Loading...
HomeMy WebLinkAboutWASTEWATER TMT FACILITY BACKUP GEN & ELECTRICAL DISTRIBUTIONWASTEWATER TREATMENT FACILITY BACKUP GENERATION AND ELECTRICAL DISTRIBUTION UPGRADE PROJECT 05 -Nov -2018 Plans, Specs, proposal and contract, opinion of cost. 06 -Nov -2018 Res 18-308, setting a public hearing 13 -Nov -2018 Notice of Public Hearing 20 -Nov -2018 Res 18-325, approving plans, specs, form of agreement and estimate of cost. 21 -Nov -2018 Notice to Bidders 08 -Jan -2019 Res 19-4, awarding contract (Woodruff Construction, LLC) 17 -Jun -2020 Engineers Report 18 -Jul -2020 Performance, payment and maintenance bond 16 -Jun -2020 Res 20-152, accepting the work FILED 1010 N0V -5 AM 9: 04 CITY CLERK 10`NA CITY, IO'cl'.`, CITY OF IOWA CITY Department of Public Works Engineering Division Project Manual forthe Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction City of Iowa City, Iowa i r �ulas �lirr � -tea a.__ CITY OF IOWA CITY Project Manual for FILED 2918NOY -6 AM 9: 04 CITY CLERK CITY, IOWA Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction City of Iowa City Iowa City, Iowa November 5, 2018 Design Professional: PRVN Consultants, Inc. 710 Pacha Parkway, Suite 1 North Liberty, IA 52317 (319)359-7808 0005 Certifications Page I hereby certify that this engineering document was prepared by me or under myirelt�Usupervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. Signed: Date: 2010 NOV -6 QM 9: 04 11/05/2018n+?rCITY CLERK �n riry rnt�t^ P. Russell Price Project Manager Iowa Reg. No. 12677 My license renewal date is December 31, 2018. Pages or sheets covered by this seal: Section 02 4100 and Division 40 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: 11/05/2018 Edward A. Panther Lead Mechanical Engineer Iowa Reg. No. 17158 My license renewal date is December 31, 2019. Pages or sheets covered by this seal: Divisions 22 and 23 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: �'ze,� a -- Kevin C. Voss Senior Electrical Engineer Iowa Reg. No. 17754 My license renewal date is December 31, 2019. Pages or sheets covered by this seal: Division 26 11/05/2018 WWTF Backup Generation and Electrical Distribution Upgrade Project 0005 — Page 1 of 2 I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. Signed: Date Joshua Root Senior Structural Engineer Iowa Reg. No. 15832 11/05/2018 FILED 201ETi0Y -6 AM 9.04 My license renewal date is December 31, 2018. Pages or sheets covered by this seal: Section 02 41 19 and Divisions 3, 4, 5, 6, 7 CIT Y CLERK 101rA CITY, 10'%"41 8, and 9 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. Si Date: ,4A21:� 11/05/2018 Robert Bang Senior Civil Engineer Iowa Reg. No. 11001 My license renewal date is December 31, 2018. Pages or sheets covered by this seal: Divisions 31, 32, and 33 WWTF Backup Generation and Electrical Distributino Upgrade Project 00 00 05 — Page 2 of 2 0010 Project Manual Table of Contents FILED Contracting Requirements ................................................................. .... . e 0005 Certifications Page 0010 Table Contents CITYLER{. of , 0100 Notice to Bidders 10 ChT Y. 1! ` 2 0110 Notice of Public Hearing 1 0200 Instructions to Bidders 1 thru 2 0400 Proposal 1 thru 2 0405 Bidder Status Form 1 thru 2 0410 Bid Bond Form 1 0500 Agreement 1 thru 2 0510 Performance Payment and Maintenance Bond 1 thru 4 0520 Contract Compliance (Anti -Discrimination Requirements) 1 thru 6 0530 Wage Theft Policy 1 thru 2 7200 General Conditions 1 thru 28 7300 Supplementary Conditions 1 thru 4 Technical Section Page 01 11 00 Summary of Work 1 thru 3 01 2000 Price and Payment Procedures 1 thru 3 01 2513 Product Substitutions Procedures 1 thru 2 Substitution Request Form 1 thru 2 01 3000 Administrative Requirements 1 thru 3 01 3300 Submittal Procedures 1 thru 22 01 40 00 Quality Requirements 1 thru 3 01 5000 Temporary Facilities and Controls 1 thru 5 01 5639 Temporary Tree and Plant Protection 1 thru 2 01 6000 Product Requirements 1 thru 2 01 7000 Execution and Closeout Requirements 1 thru 8 01 7319 Installation Requirements 1 thru 2 01 91 00 Commissioning 1 thru 9 0241 00 Demolition 1 thru 4 0241 19 Selective Building Demolition 1 thru 4 03 10 00 Concrete Forming and Accessories 1 thru 6 03 20 00 Concrete Reinforcing 1 thru 4 03 30 00 Cast -in -Place Concrete 1 thru 5 03 39 00 Concrete Curing 1 thru 2 03 60 00 Grouting 1 thru 4 04 05 13 Masonry Mortaring 1 thru 2 04 05 16 Masonry Grouting 1 thru 2 04 20 00 Unit Masonry 1 thru 5 05 50 00 Metal Fabrication 1 thru 2 06 10 00 Rough Carpentry 1 thru 3 07 14 16 Waterproofing for Vault 1 thru 2 07 53 00 EPDM Membrane Roofing 1 thru 2 07 62 00 Sheet Metal Flashing and Trim 1 thru 6 07 62 01 Roof Drainage Sheet Metal Fabrications 1 thru 5 07 72 00 Roof Accessories 1 thru 7 0811 13 Hollow Metal Doors and Frames 1 thru 5 09 90 00 Painting and Coating 1 thru 5 WWTF Backup Generation and Electrical Distribution Upgrade Project 0010 —Page 1 of 4 22 13 00 Facility Sanitary Sewerage 1 thru 9 221313 Sewers 1 thru 7 22 40 00 Plumbing Fixturesr e 0 General Legend �lfiru 4 23 05 93 Testing, Adjusting, and Balancing for HVAC a~- 0 Construction Phasing Schedule ru 6 23 07 00 HVAC Insulation 1 thru 3 23 31 00 HVAC Ducts and Casings 2019 NOV —61 AM tM4 5 23 33 00 Air Duct Accessories 1 thru 4 233400 HVAC Fans CITY CILERViru 4 238100 Decentralized Unitary HVAC Equipment 10 1NA C I T Y. I %Yu1 5 2381 03 Packaged Rooftop Air Conditioning Units — Small Capacity 1 thru 5 2601 26 Testing of Electrical Systems — Protection Relays 1 thru 2 26 05 13 Medium -Voltage Cables 1 thru 8 26 05 19 Low -Voltage Electrical Power Conductors and Cables 1 thru 6 26 05 26 Grounding and Bonding for Electrical Systems 1 thru 3 26 05 33 Raceway and Boxes for Electrical Systems 1 thru 5 26 05 36 Cable Trays for Electrical Systems 1 thru 4 26 05 43 Underground Ducts and Raceways for Electrical Systems 1 thru 6 26 33 00 Battery Equipment 1 thru 6 2651 00 Lighting and Receptacles 1 thru 2 27 35 00 Manhole Structures 1 thru 4 31 2600 Earthwork, Subgrade and Subbase 1 thru 8 31 2700 Trench Excavation and Backfill 1 thru 7 31 35 00 Slope Protection and Erosion Control 1 thru 2 31 6313 Auger Cast -in -Place Piles 1 thru 3 32 13 00 Portland Cement Concrete Pavement 1 thru 21 32 92 00 Turf and Grasses 1 thru 6 33 05 10 Site Preparation for Buried Utilities 1 thru 2 40 05 13 Common Work Results for Process Piping 1 thru 21 40 90 10 Process Instrumentation and Controls System 1 thru 2 Exhibit A Engine Generator Shop Drawings 1 thru 486 Exhibit B MV Switchgear Shop Drawings 1 thru 122 Exhibit C Geotechnical Engineering Report August 20, 2018 1 thru 34 Exhibit D Existing Disinfection Bldg Drawings 1 thru 9 Exhibit E Building Permit 1 thru Drawina List Sheet No. 6 Z >y e: Description General Drawings GG01 0 Title Sheet, Project Location Plan, and Drawing Index GG02 0 General Legend GA01 0 General Arrangement - Site Plan DG01 0 Construction Phasing Schedule Demolition Drawings DM01 0 Demolition Plan - Disinfection Storage Building - Ground Floor & Roof DM10 0 Demolition Photo Views DS01 0 Structural Demolition Plan Disinfection Building Ground Floor WWTF Backup Generation and Electrical Distribution Upgrade Project 0010 — Page 2 of 4 WWTF Backup Generation and Electrical Distribution Upgrade Project 0010 — Page 3 of 4 Architectural Drawings x_ AP10 0 Roof Plan & Details = `�-j Civil Drawings CU01 0 General Notes, Legend, and Iowa SUDAS Details 2010 NOV —6 AM '4 CU02 0 Phase 1 Surface Demolition Plan - Sheet 1 CU03 0 Phase 1 Surface Demolition Plan - Sheet 2 CU04 0 Alignment Tables and Control Points CU05 0 Ductbank Plan & Profile Main Line North CU06 0 Ductbank Plan & Profile Main Line South CU07 0 Ductbank Plan & Profile Feed A, B, & Cl CU08 0 Ductbank Plan & Profile Feed C2 CU09 0 Ductbank Plan & Profile Feed D, E, and F CU10 0 Ductbank Plan & Profile Feed G, H, and I CU11 0 Storm Sewer Culvert Plan & Profile CU12 0 General Access Road Pavement Plan & Profile CU13 0 General Access Road Pavement Elevations CU14 0 Pavement Jointing Plan CU15 0 Phase 1 Surface Restoration Plan — Sheet 1 CU16 0 Phase 1 Surface Restoration Plan — Sheet 2 CU17 0 Roadway Cross Sections — Sheet 1 CU18 0 Roadway Cross Sections — Sheet 2 CU19 0 Phase 2 Surface Demolition Plan CU20 0 Phase 2 Surface Demolition Plan CU21 0 Typical Cross Sections — Sheet 1 CU22 0 Typical Cross Sections — Sheet 2 CU51 0 Ductbank Sections - Sheet 1 CU52 0 Ductbank Sections - Sheet 2 Structural Drawings SG02 0 Structural Special Inspection Tables SF01 0 Disinfection Building Foundation Plan SF02 0 Generator & Utility Metering Foundation Plans SF10 0 Electrical Vault Details Manhole 10 SF11 0 Electrical Trench Details Disinfection Building Mechanical Drawings MS01 0 Mechanical Specifications PG01 0 Piping and Instrumentation — Controls Legend SC01 0 Mechanical Schematics — Sheet 1 SCO2 0 Mechanical Schematics — Sheet 2 HVAC Drawings MH01 0 HVAC Plan — Disinfection Storage Building — Ground Floor & Roof MH10 0 HVAC Schedules MH2O 0 HVAC Details — Sheet 1 MH21 0 HVAC Details — Sheet 2 WWTF Backup Generation and Electrical Distribution Upgrade Project 0010 — Page 3 of 4 MH22 0 Plumbing Details Electrical Drawings EG01 0 Electrical Legend EG02 0 Electrical One-Line Diagram Phase 1 EG03 0 Electrical One-Line Diagram Phase 2 EG04 0 Electrical One-Line Diagram Phase 3 EG05 0 Electrical One-Line Diagram Phase 4 ; T Y' EO06 0 Control Cabinet Layout EO07 0 MCC-4 Electrical One-Line Diagram and Elevation Disinfection Storage Building Demo EO08 0 MCC-4 Electrical One-Line Diagram and Elevation Disinfection Building EO09 0 Underground Cables One-Line Demo EO10 0 Underground Cables One-Line New EP01 0 Electrical Plan Disinfection Storage Building EU01 0 Electrical Ductbank Switchgear Room EU02 0 Electrical Ductbank Utility EU03 0 Electrical Ductbank Utility Metering Cabinets EU04 0 Electrical Ductbank T7 from Grit Dewatering Building EU06 0 Electrical Ductbank T1 from Sludge Processing Facility EU07 0 Electrical Ductbank T8 from Admin Building and Generator EU08 0 Ductbank Detail EU09 0 Electrical Grounding Grid Switchgear Room EU10 0 Electrical Grounding Grid Engine Generator EU11 0 Electrical Grounding Grid Utility Metering Cabinets EL01 0 Lighting Plan Disinfection Storage Building Ground Floor EW01 0 Cable Schedule EW02 0 Panel Schedules Reference Drawings EO01 0 Overall Electrical One Line Diagram EO02 1 Electrical One Line Diagram - Bus 1 EO03 2 Electrical One Line Diagram - Gen Bus EO04 1 Electrical One Line Diagram - Bus 2 EO05 0 Switchgear Elevation Plan and Nameplate Schedule EW10 0 AC Three Line Diagram Typical Main Breaker EW11 0 AC Three Line Diagram Typical Feeder Breaker EW12 0 AC Three Line Diagram Typical Tie Breaker EW13 0 AC Three Line Diagram Typical Generator Breaker EW20 1 DC Control Schematic Typical SEL-700G Relay EW21 1 DC Control Schematic Typical SEL-351 Relay WWTF Backup Generation and Electrical Distribution Upgrade Project 0010 — Page 4 of 4 0100 Notice to Bidders Wastewater Treatment Facility Backup Generation and Electrichl I L C Distribution Upgrade Project 2210 fIGY —6 Ali 9:04 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa until 2:30 P.M. on the 19`h day of December 2018. Sealed proposals will be_SpdnLc3LEPK immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bruj"T% f j 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 8`h day of January 2019, or at special meeting called for that purpose. There is a recommended pre-bid meeting to be held at the Iowa City Wastewater Treatment Facility, 4366 Napoleon Street, SE, Iowa City, Iowa at 10:00 A.M. on the 5'h day of December 2018. The Project will involve the following: This project includes upgrading the backup generation and electrical distribution system and is located at the City of Iowa City Wastewater Treatment Facility, 4366 Napoleon Street, SE, Iowa City, Iowa. This includes installation of owner -furnished equipment (a packaged engine generator and associated equipment and 15kV electrical switchgear). The project also includes installing electrical ductbank from the utility metering cabinets to and from the new packaged engine generator and switchgear. An existing building will be upgraded with a new roof, new HVAC equipment and plumbing and will be renovated to house a new battery room and switchgear. All work is to be done in strict compliance with the Project Manual prepared by PRVN Consultants, Inc. of North Liberty, IA and Shoemaker & Haaland of Coralville, IA, 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 submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and 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. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a bond in an amount equal to one hun- dred percent (100%) of the contract price, said bond to be issued by a responsible surety WWTF Backup Generation and Electrical Distribution Upgrade Project 0100 — Page 1 of 2 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 ofan kind caused directly or indirectly by the operation of the contract, and shall also guaranIq the maintenance of the improvement for a period of two (2) year(s) from and after its completion and formal acceptance by the City Council. 2318 NOV -6 AM 9= 04 The following limitations shall apply to this Project: T EFrS Specified Start Date: ............................................................... Februaf, � r . 10'oi.a Final Completion: ....................................................................Octo er4, 2d1 Liquidated Damages: ..................................................................... $250 per day The Project Manual may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of Rapids Reproductions[Technigraphics/Tri-State Blueprint, 415 Highland Ave, Suite 100, Iowa City, IA 52240, Telephone: (319) 354-5950, www.rai)idsrepro.com, by bona fide bidders. A $25 fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Rapids Reproductions. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. 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 Proposal Form 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 Agreement Form of the proposed subcontractors, with the type of work and approximate value of the subcontractor work associated with the project. 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. Posted upon order of the City Council of Iowa City, Iowa. Kellie Fruehling, City Clerk WWTF Backup Generation and Electrical Distribution Upgrade Project 0100 - Page 2 of 2 0110 Notice of Public Hearing on Plans, Specifications, Form of Contract and Estimated Cost for the Wastewater Treatment Facility Backup Generation and Electrician WI ibution Upgrade Project 2�IBh0V -6 y To all Taxpayers of the City of Iowa city, Iowa, and to other interested 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 Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project in said city at 7:00 p.m. on the 20`h day of November, 2018, 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. This project includes upgrading the backup generation and electrical distribution system and is located at the City of Iowa City Wastewater Treatment Facility, 4366 Napoleon Street, SE, Iowa City, Iowa. This includes installation of owner -furnished equipment (a packaged engine generator and associated equipment and 15kV electrical switchgear). The project also includes installing electrical ductbank from the utility metering cabinets to and from the new packaged engine generator and switchgear. An existing building will be upgraded with a new roof, new HVAC equipment and plumbing and will be renovated to house a new battery room and switchgear. 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. Kellie Fruehling, City Clerk WWTF Backup Generation and Electrical Distribution Upgrade Project 0110 —Page 1 of 1 0200 Instructions to Bidders Optional Pre -Bid Meeting: a. Time, Date, and Location:piBNOY -6 Ali 9.04 10:00 am, Wednesday, December 5N , 2018 Wastewater Treatment Facility CITY CLER 4366 Napoleon Street, SE, Iowa City, IA 10VIA CITY, JOINA 2. Bid Submittals: a. Time, Date and Location: 2:30 PM, December 19`", 2018 City Clerk's Office 410 East Washington Street Iowa City, Iowa 52240 b. Submittals include two separate sealed envelopes: Envelope 1: Bid Security and Bidder Status Form Envelope 2: Proposal 3. Bidder Status a. Use the Bidder Status Form included in 0405 b. Submit in accordance with 0200.2.b above. c. See Section 0405 for the Worksheet: Authorized to Transact Business and 875 Iowa Administrative Code Chaoter 156 73A), found at the following website: https://www.legis.iowa.gov/docs/iac/chapter/08-15-2018.875.156.pdf, for assistance in completing the form. 4. Bid Security: a. Use the Bid Bond Form included in Section 0410. b. Submit in accordance with 0200.2.b above. C. Bid security is 10% of the total bid, including all added alternates (do not deduct the amount of deducted alternates). 5. Progress and Schedule: a. Contract Times: Specified Start Date: February 4, 2019 Final Completion: October 4, 2019 Liquidated Damages: $250 per day 6. Performance, Payment and Maintenance Bond: a. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price for a period of two (2) vear(s) after its completion and formal acceptance by the City Council. b. Use the Performance, Payment, and Maintenance Bond Form included in Section 0510. 7. Insurance Requirements: a. The City of Iowa City is to be listed on the required insurance certificate, as an additional insured on a primary and non-contributory basis. Review this requirement with your insurance broker prior to bidding. b. See City of Iowa City General and Supplementary Conditions for a complete description of the insurance requirements. WWTF Backup Generation and Electrical Distribution Upgrade Project 0200 — Page 1 of 2 8. Taxes a. Sales Tax Exemption Certificates will be issued for building mai i4l uEd n the contract pursuant to Iowa Code Section 423.3(80). This exdmpti i b not apply to materials, equipment and supplies consumed by the contractor or subcontractor that are not incorporated into the real propert$ %bWafistrAIJI:4. 04 9. Contract Compliance: CITY CLEr.I' a. For all contracts of $25,000 or more, the Contractor sJIrWC iabiIk by the requirements of the City's Contract Compliance Program, as described in the Section 0520. 10. Wage Theft Policy: a. For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Wage Theft Policy, as described in Section 0520. 11. References: a. The successful bidder and all of its subcontractors are required to submit at least four (4) days prior to award three (3) 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 based on past experience on projects with the City of Iowa City. b. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. WWTF Backup Generation and Electrical Distribution Upgrade Project 0200 - Page 2 of 2 111 Proposal Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project City of Iowa City 111 _6 AM 9:04 Note to Bidders: CIT'f C!_EPK Please do not use the Proposal form included in the bound volume of the Project Manual. Separate copies of this form 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 Manual. The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Project Manual, including Addenda , and , and to do all work at the prices set forth herein. Base Proposal: Bidder agrees to perform all the work described in the proposed Contract Documents for the sum of: Amount shall be indicated in both words and figures. In case of discrepancy, the amount indicated in words will govern. 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: Name: Type of Work: Appx $ Amnt: WWTF Backup Generation and Electrical Distribution Upgrade Project 0400 — Page 1 of 2 Note: All subcontractors are subject to approval by City. F I L ED The undersigned bidder certifies that this proposal is made in good faith, a d thout collusion or connection with any other person or persons bidding on tlg�WWY -5 kF, �: A 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 for the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: WWTF Backup Generation and Electrical Distribution Upgrade Project 0400 — Page 2 of 2 0405 Bidder Status Form Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. CITY CLERK (To help you determine if your company is authorized, please review the;xorksrhe�t by 1(t� j7e}d 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: City, State, Zip: Dates: _ /_/ to / / Address: City, State, Zip: Dates: // to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders PartC 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 El 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 protide accurate and truthful information may be a reason to reject my bid. Firm Name' S_anatme Date: You m ust s ubmitthe oompletedfornto the goversnental body requestirgbtls per 875 Iowa Administrative Code Chapter156. This form has been approved by the Iowa Labor Comrnisslaner. WWfF Backup Generation and Electrical Distribution Upgrade Project 0405 — Page 1 of 2 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. 1010 PiOV -6 A t - n ❑ Yes ❑ No My business is currently registered as a contractor with Me Labor. �oyv� Division of , ` lo'ch cjTY. i ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa Secretary of State, has filed its most recent biennial report with the Secretary of State, and has neither received a certificate of withdrawal from the Secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa Secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. WWTF Backup Generation and Electrical Distribution Upgrade Project 0405 — Page 2 of 2 0410 Bid Bond Form I�.vcD , as Principal, and as Surety declare that we are held and are firmly bound unto the',Clty'of 1owa;Citq,1lbwa, hereinafter called "Owner," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for the Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project. Now, Therefore, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this A.D., 20_ Witness day of (Seal) Principal By (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power -of -Attorney WWTF Backup Generation and Electrical Distribution Upgrade Project 0410 — Page 1 of 1 0500 Agreement This Agreement is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Cont?acW—)"' Whereas PRVN Consultants, Inc. of North Liberty, Iowa and Shoemaker11 1 & Haaland of Coralville, Iowa have prepared the Project Manual dated November 5`h, 2018, for the Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project ("Project"), and Whereas, said Project Manual and Addenda accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. Now, Therefore, it is Agreed: The Contractor hereby agrees to perform the Project for the sums listed in its Proposal of $ , which sums are incorporated herein by this reference. 2. This Contract consists of the Contract Documents, as defined in the City of Iowa City General Conditions, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; attached hereto; and b. Contractor's Completed Contract Compliance Program (Anti - Discrimination Requirements) Assurance, if applicable, attached hereto; and C. Contractor's Completed Wage Theft Affidavit, if applicable, attached hereto. The above components are deemed complementary and what is called for by one shall be as binding as if called for by all. WWTF Backup Generation and Electrical Distribution Upgrade Project 0500 — Page 1 of 2 Attest: 3. The names of subcontractors approved by City, together fl Jua[Mti®, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 2010 NOV -5 AIN 9-- 04 Name: Quantity: Unit Price: $ Amnt: 4. Payments are to be made to the Contractor in accordance with the General Conditions. Dated this day of 20_ Mayor City Clerk Contractor By Attest: (Title) (Company Official) Approved By: City Attorney's Office WWTF Backup Generation and Electrical Distribution Upgrade Project 0500 - Page 2 of 2 0510 Performance, Payment, and Maintenance Bond Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project City of Iowa City KNOW ALL BY THESE PRESENTS: That we, as Principal (hereinafter the "Contractor" or "Principal') and , as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of dollars ($ ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the day of , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Backup generation and electrical distribution system upgrades at the City of Iowa City Wastewater Treatment Facility, 4366 Napoleon Street, SE, Iowa City, Iowa. This includes installation of owner - furnished equipment (a packaged engine generator and associated equipment and 15kV electrical switchgear). The project also includes installing electrical ductbank from the utility metering cabinets to and from the new packaged engine generator and switchgear. An existing building will be retrofitted with a new floor, new roof, new HVAC equipment and plumbing. and to faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. Provided, however, that one year after the date of acceptance as complete of the work under the above referenced Contract, the maintenance portion of this Bond shall continue in force but the penal sum for maintenance shall be reduced to the sum of DOLLARS ($ ), which is the cost associated with those items in the Contract that require a maintenance bond period in excess of one year. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: 1. PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. WWTF Backup Generation and Electrical Distribution Upgrade Project 0510—Page 1 of 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion25Yt toyontract'pripon4 the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless tWalims of said claimants against said portion of the contract price shall have been established .a10 provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of two year(s) (2) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20% of the total contract price, and that this bond shall then be released as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to less that five years after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be WWfF Backup Generation and Electrical Distribution Upgrade Project 0510 — Page 2 of 4 fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. F, I I D, In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have providdtc tt[� mense, 9fr0h the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract is hereby made a part of this Bond. WWTF Backup Generation and Electrical Distribution Upgrade Project 0510 — Page 3 of 4 PRINCIPAL: SURETY: Contractor Surety Company By By Signature Signature Attorney -in -Fact Officer Title Printed Name of Attorney -in -Fact Officer FORM APPROVED BY: Company Name City Attorney's Office Company Address City, State, Zip Code Company Telephone Number NOTE: 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. WWTF Backup Generation and Electrical Distribution Upgrade Project 0510 — Page 4 of 4 0520 _ CONTRACT COMPLIANCE F I L E- 1) SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment Q;NgNitytin V pity contract work. This policy prohibits discrimination by the City's contractors, cQ(�¢u Rts) nd vendors and requires them to ensure that applicants seeking employment wit�l't11 ' �il,'f,,,it employees are treated equally without regard to race, color, creed, religion, natldria� o g�k,'sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. WWTF Backup Generation and Electrical Distribution Upgrade Project 0520 — Page 1 of 6 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.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone Number v Street Address .� City, State, Zip,Code •_'rrl �:g w o Ln WWTF Backup Generation and Electrical Distribution Upgrade Project 0520 — Page 2 of 6 5. C 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? The above responses are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date WWTF Backup Generation and Electrical Distribution Upgrade Project 0520 — Page 3 of 6 N __1 U n > m � J 0 ut WWTF Backup Generation and Electrical Distribution Upgrade Project 0520 — Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. 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 sorpeone the responsibility of administering and promoting your company's Equal Employmqot Opportunity program. This person should have a position in yournizg csrgaWn vihich emphasizes the importance of the program. r 1� rEnaO 3. INSTRUCT STAFF ;= o Your staff should be aware of and be required to abide by your Equal En ployment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews 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 WWTF Backup Generation and Electrical Distribution Upgrade Project 0520 - Page 4 of 6 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. 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 can be found at: htto://www.sterlingcodifiers.com/codebook/index.pho?book id=953. 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. WWTF Backup Generation and Electrical Distribution Upgrade Project 0520 - Page 5 of 6 N O �rn v Cr � 3 tD O Ln WWTF Backup Generation and Electrical Distribution Upgrade Project 0520 - Page 5 of 6 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. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. WWTF Backup Generation and Electrical Distribution Upgrade Project 0520 — Page 6 of 6 N O GO m �= o l O Vi WWTF Backup Generation and Electrical Distribution Upgrade Project 0520 — Page 6 of 6 0530 WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25%, of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following astions have been taken: -- a. There has been a bona fide change in ownership or control of the a_eljgiblI!Sperson or entity; -7 --c b. Disciplinary action has been taken against the individual(s) responsibtefoi thocts giving rise to the violation(s); r) t C. Remedial action has been taken to prevent a recurrence of the acts �tving�se t0 the disqualification or default; =c to l_ I or d. Other factors that the person or entity believes are relevant. o 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. WWTF Backup Generation and Electrical Distribution Upgrade Project 0530 — Page 1 of 2 State of M Wage Theft Affidavit ss: County ) upon being duly sworn, state as follows: 1. 1 am the [position] of ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither [contracting entity] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. Signature This instrument was acknowledged before me by on 20 Notary Public in and for the State of _ N d O o r^ q S z 0 ucn WWTF Backup Generation and Electrical Distribution Upgrade Project 0530 — Page 2 of 2 7200 CITY OF IOWA CITY GENERAL CONDITIONS ARTICLE 1- DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in the Contract Documents the terms listed below will have the meanings indicated which are applicable to both the singular and plural thereof. 1. Addenda --Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the Contract Documents. 2. Agreement --The written instrument which is evidence of the agreement between OWNER and CONTRACTOR covering the Work. 3. Application for Payment --The form acceptable to OWNER which is to be used by CONTRACTOR during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos --Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Bid --The offer or proposal of a bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 6. Bidding Documents --The Bidding Requirements and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 7. Bidding Requirements --The Advertisement or Invitation to Bid, Instructions to Bidders, Bid security form, if any, and the Bid form with any supplements. 8. Bonds --Performance and payment bonds and other instruments of security. 9. Change Order --A document required by OWNER which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 10. Claim --A demand or assertion by OWNER or CONTRACTOR seeking an adjustment of Contract Price or Contract Times, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Claim. WWTF Backup Generation and Electrical Distribution Upgrade Project 11. Contract --The entire and integrated written agreement between OWNER and CONTRACTOR concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 12. Contract Documents --The Contract Documents establish the rights and obligations of the parties and include the Agreement, Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Notice to Proceed, the Bonds, these General Conditions, the Supplementary Conditions, the Specifications and the Drawings as the same are more specifically identified in the Agreement, together with all Written Amendments, Change Orders, Work Change Directives, Field Orders, and OWNER's written interpretations and clarifications issued on or after the Effective Date of the Agreement. Approved Shop Drawings and the reports and drawings of subsurface and physical conditions are not Contract Documents. Only printed or hard copies of the items listed in this paragraph are Contract Documents. Files in electronic media format of text, data, graphics, and the like that may be furnished by OWNER to CONTRACTOR are not Contract Documents. 13. Contract Price --The moneys payable by OWNER to CONTRACTOR for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.03 in the case of Unit Price Work). 14. Contract Times --The number of days or the dates stated in the Agreement to: (i) achieve milestones; (ii) achieve Substantial Completion; and (iii) complete the Work so that it is ready for final payment as evidenced by OWNER's written approval of final payment. 15. CONTRACTOR --The individual or entity with whom OWNER has entered into the Agreement. - -- 16. Cost of the Work --The sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. ti 17. Drawings --That part of the Coactocuments approved by OWNER which graghicalhowsscope, � extent, and character of the Work to -Be perfewned by CONTRACTOR. Shop-DrawinM ald'- other CONTRACTOR submittals :are `not. Drawings as so defined. i i. j 18. Effective Date of the Agreement --The date nicated in the Agreement on which it becomes�fective, but if no such date is indicated, it means the date on which the 7200 - Page 1 of 28 Agreement is signed and delivered by the last of the two parties to sign and deliver. 19. Extra Work— Work not provided for in the Contract as awarded or deemed essential to the satisfactory completion of the Contract and authorized by OWNER. 20. Field Order --A written order issued by OWNER which requires minor changes in the Work but which does not involve a change in the Contract Price or the Contract Times.OWNER 21. Final Payment --Payment made to CONTRACTOR after all work is satisfactorily completed. Final payment does not include retainage. 22. General Requirements --Sections of Division 1 of the Specifications. 23. Hazardous Environmental Condition --The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto in connection with the Work. 24. Hazardous Waste --The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903), as amended from time to time. 25. Laws and Regulations; Laws or Regulations --Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 26. Liens --Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 27. Milestone --A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. 28. Notice ofAward--The written notice by OWNER to the apparent successful bidder stating that upon timely compliance by the apparent successful bidder with the conditions precedent listed therein, OWNER will sign and deliver the Agreement. 29. Notice to Proceed --A written notice given by OWNER to CONTRACTOR fixing the date on which the Contract Times will commence and on which CONTRACTOR shall start to perform the Work under the Contract Documents. 30. OWNER --The City of Iowa City with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be performed, including its employees and professional consultants under contract providing services for the Work. 31. OWNER's Professional Consultant --An individual or entity having a contract with OWNER to furnish services as OWNER's independent professional consultant with WWTF Backup Generation and Electrical Distribution Upgrade Project respect to the Project and who is identified as such in the Supplementary Conditions. 32. Partial Utilization --Use by OWNER of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 33. PCBs --Polychlorinated biphenyls. 34. Petroleum–Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 12.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 35. Project --The total construction of the Work to be performed under the Contract Documents, which may be the whole or a part, as may be indicated in the Contract Documents. 36. Project Manual --The bound documentary information prepared for bidding and constructing the Work. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is contained in the table(s) of contents. 37. Radioactive Material --Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 38. Resident Project Representative --The authorized representative of OWNER who is assigned to the Site or any part thereof. 39. Samples–Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 40. Shop Drawings --All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for CON- TRACTOR and submitted by CONTRACTOR to OWNER to illustrate some portion of the Work. 41. Site --Lands or areas indicated in the Contract Documents as being furnished by OWNER upon which the Work is to be performed, including rights-of-way and easements for access thereto, and such other lands furnished by OWNER which are designated for the use of CONTRACTOR. 42. Specifications --That part of the Cdtract Documents consisting of written technical descrip%ns of materials, equipment, systems, standards, --and vor ip as applied to the Work and certtaitlt adngnistrtt(* edetails applicable thereto. r 43. Subcontractor–An individu0nar eLoky haptr a direct contract with CONTRACT -0R' or- ith --,ay other 7200 – Page 2 of 28 Subcontractor for the performance of a part of the Work at the Site. 44. Substantial Completion --The time at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of OWNER, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 45. Supplementary Conditions --That part of the Contract Documents which amends or supplements these General Conditions. 46. Supplier --A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with CONTRACTOR or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by CONTRACTOR or any Subcontractor. 47. Underground Facilities --All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 48. Unit Price Work --Work to be paid for on the basis of unit prices. 49. Work --The entire completed construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction, and famishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 50. Work Change Directive --A written statement to CONTRACTOR issued on or after the Effective Date of the Agreement and signed by OWNER and CONTRACTOR ordering an addition, deletion, or revision in the Work, or responding to differing or unforeseen subsurface or physical conditions under which the Work is to be performed or to emergencies. A Work Change Directive will not change the Contract Price or the Contract Times but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. 51. Written Amendment --A written statement modifying the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the non -engineering WWTF Backup Generation and Electrical Distribution Upgrade Project or nontechnical rather than strictly construction -related aspects of the Contract Documents. 1.02 Terminology A. Intent of Certain Terms or Adjectives 1. Whenever in the Contract Documents the terms "as allowed;" "as approved," or terms of like effect or import are used, or the adjectives "reasonable," "suitable," "acceptable, "proper, " "satisfactory, " or adjectives of like effect or import are used to describe an action or determination of OWNER as to the Work, it is intended that such action or determination will be solely to evaluate, in general, the completed Work for compliance with the requirements of and information in the Contract Documents and conformance with the design concept of the completed Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to OWNER any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility contrary to any provisions of the Contract Documents. rr, 1. The word "day" shall constitute a calendar day of 24 hours measured from midnight to the next midnight. C. Defective 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it does not conform to the Contract Documents or does not meet the requirements of any inspection, reference standard, test, or approval referred to in the Contract Documents, or has been damaged prior to OWNER's final payment (unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 12.04 or 12.05). D. Furnish, Install, Perform, Provide 1. The word "furnish," when used in connection with services, materials, or equipment, shall mean to supply and deliver said services, materials, or equipment to the Site (or some other specified location) ready for use or installation and in usable or operable condition. 2. The word "install," when used in connection with services, materials, or equipment, shall�gean to put into use or place in final position *d servtcys, materials, or equipment complete and ready f6i iajen O use. l 3. The words "perform" or !'provide,;' whep',-$ed in connection with services, mates als, ot:'equiptilent, shall mean to furnish and install said,.,servigs, m#tTTis, or equipment complete and ready forirgended use., _7 v� 7200 — Page 3 of 28 4. When "furnish," "install," "perform," or "providc" is not used in connection with services, materials, or equipment in a context clearly requiring an obligation of CONTRACTOR, "provide" is implied. E. Unless stated otherwise in the Contract Documents, words or phrases which have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 - PRELIMINARY MATTERS 2.01 Delivery of Bonds A. When CONTRACTOR delivers the executed Agreement to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish. 2.02 Copies of Documents A. Refer to Supplementary Conditions regarding copies of Drawings and Project Manuals. 2.03 Commencement of Contract Times; Notice to Proceed A. The Contract Times will commence on the thirtieth day after the Effective Date of the Agreement or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 30 days after the Effective Date of the Agreement. In no event will the Contract Times commence later than the sixtieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. 2.04 Starting the Work A. CONTRACTOR shall start to perform the Work on the date when the Contract Times commence. No Work shall be done at the Site prior to the date on which the Contract Times commence. 2.05 Before Starting Construction A. CONTRACTOR's Review of Contract Documents: Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures therein and all applicable field measurements. CONTRACTOR shall promptly report in writing to OWNER any conflict, error, ambiguity, or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from OWNER before proceeding with any Work affected thereby; however, CONTRACTOR shall not be liable to OWNER for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless CONTRACTOR knew or reasonably should have known thereof. WWTF Backup Generation and Electrical Distribution Upgrade Project B. Schedules: Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to OWNER for its timely review: 1. a progress schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents; 2. a schedule of Shop Drawing and Sample submittals which will list each required submittal and the times for submitting, reviewing, and processing such submittal; and 3. a schedule of values for all of the Work which includes quantities and prices of items which when added together equal the Contract Price and subdivides the Work into component parts in sufficient detail to serve as the basis for progress payments during performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. C. Evidence of Insurance: Before any Work at the Site is started, CONTRACTOR and OWNER shall each deliver to the other, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance which either of them or any additional insured may reasonably request) which CONTRACTOR and OWNER respectively are required to purchase and maintain in accordance with Article 5. 2.06 Preconstruction Conference A. Within 20 days after the Contract Times start to run, but before any Work at the Site is started, a conference attended by CONTRACTOR, OWNER and others as appropriate will be held to esQWsh a working understanding among the par" as tome Work and to discuss the schedules refere44onin &agrafln.05.11, procedures for handling Sh*=J)rawutgs aui other submittals, processing AppliaaimU fdr Payrn", and maintaining required records. - n rn <71 3"2.07 Initial Acceptance ofSche�� A. Unless otherwise provided iD the Coact Documents, at least ten days before submission of thwErst Application for Payment a conference attended by CONTRACTOR, OWNER, and others as appropriate will be held to review for acceptability to OWNER as provided below the schedules submitted in accordance with paragraph 2.05.B. CONTRACTOR shall have an additional ten days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until acceptable schedules are submitted to OWNER. 1. The progress schedule will be acceptable to OWNER if it provides an orderly progression of the Work to completion within any specified Milestones and the Contract Times. Such acceptance will not impose on OWNER responsibility for the progress schedule, for 7200 – Page 4 of 28 sequencing, scheduling, or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOR's full responsibility therefor. 2. CONTRACTOR's schedule of Shop Drawing and Sample submittals will be acceptable to OWNER if it provides a workable arrangement for reviewing and processing the required submittals. 3. CONTRACTOR's schedule of values will be acceptable to OWNER as to form and substance if it provides a reasonable allocation of the Contract Price to component parts of the Work. ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. B. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be provided whether specifically called for at no additional cost to OWNER. C. Clarifications and interpretations of the Contract Documents shall be issued by OWNER and shall be consistent with the intent of and as reasonably inferable from the Contract Documents. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual or code, or any instruction of a Supplier shall be effective to change the duties or responsibilities of OWNER, CONTRACTOR, or any of their subcontractors, consultants, agents, or employees from those set forth in the Contract Documents, nor shall any such provision or instruction be effective to assign to OWNER, or any of its consultants, agents, or employees any duty or authority to supervise or direct the performance of the Work or any WWTF Backup Generation and Electrical Distribution Upgrade Project duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies L If, during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents or between the Contract Documents and any provision of any Law or Regulation applicable to the performance of the Work or of any standard, specification, manual or code, or of any instruction of any Supplier, CONTRACTOR shall report it to OWNER in writing at once. CONTRACTOR shall not proceed with the Work affected thereby (except in an emergency as required by paragraph 6.16.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in paragraph 3.04. 2. CONTRACTOR shall not be liable to OWNER for failure to report any conflict, error, ambiguity, or dis- crepancy in the Contract Documents unless CONTRACTOR knew or reasonably should have known thereof. B. Resolving Discrepancies 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and: a. the provisions of any standard, specification, manual, code, or instruction (whether specifically incorporated by reference in the Contract Documents); or b. the provisions of any Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof in one or more of- the fthe following ways: (i) a Written Ame`dment or (ii) a Change Order. o -- m B. The requirements of the Conie3t Dwmen s t ay be supplemented, and minor variatidneiand'Aeviatioac.in the Work may be authorized, by onebr4norof the�IMlbwing ways: (i) a Field Order; (ii) O's a proval Shop Drawing or Sample; or th OWNER' itten interpretation or clarification. 6::o 3.05 Reuse of Documents p to A. CONTRACTOR and any. Subcontractor or Supplier or other individual or entity performing or furnishing any of 7200 — Page 5 of 28 the Work under a direct or indirect contract with OWNER: (i) shall not have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or on behalf of OWNER, including electronic media editions; and (ii) shall not reuse any of such Drawings, Specifications, other documents, or copies thereof on extensions of the Project without written consent of OWNER or use of same on any other project. This prohibition will survive final payment, completion, and acceptance of the Work, or termination or completion of the Contract. Nothing herein shall preclude CONTRACTOR from retaining copies of the Contract Documents for record purposes. ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. OWNER shall furnish the Site. OWNER shall notify CONTRACTOR of any encumbrances or restrictions not of general application but specifically related to use of the Site with which CONTRACTOR must comply in performing the Work. OWNER will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. B. Upon reasonable written request, OWNER shall furnish CONTRACTOR with a current statement of record legal title and legal description of the lands upon which the Work is to be performed and OWNER's interest therein. C. CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. Such additional land uses acquired by CONTRACTOR shall be by written agreement with the property owner. A copy of the written agreement shall be provided to OWNER. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports of explorations and tests of subsurface conditions at or contiguous to the Site that OWNER has used in preparing the Contract Documents; and 2. those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) that OWNER has used in preparing the Contract Documents. B. Limited Reliance by CONTRACTOR on Technical Data Authorized: CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on WWTF Backup Generation and Electrical Distribution Upgrade Project such "technical data," CONTRACTOR may not rely upon or make any Claim against OWNER with respect to: 1. the completeness of such reports and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If CONTRACTOR believes that any subsurface or physical condition at or contiguous to the Site that is uncovered or revealed either: 1. differs substantially and materially from that shown or indicated in the Contract Documents; or 2. is of an unusual nature, and differs substantially and materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by paragraph 6.16.A), notify OWNER in writing about such condition. CONTRACTOR shall not further disturb such condition or perform any Work in connection therewith (except as aforesaid) until receipt of written order by OWNER to do so. B. OWNER's Review: After receipt of written notice as required by paragraph 4.03.A, OWNER will promptly review the pertinent condition, determine the necessity of OWNER's obtaining additional exploration or tests with respect thereto, and advise CONTRACTOR in writing of findings and conclusions. C. Possible Price and Times Adjustments 1. The Contract Price or the Contract Times, or both, will be equitably adjusted to the extent thgthe existence of such differing subsurface or physical q§dition causes an increase or decrease in CONMCTOKV cost of or time required for, performance of thg Worker deter[ t ted by OWNER; subject to the followiit-4 < a. such condition must meet ono r mQM_of the categories described in paragra(31cpgnd 1 t 1 0 ut 7200 – Page 6 of 28 b. with respect to Work that is paid for on a Unit Price Basis, any adjustment in Contract Price will be subject to the provisions of Article 9. 2. CONTRACTOR shall not be entitled to any adjustment in the Contract Price or Contract Times if. a. CONTRACTOR knew of the existence of such conditions at the time CONTRACTOR made a final commitment to OWNER in respect of Contract Price and Contract Times by the submission of a Bid or becoming bound under a negotiated contract; or b. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test, or study of the Site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for CON- TRACTOR prior to CONTRACTOR's making such final commitment; or c. CONTRACTOR failed to give the written notice within the time and as required by paragraph 4.03.A. 3. If OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, a Claim may be made therefor as provided in Article 9. However, OWNER, shall not be liable to CONTRACTOR for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by CONTRACTOR on or in connection with any other project or anticipated project. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data famished to OWNER by OWNERS of such Underground Facilities, including OWNER, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. OWNER shall not be responsible for the accuracy or completeness of any such information or data; and 2. The cost of all of the following will be included in the Contract Price, and CONTRACTOR shall have full responsibility for: a. reviewing and checking all such information and data; b. locating and exposing when requested by OWNER all Underground Facilities within the Work area whether they are indicated in the Contract Documents; c. coordination of the Work with OWNERS of such Underground Facilities, including OWNER, during construction; and VW TF Backup Generation and Electrical Distribution Upgrade Project d. the safety and protection of all Underground Facilities and repairing any damage thereto resulting from the Work; e. Notifying all utility companies, all pipeline owners, or other parties affected, and endeavoring to have all necessary adjustments of the public or private utility fixtures, pipelines, and other appurtenances within or adjacent to the limit, of construction made as soon as practicable; and f. Notification concerning work near buried utilities as required by Section 479.47, Code of Iowa (2011), and for conducting work as required therein. 3. Water lines, gas lines, wire lines, communication lines, service connections, water and gas meter boxes, water and gas valve boxes, light standards, cableways, signals, and all other utility appurtenances within the limits of the proposed construction, which are to be relocated or adjusted, are to be moved by OWNERS of the utility at their expense, except as otherwise provided for in the Contract Documents; 4. It is understood and agreed that CONTRACTOR has considered in the Bid all of the permanent and temporary utility appurtenances in their present or relocated positions as shown in the Contract Documents and that additional compensation will not be allowed for any delays, inconvenience, or damage sustained by CONTRACTOR due to any interference from the utility appurtenances or their operation or relocation. B. Not Shown or Indicated 1. If an Underground Facility is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by paragraph 6.16.A), identify OWNER of such Underground Facility and give written notice to that owner and to OWNER. OWNER will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility. No compensation shall be due for any Work stoppage caused by the location of an Underground Facility. N 2. If OWNER concludes that a chang?,c�in the Contract Documents is required, a Woilo Cham Directive or a Change Order will be issued to-reQct at9At docutt t such consequences. An equitable at strmlenr5hall bo -made in the Contract Times, to the ext6ilhat id's attrf=ble to the existence of an Underground IRlity. m m3. 4.05 Reference Points O 0 O 7200 - Page 7 of 28 A. OWNER shall provide engineering surveys to establish reference points for construction which in OWNER's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work, shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations without the prior written approval of OWNER. CONTRACTOR shall report to OWNER whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points or property monuments by professionally qualified personnel. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: Reference is made to the Supplementary Conditions for the identification of those reports and drawings relating to a Hazardous Environmental Condition identified at the Site, if any, that have been utilized by OWNER in the preparation of the Contract Documents. B. Limited Reliance by CONTRACTOR on Technical Data Authorized.- CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," CONTRACTOR may not rely upon or make any Claim against OWNER or OWNER's Professional Consultants with respect to: 1. the completeness of such reports and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. CONTRACTOR shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. CONTRACTOR shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by CONTRACTOR, Subcontractors, Suppliers, or anyone else for whom CONTRACTOR is responsible. D. If CONTRACTOR encounters a Hazardous Environmental Condition or if CONTRACTOR or anyone WWTF Backup Generation and Electrical Distribution Upgrade Project for whom CONTRACTOR is responsible creates a Hazardous Environmental Condition, CONTRACTOR shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by paragraph 6.16); and (iii) notify OWNER (and promptly thereafter confirm such notice in writing). OWNER may retain a qualified expert to evaluate such condition or take corrective action, if any. E. CONTRACTOR shall not be required to resume Work in connection with such condition or in any affected area until after OWNER has obtained any required permits related thereto and delivered to CONTRACTOR written notice: (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot agree as to entitlement to or on the amount or extent, if any, of any adjustment in Contract Price or Contract Times, or both, as a result of such Work stoppage or such special conditions under which Work is agreed to be resumed by CONTRACTOR, either party may make a Claim therefor as provided in Article 9. F. If after receipt of such written notice CONTRACTOR does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then OWNER may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. If OWNER and CONTRACTOR cannot agree as to entitlement to or on the amount or extent, if any, of an adjustment in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a Claim therefor as provided in Article 9. OWNER may have such deleted portion of the Work performed by OWNER's own forces or others in accordance with Article 7. G. To the fullest extent permitted by Laws and Regulations, OWNER shall indemnify and hold harmless CONTRACTOR, OWNER's Professional Consultants and the officers, directors, partners, employees, agents, other consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition, provided that such Hazardous Environmental Condition: (i) was not sl can or indicated in the Drawings or Specifications or i&entified in the Contract Documents to be include ;wjthin�te scop"f the Work, and (ii) was not created I�&MNTkACTOR.or by anyone for whom CONTRACTORtisQespcnsible IN ting in this paragraph 4.06.E shalL�eEnligaiP O to indemnify any individual or enti m dad ag i s the consequences of that individ �-j or:Xentit} s� twn negligence. H. To the fullest extent permitted 99 Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, OWNER's Professional Consultants, 7200 — Page 8 of 28 and the officers, directors, partners, employees, agents, other consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by CONTRACTOR or by anyone for whom CONTRACTOR is responsible. Nothing in this paragraph 4.06.F shall obligate CONTRACTOR to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. 1. The provisions of paragraphs 4.02, 4.03, and 4.04 are not intended to apply to a Hazardous Environmental Condition uncovered or revealed at the Site. ARTICLE 5 - BONDS AND INSURANCE 5.01 Performance, Payment, and Other Bonds A. CONTRACTOR shall fumish performance and payment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract Documents. These Bonds shall remain in effect at least until one year after the date when final payment becomes due, except as provided otherwise by Laws or Regulations or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Contract Documents. B. All Bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All Bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. C. If the surety on any Bond furnished by CONTRACTOR is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraph 5.01.13, CONTRACTOR shall within 20 days thereafter substitute another Bond and surety, both of which shall comply with the requirements of paragraphs 5.01.13 and 5.02. 5.02 Licensed Sureties and Insurers A. All Bonds and insurance required by the Contract Documents to be purchased and maintained by CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the jurisdiction in which the Project is located to issue Bonds or insurance policies for the limits and coverages so WWTF Backup Generation and Electrical Distribution Upgrade Project required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.03 Certificates of/nsurance A. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured) which CONTRACTOR is required to purchase and maintain. 5.04 CONTRACTOR's Liability Insurance A. CONTRACTOR shall purchase and maintain such liability and other insurance as is appropriate for the Work being performed and, in addition, provide protection from claims set forth below which may arise out of or result from CONTRACTOR's performance of the Work and CONTRACTOR's other obligations under the Contract Documents, whether it is to be performed by CONTRACTOR, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRACTOR's employees; 3. claims for damages because of bodily injury, sickness or disease, or death of any person other than CONTRACTOR's employees; 4. claims for damages insured by reasonably available personal injury liability coverage which are sustained: (i) by any person as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR, or (ii) by any other person for any other reason; 5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and 6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. B. The policies of insurance so requiredby this paragraph 5.04 to be purchased and maintained sha a 1. with respect to insurance +4uiroT by �p raphs 5.04.A.3 through 5.04.A.6 inclusive include a"Witional insureds (subject to any customaiy�xc ion t ect of professional liability) OWNER 's ofessional Consultants, and any other indty Is montiti ntified in the Supplementary Conditipps;?all o who all be cn 7200 — Page 9 of 28 listed as additional insureds, and include coverage for the respective officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of all such additional insureds, and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby; 2. include at least the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater; 3. include completed operations insurance; 4. include contractual liability insurance covering CONTRACTOR's indemnity obligations under paragraphs 6.07, 6.11, and 6.20; 5. contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty days prior written notice has been given to OWNER and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by CONTRACTOR pursuant to paragraph 5.03 will so provide); and 6. remain in effect at least until final payment and at all times thereafter when CONTRACTOR may be correcting, removing, or replacing defective Work in accordance with paragraph 11.07. C. CONTRACTOR shall purchase as provided in the Supplementary Conditions, OWNER's and CONTRACTOR's Protective Liability Insurance from CONTRACTOR's sources as primary coverage for OWNER and OWNER's Professional Consultant. 5.05 Acceptance of Bonds and Insurance; Option to Replace A. If OWNER has any objection to the coverage afforded by or other provisions of the Bonds or insurance required to be purchased and maintained by CONTRACTOR in accordance with Article 5 on the basis of non-conformance with the Contract Documents, OWNER shall so notify CONTRACTOR in writing within 10 days after receipt of the certificates (or other evidence requested) required by paragraph 2.05.C. CONTRACTOR shall provide such additional information in respect of insurance provided as OWNER may reasonably request. If CONTRACTOR does not purchase or maintain all of the Bonds and insurance required by the Contract Documents, OWNER shall notify CONTRACTOR in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. Without prejudice to any other right or remedy, OWNER may elect to obtain equivalent Bonds or insurance to protect its interests at the expense of CONTRACTOR, and a Change Order shall be issued to adjust the Contract Price accordingly. WWTF Backup Generation and Electrical Distribution Upgrade Project 5.06 Property Insurance A. CONTRACTOR shall purchase and maintain property insurance upon the Work at the site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in these Supplementary Conditions or required by Laws and Regulations). This insurance shall: 1. include the interests of OWNER, CONTRACTOR, Subcontractors, OWNER's Professional Consultants and any other persons or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured; 2. be written on a Builder's Risk "all-risk or open peril or special causes of loss policy form that shall at least include insurance for physical loss and damage to the Work, temporary buildings, falsework and Work in transit and shall insure against at least the following perils: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, and such other perils as may be specifically required by the Supplementary Conditions; 3. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 4. cover materials and equipment in transit for incorporation in the Work or stored at the site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by OWNER; and 5. be maintained in effect until final payment is made. B. CONTRACTOR shall be responsible for any deductible or self-insured retention. ARTICLE 6 CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. CONTRACTOR shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and enertise as may be necessary to perform the Work in accordance with the Contract Documents. CON'MACTORD shall be solely responsible for the meanknmeT�ds,niques, sequences, and procediiiesa -ofcrnction. CONTRACTOR shall be r6s'VM'sibld to spo-that the completed Work complies acdktel}�✓ith Contract Documents. < r r B. At all times during thV,: -0&ogr9ps of Q Work, CONTRACTOR shall assikh a @e npetent resident superintendent thereto who shall not be replaced without 7200 — Page 10 of 28 written notice to OWNER except under extraordinary circumstances. The superintendent will be CONTRACTOWs representative at the Site and shall have authority to act on behalf of CONTRACTOR. All communications given to or received from the superintendent shall be binding on CONTRACTOR. The name, address and telephone number of the Resident Superintendent shall be provided to OWNER prior to commencement of Work. 6.02 Labor; Working Hours A. CONTRACTOR shall provide competent, suitably qualified personnel to survey, layout, and construct the Work as required by the Contract Documents. CON- TRACTOR shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during regular working hours, and CONTRACTOR will not permit overtime work or the performance of Work on Saturday, Sunday, or any legal holiday without OWNER's written consent given after prior written notice to OWNER. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the General Re- quirements, CONTRACTOR shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All warranties and guarantees specifically called for by the Specifications shall expressly run to the benefit of OWNER. If required by OWNER, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. All materials and equipment shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Docu- ments. 6.04 Progress Schedule result in changing the Contract Times. Such adjustments will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 2. Proposed adjustments in the progress schedule that will change the Contract Times shall be submitted in accordance with the requirements of Article 10. Such adjustments may only be made by a Change Order or Written Amendment in accordance with Article 10. 6.05 Substitutes and "Or -Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be submitted to OWNER for review under the circumstances described below: 1. "Or -Equal' Items: If, in OWNER's sole discretion, an item of material or equipment proposed by CONTRACTOR is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by OWNER as an "or - equal" item, in which case review and approval of the proposed item may, in OWNER's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. in the exercise of reasonable judgment OWNER determines that: (i) it is at least equal in quality, durability, appearance, strength, and design characteristics; (ii) it will reliably perform at least equally well the function imposed by the design concept of the completed Project as a functioning whole, and b. CONTRACTOR certifies that: (i) there is no increase in cost to OWNER; and (ii) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items a. If, in OWNER's sole discretion, an item of material or equipment proposed by CONTRACTOR does not qualify as an "or -equal" item under paragraph 6.05.A.1, it will be considered a proposed substitute item. , A. CONTRACTOR shall adhere to the progress schedule c established in accordance with paragraph 2.07 as it may be b. CONTRACTOR shall submi"ufficidTinformation as adjusted from time to time as provided below. provided below to allow OWNF�1Qo Adbrminellitt the item of material or equipmetlt tprposg is aasentially 1. CONTRACTOR shall submit to OWNER for equivalent to that named an acc able titute acceptance (to the extent indicated in paragraph 2.07) therefor. Requests for review o se substWe items proposed adjustments in the progress schedule that will not rTt WWTF Backup Generation and Electrical Distribution Upgrade Project O Cn 7200 — Page 1 f of 28 of material or equipment will not be accepted by OWNER from anyone other than CONTRACTOR. c. The procedure for review by OWNER will be as set forth in paragraph 6.05.A.2.d, as supplemented in the General Requirements and as OWNER may decide is appropriate under the circumstances. d. CONTRACTOR shall first make written application to OWNER for review of a proposed substitute item of material or equipment that CONTRACTOR seeks to furnish or use. The application shall certify that the proposed substitute item will adequately perform the functions and achieve the results called for by the general design, be similar in substance to that specified, and be suited to the same use as that specified. The application will state the extent, if any, to which the use of the proposed substitute item will prejudice CONTRACTOR's achievement of Substantial Completion on time, whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute item and whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute item from that specified shall be identified in the application, and available engineering, sales, maintenance, repair, and replacement services shall be indicated. The application shall also contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change, all of which will be considered by OWNER in evaluating the proposed substitute item. OWNER may require CON- TRACTOR to furnish additional data about the proposed substitute item. