestrian interval timing function, which when asserted, shall cause the automatic return of the controller to that phase and related pedestrian interval(s). i. Flashing of Pedestrian Clearance Interval Functions. Means shall be provided to control the flashing of pedestrian signals during the pedestrian clearance interval(s). 6. Signal Circuits. a. General. The controller shall be provided with suitable load switches, external to the controller, for closing and opening signal light circuits. Such shall be sufficient in quantity to provide the interval sequence as described in Subsection A.4.2 of this specification. Solid state load switches will be required for solid state controllers. b. Closing and Opening of Circuits/Minimum Capacity. The closing or opening of 1-, signal circuits shall be positive without objectionable dark intervals, flickering of lights, or conflicting signal indications. Each switch shall have a capacity of not less coL. than 10 amperes of incandescent lamp load at 120 volts AC. LU ..¢ c � NEMA Triple Signal Load Switch(s). External jack mounted load switches shall be tri c) .— provided in accordance with Part 5, "Solid -State Load Switches", Sec. TS 1-5.01, � 5 NEMA Traffic Control Systems Standards, TS1-1983. U 7. JRMU Minimum Requirements. For actuated controllers of solid state design and N construction or actuated controllers utilizing solid state load switches, a separate external signal monitoring device shall be provided to monitor the occurrence of conflicting Green or Walk indications and shall cause the signals to go into flashing operation should such conflicts be sensed. This shall conform to Part 6, NEMA T51-1983. The monitor shall have an LCD Screen and Ethernet port. 8. Flashing of Signals a. Minimum Requirements. Means external to the controller shall be provided to permit the substitution of flashing signal indications for the normal specified interval sequence. The indications to be flashed shall be as specified here or in the included interval sequence chart on the plans. All signals shall flash red. i. Flashing Rate. Flashing shall be at the rate of not less than 50 nor more than 60 flashes per minute with approximately 50% on and 50% off periods. Flashing rate shall not vary so long as the power source remains within the specified limits. TRAFFIC SIGNALIZATION 344113-18 City of Iowa City Genus Project No. 14090 Washington Street ii. Capacity. The operation of the flashing circuit shall be accomplished in such a manner as to avoid undue pitting or burning or other damage to load switches at 10 amperes of tungsten lamp load at 120 volts, 60 hertz AC for 50 million times. b. Control of Flasher Mode. i. Police panel switch. Operation of flash mode from police panel shall put operation of controller into Stop Time Mode. ii. Inside switch. An "auto -off -flash" mode switch shall be provided inside cabinet. C. Flashing of Vehicular Signals. Flashing of vehicular signal indications shall be obtained from one or more flashers, each of which is a self-contained device designed to plug into a panel in the controller cabinet. If the flashing isgrovided by two flashers, they shall be wired to assure that the flashing oL-0ll lent on the same approach is simultaneous. acs "t"j d. Flashing of Pedestrian Signals (Pedestrian Clearance). When pg marl inter timing functions are included, means shall be provided to perrr�It,,f oshif@ of e DON'T WALK pedestrian signals during the pedestrian clearance inig ,,�l. .. e. Solid State Flasher. A solid state flasher with no contact point§lbr nogg pa°K shall be provided. The solid state flasher shall utilize zero point sw!Ching. Phis shall conform to Part 8, NEMA Traffic Control Systems Standards, TS1-1983. r4 9. Manual Control. a. Manual Control Enable. When specified, manual commands shall place vehicle calls and pedestrian calls (when pedestrian timing is included in the controller's sequence of operation) on all phases, stop controller timing in all intervals except vehicle clearances, and inhibit the operation of the external advance input during vehicle clearance. b. Operation Without Pedestrian Timing. When concurrent pedestrian timing is not provided, one actuation of the interval advance input shall advance the controller to Green rest, from which it will immediately select a phase next and advance to the Yellow Vehicle Clearance, subject to the constraints of concurrent timing C. Operation With Pedestrian Timing. When concurrent pedestrian service is provided, two sequential activations of the interval advance input shall be required to advance through a Green interval, the first actuation shall terminate the WALK interval, and the second shall terminate the GREEN interval including the Pedestrian Clearance Interval. d. Automatic Timing of Vehicle Change/Clearance Intervals. All Vehicle Change/Clearance Intervals shall be timed internally by the controller. Actuations of the interval advance input during Vehicle Change/Clearance intervals shall have no effect on the controller. TRAFFIC SIGNALIZATION 344113-19 City of Iowa City Washington Street Genus Project No. 14090 10. Stop Timing. Suitable input from auxiliary equipment or other external sources shall cause cessation of controller timing during assertion of such input. Upon removal of such input assertion, the interrupted interval, which was timing, shall resume normal timing. Provisions shall be made to insure that there is no conflict between the various inputs to this function which would result in a stop time signal for one ring affecting the condition of the other ring. 11. Coordination a. Minimum Requirements. Means shall be provided within the controller to permit its interconnection into a coordinated traffic signal system when coordinating devices are added. As a minimum, this should include the provision of Yield circuit or Hold circuit, accessible to interruption by commands external to the controller. b. Hold Feature. The controller shall contain a Hold Feature which when asserted for a particular phase shall hold that phase in a rest condition. Upon release from the Hold, the phase shall immediately advance into the appropriate clearance interval or other unexpired portion of the green, provided there is an actuation on an opposing phase. C. Force -Off Feature. The controller shall contain a Force -off Feature which, when asserted shall cause termination of the current phase provided that phase is in the extension portion. In no case shall assertion of force -off cause termination in a clearance interval or during a minimum green for vehicles or pedestrians. d. NEMA Coordination Requirements. In addition to the minimum coordination requirements specified above, the controller shall contain the coordination features for the applicable configuration included in NEMA Traffic Control Systems Standard 12 TS1-1983. 65Closed loop Compatibility. The controller shall be fully compatible with an Eagle �.i.� c Signal Company computer controlled signal system. It shall allow full use of all optional functions of that computer system. ( Tactics) LL Z2.t-Mvironmental and Testing. o C3 0 H a. Minimum Requirements. i. General. The controller shall maintain all of its programmed functions and timing intervals when the ambient temperature and humidity are within the specified limits of this specification. ii. Ambient Temperature. The operating ambient temperature range shall be from -30 degrees to +165 degrees F. iii. Cooling/Heating Devices. No heating or cooling devices other than standard vent fan(s) shall be required for proper operation of the controller. iii. Humidity. The controller shall be designed to operate properly within a relative humidity range of 0 to 95% up to 110 degrees F. b. NEMA Requirements. TRAFFIC SIGNALIZATION 344113-20 City of Iowa City Genus Project No. 14090 Washington Street i. Environmental and Operating. The controller shall fulfill the environmental and operating requirements as described in Part 2, Section 1, "Environmental and Operating Standards", NEMA Standards TSI -1983. ii. Testing. The controller shall fulfill the testing requirements as described in Part 2, Section 3, "Test Procedures", NEMA Traffic Control Systems Standard TSI -1983. 13. Cabinet. a. Basic Construction. The controller and all associated equipment shall be provided in weatherproof metal cabinet of clean-cut design and appearance. The controller cabinet must be large enough to actommodate a future master control unit (under separate contract, unless specified in the plans). Cabinet shall have a 16 channel back panel. The cabinet must be fiber ready and radar ready and Ethernet ready with 1 Comtrol Rocketlinx ES 8510 Ethernet switch with 3 100 meg GIBX's included. r� i. Construction Material. The cabinet shall be constructed of sheeor cast aluminum. n ii. Door. A hinged door shall be provided permitting comp lffi acct to the" interior of cabinet. When closed, the door shall fit clo ell to g,6ketir�g material, making the cabinet weather and dust resistant.Thoor shall f e provided with a strong lock and key. �',' The door shall be designed to be opened only with the starer Atroller cabinet key currently used by the City of Iowa City. A sarrtfle ke�ill be made available to the successful bidder. iii. Auxiliary Door. A small, hinged and gasketed "door -in -door" shall be included on the outside of the main controller door. The auxiliary door shall not allow access to the controller, its associated equipment, or exposed electrical terminals but shall allow access to a small switch panel and compartment containing a signal shutdown switch, a flash control switch, and other specified functions. The auxiliary door lock shall be equipped with a strong lock utilizing keys of a different design from those provided for the main cabinet door. The auxiliary door lock shall be designed to be opened only with the standard auxiliary door key used by the City of Iowa City. A sample key will be made available to the successful bidder. iv. Door Stop. The controller cabinet door shall be provided with a stop and catch arrangement to hold the door open at angles of both 90 degrees and 180 degrees, ± 10 degrees. V. Mounting Shelves. The cabinet shall contain strong mounting table(s) or sliding way(s) to accommodate the mounting of the controller and all included auxiliary equipment. The mounting facilities shall permit the controller and/or auxiliary equipment to be withdrawn from the cabinet for inspection or maintenance without breaking any electrical connections or interrupting operation of the controller. vi. Mounting Screws. Screws used for mounting shelves or other mounting purposes shall not protrude beyond the outside wall of the cabinet. TRAFFIC SIGNALIZATION 344113-21 City of Iowa City Genus Project No. 14090 Washington Street vii. Outlet and Lighting. An electrical outlet shall be furnished and located in an accessible place near the front of the cabinet and each cabinet shall be provided with LED cabinet lighting mounted in the cabinet in a manner which will provide adequate light to service all parts of the cabinet interior during nighttime hours Size, Type and Mounting. viii. Size. The cabinet shall be of such size to adequately house the controller, all associated electrical devices and hardware, and other auxiliary equipment herein specified. ix. Mounting. The cabinet shall be arranged and equipped for concrete base mounting. Base should be flush with the ground and a riser installed. Sufficient galvanized anchor bolts, clamps, nuts, hardware, etc., as required for the specified mounting type shall be furnished with each cabinet. X. Cabinet shall have a Comtrol Rocketlinx ES8510 Ethernet switch for communication with City's Ethernet system with 3 100 meg sfp devices. b. VentilationTwo thermostatically controlled duct fan units with a minimum rating of 100 CFM in free air shall be installed in the cabinet to provide forced air ventilation through the cabinet. The fan unit shall be mounted to the inside top of the cabinet and shall be easily removed and replaced without having to dismantle any part of the cabinet or exhaust duct system. The thermostat controlling the fans shall be manually adjustable to turn on between 90 degrees F and 150 degrees F with a differential of not more than 10 degrees F between automatic tum -on and tum -off. The fans shall intake air through filtered vents located near the bottom of the cabinet or cabinet door and exhaust it through a weather-proof, screened duct located near the top of the cabinet. Fiberglass type dry filters shall be used to cover the air intakes into the cabinet. These filters shall be easily removed and replaced and be of standard dimensions commercially available. The filters shall be provided LO with positive retainment on all sides to prevent warpage and entry of foreign matter { around the edges. W_ xc-� Connecting Cables, Wiring and Panels. W I J Lr)C-) }v i. Connecting cables. Electrical connections from the controller (and auxiliary z f - devices when included) to outgoing and incoming circuits shall be made in LJ_ --icoo such a manner that the controller (or auxiliary device) can be replaced with a o— similar unit, without the necessity of disconnecting and reconnecting the individual wires leading therefrom. This can be accomplished by means of a multiple plug, a spring -connected mounting or approved equivalent arrangement. Correlation shall be made with connecting cable plug and controllerjack as described in Subsection 2.2., Section A of this specification. In addition to the above, a mating plug/cable assembly shall be provided for all connectors on the controller (or auxiliary device). ii. Panels and Wiring. Each cabinet shall be furnished with suitable, easily accessible wiring panel(s). All panel wiring shall be neatly arranged and firm. a) Wiring Terminals. Terminals shall be provided, as a minimum, for the following: TRAFFIC SIGNALIZATION 344113-22 City of Iowa City Genus Project No. 14090 Washington Street Terminal with N.E.C. cartridge fuse receptacle, fuse, power line switch or magnetic circuit breaker, with integral power line switch, for the incoming power line. Terminal, unfused, for the neutral side of the incoming power line. Terminals and bases for signal load switches, and outgoing signal field circuits. Terminals and bases for signal flasher and outgoing signal field circuits. Terminals for detector cables. Terminals for all required auxiliary equipment. Terminals for all conflict monitor inputs and outputs. Terminals for all NEMA defined inputs and outputs Terminals for all inputs and outputs defined by the controller manufacturer which may be in addition to the NEMA defined inputs and outputs. b) Clearance Between Terminals. Adequate electrical'&earanEe shalh" provided between terminals. The controller, al! ` a-Auipmwltr. panel(s), terminals and other accessories shall be so a ed within Ve cabinet that they will facilitate the entrance and conn t iaai o mcomi conductors. c) Signal Circuit Polarity. The outgoing signal circuits shad h' of tf3e same polarity as the line side of the power service; the common retu�of the same polarity as the grounded side of the power service. d) Grounding Conductor Bus. An equipment grounding conductor bus shall be provided in each cabinet. The bus shall be grounded to the cabinet in an approved manner. d. Fusing and Surge Protection. i. Incoming AC Line. Suitable overcurrent protection, utilizing one of the methods described in Subsection A.13.4.2.1, shall be provided with led indicator. ii. Branch AC Circuits. Suitable overcurrent protection devices shall be provided for each of the following AC power line input circuits: a) Controller mechanism b) Cabinet fan c) Conflict monitor d) Detector amplifiers e) Flash transfer iii. Light & Outlet Fuse. A 15 ampere fuse and indicating type of fuse holder, wired in advance of the main circuit breaker for protection of the AC power input circuits to the cabinet light and the convenience duplex receptacle shall be provided. The Cabinet lighting shall be a LED type. iv. Surge Protection. High energy transient surge protection shall be provided on the incoming AC power lines in order to minimize potential controller TRAFFIC SIGNALIZATION 344113-23 City of Iowa City Genus Project No. 14090 Washington Street damage. This shall be a gas discharge lightning arrestor - 200-400 volts. A second such device shall be provided on the AC power line to the controller unit. Must have LED indicator. e. Painting. The cabinet shall be natural, unfinished aluminum. All mounting attachments shall be natural, unfinished aluminum or finished with two coats of high grade aluminum colored paint. f. Plastic Envelope. A heavy-duty clear plastic envelope shall be securely attached to the inside wall of the cabinet door. Minimum dimensions shall be 11 inches wide x 14 inches deep. g. Cabinet shall have a battery back system with an automatic transfer switch. The unit shall run or flash the signals. Batteries and UPS shall be mounted in a small side exterior mount cabinet. UPS shall be Ethernet ready. 14. Guarantee. The equipment furnished shall be new, of the latest model fabricated in a first-class workmanlike manner from good quality material. The manufacturer shall replace free of charge to the purchaser any part that fails in any manner by reason of defective material or workmanship within a period of 18 months from date of shipment from the suppliers factory, but not to exceed one year from the date that the equipment was placed in operation after installation. 15. Wiring Diagrams and Documentation One documentation package shall be supplied in each controller cabinet and three additional copies will be supplied for office use. Each package will consist of the following list of items for the cabinet and load facility and for each model of controller, conflict monitor, load switch, and flasher. a. Complete schematic diagram, accurate and current for unit supplied B. Multi -Phase Traffic Actuated Controllers (SEPAC M52 with 3.51a firmware) 1. Purpose. It is the purpose of this section of the specifications to set forth minimum design and operating requirements for multi -phase (two through eight phase) traffic actuated traffic signal controllers. TRAFFIC SIGNALIZATION 344113-24 try b. Complete physical description of unit. — Vic. Complete installation procedure for unit. m �. Specifications and assembly procedure for any attached or associated equipment .Cccite wr required for operation. Complete maintenance and troubleshooting procedures. _J yV Warranty and guarantee on unit, if any. •-- z c ~ Complete performance specifications (both electrical and mechanical) on unit. Complete parts list - listing full names of vendors and parts not identified by .o universal part numbers such as JEDEC, RETMA, or EIA. i. Pictorial of components layout on chassis or circuit boards. j. Complete stage -by -stage explanation of circuit theory and operation. B. Multi -Phase Traffic Actuated Controllers (SEPAC M52 with 3.51a firmware) 1. Purpose. It is the purpose of this section of the specifications to set forth minimum design and operating requirements for multi -phase (two through eight phase) traffic actuated traffic signal controllers. TRAFFIC SIGNALIZATION 344113-24 City of Iowa City Washington Street Genus Project No. 14090 2. General Design Requirements. The General Design Requirements in Section A of this specification shall apply in addition to certain design, operational and functional requirements hereinafter described. a. NEMA Design Requirements. The controller shall be designed in accordance with the applicable requirements, included in NEMA Traffic Control System Standard TS1-1983. b. Controller Interchangeability. Interchangeability of controllers furnished under this specification shall be achieved by connector plug interchangeability as designated in Part 3, NEMA Traffic Control Systems Standard TS1-1983. C. Maximum Controller Dimensions. The controller shall be no more than 19 inches wide, 13 inches high and 11 inches deep. 3. Operational Requirements. N O O� a. Mode of Operation. The controller shall provide the muhas&,roper3t"i6n described in Subsections 1 and 2 of this section of the specifftatidn aR shall -'be fully actuated with means of receiving actuations on all phaseC4..-)_Ae tfAffic sUnal controller shall be capable of Volume Density operation. The eoAtrolls„shall I'" variable initial and time waiting gap reduction features. The F.9rr�troIIXshaII7alsp have dual maximum extension capability. Controller shall liii'fiberc ady`'3Tfd Ethernet ready 111- — N b. The controller shall also permit a non -actuated mode of operation on any of its phases by assertion of the vehicle recall function (or pedestrian recall function when such function is present) on the desired phase. C. Call to Non -Actuated Mode. The controller shall feature an input which, when asserted, shall permit the selection of non -actuated mode of operation on any of its phases. d. Operation With Auxiliary Functions/Devices. The controller shall be capable of having its basic operation expanded or augmented by the addition of auxiliary functions or devices. e. Minimum Green i. Actuated Phase. The minimum green shall consist of an initial portion Only, or a separately set Minimum Green function. If pedestrian functions are provided and a pedestrian actuation is received, the Minimum Green shall consist of a WALK interval plus a Pedestrian Clearance interval. ii. Non -Actuated Phase. In the non -actuated mode of operation, the Minimum Green on the non- actuated phase shall be equal to the values described for Actuated Phases in the preceding paragraphs or shall be equal to a separately set Minimum Green function. f. Unit Extension. The actuation of a vehicle detector during the extendible portion of an actuated traffic phase having the right-of-way shall cause the retention of right - TRAFFIC SIGNALIZATION 344113-25 City of Iowa City Washington Street Genus Project No. 14090 of -way by that traffic phase for one Unit Extension portion from the end of the actuation but subject to the Maximum (extension limit). g. Maximum (Extension Limit). The Maximum or extension limit shall determine the maximum duration of time the right-of-way can be extended for a phase having successive detector actuations spaced less than a Unit Extension portion apart. h. Initiation of Maximum (Extension Limit). The timing of the Maximum or extension limit shall commence (1) with the first actuation or other demand for right-of-way on a traffic phase not having the right-of-way or (2) at the beginning of the Green interval if an actuation or other demand for right-of-way has been previously registered on a traffic phase not having the right-of-way or, alternatively, the Maximum may commence at the end of the initial portion of the Green interval if an actuation or other demand has been previously registered on a traffic phase not having the right-of-way. i. Transfer of Right -of -Way. The actuation of any detector on a traffic phase not having the right-of-way shall cause the transfer of the right-of-way to that traffic phase at the next opportunity in the normal phase sequence provided that there has been an expiration of a Unit Extension portion with no continuing actuation or an expiration of the Maximum (extension limit) timing on the preceding phase having the right -of- way. j. Change Clearance Interval(s) Prior to Transfer. The transfer of right-of-way to any conflicting phase shall occur only after the display of the appropriate change clearance interval(s). k. Rest in Absence of Actuation. Minimum Rest. In the absence of detector actuation or assertion of recall switch(s), the right-of-way indication shall remain (rest) on the traffic phase i. Memory Change During Clearance Interval(s). An actuation received during a change clearance interval for a traffic phase shall cause the right-of-way to return to that phase at the next opportunity in the normal phase sequence. ii. Memory If Phase Terminated by Maximum (Extension Limit). If the right-of- way is transferred by the operation of the Maximum or extension limit, the traffic phase losing the right-of-way shall again receive it without further actuation at the next opportunity in the normal phase sequence. TRAFFIC SIGNALIZATION 344113-26 on which the last actuation occurred. ii. Rest in All -Red. In the absence of detector actuation or assertion of recall w switch(s), the controller, after display of the appropriate clearance interval(s) 4 , on the last phase having the right-of-way, shall rest in Red (and associated " t Pedestrian DON'T WALK indications) on all phases until detector actuations Ln c are received. Q Memory Feature. Unless precluded by the operation of non -memory feature, the Z:; — following memory retention shall be provided in the controller. N i. Memory Change During Clearance Interval(s). An actuation received during a change clearance interval for a traffic phase shall cause the right-of-way to return to that phase at the next opportunity in the normal phase sequence. ii. Memory If Phase Terminated by Maximum (Extension Limit). If the right-of- way is transferred by the operation of the Maximum or extension limit, the traffic phase losing the right-of-way shall again receive it without further actuation at the next opportunity in the normal phase sequence. TRAFFIC SIGNALIZATION 344113-26 City of Iowa City Washington Street Genus Project No. 14090 M. Pedestrian Timing Operation. When pedestrian timing functions are specified in the General Design Requirements, Section A of this specification, the following pedestrian function operation shall be provided. i. Pedestrian Timing With Non -Actuated Phase. In the non -actuated mode of operation, a WALK interval shall be provided simultaneously with the associated Minimum Green interval of the non -actuated phase. A flashing DON'T WALK Pedestrian Clearance Interval shall follow the WALK interval, during which the Green traffic phase continues to be displayed. ii. Pedestrian Timing With Actuated Phase. When pedestrian actuation is received, a WALK interval shall be provided concurrently with the associated Green traffic phase interval. A flashing DON'T WALK Pedestrian Clearance interval shall follow the WALK interval during which the Green traffic phase continues to be displayed. iii. Condition in Absence of Pedestrian Call. In absence of pedestrian actuation or assertion of pedestrian recall function, pedestrian signals shall w4nain in a DON'T WALK condition. rn CD iv. Recycle of Pedestrian Functions. In the absence of opposmvha§ dema—q it shall be possible to recycle the pedestrian interval funckrtTko s�ccee pedestrian actuations without change in vehicle indications.,, n cis V. Pedestrian Actuation Memory. Pedestrian actuations regifQct tt}n-a pF a�e during steady or flashing DON'T WALK indications of that -phase shall•' remembered and shall cause the controller to provide pedestn`aan timing functions for that phase at the next opportunity in the normal phase sequence. vi. Non -extension of Pedestrian Intervals. Successive pedestrian actuations shall not cause extension of the pedestrian intervals. n. Advanced Operational Features. When certain advanced operational features are specified in the General Design Requirements, Section A of this specification, the controller shall provide the following operation. i. Volume Density Operation. a) Variable Initial. Utilizing the specified mode selected to provide this function, the controller shall enable an increase in timing of the Initial portion of the Green interval of a phase based upon the number of traffic actuations stored on that phase during its YELLOW and RED interval. b) Time Waiting Gap Reduction. Utilizing the functions specified, the controller shall enable a reduction in the Extension portion of the Green interval of the phase having the right-of-way in proportion to the time elapsed from the registration of an actuation on an opposing phase or from the beginning of the Green interval, whichever occurs later. ii. Dual Maximum (Extension Limit) Operation. Assertion by external command for the operation of a Maximum 11 function for a phase shall cause the TRAFFIC SIGNALIZATION 344113-27 City of Iowa City Genus Project No. 14090 Washington Street controller to provide the timing value for that function in lieu of the normal maximum value. o. NEMA Operational Requirements. In addition to the basic operational requirements specified above, the controller shall provide the operational features for the applicable configuration included in the NEMA Traffic Control Systems Standard TS1- 1983. 4. Functional Requirements. a. Basic Functional Requirements. Functional requirements for the multi -phase traffic actuated controller shall be as specified in the General Design Requirements in Section A of these specifications. b. NEMA Functional Requirements. In addition to the basic functional requirements specified above, the controller shall provide the functional features for the applicable configuration, included in the NEMA Traffic Control Systems Standard TS1-1983. C. Overlaps. When required by the interval sequence chart in the General Design Requirements section of these specifications, overlap(s) shall be provided by the controller and may be implemented via internal or external logic. 5. Enhanced operation. a. Preemption. A minimum of two preemption inputs shall be provided. These shall be designed for railroad or emergency vehicle preemption and shall provide the ability to set the delay before start of preempt sequence and the duration of the 6. Remote Flash. A remote flash input is required which will provide for the remote implementation of flashing operation consistent with the requirements of the MUTCD. This shall include a means of programming a "Flash Entry Phase" and a "Flash Exit Phase." 2.7 INDUCTIVE LOOP VEHICLE DETECTOR. NOT NORMALLY USED. TRAFFIC SIGNALIZATION 344113-28 preempt sequence. It shall also be possible to define the status of each phase as T red, green, flashing yellow, or flashing red during the preemption period and to c? ccs provide an orderly transition into and out of the preemption period. `' _J Coordination. The controller shall be capable of emulating a 3 dial/3 split/3 offset U-) pretimed controller coordinated with a 9 wire interconnect system. -- = F-- -<r Time Base Functions. The controller shall have the capability to provide internal time based coordination. In addition it must provide a minimum of two auxiliary o— outputs controlled by the time base coordination which can be fully programmed on a time basis to control external devices on a cycle by cycle, time of day, day of week, and/or holiday schedule on an annual basis. 6. Remote Flash. A remote flash input is required which will provide for the remote implementation of flashing operation consistent with the requirements of the MUTCD. This shall include a means of programming a "Flash Entry Phase" and a "Flash Exit Phase." 2.7 INDUCTIVE LOOP VEHICLE DETECTOR. NOT NORMALLY USED. TRAFFIC SIGNALIZATION 344113-28 City of Iowa City Genus Project No. 14090 Washington Street A. Design Requirements 1. Operation a. General: Shall be card rack style. The detectors shall be designed to operate with loop and lead-in wire combinations having a wide variation in electrical characteristics. The electrical characteristics are a function of the length and width of the loop, the length and type of lead-in wires, and other factors. The detector shall operate with the usual configurations of loops and lead-in wires, standard with the Department, which have a 40 to 700 microhenry total inductance. The detector shall provide reliable detection and maintain an output indication for a period of not less than three (3) minutes for a vehicle that causes a 0.021/tfhange in the total inductance of the loop and lead-in system as measureg at t[Wdetector loop input terminals. The detector shall provide operation as move 0. * a lo system having any or all of the following characteristics: i. A shunting resistance of 10,000 ohms or greater to a cerMon gr cir t tj ground bus.;�i s'-ry ii. A loop system quality factor (Q) of not less than 5.0, when ednhec�d to t e detector being tested. Q is defined as the ratio of the resonant?7prating frequency over the half -power bandwidth. iii. A total or equivalent inductance within the range of 40 to 700 microhenries at the detector loop input terminals. A sensitivity adjustment or selector shall be provided to allow selection of a high, medium or low sensitivity adjustment. b. Loop Energizing and Detector Sensing Circuits. The detector shall provide reliable detection of licensed motor vehicles. The detector shall provide an input (switch closure) only when vehicles are passing or stopped over the loop and shall detect all vehicles passing over the loop at speeds up to 80 miles per hour. i. Turn on. When first turned on, while tuning or being tuned, the detector shall provide a continuous output pulse (switch closure), plus a visual indication, in both the presence and pulse modes of operation. On power failure, or loop failure that would cause the inductance to exceed the tuning range, the detector must place a continuous call. ii. Frequency. To prevent mutual interference "crosstalk", the detectors shall be provided with a three position frequency mode switch on the front panel. iii. Automatic Tuning. The detector shall be designed to be initially tuned to the loop and provide for automatic drift compensation. iv. Weather. The operation of the detector shall not be affected by changes in the inductance of the loop caused by environmental changes, such as rain, hail, snow, temperature humidity, nor shall the sensitivity be markedly affected. TRAFFIC SIGNALIZATION 344113-29 City of Iowa City Washington Street Genus Project No. 14090 C. Accuracy. The detector shall be able to detect all licensed vehicles, including motorcycles, accurately. 2. Detector Output. The detector output (switch closure) to the associated traffic control equipment shall be provided by means of a relay. The relay shall have a mechanical life of at least 1,000,000 operations. The contacts shall have a rating of at least 1.0 ampere at 120 volts AC or DC. 3. Power Supply. The detector shall be designed to operate on a 110 commercial 60 -hertz power line over a voltage range of 100-125 volts. The primary of the power supply transformer shall be fused with a 1/4 inch diameter, 1 1/4 inches long, 250 volt fuse of suitable current rating. An extractor -post fuse- holder shall be provided. The fuse rating shall be marked by the fuse -holder. 4. Visual Indicator. A long life light emitting diode shall be used to provide a visual indication of each vehicle detection. Lamps shall be easily replaceable without the use of tools. The indication must be readily visible in the indirect sunlight. All indicator lights shall have a minimum design life of 20,000 hours at rated voltage unless an ON-OFF switch is provided to control the lights. If an ON-OFF switch is provided, the design of the lights need be only 1,000 hours at rated voltage. S. Dielectric Strength. The detector shall withstand a dielectric strength test of 1,250 volts, 60 hertz per second, AC applied between the 120 VAC line -supply circuit and the terminals for the external loop for a period of one minute 6. Interchangeability and Design Life. All modules and components of the same type shall be interchangeable. The design life of all components, under conditions of normal operation, shall not be less than five years. 7. Delay Call. The detector, when specified on the bid form, to have a "Delayed Call" feature, U3 shall be capable of ignoring a vehicle actuation unless it persists for more than a pledetermined period of time. The predetermined time shall be adjustable from 0 to 25 CO �6 `.-second minimum on the front panel. The "Delayed Calf' feature shall be inoperative faring the green interval for the phase related to the amplifier. UJ Ln CJ - 0 0 r=L. Ueneral. A dustproof, metal enclosure shall be provided to enclose all electrical parts of the detector. The enclosure shall be designed for placement on a shelf in a weatherproof field cabinet. The detector shall not be position sensitive. 2. Detector Units. Detector units shall be designed for use with loop combinations (two to four loops) in series or parallel or series -parallel). The detector model shall have a visual indication of a call and will not require external equipment for tuning or adjustment. 3. Size. A small size enclosure and the ability to stack the enclosures, one on top of another, is desirable. Single detector units shall not be larger than 6 inches by 3 inches by 8 inches deep. 4. Marking. Each detector shall be marked with the manufacturer's name, model, catalog, or type number, and serial number. The electrical input rating (voltage, frequency, and wattage) shall be included in the marking. TRAFFIC SIGNALIZATION 344113-30 City of Iowa City Washington Street C. Input/Output Receptacle Genus Project No. 14090 1. Function Assignment. Input and output connections for the detector shall be made to a type MS -3102 -A18 -1P box receptacle with 10 male contacts. A plastic cover shall be provided on the receptacle. The pin positions of the input/output connector shall be assigned as follows: Pin No. Function A 120 VAC (-) B Output Relay Common C 120 VAC (+) D Input from Loop E Input from Loop F Output Relay N.O. G Output Relay N.C.C? v H Chassis Ground n'E Ln I Spare ,fin J Spare �l a 2. Plug and Cable. �X Co A plug, type MS -3108-B with type 18-15 insert, with 10temale contacts shall be furnished, wired, leads of leads of #18 AWG stranded, color -coded wire With 300 volt insulation. A type MS -3057-10 cable clamp and boot shall be provided for strain relief. The leads shall be 5'0" in length, the first 16 inches of leads, from the plug, shall be enclosed in cotton braiding. No terminals are required on the leads. D. Components 1. Inductors and Transformers. All inductors and transformers shall have their windings insulated and shall be impregnated to exclude moisture. All wire leads shall be color coded. 2. Resistors and Capacitors. All resistors and capacitors shall be insulated and shall be marked with their resistance or capacitance value. Resistance and capacitance values may be indicated by the Radio Electronics Television Manufacturer's Association (RETMA) color codes. All electrolytic capacitors shall be marked to indicate polarity and voltage. 3. Printed -Circuit boards. All printed -circuit boards shall be at least 1/16 inch thick and shall be made of glass -cloth silicone. National Electric Manufacturer's Association (NEMA) type G-10 glass epoxy or equivalent. The conductor material shall be copper, 0.0027 inch thick, having a weight of 2.0 ounces per square foot, with a protective solder coating. All printed -circuit board connectors (male and female) shall be gold plated over the copper base. The printed circuit -boards shall be securely mounted in such a way as to prevent flexing or bending of the boards, and shall be easily removable for servicing or replacement. 4. Wiring. All interconnecting wire shall be insulated #22 AWG or larger, suitable for 180 degrees F operation. 5. Solid State Circuitry TRAFFIC SIGNALIZATION 344113-31 City of Iowa City Washington Street Genus Project No. 14090 a. Components. Transistors, integrated circuits, or semi- conductor diodes shall be used for all amplifying, detecting, rectifying, counting logic, and regulator circuits. No vacuum or gas tubes shall be used except for pilot lights. Transistors, integrated circuits, and diodes shall be marked with their type number and shall be types listed by the Radio Electronics Television Manufacturer's Association (RETMA). No electromechanical timers, synchronous motors, or relays shall be employed, except as specified in Section 1-8. b. Proprietary parts. All electronic and electrical components must be of standard manufacture and available from a source other than the manufacturer of the loop detector unit. 6. Temperature. The temperature of components shall not cause any appreciable reduction in component life when the detector is operated in an ambient temperature from 20 degrees to 180 degrees F. E. Workmanship 1. The enclosure and all modules shall be fabricated, assembled, and wired in a workmanlike manner. F. Documentation 1. Contents. A documentation package shall be supplied in each controller cabinet for the inductive loop vehicle detectors which shall consist of the following: LX» co �ffi. Complete schematic diagram, accurate and current for unit supplied. Complete physical description of unit. 's L >e. Complete installation procedure for unit. to cJt5. Loop specifications and loop assembly procedure. r— Complete maintenance and troubleshooting procedures. L1 . %I e.> Warranty and guarantee on unit, if any. .a Complete performance specifications (both electrical and mechanical) on unit. N h. Complete parts list - listing full names of vendors and parts not identified by universal part numbers such as JEDEC, RETMA, or EIA. i. Pictorial of components layout on chassis or circuit boards. j. Complete stage -by -stage explanation of circuit theory and operation. 2. Number of copies. At least three full documentation packages for each detector sensing unit model shall be supplied to the ENGINEER. 2.8 EQUIPMENT AND MATERIALS TRAFFIC SIGNALIZATION 344113-32 City of Iowa City Washington Street Genus Project No. 14090 A. Equipment and materials shall be of new stock unless the plans provide for the use of existing equipment, or equipment furnished by others. New equipment and materials shall be the product of reputable manufacturers of electrical equipment and shall meet the approval of the ENGINEER. PART 3 — EXECUTION 3.1 GENERAL A. The CONTRACTOR shall furnish and install all equipment and materials necessary for a complete and operative signal installation as shown on the plans and described in the Contract Documents. N 0 B. The CONTRACTOR shall be a licensed electrical contractor in accordancecGityiQrdinatttM and adherence to local Building Code shall be met. r C. CONTRACTOR Qualifications r— r*i a "I Trained and experienced personnel shall supervise the fiber optic cable instaHji6n. 4�ualifie technicians shall make the cable terminations and splices. The CONTRACTOR upon rMuest of the ENGINEER shall provide documentation of qualifications and experience for fiber optic equipment installations. The ENGINEER shall determine if the CONTRACTOR is qualified to perform this work. The CONTRACTOR shall have attended a certified fiber optic training class mandated by the specifications prior to starting work. D. The CONTRACTOR will be responsible for incidental sidewalk removal and replacement necessary to complete the signal construction. All waste material and debris shall be disposed of at a sanitary landfill at the CONTRACTOR's expense. E. All incidental parts which are not shown on the plans or specified herein, and which are necessary to complete the traffic signal, or electrical systems, shall be furnished and installed as though such parts were shown on the plans or specified herein. All systems shall be complete and in operation to the satisfaction of the OWNER at the time of completion of the work. F. The CONTRACTOR shall perform all work required and furnish all labor, materials, equipment, tools, transportation and supplies necessary to complete the work in accordance with the Contract Documents. The ENGINEER or his representative shall have full freedom to observe all phases of the work performed by the CONTRACTOR and to discuss all matters dealing with the quality and progress of the work. G. The Standard Specifications for Highway and Bridge Construction, current Series, Iowa Department of Transportation, as modified by these contract documents shall apply to this Special Provision. The above specifications are referred to as the Standard Specifications. Part 1 of the Standard Specifications shall not apply to this section. TRAFFIC SIGNALIZATION 344113-33 City of Iowa City Genus Project No. 14090 Washington Street 1. The following Iowa Department of Transportation Supplemental Specifications shall also be considered a part of these Special Provisions. a. Specification 5025 b. Supplemental Specification for Traffic Controls for Street and Highway Construction and Maintenance Operations, March 26, 1991. C. Specification 5040 d. General Supplemental Specification for Construction Projects, January 7, 1992. H. The installation of the signals and signs shall be in conformance with the "Manual Of Uniform Traffic Control Devices for Streets and Highways", 1988 edition, latest revision. I. The radar detection system shall be installed as recommended by the supplier and as documented in installation materials provided by the supplier. J. Miscellaneous Equipment The CONTRACTOR shall furnish and install all necessary miscellaneous connectors and equipment to make a complete and operating installation in accordance with the plans, standard sheets, standard specifications, special provisions, and accepted good practice of the industry. 3.2 QUALIFICATIONS, SERVICE CALLS AND WARRANTY Ln A. — COI`6�2AACTOR's personnel are required to be knowledgeable of the traffic signal controller y co oAiajion and wiring. Controller manuals and wiring schematics will be provided to the LU c CqOJ&ACTOR for his use on the project. These documents must be returned undamaged at th-412f of the project. r YV B. ccThpj""�affic Engineering Department will provide part-time observation of the CONTRACTOR's . work.92The Department's representative will be available during normal working hours (7:00 NA.M: 3:30 P.M.) to review the CONTRACTOR's work. CONTRACTOR shall provide four hours advance notice to the Department for review of the work. Any service calls or review of the CONTRACTOR's work outside of the Department's normal working hours will be billed to the CONTRACTOR. C. The Traffic Engineering Department will continue to provide service call maintenance during the project. If it is determined that the malfunction was caused by the CONTRACTOR's work, then the CONTRACTOR will be billed for the materials, labor, and equipment required to correct the malfunction and/or damage. D. The CONTRACTOR shall guarantee all his work against defects due to poor workmanship or materials as specified in the Contract Documents. TRAFFIC SIGNALIZATION 344113-34 City of Iowa City Genus Project No. 14090 Washington Street 3.3 CONCRETE BASES FOR POLES AND CONTROLLER A. Concrete bases for poles and controllers shall conform to the plans and Section 2403 of the Iowa DOT Standard Specifications. B. Excavations for bases shall be made in a neat and workmanlike manner. Whenever the excavation is irregular, forms shall be used to provide the proper dimensions of the foundations below grade. Construction of the bases may require hand excavation to verify location of utilities. C. The material for the forms shall be of sufficient thickness to prevent warping or other deflections from the specified pattern. The forms shall be set level and means shall be provided for holding them rigidly in place while the concrete is being placed. When located in a continuous sidewalk area, the top of the pole bases shall be set flush with the sidewalk or pavement surface. N D. All reinforcing bars, conduits, ground rods, and anchor bolts shall be installed rigdly in lace before concrete is placed in the forms. Cap and protect conduit ends before plopq concrete. +� !