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by OWNER. CONTRACTOR shall submit sufficient information to allow OWNER, in OWNER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by OWNER will be similar to that provided in subparagraph 6.05.A.2. C. Owner's Evaluation: OWNER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraphs 6.05.A and 6.05.B. OWNER will be the sole judge of acceptability. No "or - equal" or substitute will be ordered, installed or utilized until OWNER's review is complete, which will be evidenced by either a Change Order for a substitute, an approved Shop Drawing for an "or equal". OWNER will advise CONTRACTOR in writing of any negative determination. WWTF Backup Generation and Electrical Distribution Upgrade Project D. Special Guarantee: OWNER may require CON- TRACTOR to furnish at CONTRACTOR's expense a special performance guarantee or other surety with respect to any substitute. E. CONTRACTOR's Expense: CONTRACTOR shall provide all data in support of any proposed substitute or "or -equal" at CONTRACTOR's expense. 6.06 Concerning Subcontractors, Suppliers, and Others A. CONTRACTOR shall not employ any Subcontractor, Supplier, or other individual or entity (including those acceptable to OWNER as indicated in paragraph 6.06.13), whether initially or as a replacement, against whom OWNER has reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom CONTRACTOR has reasonable objection. B. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, or other individuals or entities to be submitted to OWNER in advance for acceptance by OWNER by a specified date prior to the Effective Date of the Agreement, and if CONTRACTOR has submitted a list thereof in accordance with the Supplementary Conditions, OWNER's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the Bidding Documents or the Contract Documents) of any such Subcontractor, Supplier, or other individual or entity so identified may be revoked on the basis of reasonable objection after due investigation. CONTRACTOR shall submit an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity, and the Contract Price will be adjusted by the difference in the cost occasioned by such replacement, and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER of any such Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, shall constitute a waiver of any right of OWNER to reject defective Work. C. CONTRACTOR shall be fully responsible to OWNER for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between OWNER and any such Subcontractor, Supplier or other individual or entity, nor shall it create any obligation on the part of OWNER to pay or to see to the payment of any m ys due any such Subcontractor, Supplier, or her i [dual or entity except as may otherwise ui� by Uffs and Regulations. D. CONTRACTOR shall hq(Vlelgnresp nst le for scheduling and coordinating thCtWorof Su actors, Suppliers, and other individugl� en_'es p g or 7200 — Page 12 of 28 furnishing any of the Work under a direct or indirect contract with CONTRACTOR. E. CONTRACTOR shall require all Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work to communicate with OWNER through CONTRACTOR. F. The divisions and sections of the Specifications and the identifications of any Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. G. All Work performed for CONTRACTOR by a Subcontractor or Supplier will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of OWNER. Whenever any such agreement is with a Subcontractor or Supplier who is listed as an additional insured on property insurance, the agreement between CONTRACTOR and the Subcontractor or Supplier will contain provisions whereby the Subcontractor or Supplier waives all rights against OWNER, CONTRACTOR, OWNER's Professional Consultant, and all other individuals or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds (and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them) for all losses and damages caused by, arising out of, relating to, or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work. If the insurers on any such policies require separate waiver forms to be signed by any Subcontractor or Supplier, CONTRACTOR will obtain the same. 6.07 Patent Fees and Royalties A. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of OWNER its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by OWNER in the Contract Documents. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, OWNER's Professional Consultant, and the officers, directors, partners, employees or agents, and other consultants of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the WWTF Backup Generation and Electrical Distribution Upgrade Project use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.08 Permits A. Unless otherwise provided in the Supplementary Conditions, CONTRACTOR shall obtain and pay for all construction permits and licenses. OWNER shall assist CONTRACTOR, when necessary, in obtaining such permits and licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. CONTRACTOR shall pay all charges of utility owners for connections to the Work. 6.09 Laws and Regulations A. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, OWNER shall not be responsible for monitoring CONTRACTOR's compliance with any Laws or Regulations. B. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, CONTRACTOR shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work; however, it shall not be CONTRACTOR's primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve CONTRACTOR of CONTRACTOR's obligations under paragraph 3.03. 6.10 Taxes A. CONTRACTOR shall pay all sales, consumer, use, and other similar taxes required to be paid by CONTRACTOR in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 6.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas 1. CONTRACTOR shall confine construction equipment, the storage of materials and equipment ,Vd the operations of workers to the Site and other areas qwrtttitted by Laws and Regulations, and shall not_Bnreasoairly encumber the Site and other areas with constXtionutpmety�rr other materials or equipment. CONTRkr,,Tt�shall ads#me full responsibility for any damago<tp-arty soh landM•area, or to OWNER or occupant thereof @5 of 7, adj en land or areas resulting from the perfonWrrce of the W —r-1 2. Should any claim be m83;t$y ftl y suc�gwner or occupant because of the perfb Ve ofti4Ftb Work, rJt 7200 — Page 13 of 28 CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law. 3. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, OWNER's Professional Consultant, and the officers, directors, partners, employees, agents, and other consultants of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against OWNER, OWNER's Professional Consultant, or any other party indemnified hereunder to the extent caused by or based upon CONTRACTOR'S performance of the Work. B. Removal of Debris During Performance of the Work. During the progress of the Work CONTRACTOR shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Cleaning: Prior to Substantial Completion of the Work, CONTRACTOR shall clean the Site and make it ready for utilization by OWNER. At the completion of the Work, CONTRACTOR shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition all property not designated for alteration by the Contract Documents. D. Loading Structures: CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.12 Record Documents A. CONTRACTOR shall maintain in a safe place at the Site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to OWNER and OWNER's Professional Consultant for reference. Upon completion of the Work, these record documents, Samples, and Shop Drawings will be delivered to OWNER. 6.13 Safety and Protection A. CONTRACTOR shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: WWTF Backup Generation and Electrical Distribution Upgrade Project 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. CONTRACTOR shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. All damage, injury, or loss to any property referred to in paragraph 6.13.A.2 or 6.13.A.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER, its employees, or anyone for whose acts OWNER may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). CONTRACTOR's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed in accordance with paragraph 12.07.13 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). C. CONTRACTOR shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connections with the Work. OWNER will not have such responsibility. No action under taken by OWNER under General Conditions paragraphs 13.1 or 13.2, will constitute a transfer of this responsibility or acceptance of this responsibility by OWNER. 6.14 Safety Representative N A. CONTRACTOR shall designate a qualified and experienced safety representatiNQ at theMte whoosye, duties and responsibilities shall be t15—eveis6on of icpidents and the maintaining and supermsin of 5fety precautions and programs. p1 -r- 6.15 Hazard Communication Pr�ms� M c� 7200 — Page 14 of 28 A. CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the Site in accordance with Laws or Regulations. 6.16 Emergencies A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, CONTRACTOR is obligated to act to prevent threatened damage, injury, or loss. CONTRACTOR shall give OWNER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If OWNER determines that a change in the Contract Documents is required because of the action taken by CONTRACTOR in response to such an emergency, a Work Change Directive or Change Order will be issued. 6.17 Shop Drawings and Samples A. CONTRACTOR shall submit Shop Drawings to OWNER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. All submittals will be identified as OWNER may require and in the number of copies specified in the General Requirements. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show OWNER the services, materials, and equipment CONTRACTOR proposes to provide and to enable OWNER to review the information for the limited purposes required by paragraph 6.17.E. B. CONTRACTOR shall also submit Samples to OWNER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. Each Sample will be identified clearly as to material, Supplier, pertinent data such as catalog numbers, and the use for which intended and otherwise as OWNER may require to enable OWNER to review the submittal for the limited purposes required by paragraph 6.17.E. The numbers of each Sample to be submitted will be as specified in the Specifications. C. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawings and Sample submittals acceptable to OWNER as required by paragraph 2.07, any related Work performed prior to OWNER's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. D. Submittal Procedures 1. Before submitting each Shop Drawing or Sample, CONTRACTOR shall have: a. determined and verified all field measurements, quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; VW TF Backup Generation and Electrical Distribution Upgrade Project b. determined and verified all materials with respect to intended use, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; c. determined and verified all information relative to means, methods, techniques, sequences, and procedures of construction and safety precautions and programs incident thereto; and it. reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Docu- ments. 2. Each submittal shall bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR's obligations under the Contract Documents with respect to CONTRACTOR's review and approval of that submittal. 3. At the time of each submittal, CONTRACTOR shall give OWNER specific written notice of any variations that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in a written communication separate from the submittal; and, in addition, shall cause a specific notation to be made on each Shop Drawing and Sample submitted to OWNER for review and approval of each such variation. E. OWNER's Review 1. OWNER will timely review and approve or give notice of necessary corrections to the submitted Shop Drawings and Samples in accordance with the schedule of Shop Drawings and Sample submittals acceptable to OWNER. OWNER's review will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. OWNER's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 3. OWNER's review and approval of Shop Drawings or Samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONWCTOR has in writing called OWNER's atten5n to eaiia such variation at the time of each submittaM- eq d by- agraph 6.17.D.3 and OWNER has giv -Ysitt approval f each such variation by specificc-A# sten i notati=thereof 72% — Pap15 of 28 0 (n incorporated in or accompanying the Shop Drawing or Sample approval; nor will any approval by OWNER relieve CONTRACTOR from responsibility for complying with the requirements of paragraph 6.17.D.1. F. Resubmittal Procedures 1. CONTRACTOR shall make corrections required by OWNER and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. CONTRACTOR shall direct specific attention in writing to revisions other than the corrections called for by OWNER on previous submittals. 6.18 Continuing the Work A. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph 13.04 or as OWNER and CONTRACTOR may otherwise agree in writing. B. Time is an essential element of the Contract, an it is important that the Work continue each working day and pressed vigorously to completion. 6.19 CONTRACTOR's General Warranty and Guarantee A. CONTRACTOR warrants and guarantees to OWNER that all Work will be in accordance with the Contract Documents and will not be defective. CONTRACTOR's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than CONTRACTOR, Sub- contractors, Suppliers, or any other individual or entity for whom CONTRACTOR is responsible; or 2. normal wear and tear under normal usage. B. CONTRACTOR'S obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of CONTRACTOR'S obligation to perform the Work in accordance with the Contract Documents: 1. observations by OWNER; 2. payment by OWNER of any progress or final payment; 3. the issuance of a certificate of Substantial Completion by OWNER or any payment related thereto by OWNER; 4. use or occupancy of the Work or any part thereof by OWNER; 5. any acceptance by OWNER or any failure to do so; WWfF Backup Generation and Electrical Distribution Upgrade Project 6. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by OWNER; 7. any inspection, test, or approval by others; or 8. any correction of defective Work by OWNER. 6.20 Indemnification A. To the fullest extent permitted by Laws and Regula- tions, CONTRACTOR shall indemnify and hold harmless OWNER, OWNER's Professional Consultant, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to the performance of the Work, provided that any such claim, cost, loss, or damage: 1. is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom; and 2. is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work or anyone for whose acts any of them may be liable, regardless of whether caused in part by any negligence or omission of an individual or entity indemnified hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regardless of the negligence of any such individual or entity. B. In any and all claims against OWNER or OWNER's Professional Consultant or any of their respective consultants, agents, officers, directors, partners, or employees by any employee (or the survivor or personal representative of such employee) of CONTRACTOR, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.20.A shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for CONTRACTOR or any such Subcontractor, Supplier, or other individual or entity under workers' compensation acts, disability benefit acts, or other employee benefit acts. C. The indemnification obligations of CONTRACTOR under paragraph 6.20.A shall not extend to the liability of OWNER's Professional Consultant or to the officers, directors, partners, employees, agents, and other consultants and subcontractors of each 00 any of them arising out of the preparation of, -yr the =ore to prepare maps, Drawings, opinions, reporl97asurms, dams, or Specifications. t y t C-) Cr 1-►" o ='3 :120 69 Pagbf 28 0 m ARTICLE 7 - OTHER WORK 7.01 Related Work at Site A. OWNER may perform other work related to the Project at the Site by OWNER's employees, or let other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to CONTRACTOR prior to starting any such other work. B. CONTRACTOR shall afford each other contractor who is a party to such a direct contract and each utility owner (and OWNER, if OWNER is performing the other work with OWNER's employees) proper and safe access to the Site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work and shall properly coordinate the Work with theirs. Unless otherwise provided in the Contract Documents, CONTRACTOR shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. CONTRACTOR shall not endanger any work of others by cutting, excavating, or otherwise altering their work and will only cut or alter their work with the written consent of OWNER and the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility owners and other contractors. C. If the proper execution or results of any part of CONTRACTOR's Work depends upon work performed by others under this Article 7, CONTRACTOR shall inspect such other work and promptly report to OWNER in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of CONTRACTOR's Work. CONTRACTOR's failure to so report will constitute an acceptance of such other work as fit and proper for integration with CONTRACTOR's Work except for latent defects and deficiencies in such other work. 7.02 Coordination A. If OWNER intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: I. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. WWfF Backup Generation and Electrical Distribution Upgrade Project B. Unless otherwise provided in the Supplementary Conditions, OWNER shall have sole authority and respon- sibility for such coordination. ARTICLE 8 - OWNER'S RESPONSIBILITIES 8.01 Furnish Data A. OWNER shall promptly furnish the data required of OWNER under the Contract Documents. 8.02 Pay Promptly When Due A. OWNER shall make payments to CONTRACTOR promptly when they are due as provided in paragraphs 12.02.0 and 12.07.C. 8.03 Lands and Easements; Reports and Tests A. OWNER's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in paragraphs 4.01 and 4.05. Paragraph 4.02 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by OWNER in preparing the Contract Documents. 8.04 Insurance A. OWNER's responsibilities, if any, with respect to pur- chasing and maintaining liability and property insurance are set forth in Article 5. 8.05 Limitations on OWNER's Responsibilities A. OWNER shall not supervise, direct, or have control or authority over, nor be responsible for, CONTRACTOR's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the performance of the Work. OWNER shall not be responsible for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. B. OWNER shall not be obligated to pay standby or down time rental on any equipment used or stored at the Site unless agreed to and included in an approved Change Order, o 8.06 Undisclosed Hazardous Enn rgwnegl Condi n A. OWNER's responsibility civithr}�pect 1T0- any undisclosed Hazardous Environ—leMal `onditij" set forth in paragraph 4.06. m r 8.07 Evidence of Financial Arrang�rju�is �o 0 C" 7200 — Page 17 of 28 A. If and to the extent OWNER has agreed to famish CONTRACTOR reasonable evidence that financial arrangements have been made to satisfy OWNER's obligations under the Contract Documents, OWNER's responsibility in respect thereof will be as set forth in the Supplementary Conditions. ARTICLE 9 - PAYMENTS 9.01 Scope of Payment A. CONTRACTOR shall accept the compensation herein provided as full payment for furnishing all material, labor, tools, and equipment and for performing all work under the Contract or any extension thereof allowed under Article 10; also, for all cost arising from the action of the elements or other natural causes, agreements, and performances, non -performances, or delays involving other contractors and third parties, or injunctions or lawsuits resulting therefrom, or from any unforeseen difficulties not otherwise provided for in the Contract Documents and which may be encountered during prosecution of the Work and up to the time of acceptance thereof, except damage to the Work due to acts of war. Nothing herein shall in and of itself be construed to prejudice or deny any claim filed under provisions of Article 9.05. B. The Contract Price for any item shall be full compensation for acceptable work and for materials, equipment, tools, and labor for performance of all work necessary to complete the item in accordance with the Contract Documents. 9.02Payment For Work Performed A. CONTRACTOR shall receive and accept payment for work performed under the Contract as follows: 1. Items of Work Performed Which Are Covered by Definite Prices Stipulated in the Contract. For all items of acceptable work performed which are covered by definite unit prices or lump sum amounts specified in the contract, CONTRACTOR shall receive and accept compensation at the rate specified in the contract, except for items identified as that of significant change as provided in Articles 4.03 and 9.04. 2. In making Contract adjustments, consideration shall be given to the portion of the cost of the Work that can be classified as fixed costs, independent of the exact quantity of work performed, such as transportation and installation costs on equipment, overhead cost, etc. Any price adjustment shall be arrived at from the standpoint that neither party to the contract shall be penalized by the increase or decrease in quantities which occasioned the price adjustment. B. Extra Work. 1. Extra Work ordered by OWNER of a quality or class not covered by the Contract, will be paid for either at an agreed price or on a force account basis. WWTF Backup Generation and Electrical Distribution Upgrade Project a. Agreed Price Basis. For Extra Work ordered by OWNER and performed on an agreed price basis, OWNER and CONTRACTOR shall enter into a written agreement before the work is undertaken. This written agreement shall describe the Extra Work that is to be done and shall specify the agreed price or prices therefor. b. Force Account Basis. (1) For Extra Work performed on a force account basis, CONTRACTOR shall receive the rate of wage (or scale) agreed to in writing with OWNER before beginning work for each and every hour that laborers, timekeepers, supervisors, and superintendents are actually engaged in work. (2) CONTRACTOR shall receive the actual costs paid to, or in behalf of, workers by reason of subsistence and travel allowances, health and welfare benefits, pension fund benefits, or other benefits, when the amounts are required by a collective bargaining agreement or other employment contract generally applicable to the classes of labor employed on the work. (3) An amount equal to 35 percent of the sum of the above items listed in (1) and (2) will also be paid to CONTRACTOR. The 35 percent shall cover compensation for furnishing the necessary small tools for work, together with all other overhead items of expense. (4) For property damage, liability, and worker's compensation insurance premiums, unemployment insurance contributions, and social security taxes on the force account work, CONTRACTOR shall receive the actual cost, to which 10 percent will be added. CONTRACTOR shall furnish evidence of the rate or rates paid for such bond, insurance, and tax. (5) The wage of the superintendent, timekeeper, or supervisor who is employed partly on force account work and partly on other work shall be prorated between two classes of work according to the number of persons shown by the payrolls as employed on each class of work. (6) For materials used on force account work, CONTRACTOR shall receive the actual cost of materials delivered on the work, including the freight and handling charges as shown by original receipted bills, to which cost shall be added a sum equal to 15 percent thereof. (7) Rental rate for machinery, tools or equipment (except small hand tools which may be usad and fuel and lubricants shall be based on the avers,", monthly rental rate in the most recent Rental Ante BldFBookjg0lished by Dataquest Incorporated. OWNER anfONTrWTOR shall agree on a rental rate in wtitisg b4ore Emm Work on force account basis is perfdrr6ed. Irofit rcentage shall not be added to the rental ratio o ^� (8) Compensation as herein provided shl?be accepted by CONTRACTOR as payment in'tbll for gtra Work done M 7200 — Page 18 of 28 on a force account basis. It will be assumed that such payment includes the use of tools and equipment for which no rate is allowed, overhead, and profit. (9) At the end of each day, CONTRACTOR shall prepare payrolls in duplicate for labor furnished on a force account basis using OWNER's standard force account forms. Both copies shall be signed by the OWNER's representative and CONTRACTOR's representative. One copy shall be furnished to OWNER and one to CONTRACTOR. Claims for Extra Work performed on a force account basis shall be submitted to OWNER in triplicate. Any receipts or statements required by OWNER to support such claims shall be attached thereto. Such claims shall be filed no later than the tenth day of the month following that in which the work was actually performed, and shall include all labor charges, rental charges on machinery, tools, and equipment, and all material charges insofar as they are available. 3. Extra Work Performed by a Subcontractor. The percentage markup to be allowed to CONTRACTOR for Extra Work (including force account work) performed by a Subcontractor shall be in accordance with the following: a. 10 percent on the fist $50,000 with a $100 minimum. b. 5 percent on the portion over $50,000. C. Deficient Work. Payment for work judged by OWNER to be deficient Work will be made at the reduced rate specified in the Contract Documents or, if no such rate is specified, at a modification of the Contract Price, as determined by OWNER. 9.03 Cancelled Work A. OWNER shall have the right to cancel any or all items from the Contract when unforeseen circumstances, unanticipated design changes, or other reasons beyond the control of CONTRACTOR prevent or unreasonably delay completion of the Contract or certain items of the Contract, or when OWNER determines that cancellation is in the public interest. B. OWNER may prevent CONTRACTOR from starting Work on the Contract or an identified phase of the Contract as a result of a delay caused by OWNER or others. C. When the Contract period is defined by the approximate starting date and the delay prevents CONTRACTOR starting Work on the Contract or an identified phase of the Contract for 30 calendar days beyond such date, CONTRACTOR may request cancellation by written notice to OWNER stating the reasons therefor. D. When the Contract period is defined by the late start date and the delay prevents CONTRACTOR starting for more than 30 calendar days after the date of award of Contract and at least 30 calendar days beyond the date which, by notice to OWNER, CONTRACTOR proposed to start work, CONTRACTOR may request cancellation by WWTF Backup Generation and Electrical Distribution Upgrade Project providing written notice to OWNER, stating the reasons therefor. E. In the case of 9.03C., or 9.03D., within 30 calendar days from the date of the request, OWNER will eliminate or minimize, if possible, the cause for the delay and issue a Notice to Proceed, redefine the basis on which the Work is to proceed, or cancel the Contract or phase of the Contract. F. CONTRACTOR shall not use delays that occur prior to starting Work or an identified phase of the Work as a basis of a claim against OWNER except for an extension of Contract period. Notices described in this Article 9 shall be transmitted by ordinary mail. G. For finished portions of non -major items cancelled, CONTRACTOR will be paid, at the contract unit prices, in accordance with the provisions of Article 9.02. For finished portions of major items cancelled, CONTRACTOR will be paid as provided in Article 9.02. For all items, materials ordered and delivered for the unfinished portion of such cancelled or omitted items, OWNER will pay cost plus 10 percent as an overhead charge. CONTRACTOR's expense for handling or transporting this material shall be included in computing the cost. OWNER will also pay any actual expenses sustained by CONTRACTOR by reason of such cancellation or omission and not represented by work completed or material delivered. In computation of material cost or expenses sustained, no anticipated profit will be included. Material paid for shall become the property of OWNER and shall be disposed of as directed by OWNER. 9.04 Standardized Contract Clauses A. Suspensions of Work Ordered by OWNER 1. If the performance of all or any portion of the Work is suspended or delayed by OWNER in writing for an unreasonable period of time (not originally anticipated, customary, or inherent to the construction industry) and CONTRACTOR believes that additional compensation and/or contract time is due as a result of such suspension or delay, CONTRACTOR shall submit to OWNER, in writing, a request for adjustment within 7 calendar days of receipt of the notice to resume work. The request shall set forth the reasons and support for such adjustment. 2. Upon receipt, OWNER will evaluate CONTRACTOR's request. If OWNER agrees that the cost and/or time required for the performance of the contract has increased as a result of such suspension and the suspension was caused by conditions beyond the control of and not the fault of CONTRACTOR, its Suppliers, or Subcontractors at any approved tier, and not caused by wgiter, OWNER will make an adjustment (excluding profitFAnd modify the Contract in writing accordingly...(1 01_ 1 be notified of OWNER's deteo. tion whethlrl an adjustment of the Contract is wart'Z Q, r r— m 7) 0 rn 7200 — Page 19 of 28 3. No Contract adjustment will be allowed unless CONTRACTOR has submitted the written request for adjustment within the time prescribed. 4. No Contract adjustment will be allowed under this clause to the extent that performance would have been suspended or delayed by any other cause, or for which adjustment is provided or excluded under any other term or condition of this Contract. B. Significant Changes in the Character of Work. 1. OWNER reserves the right to make, in writing, at any time during the Work, such changes in quantities and such alterations in the Work as are necessary to satisfactorily complete the Project. Such changes in quantities and alterations will not invalidate the Contract nor release the surety, and CONTRACTOR agrees to perform the Work as altered. 2. If the alterations or changes in quantities significantly change the character of the Work under the Contract, whether such alterations or changes are in themselves significant changes to the character of the Work or, by affecting other work, cause such other work to become significantly different in character, an adjustment, excluding anticipated profit, will be made to the Contract. The basis for the adjustment shall be agreed upon in writing prior to the performance of the Work. If a basis cannot be agreed upon, then an adjustment will be made either for or against CONTRACTOR in such amount as OWNER may determine to be fair and equitable. 3. If the alterations or changes in quantities do not significantly change the character of the work to be performed under the Contract, the altered Work will be paid for as provided elsewhere in the Contract. 4. The term "significant change" shall apply only to the following circumstances: a. When the character of the Work, as altered, differs materially in kind or nature from that involved or included in the original proposed construction; or b. When a major item of Work, defined as an item of Work in excess of $50,000, is increased in excess of 125 percent or decreased below 75 percent of the original Contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of 125 percent of original Contract item quantity, or in case of a decrease below 75 percent, to the actual amount of work performed. 9.05 Disputed Claims For Extra Compensation A. In any case where CONTRACTOR deems that extra compensation is due for work or material not clearly covered in the Contract and not ordered by OWNER as Extra Work as defined herein, CONTRACTOR shall file a written claim with OWNER for this extra compensation before commencing the Extra Work upon which the claim is based. WWTF Backup Generation and Electrical Distribution Upgrade Project B. OWNER shall be responsible for damages attributable to the performance, nonperformance or delay of any other contractor, governmental agency, utility, firm, corporation, or individual authorized to do work on the project, only when these damages result from negligence on the part of OWNER, its officers or employees. In any case where CONTRACTOR deems extra compensation is due from OWNER as damages resulting from these performances, nonperformances, or delays, CONTRACTOR shall notify OWNER in writing at the time the delay occurs. C. In all cases, if the notification required pursuant to 9.05.13 is not given or, if after the notification is given, OWNER is not afforded the ability to keep strict account of actual costs as defined for force account construction, CONTRACTOR thereby agrees to waive the claim for extra compensation for this work. This notice by CONTRACTOR, and the fact that OWNER has kept account of the cost as aforesaid, shall not be construed as establishing the validity of the claim. The claim, when filed, shall be in writing and in sufficient detail to permit auditing and an intelligent evaluation by OWNER. The claim shall be supported by such documentary evidence as the claimant has available and shall be verified by affidavit of the claimant or other persons having knowledge of the facts. If the claimant wishes an opportunity to present the claim in person, then the claim shall be accompanied by a written request to do so. Where the claimant asks an opportunity to present the claim in person, OWNER, within 30 calendar days of the filing of the claim, will fix a time and place for a meeting, between the claimant and OWNER. OWNER will, within a reasonable time from the filing of the claim or the meeting above referred to, whichever is later, rule upon the validity of the claim and notify the claimant, in writing, of the ruling together with the reasons therefor. In case the claim is found to be just, in whole or in part, it will be allowed and paid to the extent so found. CONTRACTOR shall not institute any court action against OWNER for the adjudication of any claims until the claim has been first presented to OWNER pursuant to this Article. ARTICLE 10 - CHANGE OF CONTRACT TIMES 10.01 Change of Contract Times A. The Contract Times may only be changed by a Change Order or by a Written Amendment. Any Claim for an adjustment in the Contract Times shall be made in writing and submitted by the party making the claim to the other party to the Contract. B. Any adjustment of the Contract Times will -be determined in accordance with the zovisions of this Article 10. o 10.02 Delays Beyond CONTRACTIPROontrom A. Where CONTRACTOR isi22re6entfromrMpleting any part of the Work within-thf_To ifact Tri due to delay beyond the control of CONTI AOFOR, itd contract Times will be extended in an aniouNt egeal to tp"me lost -r� 7200 — Page 20 of 28 due to such delay if a Claim is made therefor as provided in paragraph 10.01.A. Delays beyond the control of CONTRACTOR shall include, but not be limited to, negligent acts by OWNER, negligent acts by utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. 10.03 Delays Within CONTRACTOR's Control A. The Contract Times will not be extended due to delays within the control of CONTRACTOR. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of CONTRACTOR. 10.04 Delays Beyond OWNER's and CONTRACTOR's Control A. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both OWNER and CONTRACTOR, as determined by OWNER in its sole discretion, an extension of the Contract Times in an amount equal to the time lost due to such delay shall be CONTRACTOR's sole and exclusive remedy for such delay. 10.05 Delay Damages A. In no event shall OWNER be liable to CONTRACTOR, any Subcontractor, any Supplier, or any other person or organization, or to any surety for or employee or agent of any of them, for damages arising out of or resulting from: 1. delays caused by or within the control of CON- TRACTOR; or 2. delays beyond the control of both OWNER and CONTRACTOR, including, but not limited to, fres, floods, epidemics, abnormal weather conditions, acts of God, or acts or neglect by utility owners or other contractors performing other work as contemplated by Article 7. ARTICLE 11 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects A. Prompt notice of all defective Work of which OWNER has actual knowledge will be given to CONTRACTOR. All defective Work may be rejected, corrected, or accepted as provided in this Article 11. 11.02 Access to Work A. OWNER, OWNER's Professional Consultant, other representatives and personnel of OWNER, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the WWTF Backup Generation and Electrical Distribution Upgrade Project Work at reasonable times for their observation, inspecting, and testing. CONTRACTOR shall provide them proper and safe conditions for such access and advise them of CONTRACTOR's Site safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. CONTRACTOR shall give OWNER timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. OWNER shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 1. for inspections, tests, or approvals covered by paragraphs 11.03.0 and 11.03.1) below; 2. that costs incurred in connection with tests or inspections conducted pursuant to paragraph 11.04.13 shall be paid as provided in said paragraph 11.04.13; and 3. as otherwise specifically provided in the Contract Documents. C. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested, or approved by an employee or other representative of such public body, CONTRACTOR shall assume full responsibility for arranging and obtaining such inspections, tests, or approvals, pay all costs in connection therewith, and furnish OWNER the required certificates of inspection or approval. D. CONTRACTOR shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, or approvals required for OWNER's acceptance of materials or equipment to be incorporated in the Work, or acceptance of materials, mix designs, or equipment submitted for approval prior to CONTRACTOR's purchase thereof for incorporation in the Work. Such inspections, tests, or approvals shall be performed by organizations acceptable to OWNER. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by CONTRACTOR without written concurrence of OWNER, it must, if requested by OWNER, be uncovered for observation. cN—� F. Uncovering Work as proviin Magrap"l 03.E shall be at CONTRACTOR'sre* unless 'CON- TRACTOR has given OWJ� tupely �qo�otu+cce of CONTRACTOR's intention toveroYhe fame and OWNER has not acted with ie�enable prorr"tss in response to such notice. r' 11.04 Uncovering Work V 0 m 7200 — Page 21 of 28 A. If any Work is covered contrary to the written request of OWNER, it must, if requested by OWNER be uncovered for OWNER's observation and replaced at CONTRACTOR's expense. B. If OWNER considers it necessary or advisable that inspected covered Work be observed by OWNER, reinstalled or tested by others, CONTRACTOR, at OWNER'S request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as OWNER may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that such Work is defective, CONTRACTOR shall pay all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and OWNER shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount thereof, OWNER may make a Claim therefor as provided in Article 9. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, directly attribut- able to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. If the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a Claim therefor as provided in Article 9. 11.05 OWNER May Stop the Work A. If the Work is defective, or CONTRACTOR fails to supply sufficiently skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR to stop the Work or any portion thereof, until the cause for such order has been eliminated. The right of OWNER, however, to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR, any Subcontractor, any Supplier, any other individual or entity, or any surety for,employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. CONTRACTOR shall correct all defective Work, whether fabricated, installed, or completed, or, if the Work has been rejected by OWNER, remove it from the Project and replace it with Work that is not defective. CONTRACTOR shall pay all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal, including, but not limited to, all costs of repair or replacement of work of others. WWTF Backup Generation and Electrical Distribution Upgrade Project 11.07 Correction Period A. If, within two years after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations, the terms of any applicable special guarantee required by or specific provision stated in the Contract Documents , any Work, material, or equipment is found to be defective, or if the repair of any damages to the land or areas made available for CONTRACTOR's use by OWNER or permitted by Laws and Regulations as contemplated in paragraph 6.1 LA is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions, perform one to more of the following remedial actions: (i) repair such defective land or areas; (ii) correct such defective Work or, if the defective Work has been rejected by OWNER, remove it from the Project and replace it with Work that is not defective; or (iii) satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. If CONTRACTOR does not promptly comply with the terms of such instructions or, in an emergency where delay would cause serious risk of loss or damage, OWNER may perform or have a third party perform the required remedial actions, and CONTRACTOR shall pay all Claims, costs, losses, and damages, including, but not limited to, all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs arising out of or relating to the performance of said remedial action. B. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. C. Where defective Work and damage to other Work resulting therefrom has been corrected or removed and replaced under this paragraph 11.07, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. D. CONTRACTOR's obligations under this paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this paragraph 11.07 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitation or repose. 11.08 Acceptance of Defective Work A. If, instead of requiring correction or removal and replacement of defective Work, OWNER prefers to accept it, OWNER may do so. CONTRACTOR shall pay all Claims, costs, losses, and damages (including but not limited to all fees and charges of ergpeers, architects, attorneys, and other professiongls aad all..fqurt or arbitration or other dispute resoh"n c*s) attridtlable to OWNER's evaluation of and dejergmmagon to Jpt such — c-) rn 72W— Page -22 of 28 0 M defective Work and the diminished value of the Work to the extent not otherwise paid by CONTRACTOR pursuant to this sentence. If any such acceptance occurs prior to final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. If the parties are unable to agree as to the amount thereof, OWNER may make a Claim therefor as provided in Article 9. If the acceptance occurs after final payment, an appropriate amount will be paid by CONTRACTOR to OWNER. 11.09 OWNER May Correct Defective Work A. If CONTRACTOR fails within a reasonable time after written notice from OWNER to correct defective Work or to remove and replace rejected Work as required by OWNER in accordance with paragraph 11.06.A, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven days written notice to CONTRACTOR, correct and remedy any such deficiency. B. In exercising the rights and remedies under this section, OWNER shall proceed expeditiously. In connection with such corrective and remedial action, OWNER may exclude CONTRACTOR from all or part of the Site, take possession of all or part of the Work and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the Site, and incorporate in the Work all materials and equipment stored at the Site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees, and OWNER's other contractors access to the Site to enable OWNER to exercise the rights and remedies under this section. C. All Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred or sustained by OWNER in exercising the rights and remedies under this paragraph 11.09 will be charged against CONTRACTOR, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount of the adjustment, OWNER may make a Claim therefor as provided in Article 9. Such claims, costs, losses and damages will include, but not be limited to, all costs of repair, or replacement of work of others destroyed or damaged by correction, removal, or replacement of CONTRACTOR's defective Work. D. CONTRACTOR shall not be allowed an extension of the Contract Times because of any delay in the performance of the Work attributable to the exercise by WWTF Backup Generation and Electrical Distribution Upgrade Project OWNER of OWNER's rights and remedies under this section 11.09. ARTICLE 12 - PAYMENTS TO CONTRACTOR AND COMPLETION 12.01 Schedule of Values A. The schedule of values established pursuant to paragraph 2.07.A will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to OWNER. Progress payments on account of Unit Price Work will be based on the number of units completed. 12.02 Progress Payments A. Applications for Payments 1. At least 20 days before the date established for each progress payment, but not more often than once a month, CONTRACTOR shall submit to OWNER for review an Application for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that OWNER has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect OWNER's interest therein, all of which must be satisfactory to OWNER 2. Beginning with the second Application for Payment, each Application shall include an affidavit of CONTRACTOR stating that all previous progress payments received on account of the Work have been applied on account to discharge CONTRACTOR's legitimate obligations associated with prior Applications for Payment. 3. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. B. Review of Applications 1. OWNER will, within 10 days after receipt of each Application for Payment, indicate in wri4lig acceptance or denial of the Application for PaMent. Ike Application is denied, OWNER shall state the�kasons 1 suc ial and CONTRACTOR may make the-Qes4mi correci&s and resubmit the Application. --t -- m 2. Payment by OWNER otunt reque in an Application for Payment will consfiArte ii3epre�tion by OWNER that to the best of �WN�E 'Is i�Wledge, information and belief. 0 7200 — Page 23 of 28 a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents subject to: (i) an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, (ii) the results of any subsequent tests called for in the Contract Documents, (iii) a final determination of quantities and classifications for Unit Price Work under Article 9, and (iv) any other qualifications stated in the recommendation; and c. the conditions precedent to CONTRACTOR's entitlement to such payment appear to have been fulfilled in so far as it is OWNER's responsibility to observe the Work. 3. By making any such payment OWNER will not thereby be deemed to have accepted that: (i) inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work, or (ii) that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR. 4. Neither OWNER's review of CONTRACTOR'S Work for the purposes of making payments, including Final Payment, will impose responsibility on OWNER to supervise, direct, or control the Work or for the means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for CONTRACTOR'S failure to comply with Laws and Regulations applicable to CONTRACTOR's performance of the Work. Additionally, said review or recommendation will not impose responsibility on OWNER to make any examination to ascertain how or for what purposes CONTRACTOR has used the moneys paid on account of the Contract Price, or to determine that title to any of the Work, materials, or equipment has passed to OWNER free and clear of any Liens. 5. OWNER may, because of subsequently discovered evidence or the results of subsequent inspections or tests, revise or revoke any such payment recommendation previously made to such extent as may be necessary to protect OWNER from loss because: a. the Work is defective, or completed Work has been damaged, requires correction or replacement; b. the Contract Price has been reduced by Written Amendment or Change Orders; c. OWNER has been required to correct defective Work or complete Work in accordance with paragraph 11.09; or d. OWNER has actual knowledge of the occurrence of any of the events enumerated in paragraph 13.02.A. C. Payment Becomes Due WWTF Backup Generation and Electrical Distribution Upgrade Project 1. Twenty days after presentation of the Application for Payment to OWNER, the amount will become due, subject to the provisions of paragraph 12.02.1), and when due will be paid by OWNER to CONTRACTOR. D. Reduction in Payment 1. OWNER may refuse to make payment of the full amount because: a. claims have been made against OWNER arising from CONTRACTOR's performance or furnishing of the Work; b. Liens have been filed in connection with the Work, except where CONTRACTOR has delivered a specific Bond satisfactory to OWNER to secure the satisfaction and discharge of such Liens; c. there are other items entitling OWNER to a set-off against the amount requested; or d. OWNER has actual knowledge of the occurrence of any of the events enumerated in paragraphs 12.02.B.5.a through 12.02.B.5.c or paragraph 13.02.A. 2. If OWNER refuses to make payment of the full amount, OWNER must give CONTRACTOR immediate written notice stating the reasons for such action and promptly pay CONTRACTOR any amount remaining after deduction of the amount so withheld. OWNER shall promptly pay CONTRACTOR the amount so withheld or any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR corrects to OWNER's satisfaction the reasons for such action. 3. If it is subsequently determined that OWNER's refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by paragraph 12.02.C.1. 12.03 CONTRACTOR's Warranty of Title A. CONTRACTOR warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment, free and clear of all Liens. 12.04 Substantial Completion A. When CONTRACTOR considers the entire Work ready for its intended use, CONTRACTOR shall notify OWNER in writing that the entire Work is sAbstantially complete (except for items specifically listed b$EEONTRACTOR as incomplete) and request thataWNEIf5sue ax44ificate of Substantial Completion. w n co t 1 B. Promptly thereafter, OWR CONTRACTOR shall make an inspection ofWork to eine the status of completion. If OWN' do33 not bdn3ider the Work substantially compley,;- OWMERvt notify CONTRACTOR in writing, giving the r2asons tTiei efor. r:7 7200 — Page 24 of 28 C. If OWNER considers the Work substantially complete, OWNER will prepare a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion and will issue a final certificate of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. D. OWNER shall have the right to exclude CONTRACTOR from the Site after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. 12.05 Partial Utilization A. Use by OWNER at OWNER's option of any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which OWNER and CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by OWNER for its intended purpose without significant interference with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following conditions: 1. OWNER at any time may request, at any time and in writing, that CONTRACTOR permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees that such part of the Work is substantially complete, CONTRACTOR will certify to OWNER that such part of the Work is substantially complete and request OWNER to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request OWNER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER and CONTRACTOR shall make an inspection of that part of the Work to determine its status of completion. If OWNER does not consider that part of the Work to be substantially complete, OWNER will notify CONTRACTOR in writing giving the reasons therefor. If OWNER considers that part of the Work to be substantially complete, the provisions of section 12.04 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 12.06 Final Inspection A. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete, OWNER will promptly make a final inspection with CONTRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR WWTF Backup Generation and Electrical Distribution Upgrade Project shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.07 Final Payment A. Application for Payment 1. After CONTRACTOR has, in the opinion of OWNER, satisfactorily completed all corrections identified during the final inspection and has delivered, in accordance with the Contract Documents, all maintenance and operating instructions, schedules, guarantees, Bonds, certificates or other evidence of insurance certificates of inspection, marked -up record documents (as provided in paragraph 6.12), and any other necessary documents, CONTRACTOR may make application for final payment following the procedure for progress payments. 2. The final Application for Payment shall be accompanied by the following, unless previously delivered: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by subparagraph 5.04.B.7; (ii) consent of the surety, if any, to final payment; and (iii) complete and legally effective releases or waivers satisfactory to OWNER of all Lien rights arising out of or Liens filed in connection with the Work. 3. In lieu of the releases or waivers of Liens specified in paragraph 12.07.A.2 and as approved by OWNER, CONTRACTOR may furnish receipts or releases in full and an affidavit of CONTRACTOR that: (i) the releases and receipts include all labor, services, material, and equipment for which a Lien could be filed and (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish a release or receipt of payment in full, CONTRACTOR may furnish a Bond or other collateral satisfactory to OWNER to indemnify OWNER against any Lien. B. Review of Application and Acceptance 1. If, on the basis of OWNER's observation of the Work during construction and final inspection, and OWNER's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, OWNER is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, OWNER will, within ten days after receipt of the final complete Application for Payment, indicate in writing to CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 12.09.OWNER will otherwise return the Application for Payment to,CONTRACTOR, indicating in writing the reasons Eer refusing to recommend final payment, in which castrONTRACTOR shall make the necessary cor—itans idd res4iJut the Application for Payment. —i 4_. C. Payment Becomes Due C') 720 Page 25 of 28 1. Thirty days after the formal acceptance of the Work by OWNER, retainage will become due and payable. 12.08 Final Completion Delayed A. If final completion of the Work is significantly delayed through no fault of CONTRACTOR, OWNER may, upon receipt of CONTRACTOR's final Application for Payment, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been famished as required in paragraph 5.01, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to OWNER with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Claims. 12.09 Waiver of Claims A. The making and acceptance of final payment will constitute a waiver of all Claims: 1. by OWNER against CONTRACTOR, except Claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to paragraph 12.06, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and 2. by CONTRACTOR against OWNER other than those previously made in writing which are still unsettled. ARTICLE 13 - SUSPENSION OF WORK AND TERMINATION 13.01 OWNER May Terminatefor Cause A. The occurrence of any one or more of the following events will justify termination of the Contract for cause: 1. CONTRACTOR's persistent failure to perform the Work in accordance with the Contract Documents, including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.07 as adjusted from time to time pursuant to paragraph 6.04; 2. CONTRACTOR's disregard of Laws or Regulations of any public body having jurisdiction; 3. CONTRACTOR's disregard of the authority of OWNER; or WWTF Backup Generation and Electrical Distribution Upgrade Project 4. CONTRACTOR's violation in any substantial way of any provisions of the Contract Documents. B. If one or more of the events identified in paragraph 13.01.A occur, OWNER may, after giving CONTRACTOR and the surety, if any, seven days written notice, terminate the services of CONTRACTOR, exclude CONTRACTOR from the Site, and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment, and machinery at the Site, and use the same to the full extent they could be used by CONTRACTOR without liability to CONTRACTOR for trespass or conversion, incorporate in the Work all materials and equipment stored at the Site or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case, CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses, and damages, including, but not limited to, all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs sustained by OWNER arising out of or relating to completing the Work, such excess will be paid to CONTRACTOR. If such claims, costs, losses, and damages exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such claims, costs, losses, and damages incurred by OWNER will be incorporated in a Change Order. When exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the lowest price for the Work performed. C. Where CONTRACTOR's services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. 13.02 OWNER May Terminate For Convenience A. Upon seven days written notice to CONTRACTOR, OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the Contract. In such case, CONTRACTOR shall be paid, without duplication of any items: 1. for completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. for expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with unconelgeted Work, plus fair and reasonable sums for overheadgd profit on such expenses; —n 3. for all claims, costs, losses, aid amages inc'g, but ngut not limited to, all fees and charge f eeers architects, attorneys, and other profesiwa s and allrrt or _� O 7200ra Page 26 of 28 arbitration or other dispute resolution costs incurred in settlement of terminated contracts with Subcontractors, Suppliers, and others; and 4. for reasonable expenses directly attributable to termination. B. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 13.03 CONTRACTOR May Stop Work or Terminate A. If, through no act or fault of CONTRACTOR, the Work is suspended for more than 90 consecutive days by OWNER or under an order of court or other public authority, or OWNER fails to act on any Application for Payment within 30 days after it is submitted, or OWNER fails for 30 days to pay CONTRACTOR any sum finally detemmined to be due, then CONTRACTOR may, upon seven days written notice to OWNER and provided OWNER does not remedy such suspension or failure within that time, terminate the Contract and recover from OWNER payment on the same terms as provided in section 13.02. In lieu of terminating the Contract and without prejudice to any other right or remedy, if OWNER has failed for 30 days to pay CONTRACTOR any sum finally determined to be due, CONTRACTOR may, seven days after providing written notice to OWNER, stop the Work until payment is made of all such amounts due CONTRACTOR, including interest thereon. The provisions of this section 13.03 are not intended to preclude CONTRACTOR from making a Claim under Article 9 for an adjustment in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping the Work as permitted by this paragraph. ARTICLE 14 - DISPUTE RESOLUTION 14.01 Methods and Procedures A. OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to any dispute arising between the parties or under the Contract Documents. ARTICLE 15 - MISCELLANEOUS 15.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or WWTF Backup Generation and Electrical Distribution Upgrade Project sent by ordinary mail, postage prepaid, to the last business address known to the giver of the notice. 15.02 Computation of Times A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 15.03 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 15.04 Survival of Obligations A. All representations, indemnifmcatioir--warranties, and guarantees made in, required b}r, or give to aErj�dance with the Contract Documents, as`vell�rl all g9uUnuing obligations indicated in the Cooct Poc will survive final payment, compplet 2,'and tri ceof the Work or termination or coin leti the A ee e t rt 15.05 Controlling Law A. This Contract is to be governed by the 9ps of the State of Iowa. 15.06 Compliance with OSHA Regulations A. CONTRACTOR and all Subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). CONTRACTOR and all Subcontractors are solely responsible for compliance with said regulations. 15.07 Employment Practices A. Neither CONTRACTOR nor its Subcontractors shall employ any person whose physical or mental condition is such that its employment will endanger the health and safety of themselves or others employed on the Project. B. CONTRACTOR shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: 1. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national 7200 — Page 27 of 28 origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to the job performance of such performance or employee. 2. To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. 15.08 Contract Compliance Program (Anti -Discrimination Requirements). A. For all Contracts and subcontracts of $25,000 or more, CONTRACTOR and all affected Subcontractors shall abide by the requirements of the City of Iowa City Contract Compliance Program, which is included with these Specifications beginning on page CC -1. 15.09 Restriction on Non -Resident Bidding of Non -Federal Aid Projects A. CONTRACTOR awarded the Project, together with all Subcontractors, shall be required to complete the form included with these Specifications titled the same as this section and submit it to OWNER before work can begin on the Project. Note that this requirement involves only those projects not funded with Federal moneys. 15.10 Construction Stakes A. CONTRACTOR shall be responsible for the preservation of stakes and marks. Any necessary restaking will be at CONTRACTOR's expense and will be charged at a rate of $75 per hour. End of General Conditions WWTF Backup Generation and Electrical Distribution Upgrade Project 7200 — Page 28 of 28 N 1 L7 m �C-) =gym = 1 �t o M 7200 — Page 28 of 28 7300 Supplementary Conditions These Supplementary Conditions amend or supplement the City of Iowa City General Conditions of the Project Manual and other provisions of the Contract Documents as indicated below. All provisions which are not so amended or supplemented remain in full force and effect. Terms used in these Supplementary Conditions will have meanings assigned to them in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings indicated below, which are applicable to both the singular and plural thereof. SC -1.01 Defined Terms Add the following definitions: 52. Final Completion—The time at which the Work is ready for Final Payment. 53 Formal Acceptance – acceptance by Resolution of the City Council. SC -2.02 Copies of Documents A. After Notice of Award, Contractor may obtain from the Owner, at no charge, maximum of five (5) complete sets of the Drawings and Specifications. SC -5.01 Bonds and Insurance Delete paragraph 5.01.A. of the General Conditions in its entirety and insert the following in its place: A. Contractor shall furnish performance and payment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all Contractor's obligations under the Contract Documents. These Bonds shall remain in effect at least until two years after the date when the project is ready for final payment, except as provided otherwise by Laws or Regulations or by the Contract Documents. Contractor shall also furnish such other Bonds as are required by the Contract Documents. SC -5.04 Contractor's Liability Insurance The limits of liability for the insurance shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: 0 1. Workers' Compensation, and related coverages: o a. State: 4t*ry b. Applicable Federal (e.g., Longshoreman's): SwRry,,. M 3 : (� C. Employer's Liability: $1,000;600� 0 2. Contractor's General Liability which shall include completed operations am product liability coverages: WWTF Backup Generation and Electrical Distribution Upgrade Project 7300 – Page 1 of 4 a. General Aggregate $2,000,000 b. Products --Completed Operations Aggregate $2,000,000 c. Personal and Advertising Injury $1,000,000 d. Each Occurrence (Bodily Injury and Property Damage) $1,000,000 e. Property Damage liability insurance will provide Explosion, Collapse and Underground coverages where applicable. f. Excess or Umbrella Liability: General Aggregate $1,000,000 Each Occurrence $1,000,000 3. Automobile Liability: a. Bodily injury and Property Damage: Single Combined Limit $1,000,000 In addition, Contractor shall be required to comply with the following provisions with respect to insurance coverage: Comprehensive General Liability using Insurance Services Office CG0001 or equivalent, shall include Contractual, Premises & Operations, Products & Completed Operations, Independent Contractors, Personal & Advertising Injury coverages, and Aggregate Limits of Insurance (Per Project) endorsement. Automobile Liability shall include all owned, non -owned and hired autos and also coverage for Contractual Liability. Excess Liability shall provide no less than following form coverage to the primary underlying policies. The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and in the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction or set off by virtue of investigation or defense costs incurred by Contractor's insurer. The entire amount of Contractor 's liability insurance policy coverage limits shall be payable by Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, Contractor unless this requirement is waived by Owner. Contractor 's Certificat"f Insurance must set forth the nature and amount of any such deductible or self-insured retentiow. If Contractor's liability insurance coverage is subject to any special exclusionor*itatioA. common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. WWfF Backup Generation and m Electrical Distribution Upgrade Project 7300 — Page 2 of 4 The Contractor shall include the Owner (City of Iowa City, including its employees, agents and assigns) as additional insured on all policies, except workers compensation and professional liability. Such additional insured endorsements(s) shall make the Contractor's liability insurance primary to the Owner's and, furthermore, shall not be contributing with any other insurance or similar protection available to the Owner, whether such available protection be primary, contributing or excess. Owner shall be an Additional Insured with respect to all required aforementioned coverages, which shall be stated on all Certificates of Insurance. Such Certificates shall also state that the Governmental Immunities Endorsement apply and said endorsements shall be attached thereto. The Contractor shall require any of its agents and subcontractors who perform work and/or services pursuant to the provisions of this Agreement to purchase and maintain the same types of insurance as are required of the Contractor. Contractor's General Liability, Auto Liability and Workers' Compensation insurance shall be endorsed with the Governmental Immunities Endorsement (see attached copy) and Waiver of Subrogation in favor of the Owner. Contractor's Workers' Compensation insurance shall also be endorsed with the Alternate Employer endorsement naming the Owner as the Alternate Employer. The Owner requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. Contractor shall provide Owner with "occurrence form" liability insurance coverage. Owner reserves the right to waive any of the insurance requirements herein provided. Owner also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and seek specific performance or termination, as the case may be. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are cancelled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses exhaust the aggregate limits of Contractor's liability insurance, then Owner may, in its discretion, either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for Work performed on the Contract. SC -6.06.B. Concerning Subcontractors, Suppliers, and Others Contractor shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this Project as required on the Bid Form and the Agreement. Such identification will not be made public at the bid opening. If no minority business enterprises (MBE) are utilized, Contractor shall furnish documentation of all efforts to recruit MBE's. Owner's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the Bidding Documents or the Contract Documents) of any such Subcontractor, Supplier, or other individual or entity so identified may be revoked on the basis of reasonable objection after due investigation. Contractor shall submit and acceptable replacement for the rejected Subcontractor, Supplier or other individual or entity, and the Contract Price will be adjusted by the difference in the cost occasioned by such replacement, and an appropriated Change Order will be issued or Written Amendment signed. No acceptance by Owner of any such Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, shall constitute a waiver of any right of Owner to reject defective Work. WWTF Backup Generation and Electrical Distribution Upgrade Project 7300 — Page 3 of 4 SC -11.07 A -- Correction Period In the first sentence of GC11.07. A., change the words "of Substantial Completion' to read "of Final Completion". SC 12.02 Progress Payments Delete paragraph 3 of GC 12.02.A. Applications for Payments in its entirety and insert the following in its place: 3. The Owner shall retain from each monthly progress payment 5% of the amount determined to be due. SC -15.10 Construction Stakes Delete section 15.10.A. of the General Conditions in its entirety. SC -15.11 Owner's Safety Program A. The City of Iowa City Wastewater Division will now require contractors, venders and manufacturer representatives to complete a Contractor Orientation Program. This program is in response to OSHA, regulation 29 CFR 1926 Subpart -C. This is a video training program designed to inform you and your company's staff of hazards present associated with work on sanitary sewer lines or at Wastewater Division treatment facilities. B. This video training program can be viewed at the Wastewater Facility at 4366 Napoleon Street SE. Please contact the Wastewater Superintendant or Assistant Superintendent. (319) 356-5170 with the date and time you would like to participate in this training. End of Supplementary Conditions WWTF Backup Generation and Electrical Distribution Upgrade Project CD Co n ;<t M �§00 image Rf 4 0 Division 01 General Requirements City of Iowa City Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction N O O p 0 1 Division City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project N d Section 01 11 00 Summary of Work ,ZF- o t Part 1 General n m 1.1 Summary A. Section Includes: 1. Summary of Work. 7 D 2. Owner-furnished products. 3. Contractor's use of Site. 4. Permits. 5. Specification conventions. 1.2 Summary of Work A. Project Location: Work shall be performed under this Contract at the City of Iowa City Wastewater Treatment Facility, 4366 Napoleon Street, SE, Iowa City, IA B. If Owner-awarded contracts interfere with each other due to work being performed at the same time or at the same Site, Owner will determine the sequence of work under all contracts according to "Work Sequence" and "Contractor's Use of Site" articles in this section. C. Coordinate Work with utilities of Owner and public or private agencies. D. The Contractor shall furnish all labor, materials, tools, and equipment necessary for, and incidental to, construction of this Project as indicated on Specifications and Drawings dated November 5, 2018. E. Work shall include everything requisite and necessary to finish work properly, notwithstanding that every item of labor and materials or accessories required to make Project complete may not be specifically mentioned. F. General Description of Work 1. Project consists of, but is not limited to, installation of a new backup generation system at the Iowa City Wastewater Treatment Facility. This includes installation of Owner -furnished equipment (a packaged engine generator and associated equipment and 15kV electrical switchgear). The Project also includes installing electrical ductbank from the utility metering cabinets to and from the new packaged engine generator and switchgear. The disinfection building is upgraded with a new roof and new HVAC equipment, the east side of the building is renovated to house a new battery room and switchgear, and the plumbing is being renovated. This includes structural, civil, environmental, architectural, mechanical, electrical, controls, and instrumentation for the installation of the new backup generation system. 2. As shown on Drawing DG01, some of the work in this Contract is broken down into construction phases. Sequence work according to this phasing and other phasing requirements in the Contract Documents. 1.3 Owner-Fumished Products A. Owner's Responsibilities 1. Arrange for and deliver Owner -reviewed Shop Drawings, Product Data, and Samples to Contractor. 2. Arrange and pay for delivery to Site. 3. Upon delivery, inspect products jointly with Contractor. 4. Submit claims for transportation damage and replace damaged, defective, or deficient items. 5. Arrange for manufacturers' warranties, inspections, and service. PRVN Consultants, Inc. Summary of Work 17014 01 11 00-1 City of Iowa City Wastewater Treatment Facility Contract C-02 - General Construction Backup Generation and Electrical Distribution Upgrade Project B. Contractors Responsibilities 1. Review Owner -reviewed Shop Drawings, Product Data, and Samples. 2. Receive and unload products at Site; inspect for completeness or damage jointly with Owner. 3. Handle, store, install, and finish products. 4. Repair or replace items damaged after receipt. C. Items furnished by Owner for installation by Contractor: 1. One (1) 2,000 kW, 0.8 PF, backup diesel engine generator set. One (1) stand-alone engine generator control cabinet. Generator set is prepackaged by the Supplier and delivered by truck FOB to site. Generator control cabinet will be supplied and delivered by truck FOB to site. Engine generator and associated auxiliaries, and control cabinet. 2. 15kV Metal -Clad Medium -Voltage Vacuum Interrupter Switchgear. Six (6) vertical section of switchgear. Switchgear will be delivered by truck FOB to site. 1.4 Contractor's Use of Site A. Care of Project Work Site: 1. Contractor shall be responsible for maintaining the construction site in a reasonable neat and orderly condition by regular cleaning as determined by the Owners Representative. o 2. Debris shall be removed via ensured, safe route. Any debris tr!rBsportearough public spaces shall be encapsulated. h n _.I B. Access: -< 1. Access to construction site shall be as indicated on Drawings anpa di @dted bthe Owner's Representative. i r 1 2. Owner will occupy premises of Wastewater Treatment Plant duringJntir"eriodof construction conducting normal operations including normal delivejre4s. q_Wpera(e- with Owner's Representative in all operations to minimize conflict -,and to facilitate Owner usage. Coordinate with Owner's Representative use of access dr,154 to Wastewater Treatment Plant for delivery and rigging operations and schedule of work. 3. Contractor shall maintain access to fire hydrants, free of obstructions. 4. Cooperate with Owner to minimize conflict and to facilitate Owner's operations. 5. Schedule the Work to accommodate Owner occupancy. C. Utility Outages and Shutdown: 1. Coordinate and schedule electrical and other utility outages with Owner. 2. Outages: Allowed only at previously agreed upon times. 3. At least one (1) week before scheduled outage, submit Outage Request Plan to Owners Representative, itemizing the dates, times, and duration of each requested outage. D. Construction Plan: Before start of construction, submit three (3) copies of construction plan regarding access to Work, use of Site, and utility outages (outlining all potential outages, durations and timing) for acceptance by Owner. After acceptance of plan, construction operations shall comply with accepted plan unless deviations are accepted by Owner in writing. 1.5 Permits A. Furnish all necessary permits for construction of Work. B. Licensed subcontractors are required to apply for and obtain their own specialty permits. PRVN Consultants, Inc. Summary of Work 17014 01 11 00-2 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 1.6 Specification Conventions A. These Specifications are written in imperative mood and streamlined form. This imperative language is directed to Contractor unless specifically noted otherwise. The words "shall be" are included by inference where a colon (:) is used within sentences or phrases. Part 2 Products Not Used Part 3 Execution Not Used End of Section PRVN Consultants, Inc. Summary of Work 17014 01 1100-3 N O CO n t rn ox = w J PRVN Consultants, Inc. Summary of Work 17014 01 1100-3 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 01 20 00 Price and Payment Procedures Part 1 General 1.1 Section Includes A. Schedule of Values. B. Application for Payment. C. Change procedures. D. Defect assessment. 1.2 Schedule of Values A. Submit printed schedule on Application for Payment on EJCDC C-620 form. B. Submit Schedule of Values within 15 days after date of Owner -Contractor Agreement. Format: Use Table of Contents of this Project Manual. Identify each line item with number and title of major Specification section. Also identify Site mobilization and bonds and insurance. C. Include within each line item direct proportional amount of Contractor's overhead and profit. D. Revise schedule to list approved Change Orders with each Application for Payment. 1.3 Application for Payment A. Submit each Application for Payment on EJCDC C-620 form. B. Content and Format: Use Schedule of Values for listing items in Application for Payment. C. Submit updated construction schedule with each Application for Payment. D. Payment Period: Monthly. E. Submit three (3) copies of lien waivers requested by Owner. F. Substantiating Data: When Engineer requires substantiating information, submit data justifying dollar amounts in question. Include the following with Application for Payment: 1. Current construction photographs specified in Section 01 33 00 - Submittal Procedures. 2. Partial release of liens from major Subcontractors and vendors. 3. Record Documents as specified in Section 01 70 00 - Execution and Clowout Requirements, for review by Owner, which will be returned to Contractor.cn 4. Affidavits attesting to off -Site stored products. "= 5. Construction Progress Schedule, revised and current, as specifieQin Secean --- 01 33 00 - Submittal Procedures. Cly 1.4 Change Procedures Imo— p 1 r A. Submittals: Submit name of individual who is authorized to receive change �J ney&and ip responsible for informing others in Contractor's employ or Subcontractors of Ghangelgo Work. B. J Carefully study and compare Contract Documents before proceeding with fabrication and installation of Work. Promptly advise Engineer of any error, inconsistency, omission, or apparent discrepancy. PRVN Consultants, Inc. Price and Payment Procedures 17014 01 2000-1 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction C. Requests for Interpretation (RFI) and Clarifications: Allot time in construction scheduling for PRVN Consultants, Inc. Price and Payment Procedures 17014 01 2000-2 liaison with Engineer; establish procedures for handling queries and clarifications. 1. Use mutually agreed -to form for requesting interpretations. 2. Engineer may respond with a direct answer on the RFI form, or issue an Instruction to Contractor (ITC). D. Engineer will advise of minor changes in the Work not involving adjustment to Contract Sum/Price or Contract Time by responding to RFI. E. ITC form will give Contractor an opportunity to request a change order. The ITC will include a detailed description of proposed change with supplementary or revised Drawings and Specifications and a change in Contract Time for executing the change. F. Contractor may propose changes by submitting a request for change to Owner, describing proposed change and its full effect on the Work. Include a statement describing reason for the change and the effect on Contract Sum/Price and Contract Time with full. G. Construction Change Directive: Owner may issue directive, instructing Contractor to proceed with change in the Work, for subsequent inclusion in a Change Order. Document will describe changes in the Work and designate method of determining any change in Contract Sum/Price or Contract Time. Promptly execute change. H. Document each quotation for change in Project Cost or Time with sufficient data to allow evaluation of quotation. I. Execution of Change Orders: Owner will issue Change Orders for signatures of parties as provided in Conditions of the Contract. J. Correlation of Contractor Submittals: 1. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as separate line item and adjust Contract Sum/Price. 2. Promptly revise Progress Schedules to reflect change in Contract Time. Revise sub - schedules to adjust times for other items of Work affected by the change and resubmit. 3. Promptly enter changes in Record Documents. 1.5 Defect Assessment A. Replace the Work, or portions of the Work, not conforming to specified requirements. B. If, in the opinion of Engineer, it is not practical to remove and replace the Work, Engineer will direct appropriate remedy or adjust payment. C. Individual Specification sections may modify these options or may identify specific formula or percentage sum/price reduction. D. Authority of Owner to assess defects and identify payment adjustments is final. E. N Nonpayment for Rejected Products: Payment will not be made for rejected produF$ for any of the following reasons: _: m '(.5 1. Products wasted or disposed of in a manner that is not acceptable'•? 2. Products determined as unacceptable before or after placement:' —+ `"G 3. Products not completely unloaded from transporting vehicle. m r' 4. Products placed beyond lines and levels of the required Work. n 5. Products remaining on hand after completion of the Work. r- 6. Loading, hauling, and disposing of rejected products. Part 2 Products - O PRVN Consultants, Inc. Price and Payment Procedures 17014 01 2000-2 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Not Used Part 3 Execution Not Used End of Section N O O m 4� w Vim( d A C-) t r r �r Y M 'y O J PRVN Consultants, Inc. Price and Payment Procedures 17014 01 20 00-3 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 0125 13 Product Substitutions Procedures Part 1 General 1.1 Section Includes A. Quality assurance. B. Product substitution procedures. 1.2 Quality Assurance A. Contract is based on products and standards established in Contract Documents without consideration of proposed substitutions. B. Products specified define standard of quality, type, function, dimension, appearance, and performance required. C. Substitution Proposals: Permitted for specified products except where specified otherwise. Do not substitute products unless substitution has been accepted and approved in writing by Owner. 1.3 Product Substitution Procedures A. Engineer will consider requests for substitutions up to 15 days before bid. B. Substitutions may be considered when a product becomes unavailable through no fault of Contractor. C. Document each request with complete data, substantiating compliance of proposed substitution with Contract Documents, including: 1. Manufacturer's name and address, product, trade name, model, or catalog number, performance and test data, and reference standards. 2. Itemized point -by -point comparison of proposed substitution with specified product, listing variations in quality, performance, and other pertinent characteristics. 3. Reference to Article and Paragraph numbers in Specification section. 4. Cost data comparing proposed substitution with specified product and amount of net change to Contract Sum. 5. Changes required in other Work. 6. Availability of maintenance service and source of replacement parts as applicable. 7. Certified test data to show compliance with performance characteristics specified. 8. Samples when applicable or requested. 9. Other information as necessary to assist Engineer's evaluation. D. A request constitutes a representation that Bidder: N 1. Has investigated proposed product and determined that it meets or exgds quality level of specified product. m 2. Will provide same warranty for substitution as for specified pr odj�& 3. Will coordinate installation and make changes to other Work that may bd:requimdfor the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension that may subsPqu6blly becom� apparent. 5. Will coordinate installation of the accepted substitute, making such changes as may be required for the Work to be complete in all respects. 6. Will reimburse Owner for review or redesign services associated with ra�pproval by authorities having jurisdiction. t PRVN Consultants, Inc. Product Substitutions Procedures 17014 012513-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project E. Substitutions will not be considered when they are indicated or implied on Shop Drawing or Product Data submittals. Substitution Submittal Procedure: 1. Submit requests for substitutions on Substitution Request Form at the end of this section. 2. Submit one (1) electronic copy of Request for Substitution for consideration. Limit each request to one (1) proposed substitution. Email Request for Substitution form to Russ Price at price@prvninc.com. 3. Submit Shop Drawings, Product Data, and certified test results attesting to proposed product equivalence. Burden of proof is on proposer. 4. Engineer will issue an addendum that allows the substitution, if the substitution is accepted. Part 2 Products Not Used Part 3 Execution Not Used End of Section PRVN Consultants, Inc. Product Substitutions Procedures 17014 012513-2 N O l� ~n d7 7 --q .qy =I C-) Q� i -< r :y o .0 PRVN Consultants, Inc. Product Substitutions Procedures 17014 012513-2 Substitution Request Form We hereby submit for your consideration the following product instead of the specified item for the following project: Project Title Drawing No. Drawing Title Spec Section Spec Title Proposed Substitution: Project No. Paragraph Specified Item Attach complete information on changes to Drawings and/or Specifications, which proposed substitution will require for its proper installation. Submit, with request, all necessary samples and substantiating data to prove equal quality and performance to that which is specified. Clearly mark manufacturer's literature to indicate equality in performance. Substitutions of the materials and equipment described in the Contract Documents will be considered during the bidding period upon receipt of a written request to the Engineer for approval prior to the date set for receipt of bids. Certification of Equal Performance and Assumption of Liability for Equal Performance The undersigned states that the function, appearance, and quality are equivalent or superior to the specified item. Submitted by: Signature Title Firm Address Telephone FAX Number Date Signature shall be by person having authority to legally bind his firm to the above terms. Failure to provide legally binding signature will result in retraction of approval. For Use by Engineer: Recommended Signed By Date Recommended as Noted Not Recommended Received Too Late For Use by Owner's Representative or Owner: Approved Not Approved Signed By Date Approved as Noted Received Too Late 5 Ci 3>y � ' 1 <m O v Fill in Blanks Below (this form must also be completed for the substitution to be considered): A. Does the substitution affect dimensions shown on Drawings? Yes No If yes, clearly indicate changes: B. Will the undersigned pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? Yes No If no, fully explain: C. What effect does substitution have on other Contracts or other trades? D. What effect does substitution have on construction schedule? E. Manufacturer's warranties of the proposed and specified items are: Same Different (Explain on Attachment) F. Reason for Request: G. Itemized comparison of specified item(s) with the proposed substitution List significant variations: H. Accurate cost data comparing proposed substitution with product specified: I. Designation of maintenance services and sources: (Attach addition sheets if required) 0 End of Section �y *� �n rn �m� x> m o� 0 v City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Section 01 30 00 Administrative Requirements Contract C-02 — General Construction Part 1 General 1.1 Section Includes A. Coordination and Project conditions. B. Preconstruction meeting. C. Site mobilization meeting. D. Progress meetings. E. Preinstallation meetings. F. Closeout meeting. 1.2 Coordination and Project Conditions A. Coordinate scheduling, submittals, and Work of various sections of Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements. B. Verify that utility requirements and characteristics of operating equipment are compatible. Coordinate Work of various sections having interdependent responsibilities for installing, connecting to, and placing operating equipment in service. C. Coordinate space requirements, supports, and installation of mechanical and electrical Work indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit as closely as practical; place runs parallel with lines of building. Use spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. 1. Coordination Drawings: Prepare as required to coordinate all portions of Work. Show relationship and integration of different construction elements that require coordination during fabrication or installation to fit in space provided or to function as intended. Indicate locations where space is limited for installation and access and where sequencing and coordination of installations are important. D. Coordination Meetings: In addition to other meetings specified in this Section, hold coordination meetings with personnel and Subcontractors to ensure coordination of Work. E. Coordinate completion and cleanup of Work of separate sections in preparation for Substantial Completion. 1.3 Preconstruction Meeting A. Owner will schedule and preside over meeting after Notice of Award. B. Attendance Required: Engineer, Owner, Construction Manager, major Subcontractors, and Contractor. C. Minimum Agenda: 1. Submission of executed bonds and insurance certificates. 2. Distribution of Contract Documents. 3. Submission of list of Subcontractors, list of products, schedule of values, and Progress Schedule. (� 4. Designation of personnel representing parties in Contract and Engineer. 5. Communication procedures. 1 t� J PRVN Consultants, Inc. Administrative Requirements 17014 01 3000-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 6. Procedures and processing of requests for interpretations, field decisions, submittals, substitutions, Applications for Payments, proposal request, Change Orders, and Contract Closeout procedures. 7. Scheduling. 8. Critical Work sequencing. 9. Scheduling activities of Eastern Iowa Electric Cooperative. D. Contractor: Record minutes and distribute to participants within two (2) days after meeting. 1.4 Site Mobilization Meeting A. Owner will schedule meeting at Project Site prior to Contractor occupancy. Contractor presides over meeting. B. Attendance Required: Engineer, Owner, Contractor, Contractor's superintendent, major Subcontractors. C. Minimum Agenda: 1. Use of premises by Owner and Contractor. 2. Owner's requirements and occupancy. 3. Construction facilities and controls provided by Owner. 4. Temporary utilities provided by Owner. 5. Security and housekeeping procedures. 6. Schedules. 7. Procedures for testing. 8. Procedures for maintaining record documents. 9. Requirements for startup of equipment. 10. Inspection and acceptance of equipment put into service during construction period. D. Contractor: Record minutes and distribute to participants within two (2) days after meeting. 1.5 Progress Meetings A. Schedule and administer meetings throughout progress of the Work at maximum bi-monthly intervals. B. Make arrangements for meetings, prepare agenda with copies for participants, and preside over meetings. C. Attendance Required: Job superintendent; major Subcontractors, Contractors, and suppliers; Engineer, and Owner, as appropriate to agenda topics for each meeting. D. Minimum Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems impeding planned progress. Nv 5. Review of submittal schedule and status of submittals. 6. Review of off -Site fabrication and delivery schedules. o n m 7. Maintenance of Progress Schedule. 8. 9. Corrective measures to regain projected schedules. —{ Planned during work n "4 m progress succeeding period. 10. Coordination of projected progress. l 11. Maintenance of quality and work standards. _<t Z 12. Effect of proposed changes on Progress Schedule and coordirmfbd. 13. Other business relating to Work. C3 E. Contractor: Record minutes and distribute to participants within two (2) days after -Meeting. PRVN Consultants, Inc. Administrative Requirements 17014 01 3000-2 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction 1.6 Preinstallation Meetings A. When required in individual Specification sections, convene preinstallation meetings at Project v ` n Site before starting Work of specific section. B. Require attendance of parties directly affecting, or affected by, Work of specific section. C. Notify Engineer 10 days in advance of meeting date. D. Prepare agenda and preside over meeting: 1. Review conditions of installation, preparation, and installation procedures. 2. Review coordination with related Work. E. Record minutes and distribute to participants within two (2) days after meeting. 1.7 Closeout Meeting A. Schedule Project Closeout meeting with sufficient time to prepare for requesting Substantial Completion. Preside over meeting and be responsible for minutes. B. Attendance Required: Contractor, major Subcontractors, Engineer, Owner, and others appropriate to agenda. C. Notify Owner 10 days in advance of meeting date. D. Minimum Agenda: 1. Startup of facilities and systems. 2. Operations and maintenance manuals. 3. Testing, adjusting, and balancing. 4. System demonstration and observation. 5. Operation and maintenance instructions for Owner's personnel. 6. Contractor's inspection of Work. 7. Contractor's preparation of an initial "punch list" 8. Procedure to request Engineer inspection to determine date of Substantial Completion. 9. Completion time for correcting deficiencies. 10. Inspections by authorities having jurisdiction. it. Certificate of Occupancy and transfer of insurance responsibilities. 12. Partial release of retainage. 13. Final cleaning. 14. Preparation for final inspection. 15. Closeout Submittals: a. Project Record Documents. b. Operating and maintenance documents. C. Operating and maintenance materials. d. Affidavits. 16. Final Application for Payment. 17. Contractor's demobilization of Site. 18. Maintenance. E. Record minutes and distribute to participants within two (2) days after meeting. Part 2 Products Not Used Part 3 Execution Not Used PRVN Consultants, Inc. 17014 End of Section r O I Administrative Requirements 01 3000-3 N v ` n m c3 C-) G i �- -<t • m M u� = r O I Administrative Requirements 01 3000-3 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 01 33 00 Submittal Procedures Part 1 General 1.1 Definitions A. Action Submittals: Written and graphic information and physical samples that require Engineer's responsive action. B. Informational Submittals: Written and graphic Information and physical Samples that do not require Engineer's responsive action. Submittals may be rejected for not complying with requirements. 1.2 Submittal Procedures A. Transmit each submittal with Engineer -accepted forth, at the end of this section. B. Sequentially number transmittal forms. Mark revised submittals with original number and sequential alphabetic suffix. C. Identify: Project, Contractor, Subcontractor and supplier, pertinent Drawing and detail number, and Specification section number appropriate to submittal. D. Apply Contractor's stamp, signed or initialed, certifying that review, approval, verification of products required, field dimensions, adjacent construction Work, and coordination of information is according to requirements of the Work and Contract Documents. E. Schedule submittals to expedite Project, and submit electronic submittals via email as PDF electronic files. Coordinate submission of related items. F. For each submittal for review, allow 15 days excluding delivery time to and from Contractor. G. Identify variations in Contract Documents and product or system limitations that may be detrimental to successful performance of completed Work. H. Allow space on submittals for Contractor and Engineer review stamps. I. When revised for resubmission, identify changes made since previous submission. J. Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report inability to comply with requirements. K. Submittals not requested will not be recognized nor processed. L. Incomplete Submittals: Engineer will not review. Complete submittals for each item are required. Delays resulting from incomplete submittals are not the responsibility of Engineer. 1.3 Product A. Product Data: Action Submittal: Submit to Engineer for review for assessing conformance with information given and design concept expressed in Contract Documents. B. Submit electronic submittals via email as PDF electronic files. N C. Mark each copy to identify applicable products, models, options, and ot�y data4pplement manufacturers' standard data to provide information specific to this PCD rojegt� -� �� _ �n Cn _rn a PRVN Consultants, Inc. O r9Dbmd16I P res 17014 01 0-1 0 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project D. Indicate product utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. E. Record documents described in Section 01 70 00 - Execution and Closeout Requirements. 1.4 Electronic CAD Files of Project Drawings A. Electronic CAD Files of Project Drawings will not be furnished to Contractor. 1.5 Shop Drawings A. Shop Drawings: Action Submittal: Submit to Engineer for assessing conformance with information given and design concept expressed in Contract Documents. B. Indicate special utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. C. When required by individual Specification sections, provide Shop Drawings signed and sealed by a Professional Engineer responsible for designing components shown on Shop Drawings. 1. Include signed and sealed calculations to support design. 2. Submit Shop Drawings and calculations in form suitable for submission to and approval by authorities having jurisdiction. 3. Make revisions and provide additional information when required by authorities having jurisdiction. D. Submit electronic submittals via email as PDF electronic files. E. Record documents described in Section 01 70 00 - Execution and Closeout Requirements. 1.6 Samples A. Samples: Action Submittal: Submit to Engineer for assessing conformance with information given and design concept expressed in Contract Documents. B. Samples for Selection as Specified in Product Sections: 1. Submit to Engineer for aesthetic, color, and finish selection. 2. Submit Samples of finishes, textures, and patterns for Engineer selection. C. Submit Samples to illustrate functional and aesthetic characteristics of products, with integral parts and attachment devices. Coordinate Sample submittals for interfacing work. D. Include identification on each Sample, with full Project information. E. Submit number of Samples specified in individual Specification sections; Engineer will retain one (1) Sample. F. Reviewed Samples that may be used in the Work are indicated in individual Specification sections. G. Samples will not be used for testing purposes unless specifically stated in Specification section. H. Record documents described in Section 01 70 00 - Execution and Closeout Requirements. 1.7 Other Submittals A. Closeout Submittals: Comply with Section 0170 00 - Execution and Closeout Requirement's.; c� 01 ... �r M - m � PRVN Consultants, Inc.-_�uBmifQ Pro as 17014 0 01 3300-2 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project B. Permits: Within 15 days after date of Owner -Contractor Agreement, submit a list of permits to be obtained, identifying the granting agency and the required date of permit submittal. 1.8 Design Data A. Informational Submittal: Submit data to Engineer and Owner. B. Submit information for assessing conformance with information given and design concept expressed in Contract Documents. 1.9 Test Reports A. Informational Submittal: Submit reports to Engineer and Owner. B. Submit test reports for information for assessing conformance with information given and design concept expressed in Contract Documents. 1.10 Certificates A. Informational Submittal: Submit certification by manufacturer, installation/application Subcontractor, or Contractor to Engineer, in quantities specified for Product Data. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or product but must be acceptable to Engineer. 1.11 Manufacturer's Instructions A. Informational Submittal: Submit manufacturer's installation instructions for Engineer's knowledge as Contract administrator or for Owner. B. Submit printed instructions for delivery, storage, assembly, installation, startup, adjusting, and finishing, to Engineer in quantities specified for Product Data. C. Indicate special procedures, perimeter conditions requiring special attention, and special environmental criteria required for application or installation. 1.12 Manufacturer's Field Reports A. Informational Submittal: Submit reports for Engineer's knowledge as Contract administrator or for Owner. B. Submit report within two (2) days of observation to Engineer for information. C. Submit reports for information for assessing conformance with information given and design concept expressed in Contract Documents. 1.13 Construction Photographs A. Provide photographs of construction throughout progress of Work produced by experienced photographer acceptable to Engineer. c� B. Submit photographs with Application for Payment. > rn C. Photographs: Electronic, mutually agreed -to format. D. Identify each print with name of Project, orientation of view, and date am Y�ne i5&iew. jT7 0 PRVN Consultants, Inc. Submittal Procedures 17014 01 3300-3 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction E. Digital Images: Deliver complete set of digital image electronic files on USB Drive or CD-ROM to Owner with Project Record Documents. Identify electronic media with date photographs were taken. Submit images that have same aspect ratio as sensor, uncropped. 1. Digital Images: Uncompressed TIFF format, produced by digital camera with minimum sensor size of 4.0 megapixels, and image resolution of not less than 1,024 by 768 pixels. 2. Date and Time: Include date and time in filename for each image. 1.14 Contractor Review A. Review for compliance with Contract Documents and approve submittals before transmitting to Engineer. B. Contractor: Responsible for: 1. Determination and verification of materials including manufacturer's catalog numbers. 2. Determination and verification of field measurements and field construction criteria. 3. Checking and coordinating information in submittal with requirements of Work and of Contract Documents. 4. Determination of accuracy and completeness of dimensions and quantities. 5. Confirmation and coordination of dimensions and field conditions at Site. 6. Construction means, techniques, sequences, and procedures. 7. Safety precautions. 8. Coordination and performance of Work of all trades. C. Stamp, sign or Initial, and date each submittal to certify compliance with requirements of Contract Documents. D. Do not fabricate products or begin Work for which submittals are required until approved submittals have been received from Engineer. 1.15 Engineer Review A. Informational submittals and other similar data are for Engineer's information, do not require Engineer's responsive action, and will not be reviewed or returned with comment. B. Submittals made by Contractor that are not required by Contract Documents may be returned without action. C. Submittal approval does not authorize changes to Contract requirements unless accompanied by Change Order. D. Owner may withhold monies due to Contractor to cover additional costs beyond the second submittal review. Part 2 Products Not Used No Part 3 Execution03 o n Not Used End of Section —{ n C5 0 J PRVN Consultants, Inc. Submittal Procedures 17014 01 3300-4 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Project: Project Number: Contractor: Contract C-02 — General Construction Shop Drawing and Submittal Log FILED PRVN Consultants, Inc. Submittal Procedures 17014 01 3300-5 Date Copies Date Se Sent nt Date Date j to Section Description Contractor Received # to ID Returned Remarks Returned' Contractor Owner File 02 41 00 Demolition 1.5 A Shop Drawings: Schedule indicating proposed sequence of demolition three (3) weeks prior to start of work. Include coordination for shutolf, capping, and continuation of utility services as required, together with details for dust- and noise - control protection. 1. Coordinate with Owners Representative continuing occupation of existing building. 2. Photographs of existing conditions, structures, and equipment within all areas of demolition and construction work. File with Owners Representative prior to start of work. 1.5 B Schedule of building demolition activities: Indicate the following: 1. Detailed sequence of demolition work, with starting and ending dates for each activity. 2. All temporary interruption of utility services. 3. Shutoff and capping of utility services. 0241 19 Selective Building Demolition 1.2 A Demolition Schedule: Indicate overall schedule and interruptions required for utility and building services. 1.2 B Shop Drawings: 1. Indicate demolition and removal sequence. 2. Indicate location of items designated for reuse and Owners retention. 3. Indicate location and construction of temporary work. 03 20 00 Concrete Reinforcing PRVN Consultants, Inc. Submittal Procedures 17014 01 3300-5 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 - General Construction PRVN Consultants, Inc. 17014 Submittal Procedures 01 3300-6 -. ` Copies Date Sent Se nt Date Date , I :..- to Section Description Contractor Received # to OP Returned Remarks Returned Contractor Owner File 1.4A Shop Drawings: 2011 MY -6 1. Indicate bar sizes, spacings, locations, splice locations, and quantities of reinforcing steel 2. Indicate bending and cutting schedules 3. Indicate supporting and spacing devices. 1.4 B Manufacturers Certificate: Certify that products meet or exceed specified requirements. 1.4 C Submit certified copies of mill test report of reinforcement materials analysis. 1.4 D Welder Certificates: Certify welders and welding procedures employed on Work, verifying AWS qualification within previous 12 months. 1.4 E Source Quality -Control Submittals: Indicate results of shop or factory tests and inspections. 1.4 F Field Quality -Control Submittals: Indicate results of Contractor -furnished tests and inspections. 1.4 G Qualifications Statement: 1. Welders: Qualify procedures and personnel according to AWS D1.1. 033000 Cast -in -Place Concrete 1.4 A Product data: Submit data on joint devices, attachment accessories, admixtures, curing materials, and finish materials. 1.4 B Design Data 1. Submit concrete mix design for each concrete strength. 2. Submit separate mix designs if admixtures are required for following: a. Hot and cold weather concrete Work. b. Air entrained concrete Work. 3. Identify mix ingredients and proportions, including admixtures. 4. Identify chloride content of admixtures and whether or not chlorides were added during manufacture. 03 39 00 Concrete Curing PRVN Consultants, Inc. 17014 Submittal Procedures 01 3300-6 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction PRVN Consultants, Inc. 17014 Submittal Procedures 01 3300-7 '— ) ¢ Copies Date Date Sent Date Dates ! ^ - ^ to Section Description Contractor Received # to DP Returned Remarks Returned Contractor Owner File 1.3 A Product Data: Submit manufacturer's information - - - ", q• on curing compounds, mats, paper, and film, including compatibilities and limitations. 1.3 B Manufacturers Certificate: Certify that products meet or exceed specified requirements. 1.3 C Manufacturer Instructions: Submit detailed instructions on installation requirements, including storage and handling procedures. 1.3 D Qualifications Statement: 1. Submit qualifications for manufacturer. 036000 Grouting 1.3 A Product Data: Submit manufacturer information regarding grout. 1.3 B Manufacturers Certificate: Certify that products meet or exceed specified requirements. 1.3 C Manufacturer Instructions: Submit instructions for mixing, handling, surface preparation, and placing epoxy -type and nonshrink grouts. 1.3 D Field Quality -Control Submittals: Indicate results of Contractor -furnished tests and inspections. 1.3 E Qualifications Statement: 1. Submit qualifications for manufacturer. 040513 Masonry Mortaring 1.3 A Samples: Submit two (2) samples of mortar, illustrating mortar color and color range. 1.3 B Manufacturers Certificate: Certify that products meet or exceed specified requirements. 1.3 C Design Data: Submit required environmental conditions, admixture limitations, and design mix if property specification of ASTM C270 is to be used. 1.3 D Test and Evaluation Reports: 1. Indicate compliance of mortar to applicable codes and standards. 04 05 16 Masonry Grouting 1.3 A Manufacturers Certificate: Certify that products meet or exceed specified requirements. PRVN Consultants, Inc. 17014 Submittal Procedures 01 3300-7 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction PRVN Consultants, Inc. 17014 Submittal Procedures 01 3300-8 Date �'� ' Copies Date Se nt Sent Date Date — — to Section Description Contractor Received # to DIP Returned Remarks Returned Contractor Owner File 1.3 B Test and Evaluation Reports: Submit compliance with grout property requirements according to ASTM C476 and test and evaluation reports according to ASTM C1019. 04 20 00 Unit Masonry 1.4 A Product Data: 1. Submit data for masonry units. 1.4 B Samples: 1. Submit four (4) mounted sample panels of face brick to illustrate color, texture, and extremes of color range. 1.4 C Manufacturer's Certificate: Certify that masonry units meet or exceed specified requirements. 05 50 00 Metal Fabrication 1.3 A Shop Drawings: 1. Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size and type of fasteners, and accessories. 2. Include erection drawings, elevations, and details where applicable. 3. Indicate welded connections using standard AWS welding symbols. Indicate net weld lengths. 1.3 B Certification of welders: The Contractor and/or fabricator shall submit certification that any welder performing work covered by this section of the Specifications has passed qualification tests using the procedures per AWS. Welders shall have maintained their certification at the regular intervals set forth by the AWS. 06 10 00 Rough Carpentry 1.3 A Product Data: Provide technical data on wood preservative materials and treated wood. 07 53 00 EPDM Membrana Roofing 1.1 B Submittals: 1.Shop drawings of tapered insulation. 2.Roof system specifications and details. 3.Material samples for membrane and metal flashing. PRVN Consultants, Inc. 17014 Submittal Procedures 01 3300-8 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction PRVN Consultants, Inc. 17014 Submittal Procedures 01 3300-9 Date Date Date Date r—r�- ' ii 7 f L.. ; 6Qpies I to sent Se nt Section Description Contractor Received # to Returned Remarks Returned Contractor Owner File 4.Warranty form 2010 no — 6O• 07 62 01 Roof Drainage Sheet Metal Fabrications 1.5 A Product Data: For each type of product. 1 I C L C_ 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for each manufactured product and accessory. 1.5 B Shop Drawings: For sheet metal scupper assemblies, drain boxes and downspouts. 1. Include plans, elevations, sections, and attachment details. 2. Include identification of material, thickness, weight, and finish for each item and location in project. 3. Include details for forming, including profiles, shapes, seams, and dimensions. 4. Include details for joining, supporting, and securing, including layout and spacing of fasteners, cleats, clips, and other attachments. Include pattern of seams. 5. Include details of termination points and assemblies. 6. Include details of connections to adjoining work. 1.5 C Samples for Initial Selection: For sheet metal and accessories indicated with factory -applied finishes. 1.5 D Samples for Verification: For each type of exposed finish. 1. Anodized Aluminum Samples: Samples to show full range to be expected for each color required. 0811 13 Hollow Metal Doors and Frames 1.3 A Product Data: Materials and details of design and construction, hardware locations, reinforcement type and locations, anchorage and fastening methods, and finishes. 1.3 B Shop Drawings: Details of each opening, showing elevations glazing, framerofiiles, anchorage. PRVN Consultants, Inc. 17014 Submittal Procedures 01 3300-9 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction PRVN Consultants, Inc. 17014 Submittal Procedures 013300-10 Date - I ; 'Copies Date Sent Sent Date Date to Section Description Contractor Received # to DID Returned Remarks Returned Contractor Owner File connections, and identifying location of different finishes, If any. 22 13 00 Facility Sanitary Sewerage 1.2 A Product Data: 1. Piping: Submit data on pipe materials, fittings, and accessories. Submit manufacturers catalog information. 2. Hangers and Supports: Submit manufacturers catalog information including load capacity. 3. Sanitary Drainage Specialties: Submit manufacturers catalog information, component sizes, rough -in requirements, service sizes, and finishes. 1.2 B Manufacturers Installation Instructions: Submit installation instructions for material and equipment. 1.2 C Manufacturers Certificate: Certify products meet or exceed specified requirements. 221313 Sewers 1.4 A Concrete Pipe: Submit current Iowa Department of Transportation certification. 1.4 B Shoring: Submit plans for all shoring, excluding trench boxes, certified by a professional engineer registered in the State of Iowa. This submittal will not be reviewed for structural adequacy by the City. 22 40 00 Plumbing Fixtures 12 A Product data: Submit catalog illustrations of fixtures, sizes, rough -in dimensions, utility sizes, Vim, and finishes. 1.2 B Sanitary drainage specialties: Submit manufacturers catalog information, component sizes, rough -in requirements, service sizes, and finishes. 1.2 C Manufacturers installation instructions: Submit installation methods and procedures. 1.2 D Manufacturers certificate: Certify products meet or exceed specified requirements. PRVN Consultants, Inc. 17014 Submittal Procedures 013300-10 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction PRVN Consultants, Inc. 17014 Submittal Procedures 01 3300-11 Date Copies Date Sent Date Date to Section Description Contractor Received 4 to DP Returned Remarks Returned Contractor Owner File 1.2 E Operation and maintenance data: 20191'31! 1. Submit complete operations and maintenance data including, but not limited to, inspection CITY CL t � period, cleaning methods, recornmended cleaning I "I iTY r materials, and maintenance requirements. !r �� .: 2. Coordinate with requirements of Section 01 91 00 —Commissioning and Commissioning Authority. 23 05 93 Testing, Adjusting, and Balancing for HVAC 1.3 A Prior to commencing Work, submit proof of latest calibration date of each instrument. 1.3 B Test reports: Indicate data on AABC MN -1 National Standards for Total System Balance fortes or NEBB Report forms. Submit reports in electronic (pdf) format. 1.3 C Field reports: Indicate deficiencies preventing proper testing, adjusting, and balancing of systems and equipment to achieve specified performance. Submit reports in electronic (pdf) format. 1.3 D Prior to commencing Work, submit report fors or outlines indicating adjusting, balancing, and equipment data required. Include detailed procedures, agenda, sample report fors, and copy of AABC National Project performance Guaranty or copy of NEBB Certificate of Conformance certification. 1.3 E Submit draft copies of report for review prior to final acceptance of Project. 1.3 F Operation and maintenance data: 1. Submit complete operations and maintenance data including, but not limited to, inspection period, cleaning methods, and recommended cleaning materials. 2. Coordinate with requirements of Section 0191 00 — Commissioning and Commissioning Authority. 230700 HVAC Insulation PRVN Consultants, Inc. 17014 Submittal Procedures 01 3300-11 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction PRVN Consultants, Inc. 17014 Submittal Procedures 01 3300-12 Date Copies Date sent Se nt Date bate to Section Description Contractor Received # to DP Returned Remarks Returned Contractor Owner File 1.2 A Product data: Submit product description, thermal characteristics, and list of materials and thickness - for each service and location. 1.2 B Manufacturer's installation instructions: Submit manufacturers published literature indicating proper installation procedures. 1.2 C Manufacturers certificate: Certify products meet or exceed specified requirements. 23 31 00 HVAC Ducts and Casings 1.3 A Shop Drawings: Submit duct fabrication drawings, drawn to scale on Drawing sheets same size as Contract Documents, indicating: 1. Fabrication, assembly, and installation details including plans, elevations, sections, details of components, and attachments to other work. 2. Duct layout indicating pressure classifications and sizes in plan view. For exhaust duct systems, indicate classification of materials handled as defined in this section. 3. Fittings. 4. Reinforcing details and spacing. 5. Seam and joint construction details. 6. Penetrations through fire -rated and other walls. 7. Thermal and acoustic insulation attachment details. 8. Hangers and supports including methods for building attachment, vibration isolation, and duct attachment 1.3 B Product data: Submit data for duct materials, duct liner, and duct connectors. 1.3 C Test reports: Indicate pressure tests performed. Include date, section tested, lest pressure, and leakage rale following SMACNA HVAC Air Duct Leakage Test Manual. 1.3 D Operation and maintenance data: 1. Submit complete operations and maintenance data including, but not limited to, inspection period, cleaning methods, and recommended cleaning materials. PRVN Consultants, Inc. 17014 Submittal Procedures 01 3300-12 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction PRVN Consultants, Inc. 17014 Submittal Procedures 01 3300-13 Dale r 4 ' I- Copies Date Sent Date Data j =-• to Section Description Contractor Received # to DP Returned Remarks Returned Contractor Owner File 2. Coordinate with requirements of Section 0191 00— Commissioning and Commissioning 2 13 Authority. 23 33 00 Air Duct Accessories - 1.2 A Shop Drawings: Indicate for shop -fabricated - - - assemblies including volume -control dampers, duct access doors, and duct test holes. 1.2 B Product data: Submit data for shop -fabricated assemblies and hardware used. 1.2 C Product data: Submit for the following. Include where applicable electrical characteristics and connection requirements: 1. Combination fire -smoke dampers. 2. Volume -control dampers. 3. Duct access doors. 4. Back -draft dampers. 5. Flexible duct connections. 6. Duct test holes. 7. Roof mounted support 1.2 D Submit laboratory acoustic and aerodynamic performance obtained according to ASTM E477 - 06a and so certified when submitted for approval. The laboratory must be currently NVLAP accredited for the ASTM E477 -06a test standard. A copy of the accreditation certificate must be included with the submittals. Data from non- NVLAP accredited test facilities shall not be accepted. Shop Drawings submitted without proper certifications shall be rejected. 1.2 E Manufacturer's certificate: Certify products meet or exceed specified requirements. 1.2 F Operation and maintenance data: 1. Submit complete operations and maintenance data including, but not limited to, inspection period, cleaning methods, and recommended cleaning materials. 23 34 00 HVAC Fans 1.2 A Shop Drawings: Indicate size and configuration of fan assembly, mountings, weights, ductwork, and PRVN Consultants, Inc. 17014 Submittal Procedures 01 3300-13 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction PRVN Consultants, Inc. 17014 Submittal Procedures 01 3300-14 � y 1 Copies Date Date' Date ,n, Mfg ._.. to Section Description Contractor Received # Se nt sent Returned Remarks Returned Contractor Owner File to accessory connections. T4o1! — `, i �• 1.2 B Product data: Submit data on each type of fan , CITY C D s and include accessories, fan curves with specked operating point plotted, power, RPM, sound I V!.A r I T ! I power levels for both fan inlet and outlet at rated capacity, electrical characteristics, and connection requirements. 1.2 C Manufacturer's installation instructions: Submit fan manufacturer's instructions. 1.2 D Manufacturer's certificate: Certify products meet or exceed specified requirements. 23 81 00 Decentralized Unitary HVAC Equipment 1.2 A Product data: Submit data indicating: 1. Performance ratings, including capacities, sensible heat ratio, energy efficiency ratio, and coefficient of performance. 2. Dimensions. 3. Weights. 4. Rough -in connections and connection requirements. 5. Electrical requirements with electrical characteristics and connection requirements along with wiring diagrams. 6. Controls. 7. Accessories. 1.20 Manufacturer's installation instructions: Submit assembly, support details, connection requirements, and startup instructions. Provide a detailed, text written or flow chart format as programmed control system description including setpoints, dead bands, lead lag assignments, timers, and delays programmed into the centralized control panel. Write-up shall be provided after startup and document the actual final programming. 1.2 C Certification: Submit proof of specified ARI certification. 23 81 03 Packaged Rooftop Air Conditioning Units — Small Capacity PRVN Consultants, Inc. 17014 Submittal Procedures 01 3300-14 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction PRVN Consultants, Inc. 17014 Submittal Procedures 01 3300-15 Date Date Date Date Sent sent Section Description Contractor Received # to Returned Remarks Returned Contractor Owner File 1.3 A Product Data: Submit data indicating: 1. Cooling and heating capacities. U 2. Dimensions. QTY :. 3. Weights. r) 4. Rough -in connections and connection requirements. 5. Duct connections. 6. Electrical requirements with electrical characteristics and connection requirements. 7. Controls. 8. Accessories. 1.3 B Manufacturer's Installation Instructions: Submit assembly, support details, connection requirements, and include startup instructions. 1.3 C Manufacturer's Certificate: Certify products meet or exceed specified requirements. 1.3 D Manufacturer's Field Reports: Submit startup report. 26 01126 Testing of Electrical Systems — Protection Relays 1.3 A Test reports for each relay tested. 1.38 Brief field report including any issues that arose and documentation on conversations and if any settings were agreed by the team to be changed. 1.3 C Report, including the test equipment, last calibration date of the test sets, model number, serial number, and manufacturer. 1.3 D Final, as -left, protection relay setting files in electronic native setting file format. 260513 Medium -Voltage Cables 1.4 A Product data sheets: Submit for cable, terminations, and accessories. 1.4 B Test reports. 1.4 C Cable label schedule showing what information cable labels will include. PRVN Consultants, Inc. 17014 Submittal Procedures 01 3300-15 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction PRVN Consultants, Inc. Submittal Procedures 17014 01 33 00-16 Date Copies Date Sent Se nt Date Date to Section Description Contractor Received # to Returned Remarks Returned Contractor - 'Dwner File 1.4 D Documented experience of electrician responsible for performing all cable terminations. 1.4 E Cable -pulling accessories. 1.4 F Contractors designated medium -voltage cable terminating staffs experience and documented 3M medium -voltage cable termination training certificates. 26 05 19 Low -Voltage Electrical Power Conductor and Cables 1.4 A Product data: Submit manufacturers catalog cut sheets for each type of cable being supplied. 26 05 26 Grounding and Bonding for Electrical Systems 1.2 A Product data: Submit data on grounding electrodes and connections. 1.2 B Manufacturers installation instructions. 1.2 C Grounding bushings. 1.2 D Grounding conductors. 26 05 33 Raceway and Boxes for Electrical Systems 1.5 A Product data: Submit for the following: 1. Liquid -tight flexible metal conduit. 2. Rigid galvanized steel conduit. 3. Raceway fittings. 4. Conduit bodies. 5. Surface raceway. 6. Pull and junction boxes. 26 05 36 Cable Trays for Electrical Systems 1.5 A Shop Drawings: Indicate tray type, sizes and ratings supplied, dimensions, fittings, accessories, and finishes. 1.5 B Manufacturers installation instructions: Submit application conditions and limitations of use stipulated by Product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, PRVN Consultants, Inc. Submittal Procedures 17014 01 33 00-16 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction PRVN Consultants, Inc. 17014 Submittal Procedures 01 3300-17 Date Date Sent sent Date Date ' -" " to Section Description Contractor Received # to ID Returned Remarks Returned Contractor Owner File examination, preparation, and installation of product. 260543 Underground Ducts and Raceways for Electrical Systems 1.3 A Submit manufacturers technical information on conduit, fittings, and accessories for rigid conduit and EB conduits, conduit spacers, and all associated accessories. 1.3 B Layout of manholes systems: Submit a plan, sections, and details indicating proposed layout of such materials and equipment in each manhole. 1.3 C Ductbank coordination drawings: Show duct profiles and coordination with other utilities and underground structures. 1.3 D Project closeout: 1. Mandrel test certifications for project closeout. 2. Inspection reports and photos of ductbank concrete after removal of fortes but before backfill. 26 33 00 Battery Equipment 1.3 A Product data: Submit catalog and data sheets showing electrical characteristics and connection requirements. Include unit ratings, dimensions, and finishes. Include performance data for batteries. 1.3 B Physical arrangement drawings of charger, batteries, and battery racks for the proposed installation. 1.3 C IEEE 485 battery sizing calculations verifying the battery sizing based on the loads as defined herein. 1.3 D Battery duty cycle diagram showing the total span of the duty cycle with the anticipated loads as defined herein. Display duty cycle diagram with Amperes on the vertical axis and Minutes on the horizontal axis. All non -continuous loads shall be depicted as a minimum of one (1) minute as defined by IEEE 485. 1.3 E Planned expected life of the system batteries. PRVN Consultants, Inc. 17014 Submittal Procedures 01 3300-17 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project PRVN Consultants, Inc. Submittal Procedures 17014 01 3300-18 - - copies Date Date Date eDate sent Date to Section Description Contractor Received # to DP Returned Remarks Returned Contractor Qw File 1.3 F Manufacturer's recommended ventilation -- ` requirements including worst case hydrogen generation for the entire string. 1.3 G Battery system short-circuit calculations with the battery charger on line (contributing) and off line (not contributing) to the fault. 1.3 H Recommended cable sizing for interconnection between battery charger and DC distribution panel and battery bank and DC power distribution system. 1.31 Circuit breaker overcunent rating recommendations for cables serving the batteries. 26 51 00 Lighting and Receptacles 1.3 A Shop Drawings: Indicate dimensions and components for each luminaire. 1.3 B Product data: Submit dimensions, ratings, performance data catalog cut sheets, and manufacturer's recommended installation. 1.3 C Part's list of fixtures supplied including replacement lamps, ballasts, and other hardware as supplied. 27 35 00 Manhole Structures 1.2 A Shop Drawings of steel reinforcement, showing sizes, lengths, bends, and counts, if required. 1.2 B Concrete mix design. 1.2 C Shop Drawing schedule of new manhole showing total depth, and relative elevations 8 dimensions of all box -outs. 1.2 D Results of required testing. 1.2 E Gradation and soil classification reports for structure bedding and backfill materials. 1.2 F Dewatering plan. 31 26 00 Earthwork, Subgrade and Subbase 1.3 A Follow the General Provisions (Requirements) and Covenants, as well as the following: Submit results of Standard Proctor and in-place density tests on compactions when required. PRVN Consultants, Inc. Submittal Procedures 17014 01 3300-18 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction PRVN Consultants, Inc. 17014 Submittal Procedures 01 3300-19 Date `"" '"` Copies Date sent Se nt Date Date to Section Description Contractor Received # to DP Returned Remarks Returned Contractor Owner File 31 27 00 Trench Excavation and Backfill - - - 1.3 A Comply with Division 1 - General Provisions and Covenants, as well as the following: 1. Gradation reports for bedding materials. 2. Results of required testing. 31 63 16 Auger Cast -in -Place Piles 1.2 A The Contractor shall submit the following. 1. Description of the pile drilling and pumping equipment to be utilized. 2. Proposed pile grout design mix and descriptions of materials to be used. These shall be in sufficient detail to indicate their compliance with the specifications and either of the following. a. Laboratory test of trial mixes made with the proposed mix. Or b. Laboratory tests of the proposed mix used on previous projects. 1.2 8 An Independent Testing Agency will submit reports on tests and inspection performed to the Owner, Design -Builder, and the Subcontractor not later than 3 (3) days after installation is completed. The installation record shall include the following. 1. Project name and number. 2. Name of contractors. 3. Pile location and design pile rapacity. 4. Pile diameter. 5. Tip elevation. 6. Elevation of butt. 7. Drilling elevation. 8. Quantity of grout placed. 9. Pile reinforcing steel. 10. Any unusual occurrences during the pile installation. 1.2 CT he grout quantity shall be determined by recordin rout um displacement or by other PRVN Consultants, Inc. 17014 Submittal Procedures 01 3300-19 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction PRVN Consultants, Inc. 17014 Submittal Procedures 013300-20 Date Copies Date sent Se nt Date Date L. to Section Description Contractor Received # to Returned Remarks Returned Contractor Owner File acceptable means, 201atn,`t.=EJB 32 13 00 Portland Cement Concrete Pavement 1.3 A Follow the General Provisions (Requirements) l and Covenants, as well as the following: — 1. Two (2) weeks prior to commencing any PCC pavement placement, submit a paving mix design for each different source of aggregate to be used for review and approval by the Owners Representative. Submit mixes or mix designs approved by the Iowa Department of Transportation or an independent testing laboratory. 2. Maturity curves for paving mixes and maturity reading results. 3. Submit all testing and certifications according to this section. 32 92 00 Turf and Grasses 1.3 A Comply with Division 1 - General Provisions and Covenants, as well as the following: Submit certification of products to the Owners Representative prior to seed placement: 1. Seed: Submit a mechanically printed seed tag from an Iowa Crop Improvement Association approved seed conditioner or grower. Submit a laboratory analysis for all seeds, specifying the purity and germination. 2. Fertilizer. Submit certification of the fertilizer analysis with scale weight and statement of guaranteed analysis. 3. Wood Cellulose Fiber Mulch: Submit certification of the degradable wood cellulose fiber mulch ingredients with applicable use and rate, and the water retention capacity by manufacturer or supplier. 4. Wood Excelsior Mulch: Bale wood excelsior and determine the mass (weight). Use the mass of the material, furnished by the manufacturer, to determine the rate of application. 5. Inoculant: Fumish information from inoculant packaging. 6. Tackifier. Submit certification of the tackifier PRVN Consultants, Inc. 17014 Submittal Procedures 013300-20 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction PRVN Consultants, Inc. 17014 Submittal Procedures 01 3300-21 Date - Copies Date sent Se nt Date Date to Section Description Contractor Received # to DP Returned Remarks Returned Contractor Owner File ingredients, recommended rates of application, and expiration date. 1.3 B When requested, submit written instructions recommending procedures for maintenance of seeded areas. 400513 Common Work Results for Process Piping 1.3 A Shop Drawings: Indicate layout of piping systems, including equipment, critical dimensions, and sizes. Provide material specification number (ASTM, API, etc.), grade, class, or type, pressure and temperature rating, and schedule number for piping and fittings for each system. 1.3B Piping test procedures and piping test certifications. 1.3 C Welders certificate: In compliance with AWS D1.1, and ASME 831.9. 1.3 D Source quality control lest reports. 1.3 E Flexible connectors: 1. Catalog cuts showing design and construction. 2. Pressure and temperature ratings. 3. Materials of construction. 4. Maximum allowable lateral and axial movements. 5. Description of type of movement permitted: Intermittent offset or continuous vibration. 6. Manufacturer. 1.3 F Ball Valves: 1. Catalog cuts showing design and construction. 2. Pressure and temperature ratings. 3. Materials of construction. 4. Valve dimensional data, including connection - to -connection dimensions with operators. 5. Manual operator data. 6. Valve and manual operator weights. 7. Accessories. PRVN Consultants, Inc. 17014 Submittal Procedures 01 3300-21 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction PRVN Consultants, Inc. Submittal Procedures 17014 01 3300-22 Date "� Date Sent Date Date Section Description Contractor Received # Returned Remarks Returned Contractor Owner File to DP 8. Manufacturer. PRVN Consultants, Inc. Submittal Procedures 17014 01 3300-22 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 01 40 00 Quality Requirements Part 1 General 1.1 Quality Control A. Monitor quality control over suppliers, manufacturers, products, services, Site conditions, and workmanship, to produce Work of specified quality. B. Comply with specified standards as the minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. C. Perform Work using persons qualified to produce required and specified quality. D. Products, materials, and equipment may be subject to inspection by Engineer and Owner at place of manufacture or fabrication. Such inspections shall not relieve Contractor of complying with requirements of Contract Documents. E. Supervise performance of Work in such manner and by such means to ensure that Work, whether completed or in progress, will not be subjected to harmful, dangerous, damaging, or otherwise deleterious exposure during construction period. 1.2 Tolerances A. Monitor fabrication and installation tolerance control of products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers' recommended tolerances and tolerance requirements in reference standards. When such tolerances conflict with Contract Documents, request clarification from Engineer before proceeding. C. Adjust products to appropriate dimensions; position before securing products in place. 1.3 References A. For products or workmanship specified by association, trade, or other consensus standards, comply with requirements of standard except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard by date of issue current as of date of Contract Documents except where specific date is established by code. C. Obtain copies of standards and maintain on Site when required by product Specification sections. D. When requirements of Indicated reference standards conflict with Contract Documents, request clarification from Engineer before proceeding. E. Neither contractual relationships, duties, or responsibilities of parties in Contract nor those of Engineer shall be altered from Contract Documents by mention or inference in reference documents. 1.4 Labeling J ; A. Attach label from agency approved by authorities having jurisdiction for products, assemblies, and systems required to be labeled by applicable code. �D PRVN Consultants, Inc. Qualiti4equirements 17014 01 40 00-1 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction B. Label Information: Include manufacturer's or fabricator's identification, approved agency identification, and the following information, as applicable, on each label: 1. Model number. 2. Serial number. 3. Performance characteristics. C. Manufacturer's Nameplates, Trademarks, Logos, and Other Identifying Marks on Products: Not allowed on surfaces exposed to view in public areas, interior or exterior. 1.5 Testing and Inspection Services A. Owner will employ and pay for specified services of an independent firm to perform testing and inspection. B. Independent firm will perform tests, inspections, and other services specified in individual Specification Sections and as required by Owner. 1. Laboratory: Authorized to operate in State of Iowa 2. Laboratory Staff: Maintain full-time [Professional Engineer] [specialist] on staff to review services. 3. Testing Equipment: Calibrated at reasonable intervals with devices of an accuracy traceable to National Bureau of Standards or accepted values of natural physical constants. C. Testing inspections, and source quality control may occur on or off Project Site. Perform off - Site testing as required by Engineer or Owner. D. Reports shall be submitted by independent firm to Engineer, Contractor, and authorities having jurisdiction, indicated observations and results of tests and compliance or noncompliance with Contract Documents. E. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, safe access, and assistance by incidental labor as requested. 1. Notify Engineer and independent firm 24 hours before expected time for operations requiring services. 2. Make arrangements with independent firm and pay for additional Samples and tests required for Contractor's use. F. Employment of testing agency or laboratory shall not relieve Contractor of obligation to perform Work according to requirements of Contract Documents. G. Retesting or re -inspection required because of nonconformance with specified or indicated requirements shall be performed by same independent firm or instructions from Engineer. H. Payment for retesting or re -inspection will be charged to Contractor by deducting testing charges from Contract Sum/Price. Agency Responsibilities: 1. Test Samples of mixes submitted by Contractor 2. Provide qualified personnel at Site. Cooperated with Engineer and Contractor in performance of services. 3. Perform indicated sampling and testing of products according to s04cf1eda4ndards. 4. Ascertain compliance of materials and mixes with requirements ofbokrabt3 I Documents. 5. Promptly notify Engineer and Contractor of observed irregularities o[.9onmeform nce of Work or products. 6. Perform additional tests required by Engineer 7. Attend preconstruction meetings and progress meetings Q Qa 0 Co PRVN Consultants, Inc. Quality Requirements 17014 01 40 00-2 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction Agency Reports: After each test, promptly submit electronic copy of report to Engineer, Contractor, and authorities having jurisdiction. When requested by Engineer, provide interpretation of test results. Include the following: 1. Date issued. 2. Project title and number. 3. Name of inspector. 4. Date and time of sampling or inspection. 5. Identification of product and Specification Section. 6. Location in Project. 7. Type of inspection or test. 8. Date of test. 9. Results of test. 10. Conformance with Contract Documents. K. Limits on Testing Authority: 1. Agency or laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents. 2. Agency or laboratory may not approve or accept any portion of the Work. 3. Agency or laboratory may not assume duties of Contractor. 4. Agency or laboratory has not authority to stop the Work. Part 2 Products Not Used Part 3 Execution Not Used End of Section PRVN Consultants, Inc. 17014 N O U7 (� r `rn E, o� � 0 rn Quality Requirements 01 4000-3 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 01 50 00 Temporary Facilities and Controls Part 1 General 1.1 References A. ASTM Intemational: 1. ASTM E 84 - Standard Test Method for Surface Burning Characteristics of Building Materials. 2. ASTM E 90 - Standard Test Method for Laboratory Measurement of Airborne Sound Transmission Loss of Building Partitions and Elements. 3. ASTM E 119 - Standard Test Methods for Fire Tests of Building Construction and Materials. 1.2 Temporary Electricity A. Owner will pay cost of 120V energy used in the Disinfection Building. Exercise measures to conserve energy. Use Owner's existing power service. All other electricity shall be provided by the contractor. B. Provide temporary 120V electric feeder from location as directed by Owner. Do not disrupt Owner's use of service. Do not overload the circuits used. 1.3 Temporary Lighting for Construction Purposes A. Provide and maintain lighting for construction operations. B. Provide branch wiring from power source to distribution boxes with lighting conductors, pigtails, lamps, and the like, for specified lighting levels. C. Maintain lighting and provide routine repairs. 1.4 Temporary Heating A. Provide and pay for heating devices and heat as needed to maintain 50 degrees F in the disinfection building at all times. Contractor to provide independent temporary heating system for the disinfection building, including heating units, controls and fuel. B. Before operating permanent equipment for temporary heating purposes, verify installation is approved for operation, equipment is lubricated, and filters are in place. Provide and pay for operation, maintenance, and regular replacement of filters and worn or consumed parts. Replace filters at Substantial Completion. C. Maintain minimum ambient temperature of 50°F (minimum) at all times in Disinfection Building during project. 1.5 Temporary Ventilation A. Ventilate enclosed areas to achieve curing of materials, to dissipate humidit". nd`to prevent— accumulation of dust, fumes, vapors, or gases. Ir1 ON 1.6 Communication Services rn m A. Telephone Service: Provide, maintain, and pay for telephone service to field ce.%? C:) Ccs PRVN Consultants, Inc. Temporary Facilities and Controls 17014 01 5000-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project B. Internet Service: Provide, maintain, and pay for broadband Internet service to field office at time of Project mobilization. Provide desktop computer with Microsoft operating system and appropriate office function software, modem, and printer. There is existing fiber at the plant entrance, extending service to the field office shall be paid by contractor. 