_; z E. Anchor bolts for the signal poles or the controller shall be set in place by meantgt4 tergflate ;' constructed to space the anchor rods in accordance with the manufacturer's regkoffifner ta. Th$'T"i top of the bolts shall not vary more than 1/4 inch. The center of the template ancjthe c&iter of7 the concrete base shall coincide unless the ENGINEER directs otherwise. Co F. The top of the base shall be finished level and the top edges shall be rounded with an edger having a radius of 1/2 inch. The exposed surface of the base shall have a wood floated surface finish. Exposed concrete surfaces shall be cured using white -pigmented curing compound or plastic film meeting the requirements of Article 4106.02 of the Iowa DOT Standard Specifications. G. The bottom of the foundations and bases shall rest securely on firm undisturbed ground. Where the foundation or base cannot be constructed as shown on the plans because of an obstruction, the CONTRACTOR shall use other effective methods of supporting the pole as may be designated by the ENGINEER. H. After the concrete is placed in the form, it shall be vibrated with a high -frequency vibrator to eliminate all voids. After the foundation or base has been poured, absolutely no modification of any sort may be made. If the anchor bolts, conduit, or any part of the foundation or base is installed in an incorrect manner as determined by the ENGINEER, the entire foundation or base shall be removed and a new foundation or base installed. The CONTRACTOR shall bear all costs of replacing work deemed unsatisfactory by the ENGINEER. TRAFFIC SIGNALIZATION 344113-35 City of Iowa City Washington Street Genus Project No. 14090 Unless otherwise specified, anchor bolts for poles where arms are to be perpendicular to the centerline of the street shall be installed so that a line through the center of one anchor bolt farthest from the curb and extended through the center of the adjacent anchor bolt closest to the curb will be perpendicular to the centerline of the street to within two degrees of arc unless otherwise specified. K. Prior to setting poles, the anchor bolts shall be covered in such a manner as to protect them against damage and to protect the public from possible injury. Each base location shall be approved by the ENGINEER prior to construction. Base dimensions shown on the plans are minimum dimensions and based on stable soil conditions. Should extremely loose or sandy soil be encountered, the CONTRACTOR shall contact the ENGINEER for necessary base alterations. M. Where shown on the plans, the CONTRACTOR shall remove the top of existing mast arm footings, anchor bolts, and conduits to 36" below the existing top of curb or edge of pavement elevation. Waste materials shall be removed from the site and disposed in accordance with local .regulations. Backfilling for the removal shall be performed with mechanical compaction equipment meeting the requirements for backfilling conduit. The upper 6" of the removal area, if outside the proposed pavement, shall be backfilled with black dirt. 3.4 ir,HANDHOLES QA. s Hagllmles shall be either built in place in an excavation made in a neat workmanlike manner or LLJ ash�f'I�ga precast unit conforming to the requirements of the plans. rn t�r- B. W FF�enct�e use of forms is required, they shall be set level and of sufficient thickness to prevent �wajgi - or other deflections from the specified pattern. A means shall be provided for holding them Sbidly in place while the concrete is being placed. 0 N C. The ends of all conduit leading into the handhole shall fit approximately 2 inches beyond the inside wall. A drain conforming to the dimensions shown on the plans shall be constructed in the bottom of the handhole unless otherwise specified. D. Frames and covers for handholes shall be set flush with the sidewalk or pavement surface. When installed in an earth shoulder away from the pavement edge, the top surface of the handhole shall be approximately one inch above the surface of ground. When constructed in unpaved driveways, the top surface of the handhole shall be level with the surface of the driveway. E. All conduit openings in the handholes shall be sealed with an approved sealing compound after the cables are in place. This compound shall be a readily workable soft plastic. It shall be workable at temperatures as low as 30 degrees F, and shall not melt or run at temperatures as high as 300 degrees Plastic loop handhole construction shall meet the requirements for the TRAFFIC SIGNALIZATION 344113-36 City of Iowa City Washington Street Genus Project No. 14090 precast handhole detail in the plans except that cable hooks will not be required. Openings for conduit access shall be drilled to match the outside diameter of the conduit. F. Grout conduit access after installing conduit. G. Install galvanized cable hooks if not precast with the handhole. 3.5 Conduit A. Conduit shall be placed as shown on the plans. B. Unless approved by the ENGINEER, conduit shall be installed without change in direction directly from one structure to another. Change in direction may be allowed for physical restrictions such as right-of-way restrictions, utilities, location of roadway slopes, retrofitting existing conduit stubs, and certain short sections of conduits. C. Nipples shall be used to eliminate cutting and threading where short lengths of condLWare required. Where it is necessary to cut and thread steel conduit, exposed threads will Unield — galvanized. _ D. All conduit and fittings shall be free from burrs and rough places. Standard menactu ed elbows, nipples, tees, reducers, bends, couplings, union, etc. of the same mate"n�lsand__ treatment as the straight conduit pipe shall be tightly connected to the condo co c.. Y _ L. All conduit ends shall be provided with a bushing to protect the cable from abrasion, Mept for open ends of conduit being placed for future use. Bushings shall have grounding fittings which shall be connected to the grounding system by a #6 ground wire as contained in these specifications. F. All conduit placed for future use shall be threaded and capped with threaded metal pipe caps. G. All conduits shall drain, except for specific locations approved by the ENGINEER. CONTRACTOR will not be allowed to bend conduits upward to accomplish the conduit clearances shown on the handhole details. 3.6 TRENCHING AND BACKFILLING FOR TRAFFICE SIGNALS A. Secure written approval of the City prior to any trenching or excavation within the drip line of any tree. B. Trenches shall be excavated to such depth as necessary to provide 12 inch to 18 inch cover over the conduit. All cinders, broken concrete or other hard abrasive materials shall be removed and shall not be used for backfill. The trench shall be free of such materials before the conduit is placed. No conduit shall be placed prior to inspection of the trench by the ENGINEER. TRAFFIC SIGNALIZATION 344113-37 City of Iowa City Washington Street Genus Project No. 14090 C All trenches shall be backfilled as soon as possible after installation of conduit. Backfill material shall be deposited in the trench in layers not to exceed 6 inches in depth and each layer shall be thoroughly compacted before the next layer is placed. Hard materials shall not be placed within 6 inches of the conduit. Whenever excavation is made across parkways, gravel driveways, or sodded areas, the sod, topsoil, crushed stone and gravel shall be replaced or restored as nearly as possible to its original condition and the whole area involved shall be left in a neat and presentable condition. Concrete sidewalk pavements, and base courses and bituminous surfaces shall be replaced with new materials and the cost shall be incidental to the work. 3.7 Pushed Conduit A. It is intended that all conduit be placed without disturbing the existing pavement, and the term "pushed" is used. "Pushed" conduit shall be placed by jacking, pushing, boring or any other means necessary to place the conduit without cutting or removing pavement. B. Removal of pavement will require prior approval of the ENGINEER. Replacement of removed pavement will be done according to plan details and no additional payment will be made. D. Plan quantities for pushed conduit include at least two feet of pushed conduit behind each curb. Ln D. the maximum conduit depth at handholes for all conduits, including pushed conduit, is as ® o%o4vlrgn the plans. CONTRACTOR must push a mole (without conduit) at least four (4) times Z�befae consideration will be given to allowing an upward bend in the conduit. J Cr) C" -- t }(j .� i t-4 =FiIe6WiF�l 0 Z= - A. A. `"AII conductor cable combinations shall be shown on the plans. No substitutions will be permitted. Each signal head shall be wired separately from the handhole compartment in the pole base to the signal head. B. The signal cable color codes shall be as follows: Iowa City Color Codes 1 tape = Left turn signal 2 tape = Through signals 3 tape = Right turn signal. TRAFFIC SIGNALIZATION 344113-38 City of Iowa City Genus Project No. 14090 Washington Street Tapes shall be color coded as follows: Blue = Northeast Corner Orange = Southeast Corner Yellow = Southwest Corner Green = Northwest Corner Radar cable tapes shall be similarly color coded. 4 conductor cable Green Ball - Green Yellow Ball - Black Red Ball - Red Sig. Common - White 7 conductor cable Green Ball - Green Don't Walk — main st N o Walk - side st Yellow Ball - Orange C-) rn —j Red Ball - Red Pushbutton — side st Black PB Common - Green Arrow - Blue _� cI n Yellow Arrow - Black M s m Sig. Common - White & W/BK �.- m FY arrow - Black when used `='�� Co N 9 Conductor Cables Pedestrian Sianals Walk—main st Green Don't Walk — main st Red Walk - side st Green\Blk Don't walk - side st Red\Blk Sig. Common - White Pushbutton - main st Orange Pushbutton — side st Black PB Common - W/BK C. One electrical splice in the handhole compartment of the pole base will be allowed for the signal circuit wiring. All signal circuit cable runs shall be one continuous length of cable from the connections made in the handhole compartment of the signal pole bases to the terminal compartment in the controller base. Street lights will be fused with a 5 amp fuse in each pole base using a Type HEB-AA Fuseholder. TRAFFIC SIGNALIZATION 344113-39 City of Iowa City Genus Project No. 14090 Washington Street D. Conductor groupings and splicings may be made in the terminal compartment in the controller cabinet. E. The loop detector lead-in cable shall be one continuous length of cable from the terminal compartment of the controller cabinet to a splice made with the loop detector wires in the first handhole or pole base handhole compartment provided adjacent to the loop detector. Details of the loop detector splices are shown on the plans. F. Cables shall be pulled through conduit by means of a cable grip designed to provide a firm hold upon the exterior covering of the cable or cables, with a minimum of dragging on the ground or pavement. This shall be accomplished by means of reels mounted on jacks or other suitable devices. Frame -mounted pulleys, or other suitable devices shall be used for pulling the cable out of conduits into handholes. Only vegetable lubricants may be used to facilitate the pulling of cable. Contractor shall leave a pull string in each conduit. Each signal cable shall be identified with the City's taping spec in the controller cabinet, handholes, pole base handhole, pedestal handhole and at any splice or junction location. Identification ties shall be provided both on the cable from the controller and the cables leading to the heads for a splice in a pole base handhole. H. Connectors shall be of the proper size for the number and size of the wires being connected. Wire ends must be thoroughly cleaned after the insulation is stripped off to insure complete contact with another wire, or the connector. If strands are damaged when the insulation is removed, the section of the cable must be discarded. Nicked or damaged conductor strands will not be permitted inside of connectors. Loose wire ends shall not be used as "shims" to make a connection. J. Electrical tape shall not be applied to the finished connections. Signal cable insulation shall extend beneath the insulated portion of the connector. Any connection with exposed bare wire shall be redone by the CONTRACTOR. TRAFFIC SIGNALIZATION 344113-40 I In addition, the cables shall be identified in each handhole and at the pole bases using colored tape as follows: rn a 1 tape = Left turn signal; 2 tape = Through signals; 3 tape = Right turn signal. Tapes shall be (coded as follows: Blue = NE Corner, Orange =Southeast Corner, Yellow =Southwest c Cetrrer, Green = Northwest Corner. Radar cable tapes shall be similarly color coded. J V) "_ _ G. GaISIP slack shall be as follows: 2 � �'f,- gr feet in handholes otWo feet in signal bases `V two feet in the terminal compartment of the controller base No slack will be allowed in the loop detector lead-in cable after the initial splice. H. Connectors shall be of the proper size for the number and size of the wires being connected. Wire ends must be thoroughly cleaned after the insulation is stripped off to insure complete contact with another wire, or the connector. If strands are damaged when the insulation is removed, the section of the cable must be discarded. Nicked or damaged conductor strands will not be permitted inside of connectors. Loose wire ends shall not be used as "shims" to make a connection. J. Electrical tape shall not be applied to the finished connections. Signal cable insulation shall extend beneath the insulated portion of the connector. Any connection with exposed bare wire shall be redone by the CONTRACTOR. TRAFFIC SIGNALIZATION 344113-40 I City of Iowa City Genus Project No. 14090 ' Washington Street K Covered connections must be arranged so that they will not be in contact with the metal poles. Connections in the poles shall be pointed up to prevent accumulation of moisture in the connection. IL. Loop detector splices shall be capable of satisfactory operations under continuous immersion in water. I I M. Cable connections in signal heads and controller cabinets shall be made at the terminal blocks provided for this purpose. All stranded wires inserted under a binder head screw shall be equipped with a solderless pressure type spade connector with a pre -insulated shank. All solid wire shall have an eye and shall not have a terminal connector. N. Service cable shall be continuous from the disconnect switch located on the service pole to the terminal compartment of the controller cabinet. O. Interconnect cable or fiber shall be continuous from controller to controller.A tracer wire shall be installed in all conduits with signal cables, detector lead-in cables, or communication cables. The tracer wire shall be identified in the controller cabinet, handholes, and poles by means of identification tags. The tracer wire shall be spliced in the handholes to form a continues network. The tracer wire shall have an orange jacket. o Q m :,.cn C— 7-: 3.09 POLE ERECTION --ic-J cn �r m A. All poles are to be erected vertically and securely bolted to the cast -in-place c(! foundations at the locations shown on the plans. m n _ no B. Leveling shall be accomplished by the use of nuts on each anchor bolt. One nut shall be turned on each anchor bolt and the pole placed in position on these nuts. The top nuts shall then be placed loosely and the pole adjusted to the vertical position by adjusting both the upper and lower nuts. C. After the pole is securely fastened, install metal strips in the area between the pole and the base. The metal strips and the method of attachment shall be approved by the ENGINEER. D. Each pole shall be grounded from the pole to the foundation ground rod by a No. 6 AWG bare copper ground wire. E. Poles shall be placed so that modifications and/or attachments are correctly oriented, as indicated on the plans. F. The foundations must be given seven days to cure before poles are erected. The center of the poles are to be set back from the curb, a distance shown on the plans. Poles shall be erected so that they are plumb with traffic signals installed, in line, and all the same relative height above the centerline of the street and with the mast arms correctly oriented as shown on the plans. TRAFFIC SIGNALIZATION 344113-41 City of Iowa City Genus Project No. 14090 Washington Street G Poles must be erected so that they are plumb with traffic signal heads. The manufacturer recommendation for raking should be observed when setting the pole to assure that it is plumb when the load is applied. H. Mast arm assemblies shall be furnished and installed by the CONTRACTOR. When pre -used painted mast arm assemblies are specified, the CONTRACTOR shall prime and paint the mast arm assemblies with the following method: 1. Remove all rust, scale, and loose paint from the surface by sanding or power tool cleaning (SSPC-SP-3). CONTRACTOR to use care when power tool cleaning to avoid burning, polishing, or grinding surface dirt into the existing paint surface. Hand tool cleaning (SSPC-SP-2) will be allowed only in areas accessible to power tool cleaning. 2. Remove all chalking, dirt, and other foreign material from the entire surface by application of petroleum solvent (i.e. paint thinner, mineral spirits, etc.) and wiping the entire surface with clean rags. 3. All bare metal surfaces exposed by the cleaning operation shall be spot primed the same day to avoid flash rusting. 4. After the primed areas have dried, apply one coat of finish paint. 5. Primer and paint must be approved by the ENGINEER. 3.1 LOOP DETECTORS A. Loop detectors shall be installed in accordance with the plans. Adjustments in the locations shall be made to minimize the location of the loop wire across construction joints. Locations of —the loops shall be subject to the approval of the ENGINEER. The cabinet end of the cable shall dobe deo'y tagged identifying the loop. W. The} for the loop shall be constructed as per plan. The slot shall be completely clean of all _i i?oosp-debris and have a smooth bottom. "f. �ew P pavement shall not be sawed until seven days after pour unless approved by ZNGINEER. N D. Loop detectors shall be connected to the controller with shielded cable. No splices will be allowed in this cable. E. Upon completing the loop installation in the field cabinet and prior to sealing the loop in the pavement, the CONTRACTOR shall notify the ENGINEER who may meter the loops by test instruments capable of measuring electrical values of installed loop wires and lead-ins to measure induced AC voltage, inductance in microhenries, high -low "Q" indication, leakage resistance in megaohms, and the resistance of the conductors in ohms. 1. An acceptable load installation shall be defined as follows: a. Induced voltage test: No deflection on the pointer of a volt meter TRAFFIC SIGNALIZATION 344113-42 City of Iowa City Washington Street Genus Project No. 14090 b. Inductance: The inductance reading on the loop tester is approximately the calculated value or with approval of the ENGINEER is between 100 mh and 200 mh. C. Loop Q: Deflection of the pointer to the upper side of the scale. d. Leakage to Ground: Deflection of the pointer to above 100 megaohms. e. Loop Resistance: The resistance reading on an ohm meter is approximately the calculated value. 2. An unacceptable loop installation shall be defined as follows: a. Inductance: The inductance reading is below 90 mh or above 250 mh. b. Leakage to Ground: Deflection of the pointer to below 100 megaohms. C. Loop Resistance: The resistance reading is 50% more than calculated. N O_ O o� 3.11 SIGNALS 'rn n i A. All signal faces and indicators shall be furnished by the CONTRACTOR and inst —C as 4f bwn �n^t the plans. Pole mounted signal heads and pedestrian push buttons are shownvgAe piens ariri' r schematic drawings in schematic form only. Pole mounted signal heads are ge r. y iniende� to be mounted on the face of pole with respect to oncoming traffic. (See Signal ' ead bunting Details.) Modifications to this are required when the view of the pole mounted signal indication is blocked. (See Paragraph 3.11E). Pedestrian push buttons shall be installed on the face of the pole in 90" increments with respect to the mast arm. The push button shall be located on the pole face so the arrow on the R10-4 sign directs pedestrians to the appropriate crosswalk. B. All optically limited signal heads shall be properly masked to limit their field of view as directed by the ENGINEER. C. Backplates shall be installed and properly secured for the traffic signal heads. D. All signal heads shall be kept securely covered until such time as the signals are put into operation. E. The location of signal heads in which the view of the indications is blocked or partially blocked by utility poles, trees or other physical obstructions shall be adjusted to a location approved by the ENGINEER. Standard heights and locations shown on the plans are typical for unobstructed locations. Signal heads installed without approval of the ENGINEER, which in the opinion of the ENGINEER are obstructed, shall be relocated at the CONTRACTOR's expense. Holes in the poles due to this signal relocation shall be plugged in a manner acceptable to the ENGINEER. 3.12 CONTROLLER A. The controller cabinet shall be mounted with the back of the cabinet toward the intersection such that the signal heads can be viewed while facing the controller. TRAFFIC SIGNALIZATION 344113 -43 City of Iowa City Washington Street Genus Project No. 14090 B. All field wiring must be directly attached to the wiring lugs. Attachment of wiring shall be in a neat and workmanlike manner. All connections at the controller shall be done by City Traffic Engineering personnel. C. All conduit openings in the controller cabinet shall be sealed with an approved sealing compound. This compound shall be a readily workable at temperatures as low as 30 degrees F and shall not melt or run at temperatures as high as 300 degrees F. D. All wiring diagrams, service manuals, instructions for installing and maintaining the equipment and advice as to timing and operation shall be delivered to the ENGINEER in good condition. E. The ENGINEER or his representative shall inspect the installation before activation and shall be present at the time the controller is activated to assure that the controller is installed in accordance with the manufacturer's recommendations. 