1.7 Temporary Water Service A. Owner will pay cost of temporary water usage. Exercise measures to conserve energy. Use Owner's existing water system, extended and supplemented with temporary devices as needed to maintain specified conditions for construction operations. B. Extend branch piping with outlets located so that water is available by hoses with threaded connections. 1.8 Temporary Sanitary Facilities A. Provide and maintain required facilities and enclosures. Existing facility use is not permitted. Provide facilities at time of Project mobilization. 1.9 Field Offices and Sheds A. The plant conference room maybe used for project meetings. B. Locate field offices and sheds in the project laydown space. C. Do not use permanent facilities for field offices or for storage. D. Construction: Portable or mobile buildings, or buildings constructed with floors raised aboveground, securely fixed to foundations with steps and landings at entrance doors. 1. Construction: Structurally sound, secure, weathertight enclosures for office and storage spaces. Maintain during progress of Work; remove enclosures at completion of Work. 2. Interior Materials in Storage Sheds: As required to provide specified conditions for storage of products. E. Environmental Control 1. Heating, Cooling, and Ventilating for Offices: Automatic equipment to maintain comfort conditions. F. Storage Areas and Sheds: Size to storage requirements for products of individual Sections, allowing for access and orderly provision for maintenance and inspection of products to suit requirements in Section 0160 00 - Product Requirements. G. Preparation: Fill and grade Sites for temporary structures sloped for drainage away from buildings. H. Installation: 1. Install field office spaces ready for occupancy 30 days after date established by Owner -Contractor Agreement. 2. Employee Residential Occupancy: Not allowed on Owner's property. I. Maintenance and Cleaning: ^� 1. Weekly janitorial services for field offices; periodic cleaning andmainteqgce for sheds and storage areas. c, A M 2. Maintain walks free of mud, water, snow, and the like. J. Removal: At completion of Work remove buildings, foundations, utility sen�wls, and debris. Restore areas to same or better condition as original condition. y <r— rrJ PRVN Consultants, Inc. Temporary Fiacilities•and Controls 17014 01 50 00-2 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project K. Provide and maintain access to fire hydrants and control valves free of obstructions. L. Provide means of removing mud from vehicle wheels before entering streets. 1.10 Parking A. Surface parking areas to accommodate construction personnel at the laydown space. B. Locate as in laydown space and approved by Owner. C. If Site space is not adequate, provide additional off -Site parking. D. Use of existing parking facilities used by construction personnel is not permitted. E. Do not allow vehicle parking on existing pavement. F. Removal, Repair: 1. Remove temporary materials and construction before Substantial Completion. 2. Repair existing facilities damaged by use, to original condition. G. Mud from Site vehicles: Provide means of removing mud from vehicle wheels before entering streets. 1.11 Progress Cleaning and Waste Removal A. Maintain areas free of waste materials, debris, and rubbish. Maintain Site in clean and orderly condition. B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, before enclosing spaces. C. Broom and vacuum clean interior areas before starting surface finishing, and continue cleaning to eliminate dust. D. Collect and remove waste materials, debris, and rubbish from Site daily and dispose of off - Site. 1.12 Fire -Prevention Facilities A. Prohibit smoking on site B. Establish fire watch for cutting, welding, and other hazardous operations capable of starting fires. Maintain fire watch before, during, and after hazardous operations until threat of fire does not exist. C. Portable Fire Extinguishers: NFPA 10; 10 -pound capacity, 4A -60B: C UL rating. 1. Provide one (1) fire extinguisher at each location where fire watch is required, and where there is construction and demolition. 2. Provide minimum of one (1) fire extinguisher in every construction trailer and storage shed. 3. Provide minimum of one (1) fire extinguisher on roof during roofing operations using heat -producing equipment. 1.13 Barriers N A. Provide barriers to prevent unauthorized entry to construction and to protect existitVfacilities and adjacent properties from damage from construction operations and demnldionc-5 I --.-, of PRVN Consultants, Inc. Temporary Facilities and Controls 17014 01 5000-3 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction B. Tree and Plant Protection: Preserve and protect existing trees and plants designated to 1.17 Pollution Control remain. Provide methods, means, and facilities to prevent contamination of soil, water, and 1. Protect areas within drip lines from traffic, parking, storage, dumping, chemically atmosphere from discharge of noxious, toxic substances and pollutants produced by injurious materials and liquids, ponding, and continuous running water. construction operations. 2. Provide barriers around drip line, with access for maintenance. Comply with pollution and environmental control requirements of authorities having jurisdiction. 3. Replace trees and plants damaged by construction operations. C. Protect non -owned vehicular traffic, stored materials, Site, and structures from damage. 1.14 Water Control A. Grade Site to drain. Maintain excavations free of water. Provide, operate, and maintain inspection. 0 1 necessary pumping equipment. B. Protect Site from puddles or running water. Provide water barriers as required to protect Site Grade Site as indicated on Drawings. _?'< r__ from soil erosion. 1.15 Dust Control A. Execute Work by methods that minimize raising dust from construction operations. B. Provide positive means to prevent airborne dust from dispersing into atmosphere and into Owner -occupied areas. 1.16 Erosion and Sediment Control A. Plan and execute construction by methods to control surface drainage from cuts and fills from borrow and waste disposal areas. Prevent erosion and sedimentation. B. Provide temporary measures including berms, dikes, drains, and other devices to prevent water flow. C. Construct fill and waste areas by selective placement to avoid erosive surface silts and clays. D. Periodically inspect earthwork to detect evidence of erosion and sedimentation. Promptly apply corrective measures. E. Comply with sediment and erosion control plan indicated on Drawings. 1.17 Pollution Control A. Provide methods, means, and facilities to prevent contamination of soil, water, and atmosphere from discharge of noxious, toxic substances and pollutants produced by construction operations. B. Comply with pollution and environmental control requirements of authorities having jurisdiction. 1.18 Removal of Facilities, Utilities, and Controls 0 A. Remove temporary utilities, equipment, facilities, and materials before Shbstantial`Oompletion inspection. 0 1 >� B. Grade Site as indicated on Drawings. _?'< r__ C. Clean and repair damage caused by installation or use of temporary Work' r— FT i D. Restore existing facilities used during construction to original condition. Aesfofe permanervi facilities used during construction to pre -construction condition. CD PRVN Consultants, Inc. Temporary Facilities and Controls 17014 01 5000-4 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Part 2 Products Not Used Part 3 Execution Not Used End of Section N O C2 —in ITI Lo o 0 PRVN Consultants, Inc. Temporary Facilities and Controls 17014 01 5000-5 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 01 56 39 Temporary Tree and Plant Protection Part 1 General 1.1 Related Documents 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 general protection and pruning of existing trees and plants that are affected by execution of the Work, whether temporary or permanent construction. 1.3 Definitions A. Tree -Protection Zone: Area surrounding individual trees or groups of trees to be protected during construction and indicated on drawings. Zones generally include the area within the estimated drip line of each tree or group of trees. B. Vegetation: Trees, shrubs, groundcovers, grass, and other plants. 1.4 Preinstallation Meetings A. Preinstallation Conference: Conduct conference at project site. 1. Review methods and procedures related to temporary tree protection including, but not limited to, the following: a. Coordination of work and equipment movement with the locations of tree protection zones. b. Trenching by hand within tree protection zones. C. Field quality control. 1.5 Quality Assurance A. Instruct personnel to properly follow procedures and handle materials and equipment during the work without damaging trees or other vegetation. 1.6 Field Conditions A. The following practices are prohibited within protection zones: 1. Storage of construction materials, debris, or excavated material. 2. Moving or parking vehicles or equipment. 3. Foot traffic. 4. Excavation or other digging unless otherwise indicated. -� 5. Attachment of signs to or wrapping materials around trees or plants un(Qss otherwise Indicated. B. Do not direct vehicle or equipment exhaust toward protection zones. > -i C. Prohibit heat sources, flames, ignition sources, and smoking within or netagrotRc ion z q and organic mulch. 7C Part 2 Products 2.1 Materials co A. Tree Protection Fencing: High density polyethylene fencing with 3.5 x 1.5 openings. Color— Orange. Steel posts installed at 8 feet OC. PRVN Consultants, Inc. Temporary Tree and Plant Protection 17014 01 5639-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Part 3 Execution 3.1 Preparation A. Erosion and Sedimentation Control: Examine the site to verify that temporary erosion and sedimentation -control measures are in place. Verify that flows of water redirected from construction areas or generated by construction activity do not enter or cross protection zones. 3.2 Preparation A. Locate and clearly identify trees, shrubs, and other vegetation to remain. Identify each tree or group of trees which are to be fenced. B. Protect tree root systems from damage caused by runoff or spillage of noxious materials while mixing, placing, or storing construction materials. Protect root systems from ponding, eroding, or excessive wetting caused by dewatering operations. 3.3 Tree Protection Zones A. Tree Protection -Zone Fencing: Install protection -zone fencing along edges of tree protection zones before materials or equipment are brought on site and construction operations begin in a manner that will prevent people and animals from easily entering protected areas. Construct fencing so as not to obstruct safe passage or visibility at vehicle intersections where fencing is located adjacent to pedestrian walkways or near street intersections, alleys, or other vehicular circulation. B. Maintain tree protection zones free of project waste debris. C. Maintain protection -zone fencing and signage in good condition as acceptable to city staff. Remove when construction operations are complete and after equipment has been removed from the site. 1. Do not remove protection -zone fencing, even temporarily, to allow deliveries or equipment access through the protection zone. End of Section PRVN Consultants, Inc. Temporary Tree and Plant Protection 17014 01 5639-2 N O m �n rn 0 1.0 PRVN Consultants, Inc. Temporary Tree and Plant Protection 17014 01 5639-2 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Section 01 60 00 Product Requirements Part 1 General Contract C-02 — General Construction 1.1 Products A. At minimum, comply with specified requirements and reference standards. B. Specified products define standard of quality, type, function, dimension, appearance, and performance required. C. Furnish products of qualified manufacturers that are suitable for intended use. Furnish products of each type by single manufacturer unless specified otherwise. Confirm that manufacturer's production capacity can provide sufficient product, on time, to meet Project requirements. D. Do not use materials and equipment removed from existing premises except as specifically permitted by Contract Documents. E. Furnish interchangeable components from same manufacturer for components being replaced. 1.2 Product Delivery Requirements A. Transport and handle products according to manufacturer's instructions. B. Promptly inspect shipments to ensure products comply with requirements, quantities are correct, and products are undamaged. C. Provide equipment and personnel to handle products; use methods to prevent soiling, disfigurement, or damage. 1.3 Product Storage and Handling Requirements A. Store and protect products according to manufacturer's instructions. B. Store products with seals and labels intact and legible. C. Store sensitive products in weathertight, climate -controlled enclosures in an environment suitable to product. D. For exterior storage of fabricated products, place products on sloped supports aboveground. E. Provide off -Site storage and protection when Site does not have space for on -Site storage or protection. F. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to prevent condensation and degradation of products. G. Store loose granular materials on solid flat surfaces in well -drained area. Prevent mixing with foreign matter. H. Provide equipment and personnel to store products; use methods to pr6vbnt soiljt, _ disfigurement, or damage. 1. Arrange storage of products to permit access for inspection. Periodically iii0ect�veri'4_ products are undamaged and are maintained in acceptable condition. c�� Fri PRVN Consultants, Inc. Product:13equirements 17014 `O 0160 00-1 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project 1.4 Product Options Contract C-02 — General Construction A. Products Specified by Reference Standards or by Description Only: Products complying with specified reference standards or description. B. Products Specified by Naming One or More Manufacturers: Products of one (1) of manufacturers named and complying with Specifications; no options or substitutions allowed. C. Products Specified by Naming One (1) or More Manufacturers with Provision for Substitutions: Submit Request for Substitution for any manufacturer not named, according to Section 0125 13 — Product Substitutions Procedures. Part 2 Products Not Used Part 3 Execution Not Used End of Section PRVN Consultants, Inc. Product Requirements 17014 01 6000-2 N O_ p CR C C=) PRVN Consultants, Inc. Product Requirements 17014 01 6000-2 City of Iowa City Wastewater Treatment Facility Contract C-02 - General Construction Backup Generation and Electrical Distribution Upgrade Project Section 01 70 00 Execution and Closeout Requirements Part 1 General 1.1 Field Engineering A. Employ land surveyor registered in State of Iowa and acceptable to Owner. B. Locate and protect survey control and reference points. Promptly notify Engineer of discrepancies discovered. C. Confine Drawing dimensions and elevations. D. Provide field engineering services. Establish elevations, lines, and levels using recognized engineering survey practices. E. Submit copy of Site drawing signed by land surveyor certifying elevations and locations of the Work are in conformance with Contract Documents. F. Maintain complete and accurate log of control and survey Work as Work progresses. G. Protect survey control points prior to starting Site Work; preserve permanent reference points during construction. H. Promptly report to Engineer loss or destruction of reference point or relocation required because of changes in grades or other reasons. I. Replace dislocated survey control points based on original survey control. Make no changes without prior written notice to Engineer. 1.2 Closeout Procedures A. Prerequisites to Substantial Completion: Complete following items before requesting Certification of Substantial Completion, either for entire Work or for portions of Work: 1. Submit maintenance manuals, Project record documents, digital images of construction photographs, and other similar final record data in compliance with this section. 2. Complete facility startup, testing, adjusting, balancing of systems and equipment, demonstrations, and instructions to Owner's operating and maintenance personnel as specified in compliance with this section. 3. Conduct inspection to establish basis for request that Work is substantially complete. Create comprehensive list (initial punch list) indicating items to be completed or corrected, value of incomplete or nonconforming Work, reason for being incomplete, and date of anticipated completion for each item. Include copy of list with request for Certificate of Substantial Completion. 4. Obtain and submit releases enabling Owner's full, unrestricted use of Project and access to services and utilities. Include certificate of occupancy, operating certificates, and similar releases from authorities having jurisdiction and utility companies. 5. Deliver tools, spare parts, extra stocks of material, and similar physical items to Owner. 6. Make final change -over of locks and transmit keys directly to Owner. Advf" Owner's personnel of change -over in security provisions. -; !7t 7. Discontinue or change over and remove temporary facilities and setmce m Projgat Site, along with construction tools, mockups, and similar elements*. 8. Perform final cleaning according to this section. )-G I r-- C-) C' B. Substantial Completion Inspection: -'r � M PRVN Consultants, Inc. Execution and Closeout RMuiremfs 17014 =01 70 00-1 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction 1. When Contractor considers Work to be substantially complete, submit to Owner: a. Written certificate that Work, or designated portion, is substantially complete. b. List of items to be completed or corrected (initial punch list). 2. Within seven (7) days after receipt of request for Substantial Completion, Engineer and Owner will make inspection to determine whether Work or designated portion is substantially complete. 3. Should Engineer and/or Owner determine that Work is not substantially complete: a. Owner will promptly notify Contractor in writing, stating reasons for its opinion. b. Contractor shall remedy deficiencies in Work and send second written request for Substantial Completion to Owner. C. Engineer and Owner will reinspect Work. d. Redo and Inspection of Deficient Work: Repeated until Work passes Engineer's and Owner's inspection. 4. When Owner finds that Work is substantially complete, Owner will: a. Prepare Certificate of Substantial Completion on EJCDC C-625 - Certificate of Substantial Completion, accompanied by Contractor's list of items to be completed or corrected as verified and amended by Engineer and Owner (final punch list). b. Submit Certificate to Owner and Contractor for their written acceptance of responsibilities assigned to them in Certificate. 5. After Work is substantially complete, Contractor shall: a. Allow Owner occupancy of Project under provisions stated in Certificate of Substantial Completion. b. Complete Work listed for completion or correction within time period stipulated. 6. Owner will occupy the East Half of Disinfection building and the remaining W WTP facility during project. C. Prerequisites for Final Completion: Complete following items before requesting final acceptance and final payment. 1. When Contractor considers Work to be complete, submit written certification that: a. Contract Documents have been reviewed. b. Work has been examined for compliance with Contract Documents. C. Work has been completed according to Contract Documents. d. Work is completed and ready for final inspection. 2. Submittals: Submit following: a. Final punch list indicating all items have been completed or corrected. b. Final payment request with final releases and supporting documentation not previously submitted and accepted. Include certificates of insurance for products and completed operations where required. C. Specified warranties, workmanship/maintenance bonds, maintenance agreements, and other similar documents. d. Accounting statement for final changes to Contract Sum. e. Contractor's affidavit of payment of debts and claims. f. Contractor affidavit of release of liens. g. Consent of surety to final payment. 3. Perform final cleaning for Contractor -soiled areas according to this section. D. Final Completion Inspection: 1. Within seven (7) days after receipt of request for final inspection, Engiriadr and Owner will make inspection to determine whether Work or designated portion �s complete.. 2. Should Engineer and/or Owner consider Work to be incomplete or defective: a. Owner will promptly notify Contractor in writing, listing incomplete or defective Work. b. Contractor shall remedy stated deficiencies and send second written request to Owner that Work is complete. . C. Engineer and Owner will reinspect Work. PRVN Consultants, Inc. Execution and Closeout Requirements 17014 01 7000-2 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project d. Redo and Inspection of Deficient Work: Repeated until Work passes inspection. 1.3 Starting of Systems A. Coordinate schedule for startup of various equipment and systems and other requirements specified in contract documents. B. Notify Engineer and Owner fourteen (14) days prior to startup of each item. C. Verify that each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, and for conditions which may cause damage. D. Verify that tests, meter readings, and electrical characteristics agree with those required by equipment or system manufacturer. E. Verify that wiring and support components for equipment are complete and tested. F. Execute startup under supervision of manufacturer's representative or Contractors' personnel according to manufacturer's instructions. G. When specified in individual Specification sections, require manufacturer to provide authorized representative who will be present at Site to inspect, check, and approve equipment or system installation prior to startup and will supervise placing equipment or system in operation. H. Submit a written report according to Section 0133 00 - Submittal Procedures that equipment or system has been properly installed and is functioning correctly. 1.4 Demonstration and Instructions A. Demonstrate operation and maintenance of products to Owner's personnel two (2) weeks prior to date of Substantial Completion final inspection. B. Use operation and maintenance manuals as basis for instruction. Review contents of manual with Owner's personnel in detail to explain all aspects of operation and maintenance. C. Demonstrate startup, operation, control, adjustment, troubleshooting, servicing, maintenance, and shutdown of each item of equipment at agreed time, at designated location. D. Prepare and insert additional data in operations and maintenance manuals when need for additional data becomes apparent during instruction. E. Required instruction time for each item of equipment and system is specified in individual Specification sections. 1.5 Project Record Documents A. Maintain on Site one (1) set of the following Record Documents; record actual revisions to the Work: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. t? 5. Reviewed Shop Drawings, product data, and Samples. 6. Manufacturer's instruction for assembly, installation, and adjusvwl?�, B. Ensure entries are complete and accurate, enabling future reference by Ovrter. �( C. Store Record Documents separate from documents used for constructiMz 44 O PRVN Consultants, Inc. Execution and Closeout Wequirements 17014 01 7000-3 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project D. Record information concurrent with construction progress, not less than weekly. E. Specifications: Legibly mark and record, at each product section, description of actual products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates used. 3. Changes made by Addenda and modifications. F. Record Drawings and Shop Drawings: Legibly mark each item to record actual construction as follows: 1. Include Contract modifications such as Addenda, supplementary instructions, change directives, field orders, minor changes in the Work, and change orders. 2. Include locations of concealed elements of the Work. 3. Identify depth of buried utility lines and provide dimensions showing distances from permanent facility components that are parallel to utilities. 4. Dimension ends, corners, and junctions of buried utilities to permanent facility components using triangulation. 5. Identify and locate existing buried or concealed items encountered during Project. 6. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 7. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 8. Field changes of dimension and detail. 9. Details not on original Drawings. G. Submit marked -up paper copy documents to Engineer before Substantial Completion. H. Submit PDF electronic files of marked -up documents to Engineer before Substantial Completion. 1.6 Operation and Maintenance Data A. Submit in PDF composite electronic indexed file. B. Submit data bound in 8-112 x 11 -inch (A4) text pages, three (3) D side ring binders with durable plastic covers. C. Prepare binder cover with printed title "Operation and Maintenance Instructions," title of Project, and subject matter of binder when multiple binders are required. D. Internally subdivide binder contents with permanent page dividers, logically organized as described herein, with tab titling clearly printed under reinforced laminated plastic tabs. E. Drawings: Provide with reinforced punched binder tab. Bind in with text; fold larger drawings to size of text pages. F. Contents: Prepare table of contents for each volume, with each product or system description identified, typed on white paper, in three (3) parts as follows: 1. Part 1: Directory, listing names, addresses, and telephone nozers ofrmgineer, Contractor, Subcontractors, and major equipment suppliers. - . c , 2. Part 2: Operation and maintenance instructions, arranged by 3yslem and subdivided by Specification section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Include the following: a. Significant design criteria. IT! b. List of equipment. , - _ C. Parts list for each component. �_ d. Operating instructions." e. Maintenance instructions for equipment and systems.y o PRVN Consultants, Inc. Execution and Closeout Requirements 17014 01 7000-4 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project I. Safety precautions to be taken when operating and maintaining or working near equipment. 3. Part 3: Project documents and certificates, including the following: a. Shop Drawings and product data. b. Air and water balance reports. C. Certificates. d. Originals of warranties. G. Each Item of Equipment and Each System: Include description of unit or system and component parts. Identify function, normal operating characteristics, and limiting conditions. Include performance curves, with engineering data and tests, and complete nomenclature and model number of replaceable parts. H. Panelboard Circuit Directories: Provide electrical service characteristics, controls, and communications. I. Include color -coded wiring diagrams as installed. J. Operating Procedures: Include startup, break-in, and routine normal operating instructions and sequences. Include regulation, control, stopping, shutdown, and emergency instructions. Include summer, winter, and special operating instructions. K. Maintenance Requirements: Include routine procedures and guide for preventative maintenance and troubleshooting; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and checking instructions. L. Include servicing and lubrication schedule and list of lubricants required. M. Include manufacturer's printed operation and maintenance instructions. N. Include sequence of operation by controls manufacturer. O. Include original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance. P. Include control diagrams by controls manufacturer as installed. Q. Include Contractor's coordination drawings with color -coded piping diagrams as installed. R. Include charts of valve tag numbers, with location and function of each valve, keyed to flow and control diagrams. S. Include list of original manufacturer's spare parts, current prices, and recommended quantities to be maintained in storage. T. Include test and balancing reports as specified in Section 0140 00 - Quality Requirements. U. Additional Requirements: As specified in individual product Specification sections. V. Include listing in table of contents for design data with tabbed dividers and space for insertion of data. r.7 c� 1.7 Spare Parts and Maintenance Products = A. Furnish spare parts, maintenance, and extra products in quantities specified -In individual l Specification sections. ; B. Deliver to Project Site and place in location as directed by Owner; obtain receipt prior to final payment. PRVN Consultants, Inc. Execution and Closeout Requirements 17014 01 7000-5 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 1.8 Product Warranties and Project Bonds A. Obtain warranties executed in duplicate by responsible Subcontractors, suppliers, and manufacturers within 10 days after completion of applicable item of Work. B. Execute and assemble transferable warranty documents and bonds from Subcontractors, suppliers, and manufacturers. C. Verify documents are in proper form, contain full information, and are notarized. D. Co -execute submittals when required. E. Include table of contents and assemble in binder with durable plastic cover. F. Submit prior to final Application for Payment. G. Time of Submittals: 1. For equipment or component parts of equipment put into service during construction with Owner's permission, submit documents within 10 days after acceptance. 2. Make other submittals within 10 days after date of Substantial Completion, prior to final Application for Payment. 3. For items of Work for which acceptance is delayed beyond Substantial Completion, submit within 10 days after acceptance, listing date of acceptance as beginning of warranty or bond period. Part 2 Products Not Used Part 3 Execution 3.1 Examination A. Verify that existing Site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B. Verify that existing substrate is capable of structural support or attachment of new Work being applied or attached. C. Examine and verify specific conditions described in individual Specification sections. D. Verify that utility services are available with correct characteristics and in correct locations. 3.2 Preparation A. Clean substrate surfaces prior to applying next material or substance according to manufacturer's instructions. r� cn B. Seal cracks or openings of substrate prior to applying next material or subs`t�ance. C. Apply manufacturer -required or recommended substrate primer, seale "6f-CJ)nd*ner pderJo applying new material or substance in contact or bond. cn 6 3.3 Execution _o ) A. Comply with manufacturer's installation instructions, performing each step-Inse40nce. Maintain one (1) set of manufacturer's installation instructions at Project Site during installation and until completion of construction. PRVN Consultants, Inc. Execution and Closeout Requirements 17014 01 7000-6 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project B. When manufacturer's installation instructions conflict with Contract Documents, request clarification from Engineer before proceeding. C. Verify that field measurements are as indicated on approved Shop Drawings or as instructed by manufacturer. D. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, or disfigurement. 1. Secure Work true to line and level and within specified tolerances, or if not specified, industry -recognized tolerances. 2. Physically separate products in place, provide electrical insulation, or provide protective coatings to prevent galvanic action or corrosion between dissimilar metals. 3. Exposed Joints: Provide uniform joint width and arrange to obtain best visual effect. Refer questionable visual -effect choices to Engineer for final decision. E. Allow for expansion of materials and building movement. F. Mounting Heights: Where not indicated, mount Individual units of Work at industry -recognized standard mounting heights for particular application indicated. 1. Refer questionable mounting heights choices to Engineer for final decision. 2. Elements Identified as Accessible to Handicapped: Comply with applicable codes and regulations. G. Adjust operating products and equipment to ensure smooth and unhindered operation. H. Clean and perform maintenance on installed Work as frequently as necessary through remainder of construction period. Lubricate operable components as recommended by manufacturer. 3.4 Cutting and Patching A. Employ skilled and experienced installers to perform cutting and patching. B. Submit written request in advance of cutting or altering elements affecting: 1. Structural integrity of element. 2. Integrity of weather -exposed or moisture -resistant elements. 3. Efficiency, maintenance, or safety of element. 4. Visual qualities of sight -exposed elements. 5. Work of Owner or separate contractor. C. Execute cutting, fitting, and patching including excavation and fill to complete Work and to: 1. Fit the several parts together, to integrate with other Work. 2. Uncover Work to install or correct ill-timed Work. 3. Remove and replace defective and nonconforming Work. 4. Remove samples of installed Work for testing. 5. Provide openings in elements of Work for penetrations of mechanical and electrical Work. D. Execute Work by methods to avoid damage to other Work and to provide proper§ ces to receive patching and finishing. ca E. Cut masonry and concrete materials using masonry saw or core drill. _{ C F. Restore Work with new products according to requirements of Contract i)Q Mews. r G. Fit Work tight to pipes, sleeves, ducts, conduits, and other penetrations #_"h iu!facea� H. Maintain integrity of wall, ceiling, or floor construction; completely seal vokis 0 PRVN Consultants, Inc. Execution and Closeout Requirements 17014 01 7000-7 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction I. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection; for assembly, refinish entire unit. J. Identify hazardous substances or conditions exposed during the Work to Owner for decision or remedy. 3.5 Protecting Installed Construction A. Protect installed Work and provide special protection where specified in individual Specification sections. B. Provide temporary and removable protection for installed products. Control activity in immediate Work area to prevent damage. C. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings. D. Use durable sheet materials to protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects. E. Prohibit traffic or storage upon waterproofed or roofed surfaces. When traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. F. Prohibit traffic from landscaped areas. 3.8 Final Cleaning A. Execute final cleaning prior to final Project assessment. 1. Employ experienced personnel or professional cleaning firm. B. Remove temporary labels, stains, and foreign substances; polish transparent and glossy surfaces. C. Clean equipment and fixtures to sanitary condition with appropriate cleaning materials. D. Replace filters of operating equipment. E. Clean debris from roofs, gutters, downspouts, and drainage systems. F. Clean Site; sweep paved areas, rake clean landscaped surfaces. G. Remove waste and surplus materials, rubbish, and construction facilities from Site. End of Section PRVN Consultants, Inc. Execution and Closeout Requirements 17014 01 7000-8 N 0 O 0 ::':4rn G �. fir" 1' 7 u^ o o .n PRVN Consultants, Inc. Execution and Closeout Requirements 17014 01 7000-8 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 01 73 19 Installation Requirements Part 1 General 1.1 Section Includes A. Description of equipment procured under separate packages. B. Work included: Receive, unload, store, install, commission, and start up Owner -furnished equipment as shown on the plans and called for in the Specifications. C. Use adequate numbers of skilled workers necessary to handle, receive, store, and install Owner-fumished equipment. D. Upon written acknowledgment by Contractor of receipt in proper condition, the Contractor shall maintain responsibility for proper storage of the equipment on site. 1.2 Packaged Backup Diesel Engine Generator and Generator Control Cabinet A. One (1) 2,000kW, 0.8PF backup diesel engine generator set. Generator set is prepackaged by the Supplier and delivered by truck. The Caterpillar engine generator shop drawings are included in Exhibit A. Follow manufacturer's recommendations regarding receiving, unloading, storing, and installing equipment. Also, see reference shop drawings for size, weights, installation requirements, and recommended rigging. B. Three- (3) cabinet -wide backup generation control panel. The Enercon control panel will be provided in three (3) separate shipping splits and field assembled by the C-01 Contractor. C. Provide the temporary connections for the engine generator test load bank that is supplied by Others. Connection, grounding, and assistance in locating the temporary test load bank shall be included. 1.3 15kV Metal -Clad Medium -Voltage Vacuum Interrupter Switchgear A. Six (6) vertical sections of 15kV metal -clad medium -voltage vacuum interrupter switchgear supplied by Others. B. See the reference shop drawings included as Exhibit B for size, weights, installation requirements, and recommended handling requirements. Follow manufacturer's recommendations regarding receiving, unloading, storing, and installing equipment. C. See the reference drawing (Noted as Contract C-01 — General Construction) at the end of the drawing, these were the contract documents that were used to procure the 15kV Metal -Clad Medium -Voltage Vacuum Interrupter Switchgear. D. The switchgear will be supplied in three (3) shipping splits, two (2) vertical sections per section. Vertical sections are approximately 8 feet tall, 8 feet deep, and 3 feet wide making each. shipping section 6 feet wide. Coordinate the handling procedure with the existing chlorine building south door size and ceiling limitations. i E. 15kV switchgear is typically shipped with 15kV circuit breakers shipped separately. Perform installation of the breakers, the break test station, install the breaker lift truck, and deliver 911 parts and accessories to the new 15kV switchgear electrical room. F. Furnish protection relay bench testing agency to verify the functionality of all of thOprotection relays within the Owner -supplied switchgear. Verify the proper operation and coordinatecWth Engineer. G. Provide startup coordination and testing to verify electrical system phase rotation and in-phase synch checking using 600V meters. Assist the Commissioning Agent in testing the electrical system PRVN Consultants, Inc. Installation Requirements 17014 01 7319-1 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Part 2 Products Not Used Contract C-02 — General Construction at each building being modified prior to upgrades to the medium -voltage system. Document the phase rotation, phasing, and test post installation to verify proper phase rotation. Provide staff to assist in racking of 15kV breakers, testing the instrument transformers, and synch checking the voltages around the new 15kV switchgear to prove the incoming utility sources are in synch, can be paralleled, and verify the buildings modified as part of this Project function correctly at the end of the Project. Part 3 Execution 3.1 Receiving, Storage, and Installation A. Coordinate delivery with Owner's Representative. Unload, store, and install per manufacturer's instructions. B. Contractor shall be responsible for noting any damage and/or short count on the Bill of Lading for any Owner -furnished equipment received. Contractor shall notify Owner's Representative and inform them that a delivery is scheduled. Contractor shall notify Owner's Representative immediately when damage is noticed and/or short count is encountered. C. Unload Owner -furnished equipment at the job site using necessary care and equipment as required to handle the equipment in a safe manner. The Contractor shall unload Owner - furnished equipment in accordance with the manufacturer's recommendations. D. Contractor shall take ownership of Owner -furnished equipment and protect and be responsible for the inventory during storage. Any losses or damage to the Owner -furnished equipment shall be replaced by the Owner or by the original equipment manufacturer. Any costs associated with required repair or replacement shall be borne by the Contractor. E. Install Owner-fumished equipment as called for in the Contract Documents. F. Commission and start up Owner -furnished equipment as called for in these Contract Documents. G. Anchor the equipment to the floor or concrete foundation as recommended by the equipment supplier. Provide epoxy drill in expansion anchors, hardware, and supports as required. H. All conduits entering the new equipment or the new 15kV switchgear electrical building cable trenches shall be provided with duct -sealing compound in cells with cables, and removable plugs for conduits without cables installed. End of Section PRVN Consultants, Inc. 17014 Installation Requirements 01 7319-2 N O C-) cYi -L 'x'7'9 <m m r1 o C:) Installation Requirements 01 7319-2 City of Iowa City Wastewater Treatment Facility Contract C-02 – General Construction Backup Generation and Electrical Distribution Upgrade Project Section 01 9100 Commissioning Part I General 1.1 Section Includes A. Commissioning objectives. B. Roles and responsibilities. 1.2 Related Requirements A. The following sections contain commissioning -related activities and requirements: 1. Section 01 33 00 – Submittal Procedures. 2. Section 01 70 00 – Execution and Closeout Requirements. B. Refer to ASHRAE Guideline 0-2013 and NIBS Guideline 3-2012 for commissioning process overview, standard of care, and definitions. 1.3 Commissioning Program Objectives A. Commissioning Is Intended to achieve the following specific objectives: 1. Verity and document that systems, equipment and components are installed in accordance with the Contract Documents and manufacturer's recommendations, and have received adequate pre -functional checkout. 2. Verify and document the functional performance of systems, equipment and components. 3. Verify continuity between systems, equipment and components. 4. Verify that operation and maintenance documentation is complete and accurate. 5. Verify that Owner's personnel have received the required training. B. The commissioning process is not a substitute for the Contractors quality control procedures, and does not diminish or subtract from the Contractors responsibility to provide a finished and fully functioning product In accordance with the Contract Documents. 1.4 Roles and Responsibilities A. Commissioning Agent (CxA) 1. The Owner will retain the Commissioning Agent(s). 2. The CxA shall develop and coordinate the execution of a quality assurance plan for the systems, equipment and components to be commissioned, shall observe and document performance, and shall determine whether the systems, equipment and components are functioning in accordance with the Contract Documents. 3. The CxA shall review submittals for the purposes of preparing Construction Checklists and Functional Performance Testing procedures. 4. The CxA shall review Contractor's documentation submittals for completeness. B. Contractors Commissioning Coordinator 1. The Contractor shall designate a person with authority to direct work, separate from the Contractor's superintendent or project manager, as the CCxC. The proposed CCxC shall have documented experience managing verification, startup, and closeout of gmilar systems, equipment and components. The Owner's Representative -shall haggfinal approval of the proposed CCxC, o Z 2. The CCxC is responsible for planning, scheduling, coordinating, cor� Rt ng Aj veri In all commissioning activities required by the Contract Documents, enEginr% that all r systems, equipment and components are complete and functioning.`._ tT 3. The CCxC shall communicate and coordinate with the Owner's RepRa alive, the C and the Testing and Balancing Agent to schedule and execute the co mhsio4g r-7 process, including Construction Checklists, Functional Performance atb3g, ag othe5,� Y PRVN Consultants, Inc. CofiRnissioning 17014 01 91 00-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project activities described in the Contract Documents. 4. The CCxC shall visit the site as required by the Owner's Representative to observe the progress of the Work and to determine if the commissioning activities are proceeding in accordance with the Contract Documents. The CCxC shall keep the Owner's Representative and CxA informed of the progress of the work and commissioning activities. 5. The CCxC shall coordinate the scheduling and execution of Owner training. C. Contractor's Responsibilities 1. The Contractor shall provide all labor, supervision, materials, tools, equipment, and other services, as necessary, to complete the Contractors commissioning activities in accordance with the Contract Documents. 2. The Contractor shall ensure that all system, equipment and component warranty requirements are followed throughout the startup, commissioning, and training process. 3. The Contractor shall coordinate, manage and ensure completion of all commissioning documentation. 4. The Contractor shall invite the Owner's Representative, Owner's Operations Personnel and CxA to all equipment startup as optional attendees. The purpose of this invitation is to familiarize personnel with equipment and systems prior to training and turnover. 5. The CCxC shall conduct regular commissioning coordination meetings with the Design Professional, Owner's Representative, Commissioning Agent, and all Subcontractors of commissioned systems, equipment and components. The purpose of these meetings will be to coordinate schedule, work activities, and deficiency resolution. These meetings shall be independent from the regularly scheduled construction progress meetings. The CCxC will prepare and distribute meeting minutes. 6. With input from the CxA, the Contractor shall integrate commissioning activities into its master construction schedule. Each commissioned system, piece of equipment and component shall be identified separately on the Contractors schedule. At a minimum, the schedule shall identify the following activities and milestones: a. Permanent utilities connected - by individual utility type b. IT interface completed c. Start and completion of each project phase d. End of dust producing activities e. Construction checklists complete — by individual system f. Equipment startups completed — by individual piece of equipment g. Functional performance testing completed - by individual system. h. Owner training Section 01 78 23 - Operating and Maintenance Manual I. Substantial completion j. Warranty start dates k. Warranty walkthrough date (two (2) months prior to end of warranty); I. Lessons learned meeting Part 2 Products 2.1 Test Equipment A. The Contractor shall provide all test equipment required for installation, verification, startup, and checkout of systems, equipment and components. B. The Commissioning Agent shall provide all specialized equipment required for Functional Performance Testing. N C. Specialty equipment, tools and instruments necessary to conduct testing (e.g., availatW only from the manufacturer for a specific piece of equipment) shall be included in the Camtradotgbid aw4 shall be turned over to the Owner at the end of the project. n o t j D. All test equipment shall be of sufficient quality and accuracy to test and/or m(aure sy&pm r performance within the specified tolerances. If not otherwise noted, the followin=- rn requirements apply: . rr1 a i r l 1. Temperature sensors and digital thermometers shall have an accur�FYWO.54 and PRVN Consultants, Inc. CGmissioning 17014 01 91 00-2 City of Iowa City Wastewater Treatment Facility Contract C-02 – General Construction Backup Generation and Electrical Distribution Upgrade Project resolution of plus or minus 0.1 °F. 2. Pressure sensors shall have an accuracy of +/- 2.0% of the value range being measured (not full range of meter). E. All test equipment shall be calibrated according to the manufacturer's recommendations or within the past year whichever is more stringent. Calibration tags shall be affixed to test equipment or certificates available upon request. Part 3 Execution 3.1 Systems to be Commissioning by Owner's Commissioning Agent A. Mechanical Systems 1. Exhaust Fan: a. EF -1. 2. Decentralized Unitary HVAC Equipment: a. ACU/ACCU-01. b. ACU/ACCU-02. c. ACU/ACCU-03. 3. Packaged Rooftop Air Conditioning Units – Small Capacity: a. RTU -01. b. RTU -02. 4. 2,000 kW packaged diesel engine generator equipment. B. Electrical Systems 1. 125VDC flooded cell battery system including ventilation, emergency eyewash and shower, containment and signage, and charging equipment. 2. 15kV metal -clad switchgear and medium -voltage electrical distribution system. 3. 15kV metal -clad switchgear protection relaying bench testing. 4. Backup engine generator control panel and system. C. Plumbing Systems 1. Emergency eye wash. 3.2 Commissioning Process A. Construction Activities: 1. The CxA will review the commissioning process with the Contractor and Subcontractors at the pre -construction meeting. 2. Within 60 days of Contract Award, the CxA will schedule and conduct a commissioning kickoff meeting to be attended by the Design Professional, Owner's Representative, CCxC, and Contractor, and Subcontractors and Suppliers of systems, equipment and components to be commissioned. The purpose of the meeting is to review commissioning requirements, procedures, and documentation. The CxA will prepare and distribute meeting minutes. 3. Contractor shall submit manufacturer's material and equipment shop drawings and documentation to the Design Professional per Section 01 33 00 – Submittal Procedures. 4. CxA shall review the submittal data and prepare final Construction Checklists and Functional Performance Testing Procedures. 5. The Contractor and Subcontractors shall complete the Construction Checklists and any additional testing requirements found in the Construction Documents. 6. CCxC shall review Construction Checklists for completeness and verify that all documentation requirements have been met. 7. After verifying correct installation of systems, equipment and components and approval of the Construction Checklist, the CCxC shall schedule and coordinate startui]!nd checkout 8. of the equipment, systems and components. — m The Contractors and Subcontractors shall perform Functional Per"ncec:yestinrn 9. The CxA shall witness commissioning -related testing. �>: 1 6 — 10. Systems, equipment or components which fail to meet the Functior Werformance Testing requirements shall be corrected by the Contractor and theTi tq sh5A4epeled at �ra rn M PRVN Consultants, Inc. = C�mmisWing 17014 = 019100-3 0 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project no additional cost to the Owner. 3.3 Construction Checklists A. The objective of Construction Checklists is to verify and document that the systems, equipment and components are Installed in accordance with the manufacturer's instructions and Contract Documents. The CxA shall create Construction Checklists after the shop drawings have been submitted and reviewed. B. Contractor shall complete the Construction Checklists during the course of system, equipment and component installation and not as an activity at the end of the project. The Construction Checklists shall certify the individual verification items have been performed, inspected and found to be complete for all systems, equipment and components. (Random sampling and testing of equipment and components is not acceptable.) C. The Construction Checklists for a given system must be successfully completed prior to its startup. By completing and signing the Construction Checklists, the CCxC certifies that the system, equipment and components are properly installed and ready for startup and functional performance testing. D. The CCxC shall notify the Owner's Representative and CxA when Construction Checklists are complete. E. The Construction Checklists may be in addition to other testing, verification, and startup required elsewhere in the Contract Documents. 3.4 Functional Performance Testing A. The objective of functional performance testing is to demonstrate and document that systems, equipment and components operate in accordance with the Contract Documents. B. The CxA shall prepare Functional Performance Testing procedures based on the system sequences of operation and the manufacturer's product data. C. All tests that will impact the operations of existing building or utility systems are to be identified by the CCxC and coordinated with the Owner's Representative. D. The CxA shall oversee and document the Functional Performance Testing. E. The Contractor shall provide assistance as needed to complete the Functional Performance Testing, including, but not limited to, providing access to equipment and components, including the use of ladders, lifts, scaffolding and platforms, Personal Protective Equipment, removal of access panels, opening of equipment, manipulation or operation of equipment or components, etc. F. The CxA shall test each system through all modes of operation where there is an expected system response. 1. Normal and Maintenance Operations: Each system shall be tested through all modes and sequences of operation (maintenance, seasonal changes, occupied, unoccupied, warm- up, cool -down, etc.). Testing shall also demonstrate that the system has the required access, etc., for proper maintenance, adjusting, and cleaning. 2. Abnormal, Failure, and Emergency Operations: Each system shall be tested to simulate conditions such as power failure, freezing, low/no flow, deviation from standard operating conditions, human error, etc., to verify proper system responses, shutdowns, alarms and annunciation, and inter -system communications. o 3.5 Deficiencies cn o A. The terms "failure", "deficiency" and "non-conformance" shall be used intercha70eab and shaft a defined as any condition in the installation or function of a system, piece of !.q4 ner&r component that is not in compliance with the Contract Documents.MM v LD 70 s PRVN Consultants, Inc. -_z Commis nE 17014 _ 01 91 00-4 0 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction B. The CxA shall track all deficiencies on the CxA's Issues Log. Items on the Issues Log are to be corrected by the Contractor prior to Substantial Completion. Any remaining open Items not accepted by the Owner may be added to the project punch list at the discretion of the Owner's Representative. C. At the discretion of the Owner's Representative, costs associated with retesting systems, equipment and/or components due to deficiencies may be assigned to the Contractor. 1. Contractor's incomplete or inaccurate Construction Checklists may be considered cause for retesting. 2. 10% failure rate of any Functional Performance Test sampling shall be cause for retesting 100% of similar systems, equipment, or components. 3.6 Endurance Period A. An Endurance Period is not required for this project. End of Section PRVN Consultants, Inc. Commissioning 17014 01 9100-5 N O_ .sem•'. n Q , 1 C-) < m r o^ o PRVN Consultants, Inc. Commissioning 17014 01 9100-5 PRVN CONSULTANTS, INC. 710 Pacha Parkway, Suite 1 North Liberty, IA 52317 SAMPLE 480V 2LVSG Installation Verification Checklist Type of Check Verified By (initials) 300kW generator power cables have been removed along with control wiring connections to existing 300kW generator control panel located on south wall across from 1 LVSG. Switchgear is set in a location that maximizes its future expansion to the west. East side of 2LVSG to the stairs shall be 3 feet clear; back shall have no less than 3 feet clear to any grounded surfaces. Switchgear is level and anchored to the floor. 600V neutral conductors (NEC Grounded conductors) are mega -ohm meter tested prior to termination and have passed dielectric testing. 600V power cable terminations have been performed and GE red grease has been installed on terminals. 600V power cables have had mega -ohm meter test reports submitted and reviewed. Owner witnessed testing. 600V power cable termination bolts are of the correct grade of hardness, Bellville washers have been installed, and bolts torqued and comply with 3-5 thread rule. 600V power cables have been secured using UV -rated cable tie wraps to secure cables from moving during a fault condition. Switchgear ground conductors are installed and both ends are verified completed. LV control wiring is completed, conductor labels installed, and terminated in the correct locations. 125VDC system power polarity has been checked, has been terminated, and equipment energized (CAUTION: Reversing the polarity of the 125VDC supply will damage the equipment. Verify polarity is correct per the equipment shop drawings before energizing). Control wiring terminal barriers have been re -installed. Switchgear 11 feeder breaker to 2LVSG has been installed in the compartment. Switchgear 2LVSG breakers are installed in their compartments. o Trip unit protective functions have been installed in both Switchgear 11 feeder o o breaker, 2LVSG, and in the 1 LVSG to 2LVSG tie breaker in 1 LVSG. { Arc flash hazard warning labels have been installed. I Switchgear is free of damage and touch-up paint has been applied as Imo - required. rn � Breaker hoist has been installed. �? Phase conductors have been terminated A -B -C left to right, top to bottom o when facing the front of the switchgear. Test phase conductors to verify the parallel sets of phase conductors have not been switched, which would result in a solid phase -to -phase fault. PRVN CONSULTANTS, INC. CONSTRUCTION VERIFICATION UI PROJECT 0526101 PRVN CONSULTANTS, INC. 710 Pacha Parkway, Suite 1 North Liberty, IA 52317 Neutral is not bonded to grounding conductors within the switchgear. This is not the service entrance equipment. 480V Switchgear 2LVSG testing Type of Check Verified By (initials) Verify breaker lifting hoist functions: Crank to the ground and back up and =7 > slide from side to side to prove it is not jamming and operating as designed. Crank breakers into the 'connect' and back to the 'disconnected' positions to verify breaker racking mechanism operates properly. n� C-) Hook breaker remote racking device on each breaker and again rack in. Back out each breaker to ensure smooth operation. a With 125VDC supply power available but switchgear not energized, confirm remote close and open command and closed and open status of all three breakers. With the 125VDC supply power available but switchgear not energized, verify r Shark meter on the front of the switchgear is adjusted to the correct instrument transformer ratios. o With 2LVSG main breaker open, close 2LVSG feeder breaker in Switchgear 11. Connect phase rotation meter and verify rotation. (Coordinate with Owner correct phase rotation direction. Owner will witness testing.) With 2LVSG tie breaker open, close 1 LVSG tie breaker to 2LVSG. Connect phase rotation meter and verify rotation. (Coordinate with Owner correct phase rotation direction. Owner will witness testing.) Using a 600V volt meter, test the voltage difference between Phase A of the 1LVSG tie and the Switchgear 11 main. Confirm zero volts. Repeat on Phase B and C. All three shall be in phase and have the same direction of rotation. Close 2LVSG main breaker manually. Momentarily close 1 LVSG tie breaker in 2LVSG to prove sources are in phase and have the same direction of rotation. Once breaker closes and no breakers have tripped due to protective function, open 1 LVSG tie breaker. Observe the Shark bus voltage meter and verify voltages agree with hand- held 600V voltmeter. Make sure back compartment areas are clean. Close back doors and coordinate with Owner status of the switchgear. PRVN CONSULTANTS, INC. CONSTRUCTION VERIFICATION UI PROJECT 0526101 N O =7 > d 0 I n� C-) I Cn =fir rn a (Tj r o PRVN CONSULTANTS, INC. CONSTRUCTION VERIFICATION UI PROJECT 0526101 s � PRVN CONSULTANTS, INC. 110 Pacha Parkway, Suite 1 North Liberty, IA 52317 SAMPLE Generator 3 Installation Verification Type of Check Verified By (initials) Generator conduit locations in foundation are correct for the generator O n enclosure cable entrance. , 1 Generator is placed on foundation in location coordinated with cable .� entrances, stack, and fuel system. () Generator is level on the foundation. Y Exhaust system connections are complete and aligned. New stack is vertical, grouted into place, and stack drains are functional. Stack exhaust expansion joints are installed in accordance with Q manufacturer's recommendations and supports are installed per design drawings. Shore power, power distribution panels, etc are installed and wiring competed. 0 Fuel storage tank level instruments are installed, tank piping is completed, and tank is clean ready for fuel addition. Verify system grounding connections have been completed as shown on EU01 including stack, Generator 3, and fuel tank grounding. Installation is complete for commissioning by Altorfer Caterpillar. Prior to termination of 600V generator leads to the generator or generator step-up transformer, but after installation of terminations, perform mega -ohm meter test of cables to prove none are grounded. Terminate 600V power cables A -B -C on the step-up transformer low voltage bushings (X terminals) 1-2-3, left to right. 600V power cable termination bolts are of the correct grade of hardness, Bellville washers have been installed, and bolts torqued and comply with 3-5 thread rule on both ends. Verify UV cable tie wraps are installed in terminal enclosures to restrain cables and provide vertical support of cables in Step up transformer air terminal chamber. PRVN CONSULTANTS, INC. CONSTRUCTION VERIFICATION UI PROJECT 0526101 N O O n cn , 1 D .� () I Y m M Q 0 PRVN CONSULTANTS, INC. CONSTRUCTION VERIFICATION UI PROJECT 0526101 PRVN CONSULTANTS, INC. 710 Pacha Parkway, Suite 1 North Liberty, IA 52317 Testing Type of Check Verified By (initials) Test fuel system instruments and controls as defined in Fuel system testing documentation. During engine operation (performed by Others) monitor and verify proper expansion of exhaust system stack, piping, and expansion joints. Witness phase rotation check of generator (by Others). If generator phase rotation is incorrect compared to system rotation, swap two sets of power cables either in generator terminal enclosure, or step-up transformer low rn voltage air terminal enclosure. PRVN CONSULTANTS, INC. CONSTRUCTION VERIFICATION UI PROJECT 0526101 N O � IT1 rn a is 0 PRVN CONSULTANTS, INC. CONSTRUCTION VERIFICATION UI PROJECT 0526101 Division 02 Existing Conditions City of Iowa City Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction Division o2 N O U *n f.� b :4 n � -{ r m � M o70 Division o2 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 02 41 00 Demolition Part 1 General 1.1 Related Documents A. Drawings and general provisions of the Contract, including General Conditions, Institutional Requirements, Project Requirements, and Division 01 Specification sections, apply to this section. 1.2 Summary A. This section includes the following: 1. Demolition and removal of mechanical and electrical equipment and items and Instrumentation and Controls devices and associated accessories. 2. Disconnecting, capping or sealing, abandoning in-place, equipment, and removing site utilities. 3. Salvaging items for reuse by Owner. 1.3 Definitions A. Demolish: Completely remove and legally dispose of off-site. B. Recycle: Recovery of demolition waste for subsequent processing in preparation for reuse. C. Salvage: Carefully detach from existing construction, in a manner to prevent damage, and deliver to Owner ready for reuse. Include fasteners or brackets needed for reattachment elsewhere. 1.4 Materials Ownership A. Unless otherwise indicated, demolition waste becomes property of Contractor. There are items listed in the Contract Documents that are to be salvaged and turned over to the Owner. Carefully salvage these items in a manner to prevent damage and promptly turn over to the Owner. 1.5 Submittals A. Shop Drawings: Schedule indicating proposed sequence of demolition three (3) weeks prior to start of work. Include coordination for shutoff, capping, and continuation of utility services as required, together with details for dust- and noise -control protection. 1. Coordinate with Owner's Representative continuing occupation of existing building. 2. Photographs of existing conditions, structures, and equipment within all areas of demolition and construction work. File with Owner's Representative prior to start of work. B. Schedule of building demolition activities: Indicate the following: 1. Detailed sequence of demolition work, with starting and ending dates for each activity. 2. All temporary interruption of utility services. 3. Shutoff and capping of utility services. N 1.6 Quality Assurance CD m A. Refrigerant recovery technician qualifications: Certified by EPA -approved ratirograrnm B. Regulatory requirements: Comply with governing EPA notification regulan� bef(e be f"g demolition. Comply with hauling and disposal regulations of authorities f1 jurisdiction C. Standards: Comply with ANSI A10.6 and NFPA 241. -i 0 PRVN Consultants, Inc. Demolition 17014 0241 00-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project D. Predemolition conference: Conduct conference at Project site to comply with following requirements. Review methods and procedures related to building demolition including, but not limited to, the following: 1. Inspect and discuss condition of construction to be demolished. 2. Review and finalize protection requirements. 3. Review procedures for noise control and dust control. 4. Review items to be salvaged and returned to Owner. 1.7 Project Conditions A. Owner shall occupy the Waste Water Treatment Facility during Project. Conduct demolition work in manner that shall minimize need for disruption of Owner's normal operations. Provide minimum of seven (7) days advanced notice (in writing) to Owner of demolition activities that shall affect Owners normal operations. B. Owner assumes no responsibility for actual condition of items or structures to be demolished. 1. Conditions existing at time of inspection for bidding purposes shall be maintained by Owner insofar as practicable. C. Contractor shall remove all flammable materials from area of work prior to the commencement of any hot work activities. Maintain portable fire -suppression devices during flame -cutting operations. Note: Contractor shall have a dedicated fire watch at all times during any hot work. This fire watch shall stay at the location where the work is performed from before the work starts until one (1) hour after the work is complete. D. Maintain existing utilities indicated to remain in service and protect them against damage during demolition operations. 1. Do not interrupt utilities serving occupied or used facilities, except when authorized in writing by Owner's Representative. 2. Maintain fire protection services during demolition operations. E. Perform demolition in such manner as to eliminate hazards to persons and property; to minimize interference with use of adjacent areas, utilities, and structures or interruption of use of such utilities; and to provide free passage to and from such adjacent areas of structures. F. Provide safeguards, including warning signs, barricades, temporary fences, warning lights, and other similar items that are required for protection of all personnel during demolition and removal operations. G. Prevent spread of flying particles and dust. Sprinkle rubbish and debris with water to keep dust to a minimum. Provide temporary dust walls to isolate all areas when performing demolition that produces dust. Do not use water if it results in hazardous or objectionable condition such as, but not limited to, ice, flooding, or pollution. Sweep and dust the work area daily. H. Before beginning any demolition work, the Contractor shall survey the site and examine the Drawings and Specifications to determine the extent of the work. The Contractor shall take necessary precautions to avoid damages to existing items to remain in place, to baeused, or to remain the property of the Owner; any damaged items shall be repaired or replacas appy,�ed by the Owner's Representative. The Contractor shall coordinate the work of this s ion with I other work and shall construct and maintain shoring, bracing, and supports as req'ijhed. Cot! ctor is responsible for determining method of demolition. '� I. Salvageable items and equipment identified in the Contract Documents to be salvaged shall lib removed and remain property of Owner. Contractor shall remove salvageable equipment bmf➢ transport to Owner's designated storage area located at Power Plant and doordin$t with ars Representative. Tag all items to be salvaged and submit to Owner, when Owner receives salvaged items, Contractor will receive receipt of delivered item in writing indicatinpalvaged item tag. PRVN Consultants, Inc. Demolition 17014 0241 00-2 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 - General Construction J. Hazardous materials: It is not expected that hazardous materials will be encountered in the work. 1. Hazardous materials will be removed by Owner before start of the work. 2. If materials suspected of containing hazardous materials are encountered, do not disturb; immediately notify Design Professional and Owner. Hazardous materials will be removed by Owner under a separate contract. K. On-site storage or sale of removed items or materials is not permitted. 1.8 Coordination A. Arrange demolition schedule so as not to interfere with operations of adjacent occupied buildings. Part 2 Products ,v o_ Not Used o �' Part 3 Execution D -1 c7-< CIN3.1 Examination A. Verify that utilities have been disconnected and capped before starting deco Wmn AratioiV ....._ is �.O 3.2 Preparation 0 A. Existing utilities: Locate, identify, disconnect, and seal or cap off indicated utilities serving buildings and structures to be demolished. 1. Owner will arrange to shut off indicated utilities when requested by Contractor. 2. Arrange to shut off indicated utilities with utility companies. 3. If removal, relocation, or abandonment of utility services will affect adjacent occupied buildings, then provide temporary utilities that bypass buildings and structures to be demolished and that maintain continuity of service to other buildings and structures. 4. Cut off pipe or conduit a minimum of 24" below grade. Cap, valve, or plug and seal remaining portion of pipe or conduit after bypassing according to requirements of authorities having jurisdiction. B. Existing utilities: Refer to Contract Documents. Owner will shut off all utilities that require being shut off. Notify Owner seven (7) days before any utility needs to be shut off. The notice shall be in writing and shall include the method of disconnecting, removing, and sealing or capping of utilities. Do not start demolition work until utility disconnecting and sealing have been completed and verified in writing. 3.3 Protection A. Existing facilities: Protect adjacent walkways, loading docks, building entries, and other building facilities during demolition operations. Maintain exits from existing buildings. B. Existing utilities: Maintain utility services to remain and protect from damage during demolition operations. 1. Do not interrupt existing utilities serving adjacent occupied or operating facilities unless authorized in writing by Owner and authorities having jurisdiction. 3.4 Demolition A. Perform demolition work in a systematic manner. Use such methods as required to complete work indicated on Drawings in accordance with demolition schedule and governing regulations. 1. Demolish concrete and masonry in small sections. Cut concrete and masonry at junctures with construction to remain using power -driven masonry saw or hand tools; do not use power -driven impact tools. PRVN Consultants, Inc. 17014 Demolition 02 41 00-3 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction B. If unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure both nature and extent of the conflict. Submit report to Owners Representative in written, accurate detail. Pending receipt of directive from Owners Representative, rearrange demolition schedule as necessary to continue overall job progress without undue delay. This shall be done at no additional cost to the Owner. C. Remove and legally dispose of all materials, other than earth to remain as part of Project work. Materials removed shall become property of Contractor and shall be disposed of in compliance with applicable federal, state, or local permits, rules, and/or regulations. D. Remove existing utilities as indicated or uncovered by work and terminate in a manner conforming to the nationally recognized code covering the specific utility and approved by the Owner's Representative. When Utility lines are encountered that are not indicated on the Drawings, the Owner's Representative shall be notified prior to further work in that area. E. Do not close or obstruct streets, walks, walkways, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. F. Use water mist and other suitable methods to limit spread of dust and dirt. Comply with governing environmental -protection regulations. Do not use water when it may damage adjacent construction or create hazardous or objectionable conditions, such as ice, flooding, and pollution. G. Explosives: Use of explosives is not permitted. End of Section PRVN Consultants, Inc. 17014 Demolition 0241 00-4 N O CD rrn ox LD r' - 0 Demolition 0241 00-4 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Section 02 41 19 Selective Building Demolition Part 1 General 1.1 Summary A. Section Includes Contract C-02 – General Construction B. Owner will conduct salvage operations before demolition begins to remove materials Owner chooses to retain. Contractor to salvage electrical equipment as shown on sheet E009 and as indicated in Electrical Phase drawings EG01 to EG05. Salvaged electrical equipment shall be delivered to a location as directed by the Owner's Representative. The existing concrete mounting pads for demolished and salvaged equipment shall be demolished and removed to disposal. 1.6 Scheduling A. Schedule work to coincide with new construction. PRVN Consultants, Inc. Selective Building Demolition 17014 0241 19-1 1. Demolishing designated building equipment and fixtures. 2. Demolishing designated construction. 3. Cutting and alterations for completion of the work. 4. Removing designated items for reuse and Owner's retention. 5. Protecting items designated to remain. 6. Removing demolished materials. 1.2 Submittals A. Demolition Schedule: Indicate overall schedule and interruptions required for utility and building services. B. Shop Drawings: 1. Indicate demolition and removal sequence. 2. Indicate location of items designated for reuse and Owner's retention. 3. Indicate location and construction of temporary work. 1.3 Closeout Submittals A. Project Record Documents: Accurately record actual locations of capped utilities, concealed utilities discovered during demolition and subsurface obstructions. 1.4 Quality Assurance A. Conform to applicable code for demolition work, dust control, products requiring electrical disconnection and re -connection. B. Conform to applicable code for procedures when hazardous or contaminated materials are discovered. C. Obtain required permits from authorities having jurisdiction. D. N Perform work in accordance with Iowa City Public Work's standards. — E. z Include the following paragraph only when cost of acquiring specified supe s i�st�ed� F. Maintain one copy of each document on site. r a M 1.5 Sequencing Gm J x A. Sequence activities in the following general order: 1. Phase 1 work items. 2. Phase 2 through 5 work items. o B. Owner will conduct salvage operations before demolition begins to remove materials Owner chooses to retain. Contractor to salvage electrical equipment as shown on sheet E009 and as indicated in Electrical Phase drawings EG01 to EG05. Salvaged electrical equipment shall be delivered to a location as directed by the Owner's Representative. The existing concrete mounting pads for demolished and salvaged equipment shall be demolished and removed to disposal. 1.6 Scheduling A. Schedule work to coincide with new construction. PRVN Consultants, Inc. Selective Building Demolition 17014 0241 19-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project B. Cooperate with Owner in scheduling noisy operations and waste removal that may impact Owners operation and in adjoining spaces. C. The following paragraph may require attention when demolition work is to be executed at or near Owner occupied spaces. When information is not provided by Owner for these requirements, delete requirement. D. Perform demolition work: 1. On following days: Monday through Saturday. E. Coordinate utility and building service interruptions with Owner. 1. Do not disable or disrupt building fire or life safety systems without three days prior written notice to Owner. 2. Schedule tie-ins to existing systems to minimize disruption. 3. Coordinate work to ensure fire sprinklers, fire alarms, smoke detectors, emergency lighting, exit signs and other life safety systems remain in full operation in occupied areas. 1.7 Project Conditions A. Conduct demolition to minimize interference with adjacent building areas. B. Cease operations immediately if structure appears to be in danger and notify Owner's Representative. Do not resume operations until directed. Part 2 Products Not Used Part 3 Execution 3.1 Preparation A. Notify affected utility companies before starting work and comply with their requirements. B. Mark location and termination of utilities. C. Layout cuts in post tensioned concrete elements to avoid cutting concrete within 12" of any stressing tendon. Notify Owner's Representative three days in advance of cutting post - tensioned concrete. D. Erect and maintain weatherproof closures for exterior openings. N O E. Erect and maintain temporary partitions to prevent spread of dust, odorg,3nd nave to permit continued Owner occupancy of the west portion of the building. _- n a D� s F. Prevent movement of structure; provide temporary bracing and shoring tepui(ed tq ensure safety of existing structure. � n rn 1 G. <� M Provide appropriate temporary signage including signage for exit or builaiaj4grrw J 7 iD H. Do not close or obstruct building egress path. I. Do not disable or disrupt building fire or life safety systems without 3 days prior wRen notice to Owner. 3.2 Salvage Requirements A. Coordinate with Owner to identify building components and equipment required to be removed and delivered to Owner. PRVN Consultants, Inc. Selective Building Demolition 17014 0241 19-2 City of Iowa City Wastewater Treatment Facility Contract C-02 - General Construction Backup Generation and Electrical Distribution Upgrade Project B. Tag components and equipment Owner designates for salvage. C. Protect designated salvage items from demolition operations until items can be removed. D. Carefully remove building components and equipment indicated to be salvaged. E. Disassemble as required to permit removal from building. F. Package small and loose parts to avoid loss. G. Mark equipment and packaged parts to permit identification and consolidation of components of each salvaged item. H. Prepare assembly instructions consistent with disassembled parts. Package assembly instructions in protective envelope and securely attach to each disassembled salvaged item. I. Deliver salvaged items to Owner. Obtain signed receipt from Owner. 3.3 Demolition A. Conduct demolition to minimize interference with adjacent and occupied building areas. B. Maintain protected egress from and access to adjacent existing buildings at all times. C. Do not close or obstruct roadways and sidewalks without permits. D. Cease operations immediately when structure appears to be in danger and notify Owner's Representative. E. Disconnect and remove designated utilities within demolition areas as shown on the plans. F. Cap and identify abandoned utilities at termination points when utility is not completely removed. Annotate record drawings indicating location and type of service for capped utilities remaining after demolition. G. Demolish in orderly and careful manner. Protect existing improvements by supporting structural elements. H. Carefully remove building components indicated to be reused. 1. Disassemble components as required to permit removal. 2. Package small and loose parts to avoid loss. 3. Mark components and packaged parts to permit reinstallation. 4. Store components, protected from construction operations, until reinstalled. I. Remove demolished materials from site except where specifically noted otherwise. Do not bum or bury materials on site. N J. U Remove materials as work progresses. Upon completion of work, leave areas in c9an condition. ::n O D d K. Remove temporary work. n -G I -+n 3.4 Schedules A. 3 Include when known items are to be tumed over to Owner, reus44i;;on Wction0 schedule later, or are destined for other use. These may include light fixtures, speciaj`equipm0hl, and other items. o B. Remove, store and protect the following materials and equipment: 1. As described on the plans. 2. Electrical equipment including standby generator, associated transfer switch and isolation switch and 1000KVA transformer TR -8. PRVN Consultants, Inc. Selective Building Demolition 17014 0241 19-3 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 3. Existing metal handrail at staircase to loading dock level for re -use. C. Remove the following equipment for Owner's retention. Deliver to location designated by Owner's Representative: Existing standby generator and associated equipment (Phases 2-5) D. Owner will remove the following material and equipment before start of demolition: 1. Stored materials within the disinfection building. E. Protect the following materials and equipment remaining: 1. Utility feeds and waste plumbing systems. 2. Doors and windows shown to remain. F. Demolish the following materials and equipment: 1. As shown on the plans. End of Section N O_ J� m 2i O PRVN Consultants, Inc. Selective Building Demolition 17014 0241 19-4 Division 03 Concrete City of Iowa City Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction Division ®3 N Q O HT1 m a m o 0 Division ®3 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 03 10 00 Concrete Forming and Accessories Part 1 General 1.1 Summary A. Section Includes: 1. Formwork for cast -in-place concrete. 2. Shoring, bracing, and anchorage. 3. Form accessories. 4. Form stripping. 5. Patching and sealing. 1.2 Reference Standards A. American Concrete Institute: 1. ACI 117 - Specification for Tolerances for Concrete Construction and Materials. 2, ACI 301 - Specifications for Structural Concrete. 3. ACI 318 - Building Code Requirements for Structural Concrete. 4. ACI 347 - Guide to Formwork for Concrete. B. American Forest & Paper Association: 1. AF&PA - National Design Specification (NDS) for Wood Construction. C. American Society of Mechanical Engineers: 1. ASME A17.1 - Safety Code for Elevators and Escalators. D. APA - The Engineered Wood Association: 1. APA/EWA PS 1 - Voluntary Product Standard - Structural Plywood. E. ASTM International 1. ASTM D1751 - Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types). 2. ASTM E96 - Standard Test Methods for Water Vapor Transmission of Materials. F. West Coast Lumber Inspection Bureau: 1. WCLIB - Standard No. 17 Grading Rules for West Coast Lumber. 1.3 Quality Assurance A. Perform Work according to ACI 347, 301, and 117. B. For wood products furnished for Work of this Section, comply with AF&PA. C. Allowable tolerances: Construct and maintain forms to produce concrete dimensions not to exceed tolerances specified under ACI 117. 1.4 Delivery, Storage, and Handling N A. Store materials off ground in ventilated and protected manner to preventdeteriori5n from moisture. CD 85n Part 2 Products > { C 2.1 Wood Form Materials ::ic 1 <r- 3. M m � A. Plywood: 1. Species: Douglas fir, exterior type, concrete form plywood, 5/8".-ff rnurk*Ickne35 2. Grade: B -B Class I or IL 3. Edges: Clean and true. CD PRVN Consultants, Inc. Concrete Forming and Accessories 17014 03 10 00-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 4. Do not use form material with defects impairing texture and appearance of finished surfaces on cooling tower shell. 2.2 Prefabricated Forms A. Steel Forms: 1. Description: Sheet steel, suitably reinforced. 2. Surfaces equal to Douglas fir, exterior type, concrete form plywood. 2.3 Formwork Accessories A. Form Ties 1. Type leaving no metal within 1" of finished surface after removal of forms, unless specified otherwise. 2. Form ties left in walls of cooling tower basin shall have waterstop washers and shall be fitted with removable cone on each side of wall to form 1" diameter by 1" deep recess for patching mortar. B. Form Release Agent: 1. Description: Colorless mineral oil that will not stain concrete or absorb moisture [or impair natural bonding or color characteristics of coating intended for use on concrete. 2. Manufacturers: a. "Nox-Crete Form Coating," by Nox-Crete Chemicals, or equal. C. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages: Size, strength, and character to maintain formwork in place while placing concrete. D. Waterstop 1. Material: Thermoplastic Elastomeric Rubber. 2. Tensile Strength: Minimum 1,750 psi. 3. Working Temperature Range: Minus 50 to plus 175°F. 4. Width: 4". 5. Lengths: Maximum possible. 6. Profile: Ribbed with center bulb. 7. Comer Sections: Preformed. 8. Jointing: Heat welded. 9. Manufacturers: a. Greenstreak Westec Envirostop Profile #618 for new cast -in-place applications, and Profile #629 for retrofit applications, or equal. E. Controlled Expansion Strip -Applied Waterstop PRVN Consultants, Inc. Concrete Forming and Accessories 17014 03 10 00-2 1. Description: Flexible strip (1" x 3/4") of bentonite waterproofing compound in coil form for joints in concrete construction. 2. Manufacturers: a. Greenstreak Swellstop, or equal. F. Dovetail Anchor Slot Inserts: 1. Basis of Design: Heckmann Building Products, Inc. No. 100, 1" wide back, 1" deep, 5/8" throat, 20 gage stainless steel with removable filler. _ Part 3 Execution N 0 3.1 Examination x A. Verify lines, levels, and centers before proceeding with formwork. n� r t7 mM B. Verify that dimensions agree with Drawings. C. If formwork is placed after reinforcement resulting in insufficient concre.te saver Voer reinforcement, request instructions from Owner's Representative before pfdcedhg. 0 PRVN Consultants, Inc. Concrete Forming and Accessories 17014 03 10 00-2 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 3.2 Installation A. Formwork: 1. Provide top form for sloped surfaces steeper than 1.5 horizontal to 1 vertical to hold shape of concrete during placement, unless it can be demonstrated that top forms can be omitted. 2. Construct forms to correct shape and dimensions, mortar -tight, braced, and of sufficient strength to maintain shape and position under imposed loads from construction operations. 3. Camber forms where necessary to produce level finished soffits unless indicated otherwise on Drawings. 4. Positioning: a. Carefully verify horizontal and vertical positions of forms. b. Correct misaligned or misplaced forms before placing concrete. 5. Complete wedging and bracing before placing concrete. 6. Erect formwork, shoring, and bracing to achieve design requirements according to ACI 301. 7. Stripping: a. Arrange and assemble formwork to permit dismantling and stripping. b. Do not damage concrete during stripping. C. Permit removal of remaining principal shores. 8. Obtain approval of Owner's Representative before framing openings in structural members not indicated on Drawings. 9. Reuse form material only if clean and undamaged. 10. Do not patch formwork. 11. Leave fortes in place for minimum number of days according to ACI 347. B. Form Removal 1. Do not remove forms or bracing until concrete has gained sufficient strength to carry its own weight and imposed loads, and removal has been approved by Owner's Representative. 2. Loosen forms carefully; do not wedge pry bars, hammers, or tools against finish concrete surfaces scheduled for exposure to view. 3. Store removed forms in manner that surfaces to be in contact with fresh concrete will not be damaged. 4. Discard damaged forms. 5. Form Release Agent: a. Apply according to manufacturer instructions. b. Apply prior to placement of reinforcing steel, anchoring devices, and embedded items. C. Do not apply form release agent if concrete surfaces are indicated to receive special finishes or applied coverings that may be affected by agent. d. Soak inside surfaces of untreated forms with clean water, and keep surfaces coated prior to placement of concrete. 6. Form Cleaning: a. Clean fors as erection proceeds to remove foreign matter within forms. b. Clean forted cavities of debris prior to placing concrete. C. Flush with water or use compressed air to remove remaining foreign matter. d. Ensure that water and debris drain to exterior through cleanout ports. e. Cold Weather: 1) During cold weather, remove ice and snow from within fors. 2) Do not use de-icing salts. o 3) Do not use water to clean out forms, unles".rmworGnd coni to construction proceed within heated enclosubq psA ct�presseedd r or other dry method to remove foreign ma tteb 7. Reuse and Coating of Forms: a. Thoroughly clean fors and reapply for coating before egch fuse. m b. For exposed Work, do not reuse forms with damaged faces or edges. C. Apply for coating to fors according to manufacturefin$tructim%. Q d. Do not coat fors for concrete indicated to receive "scer91�'{nisbs e. Apply form coatings before placing reinforcing steel. f. No for materials are to be abandoned in place above'dr belowdgade. PRVN Consultants, Inc. Concrete Forming and Accessories 17014 03 10 00-3 City of Iowa City Wastewater Treatment Facility Contract C-02 - General Construction Backup Generation and Electrical Distribution Upgrade Project C. Forms for Smooth Finish Concrete: 1. Use steel, plywood, or lined -board forms. 2. Use clean and smooth plywood and form liners, uniform in size, and free from surface and edge damage capable of affecting resulting concrete finish. 3. Install form lining with close -fitting square joints between separate sheets without springing into place. 4. Use full-sized sheets of form liners and plywood wherever possible. 5. Tape joints to prevent protrusions in concrete. 6. Apply forming and strip wood forms in a manner to protect corners and edges. 7. Level and continue horizontal joints. 8. Keep wood forms wet until stripped. D. Forms for Surfaces to Receive Membrane Waterproofing: 1. Use plywood or steel forms. 2. After erection of forms, tape form joints to prevent protrusions in concrete. E. Framing, Studding, and Bracing 1. Maximum Spacing of Studs: a. Boards: Maximum 16" o.c. b. Plywood: 12" o.c. 2. Size framing, bracing, centering, and supporting members for sufficient strength to maintain shape and position under imposed loads from construction operations. 3. Construct beam soffits of material minimum 2" thick. 4. Distribute bracing loads over base area on which bracing is erected. 5. When placed on ground, protect against undermining, settlement, and accidental impact. F. Form Anchors and Hangers: 1. Do not use anchors and hangers leaving exposed metal at concrete surface. 2. Symmetrically arrange hangers supporting forms from structural -steel members to minimize twisting or rotation of member. 3. Penetration of structural -steel members is not permitted. G. Inserts, Embedded Parts, and Openings: 1. Install formed openings for items to be embedded in or passing through concrete Work. 2. Locate and set in place items required to be cast directly into concrete. 3. Position recessed reglets for brick veneer masonry anchors according to spacing and intervals as specified in Section 04 20 00 - Unit Masonry. 4. Install accessories straight, level, and plumb, and ensure that items are not disturbed during concrete placement. 5. Joints: a. Install waterstops continuous without displacing reinforcement. b. Heat -seal joints watertight. 6. Openings: a. Provide temporary ports or openings in formwork as required to facilitate cleaning and inspection. b. Locate openings at bottom of forms to allow flushing water to drain. 7. Close temporary openings with tight -fitting panels, flush with inside face of forms, and neatly fitted such that joints will not be apparent in exposed concrete surfaces. H. Form Ties: 1. Provide sufficient strength and quantity to prevent spreading of�?rms. �' 2. Place ties at least 1" away from finished surface of concrete. n O 3. Leave inner rods in concrete when forms are stripped. v -1 .4 4. Space form ties equidistant, symmetrical, and aligned verticallyep"orizytally g' unless indicated otherwise on Drawings. IC r I. Arrange formwork to allow proper erection sequence and to permit form remf`cr�al M -A ut Q damage to concrete. O 0 PRVN Consultants, Inc. Concrete Forming and Accessories 17014 03 10 00-4 City of Iowa City Wastewater Treatment Facility Contract C-02 - General Construction Backup Generation and Electrical Distribution Upgrade Project Construction Joints: 1. Install surfaced pouring strip where construction joints intersect on exposed surfaces to provide straight line at joints. 2. Just prior to subsequent concrete placement, remove strip and tighten forms to concealshrinkage. 3. Appearance: a. Show no overlapping of construction joints. b. Construct joints to present same appearance as butted plywood joints. C. Arrange joints in continuous line straight, true, and sharp. K. Embedded Items 1. Make provisions for pipes, sleeves, anchors, inserts, reglets, anchor slots, nailers, waterstops, and other features. 2. Do not embed wood or uncoated aluminum in concrete. 3. Obtain installation and setting information for embedded items furnished under other sections. 4. Securely anchor embedded items in correct location and alignment prior to placing concrete. 5. Ensure that conduits and pipes, including those made of coated aluminum, meet requirements of ACI 318 regarding size and location limitations. L. Openings for Items Passing through Concrete: 1. Frame openings in concrete where indicated on Drawings. 2. Establish exact locations, sizes, and other conditions required for openings and attachment of Work specified under other sections. 3. Coordinate Work to avoid cutting and patching of concrete after placement. 4. Perform cutting and repairing of concrete required as result of failure to provide required openings. M. Screeds: 1. Set screeds and establish levels for tops of and finish on concrete slabs. 2. Slope slabs to drain where required or as indicated on Drawings. 3. Before depositing concrete, remove debris from space to be occupied by concrete and thoroughly wet forms; remove freestanding water. N. Cleanouts and Access Panels: 1. Provide removable cleanout sections or access panels at bottoms of forms to permit inspection and effective cleaning of loose dirt, debris, and waste material. 2. Clean forms and surfaces against which concrete is to be placed. 3. Remove chips, sawdust, and other debris. 4. Thoroughly blow out forms with compressed air just before concrete is placed. 3.3 Patching and Sealing A. Concrete patching: 1. BASF MasterEmaco T 1061 Rapid -setting cement -based concrete repair mortar with extended working time applied per manufacturer specifications. B. Sealing: 1. Steel plate to hardened concrete at patch locations: W.R. Meadows l§altight REZI- WELD 1000 multi-purpose, medium viscosity construction epoxtapplied per manufacturer specifications. o r -� 2. Existing concrete demolition with exposed rebar: W.R. Mead` aea4ht DECN_ SEAL GUN GRADE two-part, gun grade joint sealant apetTlper rnanufact�i[er specifications. n m j rn 3.4 Tolerances z'y A. Tolerances: Construct formwork to produce completed concrete surfaces Wit"n cb9struction tolerances according to ACI 117. -' 0 PRVN Consultants, Inc. Concrete Forming and Accessories 17014 03 10 00-5 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 3.5 Field Quality Control A. Inspection 1. Inspect erected formwork, shoring, and bracing to ensure that Work complies with formwork design and that supports, fastenings, wedges, ties, and items are secure. 2. Notify Owner's Representative after placement of reinforcing steel in forms but prior to placing concrete. 3. Schedule concrete placement to permit formwork inspection before placing concrete. End of Section PRVN Consultants, Inc. Concrete Forming and Accessories 17014 03 10 00-6 c o CX2 "T1 t n CI' m og PRVN Consultants, Inc. Concrete Forming and Accessories 17014 03 10 00-6 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 03 20 00 Concrete Reinforcing Part 1 General 1.1 Summary A. Section Includes: 1. Reinforcing bars. 2. Welded wire fabric. 3. Reinforcement accessories. 1.2 Reference Standards A. American Concrete Institute 1.4 Submittals A. Shop Drawings: 1. Indicate bar sizes, spacings, locations, splice locations, and quantities of reinforcing steel and welded wire fabric. 2. Indicate bending and cutting schedules. PRVN Consultants, Inc. Concrete Reinforcing 17014 03 20 00-1 1. ACI 301 - Specifications for Structural Concrete. 2. ACI 318 - Building Code Requirements for Structural Concrete. 3. ACI 530/530.1 - Building Code Requirements and Specification for Masonry Structures. 4. ACI SP -66 - ACI Detailing Manual. B. American Welding Society: 1. AWS D1.4 - Structural Welding Code - Reinforcing Steel. C. ASTM International: 1. ASTM A184 - Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement. 2. ASTM A615 - Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. 3. ASTM A704 - Standard Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement. 4. ASTM A706 - Standard Specification for Deformed and Plain Low -Alloy Steel Bars for Concrete Reinforcement. 5. ASTM A767 - Standard Specification for Zinc -Coated (Galvanized) Steel Bars for Concrete Reinforcement. 6. ASTM A775 - Standard Specification for Epoxy -Coated Steel Reinforcing Bars. 7. ASTM A884 - Standard Specification for Epoxy -Coated Steel Wire and Welded Wire Reinforcement. 8. ASTM A934 - Standard Specification for Epoxy -Coated Prefabricated Steel Reinforcing Bars. 9. ASTM A996 - Standard Specification for Rail -Steel and Axle -Steel Deformed Bars for Concrete Reinforcement. 10. ASTM A1064 - Standard Specification for Carbon -Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete. D. N Concrete Reinforcing Steel Institute: 1. CRSI 10 -MSP - Manual of Standard Practice. 2. CRSI 10PLACE - Placing Reinforcing Bars. c> 1.3 Coordination n < -ems m A. Section 00 74 73 —Project Requirements: Requirements for coordination.—Cr B. Coordinate Work of this Section with placement of formwork, formed openirs�^and 61her Work. 1.4 Submittals A. Shop Drawings: 1. Indicate bar sizes, spacings, locations, splice locations, and quantities of reinforcing steel and welded wire fabric. 2. Indicate bending and cutting schedules. PRVN Consultants, Inc. Concrete Reinforcing 17014 03 20 00-1 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction B. Form standard hooks for 180 -degree bends, 90 -degree bends, and stirrups and tie hooks as indicated on Drawings. PRVN Consultants, Inc. Concrete Reinforcing 17014 03 20 00-2 3. Indicate supporting and spacing devices. B. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. C. Submit certified copies of mill test report of reinforcement materials analysis. D. Welder Certificates: Certify welders and welding procedures employed on Work, verifying AWS qualification within previous 12 months. E. Source Quality -Control Submittals: Indicate results of factory tests and inspections. F. Field Quality -Control Submittals: Indicate results of Contractor -furnished tests and inspections. G. Qualifications Statement: 1. Welders: Qualify procedures and personnel according to AWS D1.1. 1.5 Quality Assurance A. Perform Work according to ACI 301 and ACI 318. B. Prepare Shop Drawings according to ACI SP -66. C. Perform Work according to OSHA standards. 1.6 Qualifications A. Welders: AWS qualified within previous 12 months for employed weld types. 1.7 Delivery, Storage, and Handling A. Inspection: Accept materials on site in manufacturer's original packaging and inspect for damage. B. Store materials according to manufacturer instructions. C. Protection: 1. Protect materials from moisture by storing in clean, dry location remote from construction operations areas. 2. Provide additional protection according to manufacturer instructions. 1.8 Existing Conditions A. Field Measurements: 1. Verify field measurements prior to fabrication. o 2. Indicate field measurements on Shop Drawings. o m Part2 s Products DC-) C= T �, 1 2.1 Reinforcement n m A. �r Reinforcing Steel: m rn 1. Comply with ASTM A615. ER? Q 2. Yield Strength: 60 ksi. y 3. Finish: Uncoated. 2.2 Fabrication A. Fabricate concrete reinforcement according to ACI 318. B. Form standard hooks for 180 -degree bends, 90 -degree bends, and stirrups and tie hooks as indicated on Drawings. PRVN Consultants, Inc. Concrete Reinforcing 17014 03 20 00-2 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project C. Form reinforcement bends with minimum diameters according to ACI 318. D. Fabricate column reinforcement with offset bends at reinforcement splices. E. Form ties and stirrups from following: 1. As indicated on the Drawings. F. Splicing: 1. If not indicated on Drawings, locate reinforcement splices at point of minimum stress. 2. Obtain approval of splice locations from Owners Representative. 2.3 Accessory Materials A. Tie Wire: 1. Minimum 16 gage, annealed type. B. Chairs, Bolsters, Bar Supports, and Spacers: 1. Size and Shape: To strengthen and support reinforcement during concrete placement conditions. C. Epoxy Coating Patching Material: Type as recommended by coating manufacturer. 2.4 Source Quality Control A. Provide shop inspection and testing of completed assembly. B. Certificate of Compliance 1. If fabricator is approved by authorities having jurisdiction, submit certificate of compliance indicating Work performed at fabricator's facility conforms to contract documents. 2. Specified shop tests are not required for Work performed by approved fabricator. Part 3 Execution 3.1 Installation A. Place, support, and secure reinforcement against displacement. B. Do not deviate from required position beyond specified tolerance. C. Do not weld crossing reinforcement bars for assembly except as permitted by Owner's Representatives. D. Do not displace or damage vapor retarder. o m E. Accommodate placement of formed openings. D + G F. Spacing: 1. Space reinforcement bars with minimum clear spacing accordi!! ("CPA& 2. If bars are indicated in multiple layers, place upper bars directly. Wve lWr be , G. Maintain minimum concrete cover around reinforcement according to ACL ?!Aw tgyows:� 1. Footings and Concrete Formed against Earth: 3". 2. Concrete Exposed to Earth or Weather: _ a. No. 6 Bars and Larger: 2". b. No. 5 Bars and Smaller: 1 '/". 3. Supported Slabs, Walls, and Joists: a. No. 14 Bars and Larger: 1 '/". b. No. 11 Bars and Smaller: 3/4". 4. Beams and Columns: 1 ''/". 5. Shell and Folded Plate Members: a. No. 6 Bars and Larger: 3/4". PRVN Consultants, Inc. Concrete Reinforcing 17014 03 20 00-3 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project H. Splice reinforcing according to manufacturer's instructions. 3.2 Tolerances A. Install reinforcement within following tolerances for flexural members, walls, and compression members: 1. Reinforcement Depth Greater Than 8": a. Depth Tolerance: t 3/8". b. Concrete Cover Tolerance: Minus 3/8". 2. Reinforcement Depth Less Than or Equal to 8": a. Depth Tolerance: t 1/2". b. Concrete Cover Tolerance: Minus 1/2". B. Foundation Walls: Install reinforcement within tolerances according to ACI 530/530.1. 3.3 Field Quality Control A. Perform field inspection testing according to ACI 318. B. Provide unrestricted access to Work and cooperate with appointed inspection and testing firm. C. Reinforcement Inspection: 1. Placement Acceptance: Inspect specified and ACI 318 material requirements and specified placement tolerances. 2. Welding: Inspect welds according to AWS D1.1. 3. Periodic Placement Inspection: Inspect for correct materials, fabrication, sizes, locations, spacing, concrete cover, and splicing. 4. Weldability Inspection: Inspect for reinforcement weldability if formed from steel other than ASTM A706. 5. Continuous Weld Inspection: Inspect reinforcement according to ACI 318. 6. Periodic Weld Inspection: Inspect other welded connections. End of Section PRVN Consultants, Inc. Concrete Reinforcing 17014 03 20 00-4 N O_ U D- s . C-) —G rn r - 'r.—' m PRVN Consultants, Inc. Concrete Reinforcing 17014 03 20 00-4 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 03 30 00 Cast -in -Place Concrete Part 1 General 1.1 Summary A. Section Includes Cast -in -Place Concrete for Following Items: 1. Footings. 2. Supported slabs. 3. Slabs on grade. 4. Control, expansion, and contraction joint devices. 5. Equipment pads. 1.2 Reference Standards A. American Concrete Institute 1. ACI 301 - Specifications for Structural Concrete. 2. ACI 305R - Guide to Hot Weather Concreting. 3. ACI 306.1 - Standard Specification for Cold Weather Concreting. 4. ACI 308.1 - Specification for Curing Concrete. 5. ACI 318 - Building Code Requirements for Structural Concrete. 1.3 Coordination A. Coordinate placement of joint devices with erection of concrete formwork and placement of form accessories. 1.4 Submittals A. Product Data: Submit data on joint devices, attachment accessories, admixtures, curing materials, and finish materials. B. Design Data: 1. Submit concrete mix design for each concrete strength. 2. Submit separate mix designs if admixtures are required for following: a. Hot and cold weather concrete Work. b. Air entrained concrete Work. 3. Identify mix ingredients and proportions, including admixtures. 4. Identify chloride content of admixtures and whether or not chlorides were added during manufacture. 1.5 Closeout Submittals A. Project Record Documents: Record actual locations of embedded utilities and components concealed from view in finished construction. ,v 0 1.6 Quality Assurance m A. Perform Work according to ACI 301 and ACI 318. 3> --J Zc B. Comply with ACI 305R when pouring concrete during hot weather. —1 m M C. Comply with ACI 306.1 when pouring concrete during cold weather. M a O 7D D. Acquire cement and aggregate from one source for Work. _ 1.7 Ambient Conditions A. Maintain concrete temperature after installation at minimum 50°F for minimum seven (7) days. PRVN Consultants, Inc. Cast -in -Place Concrete 17014 03 30 00-1 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction Part 2 Products 2.1 Materials A. Concrete: 1. Cement: a. Comply with ASTM C150. b. Type: Portland. 2. Normal Weight Aggregates: a. Coarse Aggregate Maximum Size: According to ACI 318. 3. Water: a. Comply with ACI 318. B. Admixtures: 1. Air Entrainment: Comply with ASTM C260. 2. Chemical: a. Comply with ASTM C494. b. Type A - Water Reducing. C. Type D - Water Reducing and Retarding. d. Type E - Water Reducing and Accelerating. e. Type F - Water Reducing, High Range. 3. Fly Ash: Comply with ASTM C618, Class C. 4. Silica Fume: Comply with ASTM C1240. C. Joint Devices and Filler: 1. Joint Filler, Type A: a. Description: Asphalt -impregnated fiberboard or felt. b. Comply with ASTM D1751. C. Thickness: Y:". d. Profile: Tongue -and -groove. 2.2 Concrete Mix A. Select proportions for normal weight concrete according to ACI 301. B. Admixtures: 1. Include admixture types and quantities indicated in concrete mix designs only if approved by Owner's Representative. 2. Cold Weather: a. Use accelerating admixtures in cold weather. b. Use of admixtures will not relax cold -weather placement requirements. 3. Hot Weather: Use set -retarding admixtures. 4. Do not use calcium chloride or admixtures containing calcium chloride. 5. Add air entrainment admixture to concrete mix for Work exposed to freezN and thawing. — co C. Average Compressive Strength Reduction: Not permitted. D n -) D. Ready -Mixed Concrete: Mix and deliver concrete according to ASTM C9 n m E. Site -Mixed Concrete: Mix concrete according to ACI 318. �� R cT 2.3 Accessories A. Vapor Retarder: ASTM D2103. "Polyethylene Film and Sheeting." _ B. Non -shrink Grout: 1. Description: Premixed compound consisting of non-metallic aggregate, cement, and water -reducing and plasticizing agents. 2. Comply with ASTM C1107. 3. Minimum Compressive Strength: 2,400 psi in 48 hours and 7,000 psi in 28 days. PRVN Consultants, Inc. Cast -in -Place Concrete 17014 03 30 00-2 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Part 3 Execution 3.1 Examination A. Verify requirements for concrete cover over reinforcement. B. Verify that anchors, seats, plates, reinforcement, and other items to be cast into concrete are accurately placed, positioned securely, and will not interfere with placing concrete. 3.2 Preparation A. Previously Placed Concrete: 1. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent. 2. Remove laitance, coatings, and unsound materials. B. In locations where new concrete is doweled to existing work, drill holes in existing concrete, insert steel dowels, and pack solid with non -shrink grout. C. Remove debris and ice from formwork, reinforcement, and concrete substrates. D. Remove water from areas receiving concrete before concrete is placed. 3.3 Installation A. Placing Concrete 1. Place concrete according to ACI 301 and 318. 2. Notify testing laboratory and Owners Representative minimum 24 hours prior to commencement of operations. 3. Ensure that reinforcement, inserts, embedded parts, and formed expansion and contraction joints are not disturbed during concrete placement. 4. Install vapor retarder under interior slabs on grade according to ASTM E1643. 5. Lap joints minimum 6" and seal watertight by adhesive applied between overlapping edges and ends. 6. Joint Filler: a. Separate slabs on grade from vertical surfaces with ''/z" thick joint filler. b. Place joint filler in floor slab pattern placement sequence; set top to required elevations; secure to resist movement by wet concrete. C. Extend joint filler from bottom of slab to within ''/2" of finished slab surface. 7. Deposit concrete at final position, preventing segregation of mix. 8. Place concrete in continuous operation for each panel or section as determined by predetermined joints. 9. Consolidate concrete. 10. Maintain records of concrete placement, including date, location, quantity, air temperature, and test samples taken. N it. Place concrete continuously between predetermined expansion, contrciF,and construction joints. -- - —n 12. Do not interrupt successive placement and do not permit cold joints to o4pur. 13. Place floor slabs in indicated saw -cut pattern. 14. Saw -Cut Joints: rn a. Saw -cut joints within 12 hours after placing. r' b. Use 3/16" thick blade. rT1 a rn C. Cut into 1/4" depth of slab thickness. p (� 15. Screeding: a. Screed floors and slabs on grade level. y b. Surface Flatness: FF 20 maximum 1/4" in 10 feet. B. Concrete Finishing: 1. Provide formed concrete on surfaces and walls to be left exposed. 2. Finish concrete floor surfaces according to ACI 318 3. Froom finish exposed floor surfaces. PRVN Consultants, Inc. Cast -in -Place Concrete 17014 03 30 00-3 City of Iowa City Wastewater Treatment Facility Contract C-02 - General Construction Backup Generation and Electrical Distribution Upgrade Project C. Curing and Protection: 1. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. 2. Maintain concrete with minimal moisture loss at relatively constant temperature for period as necessary for hydration of cement and hardening of concrete. 3.4 Field Quality Control A. Perform inspection and testing according to ACI 318. B. Provide unrestricted access to Work and cooperate with appointed testing and inspection firm C. Submit proposed mix design of each class of concrete to inspection and testing firm for review prior to commencement of Work. D. Concrete Inspections: 1. Continuous Placement Inspection: Inspect for proper installation procedures. 2. Periodic Curing Inspection: Inspect for specified curing temperature and procedures. E. Strength Test Samples: 1. Sampling Procedures: Comply with ASTM C172. 2. Cylinder Molding and Curing Procedures: a. Comply with ASTM C31. b. Cylinder Specimens: Standard cured. F. Field Testing 1. Slump Test Method: Comply with ASTM C143. 2. Air Content Test Method: Comply with ASTM C173. 3. Temperature Test Method: Comply with ASTM C1064. 4. Compressive Strength Concrete: a. Measure slump and temperature for each sample. b. Measure air content in air -entrained concrete for each sample. G. Cylinder Compressive Strength Testing: 1. Test Method: Comply with ASTM C39. 2. Test one (1) cylinder at seven (7) days. 3. Test one cylinder at 28 days. 4. Dispose of remaining cylinders if testing is not required. H. Patching: 1. Allow Owner's Representative to inspect concrete surfaces immediately upon removal of forms. 2. Honeycombing or Embedded Debris in Concrete: a. Notify Owner's Representative upon discovery. 3. Patch imperfections according to ACI 301. 1. Defective Concrete: 1. Description: Concrete not conforming to required lines, details, dimensions, tolerances, or specified requirements. 2. Repair or replacement of defective concrete will be determined by Owne` Representative., 3. Do not patch, fill, touch up, repair, or replace exposed concrete,9'"pt 19n exp direction of Owner's Representative for each individual area. 3.5 AttachmentsTJ n f I r r- rn A. Schedule - Concrete Types and Finishes: 1. Foundation Walls: 3,000 psi, 28 -day concrete; form finish with -%,-4com�-filledZ) surface. 2. Underside of Supported Floors and Structure Exposed to View. 4,000 pat, 28 -day concrete; sack -rubbed finish. PRVN Consultants, Inc. Cast -in -Place Concrete 17014 03 30 00-4 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 3. Exposed Portico Structure: 4,000 psi, 28 -day concrete; air entrained; smooth stone rubbed finish. B. Schedule - Joint Fillers: 1. Basement Floor Slab Perimeter Joint Filler: Type A; set 1/8" below floor slab elevation. 2. Exterior Retaining Wall at Loading Dock Joint Filler: Type F; recessed 3/8"; provide sealant cover. End of Section N O CD m C) D� C-) < i Ck �-- -1C) -<r q M m � PRVN Consultants, Inc. Cast -in -Place Concrete 17014 03 30 00-5 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 03 39 00 Concrete Curing Part 1 General 1.1 Summary A. Section Includes: Initial and final curing of horizontal and vertical concrete surfaces. B. Related Requirements: 1. Section 03 30 00 - Cast -in -Place Concrete: Cast -in-place or in-situ concrete for structural building frames, slabs on fill or grade, and other concrete components associated with construction. 1.2 Reference Standards A. American Concrete Institute 1. ACI 301 - Specifications for Structural Concrete. 2. ACI 302.1 - Guide to Concrete Floor and Slab Construction. 3. ACI 308.1 - Specification for Curing Concrete. 4. ACI 318 - Building Code Requirements for Structural Concrete and Commentary. B. ASTM International: 1. ASTM C171 - Standard Specification for Sheet Materials for Curing Concrete. 2. ASTM C309 - Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete. 3. ASTM C1315 - Standard Specification for Liquid Membrane -Forming Compounds Having Special Properties for Curing and Sealing Concrete. 4. ASTM D2103 - Standard Specification for Polyethylene Film and Sheeting. 1.3 Submittals A. Product Data: Submit manufacturer's information on curing compounds, mats, paper, and film, including compatibilities and limitations. B. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. C. Manufacturer Instructions: Submit detailed instructions on installation requirements, including storage and handling procedures. D. Qualifications Statement: 1. Submit qualifications for manufacturer. 1.4 Quality Assurance N 4 A. Perform Work according to ACI 301 and ACI 318. 1.5 Qualifications >__J A. Manufacturer: Company specializing in manufacturing products specified jqjhys Swwon wgn minimum three (3) years' documented experience. _< I- am 1.6 Delivery, Storage, and Handling �^ A. Inspection: Accept materials on Site in manufacturer's original packaging and inspaet for damage. B. Store materials according to manufacturer instructions. C. Protection: 1. Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. PRVN Consultants, Inc. Concrete Curing 17014 03 39 00-1 City of Iowa City Wastewater Treatment Facility Contract C-02 - General Construction Backup Generation and Electrical Distribution Upgrade Project 2. Provide additional protection according to manufacturer instructions. Part 2 Products 2.1 Materials A. Membrane -Curing Compound, Type A: 1. Comply with ASTM C309, Type 2, Class A. B. Absorptive Mats, Type C: 1. Description: a. Material: Burlap -polyethylene (PE). b. Minimum Weight: 9 oz./sq. yd. C. Bonded to prevent separation during handling and placing. C. Water: Potable; not detrimental to concrete. Part 3 Execution 3.1 Examination A. Verify that substrate surfaces are ready to be cured. 3.2 Application A. Horizontal Surfaces 1. Comply with ACI 308.1. 2. Absorptive Mat: a. Saturate burlap -PE and place burlap -side down over floor slab areas. b. Lap ends and sides. C. Maintain in place for seven (7) days. B. Vertical Surfaces: 1. Membrane -Curing Compound: Apply compound in one (1) coat. 3.3 Protection A. Do not permit traffic over unprotected floor surfaces. 3.4 Attachments A. Slabs: 1. Description: Absorptive mats. 2. Type: Burlap -PE. B. Walls: 1. Description: Membrane -curing compound. No 2. Type: Acrylic. c 3. Color: Clear. C-) Z D- r C7� I m End of Section C-) T ' rn a. s I 1 c� :4 D _ PRVN Consultants, Inc. Concrete Curing 17014 03 39 00-2 City of Iowa City Wastewater Treatment Facility Contract C-02 - General Construction Backup Generation and Electrical Distribution Upgrade Project Section 03 60 00 Grouting Part 1 General 1.1 Summary A. Section Includes: 1. Portland cement grout. 2. Nonshrink cementitious grout. B. Related Requirements: 1. Section 03 30 00 - Cast -in -Place Concrete: Cast -in-place or in-situ concrete for structural building frames, slabs on fill or grade, and other concrete components. 1.2 Reference Standards A. American Concrete Institute 1. ACI 301 - Specifications for Structural Concrete for Buildings. 2. ACI 301 M - Specifications for Structural Concrete (Metric). 3. ACI 318 - Building Code Requirements for Structural Concrete. 4. ACI 318M - Metric Building Code Requirements for Structural Concrete. B. ASTM International: 1. ASTM C33/C33M - Standard Specification for Concrete Aggregates. 2. ASTM C40/C40M - Standard Test Method for Organic Impurities in Fine Aggregates for Concrete. 3. ASTM C150/C150M - Standard Specification for Portland Cement. 4. ASTM C191 - Standard Test Methods for Time of Setting of Hydraulic Cement by Vicat Needle. 5. ASTM C307 - Standard Test Method for Tensile Strength of Chemical -Resistant Mortar, Grouts, and Monolithic Surfacings. 6. ASTM C531 - Standard Test Method for Linear Shrinkage and Coefficient of Thermal Expansion of Chemical -Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes. 7. ASTM C579 - Standard Test Methods for Compressive Strength of Chemical - Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes. 1.3 Submittals A. Product Data: Submit manufacturer information regarding grout. B. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. C. Manufacturer Instructions: Submit instructions for mixing, handling, surface preparation, and placing epoxy -type and nonshrink grouts. , 0 D. Field Quality -Control Submittals: Indicate results of Contractor -furnished tests and'in; pectio E. Qualifications Statement: 1. Submit qualifications for manufacturer. --j- �� rn 1.4 Quality Assurance rrTt v rn A. Perform Work according to ACI 301 standards. � � 0 1.5 Qualifications A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three (3) years' documented experience. PRVN Consultants, Inc. Grouting 17014 03 60 00-1 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 – General Construction 1.6 Delivery, Storage, And Handling A. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. B. Store materials according to manufacturer instructions. C. Protection: 1. Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. 2. Provide additional protection according to manufacturer instructions. 1.7 Ambient Conditions A. Maximum Conditions: Do not perform grouting if temperatures exceed 90°F. B. Minimum Conditions: Maintain minimum temperature of 35°F before, during, and after grouting, until grout has set. Part 2 Products 2.1 Portland Cement Grout A. Portland Cement: Comply with ASTM C150/C150M, Type I and ll. B. Water PRVN Consultants, Inc. Grouting 17014 03 60 00-2 1. Potable. 2. No impurities, suspended particles, algae, or dissolved natural salts in quantities capable of causing: a. Corrosion of steel. b. Volume change increasing shrinkage cracking. C. Efflorescence. d. Excess air entraining. C. Fine Aggregate: 1. Washed natural sand. 2. Gradation: a. Comply with ASTM C33/C33M. b. Represented by smooth granulometric curve within required limits. 3. Free from injurious amounts of organic impurities according to ASTM C40/C40M. D. Mix: 1. Portland cement, sand, and water. 2. Do not use ferrous aggregate or staining ingredients in grout mixes. 2.2 Non -shrink Cementitious Grout A. Furnish materials according to ASTM C1107 standards. B. ro Description: 1. Pre -mixed and ready -for -use formulation requiring only addition of water 2. Nonshrink, non -corrosive, nonmetallic, non -gas forming, and no chloudeg C. Performance and Design Criteria: 1. Certified to maintain initial volume or expand after se;74176to Met placement following minimum properties when tested according to CRD -0621 Typg D M nonshrink grout: — (� a. Setting Time: 1) Initial: Approximately two (2) hours. _ 2) Final: Approximately three (3) hours. _ 3) Comply with ASTM C191. b. Maximum Expansion: 0.10 to 0.40%. PRVN Consultants, Inc. Grouting 17014 03 60 00-2 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project C. Compressive Strength: 1) One -Day: 4,000 psi. 2) Seven -Day: 7,000 psi. 3) 28 -Day: 10,000 to 10,800 psi. 4) Comply with CRD -C621. Part 3 Execution 3.1 Examination A. Verify areas to receive grout. 3.2 Preparation Contract C-02 – General Construction A. Remove defective concrete, laitance, dirt, oil, grease, and other foreign material from concrete surfaces by brushing, hammering, chipping, or other similar means until sound and clean concrete surface is achieved. B. Roughen concrete lightly, but not to interfere with placement of grout. C. Remove foreign materials from metal surfaces in contact with grout. D. Align, level, and maintain final positioning of components to be grouted. E. Saturate concrete surfaces with clean water, and then remove excess water. 3.3 Installation A. Formwork: 1. Construct leak -proof forms anchored and shored to withstand grout pressures. 2. Install formwork with clearances to permit proper placement of grout. B. Mixing: 1. Portland Cement Grout: a. Use proportions of two (2) parts sand and one (1) part cement, measured by volume. b. Prepare grout with water to obtain consistency to permit placing and packing. C. Mix water and grout in two (2) steps: 1) Premix using approximately 2/3 of water. 2) After partial mixing, add remaining water to bring mix to desired placement consistency and continue mixing 2 to 3 minutes. d. Mix only quantities of grout capable of being placed within 30 minutes after mixing. e. Do not add additional water after grout has been mixed. f. Minimum Compressive Strength: 2,400 psi in 48 hours and 7,000 psi in 28 days. 2. Nonshrink Cementitious Grout: a. Mix and prepare according to manufacturer instructions. b. Minimum Compressive Strength: 2,400 psi in 48 hours and 7,000 psi in 28 3. days. v Mix grout components in proximity to work area and transport mixture Okly and in manner not permitting segregation of materials. CD �. CO C. Placing of Grout: ✓ -'t p, 1. Place grout material quickly and continuously. ? 2. Do not use pneumatic -pressure or dry -packing methods. 3. Apply grout from one side only to avoid entrapping air. r, m 4. Do not vibrate placed grout mixture or permit placement if area is boing VRSrated nearby equipment. `a 5. Thoroughly compact final installation and eliminate air pockets. — 6. Do not remove leveling shims for at least 48 hours after grout has been placed. PRVN Consultants, Inc. Grouting 17014 03 60 00-3 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project D. Curing: 1. Prevent rapid loss of water from grout during first 48 hours by use of approved membrane curing compound or by using wet burlap method. 2. Immediately after placement, protect grout from premature drying, excessively hot or cold temperatures, and mechanical injury. 3. After grout has attained its initial set, keep damp for minimum three days. 3.4 Field Quality Control A. Comply with ACI 301 and 318. B. Submit proposed mix design of each class of grout to Owner's Representative for review prior to commencement of Work. C. Tests of grout components may be performed to ensure compliance with specified requirements. End of Section PRVN Consultants, Inc. Grouting 17014 03 60 00-4 Division 04 Masonry City of Iowa City Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction Division o4 a o� rn o� Division o4 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 04 05 13 Masonry Mortaring Part 1 General 1.1 Summary A. Section Includes: Mortar for masonry. 1.2 Reference Standards A. American Concrete Institute: 1. ACI 530/530.1 - Building Code Requirements and Specification for Masonry Structures. B. ASTM International 1. ASTM C144 - Standard Specification for Aggregate for Masonry Mortar. 2. ASTM C150 - Standard Specification for Portland Cement. 3. ASTM C270 - Standard Specification for Mortar for Unit Masonry. 4. ASTM C780 - Standard Test Method for Preconstruction and Construction Evaluation of Mortars for Plain and Reinforced Unit Masonry. 5. ASTM C1314 - Standard Test Method for Compressive Strength of Masonry Prisms. 1.3 Submittals A. Samples: Submit two (2) samples of mortar, illustrating mortar color and color range. B. Manufacturer's Certificate: Certify that products meet or exceed specified requirements C. Design Data: Submit required environmental conditions, admixture limitations, and design mix if property specification of ASTM C270 is to be used. D. Test and Evaluation Reports: 1. Indicate compliance of component mortar materials to requirements of ASTM C270 and test and evaluation reports to ASTM C780. 1.4 Quality Assurance A. Comply with ACI 530/530.1. 1.5 Qualifications A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum three (3) years' documented experience. 1.6 Delivery, Storage, and Handling A. Inspection: Accept materials on Site in manufacturers original packaging and inspect for damage. B. Store materials according to manufacturer instructions. C. Protection: u 1. Protect materials from moisture and dust by storing in clean„dry locahem remote from construction operations areas. 2. Provide additional protection according to manufacturer instrpotms. -Z 1.7 Ambient Conditions 171 A. Cold Weather Requirements: Comply with ACI 530/530.1 if ambient temperature -or temperature of masonry units is less than 40°F. B. Hot Weather Requirements: Comply with ACI 530/530.1 if ambient temperature is greater than 100°F or ambient temperature is greater than 90°F with wind velocity greater than 8 mph. PRVN Consultants, Inc. Masonry Mortaring 17014 04 05 13-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Part 2 Products 2.1 Materials A. Portland Cement: 1. Comply with ASTM C150, Type I. 2. Color: Gray. B. Mortar Aggregate: o 1. Comply with ASTM C144. cv 2. Type: Standard masonry. C7 ;r. C. Hydrated Lime: Comply with ASTM C206, Type S. 4 D. Water: Clean and potable. i m „ E. Bonding Agents: CD <. / 1. Type: Latex. y F. Calcium Chloride: Not allowed. 2.2 Mixes A. Mortar Mixes 1. Mortar for Structural Masonry: Comply with ASTM C270, Type S. 2. Mortar for Non -Structural Masonry: Comply with ASTM C270, Type S. 3. Mortar for Glass Unit Masonry: Comply with ASTM C270, Type S. 4. Mortar for exterior Clay Masonry: Comply with ASTM C270, Type N. Part 3 Execution 3.1 Preparation A. Apply bonding agent to existing concrete surfaces. B. Mortar Mixing: 1. Thoroughly mix mortar ingredients according to ASTM C270 in quantities needed for immediate use. 2. Achieve uniformly damp sand immediately before mixing process. 3. Do not use anti -freeze compounds to lower the freezing point of mortar. 4. Retemper only within two (2) hours of mixing. 5. Use mortar within two (2) hours after mixing at temperatures of 90° F, or 2 and a half hours (2 Y:) at temperatures under 40°F. 3.2 Installation A. According to ACI 530/530.1. 3.3 Field Quality Control A. Establish mortar mix according to ASTM C270. B. Testing: 1. Frequency: One set of specified tests for every 5,000 sq. ft. of completed wall area. 2. Mortar Mix: Comply with ASTM C780. 3.4 Attachments A. Exterior Cavity Wall: Brick masonry with Type S mortar and Type N pointing mortar. End of Section PRVN Consultants, Inc. Masonry Mortaring 17014 04 05 13-2 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 04 05 16 Masonry Grouting Part 1 General 1.1 Summary A. Section Includes: Grout for masonry. ` 1.2 Reference Standards o n A. American Concrete Institute: 1. ACI 530/530.1 - Building Code Requirements and Specification fof?AFfnr5n rn Structures. B. ASTM Intemational: O �p 1. ASTM C150 - Standard Specification for Portland Cement. : 2. ASTM C404 - Standard Specification for Aggregates for Masonry Grout. 3. ASTM C476 - Standard Specification for Grout for Masonry. 4. ASTM C1019 - Standard Test Method for Sampling and Testing Grout. 5. ASTM C1314 - Standard Test Method for Compressive Strength of Masonry Prisms. 1.3 Submittals A. Manufacturers Certificate: Certify that products meet or exceed specified requirements. B. Test and Evaluation Reports: Submit compliance with, component grout materials according to ASTM C476, and test and evaluation reports according to ASTM C1019. 1.4 Quality Assurance A. Perform Work according to ACI 530/530.1. 1.5 Delivery, Storage, and Handling A. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. B. Store materials according to manufacturer instructions. C. Protection: 1. Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. 2. Provide additional protection according to manufacturer instructions. 1.6 Ambient Conditions A. Cold Weather Requirements: According to ACI 530/530.1 if ambient temperature or temperature of masonry units is less than 40°F. B. Hot Weather Requirements: According to ACI 530/530.1 if ambient temperature is greater than 100"F or if ambient temperature is greater than 90"F with wind velocity greater than eight (8) mph. Part 2 Products 2.1 Materials A. Portland Cement: Comply with ASTM C150, Type I. B. Grout Aggregate: Comply with ASTM C404. C. Water: Clean and potable. PRVN Consultants, Inc. Masonry Grouting 17014 04 05 16-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project D. Calcium Chloride: Not allowed. 2.2 Mixes A. Grout: 1. Grout for Non -Structural Masonry: a. Compressive Strength: 2500 psi at 28 days. b. Slump: 8 to 10". C. Mixing: According to ASTM C476. 2. Grout for Structural Masonry: a. Compressive Strength: 2500 psi at 28 days. b. Slump: 8 to 10". C. Mixing: According to ASTM C476. 3. Application: o a. Coarse Grout: Grouting spaces with minimum 2" dimension in own direction. n b. Fine Grout: Grouting other spaces. Part 3 Execution � 3.1 Examination � A. Section 01 70 00 - Execution and Closeout Requirements: Requirements f i stalls bn examination. B. Request inspection of spaces to be grouted. 3.2 Installation A. Mixing: 1. Thoroughly mix grout ingredients in quantities needed for immediate use according to ASTM C476. 2. Add admixtures and mix uniformly. 3. Do not use anti -freeze compounds to lower the freezing point of grout. B. Comply with ACI 530/530.1. 3.3 Field Quality Control A. Testing: 1. Mix: Comply with ASTM C1019 for compressive strength and comply with ASTM C143 for slump. 2. Compressive Strength of Mortar, Grout, and Masonry: Comply with ASTM C1314. End of Section PRVN Consultants, Inc. Masonry Grouting 17014 04 05 16-2 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 04 20 00 Unit Masonry Part 1 General 1.1 Summary A. Section Includes: 1. Concrete block masonry units. 2. Clay facing brick units. 3. Reinforcement, anchorage, and accessories. 1.2 Reference Standards A. American Concrete Institute: 1. ACI 530/530.1 - Building Code Requirements and Specification for Masonry Structures and Related Commentaries. B. ASTM International: 1. ASTM A82 - Standard Specification for Steel Wire, Plain, for Concrete Reinforcement. 2. ASTM A153- Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. 3. ASTM A615 - Standard Specification for Deformed and Plain Carbon Steel Bars for Concrete Reinforcement. 4. ASTM C90 - Standard Specification for Loadbearing Concrete Masonry Units. 5. ASTM C140 - Standard Test Methods for Sampling and Testing Concrete Masonry Units and Related Units. N 6. ASTM C216 - Standard Specification for Facing Brick (Solid Masonry Urn Made from Clay or Shale). 0 7. IMIAWC (CW) — Recommended Practices & Guide Specifications for CokMeatherr� Masonry Construction; International masonry Industry All-Weattaj Council; 199 8. IMIAWC (HW) — Recommended Practices & Guide Specifications'1o5HoVNeath r Masonry Construction; International masonry Industry AII-Weathf r eoun I currITI edition. n 1.3 Preinstallation Meetings A. Convene minimum one (1) week prior to commencing work of this section. 1.4 Submittals A. Product Data: 1. Submit data for masonry units. B. Samples: 1. Submit four (4) mounted sample panels of face brick to illustrate color, texture, and extremes of color range. C. Manufacturer's Certificate: Certify that masonry units meet or exceed specified requirements. 1.5 Quality Assurance A. Perform work according to ACI 530/530.1. 1.6 Qualifications A. Installer: Company specializing in performing work of this section with minimum three (3) years ofexperience. PRVN Consultants, Inc. Unit Masonry 17014 04 20 00-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 1.7 Delivery, Storage, And Handling A. Deliver, handle, and store masonry units by means that will prevent mechanical damage and contamination by other materials. B. Handle and store concrete block units in pallets with protective covering. Do not remove protective covering until ready for installation. 1.8 Ambient Conditions A. Do not store reinforcing material directly on ground. Utilize blocking and other methods to prevent rust on accessories prior to installation. B. Cold Weather Requirements: According to ACI 530.1 when ambient temperature or temperature of masonry units is less than 40°F. C. Hot Weather Requirements: According to ACI 530.1 when ambient temperature is greater than 100"F or ambient temperature is greater than 90"F with wind velocity greater than eight (8) mph. 0 1.9 Existing Conditions � A. Field Measurements: Verify elevations, dimensions, and alignment of egg tdr priorte^_ beginning work. Indicate field measurements on Shop Drawings. t el• — Part2 Productsf,. 9' 2.1 Materials A. Facing Brick: ASTM C216, Type FBS, Grade SW. N 1. Color and texture: match colors and texture of brick on existing building. 2. Nominal size: Standard modular, 3 course equal 8". B. Concrete Masonry Units 1. Concrete Block: Comply with referenced standards and as follows: 2. Size: Standard units with nominal face dimensions of 16" x 8" and nominal depths as indicated on the Drawings for specific locations. Intent is to match block on existing building. 2.2 Accessories A. Single -Wythe Joint Reinforcement: ASTM A82; ladder type; steel; 0.148" diameter side rods with 0.148" diameter cross ties; hot -dip galvanized after fabrication to ASTM Al53/A153M, Class B. Provide not more than 1" and not less than %" of mortar coverage on each exposure. 1. At exterior cavity walls provide joint reinforcement with 9 gage "double hook and eye' design with rectangular brick ties and eye length extending just beyond 2" thick cavity insulation. Provide veneer ties space on 16" centers. Hot dip galvanized after fabrication to ASTM Al 53/153M, Class B-2. 2. Manufacturers: a. Dur -O -Wall: www.dur-o-wal.com. b. Hohmann & Barnard, Inc: www.h-b.com. C. Masonry Reinforcing Corporation of America: www.wirebond.com. B. Reinforcing Steel: As specified in Section 03 20 00 - Concrete Reinforcing. C. Wall Ties: Hot dip galvanized wire mesh; Y:" squares x 16 gage; conform to ASTM A185. 1. Acceptable Product: No. MWT — mesh wall tie. D. Mortar and Grout: As specified in Section 04 05 13 - Masonry Mortaring and 04 05 16 - Masonry Grouting. PRVN Consultants, Inc. Unit Masonry 17014 04 20 00-2 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project E. Self -Stick, SBS -Type Flashing: Composite sheet 40 mil thick; 38 mil thick, self-adhesive rubberized asphalt bonded to 8 mil thick, high-density polyethylene film. 1. Manufacturers: a. "Polyguard 400" Through Wall Flashing by Polyguard Products, Inc. b. Sandell Manufacturing Company, Inc. Q Grace Construction Products. Part 3 Execution 3.1 Examination A. Verify that field conditions are acceptable and ready to receive Work. B. Verify that items provided by other sections of work are properly sized and located. C. Verify that built-in items are in proper location and ready for roughing into masonry work. 3.2 Preparation A. Direct and coordinate placement of metal anchors supplied to other sections. B. Furnish temporary bracing during installation of masonry work. Maintain in place until building structure provides permanent support. 3.3 Installation A. Establish lines, levels, and coursing indicated. Protect from displacement. 1. Lay solid masonry units in full bed of mortar, with full head joints. 2. Lay hollow masonry units with face shell bedding on head and bed joints. N d Buttering comers of joints or excessive furrowing of mortar joints are not permitted. B. Maintain masonry courses to uniform dimension. Form bed and head joip� of unrrm Remove excess mortar as work progresses. thickness. Interlock intersections and external comers. 03 —n D 7. Perform project site cutting of masonry units with proper tools to assure straight, C. Coursing of CMU: C'> 8. r 1. Bond: Running. 2. Coursing: One unit and one mortar joint to equal 8. -IC7 c r— p M 3. Mortar Joints: Concave. M 7C 1. Set cap trim units where indicated on drawings. Set in full mortar bed and head joints in conjunction with flashing assemblies and anchors indicated. D. Coursing of Brick Units: 1. Bond: Running. N 2. Coursing: Three units and three mortar joints to equal 8". 3. Mortar Joints: Concave. E. Placing and Bonding: 1. Lay solid masonry units in full bed of mortar, with full head joints. 2. Lay hollow masonry units with face shell bedding on head and bed joints. 3. Buttering comers of joints or excessive furrowing of mortar joints are not permitted. 4. Remove excess mortar as work progresses. 5. Interlock intersections and external comers. 6. Do not shift or tap masonry units after mortar has achieved initial set. Where adjustment is required, remove mortar and replace. 7. Perform project site cutting of masonry units with proper tools to assure straight, clean, unchipped edges. Prevent broken masonry unit comers or edges. 8. Isolate masonry from vertical structural framing members with a control joint as indicated. 9. Isolate top of masonry from horizontal structural framing members and slabs or decks with compressible joint filler. F. Precast Concrete Trim: 1. Set cap trim units where indicated on drawings. Set in full mortar bed and head joints in conjunction with flashing assemblies and anchors indicated. G. Weeps and Vents: Furnish weeps and vents in outer wythe at 16" o.c. horizontally above through -wall flashing, above shelf angles and lintels, and at bottom of walls. PRVN Consultants, Inc. Unit Masonry 17014 04 20 00-3 City of Iowa City Wastewater Treatment Facility Contract C-02 - General Construction Backup Generation and Electrical Distribution Upgrade Project K Cavity Wall: Do not permit mortar to drop or accumulate into cavity air space or to plug weeps. Build inner wythe ahead of outer wythe to receive cavity insulation and air/vapor retarder adhesive. 1. Install cavity drain material continuously at bottom of each cavity and above through - wall flashing. Joint Reinforcement and Anchorage - Single-wythe Masonry: 1. Install horizontal joint reinforcement 16" o.c. 2. Place masonry joint reinforcement in first and second horizontal joints above and below openings. Extend minimum 16" each side of opening. 3. Place joint reinforcement continuous in first and second joint below top of walls. 4. Lap joint reinforcement ends a minimum of 6". 5. Reinforce stack -bonded unit joint comers and intersections with strap anchors 16" O.C. J. Masonry Flashings PRVN Consultants, Inc. Unit Masonry 17014 04 20 00-4 1. Extend flashings horizontally through outer wythe at foundation walls above ledges, shelf angles, and lintels and turn down on outside face to form drip. 2. Tum flashing up minimum 8" and bed into mortar joint of masonry backing. 3. Lap end joints minimum 6" and seal watertight. 4. Tum flashing; fold and seal at corners, bends, and interruptions. K. Lintels: 1. Install loose steel, precast concrete and concrete masonry bond beam lintels over openings. 2. Install reinforced unit masonry lintels over miscellaneous openings less than 12" wide where lintels are not scheduled or indicated. 3. Do not splice reinforcing bars. 4. Support and secure reinforcing bars from displacement. 5. Place and consolidate grout fill without displacing reinforcing. 6. Allow masonry lintels to attain specked strength before removing temporary supports. 7. Maintain minimum 8" bearing on each side of opening. L. Grouted Components: 1. Reinforce bond beams and pilasters as indicated on drawings. Maintain minimum of 1" clearance from bottom web. 2. Lap splices bar diameters as required by code. 3. Support and secure reinforcing bars from displacement. 4. Place and consolidate grout fill without displacing reinforcing. 5. At bearing locations, fill masonry cores with grout for minimum 12" both$81es of opening. m M. Reinforced Masonry: 1. Lay masonry units with cells vertically aligned and cavities betwBaniwyttx#,q clea(-or mortar and unobstructed. __4 C-) C m 2. Place reinforcement bars as indicated on drawings. rn 3. Support and secure reinforcement from displacement. o� 4. Place and consolidate grout fill without displacing reinforcing. -� 5. Place grout according to ACI 530.1. r N N. Built-in Work: 1. As work progresses, install built-in metal door frames, fabricated metal frames, plates and other items to be built in the Work and furnished by other Sections. 2. Install built-in items plumb and level. 3. Bed anchors of metal door frames in adjacent mortar joints. Fill frame voids solid with grout or mortar. Fill adjacent masonry cores with grout minimum 12" from framed openings. 4. Do not build in materials subject to deterioration. O. Cutting and Fitting: PRVN Consultants, Inc. Unit Masonry 17014 04 20 00-4 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 1. Obtain Owner's Representative's approval prior to cutting or fitting masonry Work not indicated or where appearance or strength of masonry work may be impaired. 