3.13 GROUND RODS A. Ground wires shall be connected to ground rods with one piece nonferrous clamps which employ set screws as tightening devices. They shall be outside the controller base with a # 6 wire, and use a conduit as an enter point into the cabinet. Connections to ground rods need not be taped. B. Each steel pole or pedestal shall be firmly connected to the ground rod provided, by means of the grounding terminal specified in these special provisions. Placing the ground wire under an anchor bolt nut, anchor bolt cover, or similar device will not be permitted. oo �o z �— ° -fQU,_ $MT TESTING Lr) CJF- --7c. the wct of all testing shall be recorded along with date of test, name of person performing Ivy *st,Zia' name, model number, serial number of equipment used during test, and any other 2ertinek?information and data. N B. When the CONTRACTOR's work is complete and the project is open to normal traffic, the CONTRACTOR shall notify the ENGINEER in writing the date the signal will be ready for testing. C. Initial traffic signal timings and timing adjustments will be performed by the ENGINEER. D. Upon concurrence of the ENGINEER, the CONTRACTOR shall place any signal in operation for a consecutive 30 -day test period. Any failure or malfunction of the equipment supplied or installation performed by the CONTRACTOR shall be corrected at the CONTRACTOR's expense and the signal tested for an additional 30 consecutive day period. This procedure shall be repeated until the signal equipment has operated satisfactorily for 30 consecutive days. TRAFFIC SIGNALIZATION 344113-44 I City of Iowa City Washington Street Genus Project No. 14090 If the signal is to operate independently of other signals or signal systems, it shall be tested as a single installation. If the signal is part of a system, the test period shall not be started until all signals in the system are ready to be tested. The system shall be tested as a unit. G. The CONTRACTOR shall initiate correction of any failure malfunction of the signal installation within 24 hours of notification by the ENGINEER. The ENGINEER will correct any failure or malfunction of the signal installation not investigated by the CONTRACTOR within the above time period, and will deduct its expenses from the CONTRACTOR's final payment. H. Ground testing shall conform to Section 2523.21 of the Iowa DOT Standard Specifications for Highway and Bridge Construction. N O mac= Cn 3.15 CLEAN-UP T cn A. Upon completion of the work in this Section, remove from the site all rubbish, tr debris rn resulting from operations. Leave the site in a neat and orderly condition. 0 co N PART 4 - METHOD OF MEASUREMENT AND BASIS OF PAYMENT 4.1 METHOD OF MEASUREMENT Payment for Traffic Signalization and for Advance Detection System will be as follows: A. This item will be the lump sum for Traffic Signalization. B. Advance Loop Detection System. This item will be lump sum for the advance detection system. 4.2 BASIS OF PAYMENT A. Payment for Traffic Signalization shall be full compensation for supplying all equipment, labor, and materials necessary to install, erect, and operate a complete, fully functional traffic signal system, including but not limited to traffic signal poles, mast arms, bases, signal lights, luminaires on combination street light/signal poles, wiring, conduits, handholes, controllers, cabinets, coordination with utilities, radar detection system, testing, and all other miscellaneous hardware, software or any other items necessary to complete the traffic signal system in place. This item specifically excludes the Advance Loop Detection system described in the following item. B. Payment for Advance Loop Detection System shall be full compensation for supplying all equipment, labor, and materials necessary to install all conduit and handholes required for the TRAFFIC SIGNALIZATION 344113-45 City of Iowa City Washington Street Genus Project No. 14090 advance loop detectors shown in the plans. This system includes inductive loops installed in the pavement, loop wiring, loop conduit, PVC handholes, loop sealant, loop detector units in the traffic signal cabinet, system testing, and all other materials and hardware necessary for a fully functional Advance Loop Detection system in place. END OF SECTION 34 4113 TRAFFIC SIGNALIZATION 344113-46 1 _ E j GO cr U' Ir) L.) ~ E.L.. c� r o 0 N TRAFFIC SIGNALIZATION 344113-46 I I City of Iowa City Genus Project No. 14090 Washington Street SECTION 344116—CABINET INTERFACE DEVICE (CID) PART 1—GENERAL 1.1 SUMMARY A. This item shall govern the purchase and installation of a cabinet interface device (CID) equivalent to Wavetronix Click 650. Test results and other documentation demonstrating performance and capabilities shall be provided. 1.2 REFERENCES A. Manufacturer's Manual and Specifications A. The CID shall be a module that provides power and surge protection and that communicates with contact closure devices, Ethernet and controllers through SDLC. The CID shall be shipped with the AC power cord, jumper cables and terminal blocks necessary for wiring it, as well as with an extra fuse. 2.2 PHYSICAL A. The CID shall not exceed 5 lbs. (2.25 kg) in weight. The CID shall note exceed 7.8 in x 10.3 in x 3.9 in (19.8 cm x 26.2 cm x 9.9 cm) in its physical dimensions. The CID shall operate in the temperature range of -29°F to 165°F (-34°C to 74°C) and in humidity up to 95% RH. 2.3 MOUNTING A. The CID shall be shelf -mounted. It shall be capable of being mounted on the side of the traffic cabinet with the aid of U -channel mounting brackets. 2.4 POWER A. The power supply voltage of the CID shall be 90 to 260 VAC. Its AC frequency shall be 50-60 Hz and the maximum power shall be 75 W at 80°C. The CID's sensor connectors shall output 24 VDC. 2.5 CONNECTIONS AND COMMUNICATION CABINET INTERFACE DEVICE 344116-1 N O 1.3 STORAGE Q O A. Prior to use, video detection equipment shall be stored in a clean dry place, not siAg tasdrenwc-- of either hot or cold, and with the manufacturer's protective cover in placen: 1' t (!ri =. rn m PART 2 - PRODUCTS CD ;X Co Tr N 2.1 PRODUCT DESCRIPTION A. The CID shall be a module that provides power and surge protection and that communicates with contact closure devices, Ethernet and controllers through SDLC. The CID shall be shipped with the AC power cord, jumper cables and terminal blocks necessary for wiring it, as well as with an extra fuse. 2.2 PHYSICAL A. The CID shall not exceed 5 lbs. (2.25 kg) in weight. The CID shall note exceed 7.8 in x 10.3 in x 3.9 in (19.8 cm x 26.2 cm x 9.9 cm) in its physical dimensions. The CID shall operate in the temperature range of -29°F to 165°F (-34°C to 74°C) and in humidity up to 95% RH. 2.3 MOUNTING A. The CID shall be shelf -mounted. It shall be capable of being mounted on the side of the traffic cabinet with the aid of U -channel mounting brackets. 2.4 POWER A. The power supply voltage of the CID shall be 90 to 260 VAC. Its AC frequency shall be 50-60 Hz and the maximum power shall be 75 W at 80°C. The CID's sensor connectors shall output 24 VDC. 2.5 CONNECTIONS AND COMMUNICATION CABINET INTERFACE DEVICE 344116-1 City of Iowa City Washington Street Genus Project No. 14090 A. The CID shall include the following connections for power and communication: 1. Power. The CID shall have an IEC AC input 2. Terminal Block Connectors: The CID shall have four terminal block connectors for connecting to sensors. These connectors shall be for terminating cables that carry power ad RS -485 communications to and from the sensors. 3. Data RJ -11 Connectors: The CID shall have four RJ -11 jacks for sending detection data from sensors to contact closure devices such as rack cards via jumper cables. This data shal be sent via RS -485. These jacks shall make up the physical interface of a dedicated data bus. 4. Control Connectors: The CID shall have four other communication ports. These ports shall make up the physical interface of a dedicated control bus and shall allow users to connect to the sensors and configure them. a. DB -9 port for communicating via RS -232 b. Two R)-11 jacks for communicating via RS -485 C. USB mini -B connector d. T -bus port for connecting to a T -bus 5. Ethernet Connector. The CID shall have an RF -45 10/100 Ethernet port to allow connection to a local network. 6. SDLC Port The CID shall have an SDLC port for direct connection to a traffic controller. 2.6 OTHER FEATURES A. The CID shall have the following other features: 1. LEDs: The CID shall have four multicolored LEDs with activity -indicating functions An LED that indicates when the device has power OD _ An LED that indicates if the device has been disabled by surges = W An LED that indicates when data is being transmitted on the control bus U An LED that indicates when data is being received on the control bus. —� L 2r. i-_�a RJ -11 Jack Features: The four jacks that make up the physical interface of the data bus I ! _ `zi c (gd that each correspond to one sensor) shall have a witch for turning their corresponding "2 sensor off and an LED that indicates when that sensor has power. 30 Power Switch: The CID shall have a switch for turning power off for the entire device. 4. OILED Panel with Keypad: The CID shall have an OLED panel on the device with a keypad for device configuration. 5. Web Interface: The CID shall have a web interface for device configuration, accessible through a web browser from a network -connected device. 6. Configuration: The CID configuration shall support up to 64 detector channels. 2.7 NEMA TS2-2003 TESTING A. The CID shall comply with the applicable standards stated in the NEMA TS2-2003 Standard. Test results shall be made available for each of the following tests: 1. Shock pulses of 10g, 11 ms half sine wave 2. Vibration of 0.5 Grms up to 30 Hz CABINET INTERFACE DEVICE 344116-2 City of Iowa City Washington Street Genus Project No. 14090 3. 300 V positive/negative pulses applied at one pulse per second at minimum and maximum DC supply voltage 4. Cold temperature storage at — 49'F (-45'C) for 24 hours 5. High temperature storage at 185'F (85'C) for 24 hours 6. Low temp, low DC supply voltage at -29.2 ° F (-34' C) and 10.8 VDC 7. Low Temp, high DC supply voltage at -29.2'F (-34'C) and 26.5 VDC 8. High Temp, high DC supply voltage at 165.2'F (74'C) and 26.5 VDC 9. High Temp, low DC supply voltage at 165.2' F (74' C) and 10.8 VDC 2.8 FCC TESTING A. The CID shall be FCC -Compliant 0 o �n y 2.9 TESTING 1 �—G c!n — A. Before shipping, each CID shall have passed a manufacturer's test. l rt'i-� ?~ co 2.10 EXTENDED SUPPORT x' A. Extended support options shall be available. Contact the manufacturer's representative for more information. 2.11 WARRANTY A. The CID shall be warranted to be free from material and workmanship devects for a period of one year from date of shipment. PART 3 - EXECUTION 3.01 TECHNIQUES A. Video detection shall be installed as per manufacturer specification. END OF SECTION 34 4116 CABINET INTERFACE DEVICE 344116-3 City of Iowa City Genus Project No. 14090 Washington Street SECTION 34 4123 - RADAR PRESENCE DETECTOR (RPD) PART 1- GENERAL 1.1 SUMMARY A. This item shall govem the purchase of aboveground radar presence detector (RPD) equivalent to the Wavetronix Smartsensorl Matrix. An RPD detects vehicles by transmitting electromagnetic radar signals through the air. The signals bounce off vehicles in their paths and part of the signal is returned to the RPD. The returned signals are then processed to determine the traffic parameters. RPDs are not affected by normal weather and environmental conditions such as rain, wind, snow, dust, etc. They also do not require cleaning and can maintain performance over a wide range of ambient temperatures. RPDs provide anon -intrusive means of detecting traffic. This property not only makes them safer to install but also more cost effective than sensors that require roadway modifications or placement. N O 1.2 REFERENCES O m C_ -TI A. Manufacturer's Manual and Specifications — z -1 c-, 1.3 STORAGE ��� M A. Prior to use, video detection equipment shall be stored in a clean dry place, not -subject M extremes of either hot or cold, and with the manufacturer's protective cover in place. c� PART 2 - PRODUCTS 2.1 SENSOR OUTPUTS A. The RPD shall present real-time presence data in 10 lanes. 1. The RPD shall support a minimum of 16 zones. 2. The RPD shall support a minimum of 16 channels. 3. The RPD shall support user -selectable zone to channel mapping. 4. The RPD shall use AND logic to trigger channels when all selected zones are active. 5. The RPD shall use OR logic to combine multiple zones to channel output, and shall have channel output extend and delay functionality. 6. The RPD algorithms shall mitigate detection from wrong way or cross traffic. 7. The RPD system shall have fail-safe mode capabilities for contact closure outputs if communication is lost. ' 2.2 DETECTABLE AREA A. Detection Range: 1. The RPD shall be able to detect and report presence in lanes with boundaries as close as 6 ft (1.8 m) from the base of the pole on which the RPD is mounted. 2. The RPD shall be able to detect and report presence in lanes located within the 140 ft (4.7 m) RADAR PRESENCE DETECTOR 344123-1 City of Iowa City Genus Project No. 14090 Washington Street arc from the base of the pole on which the RPD is mounted. B. Field of View: The RPD shall be able to detect and report presence for vehicles within a 90 degree field of view. C. Lane Configuration 1. The RPD shall be able to detect and report presence in up to 10 lanes. 2. The RPD shall be able to detect and report presence in curved lanes and areas with islands and medians. 2.3 SYSTEM HARDWARE A. For each approach to be detected, one RPD corner radar shall be used 1. Preassembled Backplate a. Each RPD shall have a traffic cabinet preassembled backplate with the following i. AC/DC power conversion ii. Surge protection iii. Terminal blocks for cable landing iv. Communication connection points A. The RPD shall not require cleaning or adjustment to maintain performance. B. The RPD shall not rely on battery backup to store configuration information, thus eliminating any need for battery replacement. C. Once the RPD is calibrated, it shall not require recalibration to maintain performance unless the roadway configuration changes. D. The mean time between failures shall be 10 years, which is estimated based on manufacturing techniques. rs�0:l�c�ty�9;ii]]7:i1f7: A. The RPD shall not exceed 13.2 in x 10.6 in x 3.3 in (33.5 cm x 26.9 cm x 8.4 cm) in its physical dimensions. All external parts of the RPD shall be ultraviolet -resistant, corrosion -resistant, and RADAR PRESENCE DETECTOR 344123-2 b. The preassembled backplate for RPD shall be a cabinet side mount or rack mount. �j 2C6 _,.Eontact Closure Input File Cards W r � - t _At : The RPD shall use contact closure input file cards with 2 or 4 channel capabilities. Ali The contact closure input file cards for the RPD shall be compatible with industry F-- standard detector racks. LL L _b Q 2.4 iiIAINTENANCE A. The RPD shall not require cleaning or adjustment to maintain performance. B. The RPD shall not rely on battery backup to store configuration information, thus eliminating any need for battery replacement. C. Once the RPD is calibrated, it shall not require recalibration to maintain performance unless the roadway configuration changes. D. The mean time between failures shall be 10 years, which is estimated based on manufacturing techniques. rs�0:l�c�ty�9;ii]]7:i1f7: A. The RPD shall not exceed 13.2 in x 10.6 in x 3.3 in (33.5 cm x 26.9 cm x 8.4 cm) in its physical dimensions. All external parts of the RPD shall be ultraviolet -resistant, corrosion -resistant, and RADAR PRESENCE DETECTOR 344123-2 City of Iowa City Genus Project No. 14090 Washington Street protected from fungus growth and moisture deterioration. 1. Enclosure: a. The RPD shall be enclosed in a Lexan EXL polycarbonate. b. The enclosure shall be classified "fl" outdoor weatherability in accordance with UL 746C. C. The RPD shall be classified as watertight according to the NEMA 250 standard. d. The RPD enclosure shall conform to test criteria set forth in the NEMA 250 standard for type 4X enclosures. Test results shall be provided for each of the following type 4X criteria: i. External icing (NEMA 250 clause 5.6) ii. Hose -down (NEMA 250 clause 5.7) iii. 4X corrosion protection (NEMA 250 clause 5.10) iv. Gasket (NEMA 250 clause 5.14) e. The RPD shall be able to withstand a drop of up compromising its functional and structural integrity. f. The RPD enclosure shall include a connector that specification. The MIL -C-26482 connector shall provide power connections. 2.6 ELECTRICAL A. The RPD shall consume less than 10W. B. The RPD shall operate with a DC input between 9 VDC and 28 VDC. C. The RPD shall have onboard surge protection. 2.7 COMMUNICATION PORTS N ,o o� v to 5 witma � y meets 3V- MIL-C-26JM contactit0} alF;ata i t" A. The RPD shall have two communication ports, and both ports shall communicate independently and simultaneously. (Two independent communication ports allow one port to be used for configuration, verification and traffic monitoring without interrupting communications on the dedicated data port) 1. The RPD shall support the upload of new firmware into the RPD's non-volatile memory over either communication port. 2. The RPD shall support the user configuration of the following: a. Response delay b. Push port 3. The communication ports shall support a 9600 bps baud rate. RADAR PRESENCE DETECTOR 344123-3 City of Iowa City Genus Project No. 14090 Washington Street 2.8 RADAR DESIGN A. The RPD shall be designed with a matrix of 16 radars. The matrix of 16 radars enables the sensor to provide detection over a large area and to discriminate (ones. 1. Frequency Stability a. The circuitry shall be void of any manual tuning elements that could lead to human error and degraded performance over time. b. All transmit modulated signals shall be generated by means of digital circuitry, such as a direct digital synthesizer, that is referenced to a frequency source that is at least 50 parts per million (ppm) stable over the specified temperature range, and ages less than 6 ppm per year. Any upconversion of a digitally generated modulated signal shall preserve the phase stability and frequency stability inherent in the digitally generated signal. This specification ensures that, during operation, the RPD strictly conforms to FCC requirements and that the radar signal quality is maintained for precise algorithmic quality. Analog and microwave components within an RPD have characteristics that change with temperature variations and age. If the output transmit signal is not referenced to a stable frequency source, then the RPD is likely to experience unacceptable frequency variations which may cause it to transmit out of its FCC allocated band and thus will be non-compliant with FCC regulations. C. The RPD shall not rely on temperatures compensation circuitry to maintain transmit s frequency stability. ci 66 y Temperature -based compensation techniques have been shown to be insufficient to M a LJJ Ix . ensure transmit frequency stability. One reason this type of technique is not sufficient is it does om U that not compensate for frequency variations due to component aging. Ln t- I F}- The bandwidth of the transmit signal of the RPD shall not vary by more than 1% [L. v under all specified operating conditions and over the expected life of the RPD. .sa C3 o — The bandwidth of an RPD directly affects the measured range of a vehicle. A change in bandwidth causes a direct error in the measured range, ie., a 5% change in bandwidth would cause a range error of 10 ft (3 m) for a vehicle at 200 ft (61 m). If the bandwidth changes by more than 1% due to seasonal temperature variations and component aging, then, the RPD will need to be frequently reconfigured to maintain the specified accuracy. 2. Antenna Design a. The RPD antennas shall be designed on printed circuit boards. Printed circuit board antennas eliminate the need for RF connectors and cabling that result in decreased reliability. Printed circuit antennas are less prone to physical damage due to their extremely low mass. b. The vertical beam width of the RPD at the 6 dB points of the two-way pattern shall be 65 degrees or greater. RADAR PRESENCE DETECTOR 344123-4 City of Iowa City Washington Street Genus Project No. 14090 C. The antennas shall cover a 90 degree horizontal field of view. d. The sidelobes in the RPD two-way antenna pattern shall be — 40 dB or less. e. Low sidelobes ensure that the performance from the antenna beam widths is fully achieved. 3. Resolution a. The RPD shall transmit a signal with a bandwidth of at least 245 MHz. The bandwidth of the transmit signal translates directly into radar resolution, which contributes directly to detection performance. For example, an RPD that transmits at a low bandwidth will have low radar resolution, which could cause it to count a single vehicle as two vehicles in adjacent lanes. As another example of the adverse effects of low radar resolution, the response from a sign or other radar target in the roadway may spill over into the lanes of travel and desensitize the radar. In order to achieve the specified detection accuracy in a variety of conditions, the unwindowed radar resolution cannot be larger than 2 ft (0.6 m) at the half -power level, which requires a bandwidth of 240 MHz. the high radar resolution reduces the problem of vehicle responses getting drowned out by brighter vehicles in adjacent lanes and improves performance for moving and stopped vehicles near roadway targets. 4. RF Channels a. The RPD shall provide at least 8 RF channels so that multiple units can be mounted in the same vicinity without causing interference between them. o 0 0. 5. Verification a rn y� :2= a. The RPD shall have a self -test that is used to verify correct hardwo; Jupctionality.r' b. The RPD shall have a diagnostics node to verify correct system funcNbTalit� rn Ri CO Y 2.9 CONFIGURATION }' ca A. Auto -Configuration 1. The RPD shall have a method for automatically defining traffic lanes, stop bars and zones without requiring user intervention. This auto -configuration process shall execute on a processor internal to the RPD and shall not require an external PC or other processor. 2. The auto -configuration process shall work under normal intersection operation and may require several cycles to complete. B. Manual Configuration 1. The auto -configuration method shall not prohibit the ability of the user to manually adjust the RPD configuration. 2. The RPD shall support the configuring of lanes, stop bars and detection zones in 1 ft (0.3 m) increments. When lanes have variable widths or have variable spacing (e.g. gore between lanes), precise resolution is necessary. C. Windows Mobile -based Software RADAR PRESENCE DETECTOR 344123-5 City of Iowa City Genus Project No. 14090 Washington Street 1. The RPD shall include graphical user interface software that displays all configured lanes and the current traffic pattern using a graphical traffic representation. A visual representation of traffic patterns allows an installer to quickly associate specific detections with corresponding vehicles and it facilitates verification of RPD performance. 2. The RPD shall include the ability to do counting and pulsed channels. 3. The graphical interface shall operate on Windows Mobile, Windows XP, Windows Vista and Windows 7 in the .NET framework. 4. The software shall support the following functionality: a. Operate over a TCP/IP connection b. Give the operator the ability to save/back-up the RPD configuration to a file or load/restore the RPD configuration from a file C. Allow the backed -up sensor configurations to be viewed and edited d. Provide zone and channel actuation display e. Provide a virtual connection option so that the software can be used without connecting to an actual sensor f. Local or remote sensor firmware upgradability 2.10 OPERATING CONDITIONS A. The RPD shall maintain accurate performance in all weather conditions, including rain, freezing rain, sngw, wind, dust, fog and changes in temperature and light, including direct light on sensor at dawn aWd dusk. .-f L-43. T_je RF&�eration shall continue in rain up to 1 in (2.5 cm) per hour. �. Ak4 RIdZr all be capable of continuous operation over an ambient temperature range of -40'F to 165.2",6-(E80°C to 740C). z _-L LLD. ilib R"all be capable of continuous operation over a relative humidity range of 5% to 95% (non - w gidensmg). N 2.11 TESTING A. FCC 1. Each RPD shall be certified by the Federal Communications Commission (FCC) under CFR 47, part 15, section 15.249 as an intentional radiator. 2. The FCC certification shall be displayed on an external label on each RPD according to the rules set forth by the FCC. 3. The RPD shall comply with FCC regulations under all specified operating conditions and over the expected life of the RPD. B. NEMA TS 2-2003 Testing 1. The RPD shall comply with the applicable standards stated in the NEMA TS 2-2003 standard. Third party test results shall be made available for each of the following tests: RADAR PRESENCE DETECTOR 344123-6 City of Iowa City Washington Street Genus Project No. 14090 a. Shock pulses of 10 g, 11 ms half sine wave b. Vibration of 0.5 g up to 30 Hz C. 300 V positive/negative pulses applied at one pulse per second at minimum and maximum DC supply voltage d. Cold temperature storage at -49°F (-45°C) for 24 hours e. High temperature storage at 185°F (85°C) for 24 hours f. Low temp, low DC supply voltage at -29.2°F (-34°C) and 10.8 VDC g. Low temp, high DC supply voltage at -29.2°F (-340Q and 26.5 VDC h. High temp, high DC supply voltage at 165.2°F (74°C) and 26.5 VDC i. High temp, low DC supply voltage at 165.2°F (740q and 10.8 VDC 2.12 MANUFACTURING A. The RPD shall be manufactured and assembled in the USA. B. The internal electronics of the RPD shall utilize automation for surface mount assembly, and shall comply with the requirements set forth in IPC -A -610C Class 2, Acceptability of Electronic Assemblies. C. The RPD shall undergo a rigorous sequence of operational testing to ensure product functionality and reliability. Testing shall include the following: 1. Functionality testing of all internal sub -assemblies 2. Unit level bum0in testing of 48 hours' duration or greater o 3. Final unit functionality testing prior to shipment o. 0 = r_ D. Test results and all associated data for the above testing shall be provided for ea&iTgrcFJJed RPP by serial number, upon request. t --I n cn Crrt �. m 2.13 SUPPORT iJ Q A. The RPD manufacturer shall provide both training and technical support services. w 1. Training a. The manufacturer -provided training shall be sufficient to fully train installers and operators in the installation, configuration, and use of the RPD to ensure accurate RPD performance. b. The Manufacturer -provided training shall consist of comprehensive classroom labs and hands-on, in -the -field, installation and configuration training. C. Classroom lab training shall involve presentations outlining and defining the RPD, its functions, and the procedures for proper operation. These presentations shall be followed by hands-on labs in which trainees shall practice using the equipment to calibrate and configure a virtual RPD. To facility the classroom presentation and hands-on labs, the manufacturer -provided training shall include the following items: i. Knowledgeable trainer or trainers thoroughly familiar with the RPD and its processes ii. Presentation materials, including visual aids, printed manuals and other handout materials for each student iii. Computer files, including video and raw data, to facilitate the virtual configuration of the RPD RADAR PRESENCE DETECTOR 344123-7 City of Iowa City Genus Project No. 14090 Washington Street iv. Laptop computers or Windows CE handheld devices with the necessary software, and all necessary cables, connectors, etc. V. All other equipment necessary to facilitate the virtual configuration of the RPD d. Field training shall provide each trainee with the hands-on opportunity to install and configure the RPD at roadside. Training shall be such that each trainee will mount and align the RPD correctly. 2. Technical Assistance a. Manufacturer -provided technical support shall be available according to contractual agreements, and a technical representative shall be available to assist with the physical installation, alignment, and auto -configuration of each supplied RPD. Technical support shall be provided thereafter to assist with troubleshooting, maintenance, or replacement of RPDs should such services be required. 2.14 DOCUMENTATION A. The RPD documentation shall include an instructional training guide and a comprehensive user guide as well as an installer quick -reference guide and a user quick -reference guide. B. The RPD manufacturer shall supply the following documentation and test results at the time of the bid submittal: 3 a. FCC CFR 47 certification (frequency compliance) b,T IED 6100-4-5 class 4 test report (surge) WARRWY LU J>: JA. b4 RRD!sball be warranted free from material and workmanship defects for a period of two years frbm d4 t&df shipment. LL- Q ,0 0 PART 3 -;ZtECUTION N 3.01 TECHNIQUES A. Video detection shall be installed as per manufacturer specification. END OF SECTION 34 4123 RADAR PRESENCE DETECTOR 344123-8 0,lowa Department of Transportation NW 9Farm 51]118(0&12) Accessibility Exceptions Certification Agency Name: City of Iowa City Project Number: Project Description: Washington Street Streetscape Project, Clinton Street to Linn Street, Iowa City, IA As the registered professional engineer or landscape architect responsible for the design of this project, I do hereby verify the project described above has been designed to meet the Americans with Disabilities Act (ADA) accessibility requirements specified in Chapter 12 of the Iowa DOT Design Manual, except as indicated below. ❑ Full compliance has been determined to be structurally impracticable for newly constructed facilities in the following specific locations for the following reasons: N Full compliance has been determined to be technically infeasible for altered existing facilities in the following specific locations for the following reasons: 1. Unable to meet current ADA requirements at US Bank, 204 E. Washington, due to existing el&Ations at primary building entry to east to secondary entry. The sidewalk running slope is at 5.9% o ` i -�-t 2. Unable to meet current ADA requirements at the SW quadrant of the Washington/LimseLgIon. Tffe` existing sidewalk running slopes at the NE corner of Meacham Travel is 8.3%. The crossGiolSe eN of j -- Meacham Travel to the proposed curb ramp is 4.3%. --.j n- 3. Unable to meet current ADA requirements at the NW quadrant of the Washington/Lmriar-rseaon. cross slope of the east walkway to curb ramp is 5.5%. The cross slope to the southerly cu> mp jp 3.0° 0. c� ❑ Full compliance would create an unsafe condition in the following specific locations for the following reasons: Additional supporting documentation, including drawings, calculations, or other information as appropriate is attached. Name: License Number: Brett Iowa Lic No. 00399 Signature: A % +� Date: December 23, 2015 Sheet 1 of 1 Geotechnical Engineering Report Washington Street Reconstruction Iowa City, Iowa April 29, 2015 Terracon Project No. 06155608.01 Prepared for: Genus Landscape Architects, P.C. Des Moines, Iowa Prepared by: Terracon Consultarft, Inc. loit4 Iowa �4 <-I -�m C 0 c y�� 0 y' — w April 29, 2015 Genus Landscape Architects, P.C. 325 East 5'" Street Des Moines, Iowa 50309 Attn: Ms. Angie Coyier, PLA, ASLA — Project Manager P: 515-284-1010 E: acovier Genus-la.com Re: Geotechnical Engineering Report Washington Street Reconstruction Clinton Street to Linn Street Iowa City, Iowa Terracon Project Number. 06155608.01 Dear Ms. Coyier: Irerracon Terr,ttn Consultants, Inc. (Terracon) has completed the subsurface exploration, laboratory testir& and gotechnical engineering services for the referenced project. These services were OperfaLmed.j"eneral accordance with our proposal number P06140673R2, dated March 9, w201 ITh siraport presents the findings of the subsurface exploration and provides geotechnical ,1recdrJimeh6Uons concerning site preparation, earthwork and the design and construction of rI pavemerrts(gr the proposed project. We,Wpreciate the opportunity to be of service to you on this phase of your project, and look forward to assisting you during the construction phase. If you have any questions concerning this report, or if we may be of further service, please contact us. Sincerely, Terracon Consultants, Inc. Thomas W. Sherman, P.E. (W 1) Senior Geotechnical Engineer Gregory J. Klein, P.E. Iowa No. 20705 TWS/GJK: N:\Projects\2015\06155608\PROJECT DOCUMENTS (Reports -Letters -Drafts to CI ients)\06155608-01.docx Copies: PDF —Client PDF —Mr. Brett Douglas, PLA, ASLA— Genus Landscape Architects, P.C. — bdouolas( Wenus-la.com Terracon Consultants, Inc. PO Box 1325 Iowa City, Iowa 52244-1325 P 13191 688 3007 F 13191 366 0032 lerracon.com TABLE OF CONTENTS APPENDIX A— FIELD EXPLORATION Exhibit A-1 Site Location Plan Exhibit A-2 Boring Location Plan Page EXECUTIVE SUMMARY.............................................................................................................i Exhibit A-4 Subsurface Profile 1.0 INTRODUCTION.............................................................................................................1 2.0 PROJECT INFORMATION.............................................................................................1 2.1 Project Description...............................................................................................1 2.2 Site Location and Description...............................................................................2 3.0 SUBSURFACE CONDITIONS........................................................................................2 3.1 Typical Profile......................................................................................................2 3.2 Groundwater Conditions......................................................................................3 4.0 RECOMMENDATIONS FOR DESIGN AND CONSTRUCTION......................................3 4.1 Geotechnical Considerations...............................................................................3 4.1.1 Existing Fill...............................................................................................3 4.1.2 Easily Disturbed Subgrade Soils..............................................................4 4.1.3 Higher Plasticity Soils...............................................................................4 4.2 Site Preparation and Earthwork...........................................................................4 4.2.1 Site Grading................................................................................N.........4 4.2.2 Soil Stabilization.......................................................................... .........5 4.2.3 Excavation Considerations .............................................. o Cn....� cam. ........ "tlj I 4.2.4 Fill Material Requirements................................................i? c -t... .......-.6" 4.2.5 Compaction Requirements ................................................ �.n.... r sn ....... 1.77 4.3 Pavement Recommendations.......................................................��....� ...... Fri 4.3.1 Pavement Design Recommendations................................Q... y......� 4.3.2 Longitudinal Subdrains !Pavement Subdrains...................y........."......10 4.3.3 Pavement Maintenance.................................................................-'.....10 5.0 GENERAL COMMENTS...............................................................................................10 APPENDIX A— FIELD EXPLORATION Exhibit A-1 Site Location Plan Exhibit A-2 Boring Location Plan Exhibit A-3 Field Exploration Description Exhibit A-4 Subsurface Profile Exhibits A-5 to A-7 Boring Logs APPENDIX B — SUPPORTING INFORMATION Exhibit B-1 Laboratory Testing APPENDIX C — SUPPORTING DOCUMENTS Exhibit C-1 General Notes Exhibit C-2 Unified Soil Classification System Responsive < Resourceful Reliable Geotechnical Engineering Report lf�rracon Washington Street Reconstruction ■ Iowa City, Iowa April 29, 2015 ■ Terracon Project No. 06155608.01 EXECUTIVE SUMMARY A geotechnical exploration has been performed for the proposed Washington Street Reconstruction located from Clinton Street to Linn Street in Iowa City, Iowa. Terracon's geotechnical scope of work included the advancement of three test borings to approximate depths of 10.5 feet below existing site grades. Based on the information obtained from our subsurface exploration, the site is suitable for development of the proposed project. The following primary geotechnical considerations were identified: ■ Existing fill materials were encountered below the pavement in the borings. These materials do not appear to have been placed with consistent moisture and density control. If the City of Iowa City (City) is willing to accept some risk of unsuitable materials being left in place, stable portions of the fill that are observed and tested could be left in place below the minimum recommended 18 inches of new structural fill. ■ The near surface clay soils encountered in the borings had higher moisture contents and lower strengths, and appear to be susceptible to instability at the encountered moisture levels. These soils are easily disturbed by wetting and/or construction activities, and stabilization with crushed stone and/or geogrid will likely be required. We recommend that construction cost estimates in�ude an allowance for subgrade stabilization. e o6.. �s WThe.:6-p-s& tgan clay soils that extended to depths ranging from about 2 to 3 feet in the borings apppqr stJ41e for reuse as compacted structural fill. Significant moisture conditioning (e.g. ..._ dryir of> -489s) should be anticipated if the on-site soils are reused as fill. ■ Mod.Srate tEbigh plasticity soils (lean clay and fat clay) were encountered below the fill in the bor%s, and may be subject to significant volume change with variations in moisture content. For this reason, we recommend these soils be removed if present within 18 inches of final subgrade elevation. Overexcavation and replacement in portions pavement areas will be required if these soils are encountered at shallow depths during construction. Earthwork on the project should be observed and evaluated by Terracon. The evaluation of earthwork should include observation and testing of engineered fill, subgrade preparation, and other geotechnical conditions exposed during construction. This summary should be used in conjunction with the entire report for design purposes. It should be recognized that details were not included or fully developed in this section, and the report must be read in its entirety for a comprehensive understanding of the items contained herein. The section titled GENERAL COMMENTS should be read for an understanding of the report limitations. Responsive ■ Resourceful ■ Reliable GEOTECHNICAL ENGINEERING REPORT WASHINGTON STREET RECONSTRUCTION CLINTON STREET TO LINN STREET IOWA CITY, IOWA Terracon Project No. 06155608.01 April 29, 2015 1.0 INTRODUCTION This report presents the results of our subsurface exploration and geotechnical engineering services performed for the proposed Washington Street Reconstruction located from Clinton Street to Linn Street in Iowa City, Iowa. The purpose of these services is to provide information and geotechnical engineering recommendations relative to: o ® subsurface soil conditions ■ excavation consideratiCO2 a site preparation and earthwork s pavement design and c096ucop (' G r"' The geotechnical engineering scope of work for this project included the advancemen"f thr X co test borings to approximate depths of 10.5 feet below existing site grades. = " w A Site Location Plan (Exhibit A-1), a Boring Location Plan (Exhibit A-2), a subsurface soil profile (Exhibit A4) and logs of the borings (Exhibits A-5 to A-7) are included in Appendix A of this report. The results of the laboratory testing performed on soil samples obtained from the site during the field exploration are included on the boring logs of this report. Descriptions of the field exploration and laboratory testing are included in their respective appendices. 2.0 PROJECT INFORMATION 2.1 Project Description Item Description s Reconstructed "streetscape" with portland cement concrete pavement East Washington Street o Alignment length of about 730 feet s Handicapped automotive and bicycle parking Expanded planting areas Grading ■ Cuts and fills of less than 1 foot (assumed) Stormwater management ■ Drainage to existing storm sewer system (assumed) ■ Not included in our scope of services Responsive ■ Resourceful a Reliable Geotechnical Engineering Report Washington Street Reconstruction ■ Iowa City, Iowa April 29, 2015 w Terracon Project No. 06155608.01 Item I Description v AAUI =J,9b/ Design traffic _ 1% growth rate (MPO of Johnson County) a 11 % transit buses ■ 2% trucks 2.2 Site Location and Description 1 ferracon Item Description Location ■ East Washington Street from Clinton to Linn Streets r Paved with portland cement concrete Existing improvements ■ Two-lane, one-way street with both angle and parallel parking areas ■ Subsurface utilities Existing topography s Washington Street slopes downward to the east, with (MEC survey) surface elevations ranging from about 687 to 679 feet 3.0 SUBSURFACE CONDITIONS 3.1 Typical Profile Based on the results of the borings, subsurface conditions on the project site can be generalized as follows: Approximate Depth to E4atum~I Bottom of Stratum Material Description Consistency / (feet) Relative Density to 9 inches Portland cement concrete N/A j t 1 .`x F-` 2 to 3 Fill - Lean clay N/A 2 0 6 to 7 Native lean to fat clay and fat clay Stiff 3 N More than 10 5 Native lean clay Medium stiff to stiff 1. Borings B-101 to B-103 terminated in this stratum. Conditions encountered at each boring location are indicated on the individual boring logs. Stratification boundaries on the boring logs represent the approximate location of changes in native soil types; in situ, the transition between materials may be gradual. Details for each of the borings can be found on the boring logs in Appendix A of this report. Responsive Resourceful - Reliable 2 Geotechnical Engineering Report 1%rr�con Washington Street Reconstruction • Iowa City, Iowa April 29, 2015 a Terracon Project No. 06155608.01 3.2 Groundwater Conditions The borings were observed for the presence of groundwater during drilling and sampling, and were also observed following the completion of drilling. No water was observed in the boreholes at these times. After completion of our drilling operation, the boreholes were backfilled with on- site soils and the pavements patched. The absence of water in the boreholes does not necessarily mean that they terminated above the water table, since, for the lower permeability clay soils encountered in the borings, a Idioer time may be required to develop representative water level in the boreholes. Longer -tom obsFD/atiomn using cased holes or piezometers, sealed from the influence of surface water, wf�PeAquired— for a better evaluation of the groundwater conditions on this site. n -t Fluctuations of the groundwater levels will likely occur due to seasonal vahations-lnl-fhe amount of rainfall, runoff and other factors not evident at the time the borings were perform=-TheWfore, groundwater levels during construction or at other times in the life of the structure may be di6rent than the levels indicated on the boring logs. Also, trapped or "perched" water could be present within the sand or silt seams within native clay soils and/or in cohesionless soils (fill and native) above lower permeability clay soil layers. The possibility of groundwater level fluctuations and perched water should be considered when developing the design and construction plans for the project. 4.0 RECOMMENDATIONS FOR DESIGN AND CONSTRUCTION 4.1 Geotechnical Considerations Primary geotechnical considerations include: ■ Existing fill; ■ Easily disturbed subgrade soils; a Higher plasticity clay soils. Further details are provided herein. 4.1.1 Existing Fill Existing fill was encountered in the borings to depths ranging from about 2 to 3 feet. Based on the test results and composition of the fill, it appears that the fill may not have been placed as engineered fill with consistent control of moisture and density. Records regarding fill placement Responsive a Resourceful a Reliable Geotechnical Engineering Report l�i�rracon Washington Street Reconstruction a Iowa City, Iowa April 29, 2015 ■ Terracon Project No. 06155608.01 were not provided to Terracon for the preparation of this report, but should be provided to Terracon for review if found to exist. Support of pavements on or above existing fill soils is discussed in this report. However, even with the recommended construction testing services, there is an inherent risk for the owner that highly compressible fill or unsuitable material within or buried by the fill will not be discovered. This risk of unforeseen conditions cannot be eliminated without completely removing the existing fill, but can be reduced by performing additional testing and evaluation. If the City is willing to accept the risk of unsuitable materials being present within or buried by the fill and not being detected, resulting in adverse pavement performance, then stable portions of the existing fill soils could be used to support the pavements. However, as a minimum we recommend at least 18 inches of properly compacted structural fill be present below pavements. 4.1.2 Easily Disturbed Subgrade Soils The clayey textured soils encountered on the site are susceptible to disturbance from construction activities, particularly if the soils are wetted by surface water or seepage. Care should be taken during construction to minimize disturbance of the exposed soils. We recommend that budget estimates include a contingency for soil stabilization. 