3.4 Tolerances A. Maximum variation from unit to adjacent unit: 1/16". B. Maximum variation from plane of wall: 1/4" in 10 feet and 1/2" in 20 feet or more. C. Maximum variation from plumb: '/4" per story non -cumulative; '/2" in two (2) stories or more. D. Maximum variation from level coursing: 1/8" in three (3) feet and 1/4" in 10 feet; 1/2" in 30 feet. E. Maximum variation of joint thickness: 1/8" in three (3) feet. F. Maximum variation from cross sectional thickness of walls: 1/4". 3.5 Field Quality Control A. CMU: Test each type according to ASTM C140. As required by Owner Representative. B. Prism Tests: Test compressive strength of completed reinforced masonry according to ASTM C1314. As required by Owner Representative. 3.6 Cleaning A. Remove excess mortar and mortar smears as work progresses. B. Replace defective mortar. Match adjacent work. C. Clean soiled surfaces with cleaning solution. D. Use non-metallic tools in cleaning operations. 3.7 Protection A. Protect exposed external comers subject to damage. B. Protect base of walls from mud and mortar splatter. C. Protect masonry and other items built into masonry walls from mortar droppings and staining caused by mortar. D. Protect tops of masonry work with waterproof coverings secured in place without damaging masonry. Provide coverings where masonry is exposed to weather when work is not in progress. Maintain protection on tops of completed exterior walls until installation of permanent waterproof cap materials. End of Section N O � CO^ 3>__J o. "e (T <m M J N PRVN Consultants, Inc. Unit Masonry 17014 04 20 00-5 Division 05 Metals City of Iowa City Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction Division 0 C N O W �-� O, r m i -n � Q Y� N Division 0 C City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 05 50 00 Metal Fabrication Part 1 General 1.1 Section Includes A. Shop -fabricated ferrous metal items, galvanized, and prime painted. 1.2 References A. ASTM A572, A500, A36 - Structural Steel. B. ASTM A53 - Hot Dipped, Zinc -Coated Welded, and Seamless Steel Pipe. C. AWS D1.1 - Structural Welding Code. 1.3 Submittals A. Shop Drawings: 1. Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size and type of fasteners, and accessories. 2. Include erection drawings, elevations, and details where applicable. 3. Indicate welded connections using standard AWS welding symbols. Indicate net weld lengths. B. Certification of welders: The Contractor and/or fabricator shall submit certification that any welder performing work covered by this section of the Specifications has passed qualification tests using the procedures per AWS. Welders shall have maintained their certification at the regular intervals set forth by the AWS. Part 2 Products 2.1 Materials A. Other steel sections (channels, angles): ASTM A36. o B. Bolts, nuts, and washers: ASTM A325. C3 0 ' v C. Welding materials: AWS D1.1; type required for materials being welded. n �rq-� �� 2.2 Fabrication 1 A. Verify dimensions on site prior to shop fabrication. 7 `p B. Fabricate items with joints tightly fitted and secured. C. Fit and shop assemble in largest practical sections, for delivery to site. D. Grind exposed welds flush and smooth with adjacent finished surface. Ease exposed edges to small uniform radius. E. Make exposed joints butt tight, flush, and hairline. F. Visually inspect all welds. G. Supply components required for anchorage of metal fabrications. Fabricate anchorage and related components of same material and finish as metal fabrication, except where specifically noted otherwise. PRVN Consultants, Inc. Metal Fabrication 17014 05 50 00-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 2.3 Finishes A. Clean surfaces of rust, scale, grease, and foreign matter prior to finishing. B. Do not prime steel surfaces in direct contact bond with concrete or where field welding is required. C. Prime paint items scheduled with one (1) coat. D. Railings shall be finished painted with two (2) coats of safety yellow industrial enamel. Part 3 Execution 3.1 Preparation A. Obtain Owner's Representative approval prior to site cutting or making adjustments not scheduled. B. Clean and strip site -primed steel items to bare metal where site welding is scheduled. C. Make provision for erection loads with temporary bracing; keep work in alignment. 3.2 Installation ON� A. Install items plumb and level, accurately fitted, and free from distortion or defects. B. Perform field welding in accordance with AWS D1.1. C. After installation, touch-up field welds and scratched or damaged surfaces with primer or enamel as appropriate. End of Section PRVN Consultants, Inc. Metal Fabrication 17014 05 50 00-2 N O_ O =n O , 1 T �-� C" r -'� i5T A m ON� .^ N PRVN Consultants, Inc. Metal Fabrication 17014 05 50 00-2 Division 06 Wood, Plastic, and Composites City of Iowa City Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction Division 06 N O_ OM CD N Division 06 City of Iowa City Wastewater Treatment Facility Contract C-02 - General Construction Backup Generation and Electrical Distribution Upgrade Project Section 06 10 00 Rough Carpentry Parti General 1.1 Section Includes A. Roof -mounted curbs. B. Roofing nailers. C. Preservative treated wood materials. 1.2 Reference Standards A. ASTM A153/A153M - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware; 2009. B. AWPA U1 - Use Category System: User Specification for Treated Wood; 2012. 1.3 Submittals A. Product Data: Provide technical data on wood preservative materials and treated wood. 1.4 Delivery, Storage, and Handling A. General: Cover wood products to protect against moisture. Support stacked products to prevent deformation and to allow air circulation. Part 2 Products 2.1 General Requirements A. Dimension Lumber: Comply with requirements of specified grading agencies. 1. Species: Douglas Fir -Larch, unless otherwise indicated. 2. Grading Agency: Any grading agency whose rules are approved by the Board of Review, American Lumber Standard Committee (www.aisc.org) and who provides grading service for the species and grade specified; provide lumber stamped with grade mark unless otherwise indicated. B. Lumber fabricated from old growth timber is not permitted. 2.2 Dimension Lumber N O A. Sizes: Nominal sizes as indicated on drawings, S4S. p GO on � B. Moisture Content: S -dry or MC19. C. Miscellaneous Blocking, Nailers, and Supports: -1C] m r 1. Lumber: S4S, No. 2 or Standard Grade. o M 3�- m 2. Boards: Standard or No. 3. 2.3 Accessories .- Nr A. Fasteners and Anchors: Hot -dipped galvanized steel complying with ASTM A153/A153M for high humidity and preservative -treated wood locations. 2.4 Factory Wood Treatment A. Treated Lumber and Plywood: Comply with requirements of AWPA U1 - Use Category System for wood treatments determined by use categories, expected service conditions, and specific applications. PRVN Consultants, Inc. Rough Carpentry 17014 06 10 00-1 City of Iowa City Wastewater Treatment Facility Contract C-02 - General Construction Backup Generation and Electrical Distribution Upgrade Project 1. Preservative -Treated Wood: Provide lumber marked or stamped by an ALSC- accredited testing agency, certifying level and type of treatment in accordance with AWPA standards. B. Preservative Treatment: 1. Manufacturers: a. Arch Wood Protection, Inc: www.wolmanizedwood.com. b. Koppers Performance Chemicals, Inc: www.koppersperformancechemicals.com. C. Viance, LLC: www.treatedwood.com. C. Preservative Pressure Treatment of Lumber above Grade: AWPA U1, Use Category UC3B, Commodity Specification A using waterborne preservative. 1. Kiln dry lumber after treatment to maximum moisture content of 19 percent. 2. Treat lumber in contact with roofing or flashing. 3. Treat lumber in contact with masonry or concrete. 4. Treat lumber less than 18" above grade. 5. Treat lumber in other locations as indicated. Part 3 Execution 3.1 Preparation A. Coordinate installation of rough carpentry members specified in other sections. 3.2 Installation - General A. Select material sizes to minimize waste. B. Reuse scrap to the greatest extent possible; clearly separate scrap for use on site as accessory components, including: shims, bracing, and blocking. C. Where treated wood is used on interior, provide temporary ventilation during and immediately after installation sufficient to remove indoor air contaminants. 3.3 Blocking, Nailers, and Supports A. Provide framing and blocking members as indicated or as required to support finishes, fixtures, specialty items, and trim. 3.4 Roof -Related CarpentryLD n A. Coordinate installation of roofing carpentry with deck construction, framing�iclof oogningv and roofing assembly installation. n-< t r m -i n B. Provide wood curb at all roof openings except where specifically indicated ett�{.,vis�Form ' >I corners by alternating lapping side members. O o 3.5 Site Applied Wood Treatment N A. Apply preservative treatment compatible with factory applied treatment at site -sawn cuts, complying with manufacturers instructions. B. Allow preservative to dry prior to erecting members. 3.6 Tolerances A. Framing Members: Y4" from true position, maximum. B. Variation from Plane (Other than Floors): '/4" in 10 feet maximum, and %" in 30 feet maximum. PRVN Consultants, Inc. Rough Carpentry 17014 06 1000-2 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 3.7 Cleaning A. Waste Disposal: Comply with applicable regulations. 1. Do not bum scrap on project site. 2. Do not bum scraps that have been pressure treated. 3. Do not send materials treated with pentachlorophenol, CCA, or ACA to co -generation facilities or "waste -to -energy" facilities. B. Do not leave any wood, shavings, sawdust, etc. on the ground or buried in fill. C. Prevent sawdust and wood shavings from entering the storm drainage system. End of Section PRVN Consultants, Inc. Rough Carpentry 17014 06 10 00-3 N O r Cr% O� t.0 N PRVN Consultants, Inc. Rough Carpentry 17014 06 10 00-3 Division 07 Thermal and Moisture Protection City of Iowa City Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction Division o7 N O GO r- �`� Cn fit a N Division o7 City of Iowa City Wastewater Treatment Facility Contract C-02 - General Construction Backup Generation and Electrical Distribution Upgrade Project Section 07 14 16 Waterproofing for Vault Part 1 General 1.1 Related Documents A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 Description of Work in this Section A. This work involves outer perimeter wall and roof preparation of vault surfaces to be water- proofed, and applying waterproofing material consisting of a three (3) layer system, all of which is described in the following parts of this section and as shown by the plans. 1.3 Excavation and Surface Preparation A. The surfaces of the vault receiving the waterproofing material shall be thoroughly cleaned of deleterious material and be dry before application of any waterproofing materials. Cleaning may be by wire brushing, power -washing, a combination of the two (2) methods or other means approved by the Engineer. In cold temperatures, the surface must be free of frost. The waterproofing layers shall be applied to the prepared surfaces in the order as appearing and as described in the following part of this section. 1.4 Hydrolastic Surfacing Material A. Material 1. Material shall consist of a cold -applied, solvent -free, single -component waterproofing compound. This material shall not shrink, it shall have a low volatile organic compound (VOC) content, and it shall have very little odor. It shall be highly resistant to cracking in extreme cold or slump due to softening in high temperatures. The material shall conform with ASTM C 836. Gentle mixing may be necessary if product has settled. 2. Acceptable manufacturer: WR Meadows, Hydralastic - 836. B. Application 1. Application shall be in accordance with manufacturer's recommendations. In addition, the following shall apply, if not already part of the manufacturer's recommendations: Make sure the product is at room temperature before application to ensure ease of application. Generally, apply product by trowel, squeegee, or roller. A flat -blade squeegee may produce best results. Notched squeegees are not recommended. 2. The minimum thickness of application shall be 120 mils (2 coats at 60 nWs) (total thickness = 0.120'). Part 2 Products CD m Not Used C-)C-)tT r Parti Execution r— a �� M3 3.1 Protection Course ly A. Material ry 1. Material shall consist of a multi -ply, semi-rigid core board composed of a mineral fortified asphalt core formed between two outside layers of asphalt -impregnated reinforcing mats, manufactured in accordance with ASTM D6506. It shall be compatible with the waterproofing system. 2. The protective board supplied shall be standard duty minimum. Install per manufacturers recommendation. PRVN Consultants, Inc. Waterproofing for Vault 17014 07 14 16-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project B. Application 1. Installation shall be installed to form a continuous protective layer over the membrane waterproofing. Fit sheets by cutting with a roofers knife or similar device. 2. The surface covered shall be free of sharp projections, dirt and dust. If water testing is desired, it shall be done prior to placing this protection course. This course should be applied at the end of each day's waterproofing to both horizontal and vertical surfaces. End of Section PRVN Consultants, Inc. Waterproofing for Vault 17014 07 14 16-2 e3 0 C-) �, r 0 N PRVN Consultants, Inc. Waterproofing for Vault 17014 07 14 16-2 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 07 53 00 EPDM Membrane Roofing Part 1 General 1.1 Section Requirements A. Description: Removal of existing stone ballasted roof system, including insulation and parapet flashing. Installation of new 60 mil EPDM, fully adhered, roof system, including existing concrete deck cleaning and preparation, new adhered 4" thick rigid insulation layer, penetration flashing, protection board, parapet treated wood nailer repair and flashing. B. Submittals: 1. Shop drawings of tapered insulation. 2. Roof system specifications and details. 3. Material samples for membrane and metal flashing. 4. Warranty form. C. Exterior Fire -Test Exposure: ASTM E 108, as required. D. Warranties: Manufacturer's standard form, without monetary limitation, signed by roofing manufacturer agreeing to repair leaks due to defects in materials or workmanship for period of 20 years. Part 2 Products 2.1 Roofing Materials A. EPDM Sheet: ASTM D 4637, Type Il, scrim or fabric internally reinforced; 60 mils thick; white. 1. Product System Manufacturers: a. Firestone. b. Johns Manville. C. Carlisle. B. Auxiliary Materials: Recommended by roofing system manufacturer for intended use and as follows: 1. Sheet Flashing: 60 mil thick EPDM. 2. Seaming Material: Per the manufacturer's system recommendations. 3. Metal parapet cap flashing: Formed coated aluminum, 0.032" thick, bronze color to match existing building finishes. See sheet AP 10. C. Substrate Board: 5/8" thick ASTM C 1177, Type X, glass -mat, water-resistant gypsum substrate. 2.2 Roof Insulation r-� J A. Install Extruded -Polystyrene Board Insulation: ASTM C 578, Type IV or Polyisocyrate Board Insulation: ASTM C 1289, Type 11. {� B. Fabricate insulation to follow the slope of the existing span deck substrucCyiSa . 1es4otha.law indicated. Provide sloped insulation as required to drain roof to the existinpeWpemn s. �Gr Part 3 Execution rn Q a 3.1 Installation r �_ A. Install substrate board with long joints continuous and perpendicular to roof slopes wIN end joints staggered. Tightly butt substrate boards together and fasten to deck. B. Fasten each layer of insulation to the roof substrate per manufacturers recommendations. C. Install EPDM sheet according to roofing system manufacturer's written instructions and as follows: PRVN Consultants, Inc. 17014 EPDM Membrane Roofing 075300-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 1. Adhered Sheet Installation: Apply bonding adhesive to substrate and underside of sheet and allow to partially dry. Do not apply bonding adhesive to splice area of sheet. D. Seams: Follow manufacturer's system recommendations to seal edges and splice joints in the membrane layout. E. Install sheet flashings and preformed flashing accessories and adhere to substrates. Protect roofing from damage and wear during remainder of construction period. F. Correct deficiencies in or remove and reinstall roofing and sheet flashing that does not comply with requirements. End of Section PRVN Consultants, Inc. 17014 EPDM Membrane Roofing 075300-2 ra 0 n w CrNr Q -J -s- 1 W N PRVN Consultants, Inc. 17014 EPDM Membrane Roofing 075300-2 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Section 07 62 00 Sheet Metal Flashing and Trim Part 1 General 1.1 Related Documents Contract C-02 — General Construction 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. Manufactured through -wall flashing. 2. Manufactured reglets. 3. Formed roof -drainage sheet metal fabrications. 4. Formed low -slope roof sheet metal fabrications. 5. Formed wall sheet metal fabrications. 6. Formed equipment support flashing. 1.3 Coordination A. Coordinate sheet metal flashing and trim layout and seams with sizes and locations of penetrations to be flashed, and joints and seams in adjacent materials. B. Coordinate sheet metal flashing and trim installation with adjoining roofing and wall materials, joints, and seams to provide leakproof, secure, and noncorrosive installation. 1.4 Action Submittals A. Product Data: For each type of product 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for each manufactured product and accessory. B. Shop Drawings: For sheet metal flashing and Vim. 1. Include plans, elevations, sections, and attachment details. 2. Detail fabrication and installation layouts, expansion -joint locations, and keyed details. Distinguish between shop and field assembled work. 3. Include identification of material, thickness, weight, and finish for each item and location in project. 4. Include details for forming, Including profiles, shapes, seams, and dimensions. 5. Include details for joining, supporting, and securing, including layout and spacing of fasteners, cleats, clips, and other attachments. Include pattern of seams. 6. Include details of termination points and assemblies. 7. Include details of expansion joints and expansion joint covers, including showing direction of expansion and contraction from fixed points. 8. Include details of roof -penetration flashing. 9. Include details of special conditions. 10. Include details of connections to adjoining work. r'--1 I C. Samples for Initial Selection: For each type of sheet metal and accessoi�.in�catedwith �~ factory -applied finishes. D. Samples for Verification: For each type of exposed finish. . 1. Sheet Metal Flashing: 12" long by actual width of unit, including finished seam and in required profile. Include fasteners, cleats, clips, closures, and other attachments. 2. Trim, Metal Closures, Expansion Joints, Joint Intersections, and Miscellawous Fabrications: 12" long and in required profile. Include fasteners and other exposed accessories. 3. Unit Type Accessories and Miscellaneous Materials: Full-size Sample. 4. Anodized Aluminum Samples: Samples to show full range to be expected for each color required. PRVN Consultants, Inc. Sheet Metal Flashing and Trim 17014 07 62 00-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 1.5 Informational Submittals A. Product Certificates: For each type of coping and roof edge flashing that is FM approved. B. Product Test Reports: For each product, for tests performed by a qualified testing agency. C. Sample Warranty: For special warranty. 1.6 Closeout Submittals A. Maintenance Data: For sheet metal flashing and trim, and its accessories, to include in maintenance manuals. 1.7 Quality Assurance A. Fabricator Qualifications: Employs skilled workers who custom fabricate sheet metal flashing and trim similar to that required for this project and whose products have a record of successful in-service performance. 1. For copings and roof edge flashings that are FM approved, shop shall be listed as able to fabricate required details as tested and approved. 1.8 Delivery, Storage, and Handling A. Do not store sheet metal flashing and trim materials in contact with other materials that might cause staining, denting, or other surface damage. Store sheet metal flashing and trim materials away from uncured concrete and masonry. B. Protect strippable protective covering on sheet metal flashing and trim from exposure to sunlight and high humidity, except to extent necessary for period of sheet metal flashing and trim installation. 1.9 Warranty A. Special Warranty on Finishes: Manufacturer agrees to repair finish or replace sheet metal flashing and trim that shows evidence of deterioration of factory -applied finishes within specified warranty period. 1. Exposed Panel Finish: Deterioration includes, but is not limited to, the following: a. Color fading more than 5 Hunter units when tested according to ASTM D 2244. b. Chalking in excess of a No. 8 rating when tested according to ASTM D 421A C. Cracking, checking, peeling, or failure of paint to adhere to bare metal. 2. Finish Warranty Period: 20 years from date of Substantial Completion. Part2 Products {i' n JTI 2.1 Performance Requirements i� LO A. General: Sheet metal flashing and trim assemblies shall withstand wind loads;'structur$I movement, thermally induced movement, and exposure to weather without failure due' t6 defective manufacture, fabrication, installation, or other defects in construction. Completed sheet metal flashing and trim shall not rattle, leak, or loosen, and shall remain watertight. B. Sheet Metal Standard for Flashing and Trim: Comply with NRCA's "The NRCA Roofing Manual" requirements for dimensions and profiles shown unless more stringent requirements are indicated. C. FM Approvals Listing: Manufacture and install roof edge flashings that are listed in FM Approvals' "RoofNav" and approved for windstorm classification, Class 1-90. Identify materials with name of fabricator and design approved by FM Approvals. PRVN Consultants, Inc. Sheet Metal Flashing and Trim 17014 07 62 00-2 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project D. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes to prevent buckling, opening of joints, overstressing of components, failure of joint sealants, failure of connections, and other detrimental effects. 2.2 Sheet Metals A. General: Protect mechanical and other finishes on exposed surfaces from damage by applying strippable, temporary prolective film before shipping. B. Aluminum Sheet: ASTM B 209, alloy as standard with manufacturer for finish required, with temper as required to suit forming operations and performance required; with smooth, flat surface. 1. As -Milled Finish: Mill. 2. Alclad Finish: Metallurgically bonded surfacing alloy on both sides, forming aluminum sheet with reflective luster. 3. Factory Prime Coating: Where painting after installation is required, pretreat metal with white or light-colored, factory -applied, baked -on epoxy primer coat; minimum dry film thickness of 0.2 mil. 4. Clear anodic finish, coil coated: AAMA 611, AA-M12C22A41, Class I, 0.018 mm or thicker. 5. Color anodic finish, coil coated: AAMA 611, AA-M12C22A42/A44, Class I, 0.018 mm or thicker. a. Color: Match existing. b. Color Range: Noticeable variations in same piece are not acceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. 6. Exposed Coil -Coated Finish: a. AAMA 620. Fluoropolymer finish containing not less than 70% PVDF resin by weight in color coat. Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers' written instructions. 7. Finish in "Concealed Finish" Subparagraph below is frequently retained as a factory finish for interior surfaces of coil -coated sheet. Usually delete for other finishes. 8. Concealed Finish: Pretreat with manufacturer's standard white or light-colored acrylic or polyester backer finish, consisting of prime coat and wash coat with minimum total dry film thickness of 0.5 mil. 2.3 Underlayment Materials A. Provide submittal. Materials to comply with roof system requirements such -that roof warranty if unaffected. d 2.4 Miscellaneous Materials�n m r A. General: Provide materials and types of fasteners protective coatings, seelants, armother, , miscellaneous items as required for complete sheet metal flashing and tdrny— IlaEi}}"�� and'aSJ recommended by manufacturer of primary sheet metal and roof system urte5a tithe Ise indicated. N B. Fasteners: Wood screws, annular threaded nails, self -tapping screws, self-locking rivets and bolts, and other suitable fasteners designed to withstand design loads and recommended by manufacturer of primary sheet metal or manufactured item. 1. General: Blind fasteners or self -drilling screws, gasketed, with hex -washer head. a. Exposed Fasteners: Heads matching color of sheet metal using plastic caps or factory -applied coating. Provide metal-backed EPDM or PVC sealing washers under heads of exposed fasteners bearing on weather side of metal. b. Blind Fasteners: High-strength aluminum or stainless-steel rivets suitable for metal being fastened. 2. Fasteners for Aluminum Sheet: Aluminum or Series 300 stainless steel. Match flashing color. PRVN Consultants, Inc. Sheet Metal Flashing and Trim 17014 07 62 00-3 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project C. Sealant Tape: Pressure -sensitive, 100% solids, polyisobutylene compound sealant tape with7 release -paper backing. Provide permanently elastic, non -sag, nontoxic, non -staining tape %" wide and 1/8" thick. D. Elastomeric Sealant: ASTM C 920, elastomeric polymer sealant; of type, grade, class, and use classifications required to seal joints in sheet metal flashing and trim and remain watertight. E. Epoxy Seam Sealer: Two-part, noncorrosive, aluminum seam -cementing compound, recommended by aluminum manufacturer for exterior nonmoving joints, including riveted joints. 2.5 Fabrication, General A. General: Custom fabricate sheet metal flashing and trim to comply with details shown and recommendations in cited sheet metal standard that apply to design, dimensions, geometry, metal thickness, and other characteristics of item required. Fabricate sheet metal flashing and trim in shop to greatest extent possible. 1. Fabricate sheet metal flashing and trim in thickness or weight needed to comply with performance requirements, but not less than that specified for each application and metal. 2. Obtain field measurements for accurate fit before shop fabrication. 3. Form sheet metal flashing and trim to fit substrates without excessive oil canning, buckling, and tool marks; true to line, levels, and slopes; and with exposed edges folded back to form hems. 4. Conceal fasteners and expansion provisions where possible. Do not use exposed fasteners on faces exposed to view. B. Fabrication Tolerances: Fabricate sheet metal flashing and trim that is capable of installation to a tolerance of in 20 feet on slope and location lines indicated on drawings and within 1/8" offset of adjoining faces and of alignment of matching profiles. C. Expansion Provisions: Form metal for thermal expansion of exposed flashing and trim. D. Sealant Joints: Where movable, nonexpansion-type joints are required, form metal to provide for proper installation of elastomeric sealant according to cited sheet metal standard. E. Fabricate cleats and attachment devices from same material as accessory being anchored or from compatible, noncorrosive metal. N CJ F. Seams for Aluminum: Fabricate nonmoving seams with flat -lock seams. Fyrm seas and seal with epoxy seam sealer. Rivet joints where necessary for strength. o G. Do not use graphite pencils to mark metal surfaces. 2.6 Roof -Drainage Sheet Metal Fabrications I rn— < m ��, A. Downspouts: Modify existing spouting as required to connect to roof scupl*7 %ed �n penetrations. - •• B. Parapet Scuppers: Fabricate scuppers to dimensions required. Fabricate from the &*wing materials: 1. Aluminum: 0.032" thick. Color to match existing. 2.7 Low -Slope Roof Sheet Metal Fabrications A. Roof Edge Flashed Parapet Cap: Fabricate in minimum 96" long, but not exceeding 12 -foot - long sections. 1. Joint Style: Overlapped, 4" wide. 2. Fabricate from the following materials: a. Aluminum: 0.032" thick. PRVN Consultants, Inc. Sheet Metal Flashing and Trim 17014 07 62 00-4 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project B. Roof -Penetration Flashing: Fabricate from the following materials: 1. Stainless Steel: 0.019", as required by equipment specification or as shown on the plans. Part 3 Execution 3.1 Examination A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances, substrate, and other conditions affecting performance of the Work. 1. Verify compliance with requirements for installation tolerances of substrates. 2. Verify that substrate is sound, dry, smooth, clean, sloped for drainage, and securely anchored. 3. Verify that air- or water-resistant barriers have been installed over sheathing or backing substrate to prevent air infiltration or water penetration. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 Underlayment Installation A. Underlayment: Install underlayment, wrinkle free, using adhesive to minimize use of mechanical fasteners under sheet metal flashing and trim. Apply in shingle fashion to shed water, with lapped joints of not less than 2". B. Apply slip sheet, wrinkle free directly on substrate before installing sheet metal flashing and trim. 3.3 Installation, General A. General: Anchor sheet metal flashing and trim and other components of the work securely in place, with provisions for thermal and structural movement. Use fasteners, solder, protective coatings, separators, sealants, and other miscellaneous items as required to complete sheet metal flashing and trim system. 1. Install sheet metal flashing and trim true to line, levels, and slopes. Provide uniform neat seams with minimum exposure of solder, welds, and sealant. 2. Install sheet metal flashing and trim to fit substrates and to result in watertight performance. Verify shapes and dimensions of surfaces to be covered before fabricating sheet metal. 3. Space cleats not more than 12" apart. Attach each cleat with at least two fasteners. Bend tabs over fasteners. 4. Install exposed sheet metal flashing and trim with limited oil canning, and free of buckling and tool marks. 5. Torch cutting of sheet metal flashing and trim is not permitted. 6. Do not use graphite pencils to mark metal surfaces. B. Metal Protection: Where dissimilar metals contact each other, or where metal contaxts pressure -treated wood or other corrosive substrates, protect against galvanic actiowor corrosion by painting contact surfaces with bituminous coating or by other peryianent separation as recommended by sheet metal manufacturer or cited sheet giet�a standard. 1. Coat concealed side of sheet metal flashing and trim with bitumingu�coating where flashing and Vim contact wood, ferrous metal, or cementitious constryiction:. 2. Undedayment: Where installing sheet metal flashing and trim directly on cementitious or wood substrates, install underlayment and cover with slip sheet. C. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim.•Space movement joints at maximum of 10 feet with no joints within 24" of corneror intersnion. D. Fasteners: Use fastener sizes that penetrate substrate not less than recommended by fastener manufacturer to achieve maximum pullout resistance. PRVN Consultants, Inc. Sheet Metal Flashing and Trim 17014 07 62 00-5 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project E. Conceal fasteners and expansion provisions where possible in exposed work and locate to minimize possibility of leakage. Cover and seal fasteners and anchors as required for a tight installation. Seal joints as required for watertight construction. 1. Use sealant -filled joints unless otherwise indicated. G. Rivets: Rivet joints where necessary for strength. 3.4 Roof Flashing Installation A. General: Install sheet metal flashing and trim to comply with performance requirements and cited sheet metal standard. Provide concealed fasteners where possible, and set units true to line, levels, and slopes. Install work with laps, joints, and seams that are permanently watertight and weather resistant. B. Roof Edge Flashing: Anchor to resist uplift and outward forces according to recommendations in cited sheet metal standard unless otherwise indicated. Interlock bottom edge of roof edge flashing with continuous cleat anchored to substrate at staggered 3" centers. C. Roof -Penetration Flashing: Coordinate installation of roof -penetration flashing with installation of roofing and other items penetrating roof. Seal with elastomeric sealant and clamp flashing to pipes that penetrate roof. 3.5 Miscellaneous Flashing Installation A. Equipment Support Flashing: Coordinate installation of equipment support flashing with installation of roofing and equipment. Weld or seal flashing with elastomeric sealant to equipment support member. 3.6 Erection Tolerances A. Installation Tolerances: Shim and align sheet metal flashing and trim within installed tolerance of Y." in 20 feet on slope and location lines indicated on Drawings and within 1/8" offset of adjoining faces and of alignment of matching profiles. 3.7 Cleaning and Protection A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. B. Clean off excess sealants. C. Remove temporary protective coverings and strippable films as sheet metal flashing and trim are installed unless otherwise indicated in manufacturer's written installation instructions. On completion of sheet metal flashing and trim installation, remove unused materials and clean finished surfaces as recommended by sheet metal flashing and trim manufacturer.40aintain sheet metal flashing and trim in clean condition during construction. _ ca c _� D. Replace sheet metal flashing and trim that have been damaged or that geteFtiil"ated beyond successful repair by finish touchup or similar minor repair proceC9QV t �. rn End of Section I� M o70 � � Y N PRVN Consultants, Inc. Sheet Metal Flashing and Trim 17014 07 62 00-6 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 07 62 01 Roof Drainage Sheet Metal Fabrication Part 1 General 1.1 Related Documents 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. Formed roof -drainage sheet metal fabrications. 1.3 Coordination A. Coordinate sheet metal flashing and trim layout and seams with sizes and locations of penetrations to be flashed, and joints and seams in adjacent materials. B. Coordinate sheet metal flashing and trim installation with adjoining roofing and wall materials, joints, and seams to provide leakproof, secure, and noncorrosive installation. 1.4 Preinstallation Reviews A. Review construction schedule. Verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. B. Review special roof details, roof drainage, roof -penetration flashing, equipment curbs, and condition of other construction that affect sheet metal flashing and trim. C. Review requirements for insurance and certificates if applicable. D. Review sheet metal flashing observation and repair procedures after flashing installation. 1.5 Submittals A. Product Data: For each type of product. 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for each manufactured product and accessory. B. Shop Drawings: For sheet metal scupper assemblies, drain boxes and downspouts. 1. Include plans, elevations, sections, and attachment details. 2. Include identification of material, thickness, weight, and finish for each item and location in project. 3. Include details for forming, including profiles, shapes, seams, and dimensions. 4. Include details for joining, supporting, and securing, including layout and spacing of fasteners, cleats, clips, and other attachments. Include pattern of seams. 5. Include details of termination points and assemblies. 6. Include details of connections to adjoining work. `71 C. Samples for Initial Selection: For sheet metal and accessories indicatejwv t faogy-appM finishes. D. Samples for Verification: For each type of exposed finish. --I n 1. Anodized Aluminum Samples: Samples to show full range to 4w Rec% for eM color required. — T 0 1.6 Informational Submittals N A. Qualification Data: For fabricator. PRVN Consultants, Inc. Roof Drainage Sheet Metal Fabrication 17014 07 62 01-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project B. Product Certificates: For each type of assembly. 1.7 Quality Assurance A. Fabricator Qualifications: Employs skilled workers who custom fabricate sheet metal flashing and trim similar to that required for this Project and whose products have a record of successful in-service performance. B. Product Integration with Roof Replacement: Scuppers, drain boxes, and downspout assembly products to be reviewed and accepted by roof installer prior to fabrications and installation. Roof membrane and membrane flashing shall be integrated with scupper flashing through parapet wall per manufacturers recommendations. 1.8 Delivery, Storage, and Handling A. Do not store sheet metal flashing and trim materials in contact with other materials that might cause staining, denting, or other surface coating damage. Store sheet metal flashing and trim materials away from uncured concrete and masonry. B. Protect strippable protective covering on sheet metal flashing and trim from exposure to sunlight and high humidity, except to extent necessary for period of sheet metal flashing and trim installation. 1.9 Warranty A. Special Warranty on Finishes: Manufacturer agrees to repair finish or replace sheet metal flashing and trim that shows evidence of deterioration of factory -applied finishes within specified warranty period. 1. Exposed Panel Finish: Deterioration includes, but is not limited to, the following: a. Color fading more than five (5) Hunter units when tested according to ASTM D 2244. b. Chalking in excess of a No. 8 rating when tested according to ASTM D 4214. C. Cracking, checking, peeling, or failure of paint to adhere to bare metal. 2. Finish Warranty Period: 20 years from date of Substantial Completion. Part 2 Products 2.1 Performance Requirements A. General: Sheet metal flashing and trim assemblies shall withstand wind loads, structural movement, thermally induced movement, and exposure to weather without failure due to defective manufacture, fabrication, installation, or other defects in construction. Completed sheet metal flashing and trim shall not rattle, leak, or loosen, and shall remain watertight. B. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes to prevent buckling, opening of joints, overstressing of components, failurrgof joint sealants, failure of connections, and other detrimental effects. v 2.2 Sheet Metals = n --d � 1 A. General: Protect mechanical and other finishes on exposed surfaces frorQ1 �aggj y applying strippable, temporary protective film before shipping. B. Aluminum Sheet: ASTM B 209, alloy as standard with manufacturer for finish required, with .l temper as required to suit forming operations and performance required; with smooth,' flat surface. 1. As -Milled Finish: Standard one -side bright. r� a. Color: Bronze. Owners Representative to select color and finish appearance. b. Color Range: Noticeable variations in same piece are not acceptable. Variations in appearance of adjoining components are acceptable if they are PRVN Consultants, Inc. Roof Drainage Sheet Metal Fabrication 17014 07 62 01-2 City of Iowa City Wastewater Treatment Facility Contract C-02 - General Construction Backup Generation and Electrical Distribution Upgrade Project within the range of approved Samples and are assembled or installed to minimize contrast. 2. Exposed Coil -Coated Finish: Finish system to provide warranty duration protection. a. Two- (2) Coat Fluoropolymer: AAMA 620. Fluoropolymer finish containing not less than 70% PVDF resin by weight in color coat. Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers' written instructions. 3. Color: Bronze to match existing systems. Color to be selected by the Owners Representative. 4. Concealed Finish: Pretreat with manufacturer's standard white or light-colored acrylic or polyester backer finish, consisting of prime coat and wash coat with minimum total dry film thickness of 0.5 mil. 2.3 Fabrication General A. General: Custom fabricate sheet metal flashing and trim to comply with details shown and recommendations in cited sheet metal standard that apply to design, dimensions, geometry, metal thickness, and other characteristics of item required. Fabricate sheet metal flashing and trim in shop to greatest extent possible. 1. Fabricate sheet metal flashing and trim in thickness or weight needed to comply with performance requirements, but not less than that specified for each application and metal. 2. Obtain field measurements for accurate fit before shop fabrication. 3. Form sheet metal flashing and trim to fit substrates without excessive oil canning, buckling, and tool marks; true to line, levels, and slopes; and with exposed edges folded back to form hems. 4. Conceal fasteners and expansion provisions where possible. Do not use exposed fasteners on faces exposed to view. B. Fabrication Tolerances: Fabricate sheet metal flashing and trim that is capable of installation to a tolerance of 1/4" in 20 feet on slope and location lines indicated on drawings and within 1/8" offset of adjoining faces and of alignment of matching profiles. C. Fabrication Tolerances: Fabricate sheet metal flashing and trim that is capable of installation to tolerances specified in MCA's "Guide Specification for Residential Metal Roofing." D. Expansion Provisions: Form metal for thermal expansion of exposed flashing and trim. 1. Form expansion joints of intermeshing hooked flanges, not less than 1" deep, filled with butyl sealant concealed within joints. 2. Use lapped expansion joints only where indicated on drawings. E. Sealant Joints: Where movable, nonexpansion-type joints are required, form metal to provide for proper installation of elastomeric sealant according to cited sheet metal standard. F. Fabricate cleats and attachment devices from same material as accessory being anchored or from compatible, noncorrosive metal. G. Fabricate cleats and attachment devices of sizes as recommended by cited sheet metal standard for application, but not less than thickness of metal being secured. H. Seams: Fabricate nonmoving seams with flat -lock seams. Tin edges to be seamed, form seams, and solder. I. Seams: Fabricate nonmoving seams with flat -lock seams. Form seams and sedt-d�ith elastomeric sealant unless otherwise recommended by sealant manufacturer for intended use. Rivet joints where necessary for strength. J. Seams for Aluminum: Fabricate nonmoving seams with flat -lock seams`. -'Form 49ms and seal with epoxy seam sealer. Rivet joints where necessary for strengthrC2 rn �1 K. Do not use graphite pencils to mark metal surfaces. v PRVN Consultants, Inc. Roof Drainage Sheet M;471 Fabrication 17014 07 62 01-3 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 2.4 Roof -Drainage Sheet Metal Fabrications A. Downspouts: Fabricate rectangular open -face downspouts to dimensions indicated, complete with mitered elbows. Furnish with metal hangers from same material as downspouts and anchors. Match existing rectangular size: min. 1. Hanger Style: Standard, matching finish. 2. Fabricate from the following materials: a. Aluminum: 0.032" thick. B. Parapet Scuppers: Fabricate scuppers to dimensions required, with closure flange trim to exterior. Fabricate from the following materials: 1. Aluminum: 0.032" thick. C. Conductor Heads: Fabricate conductor heads with flanged back and stiffened top edge and of dimensions and shape required, complete with outlet tubes and exterior flange trim. Fabricate from the following materials: 1. Aluminum: 0.032" thick. Part 3 Execution 3.1 Examination A. Examine substrates, areas, and conditions, with installer present, for compliance with requirements for installation tolerances, substrate, and other conditions affecting performance of the work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 Installation, General A. General: Anchor sheet metal flashing and trim and other components of the work securely in place, with provisions for thermal and structural movement. Use fasteners, protective coatings, separators, sealants, and other miscellaneous items as required to complete sheet metal flashing and trim system. 1. Install sheet metal flashing and trim true to line, levels, and slopes. Provide uniform, neat seams with minimum exposure of solder, welds, and sealant. 2. Install sheet metal flashing and trim to fit substrates and to result in watertight performance. Verify shapes and dimensions of surfaces to be covered before fabricating sheet metal. 3. Install exposed sheet metal flashing and trim with limited oil canning, and free of buckling and tool marks. 4. Torch cutting of sheet metal flashing and trim is not permitted. 5. Do not use graphite pencils to mark metal surfaces. B. Metal Protection: Where dissimilar metals contact each other, or where metal contacts pressure -treated wood or other corrosive substrates, protect against galvanic action or corrosion by painting contact surfaces with bituminous coating or by other permanent separation as recommended by sheet metal manufacturer or cited sheet metal standard. 1. Coat concealed side of uncoated -aluminum sheet metal flashing and trim with bituminous coating where flashing and trim contact wood, ferrous metal, or cementitious construction. C. Expansion Provisions: Provide for thermal expansion of exposed flashing and t". 1. Form expansion joints of intermeshing hooked flanges, not les"han 1'�!*ep, filled with sealant concealed within joints. CD —" n 2. Use lapped expansion joints only where indicated on drawingf;;n D. Conceal fasteners and expansion provisions where possible in exposed-wc a iocatelito minimize possibility of leakage. Cover and seal fasteners and anchors Wiequired for a installation. rn r E. Seal joints as required for watertight construction. PRVN Consultants, Inc. Roof Drainage Sheet MeW Fabrication 17014 07 62 01-4 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Use sealant -filled joints unless otherwise indicated. F. Rivets: Rivet joints where necessary for strength. 3.3 Roof -Drainage System Installation A. General: Install sheet metal roof -drainage items to produce complete roof -drainage system according to cited sheet metal standard unless otherwise indicated. Coordinate installation of roof perimeter flashing with installation of roof -drainage system. B. Downspouts: Single section assembly from head to outlet. 1. Provide hangers with fasteners designed to hold downspouts securely to walls. Locate hangers at top and bottom and at approximately 60" o.c. 2. Provide elbows at base of downspout to direct water away from building. C. Parapet Scuppers: Continuously support scupper, set to correct elevation, and seal flanges to interior wall face, over cants or tapered edge strips, and under roofing membrane. 1. Anchor scupper closure trim flange to exterior wall and seal with elastomeric sealant to scupper. 2. Loosely lock front edge of scupper with conductor head. 3. Seal with elastomeric sealant exterior wall scupper flanges into back of conductor head. D. Conductor Heads: Anchor securely to wall, with elevation of conductor head rim at minimum of 1" below scupper discharge. 3.4 Cleaning and Protection A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. B. Clean off excess sealants. C. Remove temporary protective coverings and strippable films as sheet metal flashing and trim are installed unless otherwise indicated in manufacturer's written installation instructions. On completion of sheet metal flashing and Vim installation, remove unused materials and clean finished surfaces as recommended by sheet metal flashing and trim manufacturer. Maintain sheet metal flashing and trim in clean condition during construction. D. Replace sheet metal flashing and trim that have been damaged or that have deteriorated beyond successful repair by finish touchup or similar minor repair procedures. End of Section v w PRVN Consultants, Inc. Roof Drainage Sheet Metal Fabrication 17014 07 62 01-5 o_ O =n m O c7� 1 Ern cn a v w PRVN Consultants, Inc. Roof Drainage Sheet Metal Fabrication 17014 07 62 01-5 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 07 72 00 Roof Accessories Part 1 General 1.1 Related Documents 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. Roof curbs. 2. Equipment supports. 3. Pipe supports. 4. Roof walkways. 5. Preformed flashing sleeves. 1.3 Performance Requirements A. General Performance: Roof accessories shall withstand exposure to weather and resist thermally induced movement without failure, rattling, leaking, or fastener disengagement due to defective manufacture, fabrication, installation, or other defects in construction. 1.4 Action Submittals A. Product Data: For each type of roof accessory indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes. B. Shop Drawings: For roof accessories. Include plans, elevations, keyed details, and attachments to other work. Indicate dimensions, loadings, and special conditions. Distinguish between plant- and field -assembled work. C. Samples: For each exposed product and for each color and texture specified, prepared on Samples of size to adequately show color. 1.5 Informational Submittals A. Coordination Drawings: Roof plans, drawn to scale, and coordinating penetrations and roof - mounted items. Show the following: 1. Size and location of roof accessories specified in this Section. 2. Method of attaching roof accessories to roof or building structure. 3. Other roof -mounted items including mechanical and electrical equipment, ductwork, piping, and conduit. 4. Required clearances. B. Warranty: Sample of special warranty. 1.6 Closeout Submittals N v.? A. Operation and Maintenance Data: For roof accessories to include in opeT!ion ani maintenance manuals. ;4_bn 1.7 Coordinationcri n A. Coordinate layout and installation of roof accessories with roofing membrarie;tSase shinfi1 and interfacing and adjoining construction to provide a leakproof, weatherfigHf �ec&e, and noncorrosive installation. r B. Coordinate dimensions with rough -in information or Shop Drawings of equipment td* supported. PRVN Consultants, Inc. Roof Accessories 17014 07 72 00-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 1.8 Warranty A. Special Warranty on Painted Finishes: Manufacturer's standard form in which manufacturer agrees to repair finishes or replace roof accessories that show evidence of deterioration of factory -applied finishes within specified warranty period. 1. Fluoropolymer Finish: Deterioration includes, but is not limited to, the following: a. Color fading more than 5 Hunter units when tested according to ASTM D 2244. b. Chalking in excess of a No. 8 rating when tested according to ASTM D 4214. C. Cracking, checking, peeling, or failure of paint to adhere to bare metal. 2. Finish Warranty Period: 20 years from date of Substantial Completion. Part 2 Products 2.1 Metal Materials A. Zinc -Coated (Galvanized) Steel Sheet: ASTM A 653/A 653M, G90 coating designation. 1. Mill-Phosphatized Finish: Manufacturer's standard for field painting. 2. Factory Prime Coating: Where field painting is indicated, apply pretreatment and white or light-colored, factory -applied, baked -on epoxy primer coat, with a minimum dry film thickness of 0.2 mil. 3. Exposed Coil -Coated Finish: Prepainted by the coil -coating process to comply with ASTM A 755/A 755M. Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers' written instructions. a. Two -Coat Fluoropolymer Finish: AAMA 621. System consisting of primer and fluoropolymer color topcoat containing not less than 70% PVDF resin by weight. 4. Baked -Enamel or Powder -Coat Finish: Immediately after cleaning and pretreating, apply manufacturer's standard two -coat, baked -on finish consisting of prime coat and thermosetting topcoat, with a minimum dry film thickness of 1 mil for topcoat. Comply with coating manufacturer's written instructions for applying and baking to achieve a minimum dry film thickness of 2 mils. 5. Concealed Finish: Pretreat with manufacturer's standard white or light-colored acrylic or polyester -backer finish consisting of prime coat and wash coat, with a minimum total dry film thickness of 0.5 mil. B. Aluminum -Zinc Alloy -Coated Steel Sheet: ASTM A 792/A 792M, AZ50 coated 1. Factory Prime Coating: Where field painting is indicated, apply pretreatment and white or light-colored, factory -applied, baked -on epoxy primer coat, with a minimum dry film thickness of 0.2 mil. 2. Exposed Coil -Coated Finish: Prepainted by the coil -coating process to comply with ASTM A 755/A 755M. Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers' written instructions. a. Two -Coat Fluoropolymer Finish: AAMA 621. System consisting of primer and fluoropolymer color topcoat containing not less than 70% PVDF resin by 3. weight. 1� Baked -Enamel or Powder -Coat Finish: Immediately after cleaning and Mtreating, apply manufacturer's standard two -coat, baked -on finish cons! lit'of p"e coat,ar i CorA thermosetting topcoat, with a minimum dry film thickness of 1 mi.foatopc9at. y with coating manufacturer's written instructions for applying anoiairng to�bchieve-a' 4. minimum dry film thickness of 2 mils. n r" Concealed Finish: Pretreat with manufacturer's standard white'MI&t-c tared ac" 11 or polyester -backer finish consisting of prime coat and wash coat ifh a minimA total dry film thickness of 0.5 mil. C. Aluminum Sheet: ASTM B 209, manufacturer's standard alloy for finish required, wik temper to suit forming operations and performance required. w 1. Mill Finish: As manufactured. 2. Factory Prime Coating: Where field painting is indicated, apply pretreatment and white or light-colored, factory -applied, baked -on epoxy primer coat, with a minimum dry film thickness of 0.2 mil. 3. Clear Anodic Finish: AAMA 611, AA-M12C22A41, Class I, 0.018 mm or thicker. PRVN Consultants, Inc. Roof Accessories 17014 07 72 00-2 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 4. Color Anodic Finish: AAMA 611, AA-M12C22A42/A44, Class I, 0.018 mm or thicker. 5. Exposed Coil -Coated Finish: Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers' written instructions. a. Two -Coat Fluoropolymer Finish: AAMA 620. System consisting of primer and fiuoropolymer color topcoat containing not less than 70% PVDF resin by weight. 6. Baked -Enamel or Powder -Coat Finish: AAMA 2603 except with a minimum dry film thickness of 1.5 mils. Comply with coating manufacturer's written instructions for cleaning, conversion coating, and applying and baking finish. 7. Concealed Finish: Pretreat with manufacturer's standard white or light-colored acrylic or polyester -backer finish consisting of prime coat and wash coat, with a minimum total dry film thickness of 0.5 mil. D. Aluminum Extrusions and Tubes: ASTM B 221, manufacturer's standard alloy and temper for type of use, finished to match assembly where used, otherwise mill finished. E. Copper Sheet: ASTM B 370, manufacturer's standard temper. F. Stainless -Steel Sheet and Shapes: ASTM A 240/A 240M or ASTM A 666, Type ?L(_§. G. Steel Shapes: ASTM A 36/A 36M, hot -dip galvanized according to ASTMA123/A-A23M 11 unless otherwise indicated. t H. Steel Tube: ASTM A 500, round tube.n I. Galvanized -Steel Tube: ASTM A 500, round tube, hot -dip galvanized accorrmrgto 1 ASTM A 123/A 123M. c7 J. Steel Pipe: ASTM A 53/A 53M, galvanized. ✓ W 2.2 Miscellaneous Materials A. General: Provide materials and types of fasteners, protective coatings, sealants, and other miscellaneous items required by manufacturer for a complete installation. B. Acrylic Glazing: ASTM D 4802, thermoformable, monolithic sheet, manufacturer's standard, Type UVA (formulated with UV absorber), Finish 1 (smooth or polished). C. Cellulosic -Fiber Board Insulation: ASTM C 208, Type II, Grade 1, thickness as indicated. D. Glass -Fiber Board Insulation: ASTM C 726, thickness as indicated. E. Polyisocyanurate Board Insulation: ASTM C 1289, thickness as indicated. F. Wood Nailers: Softwood lumber, pressure treated with waterborne preservatives for aboveground use, acceptable to authorities having jurisdiction, and complying with AWPA C2; not less than 1 ''/:" thick. G. Bituminous Coating: Cold -applied asphalt emulsion complying with ASTM D 1187, H. Underlayment: 1. Felt: ASTM D 226, Type II (No. 30), asphalt -saturated organic felt, nonperforated. 2. Polyethylene Sheet: 6 -mil- thick polyethylene sheet complying with ASTM D 4397. 3. Slip Sheet: Building paper, 3-Ib/100 sq. ft. minimum, rosin sized. Fasteners: Roof accessory manufacturer's recommended fasteners suitable for application and metals being fastened. Match finish of exposed fasteners with finish of material being fastened. Provide nonremovable fastener heads to exterior exposed fasteners. Furnish the following unless otherwise indicated: 1. Fasteners for Zinc -Coated or Aluminum -Zinc Alloy -Coated Steel: Series 300 stainless steel or hot -dip zinc -coated steel according to ASTM A 153/A 153M or ASTM F 2329. PRVN Consultants, Inc. Roof Accessories 17014 07 72 00-3 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 2. Fasteners for Aluminum Sheet: Aluminum or Series 300 stainless steel. 3. Fasteners for Copper Sheet: Copper, hardware bronze, or passivated Series 300 stainless steel. 4. Fasteners for Stainless -Steel Sheet: Series 300 stainless steel. J. Gaskets: Manufacturer's standard tubular or fingered design of neoprene, EPDM, PVC, or silicone or a flat design of foam rubber, sponge neoprene, or cork. K. Elastomeric Sealant: ASTM C 920, elastomeric polymer sealant as recommended by roof accessory manufacturer for installation indicated; low modulus; of type, grade, class, and use classifications required to seal joints and remain watertight. L. Butyl Sealant: ASTM C 1311, single -component, solvent -release butyl rubber sealant; polyisobutylene plasticized; heavy bodied for expansion joints with limited movement. M. Asphalt Roofing Cement: ASTM D 4586, asbestos free, of consistency required for application. 2.3 Roof Curbs A. Roof Curbs: Internally reinforced roof -curb units capable of supporting superimposed live and dead loads, including equipment loads and other construction indicated on Drawings; with Insulation: Factory insulated with 1 %" thick glass -fiber board insulation. welded or mechanically fastened and sealed cornerjoints, and integrally formed deck - Liner: Same material as curb, of manufacturer's standard thickness and finish. mounting flange at perimeter bottom. Factory -installed wood nailer at top of curb, continuous around curb perimeter. 4. On ribbed or fluted metal roofs, form deck -mounting flange at perimeter bottom to B. Size: Coordinate dimensions with roughing -in information or Shop Drawings of equipment to be supported. 5. Fabricate curbs to minimum height of 12" unless otherwise indicated. 6. C. Loads: See Shop Drawings of equipment to be supported. deck -mounting flange. 7. D. Material: Zinc -coated (galvanized) steel sheet, 0.052" thick.gt height tapered to accommodate roof slope so that top surface of perimeter curb is 71 1. Finish: Mill phosphatized. rc= ' Security Grille: Provide where indicated. 2.4 Equipment Supports 2. Color: Match existing. t E. Material: Aluminum sheet, 0.090" thick. 1. Finish: Baked enamel or powder coat. t y 2. Color: Match existing. F. Material: Stainless-steel sheet, 0.078" thick. W 1. Finish: Baked enamel or powder coat. 2. Color: Match existing. G. Construction 1. Insulation: Factory insulated with 1 %" thick glass -fiber board insulation. 2. Liner: Same material as curb, of manufacturer's standard thickness and finish. 3. Factory -installed wood nailer at top of curb, continuous around curb perimeter. 4. On ribbed or fluted metal roofs, form deck -mounting flange at perimeter bottom to conform to roof profile. 5. Fabricate curbs to minimum height of 12" unless otherwise indicated. 6. Top Surface: Level around perimeter with roof slope accommodated by sloping the deck -mounting flange. 7. Sloping Roofs: Where roof slope exceeds 1:48, fabricate curb with perimeter curb height tapered to accommodate roof slope so that top surface of perimeter curb is level. Equip unit with water diverter or cricket on side that obstructs water flow. 8. Security Grille: Provide where indicated. 2.4 Equipment Supports A. Equipment Supports: Internally reinforced metal equipment supports capable of supporting superimposed live and dead loads, including equipment loads and other construction indicated on Drawings; with welded or mechanically fastened and sealed corner joints and integrally formed deck -mounting flange at perimeter bottom. PRVN Consultants, Inc. Roof Accessories 17014 07 72 00-4 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project B. Size: Coordinate dimensions with roughing -in information or Shop Drawings of equipment to be supported. C. Loads: See Shop Drawings of equipment to be supported. D. Material: Zinc -coated (galvanized) steel sheet, 0.052" thick. 1. Finish: Factory prime coating. 2. Color: As indicated by manufacturer's designations. E. Material: Aluminum sheet, 0.090" thick. 1. Finish: Mill. 2. Color: As indicated by manufacturer's designations. F. Material: Stainless-steel sheet, 0.078" thick. 1. Finish: Manufacturer's standard. G. Construction 1. Insulation: Factory insulated with 1 V thick glass -fiber board insulation. 2. Liner: Same material as equipment support, of manufacturer's standard thickness and finish. 3. Factory -installed continuous wood nailers (match existing width) at tops of equipment supports. 4. Metal Counterflashing: Manufacturer's standard, removable, fabricated of same metal and finish as equipment support. 5. On ribbed or fluted metal roofs, form deck -mounting flange at perimeter bottom to conform to roof profile. 6. Sloping Roofs: Where roof slope exceeds 1:46, fabricate each support with height to accommodate roof slope so that tops of supports are level with each other. Equip supports with water diverters or crickets on sides that obstruct water flow. 7. Security Grille: Provide where indicated. 2.5 Pipe Supports A. Light -Duty Pipe Supports: Extruded -aluminum base assembly and Type 304 stainless-steel roller assembly for pipe sizes indicated, including manufacturer's recommended load, distributing baseplate. See Editing Instruction No. 1 in the Evaluations for cautions about naming manufacturers. Retain one (1) of first two (2) subparagraphs and list of manufacture below. See Section 016000 "Product Requirements." 1. Finish: Manufacturer's standard. z I �^- - 6 t� B. Duct Supports: Extruded -aluminum, urethane -insulated supports, inches in diameter, with manufacturer's recommended hardware for mounting to structure or structural roof dock. 1. Finish: Manufacturer's standard. 2.6 Roof Walkways A. Roof Walkway: Metal planking formed from multiple C-shaped channels with upper surface punched in serrated diamond or rectangular shapes to produce raised slip -resistant surface and drainage holes. Provide support framing, brackets, connectors, nosings, and other accessories and components needed for complete installation. Include step units or stairs of similar construction for changes in elevation. Equip with safety railings that are acceptable to authorities having jurisdiction, where height of walkway or stairs requires them. 1. Plank Width: 11 3/." inches. 2. Walkway Width: As indicated. 3. Channel Depth: 1 '/l" inches. 4. Metal Material: 0.079" thick zinc -coated (galvanized) steel sheet. 5. Retain first subparagraph below for low -slope membrane roofing and other nonmetal panel roofing. Revise to suit Project or to describe support -stand adaptors for metal panel roofing. See Evaluations. PRVN Consultants, Inc. Roof Accessories 17014 07 72 00-5 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 6. Support Stands: Manufacturer's standard, with protective pads compatible with roofing material. 7. Finish: Manufacturer's standard. 2.7 Preformed Flashing Sleeves A. Vent Stack Flashing: Metal flashing sleeve, uninsulated, with integral deck flange 1. Metal: Aluminum sheet, 0.063" thick. 2. Height: 13". 3. Diameter: As indicated. 4. Finish: Manufacturer's standard. 2.8 General Finish Requirements A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Appearance of Finished Work: Noticeable variations in same piece are not acceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples are assembled or installed to minimize contrast. Part 3 Execution 3.1 Examination A. Examine substrates, areas, and conditions, with installer present, to verify actual locations, dimensions, and other conditions affecting performance of the Work. B. Verify that substrate is sound, dry, smooth, clean, sloped for drainage, and securely anchored. C. Verify dimensions of roof openings for roof accessories. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 Installation A. General: Install roof accessories according to manufacturer's written instructions. 1. Install roof accessories level, plumb, true to line and elevation, and without warping, jogs in alignment, excessive oil canning, buckling, or tool marks. 2. Anchor roof accessories securely in place so they are capable of resisting indicated loads. 3. Use fasteners, separators, sealants, and other miscellaneous items as required to = complete installation of roof accessories and fit them to substrates. 4. Install roof accessories to resist exposure to weather without failing, rattlin eakirp, " or loosening of fasteners and seals. B. Metal Protection: Protect metals against galvanic action by separating dissimpa} metals front contact with each other or with corrosive substrates by painting contact acQs witho bituminous coating or by other permanent separation as recommendedby manufactu�r. 1. Coat concealed side of uncoated aluminum roof accessories with bituminousvoating where in contact with wood, ferrous metal, or cementitious construction. 2. Undedayment: Where installing roof accessories directly on cementitious or wood substrates, install a course of felt underiayment and cover with a slip sheet, or install a course of polyethylene sheet. 3. Bed flanges in thick coat of asphalt roofing cement where required by manufacturers of roof accessories for waterproof performance. C. Roof Curb Installation: Install each roof curb so top surface is level. D. Equipment Support Installation: Install equipment supports so top surfaces are level with each other. PRVN Consultants, Inc. Roof Accessories 17014 07 72 00-6 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project E. Pipe Support Installation: Install pipe supports so top surfaces are in contact with and provide equally distributed support along length of supported item. F. Security Grilles: Weld bar intersections and attach the ends of bars to structural frame or primary curb walls. G. Roof Walkway Installation 1. Retain first subparagraph below for ballasted low -slope roofing. 2. Remove ballast from top surface of low -slope roofing at locations of contact with roof - walkway supports. 3. Install roof walkway support pads prior to placement of roof walkway support stands onto low -slope roofing. 4. Redistribute removed ballast after installation of support pads. H. Preformed Flashing -Sleeve Installation: Secure flashing sleeve to roof membrane according to flashing -sleeve manufacturer's written instructions. I. Seal joints as required by roof accessory manufacturer. 3.3 Repair and Cleaning A. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing according to ASTM A 780. B. Touch up factory -primed surfaces with compatible primer ready for field painting. C. Clean exposed surfaces according to manufacturer's written instructions. D. Clean off excess sealants. E. Replace roof accessories that have been damaged or that cannot be successfully repaired by finish touchup or similar minor repair procedures. End of Section PRVN Consultants, Inc. 17014 .J n �rT1 _7A Roohocessories 07 72 00-7 �M Division 08 Openings City of Iowa City Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction Division 08 N a% r �r*i vJ 0 ox � W Division 08 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Section 08 11 13 Hallow Metal Doors and Frames Part 1 General 1.1 Section Includes A. Nan -fire -rated steel double door and frame set. B. Rehabilitation of existing door frames and thresholds. 1.2 Reference Standards Contract C-02 – General Construction A. ANSI A250.8 - SDI -100 Recommended Specifications for Standard Steel Doors and Frames; 2003. B. ANSI A250.10 - Test Procedure and Acceptance Criteria for Prime Painted Steel Surfaces for Steel Doors and Frames; 1998 (R2011). C. BHMA At 56.115 - Hardware Preparation in Steel Doors and Steel Frames; 2006. D. NAAMM HMMA 840 - Guide Specifications for Installation and Storage of Hollow Metal Doors and Frames; The National Association of Architectural Metal Manufacturers; 2007. 1.3 Submittals A. Product Data: Materials and details of design and construction, hardware locations, reinforcement type and locations, anchorage and fastening methods, and finishes. B. Shop Drawings: Details of each opening, showing elevations, glazing, frame profiles, anchorage, connections, and identifying location of different finishes, if any. 1.4 Quality Assurance A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum (5) five years documented experience. — w B. n Installer Qualifications: Company specializing in installing the products spactfiea In section with a minimum of (5) five years of documented experience. `) -� I� r C. -1n (11 Maintain at the project site a copy of all reference standards dealing with ingta0ation ,, D. Installer to follow manufacturer instructions for templating and installation. 3 i„ry E. Note Owner's designated door hardware supplier and installer in 2.2 A. hereih. W 1.5 Delivery, Storage, and Handling A. Store in accordance with NAAMM HMMA 840. B. Protect with resilient packaging; avoid humidity build-up under coverings; prevent corrosion. C. Deliver hollow metal work palletized, wrapped, or crated to provide protection during transit and Project- site storage. Do not use non -vented plastic. 1. Provide additional protection to prevent damage to finish of factory -finished units. D. Deliver welded frames with two removable spreader bars across bottom of frames, tack welded to jambs and mullions. E. Store hollow metal work under cover at project site. Place in stacks of five units maximum in a vertical position with heads up, spaced by blocking, on minimum 4" high wood blocking. PRVN Consultants, Inc. Hollow Metal Doors and Frames 17014 0811 13-1 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction Do not store in manner that traps excess humidity. 1. Provide minimum %" space between each stacked door to permit aircirculation. 1.6 Project Conditions A. Field Measurements: Verify actual dimensions of openings by field measurements before fabrication. 1.7 Door Location Description of Work A. Provide and install new nominal 6'-0" x 6'-8" steel double door at Battery Room entry. See 2.2 A. herein. B. Repair existing exterior south entry door set: 1. Repair door slabs to close monorail openings. Restore slab interior framing and skins at repair areas on both leaves. 2. Clean, prep, and recoat door and frame. Reseal frame/wall joints. Replace/adjust slab sweeps at threshold as required. Replace worn or damaged weather stripping. C. Exterior passage doors (2): 1. Following interior floor/door sill replacement provide new threshold and bottom sweep at each opening. Existing door frames to remain in place during floor installation. 2. Clean, prep and recoat each door and frame. Reseal frame/wall joints. Replace/adjust slab sweeps at threshold as required. Replace worn or damaged weather stripping. 1.8 Coordination A. Coordinate installation of anchorages for hollow metal frames. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors. Deliver such items to Project site in timg for installation. Part 2 Products O n 'C-',) .s 2.1 Manufacturers A. Manufacturers: Subject to compliance with requirements, provide products bygdgof tgfa following: n -- 1. Assa Abloy Ceco, or Curries: www.assaabloydss.com. 2. Steelcraft, an Allegion brand; Product B14 Series Door, DW12 Seriesrame: www.allegion.com/us. W B. Materials 1. Cold -Rolled Steel Sheet: ASTM A 1008/A 1008M, Commercial Steel (CS), Type B; suitable for exposed applications. CECO SQ or SR profile jamb for masonry anchorage. 