4.1.3 Higher Plasticity Soils Moderate to high plasticity (lean to fat clay and fat clay) soils were encountered below depths of about 2 to 3 feet in the borings, and may be encountered closer to the finished subgrade elevations along portions of the alignment. These soils have the potential to shrink and swell with soil moistmre content fluctuations. This report provides recommendations to help mitigate the effects of.soil sh*kage and expansion. 4.V SiYe�Pr4*ation and Earthwork L7 C, i- i >- U See ging menJ ba�ourse (if any), unsuitable existing fill materials, and any otherwise unsuitable materials hould be removed from the reconstruction area. If the City elects to leave a portion of the fill in place and assumes increased risk of distress in exchange for decreased construction costs, the pavement subgrades should be undercut so at least 18 inches of new structural fill soils will be present below design subgrade level. Existing fill materials that are scarified, moisture conditioned, and recompacted to at least the minimum recommended degree of compaction could be considered a part of the new 18 -inches of structural fill. The pavement subgrades should also be stripped of any lean to fat clay or fat clay (Stratum 2, Section 3.1) within 18 inches of finished subgrade elevation and replaced with low plasticity cohesive or granular structural fill soils back to planned subgrade level. Responsive ■ Resourceful a Reliable 4 Geotechnical Engineering Report l�err�con Washington Street Reconstruction ■ Iowa City, Iowa April 29, 2015 a Terracon Project No. 06155608.01 After rough grade has been established, the exposed subgrade should be proofrolled by the contractor and test probed by Terracon. Proofrolling on clay subgrades could be accomplished by using heavy, rubber -tired construction equipment or a tandem axle dump truck (gross weight of 20 to 25 tons). This surficial proofroll would help to provide a stable base for the compaction of new structural fill, and delineates low density, soft, or disturbed areas that may exist below subgrade level. In addition, we recommend the subgrade be scarified and recompacted to at least 95 percent of the material's maximum dry density (ASTM D698). This proofrolling and recompaction process will help to identify soft or loose areas below the subgrade level. Soft or loose areas should be undercut, moisture conditioned, and recompacted or replaced with approved structural fill. Subgrade conditions should be observed by Terracon during construction. Desiccated lean to fat clay and fat clay soils have a particularly high swell potential, theg9fore the lean to fat clay and fat clay soils should be maintained at or above their optimum NoisturrXontents during and after construction. Any dry materials should be removed, andutigrade`FiA established with low plasticity material, prior to pavement construction and/or lain , ran base/subbase materials. cn -r_ r r� EM The moisture content of exposed lean to fat clay and fat clay soils should be%Gef?m> d a adjusted to appropriate moisture contents prior to placement of new fill.; This step is recommended to reduce the potential for volume change (swell) if the soils are initially`dry and subsequently increase in moisture. Where moisture contents are below the optimum as determined by the standard Proctor test, we recommend the soils be scarified to depths of about 9 inches and adjusted to moisture contents above optimum and compacted to at least 95 percent but less than 100 percent of their maximum standard Proctor (ASTM D698) dry density. Dewatering during construction could be required. We expect that sump pits and pumps would generally be adequate for dewatering excavations in clay soils. Upon completion of filling and grading, care should be taken to maintain the subgrade moisture content prior to construction of pavements. Construction traffic over the completed subgrade should be avoided to the extent practical. Exposed subgrades should be sloped to prevent ponding of surface water on the prepared subgrades or in excavations. If the subgrade should become frozen, desiccated, saturated, or disturbed, the affected material should be removed or these materials should be scarified, moisture conditioned, and recompacted prior to pavement construction. 4.2.2 Soil Stabilization Corrective measures will probably be required to increase subgrade stability during subgrade preparation. The City should budget for additional costs to provide the required corrective measures. Based on our experience in soils of these types, crushed stone thicknesses on the order of 1 to 2 feet could be required to stabilize subgrade soils. A geotextile stabilization material could also be placed below the crushed stone to help stabilize the subgrade soils. As an Responsive Resourceful Reliable 5 Geotechnical Engineering Report lferracon Washington Street Reconstruction ■ Iowa City, Iowa April 29, 2015 ■ Terracon Project No. 06155608.01 alternative, the unstable subgrade soils could be undercut, scarified on-site, and compacted with moisture and density control in maximum 9 -inch loose lifts up to final subgrade elevation to provide a uniform thickness of well -compacted material. 4.2.3 Excavation Considerations All excavations should comply with the requirements of OSHA 29CFR, Part 1926, Subpart P, "Excavations" and its appendices, as well as other applicable codes. This document states that the excavation safety is the responsibility of the contractor. Reference to this OSHA requirement should be included in the project specifications. Slope heights, slope inclinations and/or excavation depths should in no case exceed those specified in local, state or federal safety regulations, including current OSHA excavation and trench safety standards. The information provided in this report is intended for its use by our client for this project only. Under no circumstances should the information provided below be interpreted to mean that Terracon is assuming responsibility for construction site safety or the contractor's activities; such responsibility is not being implied and should not be inferred. Construction site safety is the sole responsibility of the contractor, who shall also be solely responsible for the means, methods, and sequencing of construction operations. 4.2.4 Fill Material Requirements Fill should be low plasticity cohesive soil or granular soil. Fill placed in confined excavations such as utility trenches should consist of relatively clean and well -graded granular material. This should provide for greater ease of placement and compaction in confined areas where larger compaction equipmTt cannot be operated. The IeafPblay j`norganic cohesive soils (Stratum 1, Section 3.1) encountered in the borings are cpnsideW s6qtEjble for use as site mass grading fill. Significant moisture conditioning (e.g. drying of tlays)Aho6kthe anticipated if on-site soils are reused as fill. Some sorting will be required if 6 of}�ele- qus material are encountered in the existing fill. The lean to fat clay and fat clay Sols (Striturrr.3iTection 3.1) will have Atterberg limits greater than those recommended, and should noPbe usiml as fill in pavement areas. 0 CRJ Compacted structural fill should meet the following material property requirements: Fill Type I USCS Classification 1 Acceptable Location for Placement Low Plasticity j Cohesive 2 CL -ML, CL General site grading fill � High Plasticity I CUCH, CH Cohesive Granular Unsuitable GW, GP, GM, GC SW, SP, SM, SC MH, OL, OH, PT Green (non-structural) locations General site grading fill, below pavements Green (non-structural) locations Responsive ■ Resourceful ■ Reliable 6 Geotechnical Engineering Report Washington Street Reconstruction ■ Iowa City, Iowa April 29, 2015 ■ Terracon Project No. 06155608.01 Fill Type' I USCS Classification 1 Terracon Acceptable Location for Placement The on-site CL soils encountered in the borings generally appear suitable for reuse as structural Onsite Soils 4 CL, CUCH, CH fill. The CH soils should only be used in areas where shrink -swell behavior will not lead to distress 1. Structural fill should consist of approved materials that are free of organic matter and debris. Frozen material should not be used, and fill should not be placed on a frozen subgrade. A sample of each material type should be submitted to the geotechnical engineer for evaluation prior to use on this site. 2 Low plasticity cohesive soil has a liquid limit less than 45 and a plasticity index less than 23. Appropriate laboratory tests, including Atterberg Limits for cohesive soils, organic content tests for dark colored soils and/or those that exhibit a noticeable odor, and standard Proctor (ASTM D698) moisture -density relationship tests should be performed on proposed fill materials prior to their use as structural fill. Further evaluation of any on-site soils or off-site fill materials should be N performed by Terracon prior to their use in compacted fill sections. o 4.2.5 Compaction Requirements Item Maximum Fill Lift Thickness Minimum Compaction Requirements 1,2 Moisture Content Range ' Description ■ 9 inches or less in loose thickness vllaetiheazy, self° propelled compaction equipment isitsd cc ■ 4 inches in loose thickness whets hand�pided equipment (i.e. jumping jack or plate compactor) is used ■ 98% within 1 foot of finished pavement subgrade ■ 95% more than 1 foot below pavement subgrade ■ Low plasticity cohesive: -2% to +3% ■ Granular: -3% to +3% 3 1. As determined by the standard Proctor test (ASTM D698). 2. If the granular material is a coarse sand or gravel, or of a uniform size, or has a low fines content, compaction comparison to relative density may be more appropriate. In this case, granular materials should be compacted to at least 70% relative density (ASTM D 4253-00 and D 4254-00). 3. Moisture levels should be maintained at levels satisfactory for compaction to be achieved without the granular fill material bulking during placement or pumping when proofrolled Responsive Resourceful Reliable 7 Geotechnical Engineering Report l�err�con Washington Street Reconstruction m Iowa City, Iowa April 29, 2015 m Terracon Project No. 06155608.01 4.3 Pavement Recommendations Pavements should be designed in general accordance with the current version of the Iowa SUDAS (Statewide Urban Design and Specifications) Design Manual. SUDAS recommends a minimum portland cement concrete (PCC) thickness of 6 inches with a granular subbase and 7 inches without the subbase. 4.3.1 Pavement Design Recommendations The following design traffic was provided to us by the Metropolitan Planning Organization of Johnson County: Year 2014 AADT of about 4,000 vehicles per day; * Up to 11% transit buses; .. Up to 2% trucks. Based on the traffic information provided to us, ourdesign traffic values in 18 -kip equivalent single axle loads (18 -kip ESALs) for a portland cement concrete pavement are presented in the table below. Our analyses assumes two-thirds of the traffic in the design lane. DESIGN TRAFFIC 20 -Year 18 -kip ESALs 30 -Year 18 -kip ESALs 40 -Year 18 -kip ESALs 50 -Year 18 -kip ESALs 1,044,000 1,650,000 2,248,000 2,925,000 Pi3xvidedbelow-bre pavement thickness designs for new PCC pavements based on the traffic wits pr_senbe libove and the results of our testing and analysis. The following are the pavement design Pprarpegs and assumptions used for evaluating pavement thicknesses. Pavement sectionsmer"x wluated using AASHTO (1993) design guidelines: r, .s o ■ Mclulus of subgrade reaction for compacted soil subgrade: 110 pci, ® Concrete modulus of rupture: 630 psi; Initial serviceability: 4.5; Terminal serviceability: 2.0; Reliability: 85 percent, Standard deviation: 0.35, Load transfer coefficient for rigid pavements: 2.7. Below are the recommended minimum pavement design thicknesses for the 20, 30, 40, and 50 - year design traffic loadings. Responsive a Resourceful --4 Reliable 8 Geotechnical Engineering Report 1(erracon Washington Street Reconstruction ■ Iowa City, Iowa April 29, 2015 ■ Terracon Project No. 06155608.01 MINIMUM RECOMMENDED PORTLAND CEMENT CONCRETE PAVEMENT SECTIONS Base Course (in) 20 -Year Design Thickness (in) 30 -Year Design Thickness (in) 40 -Year Design Thickness (in) 50 -Year Design Thickness (in) 4 7.5 8 8.5 9 The above sections represent minimum design thicknesses and, as such, periodic maintenance should be anticipated. The portland cement concrete pavement should have a minimum 28 -day compressive strength of 4,000 psi. The material identification as presented on the Iowa Department of Transportation (IDOT) Standard Specifications for Highway and Bridge Construction is as follows: 'N O ■ Concrete Pavement - IDOT Portland Cement Concrete Type C: Section 2;�91 n `r M - The estimated pavement sections provided in this report are minimums for the assytD�ed Ve s i g n— criteria, and as such, periodic maintenance should be expected. A maintenance-{orogrrfl tha�`-� includes surface sealing, joint cleaning and sealing, and timely repair of cracks arx7_Oeter . _ated� areas will increase the pavement's service life. As an option, thicker sec tifjrig coUW be' � constructed to decrease future maintenance. — All concrete for rigid pavements should have a minimum 28 -day compressive strength of 4,000 psi, and be placed with a maximum slump of 4 inches. Although not required for structural support, a minimum 4 -inch thick base course layer is recommended to help reduce potential for slab curl, shrinkage cracking, and subgrade "pumping" through joints. Proper joint spacing will also be required to prevent excessive slab curling and shrinkage cracking. All joints should be sealed to prevent entry of foreign material and dowelled where necessary for load transfer. Where practical, we recommend "early -entry" cutting of crack -control joints in Portland cement concrete pavements. Cutting of the concrete in its "green" state typically reduces the potential for micro -cracking of the pavements prior to the crack control joints being formed, compared to cutting the joints after the concrete has fully set. Micro -cracking of pavements may lead to crack formation in locations other than the sawed joints, and/or reduction of fatigue life of the pavement. Pavement design methods are intended to provide structural sections with adequate thickness over a particular subgrade such that wheel loads are reduced to a level the subgrade can support. The support characteristics of the subgrade for pavement design do not account for shrink/swell movements of a potentially expansive clay subgrade such as the soils encountered in the borings. Thus, the pavement may be adequate from a structural standpoint, yet still experience cracking and deformation due to shrink/swell related movement of the subgrade. It is, therefore, important to minimize moisture changes in the subgrade to reduce shrink/swell movements. Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report 1 ��rracon Washington Street Reconstruction ■ Iowa City, Iowa April 29, 2015 ■ Terracon Project No. 06155608.01 4.3.2 Longitudinal Subdrains / Pavement Subdrains Due to the frost susceptible soils and the possibility of perched groundwater, consideration should be given to installing a pavement subdrain system to control subgrade moisture, improve stability, and improve long term pavement performance. We recommend that pavement subgrades be crowned at least 2 percent to promote the flow of water towards the subdrains, and to reduce the potential for ponding of water on the subgrade. A pavement subdrain system would consist of a minimum 6 -inch thickness permeable granular base consisting of a coarse, well -graded free -draining granular material meeting IDOT Specifications 4121, 4123, or 4132. Subdrains would be extended a minimum of 3'/: feet below pavement subgrade. The subdrain trenches should be backfilled with clean, well -graded granular material meeting IDOT porous backfill or Section 4131 criteria or an aftemative free -draining granular material encapsulated with suitable fifterfabric. A minimum 4 -inch diameter, perforated drain line should be placed near the base of the drain and surrounded with at least 6 -inches annulus of the drainage material. The subdrains should be hydraulically connected with the permeable base layer. Subdrains should be sloped to provide positive gravity drainage to reliable discharge points such as a ditch or storm water inlet. Periodic maintenance of subdrains is required for long-term proper performance. 4.3.3 Pavement Maintenance The palment sections provided in this report represent minimum recommended thicknesses and, as -such, periodic maintenance should be anticipated. Therefore preventive maintenance ilould plgr4ed and provided for through an on-going pavement management program. fQginteriance _ vdies are intended to slow the rate of pavement deterioration and to preserve the pav�neaon stment. Maintenance consists of both localized maintenance (e.g. crack and =t s4lin�:&Acl patching) and global maintenance (e.g. surface sealing). Preventive LtwinteeffPcF3jJsually the first priority when implementing a pavement maintenance program. Additiob2l engRaering observation is recommended to determine the type and extent of a cost 0 effectiv"rogram. Even with periodic maintenance, some movements and related cracking may still occur and repairs may be required. 5.0 GENERAL COMMENTS Terracon should be retained to review the final design plans and specifications so comments can be made regarding interpretation and implementation of our geotechnical recommendations in the design and specifications. Terracon also should be retained to provide observation and testing services during grading, excavation, paving, and other earth -related construction phases of the project. Responsive a Resourceful ■ Reliable 10 Geotechnical Engineering Report Washington Street Reconstruction ■ Iowa City, Iowa April 29, 2015 ■ Terracon Project No. 06155608.01 d tMIR(s7I I The analysis and recommendations presented in this report are based upon the data obtained from the borings performed at the indicated locations and from other information discussed in this report. This report does not reflect variations that may occur between borings, along the alignment, or due to the modifying effects of construction or weather. The nature and extent of such variations may not become evident until during or after construction. If variations appear, we should be immediately notified so that further evaluation and supplemental recommendations can be provided. The scope of services for this project does not include either specifically or by implication any environmental or biological (e.g., mold, fungi, bacteria) assessment of the site or identification or prevention of pollutants, hazardous materials or conditions. If the City is concerned ab" the potential for such contamination or pollution, other studies should be undertaken. o 'Y { ::5f� y a This report has been prepared for the exclusive use of our client for specific appaustfon the project discussed and has been prepared in accordance with generally accepteopechnical engineering practices. No warranties, either express or implied, are intended ot.nWde.'_.Site safety, excavation support, and dewatering requirements are the responsibility of others. Wthe event that changes in the nature, design, or location of the project as outlined in this reporrare planned, the conclusions and recommendations contained in this report shall not be considered valid unless Terracon reviews the changes and either verifies or modifies the conclusions of this report in writing. 0" FESSip - 1 hereby certify that this engineering document was prepared by me or o"'M, �.�•.••""• under my direcypersonal supervision and that 1 am a duly licensed '••F2 ° Profess al.Llrlgineer under th�s of the State of Iowa. GREGORY J. �.�? M. 20705 :Aa Gregory J. Ie n, P.E. Date 'r•` I My license renewal date is December 31, 2016. Responsive a Resourceful a Reliable 11 APPENDIX A FIELD EXPLORATION a y - LU- 117 U F-- U Q tiQ w O o N _ _LJLA M OEM', S DubuqU St S1 Y,3 re - S Gilbert St Rumn St IS[ S m4a r4 cap" �;t N Clinton St 0 L m eti -,kilo vhp 14,14aft'nst 0 > 0 Ln S St yN z S Clinton t Dutsuqm St 5C S Dodoe St g V. A Stine S1 S m4a r4 cap" �;t N Clinton St .e;pe N Clinton St A N Du"uw St Ci N (inn SI N van Buten St N GAW't St NI w N Oh,5Cn S eti -,kilo vhp 14,14aft'nst va- 5,;ro,, ST 0 Ln S St yN Jahrmn St S Dodoe St .e;pe N Clinton St A N Du"uw St Ci N (inn SI N van Buten St N GAW't St NI w N Oh,5Cn S / • 3x3'�R 9( Do QS FMe: 1C r _-- c: rA�r - Ars Ir eX LB a oBA )c w5' rc 5-.Y )C 0 AOA' BN � '� PIAVO / 1 BR BN r BR ofd"'BR r.' XN IX NN �{TIIyI. PYRI 0. Pu A ADA e _ D AOA [—_9 NM— _SIS. ��B-. iC \: —_�F�j �. -- ----L I � B-102 B-101 i�,la p1 (]��_r — 1' e°i �I --- rte""' t—Ll-3-clc�l'A N S JA _ "'— —+--`---)�'—)'--" s—I-" x � r'rmurcrN sraerr� r }� A 1 Di¢ e I ' r e'cA�ie .Y +f9 ADie or ��y CITY . FFti r BA Le b k -- B — _,`r� u . 1 60.... .. -.._ ! N,z—n- r I L AY: M— T _ Ir—C ^" CCA A YAIL M fifli.^ IC Pe, 3 SS 5A �NO� Cis YC 51(\ ISO' NN �. _ Is— ACCS - i0. RB m ... o., - _ _ _ 2 As YIOw , oes BAN 10 —+Ys / YL LB 103 $ RMi(FI VYJIi pEP1X VA ) IIPPM Di a U / I RRW F -LR �CLINTON ST TO DUBUQUE ST �• a c r,. .. as as rs as oe" - I iI Y 9] ADA des 0. YG a -w ` 1C .,r q B IAOA N}q , 2i' te0 )IS OL a a IB a-4 MI 0.Y IW tx-CRB IB•18W B / iADA iC �r 6B 13.3 Bar _ n4 �C n ' ADA c 31.3' aou wRe �.ADA yyI 'i AOA \ M o B-103 N 5IXN WASHINGTON STREET crania /y WASHINGTONSTREET -... rn ABA rmW cae cR -------,�o __._oy-..._..o-,._...._ u .. .._...c— c----'�---.c—f---'`—'se�� . ��OL 0 A.o'MO CURB) 0 uug .SADA L E ��v'LW LB va� I e�-�A--II FC—MA �A-� ° rA es,3 sr, es. 3x•w 13.8 m•w `3 - TT,>® AOA • �Pf�'"C 9 TI 111191 aA� T� ' DUBUQUE ST TO LINN ST LEGEND -APPROXIMATE BORING LOCATION NORTHdale o6t08 Aawfms lrerracon BORING LOCATION PLAN WASHINGTON STREET FROM EXHIBIT# WSJ PC BASE DRAWING FROM PDF Tevacon Bong.- Weehinghon.pd} ,eme: Consulting Engineers and Scientists CLINTON STREET TO LINN STREET BY MMS CONSULTANTS. INC 0 q0• 06155606-01 IOWA CITY, IOWA ASL!'� THIS DRAWING IS INTENDED FOR GENERAL LOCATION wORI "1° 0.0. g1VA SnN-1u5 Box IM5 KAVACRY. PURPOSES ONLY A flilATs Marais$ BORING LOCATION W,319) =7 I+LmB, 3MDau Geotechnical Engineering Report l��rracon Washington Street Reconstruction ■ Iowa City, Iowa April 29, 2015 ■ Terracon Project No. 06155608.01 Field Exploration Description Our field exploration consisted of performing three soil borings at the project site that extended to depths of about 10.5 feet below the existing grades. The boring locations were selected by Terracon and laid out in the field by McClure Engineering Company. Offset distances from the staked locations, where required for access for B-101 and B-102, are presented on the boring logs, and were approximately by using a measuring wheel or cloth tape. The approximate boring locations and Iowa State Plane coordinates are indicated on the attached Boring Location Plan. The ground surface elevations indicated on the boring logs (rounded to the nearest %foot), were provided by MEC. The locations and elevations of the borings should be considered accurate only to the degree implied by the means and methods used to define them. Drilling and Soil Sampling ^� 0 The borings were drilled with an ATV -mounted, rotary drilling rig using continuoul"ight a`gers to advance the boreholes. Samples were obtained using split -barrel sampling IWV1586 procedures. In the split -barrel sampling procedure, a standard 2 -inch O.D. splitdha"I sampli spoon is driven into the ground with a 140 -pound hammer falling a distance of 30. 6ks.. C automatic SPT hammer was used to advance the split -barrel sampler in the boi ngs' paDrmgd .! for this project. A significantly greater efficiency is achieved with the automatic harpnaer cc"pared-" to the conventional safety hammer operated with a cathead and rope. This higher efficie ray has an appreciable effect on the SPT -N value. The effect of the automatic hammer's efficiency has been considered in the interpretation and analysis of the subsurface information for this report. The number of blows required to advance the sampling spoon the last 12 inches of a normal 18 - inch penetration is recorded as the standard penetration resistance value. These values are indicated on the boring logs at the corresponding depths of occurrence. The samples were sealed and returned to the laboratory for testing and classification (ASTM D4220). Field logs of the borings were prepared by the drill crew. Each log included visual classification of the materials encountered during drilling as well as the driller's interpretation of the subsurface conditions between samples. The boring logs (ASTM D5434) included with this report represent an interpretation of the field logs by a geotechnical engineer and include modifications based on laboratory observation and tests on select samples. Procedural standards noted above are for reference to methodology in general. In some cases variations to methods are applied as a result of local practice or professional judgment. Responsive Resourceful Reliable Exhibit A-3 Q W Ep N D 100 300 400 500 600 700 ei 686 B.inl 886 Y.w LLPL (Rn 666 1016 JAN —S Ate 8: 14 666 23 336 3818 CITY CLERK 684 "=6 IOWA CITY. f a), ; 8102L r n 664 O PL 27 3..6 5619 882 N=11N 682 z O z4 1-1-3 N=4 tt r &103 uc aui 680 27 244%w LLPL psq 660 F N=8 2 28 244111 4419 O � fi78 N=8 V4J,�I1 678 H25 2 N 21 4N8 9 26 If a 676 ST-11 j 676 d W 27 34.5 y 674 � ZJ4 N-9 674 3 W-7 ST-11 2fi 2.34 x 672 N.7 N=7 672 p ri70 26 1-3.3� E70 N NS L Iof a BT-11 less, ob8 t7 0 100 200 300 400 S00 600 700 O Distance Along Baseline go gi Concrete ground) a Fat Clay Lean Clay Clay CIay/Fal Exolanation i 8-10Y amabme $ Nura n Content�.w LLPL— Land aN Pull Limiu SanWi N L ewanole — W Boolhov RT Borehole Nares: ProMnrlaaa9ar 7ws v�q.m Na: oelsseoe Sal - lfierr�con SUBSURFACE PROFILE — BT TerminalionTypa oaGamralloW InAppromlminone SeeGerertlNo no' desslca4om. n.'a'wrl8y.7WS Bp31a:NTS West to East Cross-SBCtlon 0 g wadi Leaal Readia9 et time of °riling. dJarpanOhanplva only so�laprorle pran4emar u=ao-p�rpa,m o�rv. Soil, between barren may Or Award by, (ill( Fie Nms: Ex" 30ab_. Coral sw WASHINGTON STREET RECONSTRUCTIONLAI y Z Wady LevelR Wirp TR NgerRvlwl 1owi0 CLINTONSTREETTOLINNSTREET Mer ma . BT-Bang TnmiruEon Osb: 41217I018 Px31344N347 FW 319Jg4032 IOWA CITY. IOWA BORING LOG NO. B-101 Pae 1 of 1 PROJECT: Washington Street Reconstruction CLIENT: Genus Landscape Architects, PC Des Moines, Iowa SITE: Clinton Street to Linn Street OWNER: City of Iowa City Iowa City, Iowa 00 LOCATION Offset T no th w = _ � c� ATTERR ERG J O Latitude: 41.6601209° Longitude: v >OLIMS < pppw,,, > F F mm F �Oa F �' s -91.5343913° a Northing: 610917 EasOng:2177485 >w O Oj 3t- i I.I.-PL-PI <rr�< m m¢ Surface Elev.: 697 (FL) O 3 m w S gof O V DEPTH ELEVATIONF. O K ®° m 0.6 7" Portland Cement Concrete 686.5 FILL - LEAN CLAY, trace sand and crushed limestone, brown and gray 10 3 85 23 35-16-17 N=8 3.0 684 FAT CLAY (CHI, trace sand, gray and brown mottled, stiff 56-1337 12 8 3-&6 .D 27 5— 1 Alp) �n �. 7.0 680 q -C 4.25 LEAN CLAY (CLI, trace sand, brown, stiff 18 aRkZ P) Fiarn 2- 'dl T25 18 N=e P) 25 70.5 676.5 Boring Terminated at 10.5 Feet Stratification lines are approximate. In-situ, the transition may be gradual. Hammer Type: CME Automatic Advancement Method: See Exhibit A-3 for description of field Notes: Power Auger procedures. See Appendix B for description of laboratory Procedures and additional data (if any). Abandonment Method'. See Appendix C for explanation of symbols and Boring backfilled with auger wrings and pavement abbreviations, patched upon canpletion. WATER LEVEL OBSERVATIONS lrerracon acting Started: 4712015 Boring Completed: 41712015 _ No Water observed during drilling. Ddll Rig: CME -550 Driller. DL _ 3003 Slerra Court SW lava City, Iowa Project No.: 06155608 Exdbit: A-5 BORING LOG NO. B-102 Page 1 of 1 PROJECT: Washington Street Reconstruction CLIENT: Genus Landscape Architects, PC Des Moines, Iowa SITE: Clinton Street to Linn Street OWNER: City of Iowa City Iowa City, Iowa LOCATION Offset T north, 4' westr W LL 5 �? ATTERBERG LIMITS g Latitude: 41.6601234' Longitude: -91.5332419' i< g w rc F w s a Nortirg: 610925 Easting: 2177799 w a w o w ti i u~ai lrc p w ot o< 3 LL-PL-PI Surface Etev.: 683.5 (FL) wo 3 w w g o O DEPTH ELEVATIONFL O - s •,• 9" Portland Cement Concrete 0.8 FILL - LEAN CLAY, trace sand and crushed limestone, brown and E-00 gray 1-1-3 681. LEAN TO FAT CLAY MUCH). trace sand, brown, stiff 7 N=4 24 X 18 N-8 5 28 44-1&25 5— (HP) 0 6n. LEAN CLAY (CLU trace sand, brown, medium stiff 18 2-3-3 1.0 26 N=6 (HP) 18 25 t N37 (HP) 10.5 673 Boring Terminated at 10.5 Feet 3 .T c� i r 1 w Lv c c %- J ' 1• N ~ .i Z ~Q tt �' ILI— ,o O_ 0 N Stratification lines are approximate. In-situ, the transition may be gradual. Hammer Type: CME Automatic Advancement Method: See Exhibit A-3 for description of field Notes: Power Auger procedures. See Appendix B for description of laboratory procedures and additional data (if any). See Appendix C for explanation of symbols and Abandonment Method: Boring backfilled with auger wltlngs and pavement abbreviations. patched upon completion. WATER LEVEL OBSERVATIONS 1 terra con Boding Started: 4R/2015 Boring Completed: V72015 No water observed during doffing. Drill RIB: CME-550 Griller: OL 3003 Sierra Court SW Iowa City, Iowa Project No.: 06155608 Exhibit. A-6 BORING LOG NO. B-103 Page 1 of 1 PROJECT: Washington Street Reconstruction CLIENT: Genus Landscape Architects, PC Des Moines, Iowa SITE: Clinton Street to Linn Street OWNER: City of Iowa City Iowa City, Iowa 0 LOCATION See Exhibit A-2 w Z a 5 c C ATTERBER LIMITS 0 U Latitude. 41.6601302' Longitude: -91.5318617' ,-, o rc F LU F 01 je wt Northing: 610936 EasUrg: 2178176 Q- W rw a O ww $Q �i LL -PL -PI Surface Elev.: 679.5 (Fl.) 0 3 m < w LL m g p O U DEPTH ELEVATION Ft. O rn R � 0.6 714' Portland Cement Concrete 679 - LEAN CLAY, trace sand and crushed limestone, brown 1FILL 2.5 677 12 4N B 21 FAT CLAY (CH), trace sand, gray and brown mottled, stiff A6.0 5 1B 3-45 N=9 5 P) 27 673.5 CD CD n LEAN CLAY (CLI, trace sand, gray and brown mottled, medium stiff 18 2;34< 11.0 wC'b P) f-3-3 •1.0 18 las 66 Boring Terminated at 10.5 Feet Stratification lines are approximate. In-situ, the transition may be gradual. Hammer Type: CME Automatic Advancement Method: See Exhibit A-3 for description of Ueld Notes: Power Auger procedures. See Appendix B for description of laboratory procedures and additional data (if any). See Appendix C far explanation of symbols and Abandonment Method: Baring backfilled with auger cuttings and pavement abbreviations. patched upon completion. WATER LEVEL OBSERVATIONS 1 rerracon Boring Started: 4r7r2015 Bodng competed: 4/7/2015 NO water observed dunng drilling. Drill Rig: CME -550 Driller: DL 3003 Sierra Court SIN Iowa City, Iowa Project No.: 06155608 Exhibit: A-7 APPENDIX B SUPPORTING INFORMATION `5 J - Ln U F- LL ~� � U { .o O_ 0 N Geotechnical Engineering Report Washington Street Reconstruction ■ Iowa City, Iowa April 29, 2015 ■ Terracon Project No. 06155608.01 1 rerracon Laboratory Testing Soil samples were tested in the laboratory to measure their natural water contents (ASTM D2216). A hand penetrometer was used to estimate the unconfined compressive strength of some cohesive samples. The hand penetrometer provides a better estimate of soil consistency than visual examination alone. The following index tests were performed to aid in classifying the soils and evaluating their engineering properties: ■ Three (3) Atterberg limits (liquid and plastic) tests (ASTM D4318). The results of the laboratory tests are shown on the boring logs, adjacent to the soil profiles, at their corresponding sample depths. N As a part of the laboratory testing program, the soil samples were classified inAhe la5aratory (ASTM D2488) based on visual observation, texture, plasticity, and the limited Ia. EajoryaestinM described above. Additional testing could be performed to more accurately classg�Fe sBMples..... Portions of the recovered samples were placed in sealed containers, and the s"Ie"ill bF— retained for at least 1 month in case additional testing is requested. The spit3pscpptionMtt presented on the boring logs for native soils are in accordance with our enclosed eraMot n and Unified Soil Classification System (USCS) (ASTM D2487). The estimateltroupsymbol for the USCS is also shown on the boring logs, and a brief description of the Unified Sy%tem is attached to this report. Procedural standards noted above are for reference to methodology in general. In some cases variations to methods are applied as a result of local practice or professional judgment. Responsive Resourceful Reliable Exhibit B-1 i FIL'I:-D 2016 JAN -5 AI' 8: 13 CITY CLERK IOK'A CITY, 10, c O Z � O m v z O� n x c n m z cn GENERAL NOTES r 1e�• :e _.rte :alle DESCRIPTIVE SOIL CLASSIFICATION Soil classification is based on the Unified Soil Classification System. Coarse Grained Soils have more than 50% of their dry weight retained on a #200 sieve; their principal descriptors are: boulders, cobbles, gravel or sand. Fine Grained Soils have less than 50% of their dry weight retained on a #200 sieve; they are principally described as clays if they are plastic, and silts if they are slightly plasfic or non -plastic. Major constituents may be added as modifiers and minor constituents may be added according to the relative proportions based on grain size. In addition to gradation, coarse-grained soils are defined on the basis of their in-place relative density and fine-grained soils on the basis of their consistency. o LOCATION AND ELEVATION NOTES CD Unless otherwise noted, Latitude and Longitude are approximately determined using a hand-held G ice- he acc r cy of such devices is variable. Surface elevation data annotated with +/- indicates that no actual topogr ;11 s6rvey waa— conducted to confirm the surface elevation. Instead, the surface elevation was approximately deternan�Fl„Tror pogrwHe maps of the area. �f ® CONSISTENCY OF FINE-GRAINE6W.Lb Water Initially Encountered (More than 50% retained on No. 200 sieve.) (HP) Hand Penetrometer With Auger Split Spoon Consistency determined by laboratory shear strerfgth testioa. field v Water Level After a Specified Period of Time Includes gravels, sands and silts. (T) Torvane Z tl Q 01) 4Ring ' m Shelby Tube Macro Core Sampler Rock Core J W W IX W F Q ?� Water Level After a Specified Period of Time Water levels indicated on the soil boring logs are the levels measured in the borehole at the times indicated. Groundwater level variations will occur over time. In low permeability soils, accurate determination of groundwater rn y W 0 J W LL (blf) Standard Penetration Test (blows per foot) (PID) Photo4onization Detector (OVA) Organic Vapor Analyzer Standard Penetration or ® 2 levels is not possible with short term N -Value Blows/Ft (Consistency) ) Strength, Du, tsf N -Value water level observations. Blows/Ft Grab Sample No Recovery DESCRIPTIVE SOIL CLASSIFICATION Soil classification is based on the Unified Soil Classification System. Coarse Grained Soils have more than 50% of their dry weight retained on a #200 sieve; their principal descriptors are: boulders, cobbles, gravel or sand. Fine Grained Soils have less than 50% of their dry weight retained on a #200 sieve; they are principally described as clays if they are plastic, and silts if they are slightly plasfic or non -plastic. Major constituents may be added as modifiers and minor constituents may be added according to the relative proportions based on grain size. In addition to gradation, coarse-grained soils are defined on the basis of their in-place relative density and fine-grained soils on the basis of their consistency. o LOCATION AND ELEVATION NOTES CD Unless otherwise noted, Latitude and Longitude are approximately determined using a hand-held G ice- he acc r cy of such devices is variable. Surface elevation data annotated with +/- indicates that no actual topogr ;11 s6rvey waa— conducted to confirm the surface elevation. Instead, the surface elevation was approximately deternan�Fl„Tror pogrwHe maps of the area. �f r75 -L 15 051061141MIR111TO ATIr r Descriptive Term(s) RELATIVE DENSITY OF COARSE-GRAINED SOILS CONSISTENCY OF FINE-GRAINE6W.Lb D_yr Weight (More than 50% retained on No. 200 sieve.) (50% or more passing the No. 200�ve� O? With Density determined by Standard Penetration Resistance Consistency determined by laboratory shear strerfgth testioa. field > 30 Includes gravels, sands and silts. visual -manual procedures or standard penetration resin a ce U) Descriptive Term Standard Penetration or Ring Sampler Descriptive Term Unconfined Compressive Standard Penetration or Ring Sampler 2 (Density) N -Value Blows/Ft (Consistency) ) Strength, Du, tsf N -Value Blows/Ft.W Blows/Ft H Very Loose 0-3 0-6 Very Soft less than D.25 0-1 < 3 Loose 4-9 7-18 Soft 0.25 to 0.50 2-4 3-4 Z K Medium Dense 10.29 19-58 Medium -Stiff 0.50 to 1.00 4-e 5.9 I— tn Dense 30-50 59-98 Stitt 1.00 to 2.00 8-15 10-18 Very Dense >50 >99 Very Stiff 2.OD to 4.00 15-30 19-42 Hard > 4.00 > 30 > 42 r75 -L 15 051061141MIR111TO ATIr r Descriptive Term(s) Percent of of other constituents D_yr Weight Trace < 15 With 15-29 Modifier > 30 RELATIVE PROPORTIONS OF FINES Descriptive Term(sl Percent of of other constituents Dry Weight �< Trace 5 With 5-12 Modifier > 12 GRAIN Major Component SIZE TERMINOLOGY Size of Sample Particle Boulders Over 12 in. (300 mm) Cobbles 12 in. to 3 in. (300mm to 75mm) Gravel 3 in. to #4 sieve (75mm to 4.75 mm) Sand #4 to #200 sieve (4.75mm to 0.075mm Silt or Clay Passing #200 sieve (0.075mm) Non -plastic 0 Low 1 - 10 Medium 11-30 High > 30 Exhibit CA UNIFIED SOIL CLASSIFICATION SYSTEM Coarse Grained Soils: on No. 4 sieve More than 12% fines c Fines classify as CL or CH GC Clayey gravel F c"- - -- More than 50% retained - — - - - on No. 200 sieve i Sands: J Clean Sands: Cu >- 6 and 1 < Cc <- 3 E SW Well -graded sand' 50% or more of coarse I Son Clasalllcation Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests" croup fraction passes No. 4 '., Sands with Fines: Fines classify as ML or MH GrDUII Name Silty sand Symbol �', More than 12% fines o Gravels: Clean Gravels: Cu > 4 and 1 < Cc < 3E GW Well -graded gravel F More than 50% of Less than 5% fines ` Cu < 4 and/or 1 > Cc > 3L GP Poorly graded gravel F coarse fraction retained Gravels with Fines: Fines classify as ML or MH GM Silty gravel F c'" - Coarse Grained Soils: on No. 4 sieve More than 12% fines c Fines classify as CL or CH GC Clayey gravel F c"- - -- More than 50% retained - — - - - on No. 200 sieve i Sands: J Clean Sands: Cu >- 6 and 1 < Cc <- 3 E SW Well -graded sand' 50% or more of coarse Less than 5% fines ° Cu < 6 and/or 1 > Cc > 3 E SP Poorly graded sand' fraction passes No. 4 '., Sands with Fines: Fines classify as ML or MH SM Silty sand sieve �', More than 12% fines o Fines classify as CL or CH SC Clayey sand"' -- Organic clay KI.P J PI > 7 and plots on or above "A" line' CL Lean clay "LM Silts and Clays: Inorganic: PI < 4 or plots below "A" line ML Silt" LN Liquid limit less than 50 --EgOation '-Vii jcai aI=7, Liquid limit - overdried Organic clay "L M" Fine -Grained Soils: Organic: < 0.75 Liquid limit - not dried OL Organic silt a.L.ruo - 50% or more passes the No. 200 sieveInorganic: - - - -- _ _ PI plots on or above "A" line CH Fat clay" L" �!,-: soils and fine-grained fraction of -coarse-grained -. - -- ' Slits and Clays: PI plots below "A" line MH Elastic Silt KLM -- LU Liquid limit 50 or more Liquid limit - oven dried _ ;_fuation Organic clay KI.P J Organic: <075 Liquid limit -not dried OH Organic siltKLMo Highly organic soils: Primarily organic matter, dark in color, and organic odor PT Peat " Based on the material passing the 3 -inch (75 -mm) sieve B If field sample contained cobbles or boulders, or both, add 'with cobbles or boulders, or both' to group name. ° Gravels with 5 to 12% fines require dual symbols: GW -GM well -graded gravel with silt, GW -GC well -graded gravel with Gay. GP -GM poorly graded gravel with silt, GP -GC poorly graded gravel with clay. ° Sands with 5 to 12% fines require dual symbols: SW -SM well -graded sand with sift, SW -SC well -graded sand with day, SP -SM poorly graded sand with silt, SP -SC poorly graded sand with day e Cu = Dw/Dm Cc = (DaoL Dro X D60 ` If soil contains >_ 15% sand, add "with sand" to group name. ° If fines classify as CL -ML, use dual symbol GC -GM, or SC -SM. H If fines are organic, add "with organic fines" to group name. ' If soil contains >_ 15% gravel, add %vilh gravel" to group name. ' If Atterberg limits plot in shaded area, soil is a CL -ML, silty clay. " If soil contains 15 to 29% plus No. 200, add "with sand" or %with gravel," whichever is predominant. If soil contains ? 30% plus No. 200 predominantly sand, add 'sandy" to group name. M If soil contains >_ 30% plus No. 200, predominantly gravel, add "gravelly" to group name. " PI >_ 4 and plots on or above 'A" line. ° PI < 4 or plots below'A" line. " PI plots on or above "A" line. ° PI plots below "A" line. 7 4 LiM ML or OL 0 0 10 16 20 30 40 50 60 70 LIQUID LIMIT (LL) 1 rerracon 80 90 100 110 Exhibit C-2 C-) 60 For classification of fine-grained Co �!,-: soils and fine-grained fraction of -coarse-grained 7_50 �_ soils - LU -- ;_fuation J n. � C-)GrontaLL=25.5.X --25.5. t 40 :—(Mien PI0) - --EgOation '-Vii jcai aI=7, /LL ,hocCQ 20� O H If fines are organic, add "with organic fines" to group name. ' If soil contains >_ 15% gravel, add %vilh gravel" to group name. ' If Atterberg limits plot in shaded area, soil is a CL -ML, silty clay. " If soil contains 15 to 29% plus No. 200, add "with sand" or %with gravel," whichever is predominant. If soil contains ? 30% plus No. 200 predominantly sand, add 'sandy" to group name. M If soil contains >_ 30% plus No. 200, predominantly gravel, add "gravelly" to group name. " PI >_ 4 and plots on or above 'A" line. ° PI < 4 or plots below'A" line. " PI plots on or above "A" line. ° PI plots below "A" line. 7 4 LiM ML or OL 0 0 10 16 20 30 40 50 60 70 LIQUID LIMIT (LL) 1 rerracon 80 90 100 110 Exhibit C-2 INSERT PLANS HERE Washington Streetscape Project 2016 =, C: ( -� ) Prepared by. Josh Slattery, Public Works, 410 E. Washington St., Iowa City, IA 52240,(319)356-5149 RESOLUTION NO. 16-11 RESOLUTION SETTING A PUBLIC HEARING ON JANUARY 19, 2016 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2016 WASHINGTON STREET STREETSCAPE PROJECT - CLINTON STREET TO LINN STREET, 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 Central Business District Maintenance Project account # P3971. 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 19 In day of January, 2016, 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 5th day of January , 20 16 MOOR -7Approved by ATTEST: , )jz, CITY tUERK City Attorney's Office IL L pwengSnasterslsetph. doc 1111 Resolution No. Page 2 It was moved by Dickens and seconded by Botchway the Resolution be adopted, and upon roll call there were: AYES: NAYS ABSENT: ABSTAIN: Botchway Cole Dickens Mims Taylor Thomas Throgmorton Printer's Fee $ I S,q� CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS -CITIZEN FED.IDH42-0330670 1, Sazx. Crbs bI being duly sworn, say tha I am the legal clerk of the IOWA CITY PRESS -CITIZEN, a newspaper published In said county, and that a notice, a printed copy of which is hereto attached, was published in said paper_ time(s), on the following date(s): t -t( -)1-Z Legal Clerk Subscribed and sworn to before me this _2 day of !TFt'A A.D. 20_1_L. -WoM Ffublic ADAM JAMES KAHLER F'40` Commiss!on Number785381 - My Commission Expires 08104/2017 OF PUBLIC HEARING VS, SPECIFICATIONS, OF CONTRACT AND RED COST FOR THE STREETSCAPEPROJECt- CLINTON STREET TO LINN STREET IN THE CITY OF 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, forth of contract and estimated cost for the construction of the 2016 Washington Street Streetscape Project - Clinton Street to Unn Street in said city at 7:00 P.M. on the Isth day of January, 2016, said meeting to be held in the Emma J. Hwvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as post- ed by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file In the office of the City Cleric in the City Hall -in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at Bald meeting of the City Council for the purpose of making .objections to and comments con -coming said plans, specifications, contract or the cost of making said improvement. This notice ispiven by order of the I City Council of the Cay of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK JANUARY 11, 2016 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE 2016 WASHINGTON STREET STREETSCAPE PROJECT — CLINTON STREET TO LINN STREET 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 2016 Washington Street Streetscape Project — Clinton Street to Linn Street in said city at 7:00 p.m. on the 19"' day of January, 2016, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK r Prepared by: Josh Slattery, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5149 RESOLUTION NO. 16-27 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF AGREEMENT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2016 WASHINGTON STREET STREETSCAPE PROJECT - CLINTON STREET TO LINN STREET, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and WHEREAS, funds for this project are available in the Central Business District Maintenance Project account # P3971. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY. IOWA THAT: The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 3:00 p.m. on the 24th day of February, 2016. 