2. Frame Anchors: ASTM A 591/A 591M, Commercial Steel (CS), 40z (12G) coating designation; mill phosphatized. 3. Inserts, Bolts, and Fasteners: Hot -dip galvanized according to ASTM A 153/A 153M. 4. Mineral -Fiber Insulation: ASTM C 665, Type I (blankets without membrane facing); consisting of fibers manufactured from slag or rock wool with 6 to 12 Ib./cu. ft. density; with maximum flame -spread and smoke -development indexes of 25 and 50, respectively; passing ASTM E 136 for combustion characteristics. 2.2 Doors and Frames A. Requirements for new LHRA dbl. leaf door unit at Battery Storage room entry: 1. Door top closures: Flush with top of faces and edges. 2. Door size/thickness: Nominal 5'-0" w. x 6'-8" h./ 1 3/4". 16 or 14 gage. (Height to match existing pedestrian exterior doors.) New masonry partition installation. 3. Panic bar exit assembly: On active leaf at Battery Room interior. 4. Locking entry handset: On active leaf at Battery Room interior. PRVN Consultants, Inc. Hollow Metal Doors and Frames 17014 0811 13-2 City of Iowa City Wastewater Treatment Facility Contract G-02 - General Construction Backup Generation and Electrical Distribution Upgrade Project 5. Leaf locking pins: At head and threshold of inactive leaf. 6. Threshold: Full width. Prep for inactive leaf lock pin use. 7. Hinge weight: Standard. 8. Door edge profile: Beveled on both edges. 9. Door glazing: Provide 24" h. x 8" w. glass vision panes on each leaf. 10. Door texture: Smooth faces. 11. Hardware preparation: In accordance with BHMA Al 56A 15, with reinforcement welded in place, in addition to other requirements specified in door grade standard. 12. Galvanizing: All components hot -dipped zinc -iron alloy -coated (galvannealed), A60/ZF180. 13. Owner's Lock and Hardware Supplier: Don's Lock & Key, 1658 Tag Dr., Iowa City, la., 319-338-5708. Owner Supplier to provide and install all new passage and lock sets, closers and panic exit equipment. Owner Supplier to coordinate keying and lock cylinder continuity. Appearance of all hardware to match existing building equipment. Contractor to supply and install ordinary hardware items such as hinging, pin locks and full width threshold. 14. Door Finish: Factory primed, for field finishing. 15. Insulation: Repair insulation at existing south entry door repair areas. New door is not insulated. B. Combined Requirements: If a particular door and frame unit is indicated to comply with more than one type of requirement, comply with all the specified requirements for each type; for instance, an exterior door that is also indicated as being sound -rated must comply with the requirements specified for exterior doors and for sound -rated doors; where two requirements conflict, comply with the moststringent. 2.3 Steel Doors A. All Doors, Nan -Fire -Rated: 1. Grade: ANSI A250.8 Level 4, physical performance Level A, Model 2, seamless, 14 - gauge. 2. Core: Vertical steel stiffeners, 22 -gauge, welded together at both ends of ribs. 3. Thickness: 1-3/4". 2.4 Steel Frames A. General: 1. Comply with the requirements of grade specified for corresponding door. a. ANSI A250.8 Level 4 Doors: 16 gage frames. 2. Finish: Same as for door. o B. Interior Door Frames: Fully welded type. All welds shall be welded, ground sM finFsJed sm414. 2.5 Accessory Materials -<I - C7 CT% A. Frame Anchors _- r- 1. Jamb Anchors: a. Expansion anchors for attachment to CMU masonry. B. Silencers: Resilient rubber, fitted into drilled hole; 3 on strike side of single door, 3 o4enter mullion of pairs, and 2 on head of pairs without center mullions. C. Temporary Frame Spreaders: Provide for all factory- or shop -assembled frames. 2.6 Finish Materials A. Primer: Rust -inhibiting, complying with ANSI A250.10, door manufacturer's standard. 2.7 Fabrication A. Fabricate hollow metal work to be rigid and free of defects, warp, or buckle. Accurately form metal to required sizes and profiles, with minimum radius for thickness of metal. Where PRVN Consultants, Inc. Hollow Metal Doors and Frames 17014 0811 13-3 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction practical, fit and assemble units in manufacturer's plant. To ensure proper assembly at Project site, clearly identify work that cannot be permanently factory assembled before shipment. B. Tolerances: Fabricate hollow metal work to tolerances indicated in SDI 117. C. Hollow Metal Frames: Where frames are fabricated in sections due to shipping or handling limitations, provide alignment plates or angles at each joint, fabricated of same thickness metal as frames. 1. Jamb Anchors: Provide number and spacing of anchors as follows: CMU -Wall Type: Locate anchors not more than 18" from top and bottom of frame. Space anchors not more than 32" o.c. and as follows: 2. Door Silencers: Except on weather-stripped doors, drill stops to receive door silencers as follows. Keep holes clear during construction. a. Single -Door Frames: Drill stop in strike jamb to receive three doorsilencers. b. Double -Door Frames: Drill stop in head jamb to receive two doorsilencers. 3. Fabricate concealed stiffeners, edge channels, and hardware reinforcement from either cold- or hot- rolled steel sheet. 4. Hardware Preparation: Factory prepare hollow metal work to receive templated mortised hardware; include cutouts, reinforcement, mortising, drilling, and tapping according to the Door Hardware Schedule and templates furnished as specified in Division 08 Section "Door Hardware." a. Locate hardware as indicated, or if not indicated, according to ANSI/SDI A250.8. b. Reinforce doors and frames to receive non-templated, mortised and surface -mounted door hardware. Use 12 -gauge steel for all hardware reinforcement. 5. Insulation in Hollow Metal Frames: Fill hollow metal frames with fiberglass insulation. Part 3 Execution 3.1 Examination A. Verify existing conditions before starting work. B. Verify that opening sizes and tolerances are acceptable. C. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance`df the Work. D. Examine roughing -in for embedded and built-in anchors to verify actual locations before frame installation. > E. For the record, prepare written report, endorsed by Installer, listing conditions'd9tdrmmtal tdo performance of the Work. F. Proceed with installation only after unsatisfactory conditions have been corrected. CO 3.2 Installation A. Install in accordance with the requirements of the specified door grade standard and NAAMM HMMA 840. B. Coordinate frame anchor placement with wall construction. C. Coordinate installation of hardware. D. Hollow Metal Frames: Install hollow metal frames of size and profile indicated. Comply with ANSI/SDI A250.11. 1. Set frames accurately in position, plumbed, aligned, and braced securely until permanent anchors are set. After wall construction is complete, remove temporary braces, leaving surfaces smooth and undamaged. PRVN Consultants, Inc. Hollow Metal Doors and Frames 17014 0811 13-4 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 2. Metal -Stud Partitions: Solidly pack mineral -fiber insulation behind frames. 3.3 Tolerances A. Maximum Diagonal Distortion: 1/16" measured with straight edge, corner to comer. 3.4 Adjusting A. Adjust for smooth and balanced door movement. B. Final Adjustments: Check and readjust operating hardware items immediately before final inspection. Leave work in complete and proper operating condition. Remove and replace defective work, including hollow metal work that is warped, bowed, or otherwise unacceptable. End of Section PRVN Consultants, Inc. Hollow Metal Doors and Frames 17014 0811 13-5 <? c �-� a%ril r m _ � w PRVN Consultants, Inc. Hollow Metal Doors and Frames 17014 0811 13-5 Division 09 Finishes City of Iowa City Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction Division 09 O �n � a= � Division 09 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Section 09 90 00 Painting and Coating Part 1 General Contract C-02 — General Construction 1.1 Summary A. Section Includes: Surface preparation and field application of paints and other coatings. 1.2 Definitions A. Refer to ASTM D16 for definitions of terms used in this Section. 1.3 Reference Standards A. ASTM International 1. ASTM D16 - Standard Terminology for Paint, Related Coatings, Materials, and Applications. 2. ASTM D4442 - Standard Test Methods for Direct Moisture Content Measurement of Wood and Wood -Base Materials. 3. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials. B. Green Seal: 1. GS -03 - Anti -Corrosive Paints. 2. GS -11 -Paints and Coatings. _ C. Master Painters Institute: o 1. MPI - Approved Products List. 2. MPI - Architectural Painting Manual. `D D. South Coast Air Quality Management District: --e 1. SCAQMD Rule 1113 -Architectural Coatings. 1 1.4 Sequencing S A. Do not apply finish coats until paintable sealant is applied. _ W 1.5 Submittals A. Product Data: 1. Submit manufacturer data on finishing products. 2. Include MPI - Approved Products Lists with proposed products highlighted. B. Samples: 1. Painted Samples: a. Submit two painted samples, illustrating selected colors for each selected color and system. 1.6 Closeout Submittals A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for submittals. 1.7 Maintenance Materials Submittals A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for maintenance materials. B. Extra Stock Materials: 1. Furnish one (1) gallon of each color as provided for project. 2. Label each container with manufacturer's label and color. 3. Store where directed by Owner's Representative. PRVN Consultants, Inc. Painting and Coating 17014 09 90 00-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 1.8 Quality Assurance A. MPI Standards: 1. Comply with indicated MPI standards. 2. Products: Listed in MPI - Approved Products List. 1.9 Delivery, Storage, and Handling A. Section 01 60 00 - Product Requirements: Requirements for transporting, handling, storing, and protecting products. B. Container Labeling: Include manufacturer's name, type of paint, brand name, lot number, brand code, coverage, surface preparation, drying time, cleanup requirements, color designation, and instructions for mixing and reducing. C. Inspection: 1. Accept materials on Site in manufacturer's sealed and labeled containers. 2. Inspect for damage and to verify acceptability. D. Store materials in ventilated area and otherwise according to manufacturer's instructions. E. Protection: 1. Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. 2. Provide additional protection according to manufacturer instructions. 1.10 Ambient Conditions A. Section 01 50 00 - Temporary Facilities and Controls: Requirements for ambient condition control facilities for product storage and installation. B. Storage Conditions: 1. Minimum ambient temperature: 45°F. ? t1 2. Maximum ambient temperature: 90°F. C. Application Conditions: 1. Do not apply materials when surface and ambient temperatures are outside temperature ranges required by paint manufacturer. 2. Do not apply exterior coatings during rain or snow, when relative humidity is butside humidity ranges, or when moisture content of surfaces exceeds those required by paint manufacturer. r_J 1.11 Warranty A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for warranties. Part 2 Products 2.1 Paints and Coatings A. Manufacturers: 1. Sherwin-Williams, PPG Pittsburg, Diamond Vogel. BASF for floor coating. 2. Substitutions: Submit proposed products for approval. 3. Furnish materials according to industry standards. B. Materials: 1. Coatings: a. Ready mixed, except field -catalyzed coatings. b. Capable of drying or curing free of streaks or sags. 2. Accessories: PRVN Consultants, Inc. Painting and Coating 17014 09 90 00-2 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project a. Grade: Commercial. b. Turpentine. C. Paint thinners. d. Other materials not specifically indicated but required to achieve specified finishes. Part 3 Execution 3.1 Examination A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for application examination. B. Verify that surfaces are ready to receive work as recommended by product manufacturer. C. Examine surfaces scheduled to be finished prior to commencement of Work, and report conditions capable of affecting proper application to Owners Representative. D. Test shop -applied primer for compatibility with subsequent cover materials. E. Moisture Content: 1. Measure moisture content of surfaces using electronic moisture meter. 2. Do not apply finishes unless moisture content of surfaces are below following maximums: a. Plaster and Gypsum Wallboard: 12%. b. Masonry, Concrete, and Concrete Unit Masonry: 12%. C. Concrete Floors: 8%. 3.2 Preparation A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for application preparation. B. Prepare coatings as follows: 1. To soft paste consistency, capable of being readily and uniformly dispersed to homogeneous coating. 2. For smooth flow and brushing properties. C. Surface Appurtenances: Remove electrical plates, hardware, light fixture trim, escutcheons, and fittings prior to preparing surfaces or finishing. D. Defects: 1. Correct defects and clean surfaces capable of affecting work of this section. E. Impervious Surfaces: 1. Remove mildew by scrubbing with solution of tri -sodium phosphate and bleach. 2. Rinse with clean water and allow surface to dry. —� CD w F. Concrete Floors and Housekeeping Pads: 1. Remove contamination and rinse with clear water. 2. Follow sealer manufacturer's installation instructions. tr7 G. Galvanized Surfaces: �r 1. Remove surface contamination and oils, and wash with solvents : 3 2. Apply coat of etching primer. - D�Z u7 Y H. Concrete and Unit Masonry Surfaces Scheduled to Receive Paint Finish: 1. Remove dirt, loose mortar, scale, salt or alkali powder, and other foreign matter. 2. Remove oil and grease with solution of tri -sodium phosphate, rinse well, and allow to dry. 3. Remove stains caused by weathering of corroding metals with solution of sodium metasilicate after thoroughly wetting with water. Allow to dry. PRVN Consultants, Inc. Painting and Coating 17014 09 90 00-3 City of Iowa City Wastewater Treatment Facility Contract C-02 – General Construction Backup Generation and Electrical Distribution Upgrade Project I. Uncoated Steel and Iron Surfaces: 1. Remove grease, mill scale, weld splatter, dirt, and rust. 2. If heavy coatings of scale are evident, remove by wire brushing or by sandblasting. 3. Clean by washing with solvent. 4. Apply treatment of phosphoric acid solution, ensuring that weld joints, bolts, and nuts are similarly cleaned. 5. Spot -prime paint after repairs. J. Shop -Primed Steel Surfaces 1. Sand and scrape to remove loose primer and rust. 2. Feather edges to make touch-up patches inconspicuous. 3. Clean surfaces with solvent. 4. Prime bare steel surfaces. K. Metal Doors Scheduled for Painting: Prime metal door at top and bottom edge surfaces. L. Existing Work: 1. Extend existing paint and coatings installations using materials and methods compatible with existing installations and as specified. 3.3 Application A. Comply with MPI - Architectural Painting Manual. B. Do not apply finishes to surfaces that are not dry. C. Apply each coat to uniform appearance. D. Apply each coat of paint slightly darker than preceding coat, unless specified otherwise. E. Sand surfaces lightly between coats to achieve required finish. F. Cleaning: 1. Vacuum surfaces to remove loose particles. 2. Use tack cloth to remove dust and particles just prior to applying next coat. G. Finishing mechanical and electrical equipment: 1. Paint shop -primed equipment. 2. Prime and paint insulated and exposed pipes, conduit, boxes, insulated and exposed ducts, hangers, brackets, collars and supports except where these items are shop finished. 3. Paint exposed conduit and electrical equipment installed in finished areas. 4. Reinstall electrical cover plates, hardware, light fixture trim, escutcheons, and fittings that were removed prior to finishing. 3.4 Field Quality Control -> A. Section 0140 00 - Quality Requirements: Requirements for inspecting al *ting._ B. Inspecting and Testing: As required by Owner's Representative. t— 3.5 Cleaning ,O A. Section 01 70 00 - Execution and Closeout Requirements: Requirementsior clearting. B. Collect waste material that may constitute fire hazards, place in closed metal containers, and remove daily from site. 3.6 Attachments A. Schedule - Shop -primed Items for site finishing: PRVN Consultants, Inc. Painting and Coating 17014 09 90 00-4 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project B. Schedule - Exterior Surfaces: 1. Steel - Unprimed: a. Alkyd System: 1) Prime Coat: Primer, alkyd, anticorrosive, for metal. 2) Intermediate Coat: Matching topcoat. 3) Topcoats two (2): Light industrial coating, exterior, water based, semigloss. 2. Steel - Shop Primed: a. Touch up with zinc rich primer. b. Two (2) coats of semigloss alkyd enamel. C. Schedule - Interior Surfaces 1. Concrete Block: a. Institutional Low-OdorNOC Latex System. 1) Intermediate Coat: Matching topcoat at existing painted surfaces. 2) Topcoat: Latex, interior, institutional low odorNOC, semigloss. 3) Primer/sealer Coat: White as required for new block surfaces. 2. Steel - Unprimed: a. One (1) coat of alkyd primer. b. Two (2) coats of alkyd enamel, semigloss. 3. Steel - Primed: a. Touch up with alkyd primer. b. Two (2) coats of alkyd enamel, semigloss. 4. Concrete Floors: a. One (1) application of clear, penetrating sealer. b. Manufacturer: BASF MasterProtect H 1000 or MasterKure HD 200WB. D. Schedule - Colors: Subject to Owner approval of sample panels. 1. Disinfection Building 6600 (electrical conversion wing only): a. Exterior steel doors (frames, interior and exterior surfaces) Sherwin-Williams SW 7055 "Enduring Bronze". b. New exterior roof ladder — SW 7055. C. Interior new and existing masonry walls, Battery room doorframe, ceiling and misc. surfaces SW 7100 "Arcade White". d. All final color selections and locations to be approved by the Owner's Representative. e. Concrete Floors—Clear, flat. End of Section PRVN Consultants, Inc. Painting and Coating 17014 09 90 00-5 N r— <r7l 3 Ox � r PRVN Consultants, Inc. Painting and Coating 17014 09 90 00-5 Division 22 Plumbing City of Iowa City Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction o' rn m o _.:r ;nr w r Division 22 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 22 13 00 Facility Sanitary Sewerage Part 1 General 1.1 References A. American Society of Mechanical Engineers: 1. ASME At 12.21.1 - Floor Drains. 2. ASME 816.1 - Cast Iron Pipe Flanges and Flanged Fittings. 3. ASME B16.3 - Malleable Iron Threaded Fittings. 4. ASME B16.4 - Gray Iron Threaded Fittings. 5. ASME B31.9 - Building Services Piping. B. ASTM International 1.3 Closeout Submittals A. Section 01 70 00 - Execution and Closeout Requirements: Closeout procedures PRVN Consultants, Inc. Facility Sanitary Sewerage 17014 22 13 00-1 1. ASTM A47/A47M - Standard Specification for Ferritic Malleable Iron Castings. 2. ASTM A74 - Standard Specification for Cast Iron Soil Pipe and Fittings. 3. ASTM A536 - Standard Specification for Ductile Iron Castings. 4. ASTM C443M - Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets (Metric). 5. ASTM C564 - Standard Specification for Rubber Gaskets for Cast Iron Soil Pipe and Fittings. 6. ASTM F708 - Standard Practice for Design and Installation of Rigid Pipe Hangers. C. Cast Iron Soil Pipe Institute: 1. CISPI 301 - Standard Specification for Hubless Cast Iron Soil Pipe and Fittings for Sanitary and Storm Drain, Waste, and Vent Piping Applications. 2. CISPI 310 - Specification for Coupling for Use in Connection with Hubless Cast Iron Soil Pipe and Fittings for Sanitary and Storm Drain, Waste, and Vent Piping Applications. D. Manufacturers Standardization Society of the Valve and Fittings Industry: 1. MSS SP 58 - Pipe Hangers and Supports - Materials, Design and Manufacturer. 2. MSS SP 69 - Pipe Hangers and Supports - Selection and Application. 3. MSS SP 70 - Cast Iron Gate Valves, Flanged and Threaded Ends. 4. MSS SP 71 - Cast Iron Swing Check Valves, Flanged and Threaded Ends. 5. MSS SP 80 - Bronze Gate, Globe, Angle and Check Valves. _ 6. MSS SP 89 - Pipe Hangers and Supports - Fabrication and Installation Practices. 7. MSS SP 110 - Ball Valves Threaded, Socket -Welding, Solder Joint, Groov(k&nd Flared Ends. 1.2 Submittals > < r 1 A. Product 1. Data: ' ay-� Piping: Submit data on pipe materials, fittings, and accessories. Su¢mlt-- �, manufacturers catalog information. ' fn � 2. Hangers and Supports: Submit manufacturers catalog information ir"g Ipafi 3. capacity. = Sanitary Drainage Specialties: Submit manufacturers catalog information, component sizes, rough -in requirements, service sizes, and finishes. B. Manufacturer's Installation Instructions: Submit installation instructions for material and equipment. C. Manufacturer's Certificate: Certify products meet or exceed specified requirements. 1.3 Closeout Submittals A. Section 01 70 00 - Execution and Closeout Requirements: Closeout procedures PRVN Consultants, Inc. Facility Sanitary Sewerage 17014 22 13 00-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project B. Project Record Documents: Record actual locations of equipment and clean -outs. C. Operation and Maintenance Data: Submit frequency of treatment required for interceptors. Include, spare parts lists, exploded assembly views for pumps and equipment. 1.4 Quality Assurance A. Perform Work in accordance with City of Iowa City standards. 1.5 Field Measurements A. Verify Feld measurements prior to fabrication. 1.6 Presence of Underground Utilities A. If utility services are encountered, the Contractor is responsible to have these services relocated if necessary or repaired if damaged. B. If a main line utility is in direct conflict with the proposed work, the Contractor shall report the conflict to the Owner's Representative immediately. The Owner's Representative shall advise the Contractor how the conflict will be resolved. A direct conflict is defined as the existing utility occupying the exact location that the sewer is to be laid. Relocation and/or support of utilities that are near the sewer location, but not in direct conflict, shall be considered incidental to the sewer work. It is the Contractor's responsibility to arrange and pay for such relocation or support. Part 2 Products 2.1 Piping Specifications A. Comply with ASME B31.9. B. Piping and manual valves shall conform to Specifications on the Pipe and Valve Standards (shown on MS series) Drawings. C. Pipe and Valve Standards include pipe, fittings, accessories, and valves. Indicate Specification required for each piping system. Use full -face gasket with flat -face flanges. Use ring gasket with raised -face flanges. D. Pipe flanges, pressure class, type, material, and requirements shall meet pipe standard for specific system. 1 } a. Steel flanges mating with steel flanges or cast iron flanges shall have same f4cing as mating flange. b. Use weld neck flanges only. Slip-on flanges shall not be used unless noted -' specifically on Drawings. C. Coordinate flanges' drilling, arrangement, and bolting with existing connection,: if applicable. E. Materials shall conform to pipe and valve standard shown on Drawings and indicated below, unless otherwise specified. F. Applicable piping, valve, and insulation standards (additional requirements incidental to fabrication and/or erection are specified through the Contract Documents in addition to the Pipe and Valve Standards): PRVN Consultants, Inc. Facility Sanitary Sewerage 17014 22 13 00-2 Piping System Pipe and Valve Standard Piping System Material Sanitary SewerNent SEW SEW Cast Iron —ASTM A74 or CISPI 301 PRVN Consultants, Inc. Facility Sanitary Sewerage 17014 22 13 00-2 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 - General Construction G. Traps shall be provided on all sanitary branch waste connections from fixtures or equipment not provided with traps. Exposed brass shall be polished brass chromium plated with nipple and set screw escutcheons. Concealed traps may be rough cast brass or same material as pipe connected to. Slip joints are not permitted on sewer side of trap. Traps shall correspond to fittings on cast iron soil pipe or steel pipe respectively, and size shall be as required by connected service or fixture. 2.2 Pipe Hangers and Supports A. Manufacturers: 1. Anvil International, Usage, Piping Technology and Products, and Bergen Pipe Supports. B. Drain, Waste, and Vent: Conform to ASME 831.9, MSS SP 58. C. Hangers for Pipe Sizes 2" and Larger: Carbon steel, adjustable, clevis. D. Multiple or Trapeze Hangers: Steel channels with welded spacers and hanger rods. 1. Unistrut®, or similar strut -type supports, shall not be used in pipe support applications in any instance. Regardless of whether the system can support piping loads, Unistrut®, or other strut -type supports, shall not be used. E. Wall Support for Pipe Sizes 3" and Larger: Welded steel bracket and wrought steel clamp. F. Vertical Support: Steel riser clamp. G. Floor Support: Cast iron adjustable pipe saddle, lock nut, nipple, floor flange, and concrete pier or steel support. 2.3 Floor Drains A. In accordance with ASME At 12.21.1. B. Construction: Coated cast iron two- (2) piece body with double drainage flange. C. Provide with weep holes, reversible clamping collar, and round, adjustable nickel -bronze extra heavy-duty strainer. D. Provide with 1/2" primer tap. E. Manufacturer: Josam Company 30000 WT -A series or equal by Wade, J. R. Smith Manufacturing Company, or Zurn Industries, Inc. 2.4 Cleanouts A. Interior Finished Floor Areas (CO): Lacquered cast iron body with anchor flange, reversible clamping collar, threaded top assembly, and round scored cover with gasket in servicegeas and round depressed cover with gasket to accept floor finish in finished floor areas. B. Manufacturer: Josam Company 58900 series, or equal by Wade or Jay R. Sn*h� C-3 Manufacturing Company. " �� 2.5 Bedding and Cover MaterialsCYN A. Bedding: Fill Class I as specified in Section 31 27 00 - Trench Excavation andB-ll -�, to B. Cover: Fill Class ll, as specified in Section 31 27 00 - Trench Excavation and Bfickfill. — r PRVN Consultants, Inc. Facility Sanitary Sewerage 17014 22 13 00-3 City of Iowa City Wastewater Treatment Facility Contract C-02 - General Construction Backup Generation and Electrical Distribution Upgrade Project C. Soil Backfill from Above Pipe to Finish Grade: Soil Class V, as specified in Section 31 27 00 - Trench Excavation and Backfill. Subsoil with no rocks over 6" in diameter, frozen earth, or foreign matter. Part 3 Execution 3.1 Examination A. Section 01 30 00 - Administrative Requirements: Coordination and Project conditions. B. Verify excavations are to required grade, dry, and not over -excavated. 3.2 Preparation A. Ream pipe and tube ends. Remove burrs. B. Remove scale and dirt, on inside and outside, before assembly. C. Prepare piping connections to equipment with flanges or unions. D. Keep open ends of pipe free from scale and dirt. Protect open ends with temporary plugs or caps. 3.3 Installation - Hangers and Supports A. Inserts 1. Provide inserts for placement in concrete forms. 2. Provide inserts for suspending hangers from reinforced concrete slabs and sides of reinforced concrete beams. 3. Provide hooked rod to concrete reinforcement section for inserts carrying pipe 4" and larger. 4. Where concrete slabs form finished ceiling, locate inserts flush with slab surface. B. Pipe Hangers and Supports: 1. Install in accordance with ASME 831.9 and MSS SP 89. 2. Support vertical piping at every floor. Support riser piping independently of connected horizontal piping. 3.4 Conflict with Existing Underground Utilities and Services A. Until backfilling has been completed, provide temporary support for existing water, gas, telephone, steam, and sewer and power utility services crossing the trench, unless PlJ`ns require relocation..? B. Construct permanent support for existing sewer main or service crossing the txwcht7-1� C. All unknown field tile shall be reconnected in similar fashion to their construgNeK I {n 3.5 Connection between Pipes of Dissimilar Materials A. Use special adapters or couplings. Bands or hardware shall be stainless ste-6 .;r, %O 3.6 Preparation c A. Alignment and Grade: 1. Before installation of new sewer facilities, verify sizes, measurements, type, and location of existing piping and appurtenances at points of connection to existing system. If a deviation from the Plans is found, the Contractor shall notify the Owner's Representative and obtain instruction on how to proceed. PRVN Consultants, Inc. Facility Sanitary Sewerage 17014 22 13 00-4 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 – General Construction 2. Line and grade control shall be done with a laser beam. The Contractor shall spot check the accuracy of the laser beam in accordance with the following requirements: a. Elevation shall be checked at the setup point and 25 -foot intervals thereafter. b. Projector shall be advanced and reset at each manhole. C. Grade shall be checked with a rod and level at each checkpoint. d. Pipe ventilation shall be provided, to prevent beam refraction. 3.7 Installation – Buried Piping Systems A. Laying Pipe: 1. All work shall be done in accordance with ASTM D2321; Underground Installation of Flexible Thermal Plastic Sewer Pipe, AW WA C600; Installation of Cast Iron Water Mains. 2. Pipe shall be laid commencing at downstream end of line. Install pipe with spigot or tongue end downstream. Provide bell holes at each pipe joint to allow barrel of pipe to support trench load. 3. Use no defective pipe; check each length for defects and hairline cracks at ends prior to lowering into trench. 4. Place pipe in trench in sound, undamaged condition using chains or straps. Lifting holes will not be allowed except for the manholes. 5. Clean the interior of all pipe fittings and joints prior to installation. Exclude entrance of foreign matter during installation. Close open ends of pipe with snug fitting closures. Include provisions to prevent flotation should trench fill with water. Remove water, sand, mud, and other undesirable materials from trench before removal of cap. 6. Install pipe only when conditions are suitable. Do not lay pipe in water or water -filled trench. 7. Pipe shall not be placed on frozen subgrade. Backfill material shall not be frozen. 8. Except where pipe sections are being encased in concrete, no pipe is to be supported by blocks or other means. 9. All ductile iron pipe and fittings shall be poly -wrapped. B. Cutting Pipe: 1. Pipe shall be cut in a neat and workmanlike manner to provide an even surface, perpendicular to the pipe centerline. 2. All bums and irregularities shall be removed prior to pipe fitting. C. Jointing 1. The gasket position shall be verified prior to compressing the pipe joint together. 2. Only those solvents, adhesives, and lubricants furnished by the pipe manufacturer shall be permitted. 3. Perform joint installation per manufacturers instructions. 4. Junctions with other materials shall require the use of adapter type and technique recommended by pipe manufacturer. D. Verify connection to existing piping system size, location, and invert are as indicated on j Drawings. ; E. Establish elevations of buried piping with not less than 1 ft of cover. -14� rn r F. Establish minimum separation of 12" from other services in accordance.-, j1 (�Jnif_9, Plu �, 9 Code. – k j G. Remove scale and dirt on inside of piping before assembly. H. Install pipe to elevation as indicated on Drawings. Place bedding material at trench bottom to provide uniform bedding for piping, level bedding materials in one (1) continuous layer not exceeding 12" loose depth; compact to 85% maximum density. PRVN Consultants, Inc. Facility Sanitary Sewerage 17014 22 13 00-5 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project J. Install pipe on prepared bedding. K. Route pipe in straight line. Contract C-02 — General Construction L. Non-detectable polyethylene warning tape indicating the utility type. Tape shall be ShieldTec Underground Marking Tape by Empire or equivalent and installed as per the manufacturer's instructions. M. Pipe Cover and Backfilling: 1. Backfill trench in accordance with Section 31 27 00 — Trench Excavation and Backfill. 2. Maintain optimum moisture content of fill material to attain required compaction density. 3. Evenly backfill entire trench width by hand placing backfill material and hand tamping in 6" compacted layers to 12" minimum cover over top of jacket. Compact to 95% maximum density. 4. Evenly and continuously backfill remaining trench depth in uniform layers with backfill material. 5. Do not use wheeled or tracked vehicles for tamping. 3.8 Installation — Above -Ground Piping A. Extend cleanouts to finished floor or wall surface. Lubricate threaded cleanout plugs with mixture of graphite and linseed oil. Provide clearances at cleanout for snaking drainage system. B. Install floor cleanouts at elevation to accommodate finished floor. C. Provide non -conducting dielectric connections wherever jointing dissimilar metals. D. Route piping in orderly manner and maintain gradient. Route parallel and perpendicular to walls. E. Install piping to maintain headroom. Do not spread piping, conserve space. F. Group piping whenever practical at common elevations. G. Install piping to allow for expansion and contraction without stressing pipe, joints, or connected equipment. H. Provide clearance in hangers and from structure and other equipment for installation of insulation. I. Install piping penetrating roofed areas to maintain integrity of roof assembly. J. Where pipe support members are welded to structural building framing, scrape, bf_sh clean, and apply one (1) coat of zinc -rich primer to welding. j w K. Install bell and spigot pipe with bell end upstream. A� L. Sleeve pipes passing through partitions, walls and floors. --ate dr% m zy M. Support cast iron drainage piping at everyjoint. o� 3 3.9 Field Quality Control > A. r Test sanitary waste and vent piping system in accordance with Uniform Plumbing Code. B. Testing and Inspection: PRVN Consultants, Inc. Facility Sanitary Sewerage 17014 22 13 00-6 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 - General Construction 1. General: a. The Contractor shall maintain its work site in a manner that will be fully accessible by the Owner's Representative for observation of the work. b. The Contractor shall conduct the leakage test promptly following installation of wastewater pipe. This test shall include services that have been constructed. C. The Contractor shall notify the Owner's Representative 46 hours before conducting the leakage test so that the Owners Representative can schedule inspection and observation of the test. d. The Contractor shall provide all equipment and conduct the test. e. Contractor shall provide documentation of testing and inspection procedures including results for sanitary sewer. 2. The following drift from proposed alignment between structures is as follows: a. Horizontal Alignment: 1) Through 36" Diameter Pipe: 0.20 feet. b. Grade: 1) Through 36" Diameter Pipe: 0.02 feet. 3. Leakage: a. General: 1) Contractor shall clean pipe of excess mortar, joint sealant, and other dirt and debris prior to inspection. 2) Sewer shall be inspected by flashing a light (lamping) between manholes and/or by physical passage where space permits. The Owner's Representative shall determine from illumination and/or physical inspection the presence of visible infiltration or other defects. Any defects shall be corrected prior to conducting leakage tests. b. Leakage test shall be done either by a water exflltration test or air exfiltration test. See the following sections for testing methods and requirements. C. Any sections of pipe not meeting the test requirements shall be repaired and the test shall be repeated until work is acceptable. 1) The Contractor is encouraged to pretest the pipes prior to notifying the Owner's Representative and formal testing. 2) For any section of pipe not passing the test when requested by the Contractor, the Contractor shall be responsible for the total cost of reinspection. The Owner reserves the right to deduct the cost of reinspection from the Contractor's payment for the work. 4. Testing Gravity Sewer Pipelines: a. Low -Pressure Air Test: 1) Test each newly installed section of gravity sewer line between manholes. 2) Slowly introduce air pressure to approximately 4.0 psig. If groundwater is present, determine its elevation above the springline of the pipe by means of a groundwater height indicator. For every foot of groundwater above the springline of the pipe, increase the starting air test pressure reading by 0.43 psig. Do not increase _ pressure above above 10 psig. 3) Allow pressure to stabilize for at least 5 minutes. Adjust pressure to 3.5 psig or the increased test pressure as determined1bove if groundwater is present. Start the test. 1-3 a) Test: ==. c7 J -1 i CTN m � � b 7 r PRVN Consultants, Inc. Facility Sanitary Sewerage 17014 22 13 00-7 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project 3.10 Contract C-02 — General Construction Determine the test duration for a sewer section with a single pipe size from the following table. No allowance shall be made for laterals. Air Test Table Minimum Test Time for Various Pie Sizes Nominal Pipe Size T time min/100 ft. 3" 0.2 4" 0.3 6" 0.7 8" 1.2 10" 1.5 12" 1.8 15" 2.1 18" 2.4 21" 3.0 24" 3.6 27" 4.2 30" 4.8 33" 5.4 36" 6.0 Record the drop in pressure during the test period. If the air pressure has dropped more than 1.0 psig during the test period, the line is presumed to have failed. If the 1.0 psig air pressure drop has not occurred during the test period, the test shall be discontinued and the line will be accepted. If the line fails, determine the source of the air leakage, make corrections and retest. The Contractor has the option to test the section in incremental stages until the leaks are isolated. After the leaks are repaired, retest the entire section between manholes. b. Water test: 1) Perform water test according to the 2015 Uniform Plumbing Code section 712.2. Schedules Pipe Hanger Spacing Pipe Material Maximum Hanger Spacing Feet Hanger Rod Diameter Inches ABS (All sizes) 4 3/8 Aluminum (All sizes) 10 1/2 Brass Cast Iron (All Sizes) 5 5/8 Cast Iron (All Sizes) with 10 -foot length of pipe 10 5/8— Copper Tube, 1-1/4" and smaller 6 1/2 Copper Tube, 1-1/2" and larger 10 112-'-, Fiberglass 4 1/2 Glass 8 1/2 Polypropylene 4 3/8 PVC (All Sizes) 4 3/8 PRVN Consultants, Inc. Facility Sanitary Sewerage 17014 22 13 00-8 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction Steel, 3" and smaller 12 1/2 Steel, 4" and larger 12 5/8 Note for Cast Iron Pipe: Provide close to joint on barrel.. Also provide hanger at each change of direction and each branch connection. End of Section PRVN Consultants, Inc. Facility Sanitary Sewerage 17014 22 13 00-9 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 22 13 13 Sewers Part 1 General 1.1 Summary A. Construction of piping and structures for the collection and transmission of wastewater and storm water. 1.2 References: A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers 1. ASTM C76, latest edition, Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe. 2. ASTM C443, latest edition, Standard Specification for Joints for Circular Concrete Culvert and Sewer Pipe, Using Rubber Gaskets. 3. ASTM C361, latest edition, Standard Specification for Reinforced Concrete Low -Head Pressure Pipe. B. Ductile Iron Pipe 1. ANSI/AWWA-A21.5/C151, latest edition, Ductile -Iron Pipe, Centrifugally Cast in Metal Molds or Sand -Lined Molds, for Water or Other Liquids. 2. ANSI/AW WA- A21.50/C150, latest edition, Thickness Design of Ductile -Iron Pipe. 3. ANSI/AW WA-A21.53/C153, latest edition, Ductile -Iron Compact Fittings, 3" through 16", for Water and Other Liquids. 4. ANSI/AWWA-A21.1 1/C1 11, latest edition, Rubber -Gasket Joints for Ductile -Iron Pipe and Gray -Iron Pressure Pipe and Fittings. 5. ANSI/AW WA-A21.4/C104, latest edition, Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water. C. Poly Vinyl Chloride (PVC) Pipe — For Sanitary Sewer Service Lines 1. 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 D. PVC Truss Pipe — For Sanitary Sewers 1. ASTM D1784, latest edition, Spec cation for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds 2. ASTM D2321, latest edition, Recommended Practiice for Underground Installation a Flexible Thermoplastic Sewer Pipe. 3. ASTM D2680, latest edition, Standard Specification for Acrylonitrile -Butadiene -Styrene (ABS) and Polyvinyl Chloride (PVC) Composite Sewer Piping 4. ASTM F477, latest edition, Specification for Elastomeric Seals (Gaskets}for Joinipg Plastic Pipe _� n 0 I E. Manholes - 1. ASTM C478, latest edition, Standard Specification for Precast Reinforced Concrete [ anhdlej Sections. F. Intake Structures 1. Iowa Department of Transportation (IDOT) Standard Specifications. PRVN Consultants, Inc. Sewers 17014 22 13 13-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 2. Iowa Department of Transportation Highway Division "Standard Road Plans Manual," latest edition. 1.3 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. C. Reinforced concrete pipe shall be manufactured by such means to minimize cage twist. Pipe displaying cage twist in excess of 30°, 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 Owner's Representative 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. 1.4 Submittals: A. Concrete Pipe: Submit current Iowa Department of Transportation certification. B. Shoring: Submit plans for all shoring, excluding trench boxes, certified by a professional engineer registered in the State of Iowa. This submittal will not be reviewed for structural adequacy by the Owner. Part 2 Products 2.1 Materials: A. Reinforced Concrete Pipe - For Storm Sewers 1. Joints a. Circular pipe: All joints will be confined O-ring or profile gasket meeting ASTM C443. All pipe 36" diameter and smaller will have bell and spigot joints. Pipe larger than 36" 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 AST tclass. If quadrant reinforcement is used, the top shall be marked on the outsidwof the pige. 5. Lift holes are not allowed. , 6. Minimum Bedding — Type B per ASTM C 12 with compacted granular M* Hattd the _ Y springline of the pipe. o cm B. Ductile Iron Pipe — 7M n 1. Joints: Use push on joints unless otherwise specified on the plans. _ ^i 2. Thickness: Unless otherwise indicated or specified, use Class 52. o 0 3. Lining and Coating: r PRVN Consultants, Inc. Sewers 17014 22 13 13-2 City of Iowa City Wastewater Treatment Facility Contract C-02 - General Construction Backup Generation and Electrical Distribution Upgrade Project a. Inside of pipe and fittings: Double thickness cement lining and bituminous seal coat conforming to ANSI A21.4. b. Outside of pipe and fittings: Standard bituminous coating conforming to appropriate ANSI. 4. Minimum Bedding - Type 5 per ANSI/AW WA C150/A21.50 with compacted granular material to the springline of the pipe. C. 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 D1784. 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. D. Poly Vinyl Chloride (PVC) Pipe - For Sanitary Sewer Service Lines 1. All PVC pipe shall be manufactured in accordance with ASTM D3034. 2. Joints: ASTM 03212 gasketed. 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. E. Corrugated Plastic Pipe for Subsurface Drainage 1. 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. Manholes 1. 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 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. G. Bedding: 1. Granular bedding material shall consist of porous backfill material, IDOT Stand6i; Specification Section 4131 and Section 4109, Gradation No. 29. O _m =n o Part 3 Execution 3.1 Installation of Pipe: i r 77 FTI =. A. Inspect before installation. Remove and replace defective sections. 77 � 3 �X B. Alignment and Grade 1. Install to line and grade indicated on plans using laser and check elevation as required to PRVN Consultants, Inc. Sewers 17014 22 13 13-3 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project maintain grade. 2. Driving down to grade by striking or with excessive force from excavating equipment is not allowed. 3. Blocking the pipe to grade with wood, stones or other materials is not allowed. C. Bedding 1. 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 1. 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 IDOT standard intake outlet detail RF -19C. CMP outlet shall be used unless approved by the Engineer. E. Jointing 1. 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 3135 00. G. Clean pipeline upon completion. H. Tolerances 1. Any deviation in a sewer pipes section more than 1/8" per foot of pipe diameter from the horizontal or vertical alignment, as established by the Engineer, will not be allowed; and all sewer laid incorrectly, as determined by the Engineer, must be relaid at the Contractor's expense. This tolerance in grade will be allowed only ff the sewer is designed at a slope sufficient to prevent backfall when its limits are reached. Under no condition will a sewer be accepted when one or more pipe lengths have been installed without "fall." 2. The completed sewer must be laid so nearly in a perfect line that an ordinary electric lantern held at center of the sewer at a manhole may be 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. 3.2 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: 1. 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 fo; 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 feet above top of pipe at upperEnd, cr nduct infiltration or low-pressure air tests. If maximum pressure exerts"$ by groundwater. is greater than 4 psig, conduct infiltration test. I -G r b. If groundwater is less than two foot above top of pipe at uppef erid, c6i%uct ' exfiltration or low-pressure air tests. i C. If pipe is larger than 27", air test is not allowed. t 4. Exfiltration or infiltration test performed on sections of approved length (maximurg Y; mile#dr sewers) and before connection to buildings. Low-pressure air tests performed dA_ manhole - to -manhole sections of pipeline. PRVN Consultants, Inc. Sewers 17014 22 13 13-4 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 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 4.0 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 21 diameter, (b) capable of resisting internal test pressure without external 24 bracing or blocking. (3) Introduce low-pressure air into sealed line and achieve internal air Allowable infiltration, including manholes, fittings, and connections: maximum 2004 pressure 4 psig greater than maximum pressure exerted by groundwater gallons per inch diameter per mile per 24 hours. above pipe invert. (4) Limit internal pressure in sealed line below 8 psig. (5) Allow two (2) minutes minimum for air pressure to stabilize. Disconnect low-pressure air hose from control panel. (6) Acceptable Test Result: (a) Minimum time for pressure to drop from 3.5 to 2.5 psig greater b. 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 27 13.0 PRVN Consultants, Inc. Sewers 17014 22 13 13-5 (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 connections: maximum 2004 gallons per inch diameter per mile per 24 hours. 7. Exfiltration Test a. Subject sewers to internal pressure by: (1) plugging the inlet of the-upstfeam and downstream manholes, (2) filling sewer and upstream manhole with clean water until the water elevation in the manhole is two (2) feet above top of sewer, or two (2) 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 leakagefrom 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 PRVN Consultants, Inc. Sewers 17014 22 13 13-5 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 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 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 5% 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 t .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. 3.3 Construction and Installation of Manholes, Manhole Boxes and Intake Structures: A. Set bases true to line and elevation on minimum 6" granular backfill material. B. Install O-ring or profile gasket in joints between sections conforming to manufacturer's standard. C. Cast in place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe. All junctions and changes in direction shall be smooth and rounded to the maximum extent possible to supplement flow through the structure. D. Plug holes for handling with mortar. E. Lay grading rings in full bed and joint of mortar without subsequent grouting, flushing or filling; bond thoroughly. F. 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". N i7 G. Set frames in full bed of RAM-NEK or equal to fill and make watertight space between m1sonry tops and bottom flange of frame. O 6 1 H. Backfill as specified in Section 31 35 00.�t ON I. Clean manhole upon completion. "{ J. Inspect for visible leaks after groundwater has returned to normal level. Repair lea! 4� 3.4 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 PRVN Consultants, Inc. Sewers 17014 22 13 13-6 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 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. 3.5 Conflicts A. Provide temporary support for existing water, gas, telephone, power or other utilities or services that cross the trench. B. Compact backfill under the existing utility crossing as specified in Section 31 35 00. C. Separate gravity sewers from water mains by horizontal distance of at least 10 feet unless: 1. Top of sewer is at least 18" below the bottom of the water main. 2. Sewer is placed in separate trench or in same trench on bench of undisturbed 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" 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" below the bottom of the water main or service, the following requirements shall apply: 1. The sewer may not be placed closer than 6" below a water main or 18" 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 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. End of Section PRVN Consultants, Inc. Sewers 17014 22 13 13-7 o 52 W -'r �r M a uD r PRVN Consultants, Inc. Sewers 17014 22 13 13-7 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 22 40 00 Plumbing Fixtures Part 1 General 1.1 References A. American National Standards Institute 1. ANSI Z358.1 — Emergency Eyewash and Shower Equipment. B. American Society of Mechanical Engineers: 1. ASME All 12.18.1 — Plumbing Fixture Fittings. 2. ASME Al 12.21.1 — Floor Drains. C. American Society of Sanitary Engineering: 1. ASSE 1010 — Performance Requirements for Water Hammer Arresters. 2. ASSE 1011 — Performance Requirements for Hose Connection Vacuum Breakers. 3. ASSE 1012 — Performance Requirements for Backflow Preventer with Intermediate Atmospheric Vent. 4. ASSE 1013 — Performance Requirements for Reduced Pressure Principle Backflow Preventers and Reduced Pressure Fire Protection Principle Backflow Preventers. 5. ASSE 1019-C — Vacuum Breaker Wall Hydrants Freeze Resistant Automatic Draining Type. 6. ASSE 5013 — Performance Requirements for Reduced Pressure Principle Backflow Preventers (RP) and Reduced Pressure Fire Protection Principle Backflow Preventers (RFP). D. Plumbing and Drainage Institute: 1. PDI WH201 - Water Hammer Arrester Standard. 1.2 Submittals A. Product data: Submit catalog illustrations of fixtures, sizes, rough -in dimensions, utility sizes, trim, and finishes. B. Sanitary drainage specialties: Submit manufacturer's catalog information, component sizes, rough -in requirements, service sizes, and finishes. C. Manufacturer's installation instructions: Submit installation methods and procedures. D. Manufacturer's certificate: Certify products meet or exceed specified requirements. E. Operation and maintenance data: 1. Submit complete operations and maintenance data including, but not limited to, inspection period, cleaning methods, recommended cleaning materials, and maintenance requirements. 2. Coordinate with requirements of Section 01 91 00 — Commissioning and Commissioning Authority. N 1.3 Quality Assurance - �u A. Provide products requiring electrical connections listed and classified by UrOg riters Laboratories as suitable for purpose specified and indicated.Cn --< t f" B. Provide plumbing fixture fittings in accordance with ASME All 12.18.1 that ;;nt bar kflowl from fixture into water distribution system. _mJ l7 •• r PRVN Consultants, Inc. Plumbing Fixtures 17014 22 40 00-1 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction 1.4 Qualifications A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum five (5) years' experience. B. Installer: Company specializing in performing Work of this section with minimum five (5) years' experience. 1.5 Delivery, Storage, and Handling A. Accept fixtures on site in factory packaging. Inspect for damage. B. Protect installed fixtures from damage by securing areas and by leaving factory packaging in place to protect fixtures and prevent use. Part 2 Products 2.1 Emergency Combination Shower with Eye and Face Wash A. Shower: ANSI Z358.1; free-standing, self-cleaning, non -clogging 8" diameter stainless steel deluge shower head, instant -action stay -open valve actuated by rigid stainless steel pull rod. B. Eyewash: ANSI Z358.1; stainless steel bowl with elbow, stainless steel pipe pedestal with floor flange, instant -action stay -open valve actuated by push flag or foot pedal, twin spray heads with face -spray ring, dust cover assembly and tailpiece, and chrome -plated brass P -trap. C. Supply and waste piping: Stainless steel pipe pedestal with floor flange. D. Furnish universal emergency sign. E. Combination unit shall be installed with a scald protection bleed valve. Valve shall maintain shower water temperature between 87 and 95°F. F. Manufacturers: Haws Model 8330 or equal by Bradley Corporation or En -con Safety Products. 2.2 Hose Bibbs (HB -1) A. Construction: Bronze or brass with integral mounting flange, replaceable hexagonal disc, and hose thread spout. B. Chrome plated where exposed with hand wheel, integral vacuum breaker in conformance with ASSE 1011. C. Manufacturer: Matco-Norca or Nibco. 2.3 Floor Drains A. Floor drain (FD): 1. In accordance with ASME Al 12.21.1. 2. Construction: Coated cast iron two- (2) piece body with double Irainageflange. 3. Provide with weep holes, reversible clamping collar, and round, adjystab� nickeN bronze extra heavy-duty strainer. Z 4. Provide with '/," primer tap. t 5. Manufacturer: Josam Company 30000 WT -A series or equal by ilwe, OR. S Manufacturing Company or Zurn Industries, Inc. -<,- 2.4 <r2.4 Cleanouts A. Interior finished floor areas (CO): r PRVN Consultants, Inc. Plumbing Fixtures 17014 22 40 00-2 City of Iowa City Wastewater Treatment Facility Contract C-02 – General Construction Backup Generation and Electrical Distribution Upgrade Project 1. Construction: Cast iron body with anchor flange and threaded -top assembly. 2. Provide with reversible clamping collar and round scored cover with gasket in service areas and round depressed cover with gasket to accept floor finish in finished floor areas. 3. Manufacturer: Josam Company 58680 series, or equal by Wade or Jay R. Smith Manufacturing Company. B. Exposed (CO): 1. Construction: Cast iron body with no hub connection and bronze countersunk plug. 2. Manufacturer: Josam Company 58900 series, or equal by Wade or Jay R. Smith Manufacturing Company. 2.5 Tempered Water Instantaneous Heater A. Supply water: Plant's potable water supply. B. Outlet water temperature: 90°F. C. Cabinet: Powder -coated, steel, NEMA 4 rated. D. Constructed of NSF -61 listed materials. E. Safety relief valve system shall have a safety relief valve with discharge pipe to safe location. F. Flow rate: 40 GPM. G. Provide optional GFCI protection H. Pressure Gauge: 1. Pressure gauges shall be provided in the inlet and outlet piping of the water tempering system. 2. Pressure gauges shall be direct -reading, bourdon-tube type with phenolic case, 4'/�" dial with black figures and intervals on white background and a glass window. 3. Instrument Range: 0 to 160 psig. 4. Accuracy: t0.5% of span per ASME B40.1, Grade 2A. 5. Pressure gauge shall include dampened movement, a pressure -relieving back, isolation valve, and liquid -filled performance in dry gauge. 6. Manufacturer: Ashcroft Model 45-1279SS-04-XLL. Manufacturer: Eemax SpecAdvantge with PhD. Part 3 Execution 3.1 Examination A. Verify walls and floor finishes are prepared and ready for installation of fixtures. B. Verify electric power is available and of correct characteristics. 3.2 Preparation A. Rough -in fixture piping connections in accordance with minimum sizes indicated @1ixture rough -in schedule for particular fixtures. o A 3.3 Installation T>-1 A. Install piping, equipment, fixtures, and accessories in accordance with thejhwnatfaal Plumbing Code. =-.r N t1 -> I )70 \9 1 r PRVN Consultants, Inc. ' Plumbing Fixtures 17014 22 40 00-3 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project B. Install each fixture with trap, easily removable for servicing and cleaning. C. Provide chrome -plated rigid or Flexible supplies to fixtures with screwdriver, stops, reducers, and escutcheons. D. Install components level and plumb. E. Install and secure fixtures in place with bolts. F. Seal fixtures to wall and floor surfaces with sealant. G. Unless specifically indicated on the Drawings, the minimum slope shall be according to the Uniform Plumbing Code. H. Terminate vent lines in accordance with requirements of Uniform Plumbing Code. I. Cleanouts shall be installed at all directional changes in drainage piping systems. J. Cleanout covers and/or plugs shall be lubricated in accordance with manufacturer's recommendations. 3.4 Interface with Other Products A. Review millwork Shop Drawings. Confirm location and size of fixtures and openings before rough in and installation. 3.5 Adjusting A. Adjust stops or valves for intended water flow rate to fixtures without splashing, noise, or overflow. 3.6 Cleaning A. Clean plumbing fixtures and equipment. B. Clean and disinfect piping in accordance with the requirements of Section 40 05 13 — Common Work Results for Process Piping. 3.7 Protection of Installed Construction A. Do not permit use of fixtures before final acceptance. End of Section Portions of this Specification were provided by the U.S. Veterans Administration. PRVN Consultants, Inc. Plumbing Fixtures 17014 22 40 00-4 d �-G O rn ; ,9 PRVN Consultants, Inc. Plumbing Fixtures 17014 22 40 00-4 Division 23 Heating, Ventilating, and Air Conditioning (HVAC) City of Iowa City Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction Division 23 y 0 C:) �.. a% Division 23 y City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 23 05 93 Testing, Adjusting, and Balancing for HVAC Part 1 General 1.1. Summary A. Extent of testing, adjusting, and balancing work is indicated by requirements of this section and also by Drawings and schedules, and is defined to include, but not necessarily limited to, air distribution systems and associated equipment and apparatus of and process work. The Work consists of setting speed and volume (including pulley changes as required), adjusting facilities provided for systems, recording data, conducting tests, preparing and submitting rerts, and recommending modifications to work as required by Contract Documents.-,—, B. Component types of testing, adjusting, and balancing specified in this secWn]Acludedhe _ following as applied to equipment: G I e 1. Testing, adjusting, and balancing of air systems (air handling unit:JIL"NO&IlysteAs., supply and exhaust fans, diffusers and grilles, etc.). r' .,b F 2. Testing, adjusting, and balancing of hydropic systems (chillers, piI i-lyslems, control valves, etc.). ra A 3. Measurement of final operating condition of systems. " 4. Sound measurement of equipment operating conditions. ul 5. Vibration measurement of equipment operating conditions. 1.2. References A. Associated Air Balance Council: 1. AABC MN -1 — National Standards for Testing and Balancing Heating, Ventilating, and Air Conditioning Systems. B. American Society of Heating, Refrigerating, and Air -Conditioning Engineers: 1. ASHRAE 111 — Practices for Measurement, Testing, Adjusting, and Balancing of Building Heating, Ventilation, Air -Conditioning, and Refrigeration Systems. C. Natural Environmental Balancing Bureau: 1. NEBB — Procedural Standards for Testing, Adjusting, and Balancing of Environmental Systems. D. Testing Adjusting and Balancing Bureau: 1. TABB — International Standards for Environmental Systems Balance. 1.3. Submittals A. Prior to commencing Work, submit proof of latest calibration date of each instrument. B. Test reports: Indicate data on AABC MN -1 National Standards for Total System Balance forms or NEBB Report forms. Submit reports in electronic (pdf) format. C. Field reports: Indicate deficiencies preventing proper testing, adjusting, and balancing of systems and equipment to achieve specified performance. Submit reports in electronic (pdf) format. D. Prior to commencing Work, submit report forms or outlines indicating adjusting, balancing, and equipment data required. Include detailed procedures, agenda, sample report forms, and copy of AABC National Project Performance Guaranty or copy of NEBB Certificate of Conformance certification. E. Submit draft copies of report for review prior to final acceptance of Project. F. Operation and maintenance data: PRVN Consultants, Inc. Testing, Adjusting, and Balancing for HVAC 17014 23 05 93-1 City of Iowa City Wastewater Treatment Facility Contract C-02 - General Construction Backup Generation and Electrical Distribution Upgrade Project 1. Submit complete operations and maintenance data including, but not limited to, inspection period, cleaning methods, and recommended cleaning materials. 2. Coordinate with requirements of Section 01 91 00 - Commissioning and Commissioning Authority. 1.4. Quality Assurance A. Perform Work in accordance with AABC MN -1 National Standards for Field Measurement and Instrumentation, Total System Balance, or NEBB Procedural Standards for Testing, Balancing, and Adjusting of Environmental Systems. B. Prior to commencing Work, calibrate each instrument to be used. Upon completing Work, recalibrate each instrument to ensure reliability. C. Maintain calibration histories for each instrument to be used and make available to Owner upon request. D. Test equipment criteria: The instrumentation shall meet the accuracy/calibration requirements established by AABC National Standards or by NEBB Procedural Standards for Testing, Adjusting, and Balancing of Environmental Systems and instrument manufacturer. Provide calibration history of the instruments to be used for test and balance purpose. 1.5. Qualifications A. Agency: Owner shall provide company specializing in testing, adjusting, and balancing of systems specified in this section with minimum three (3) years' documented experience. Certified by AABC or NEBB. Part 2 Products 2.1. Plugs A. Provide plastic plugs to seal holes drilled in ductwork for test purposes. 2.2. Materials and Products A. Section 01 91 00 -Commissioning. B. Provide all necessary tools, instrumentation, and equipment necessary for the completion of balancing, startup, and commissioning services. C. Materials: Utilize suitable pipe system leak testing compound. i 7 "t. Q1 D. Utilize suitable anti -rust compound, such as Moly-Cote, for valve stems and, alve packingt-,-1 glands. -';,l v Part 3 Execution 3.1. Examination cfi A. Verity systems are complete and operable before commencing Work. Verify the following: 1. Systems are started and operating in safe and normal condition. 2. Control systems are installed complete and operable. 3. Proper thermal overload protection is in place for electrical equipment. 4. Duct systems are clean of debris. 5. Fans are rotating correctly. 6. Fire and volume dampers are in place and open. 7. Access doors are closed, and duct end caps are in place. 8. Air outlets are installed and connected. 9. Duct system leakage is minimized. PRVN Consultants, Inc. 17014 Testing, Adjusting, and Balancing for HVAC 23 05 93-2 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 3.2. Contractor Responsibilities A. Review Contract Documents and Engineer -reviewed Shop Drawings. Verify that piping, instrumentations, taps, valves, flow meters/transmitters, and other accessories have been provided to permit balancing piping systems under testing and operating conditions. Make required modifications. B. Inform Balancing Agency of deviations from Contract Documents made to systems during construction. Provide a complete set of Record Documents for Agency use. C. Certify that each operation listed below has been satisfactorily completed before testing and PRVN Consultants, Inc. Testing, Adjusting, and Balancing for HVAC 17014 23 05 93-3 balancing begins: 1. Physical installation of piping systems. 2. Pressure and leak testing of piping systems. 3. Equipment is in operable condition, with all accessories installed. 4. Temperature control systems are installed and operable. 5. Control valves and dampers are positioned for full flow through equipment. D. Provide field technical services from suppliers and from other sources as required during testing and balancing. Include labor, materials, tools, and equipment for operation of equipment and systems, as well as for adjustments, calibrations, and repairs of mechanical and automatic control devices and their components. Make these services available on each working day, and without undue delay, as required by Balancing Agency. E. Provide a representative to accompany Balancing Agency, at times required by Agency, during testing and balancing. F. Take full responsibility for protection and operation of equipment and systems. Operate systems at designated times and under conditions required for testing, adjusting, and balancing. G. Furnish flow -indicating meters and devices intended for use with permanently installed primary flow elements to Balancing Agency. H. Provide replacement sheaves and belts when required, in sizes determined by Balancing Agency. 7 I. Notify Balancing Agency upon completion of sheave replacement. J. 1 Make modifications to rectify discrepancies and deficiencies reported byt3oncing Agency indicating non-compliance with Contract Documents. � f 3.3. Instrumentation Systems _! _y A. Commission instrumentation installed under this Contract is in accordande;wtth the, �7 requirements of Section 01 91 00 — Commissioning and the direction of.Owner's '- Representative and Commissioning Authority. 'JI B. Instruments shall be calibrated over full operational range in accordance with manufacturer's requirements for the application specked. C. Contractor shall provide instrumentation Shop Drawings identifying installation, calibration, and commissioning requirements for instruments fumished under this Contract. D. Adjustable features shall be set for specific conditions. E. Instruments damaged or in any way outside of manufacturers specification shall not be accepted and shall be repaired or replaced. PRVN Consultants, Inc. Testing, Adjusting, and Balancing for HVAC 17014 23 05 93-3 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 3.4. Preparation A. Furnish instruments required for testing, adjusting, and balancing operations. B. Make instruments available to Commissioning Authority to facilitate spot checks during testing. 3.5. Adjusting A. Balancing Agency shall verify recorded data represents actual measured or observed conditions. B. Balancing Agency shall permanently mark settings of valves, dampers, and other adjustment devices allowing settings to be restored. Set and lock memory stops. C. After adjustment, Balancing Agency shall take measurements to verify balance has not been disrupted. If disrupted, verify correcting adjustments have been made. D. Balancing Agency shall report defects and deficiencies noted during performance of services preventing system balance. E. Balancing Agency shall leave systems in proper working order, replacing belt guards, closing access doors, closing doors to electrical switch boxes, and restoring thermostats to specified settings. F. Coordinate TAB procedures with any phased construction completion requirements for the project. Systems serving completed phases of the project require TAB for such phases prior to partial final inspections. G. Allow sufficient time in construction schedule for TAB and submission of reports prior to partial final inspections. 3.6. Air System Procedure A. General requirements 1. Test, adjust, and record all blower/fan RPM at design requirements. 2. Adjust air handling and distribution systems to obtain required or design supply, return, and exhaust air quantities at site altitude. 3. Make air flow rate measurements in main duds by pitot tube traverse afibre cross- sectional area of duct. 4. Test and record all system static pressures, suction, and discharggt , 5. Test and adjust all systems for design CFM of recirculated air., - t 6. Test and adjust all systems for design CFM of outside air. _i n rn -1 7. Measure air quantities at air inlets and outlets. 8. Adjust distribution system to obtain space temperatures within'56F Ind -rw'imal .' objectionable drafts , .� 9. Use volume -control devices to regulate air quantities, only to the extent adjustments do not create objectionable air motion or sound levels. Effect volume co5ol by using volume dampers located in ducts. 10. Vary total system air quantities by adjusting fan speeds. Provide sheave drive changes to vary fan speed. Vary branch air quantities by damper regulation. it. Provide system schematic with required and actual air quantities recorded at each outlet or inlet. 12. Measure static air pressure conditions on air -supply units, including filter and coil pressure drops and total pressure across fan. Make allowances for 50% loading of filters. 13. Adjust outside air automatic dampers, outside air, and exhaust dampers for design conditions. 14. Measure temperature conditions across outside air and exhaust dampers to check leakage. 15. At modulating damper locations, take measurements and balance at extreme conditions. PRVN Consultants, Inc. Testing, Adjusting, and Balancing for HVAC 17014 23 05 93-4 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 16. Measure building static pressure and adjust supply, return, and exhaust air systems to obtain required relationship between each to maintain approximately 10% building pressurization. 17. Flow rate tolerances: a. Exhaust and return air: 0 to +10% 3.7. Marking of Settings A. Following approval of TABB final report, the setting of all adjustment devices including valves, splitters, and dampers shall be permanently marked by the TABB specialist so that adjustment can be restored if disturbed at any time. Style and colors used for markings shall be coordinated with the Commissioning Authority. 3.8. Identification of Test Ports A. The TABB specialist shall permanently and legibly identify the location points of duct test ports. If the ductwork has exterior insulation, the identification shall be made on the exterior side of the insulation. All penetrations through ductwork and ductwork insulation shall be sealed to prevent air leaks and maintain integrity of vapor barrier. 3.9. Schedules A. Complete list of equipment requiring testing, adjusting, and balancing: 1. Air inlets and outlets. 2. Exhaust fans. B. Report forms 1. Title page: a. Name of testing, adjusting, and balancing agency. b. Address of testing, adjusting, and balancing agency. C. Telephone and facsimile numbers of testing, adjusting, and balancing agency. d. Project name. e. Project location. f. Project architect. g. Project engineer. ; h. Contractor. — U I. Project altitude. n i1 j. Report date. 2. Summary comments: { t a. Design versus final performance. ::7,n Cn b. Notable characteristics of system. C. d. Description of systems operation sequence. Summary of outdoor and exhaust flows to indicate building.giess zatiok7:1 e. Nomenclature used throughout report. f. Test conditions. 