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 1st day of March, 2016, or at a special meeting called for that purpose. Passed and approved this 19th day of January _,20 16 ATTEST:. CITY�ERK pwengtrnaslers\res appp&s.doc 1116 4 M OR Approved by City Attorney's Office 1(91T/0 5 Printer's Fee S SIR , CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS -CITIZEN PED.ID042-0330670 being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS-CITIZEN,a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper I time(s), on the following date(s): Legal Clerk Subscribed and sworn to before me this day of D. 20 II�. Notary Pu6c ADAM JAMES KAHILD Commission Nun Ibar 785381 } s My Commiss c Expires 03/04/2017 OLINTON STREET TO LINN STREET Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 24th day of February, 2016. Sealed proposals will be opened immedi- ately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 1 at day of March, 2016, or at special meeting called for that pur- pose. The Project will involve the follow- ing: Site Work: Preparation, paving of roadway and sidewalk, curbs, site improvements, planting, site utilities in Washington Street from Clinton Street to Linn Street. All work is to be done in strict compliance with the plans and specifications prepared by Genus Landscape Architects, of Des Moines, Iowa, which have hereto- fore 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 peri- od of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred per- cent (100%) of the contract price, said bond to be issued by a 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 five (5) year(s) from and after its com- pletion and formal acceptance by the City Council. A non -mandatory... Pre -Bid Meeting will be held on February 4, 2016 at 1:30PM at the Emma J. Harvat Hall (Iowa City City Hall, 410 E. Washington Street, Iowa City, Iowa, 52240). Prospective bidders in attendance will be guided through the vault interiors from approximately 2:30PM to 5:00PM. The following limitations shall apply to this Project: Phase 1: Early Start Date: April 11, 2016 Substantial Completion Date: July 23, 2016 Incentive/Disincentive: $1,000 per day Maximum Incentive: $10,000 Phase 2: Substantial Completion Date: Sept. 30, 2016 Incentive/Disincentive: $3,000 per day Maximum Incentive: $45,000 Final Completion Date: October 21, 2016 Liquidated Damages: $500 per day The plans, specifications and pro- posed 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, 415 Highland Ave, #100, Iowa City, Iowa, 52240, by bona fide bidders. A $50 deposit is required for each set of plans and specifications pro- vided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The deposit shall be refunded upon return of the Contract Documents within four- teen days after the award of the Project. If the Contract Documents are not returned within fourteen days after award and in a reusable condition, the deposit shall be for- feited. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the con- tract shall submit a list on the Form of Agreement of the proposed sub- contractors, together with quanti- ties, unit prices and extended dol- lar amounts. By virtue of statutory authority, preference must be given to prod- ucts and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal msi- dent bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive techni- calities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK xe0000x9+s JANUARY 25, 2016 NOTICE TO BIDDERS 2016 WASHINGTON STREET STREETSCAPE PROJECT, CLINTON STREET TO LINN STREET Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 24th day of February, 2016. 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 1st day of March, 2016, or at special meeting called for that purpose. The Project will involve the following: Site Work: Preparation, paving of roadway and sidewalk, curbs, site improvements, planting, site utilities in Washington Street from Clinton Street to Linn Street. All work is to be done in strict compliance with the plans and specifications prepared by Genus Landscape Architects, of Des Moines, 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 success- ful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until AF -1 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 five (5) year(s) from and after its completion and formal acceptance by the City Council. A non -mandatory Pre -Bid Meeting will be held on February 4, 2016 at 1:30PM at the Emma J. Harvat Hall (Iowa City City Hall, 410 E. Washington Street, Iowa City, Iowa, 52240). Prospective bidders in attendance will be guided through the vault interiors from approximately 2:30PM to S:OOPM. The following limitations shall apply to this Project: Phase 1: Early Start Date: April 11, 2016 Substantial Completion Date: July 23, 2016 Incentive/Disincentive: $1,000 per day Maximum Incentive: $10,000 Phase 2: Substantial Completion Date: Sept. 30, 2016 Incentive/Disincentive: $3,000 per day Maximum Incentive: $45,000 Final Completion Date: October 21, 2016 Liquidated Damages: $500 per day The plans, specifications and proposed con- tract 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, 415 Highland Ave, #100, Iowa City, Iowa, 52240, by bona fide bidders. A $50 deposit 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 deposit shall be refunded upon return of the Contract Documents within fourteen days after the AF -2 award of the Project. If the Contract Documents are not returned within fourteen days after award and in a reusable condition, the deposit shall be forfeited. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF -3 �-A(Lj J Prepared by: Scott Sovers, Sr. Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)3565142 RESOLUTION NO. 16-52 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE 2016 WASHINGTON STREESCAPE PROJECT. WHEREAS, Portzen Construction Inc. of Dubuque, Iowa has submitted the lowest responsible bid of $4,345,358.85 for construction of the above-named project; and WHEREAS, the bid includes the base bid and Alternates #2 and 3; and WHEREAS, funds for this project are available in the Washington Street Reconstruction account # S3938. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: The contract for the construction of the above-named project for the base bid plus Alternates #2 and 3 is hereby awarded to Portzen Construction, Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign the contract for construction of the above-named project and the Contractor's Bond, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The City Engineer is authorized to execute change orders as they may become necessary in the construction of the above-named project. Passed and approved this let day of march _,20 16 M OR Approved by °City Attorney's Office It was moved by Mims and seconded by sotchway the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Botchway X Cole X Dickens X Mims X Taylor X Thomas X Throgmorton pwengWasters�awrdwn.dw 2/16 PERFORMANCE AND PAYMENT BOND #54-205146 Dubuque, Iowa 52003 f—ftrtzo fftnstruction Inc 205 Stone Vallev Dr, as (i er4-t nafne and address or legal title of the Contractor) Principal, hereinaftercale the Contractor and United Fire & Casualty Company 2016 MAR 2 - Fit 2 (insert the legal title of the Surety) as Surety, hereinafter called the Wld,6nid firmly bo,%rnmilt�efon;y }ir�e9,l Ajhe(r%oar�y°bNe, t%eiusand, three called the Owner, intheamountofhundred fifty-eight dollars and eighty- Dollars five cents. ($ 4,345,358.85 ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of December 23, 2015 , entered into a (date) written Agreement with Owner for the 2016 Washington Streetscope Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by the City, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement. then the obligation of this bond shall be null and void: otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: I. 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 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 'm covered by this bond in good repair for a period of five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the some extent as if it were expressly set out herein. SIGNED AND SEALED THIS 22nd DAY OF March 2016 IN THE PRESENCE OF: Portzen Construction Inc nc al) t i Witness (Title) ich 1 J Portzen, Vice President United Fire & Casualty Cnmpany (a&rzA Z7 witness (Tiflejer rr te J Friedman, Attorney-in-fact 880 Locust Street, Ste 200 (Street) Dubuque, Iowa 52001 (City, State, Zip) (563) 556-0272 (Phone) N O mm vi ;x7 C113 -G N �— - i co i �- -T) W mm UNITED FIRE &CASUALTY COMPANY, CEDAR RAPIDS, LA �- � IUNITED FIRE & INDEMNITY COMPANY, NY, RO R, LI Inquiries: Surety Department FINANCIAL PACIFIC INSURANCE .COMPANY, ROCHI.IN, CA 118 Second Ave SE CERTIFIED COPY OF POWER OF ATTORNEYCedar Rapids, LA 52401 (original on file at Home Office of Company See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That UNITED FIRE& CASUALTY COMPANY, a corporation duty organized and existing under the laws of the State of Iowa; UNITED FIRE & INDEMNITY: COMPANY, a corporation duly organized and existing under the laws of the State of Texas; and FINANCIAL PACIFIC INSURANCE COMPANY; a corporation duly organized and existing under the laws of the State of California (herein collectively called the Compani.esl and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint TERRANCE J. FRIEDMAN, OR SC �T-A. DESOUSA, OR MARK J. PHALEN, ALL INDIVIDUALLY of DUBUQUE IA their true and lawful Attomey(s) in -Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds,' undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $50, 000, 000:00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the: acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, AND FINANCIAL PACIFIC` INSURANCE COMPANY.. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE COMPANY. "Article VI — Surety Bonds and Undertakings" Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when soused, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid. and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal of the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney-in-fact. ",11011 l' IN WITNESS WHEREOF, the COMPANIES have each caused these resents to be signed b its P g Y NS& �ap�\Fo vice president and its corporate seal to be hereto affixed this 15th day of October, 2013. �FUK�7, POR�Wk. O FIRE &CASUALTY COMPANYa, __`;z �ucrza $_UNITED `cIgo UNITED FIRE & INDEMNITY COMPANY ;.°' %tz '"",.................... FINANCIAL PACIFIC INSURANCE COMPANY nl,noo•\` Eqh�,�\s` nlllnnl.,. „111111,111"pP°•• By: State of Iowa County of Linn ss: V � -0--vi" President On 15th day of October, 2013, before me personally came Dennis J. Richmann to me known, who being by me duly sworn, did depose and say; that he resides to Cedar Rapids, State of Iowa; that he is a Vice President of UNITED FIRE & CASUALTY COMPANY, a Vice President of UNITED FIRE & INDEMNITY COMPANY, and a Vice President of FINANCIAL PACIFIC INSURANCE COMPANY the, corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal, that it was. so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. Nae rL Mary FCC Bertsch �lClh)Iowa Notarial Seal Commission number 713273 �// Notary Public owA My Commission Expires 10/26/2016 My commission expires: 10/26/2016 1, David A. Lange, Secretary of UNITED FIRE & CASUALTY COMPANY and Assistant Secretary of UNITED FIRE & INDEMNITY COMPANY, and Assistant Secretary of FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and. that the said Power of Attorney has not been. revoked and is. now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 22nd day of March 20 16 NNG9 pry i�',� 0N1aapUyb INS `je�p e—♦ eP c�gPOgql Cry,; W COMO0.UE Z CORI'00.AR 3 �U Y22 Po O° V ; Y ¢ 90fi 'a- SFAL SEPL Zy C P'2: osp �c4. +QFOPd <o "\\\` %I11111111\IIIII11111 BPOA0049 0115 By Secretary, OF&C Assistant Secretary, OF&I/FPIC q'+cl) Prepared by: Scott Sovers, Sr. Civil Engineer, 410 E. Washington St., Iowa City, IA 52240; (319) 356-5142 RESOLUTION NO. 17-63 RESOLUTION AUTHORIZING THE MAYOR TO SIGN CHANGE ORDER #4 TO THE CONTRACT BETWEEN PORTZEN CONSTRUCTION INC. OF DUBUQUE, IA AND THE CITY OF IOWA CITY FOR EXTRA WORK ON THE 2016 WASHINGTON STREETSCAPE PROJECT. WHEREAS, the City entered into a contract on March 11, 2016 with Portzen Construction, Inc. of Dubuque, Iowa, for the construction of the 2016 Washington Streetscape Project; and WHEREAS, circumstances encountered during the construction of the project necessitated additional work beyond the original scope of the project as specified within the approved project plans and specifications; and WHEREAS, as a result of these changes in circumstances, staff has negotiated a change order that modifies the project scope, timeline and budget necessitating City Council approval in accordance with the Purchasing Policy; and WHEREAS, it is in the public interest to approve said negotiated change order with Portzen Construction Inc., and WHEREAS, the Finance Director has reviewed the change order; and WHEREAS, funds for this project are available in the Washington Streetscape account # S3938. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The attached change order hereto is in the public interest, and is approved as to form and content. 2. The Mayor is hereby authorized and directed to execute the attached Change order Passed and approved this 7th day of March/ —,20 17 Lam, MAYOR J Approved by /I ATTE_SX4' �_ (i-2 /� ?, t e (�1,(.+ti lCiAa IdZPyy� nom! 1✓G/L/ ` /'CITYCLERK/1 City Attorney's Office peengMastem\ConsultVt Resolution No. Page 2 It was moved by Botchway and seconded by Resolution be adopted, and upon roll call there were: AYES NAYS: ABSENT: ABSTAIN: Dickens the Botchway Cole Dickens x Mims X— Taylor x Thomas x Throgmorton City of Iowa City, Iowa CHANGE OR EXTRA WORK ORDER Project: Washington Street Streetscape Project No: 4 Kind of Work: PCC Roadway To: Portzen Construction, Inc. You are hereby ordered to make the following changes from the plans or do the following extra work on your contract dated March 11, 2016. A. Description of change to be made or extra work to be done: Add Item "Wavfinding Kiosks": Item includes all labor, equipment and materials (including but not limited to cast stone base veneer, LED interior lighting and metal frame) necessary to complete the additional work to furnish and install three (3) wayfinding kiosks. The kiosks will be installed at the locations as specified within the plans and specifications. Item includes all labor, equipment and materials necessary to remove the top 12 -inches of the existing vault (Approximate dimensions of 8 ft X 14 ft X 10 ft deep) and fill with granular backfill. Granular backfill material shall be Class A crushed stone meeting Iowa Department of Transportation gradation #11. Add Item " 6 -inch Water Main Tapping Sleeve and Valve (supply only)': Item includes material costs only for supplying a 6 -inch water main tapping sleeve and valve. Add Item "10 -inch Dia. Water Main Gate Valve and Valve Box": Item includes all labor, equipment and materials necessary to the install a 10 -inch dia. water main gate valve and valve box. Add Item "Storm Sewer Intake, SW -508": Item includes all labor, equipment and materials necessary to install a storm sewer intake, SW - 508. Add Item "Sidewalk Pavement. PCC 6 -inch, Finished Sawcuts Per Plan": Item includes all labor, equipment and materials necessary to install 6 -inch sidewalk pavement with 30 -inch x 30 -inch square saw cuts and 1 -inch expansion joints at limits of paving. Add Item "Replacement of the Vault Hatch at 109 E. Washington Street": Item includes all labor, equipment and materials necessary to remove and replace the existing vault hatch at 109 E. Washington Street. Modify Item #2.49 "Wiring and Conduit. 1 1/4" Conduit": Item has been included within this change order to increase plan quantity from 1,000 LF to 9,862 LF. Washington Street - CO#4(030217).doc Mar -17 B. Reason for ordering change or extra work: Add Item "Wayfinding Kiosks": The bid plans and specifications for the project only included the construction of the concrete foundation for the three kiosks with the intent of bidding the supply and installation of the kiosk as a separate project. Upon further analysis that occurred post bid, it was determined to include the kiosks into the project in order to not only expedite installation, but also to eliminate the potential for coordination concerns/issues between the two projects. Add Item "Abandonment of the Vault located at 114 E. Washington Street": Subsequent receiving bids for the project, a vault was discovered upon the removal of the existing sidewalk adjacent to 114 E. Washington Street. The partial removal and filling not only appropriately abandons the vault, but also provides adequate separation from the bottom of the proposed sidewalk. Add Item "6 -inch Water Main Tapping Sleeve and Valve (supply only)': Materials for fire service lines located at 102 S. Clinton Street and 119,121,123 E. Washington Street were ordered as specified within the plans at the commencement of the project. During installation of the service line into 102 S. Clinton Street, it was discovered that the existing service line was 4 -inch in lieu of 6 -inch as specified. Additionally, the service line into 119,121,123 E. Washington Street was upsized to an 8 -inch in preparation for future development. Returning the unused 6 -inch tapping sleeves and valves would result in a restocking fee as this is not a standard stock item. In lieu of paying the restocking fee, the equipment was turned over to the City Water Division. Add Item "10 -inch Dia. Water Main Gate Valve and Valve Box": 10 -inch gate valves were added where the new 12 -inch water main connects to the existing 10 - inch water main. The benefit of adding the 10 -inch valves at the construction limits is that it allows the existing main to be shut off when the new main (future projects) is extended without impacting service to businesses/property owners. Add Item "Storm Sewer Intake, SW -508": Two of the three SW -508 intakes installed at the Washington Street and Linn Street intersection were shown on the plans, however a bid item for the work was not included. The third SW -508 intake was added on the west side of Linn Street at the southern project limits due to a drainage issue that was not identified in the project plans and specifications. Add Item "Sidewalk Pavement. PCC, 6 -inch, Finished, Sawcuts Per Plan": The colored concrete mockup panel that was prepared by the contractor (utilizing the specified color) was much lighter than anticipated. Factoring in the concerns of the design team with it fading and matching the uncolored concrete over time, it was decided to forgo the colored concrete, but continue with the sawcuts within the banding areas as per plan. This change order item will delete bid item #3.02 (Construct Sidewalk Pavement, PCC, 6- inches, Colored Concrete, Finished, Sawcuts Per Plan). Add Item "Replacement of the Vault Hatch at 109 E. Washington Street": The bid plans and specifications for the project included the protection of the existing vault hatch. The hatch was subsequently inspected during construction and determined to be in poor condition requiring removal and replacement. Modify Item #2.49 "Wiring and Conduit. 1 1/4" Conduit": Item quantity included with the plans and specifications was incorrect. The measured quantity was 9,862 LF while the plan quantity was 1,000 LF. Washington Street - COf#4(030217).doc Mar -17 C. Settlement of compensation for work to be made as follows: Add Item "Wayfindinci Kiosks": $75,777.81 per LS for the installation of three (3) kiosks at the locations as specified within the plans and specifications. Add Item "Abandonment of the Vault located at 114 E. Washington Street": $1,600 per LS for the abandonment of the vault located at 114 E. Washington Street. Add Item "6 -inch Water Main Tapping Sleeve and Valve (supply only)": $1,375 per EA for supplying a 6 -inch tapping sleeve and valve. With the addition of two tapping sleeves and valves, the overall added cost to the project is $2,750. Add Item "10 -inch Dia. Water Main Gate Valve and Valve Box": $2,500 per each 10 -inch diameter water main gate valve and valve box installed. With the addition of two (2) valves, the overall added cost to the project is $5,000. Add Item "Storm Sewer Intake. SW -508": $4,900 per each storm sewer intake, SW -508 installed. With the addition of three intakes, the overall added cost to the project is $14,700. Add Item "Sidewalk Pavement. PCC, 6 -inch, Finished, Sawcuts Per Plan": $6.75 per square foot of sidewalk pavement, PCC, 6 -inch, finished, sawcuts per plan installed. The overall cost deduction to the project (based upon current quantities) is $2,943.50. Add Item "Replacement of the Vault Hatch at 109 E. Washington Street": $3,255 per LS for the removal and replacement of the vault hatch located at 109 E. Washington Street. The cost for the aforementioned work is shared equally (50%/50%) between the City and the property owner per the signed agreement. Modify Item #2.49 "Wiring and Conduit, 1 1/4" Conduit": $11.00 per lineal foot (bid price) for 1 '/4" conduit installed. The added cost to the project is $97,482.00 Below is a tabulated summary of the additional costs: ITEM UNIT UNIT PRICE QUANTITY TOTAL Wayfinding Kiosks LS $75,777.81 1 $75,777.81 Abandonment of the Vault located at LS $1,600.00 1 $1,600.00 114 E. Washington Street 6 -inch Water Main Tapping Sleeve and EA $1,375.00 2 $2,750.00 Valve (Supply Only) 10 -inch Dia. Water Main Gate Valve EA $2,500.00 2 $5,000.00 and Valve Box Storm Sewer Intake, SW -508 EA $4,900.00 3 $14,700.00 Sidewalk Pavement, PCC, 6 -inch, SF $6.75 5,887 $39,737.25 Finished, Sawcuts Per Plan Delete item 3.02 Construct Sidewalk Pavement, PCC, 6 -inches, Colored SF $7.25 5,887 ($42,680.75) Concrete, Finished, Sawcuts per Plan Replacement of the Vault Hatch at 109 LS $3,255.00 1 $3,255.00 E. Washington Street Item #2.49 — Wiring and Conduit, 1 Y4" LF $11.00 8,862 $97,482.00 Conduit Installed TOTAL $197,621.31 Washington Street - CO#4(030217).doc Mar -17 D. Adjustments to contract schedule: The substantial completion date for phase 2 along with the final completion date will be extended by two (2) days for the additional SW -508 intake that was added on the west side of Linn Street at the southern project limits. With this change, the Phase 2 substantial completion date is October 2nd 2016 and the final completion date is October 23rd, 2016. All other items within this change order do not have an effect on the contract time. /70/11 Date: Project Inspector V�^ Approved: 'A''A Project Engineer / Approved: r 4 ity Engineer Date: 3 (2 ll7 Date: 3112-11-7 Receipt is acknowledged of this change or extra work order and terms of settlement are hereby agreed to. Portzen Construction Contractor By: Date: 3/2/17 City of Iowa City Approval: Date: March 7, 2017 Mldyor Washington Street - CO#4(030217).doc Mar -17 M Prepared by: Scott Sovers, Assistant City Engineer, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5142 Resolution No. 19-204 Resolution accepting the work for the 2016 Washington Street Streetscape Project — Clinton Street to Linn Street Whereas, the Engineering Division has recommended that the work for construction of the 2016 Washington Streetscape Project, as included in a contract between the City of Iowa City and Portzen Construction Inc. of Dubuque, Iowa, dated March 11, 2016, be accepted; and Whereas, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and Whereas, funds for this project are available in the Washington Street Reconstruction account # S3938; and Whereas, the final contract price is $4,217,028.68. 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 6th day of August 2019 MOO, A proved by Attest: City Clerk City Attorney's Office It was moved by Cole and seconded by Teague the Resolution be adopted, and upon roll call there were Ayes: M Nays: Absent: Cole Mims Salih Taylor Teague Thomas Throgmorton