3. Instrument list: a. Instrument. b. Manufacturer. C. Model number. d. Serial number. e. Range. f. Calibration date. 4. Electric motors: a. Manufacturer. b. Model/frame. C. HP/BHP and kW. d. Phase, voltage, amperage; nameplate, actual, no load. e. RPM. f. Service factor. g. Starter size, rating, heater elements. PRVN Consultants, Inc. Testing, Adjusting, and Balancing for HVAC 17014 23 05 93-5 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction h. Sheave make/size/bore. 5. V -belt drive: a. Identification/location. b. Required driven RPM. C. Driven sheave diameter and RPM. d. Belt, size, and quantity. e. Motor sheave diameter and RPM. f. Center -to -center distance, maximum, minimum, and actual. 6. Exhaust fan data: a. Location. b. Manufacturer. C. Model number. d. Serial number. e. Air flow, specified and actual. f. Total static pressure (total external), specified and actual. 9. Inlet pressure. h. Discharge pressure. I. Sheave make/size/bore. J. Number of belts/make/size. k. Fan RPM. 7. Duct traverse: a. System zone/branch. b. Duct size. C. Area. d. Design velocity. e. Design air flow. f. Test velocity. g. Test air flow. h. Duct static pressure. I. Air temperature. j. Air correction factor. 8. Air distribution test sheet: a. Air terminal number. b. Room number/location. C. Terminal type. d. Terminal size. e. Area factor. f. Design velocity. g. Design air flow. h. Test (final) velocity. 1. Test (final) air flow. j. Percent of design air flow. End of Section �--) r C7, a PRVN Consultants, Inc. 17014 Testing, Adjusting, and Balancing for HVAC 23 05 93-6 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 23 07 00 HVAC Insulation Part 1 General 1.1 References A. ASTM International 1. ASTM C1071 — Standard Specification for Thermal and Acoustical Insulation (Glass Fiber, Duct Lining Material). 2. ASTM C1136 — Standard Specification for Flexible, Low Permeance Vapor Retarders for Thermal Insulation. 3. ASTM E96/E96M — Standard Test Methods for Water Vapor Transmission of Materials. 4. ASTM E162 — Standard Test Method for Surface Flammability of Materials Using a Radiant Heat Energy Source. B. Sheet metal and air conditioning contractors: 1. SMACNA — HVAC Duct Construction Standard — Metal and Flexible. 1.2 Submittals A. Product data: Submit product description, thermal characteristics, and list of materials and thickness for each service and location. B. Manufacturer's installation instructions: Submit manufacturer's published literature indicating proper installation procedures. C. Manufacturer's certificate: Certify products meet or exceed specified requirements. 1.3 Quality Assurance A. Duct insulation, coverings, and linings: Maximum 25/50 flame spread/smoke developed index, when tested in accordance with ASTM E84, using specimen procedures and mounting procedures of ASTM E 2231. 1.4 Qualifications .J A. Manufacturer: Company specializing In manufacturing products specified in this segtlon with minimum five (5) years' experience. �. B. Applicator: Company specializing in performing Work of this section with minimum Gve (5) — years' experience. 1.5 Delivery, Storage and Handling -J -1 A. Accept materials on site in original factory packaging, labeled with manufabt6her's�0 *".J identification, including product density and thickness. _ r B. Protect insulation from weather and construction traffic, dirt, water, chemical, and damage by storing in original wrapping. 1.6 Environmental Requirements A. Install insulation only when ambient temperature and humidity conditions are within range recommended by manufacturer. B. Maintain temperature before, during, and after installation for minimum period of 24 hours. PRVN Consultants, Inc. HVAC Insulation 17014 23 07 00-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 1.7 Field Measurements A. Verify field measurements prior to fabrication. Part 2 Products 2.1 Ductwork Insulation A. Type D-5: ASTM C1071, Type II, rigid, glass fiber duct liner with coated air side. 1. Thermal conductivity: 0.23 at 75"F. 2. Density: 3.0 pound per cubic foot. 3. Maximum operating temperature: 250°F. 4. Maximum air velocity: 6,000 feet per minute. 5. Manufacturers: Johns Manville Permacote Linecoustic R-300, or equal by Knauf Insulation or Owens Corning. 2.2 Ductwork Insulation Accessories A. Vapor retarder tape: Kraft paper reinforced with glass fiber yam and bonded to aluminized film, with pressure -sensitive, rubber -based adhesive. B. Vapor retarder lap adhesive: Compatible with insulation. C. Adhesive: Waterproof, ASTM E162 fire -retardant type. D. Liner fasteners: Galvanized steel, self-adhesive pad with integral head. E. Tie wire: 0.048" stainless steel with twisted ends on maximum 12" centers. F. Lagging adhesive: Fire -retardant type with maximum 25/450 flame spread/smoke developed index when tested in accordance with ASTM E84. G. Impale anchors: Galvanized steel, 12 -gage self-adhesive pad. H. Adhesives: Compatible with insulation. as Part 3 Execution Oct 3.1 Examination t®+ A. Verify piping and ductwork have been tested before applying insulation terialcri sa i B. Verify surfaces are clean and dry, with foreign material removed. �;5Z uo 3.2 Installation — Ductwork Systems c -n A. Duct dimensions indicated on Drawings are finished inside dimensions. B. Insulated ductwork conveying air below ambient temperature: 1. Provide insulation with vapor -retarder jackets. 2. Finish with tape and vapor -retarder jacket. 3. Continue insulation through walls, sleeves, hangers, and other duct penetrations. 4. Insulate entire system including fittings, joints, flanges, fire dampers, flexible connections, and expansion joints. C. Insulated ductwork conveying air above ambient temperature: 1. Provide with or without standard vapor -retarder jacket. 2. Insulate fittings and joints. Where service access is required, bevel and seal ends of insulation. PRVN Consultants, Inc. HVAC Insulation 17014 23 07 00-2 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 - General Construction D. Duct liner: 1. Adhere insulation with adhesive for 100% coverage. 2. Secure insulation with mechanical liner fasteners. Comply with SMACNA standards for spacing. 3. Seal and smooth joints. Seal and coat transverse joints. 4. Seal liner surface penetrations with adhesive. 5. Cut insulation for tight overlapped corner joints. Support top pieces of liner at edges with side pieces. 3.3 Schedules A. Ductwork Insulation Schedule: End of Section Portions of this Specification were provided by the U.S. Veterans Administration. PRVN Consultants, Inc. 17014 HVAC Insulation 23 07 00-3 Insulation Insulation Ductwork System Type Thickness inches Supply Ducts (internally insulated) D-5 1.0 Return Ducts (internally insulated) D-5 1.0 End of Section Portions of this Specification were provided by the U.S. Veterans Administration. PRVN Consultants, Inc. 17014 HVAC Insulation 23 07 00-3 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Section 23 3100 HVAC Duds and Casings Part 1 General 1.1 References A. ASTM International Contract C-02 — General Construction 1. ASTM A36/A36M — Standard Specification for Carbon Structural Steel. 2. ASTM A90/A90M — Standard Test Method for Weight Mass of Coating on Iron and Steel Articles with Zinc or Zinc -Alloy Coatings. 3. ASTM A568/A568M — Standard Specification for Steel, Sheet, Carbon, and High - Strength, Low -Alloy, Hot -Rolled and Cold -Rolled, General Requirements for. 4. ASTM A653/A653M — Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process. 5. ASTM Al008/A1008M —Standard Specification for Steel, Sheet, Cold -Rolled, Carbon, Structural, High -Strength Low -Alloy and High -Strength Low -Alloy with Improved Formability. 6. A1011/A1011 M-07 — Standard Specification for Steel, Sheet and Strip, Hot -Rolled, Carbon, Structural, High -Strength Low -Alloy, High -Strength Low -Alloy with Improved Formability, and Ultra -High Strength. 7. ASTM B209 — Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate. 8. ASTM E84 — Standard Test Method for Surface Burning Characteristics of Building Materials. B. National Fire Protection Association: 1. NFPA 90A — Standard for the Installation of Air Conditioning and Ventilating Systems. 2. NFPA 90B — Standard for the Installation of Warm Air Heating and Air Conditioning Systems. 3. NFPA 96 — Standard for Ventilation Control and Fire Protection of Commercial Cooking Operations. C. Sheet Metal and Air Conditioning Contractors: 1. SMACNA — HVAC Air Duct Leakage Test Manual. 2. SMACNA — HVAC Duct Construction Standard — Metal and Flexible. D. Underwriters Laboratories Inc.: 1. UL 181 — Factory -Made Air Ducts and Connectors. 1.2 Performance Requirements A. Variation of duct configuration or sizes other than those of equivalent or lower loss coefficient is not permitted except by written permission. Size round ducts installed in place of rectangular ducts in accordance with ASHRAE table of equivalent rectangular and round ducts 1.3 Submittals A. Shop Drawings: Submit duct fabrication drawings, drawn to scale on Drawing sheens same size as Contract Documents, indicating: 1. Fabrication, assembly, and installation details including plans, ela0Qns, sections, , details of components, and attachments to other work. i -� 2. Duct layout indicating pressure classifications and sizes in plan view. For exhaust duct systems, indicate classification of materials handled as defined In'this section. 3. Fittings. 4. Reinforcing details and spacing. 5. Seam and joint construction details. 6. Penetrations through fire -rated and other walls. 7. Thermal and acoustic insulation attachment details. PRVN Consultants, Inc. HVAC Ducts and Casings 17014 2331 00-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 8. Hangers and supports including methods for building attachment, vibration isolation, and duct attachment. B. Product data: Submit data for duct materials, duct liner, and duct connectors. C. Test reports: Indicate pressure tests performed. Include date, section tested, test pressure, and leakage rate following SMACNA HVAC Air Duct Leakage Test Manual. D. Operation and maintenance data: 1. Submit complete operations and maintenance data including, but not limited to, inspection period, cleaning methods, and recommended cleaning materials. 2. Coordinate with requirements of Section 01 91 00 — Commissioning and Commissioning Authority. 1.4 Quality Assurance A. Perform Work in accordance with SMACNA — HVAC Duct Construction Standards — Metal and Flexible. B. Construct ductwork to NFPA 90A standards. C. Duct sealing, air leakage criteria, and air leakage tests: Ducts shall be sealed as per duct sealing requirements of SMACNA HVAC Air Duct Leakage Test Manual for duct pressure classes. D. Duct accessories exposed to the air stream, such as dampers of all types (except smoke dampers) and access openings, shall be of the same material as the duct or provide at least the same level of corrosion resistance. 1.5 Qualifications A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum five (5) years' experience. B. Installer: Company specializing in performing Work of this section with minimum five (5) years' experience. 1.6 Environmental Requirements A. Do not install duct sealant when temperatures are less than those recommended by sealant manufacturers. B. Maintain temperatures during and after installation of duct sealant. 1.7 Field Measurements A. Verify field measurements prior to fabrication. Part 2 Products 2.1 Rectangular Duct Materials A. General: Except for systems specified otherwise, construct ducts, casings, ark accessories of, galvanized sheet steel. B. Galvanized steel ducts: ASTM A653/A653M galvanized steel sheet, lock-fofr( ig Clality having G90 zinc coating in conformance with ASTM A90/A90M. a i] C. Fasteners: Rivets, bolts, or sheet metal screws. 3, Y Ul PRVN Consultants, Inc. HVAC Ducts and Casings 17014 23 31 00-2 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project D. Insulation: Refer to Section 23 07 00 — HVAC Insulation for duct insulation requirements. E. Joint sealing: Refer to SMACNA HVAC Duct Construction Standards, paragraph S1.9. 1. Sealant: Elastomeric compound, gun or brush grade, maximum 25 flame spread and 50 smoke developed (dry state) compounded specifically for sealing ductwork as recommended by the manufacturer. Generally, provide liquid sealant, with or without compatible tape, for low clearance slip joints and heavy, permanently elastic, mastic tape where clearances are larger. Oil-based caulking and glazing compounds are not acceptable because they do not retain elasticity and bond. 2. Tape: Use only tape specifically designated by the sealant manufacturer and apply only over wet sealant. Pressure -sensitive tape shall not be used on bare metal or on dry sealant. 3. Approved factory -made joints may be used. F. Hanger rod: ASTM A36/A36M; steel, galvanized; threaded both ends, threaded one end, or continuously threaded. 2.2 Internal Duct Coatings A. General: Exhaust ductwork from battery room to the roof -mounted exhaust fan shall be coated. B. The coatings shall be a cross-linked epoxy -phenolic material cured with an alkaline curing agent. C. The coating shall have a chemical, abrasive and temperature resistance no less than that of Plasite 7122L. D. The coating shall be specifically approved by the manufacturer for internal lining of steel exhaust ducts. 1. Follow manufacturer's specific direction equal to Plasite 7122L, Zone A useage requiring sand blasting of the galvanized steel duct surface and multiple layers for a total film thickness of 12-13 mils. 2. The coating manufacturer shall provide speck instruction for minor and major coating repair procedures including repair of holidays, scratches, and cutting ductwork and connecting new ductwork. E. Seams and joints shall be sealed with Plasite 7122 Joint Adhesive Sealant (JAS) or Tnemec 63-1500, unless removable gasketed joints are specified. F. All dampers and other appurtenances shall be coated. G. Acceptable Manufacturer — Internal Duct Coatings: 1. Plasite 7122L or TNEMEC 282. H. Acceptable Substitute — Internal Duct Coatings: 1. 3M Skotchkote 134 Fusion -Bonded Epoxy 2.3 Ductwork Fabrication A. Fabricate and support rectangular ducts In accordance with SMACNA HVAC Duct Construction Standards — Metal and Flexible and as indicated on Drawings. Provide duct _. material, gages, reinforcing, and sealing for operating pressures indicated. N B. Construct T's, bends, and elbows with minimum radius 1 '/� times centerline duct -width. Where not possible and where rectangular elbows are used, provide airfoil turning vanes ''Where � acoustical lining is indicated, furnish turning vanes of perforated metal with ggibss fiber insulattbn. C. Increase duct sizes gradually, not exceeding 15 -degree divergence where4po*le; mpxAum 30 -degree divergence upstream of equipment and 45 -degree convergence dRiwnstream. . 1 PRVN Consultants, Inc. HVAC Ducts a d Casings 17014 2331 00-3 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project D. Provide standard 45 -degree lateral wye takeoffs. When space does not allow 45 -degree lateral wye takeoff, use 90 -degree conical tee connections. E. Seal joints between duct sections and duct seams with welds, gaskets, mastic adhesives, mastic plus embedded fabric systems, or tape. 1. Sealants, mastics, and tapes: Conform to UL 181A. Provide products bearing appropriate UL 181A markings. 2. Do not provide sealing products not bearing UL approval markings. Part 3 Execution 3.1 Examination A. Verify sizes of equipment connections before fabricating transitions. B. Coordinate penetrations in supply air plenum with duct connections prior to fabrication of ductwork, fittings, and transitions. 3.2 Installation A. Install and seal ducts in accordance with SMACNA HVAC Duct Construction Standards — Metal and Flexible. 1. Drawings show the general layout of ductwork and accessories but do not show all required fittings and offsets that may be necessary to connect ducts to equipment, boxes, diffusers, grilles, etc., and to coordinate with other trades. Fabricate ductwork based on field measurements. Provide all necessary fittings and offsets at no additional cost to the Owner. Coordinate with other trades for space available and relative location of HVAC equipment and accessories on ceiling grid. Duct sizes on the Drawings are inside dimensions that shall be altered by Contractor to other dimensions with the same air handling characteristics where necessary to avoid interferences and clearance difficulties. 2. Provide duct transitions, offsets, and connections to dampers, coils, and other equipment in accordance with SMACNA Standards, Section II. B. During construction, install temporary closures of metal or taped polyethylene on open ductwork to prevent construction dust from entering ductwork system. C. Use double nuts and lock washers on threaded rod supports. D. Install duct hangers and supports in accordance with SMACNA Standards, Chapter 4. E. For outdoor ductwork, protect ductwork, ductwork supports, linings, and coverings from weather. F. Exhaust outlet locations: 1. Minimum distance from property lines: 3 feet. 2. Minimum distance from building openings: 3 feet. 3. Minimum distance from outside air intakes: 10 feet. ._n 3.3 Interface with Other Products _1 A. Install openings in ductwork where required to accommodate thermometers -and controller--r— Install pilot tube openings for testing of systems. Install pitot tube complete with m6tal cari.ia ins rated spring device or screw to prevent air leakage. Where openings are providicM ductwork, install insulation material inside metal ring. B. Connect air outlets and inlets to supply ducts directly. c!l PRVN Consultants, Inc. HVAC Ducts and Casings 17014 23 31 00-4 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 3.4 Cleaning A. Clean duct system and force air at high velocity through duct to remove accumulated dust. To obtain sufficient air flow, clean one half (1/2) of system completely before proceeding to other half. Protect equipment with potential to be harmed by excessive dirt with temporary filters, or bypass during cleaning. B. Clean duct systems with high-power vacuum machines. Protect equipment with potential to be harmed by excessive dirt with filters, or bypass during cleaning. Install access openings into ductwork for cleaning purposes. 3.5 Testing A. Ductwork leakage testing shall be performed for the entire air distribution system (including all supply, return, exhaust, and relief ductwork) section by section, including fans, coils, and filter sections after cleaning. 1. Test in accordance with SMACNA HVAC Air Duct Leakage Test Manual. 2. Maximum allowable leakage: In accordance with ICC IECC. B. If any portion of the duct system tested fails to meet the permissible leakage level, the Contractor shall rectify sealing of ductwork to bring it into compliance and shall retest it until acceptable leakage is demonstrated to the Owner's Representative and Commissioning Authority. C. All tests and necessary repairs shall be completed prior to insulation or concealment of ductwork. D. Make sure all openings used for testing flow and temperatures are sealed properly. 3.6 Schedules A. Ductwork material schedule: Air System Material Pressure Class Battery Room Exhaust Galvanized Steel 4" in w.c. Effluent Filter Room Galvanized Steel 4" in w.c. and Effluent Sampling Room Supply End of Section Portions of this Specification were provided by the U.S. Veterans Administration. PRVN Consultants, Inc. 17014 N f� CEf _f l7� C 4-✓ 'a 7C �O c -n HVAC Ducts and Casings 2331 00-5 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 23 33 00 Air Duct Accessories Part 1 General 1.1 References A. Air Movement and Control Association International, Inc.: 1. AMCA 500 — Test Methods for Louvers, Dampers, and Shutters. B. ASTM International: 1. ASTM E1 — Standard Specification for ASTM Thermometers. 2. ASTM E84 — Standard Test Method for Surface Burning Characteristics of Building Materials. 3. ASTM E477 -06a — Standard Test Method for Measuring Acoustical and Airflow Performance of Duct Liner Materials and Prefabricated Silencers. C. National Fire Protection Association: 1. NFPA 90A — Standard for the Installation of Air Conditioning and Ventilating Systems. 2. NFPA 92A — Recommended Practice for Smoke -Control Systems. 3. NFPA 255 — Standard Test Method for Surface Burning Characteristics of Building Materials. D. Sheet Metal and Air Conditioning Contractors: 1. SMACNA — HVAC Duct Construction Standard — Metal and Flexible. E. Underwriters Laboratories (UL): 1. UL 723 — Standard Test Method for Surface Burning Characteristics of Building Materials. 1.2 Submittals A. Shop Drawings: Indicate for shop -fabricated assemblies including volume -control dampers, duct access doors, and duct test holes. B. Product data: Submit data for shop -fabricated assemblies and hardware used. C. Product data: Submit for the following. Include where applicable electrical characteristics and connection requirements: 1. Combination fire -smoke dampers. 2. Volume -control dampers. 3. Duct access doors. 4. Back -draft dampers. 5. Flexible duct connections. 6. Duct test holes. 7. Roof mounted support > D. Submit laboratory acoustic and aerodynamic performance obtained according to ASTM E477 O6a and so certified when submitted for approval. The laboratory must be cijlrenfl} NVLAP 1 accredited for the ASTM E477 -06a test standard. A copy of the accreditation', certificate mug_T be included with the submittals. Data from non-NVLAP accredited test facilities sRakll not pe accepted. Shop Drawings submitted without proper certifications shall be rejected. E. Manufacturer's certificate: Certify products meet or exceed specified requirements. F. Operation and maintenance data: 1. Submit complete operations and maintenance data including, but not Iimd6ld to, inspection period, cleaning methods, and recommended cleaning materials. PRVN Consultants, Inc. Air Duct Accessories 17014 23 33 00-1 City of Iowa City Wastewater Treatment Facility Contract C-02 - General Construction Backup Generation and Electrical Distribution Upgrade Project 1.3 Quality Assurance A. Comply with NFPA 90A - Installation of Air Conditioning and Ventilating Systems. B. Dampers tested, rated, and labeled in accordance with the latest UL requirements. C. Damper pressure -drop ratings based on tests and procedures performed in accordance with AMCA 500. D. Duct accessories exposed to the air stream, such as dampers of all types (except smoke dampers) and access openings, shall be of the same material as the duct or provide at least the same level of corrosion resistance. 1.4 Qualifications A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum five (5) years' experience. 1.5 Delivery, Storage, and Handling A. Protect dampers from damage to operating linkages and blades. B. Delivery: Deliver materials to site in manufacturer's original, unopened containers and packaging, with labels clearly indicating manufacturer and material. C. Storage: Store materials in a dry area indoors, protected from damage. D. Handling: Handle and lift dampers in accordance with manufacturer's instructions. Protect materials and finishes during handling and installation to prevent damage. E. Silencers shall be shipped with factory -installed end caps to prevent contamination during shipping. 1.6 Field Measurements A. Verify field measurements prior to fabrication. Part 2 Products 2.1 Duct Access Doors A. Fabricate in accordance with SMACNA HVAC Duct Construction Standards - Metal and Flexible, and as indicated on Drawings. B. Fabrication: Rigid and close fitting of galvanized steel with sealing gaskets and quick -fastening locking devices. For insulated ductwork, furnish minimum 1" thick insulab n with sheet meta covet 1. Less than 12" square, secure with sash locks. - ---" 2. Up to 18" square: Furnish two (2) hinges and two (2) sash locks-.-, 3. Up to 24" x 48": Three (3) hinges and two (2) compression latchro-cl - 'r -5. 4. Larger sizes: Furnish additional hinge. _'r 5.Access panels with sheet metal screw fasteners are not acceptab'4 a0 _ C. Manufacturers: Ruskin, Ventfabrics, Inc., or equal. n 2.2 Back -Draft Dampers A. Product description: Multi -blade, back -draft dampers: Parallel -action, gravity -balanced, galvanized 16 -gage steel. Blades: Maximum 6" width with felt or flexible vinyl sealed edges. PRVN Consultants, Inc. Air Duct Accessories 17014 23 33 00-2 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Provide with oil -impregnated bronze bearings. Blades linked together in rattle -free manner with 90 -degree stop, steel ball bearings, and plated steel pivot pin. Furnish dampers with adjustment device to permit setting for varying differential static pressure. B. Manufacturer: Ruskin or Air Balance, Inc. 2.3 Volume -Control Dampers A. Fabricate in accordance with SMACNA HVAC Duct Construction Standards — Metal and Flexible, and as indicated on Drawings. B. Multi -blade damper: Fabricate of opposed -blade pattern with maximum blade sizes 8" x 72". Assemble center and edge -crimped blades in prime -coated or galvanized -frame channel with suitable hardware. C. Manufacturer: Ruskin, Air Balance, Inc., or equal. 2.4 Flexible Duct Connections A. Fabricate in accordance with SMACNA HVAC Duct Construction Standards — Metal and Flexible, and as indicated on Drawings. B. Connector: Fabric crimped into metal edging strip. 1. Fabric: UL -listed, fire -retardant, neoprene -coated, woven -glass -fiber fabric conforming to NFPA 90A, minimum density 30 oz per sq yd. 2. Net fabric width: Approximately 6" wide. 3. Metal: 3" wide, 24 gage galvanized steel. C. Manufacturer: Duro Dyne Corporation or Vent Fabrics, Inc. 2.5 Duct Test Holes A. Permanent test holes: Factory -fabricated, air -tight flanged fittings with screw cap. Furnish extended neck fittings to clear insulation. 2.6 Roof Mounted Support A. Frame: Shall Consist of galvanized steel struts. Struts shall be assembled with angle brackets at each corner. B. Foot: Shall consist of Nylon GF -30%. Foot shall be formed such that struts are able to fit into center of the foot securely. C. Manufacturer: Big Foot Support H Frame Set, or equal Part 3 Execution �a 0 3.1 Examination C-) �3 A. Verify ducts and equipment installation are ready for accessories. --t G a, B. Check location of air outlets and inlets and make necessary adjustmentsin g3ition to conforfr' to architectural features, symmetry, and lighting arrangement. - 3.2 Installation ? A. Install in accordance with NFPA 90A, and follow SMACNA HVAC Duct Construction -Standards — Metal and Flexible. Refer to Section 23 31 00 — HVAC Ducts and Casings for duct construction and pressure class. PRVN Consultants, Inc. Air Duct Accessories 17014 23 33 00-3 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction B. Access doors: Install access doors at the following locations and as indicated on Drawings: 1. Before and after each duct -mounted fan. 2. Before and after each automatic control damper. C. Access door sizes: Install minimum 8" x 8" size for hand access, 18" x 18" size for shoulder access. Review locations with Owner's Representative prior to fabrication. D. Install back -draft dampers on exhaust fans or exhaust ducts nearest to outside and where indicated on Drawings. E. Install volume -control dampers at each branch of supply and exhaust and where shown on Drawings. F. Install permanent duct test holes required for testing and balancing purposes. End of Section Portions of this Specification were provided by the U.S. Veterans Administration. PRVN Consultants, Inc. Air Duct Accessories 17014 23 33 00-4 ro 0 cc —1 7 �"- r,—, ch rn 3 Un PRVN Consultants, Inc. Air Duct Accessories 17014 23 33 00-4 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 23 34 00 HVAC Fans Part 1 General 1.1 References A. American Bearing Manufacturers Association 1. ABMA 9 — Load Ratings and Fatigue Life for Ball Bearings. 2. ABMA 11 — Load Ratings and Fatigue Life for Roller Bearings. B. Air Movement and Control Association International, Inc.: 1. AMCA 99 — Standards Handbook. 2. AMCA 204 — Balance Quality and Vibration Levels for Fans. 3. AMCA 210 — Laboratory Methods of Testing Fans for Aerodynamic Performance C. Manufacturer's installation instructions: Submit fan manufacturer's instructions. Rating. 4. AMCA 261 — Directory of Products Licensed to Use the AMCA Certified Ratings Seal. 5. AMCA 300 — Reverberant Room Method for Sound Testing of Fans. 6. AMCA 301 — Methods for Calculating Fan Sound Ratings from Laboratory Test Data. C. ASTM International: 1. ASTM D1735 — Standard Practice for Testing Water Resistance of Coatings Using Water Fog Apparatus. 2. ASTM E1996 — Standard Specification for Performance of Exterior Windows, Curtain Walls, Doors, and Impact Protective Systems Impacted by Windbome Debris in Hurricanes. D. National Electrical Manufacturers Association: 1. NEMA MG 1 — Motors and Generators. 2. NEMA 250 — Enclosures for Electrical Equipment (1,000 Volts maximum). E. Underwriters Laboratories Inc.: 1. UL 705 — Power Ventilators. 1.2 Submittals A. Shop Drawings: Indicate size and configuration of fan assembly, mountings, weights, ductwork, and accessory connections. B. Product data: Submit data on each type of fan and include accessories, fan curves with specified operating point plotted, power, RPM, sound power levels for both fan inlet and outlet at rated capacity, electrical characteristics, and connection requirements. C. Manufacturer's installation instructions: Submit fan manufacturer's instructions. D. Manufacturer's certificate: Certify products meet or exceed specified requirements. 1.3 Closeout Submittals A. Operation and maintenance data: S 1. Submit complete operations and maintenance data including, but rot limited to, inspection period, cleaning methods, and recommended cleaning materials. `--- 2. Coordinate with requirements of Section 01 9100 — Commissioning and Commissioning Authority. 1.4 Quality Assurance '=i. �D A. Performance ratings: Conform to AMCA 210. cJt PRVN Consultants, Inc. HVAC Fans 17014 23 34 00-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project B. Fans and power ventilators shall be listed in the current edition of AMCA 261 and shall bear the AMCA performance seal. C. Sound ratings: AMCA 301, tested to AMCA 300. D. UL compliance: UL listed and labeled, designed, manufactured, and tested in accordance with UL 705. E. Balance quality: Conform to AMCA 204. F. Safety criteria: Provide manufacturer's standard screen on fan inlet and discharge where exposed to operating and maintenance personnel. G. Corrosion protection: All steel shall be mill galvanized or phosphatized and coated with minimum two (2) coats corrosion -resistant enamel paint. Manufacturer's paint and paint system shall meet the minimum specifications of ASTM D1735 water fog, ASTM 8117 salt spray, ASTM D3359 adhesion, and ASTM G152 and G153 for carbon arc light apparatus for exposure of non-metallic material. 1.5 Qualifications A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three (3) years' experience. B. Installer: Company specializing in performing Work of this section with minimum five (5) years' documented experience. 1.6 Delivery, Storage, and Handling A. Protect motors, shafts, and bearings from weather and construction dust. 1.7 Field Measurements A. Verify field measurements prior to fabrication. 1.8 Performance Requirements A. Performance: As scheduled on Drawings. 1.9 Extra Materials A. Fumish one (1) set of belts for each fan. Part 2 Products 2.1 Upblast Centrifugal Roof Fans = - A. Fan unit: V -belt drive, aluminum with epoxy -coated housing; resilient motmtedtmot °f; square base to suit roof curb with continuous curb gaskets. Fan shall comply wit"MCA 94,0401) type B, spark -resistant construction. _ j r B. Blades: Shaped steel air foil blades with heavy hubs, statically and dynarr 04w balanced, i keyed and locked to shaft, directly connected to shaft. = C. Bearings and drives: s 1. Bearings: Pillow block type, self -aligning, grease -lubricated ball bearings with ABMA 9, L-50 life no less than 200,000 hours. PRVN Consultants, Inc. HVAC Fans 17014 23 34 00-2 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 2. Sheaves: Cast iron or steel, dynamically balanced, bored to fit shafts and keyed; variable and adjustable pitch motor sheave selected so required rpm is obtained with Verify roof curbs are installed and dimensions are instructed by manufa_Ct urer. sheaves set at mid-position; fan shaft with self -aligning pre -lubricated ball bearings. 3. V -belt: Drive rated as recommended by manufacturer or minimum 1.5 times nameplate rating of motor. Non -static type, oil and heat resistant. D. Motors: A. 1. Ratings: for operation and periodic maintenance activities. ; r— a. Voltage: 120V, single phase. b. Enclosure: Open drip proof (ODP) IP22, IC01. C. Service Factor: 1.15. Secure roof fans with galvanized steel lag screws to roof curb. d. Insulation class/temperature rise: Class F with Class B rise. C. e. Efficiency: Premium Efficiency meeting EPACT 1992 standards. f. Temperature: 40°C. 2. Motors shall comply and be built In accordance with NEMA MG -1. 3. Motors shall be inverter duty rated and conform to the requirements of NEMA MG -1, Part 31. 4. Provide factory -mounted disconnect switch -on equipment. E. Accessories 1. Aluminum wire bird screen. 2. Roof curb: Galvanized steel construction with continuously welded seams built-in cant strips, and factory -installed nailer strip. 3. Disconnect switch: Factory wired, non -fusible in housing for thermal overload - protected motor; NEMA 250 Type 4 enclosure. 4. Provide a single -pole toggle, fractional horsepower manual starter with melting alloy type thermal overload relay sized for motor(s) provided. Provide red pilot light and an oversized surface mounted enclosure rating of NEMA 1. Square D Class 2510 type or equal. 5. Provide in an adjacent NEMA 1, surface mounted junction box a Current Switch Device (CSD) series type current switch. Current switch shall be completely self - powered switching operator off the current in the cable being monitored. Provide a Johnson Controls CSD series or equal. Provide current switch with a solid core, adjustable threshold, LED display and a low setpoint of 1A. Switch shall be rated 5A at 24VDC. Mount the current switch on the back plane of the NEMA 1 enclosure and route the battery room exhaust fan motor leads through the current switch. F. Manufacturers: Loren Cook Model ACRU-B or equal by Greenheck or PennBarry Part 3 Execution 3.1 Examination A. Verify roof curbs are installed and dimensions are instructed by manufa_Ct urer. 3 t 3.2 Installation�-�" A. 1 Fans shall be located on Drawings and oriented to allow for easy access b-�_qwrWs pe'onnal for operation and periodic maintenance activities. ; r— j Y B. Secure roof fans with galvanized steel lag screws to roof curb. C. Align fan and motor sheaves to allow belts to run true and straight. D. Install backdraft dampers on inlet to roof exhaust fans. E. Install safety screen where inlet or outlet is exposed. F. Pipe scroll drains to nearest floor drain. PRVN Consultants, Inc. HVAC Fans 17014 23 34 00-3 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project G. Fabricate dud transition fittings as required to connect ductwork to fans. Install flexible connections at inlet and outlet of vane axial fans mounted in ductwork. H. Provide sheaves required for final air balance. 3.3 Protection of Finished Work A. Do not operate fans until ductwork is clean, filters are in place, bearings lubricated, and fan has been test run under observation. 3.4 Commissioning A. Provide commissioning documentation in accordance with the requirements of Section 0191 00 - Commissioning for all inspection, startup, and Contractor testing required above. B. Components provided under this section of the Specification shall be tested as part of a larger system. Refer to Section 01 9100 — Commissioning and related sections for Contractor responsibilities for system commissioning End of Section w b ^' rio � t =I C -)Q7 m ut PRVN Consultants, Inc. HVAC Fans 17014 23 34 00-4 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 23 81 00 Decentralized Unitary HVAC Equipment Part 1 General 1.1 References A. Air -Conditioning, Heating, and Refrigeration Institute (AHRI): 1. ARI 210/240 — Unitary Air -Conditioning and Air -Source Heat Pump Equipment. 2. ARI 270 — Sound Rating of Outdoor Unitary Equipment. 3. ARI 340/360 — Commercial and Industrial Unitary Air -Conditioning and Heat Pump Equipment. 4. ARI 365 — Commercial and Industrial Unitary Air -Conditioning Condensing Units. B. American Society of Heating, Refrigerating, and Air -Conditioning Engineers (ASHRAE): 1. ASHRAE 15 — Safety Code for Mechanical Refrigeration. 2. ASHRAE 52.1 — Gravimetric and Dust -Spot Procedures for Testing Air -Cleaning Devices Used in General Ventilation for Removing Particulate Matter. 3. ASHRAE 90.1 — Energy Standard for Buildings except Low -Rise Residential Buildings. C. Air Movement and Control Association (AMCA): 1. AMCA 210 — Laboratory Methods of Testing Fans for Aerodynamic Performance Rating. 2. AMCA 410 — Recommended Safety Practice for Users and Installers of Industrial and Commercial Fans. D. ASTM International: 1. ASTM 13117 — Standard Practice for Operating Salt Spray (Fog) Apparatus. E. National Electrical Manufacturers Association (NEMA): 1. NEMA MG 1 — Motors and Generators. F. National Fire Protection Association (NFPA): 1. NFPA 90A — Standard for the Installation of Air Conditioning and Ventilating Systems. 1.2 Submittals A. Product data: Submit data indicating 1. Performance ratings, including capacities, sensible heat ratio, energy efficiency ratio, and coefficient of performance. 2. Dimensions. 3. Weights. , 4. Rough -in connections and connection requirements. ? 5. Electrical requirements with electrical characteristics and connection requ4, mentp along with wiring diagrams. j it 6. Controls. 7. Accessories. B. Manufacturers installation instructions: Submit assembly, support details, connection• t requirements, and startup instructions. Provide a detailed, text written or flow chart format as� programmed control system description including setpoints, dead bands, lea%"g �? assignments, timers, and delays programmed into the centralized control panel. Write-up shall be provided after startup and document the actual final programming. -n C. Certification: Submit proof of specified ARI certification. PRVN Consultants, Inc. Decentralized Unitary HVAC Equipment 17014 23 81 00-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 1.3 Closeout Submittals A. Operation and maintenance data: 1. Submit complete operations and maintenance data including, but not limited to, inspection period, refrigerant replacement, cleaning methods, filter replacement, lubrication, drive replacement, wiring diagrams, and recommended cleaning materials. 2. Coordinate with requirements of Section 01 9100 — Commissioning and Commissioning Authority. 1.4 Quality Assurance A. Performance requirements: Energy efficiency rating (EER) not less than prescribed by ASHRAE 90.1 when used in combination with compressors and evaporator coils when tested in accordance with AHRI 210/240. B. Cooling capacity: Rate in accordance with AHRI 210/240. C. Insulation and adhesives: Meet requirements of NFPA 90A. D. Safety standards: ASHRAE Standard 15, Safety Code for Mechanical Refrigeration. 1.5 Qualifications A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum five (5) years' experience. B. Installer: Company specializing in performing Work of this section with minimum five (5) years' experience. 1.6 Delivery, Storage, and Handling A. Accept units and components on site in factory protective containers, with factory shipping skids and lifting lugs. Inspect for damage. Controller shall be shipped inside container with indoor unit. B. Comply with manufacturer's installation instruction for rigging, unloading, and transporting units. C. Protect units from weather and construction traffic by storing in dry, roofed location. 1.7 Maintenance Materials A. Furnish one (1) set for each unit of filters. Part 2 Products 2.1 Split -System Air Conditioning Unit A. Performance of units and all components shall be as scheduled on Drawings. B. Product description: Split system consisting of wall -mounted indoor including cabine evaporator fan, refrigerant cooling coil, air filters, controls, Indoor unit accessories, and a remote condensing unit consisting of compressor, refrigeration circuit, condenser, 66Adens6 unit accessories, and refrigeration specialties. + j t....% C. Manufacturer: Mitsubishi Electric P -Series. 7 u1 PRVN Consultants, Inc. Decentralized Unitary HVAC Equipment 17014 23 81 00-2 City of Iowa City Wastewater Treatment Facility Contract C-02 – General Construction Backup Generation and Electrical Distribution Upgrade Project 2.2 Indoor Unit A. Cabinet: Constructed of galvanized steel with manufacturer's standard electrostatically applied, A. General: Factory -assembled and tested, air-cooled condensing units, consisting of casing, compressors, condensers, coils, condenser fans and motors, and unit controls. B. Operating conditions: unit cooling function shall operate with outside air temperature down to - 20°F. C. Unit casings: Exposed casing surfaces constructed of galvanized steel with manufacturer's standard electrostatically applied, thermally fused acrylic finish. Designed for outdoor installation and complete with weather protection for components and controls, with removable panels for required access to compressors, controls, condenser fans, motors, and drives. D. Compressor: DC twin -rotor rotary compressor with variable -speed inverter drive technology. An inverter circuit shall be used to control compressor speed. During the off cycle, the compressor shall have a minimal amount of current automatically, intermittently applied to the compressor motor windings. Compressor shall be mounted to prevent transmission of vibrations. E. Condenser coil: Constructed of copper tubing with flat aluminum fins, factory leak and pressure tested. F. Controls: Furnish operating and safety controls including high- and low-pressure cutouts. Control transformer. Furnish magnetic contactors for compressor and condenser fan motors. G. Condenser fans and drives: Direct -drive propeller fans, statically and dynamically balanced. Wired to operate with compressor. Permanently lubricated ball bearing -type motors with built- in thermal overload protection. Furnish high -efficiency fan motors. 1 3 H. All refrigerant lines between outdoor and indoor units shall be of annealed, refrigeration-grade— copper tubing, ACR type, meeting ASTM B280 requirements, individually insulatedin1t`win- 1 tube, flexible, closed -cell, CFC -free, elastomeric material for the insulation of refagerant pipes f1 I. Condensing unit accessories: Furnish the following accessories: 1. Manual reset switch. ;0 2. High-pressure switch and automatic reset. 3. Accumulator. cn 4. Low-pressure switch. PRVN Consultants, Inc. Decentralized Unitary HVAC Equipment 17014 23 81 00-3 thermally fused acrylic finish B. Evaporator fan: Double inlet, forward curved centrifugal type, direct -drive and high -efficiency motor complying with NEMA MG1, Type 1. Motor permanently lubricated with built-in thermal overload protection. C. Evaporator coil: Shall be constructed of nonferrous materials with smooth plate fins on copper tubing. The tubing shall have inner grooves for high -efficiency heat exchange. All tube joints shall be brazed with phos -copper or silver alloy. D. Refrigeration system: Refrigeration circuits controlled by factory -installed thermal expansion valve. E. Air filters: 1" thick glass fiber disposable media in metal frames with MERV rating of 7 or higher in accordance with ASHRAE 52.2. F. A motorized air sweep louver shall be provided on unit 2.3 Condensing Unit A. General: Factory -assembled and tested, air-cooled condensing units, consisting of casing, compressors, condensers, coils, condenser fans and motors, and unit controls. B. Operating conditions: unit cooling function shall operate with outside air temperature down to - 20°F. C. Unit casings: Exposed casing surfaces constructed of galvanized steel with manufacturer's standard electrostatically applied, thermally fused acrylic finish. Designed for outdoor installation and complete with weather protection for components and controls, with removable panels for required access to compressors, controls, condenser fans, motors, and drives. D. Compressor: DC twin -rotor rotary compressor with variable -speed inverter drive technology. An inverter circuit shall be used to control compressor speed. During the off cycle, the compressor shall have a minimal amount of current automatically, intermittently applied to the compressor motor windings. Compressor shall be mounted to prevent transmission of vibrations. E. Condenser coil: Constructed of copper tubing with flat aluminum fins, factory leak and pressure tested. F. Controls: Furnish operating and safety controls including high- and low-pressure cutouts. Control transformer. Furnish magnetic contactors for compressor and condenser fan motors. G. Condenser fans and drives: Direct -drive propeller fans, statically and dynamically balanced. Wired to operate with compressor. Permanently lubricated ball bearing -type motors with built- in thermal overload protection. Furnish high -efficiency fan motors. 1 3 H. All refrigerant lines between outdoor and indoor units shall be of annealed, refrigeration-grade— copper tubing, ACR type, meeting ASTM B280 requirements, individually insulatedin1t`win- 1 tube, flexible, closed -cell, CFC -free, elastomeric material for the insulation of refagerant pipes f1 I. Condensing unit accessories: Furnish the following accessories: 1. Manual reset switch. ;0 2. High-pressure switch and automatic reset. 3. Accumulator. cn 4. Low-pressure switch. PRVN Consultants, Inc. Decentralized Unitary HVAC Equipment 17014 23 81 00-3 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 5. Coil with corrosion -resistant coating capable of withstanding salt spray test of 1,000 hours in accordance with ASTM B117. 6. Condenser coil guard: Condenser fan openings furnished with PVC -coated steel wire safety guards. 7. Electronic linear expansion valve. J. Refrigeration specialties: Furnish the following: 1. Charge of compressor oil. 2. Holding charge of refrigerant. 3. Replaceable core -type filter drier. 4. Liquid line sight glass and moisture indicator. 5. Shut-off valves on suction and liquid piping. 6. Liquid line solenoid valve. 7. Charging valve. 8. Oil level sight glass. 9. Crankcase heater. 10. Hot gas muffler. 11. Pressure -relief device. K. Refrigerant: Furnish charge of refrigerant R410A 2.4 Electrical A. Electrical characteristics: As scheduled on Drawings. 2.5 Controls A. Control package: Factory wired, including contactor, high- and low-pressure cutouts, internal - winding thermostat for compressor, control -circuit transformer, and noncycling reset relay. B. Battery Room Unit (ACU/ACCU-03): Room temperature sensor -controller: Room temperature sensor. Mitsubishi Electric MA series controllers or equal. C. MCC/Drive Room Units (ACU/ACCU-01, -02): Room remote controller: Mitsubishi Electric PAR-33MAA or equal. Controller shall have functionality to both control room temperature and rotate the primary and secondary system on a 28 -day cycle. D. System selector switch: Cool/Auto mode selector switch mounted on controller. E. Controls wiring: Contractor shall provide all required control wiring and accessories for a fully functional unit on all systems included in this specification section. 2.6 Rooftop Equipment Supports A. General: Equipment stands with wide support feet, compatible with fully -adhered membrane roofing materials. B. Outdoor Split System Equipment Supports: 1. Frame -type support with minimum 12" support height above roof level a 2. Adjustable slotted channel cross bars to suit equipment anchorage Iocati0% 3. 4. Anti -vibration mounts y Bigfoot Systems Mini Split Stand Range type or equal. '� C. Rooftop Piping Supports: n 1. Rubber block -type support with available height extender blocks—_ , I' "j1 2. Integral aluminum channel for piping system attachment 3. Bigfoot Systems Fix -it Foot & High Bloc type or equal. Part 3 Execution PRVN Consultants, Inc. 17014 cn Decentralized Unitary HVAC Equipment 23 81 00-4 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project 3.1 Examination A. Verify condensate drainage requirements. 3.2 Installation Contract C-02 — General Construction A. Install units level and plumb, maintaining manufacturer's recommended clearances and tolerances. B. Install roof -mounted, compressor -condenser, manufacturer -provided roof curb. C. Install and connect precharged refrigerant tubing to component's quick -connect fittings. Install tubing to allow access to unit. Refer to details on Drawings. D. Install wall sleeves in finished wall assembly and weatherproof. Install and anchor wall sleeves to withstand, without damage from seismic forces as required by code. E. Install condensate drain, minimum connection size, with trap and indirect connection to nearest roof drain or area drain. F. Install piping adjacent to units to allow service and maintenance. G. Connect piping with shutoff duty valves on the supply and return side of the coil and unions at all connections and with a throttling valve on the return piping near the coil. H. Evacuate refrigerant piping and install initial charge of refrigerant. Install electrical devices furnished loose for field mounting. Furnish and install control wiring between air handling unit, condensing unit, and field -installed accessories. Comply with the requirements of Section 26 05 33 — Raceway and Boxes for Electrical Systems. 3.3 Manufacturer's Field Services A. Furnish services of factory -trained representative for minimum of one (1) day to start up, calibrate, and program microprocessor system controller. B. Provide the same factory -trained representative for a minimum of four (4) hours, over two (2) separate days onsite to conduct training for operations and maintenance staff. 3.4 Cleaning A. Vacuum clean coils and inside of unit cabinet. 0 B. Install new throwaway filters in units at Substantial Completion. S C-) M .j End of Section < Cn r -n PRVN Consultants, Inc. Decentralized Unitary HVAC Equipment 17014 238100-6 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 23 81 03 Packaged Rooftop Air Conditioning Units — Small Capacity Part 1 General 1.1 References A. Air -Conditioning and Refrigeration Institute 1. ARI 210/240 - Unitary Air -Conditioning and Air -Source Heat Pump Equipment. 2. ARI 270 - Sound Rating of Outdoor Unitary Equipment. 3. ARI 340/360 - Commercial and Industrial Unitary Air -Conditioning and Heat Pump Equipment. B. Air Movement and Control Association International, Inc.: 1. AMCA 500 - Test Methods for Louvers, Dampers, and Shutters. C. American Society of Heating, Refrigerating and Air -Conditioning Engineers: 1. ASHRAE 52.1 - Gravimetric and Dust -Spot Procedures for Testing Air -Cleaning Devices Used in General Ventilation for Removing Particulate Matter. 2. ASHRAE 62 - Ventilation for Acceptable Indoor Air Quality. 3. ASHRAE 90.1 - Energy Standard for Buildings Except Low -Rise Residential Buildings. D. ASTM International: 1. ASTM 13117 - Standard Practice for Operating Salt Spray (Fog) Apparatus. E. National Fire Protection Association: 1. NFPA 54 - National Fuel Gas Code. 2. NFPA 58 - Liquefied Petroleum Gas Code. 3. NFPA 90A - Standard for the Installation of Air Conditioning and Ventilating Systems. 1.2 Definitions A. Energy Efficiency Ratio (EER) - Ratio of net cooling capacity in Btuh to total rate of electric input in watts under designated operating conditions. B. Seasonal Energy Efficiency Ratio (SEER) - Total cooling output of an air conditioner during its normal annual usage period for cooling (in Btu) divided by total electric energy input during the same period (in Wh). 1.3 Submittals A. Product Data: Submit data indicating 1. Cooling and heating capacities. 2. Dimensions. 3. Weights. 4. Rough -in connections and connection requirements. 5. Duct connections. 6. Electrical requirements with electrical characteristics and connection requirements., 7. Controls. " 8. Accessories. ' _ate _ B. Manufacturer's Installation Instructions: Submit assembly, support dataconne&tJon I requirements, and include startup instructions. o C. Manufacturer's Certificate: Certify products meet or exceed specified re<)tfirementc, D. Manufacturer's Field Reports: Submit startup report. PRVN Consultants, Inc. Packaged Rooftop Air Conditioning Units - Small Capacity 17014 23 81 03-1 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 – General Construction 1.4 Closeout Submittals A. Operation and Maintenance Data: Submit manufacturer's descriptive literature, operating instructions, installation instructions, and maintenance and repair data. B. Coordinate with requirements of Section 01 91 00 – Commissioning and Commissioning Authority. 1.5 Quality Assurance A. Cooling Capacity: Rate in accordance with ARI 210/240. B. Sound Rating: Measure in accordance with ARI 270. C. Insulation and adhesives: Meet requirements of NFPA 90A. D. Performance Requirements: Conform to minimum EER, SEER prescribed by ASHRAE 90.1 when tested in accordance with ARI 210/240. E. Outside Air Damper Leakage: Test in accordance with AMCA 500. F. Perform Work in accordance with State of Iowa Building Code. 1.6 Qualifications A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three (3) years' experience. B. Installer: Company specializing in performing Work of this section with minimum five (5) years' documented experience. 1.7 Delivery, Storage, and Handling A. Accept units on site. Inspect for damage. B. Protect units from damage by storing off roof until roof mounting curbs are in place. 1.8 Warranty A. Furnish five (5) year manufacturer's warranty for compressors. 1.9 Performance Requirements A. Performance: As scheduled on Drawings N O 1.10 Extra Materials r A. Furnish one (1) set of filters, and fan belts for each unit. Part2 Products 2.1 Rooftop Air Conditioning Units -� A. Cabinet: 1. Designed for outdoor installation with weatherproof construction. n 2. Panels: Constructed of galvanized steel with baked enamel finish meeting salt spray test of 1,000 hours in accordance with ASTM B117. Furnish access doors or removable access panels. PRVN Consultants, Inc. 17014 Packaged Rooftop Air Conditioning Units – Small Capacity 23 81 03-2 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 3. Insulation: Factory -applied aluminum -foil -faced glass fiber, with edges protected from erosion, insulation to exposed vertical and horizontal panels. B. Supply Fan: Forward curved centrifugal type, resiliently mounted with direct drive. Motor permanently lubricated with built-in thermal overload protection. C. Evaporator Coil: Constructed of microchannel aluminum tubes mechanically bonded to aluminum fns. Galvanized drain pan with piping connection. Factory leak tested to 600 psig. Furnish coil with corrosion -resistant coating capable of withstanding salt spray test of 1,000 hours in accordance with ASTM 8117 D. Compressor: Hermetically sealed, resiliently mounted with positive lubrication, and internal motor overload protection. Furnish internal vibration isolators E. Refrigeration circuit: Furnish thermal expansion valve, filter -drier, suction, discharge, and liquid line service valves with gauge ports. Dehydrate and factory charge with oil and refrigerant. F. APR Control: Furnish Rawal APR -410 control devices on rooftop air conditioning units. 1. APR Controls, as manufactured by Rawal Devices, Inc. of Woburn, MA. (800-727-6447/fax 781-933-3306) shall be installed in rooftop air conditioning units to provide continuous capacity modulation on the refrigeration circuits of the units for additional capacity control during part load conditions. 2. The APR Control is to be installed in the condensing section of the rooftop air conditioning units in accordance with Rawal Devices, Inc.'s installation instructions or the direction of Rawal Devices, Inc.'s engineers. ASHRAE refrigeration piping and Equipment Manufacturer's piping protocol must be adhered to when the APR Control is applied to split systems. 3. The APR Control hot gas bypass valve shall be set to start opening at 109 psi to maintain the evaporator coil above 36°F. The liquid injection valve shall be set at 20°F superheat and shall function as a compressor overheat protection device. The vortex desuperheat chamber shall have access valve to allow pressure testing, evacuation, and charging of the system. APR Controls come set from the factory preset but must be confirmed in the field. 4. Refrigeration ball valves must be installed on all connection to the APR Control device to allow isolation of the APR Control during charging and startup of the systems to which the APR Controls are applied. 5. The APR Control is a field -installed device and shall be sized by Rawal Devices, Inc.'s engineers or authorized dealer to assure proper application. Contact Rawal Devices, Inc.'s engineers to confirm proper selection. G. Condenser: 1. Coil: Copper tube aluminum fin coil assembly. Factory leak tested to 600 psig. Furnish coil with corrosion -resistant coating capable of withstanding salt spray test of 1,000 hours in accordance with ASTM 13117 2. Condenser Fan: Direct drive propeller fans statically and dynamically balanced. Wired to operate with compressor. Motor permanently lubricated with built-in thermal overload protection. Furnish high efficiency fan motors: - H. Gas -Fired Heating Section: o 1. Fuel: Natural gas 2. Heat Exchangers: Aluminized steel, welded construction. � 3. Gas Burner: Induced -draft -type burner with adjustable cwmbustion-a7 supply, pressure regulator, gas valves, manual shut-off, intermittent spacl.(gticglovy coil ignHien and, flame sensing device. Require unit fan operation before all-" g8aValve N open. I. Air Filters: 2" thick glass fiber disposable media in metal frames. J. Mixed Air Casing: ON PRVN Consultants, Inc. Packaged Rooftop Air Conditioning Units — Small Capacity 17014 23 81 03-3 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 – General Construction 1. Outside Air Damper: Automatic modulating damper. Interlocked to open when supply fan starts. Furnish rain hood with screen. 2. Economizer: Factory -installed fully modulating motorized outside air and return air dampers controlled by dry bulb controller with fully modulating damper. Furnish rain hood with screen. Provide economizer components and controls in accordance with ICC IECC. K. Controls: 1. Furnish control to provide low ambient cooling to 0°F 2. Furnish low -limit thermostat in supply air to close outside air damper and stop supply fan. 3. Furnish terminal strip on unit for connection of operating controls to remote panel. 4. Thermostat: Remote space thermostat with one (1) stage heating and one (1) stage cooling with automatic changeover. Furnish system selector switch off -heat -auto -cool and fan control switch auto -on. 5. Microprocessor -Based Controls: a. Factory mounted with the following features: 1) Monitor each mode of operation. 2) Evaporator fan status. 3) Filter status. 4) Indoor air quality. 5) Supply air temperature. 6) Outdoor air temperature. b. Diagnostics for thermostat commands for staged heating, staged cooling, fan operation, and economizer operation. C. Zone space temperature sensor to interface with microprocessor controls with automatic programmable with night setback. 6. Filter room unit (RTU -01): Conventional Trane Thermostat (TCONT800AS) 7. Switchgear room unit (RTU -02): Trane Zone Sensor (BAYSENS119A) 8. Controls wiring: Contractor shall provide all required control wiring and accessories for a fully functional unit on all systems included in this specification section. L. Accessories: 1. Roof Curb Adaptor Package: Furnish duct support hardware to adapt unit to roof curb. M. Disconnect Switch: Factory -mounted, non-fused type, interlocked with access door, accessible from outside unit, with power lockout capability. N. Manufacturer: Trane Part 3 Execution 3.1 Examination A. Verify roof curbs are installed and dimensions are as shown on shop drawings :vl 3.2 Installation n +� A. Roof Curb: 1. Assemble roof curb. 2. Install roof curb level. 3. Install units on roof curb providing watertight enclosure to prote(,#,, twork and?urly 4. services. Install gasket material between unit base and roof curb. B. Install units on vibration isolators. — m PRVN Consultants, Inc. Packaged Rooftop Air Conditioning Units – Small Capacity 17014 23 81 03-4 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction C. Connect units to supply and return ductwork with flexible connections. Refer to Section 23 33 00 — Air Duct Accessories. D. Install condensate piping with trap and route from drain pan to nearest roof drain. E. Install components furnished loose for field mounting. F. Install electrical devices furnished loose for field mounting. G. Furnish and install control wiring between unit and field installed accessories. Comply with the requirements of Section 26 05 33 — Raceway and Boxes for Electrical Systems. H. Remove from roof and dispose off-site panels removed from units during installation of economizer and dampers. I. Locate remote panels as indicated on Drawings J. Install Work in accordance with State of Iowa Building Code. 3.3 Installation - Natural Gas Heating Section A. Connect natural gas piping in accordance with NFPA 54. B. Connect natural gas piping to unit, full size of unit gas train inlet. Arrange piping with clearances for burner service. C. Install the following piping accessories on natural gas piping connections 1. Strainer. 2. Pressure gage. 3. Shutoff valve. 4. Pressure reducing valve. D. Install natural gas piping accessories above roof. 3.4 Manufacturer's Field Services A. Furnish initial startup and shutdown during first year of operation, including routine servicing and checkout. 3.5 Cleaning A. Vacuum clean coils and inside of unit cabinet. B. Install temporary filters during construction period. Replace with permanent filters at Substantial Completion. 3.6 Demonstration -? n A. Demonstrate unit operation and maintenance. 1 B. Furnish services of manufacturer's technical representative for one (1) eight] hour day tj'y' instruct Owner's personnel in operation and maintenance of units. Schedule trainiripyith Owner, provide at least seven (7) days' notice to Engineer of training date., ? + End of Section PRVN Consultants, Inc. Packaged Rooftop Air Conditioning Units — Small Capacity 17014 238103-5 Division 26 Electrical City of Iowa City Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction Division N d Division City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 26 01 26 Testing of Electrical Systems — Protection Relays Part 1 General 1.1 Summary A. This section includes the requirements and scope of a protection relay bench testing company. B. Provide a protection relay bench testing agency to assist during the startup and checkout of the protection relays as part of this Project. Bench testing agency shall be onsite to load and test the protection relays with the setting files provided by the Engineer. C. All protection relay calculations, coordination, and settings shall be prepared and supplied to the bench testing agency by the Project Engineer. Engineer will work directly with the bench testing company to address any questions or concerns about the settings while onsite. D. Bench testing company shall supply portable digital relay test equipment, jumpers, leads, test plugs, portable table and chairs, extension cords, hand tools, etc. as required to accomplish the testing. 1.2 System Description A. A new lineup of 15kV metal -clad switchgear has been procured for this Project under a different contract. The lineup consists of two (2) main, two (2) tie, two (2) feeder, and one (1) generator breaker. B. Main, feeder, and tie breakers are each equipped with SEL -351 relays with model number 035174D3H54XX1. ,v C. The generator breaker is equipped with a SEL -700G relay with model number 0700G11A3ADA76850200. D. The switchgear consists of three (3) separate busses, Bus 1, Bus 2, and Genbrator Bus. Eacb bus is equipped with a SEL -587Z high -impedance bus differential protection 'relay 'with model - number 0587ZOX325322XX. 1.3 Submittals A. Test reports for each relay tested. r� B. Brief field report including any issues that arose and documentation on conversations and if any settings were agreed by the team to be changed. C. Report, Including the test equipment, last calibration date of the test sets, model number, serial number, and manufacturer. D. Final, as -left, protection relay setting files in electronic native setting file format. 1.4 Qualifications A. Bench testing company: Company specializing in protection relay bench testing specifically experienced with Schweitzer Engineering Lab (SEL) protection relays. Company and testing engineer shall have a minimum five (5) years documented experience. B. Acceptable Testing Companies 1. Tri -City Electric contact Todd Daily, tdailv(dtricitvelectric.com, 5631349-2105 2. Shermco Industries, 319/377-3377 3. Or equal. PRVN Consultants, Inc. Testing of Electrical Systems — Protection Relays 17014 2601 26-1 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project 1.5 Delivery, Storage, and Handling Contract C-02 — General Construction A. Protect cable ends from entrance of moisture. Provide factory -installed heat -shrinkable end seals. Maintain cable end seals until Contractor is ready to pull cables into raceway systems. B. Contractor shall be responsible for the disposal for all non -returnable cable reels and excess lengths of cable less than 100 feet. C. Owner will direct Contractor on temporary storage of returnable reels and excess cable. D. Protect cable reels from physical damage and theft. Contractor shall provide necessary security and be responsible for all handling, storage, and movement of the reels. Owner will not take ownership of cables until after installation, testing, and successful energization. Part 2 Products Not Used Part 3 Execution 3.1 Bench Testing A. Protection relay testing company is strictly prohibited from changing any protection relay settings without the direct verbal or written authorization from the Engineer. B. Perform protection relay hardwired 1/0 checkout with engine generator controls integrator. A number of alarms are hard wired out of the protection relay outputs as inputs into the generator control system. Toggle output contacts through software and prove the control system correctly receives the outputs. C. Verify the hardwired 1/0 alarms in logic and verify that the contacts operate automatically correctly based on the logic installed in the setting files. D. Become familiar with the original manufacturer's recommendations for each relay type and follow the testing procedures recommended. E. Where test blocks are used, the testing engineer must make sure that in removing or inserting plugs that a current transformer circuit will not be opened. F. Verify the functions that are programmed to the output contacts. Testing engineet3hall verity the proper operation of each function. For SEL -351 relays this could include, but:Fatnot limited to, 25, 27, 32, 50, 50N, 51, 51 N, 59, 60FL, 810, and 81U. Testing of ovefpurrenfr?lays shall, include a minimum of two (2) points on each curve at 3 and 5 times pickup. G. SEL-70OG Generator protection relay functions will include, but is not limited4o, 2,N27, 3? -,-A, 46, 50V, 51 V, 51 VN, 59, 60FL, 78, 810, 81 U, and 87. 1 c7 Al H. SEL -587Z bus differential protection relay functions will include relay function ,137. Perform,a -1 test of the minimum pickup for differential protection. The differential charactenstie{Olope) shall be checked, and where applicable, the harmonic restraint should be tested.- 1. ested.I. Coordinate testing schedule closely with the Engineer. Protection relays shall be bench tested prior to energization of the 151kV metal -clad switchgear. End of Section PRVN Consultants, Inc. Testing of Electrical Systems — Protection Relays 17014 2601 26-2 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Section 26 05 13 Medium -Voltage Cables Part 1 General 1.1 References Contract C-02 — General Construction A. International Electrical Testing Association: 1. NETA ATS — Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems. B. Insulated Cable Engineers Association — ICEA S-93-639. C. NFPA 70 — National Electrical Code. 1.2 System Description A. Contractor shall provide cables as listed in cable schedule shown in Drawings. B. Contractor shall perform the medium -voltage cable replacement phasing coordinated with Owner's Representative and local utility schedules. Contractor shall closely coordinate with the Operations staff to obtain outages, apply LOTO per the plant procedures, etc. C. Contractor shall execute the work systematically requiring an absolute minimum number of outages and minimize the outage lengths to make temporary connections. D. Contractor shall provide equipment, terminations, fencing, penetrations, and supports as required to install temporary cables and secure and protect them from damage and traffic. Contractor shall repair and remove all temporary provisions upon the completion of the Project to the original conditions or better. 1.3 Design Requirements A. Conductor sizes are based on aluminum: 1. Installation shall comply with current version of the National Electrical Code (NFPA 70). 1.4 Submittals A. Product data sheets: Submit for cable, terminations, and accessories. B. Test reports. C. Cable label schedule showing what information cable labels will include. D. Documented experience of electrician responsible for performing all cable terminations. E. Cable -pulling accessories. F. Contractor's designated medium -voltage cable terminating staffs experience orp documented 3M medium -voltage cable termination training certificates. 0 2 1.5 Closeout Submittals A. Project Record Documents: Record actual cable sizes installed, cable- E4hs,dMd lochtions of cables within the ductbank cross sections shown on the Design Draw' B. Operation and maintenance data: Submit instructions for testing and oWal�,ng Qgle and accessories. rn PRVN Consultants, Inc. Medium -Voltage Cables 17014 26 65 13-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project C. A bound set of test reports, signed and dated, corresponding to each circuit installed under the Project. Submittal shall be a complete set of all test reports. 1.6 Qualifications A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum five (5) years documented experience. B. Contractor's designated medium -voltage cable terminator shall have documented more than 30 medium -voltage cable terminations of experience. The terminator shall have documented 3M medium -voltage cable termination training within the last three (3) years and shall be the sole person to perform and test all the terminations. 1.7 Delivery, Storage, and Handling A. Protect cable ends from entrance of moisture. Provide factory -installed heat -shrinkable end seals. Maintain cable end seals until Contractor is ready to pull cables into raceway systems. B. Contractor shall be responsible for the disposal for all non -returnable cable reels and excess lengths of cable less than 100 feet. C. Owner will direct Contractor on temporary storage of returnable reels and excess cable. D. Protect cable reels from physical damage and theft. Contractor shall provide necessary security and be responsible for all handling, storage, and movement of the reels. Owner will not take ownership of cables until after installation, testing, and successful energizatior Part 2 Products 2.1 Medium -Voltage Cable A. Acceptable manufacturers: < rn 1. General Cable. Kerite Co. %' 2. ? 3. Okonite Company. �* 4. Southwire Company. B. Voltage: 15 kV as indicated in the Cable Schedule. a C. Insulation: Ethylene propylene rubber (EPR) with semi -conducting insulating shield and rated 133% of operating voltage meeting or exceeding ICEA 5-94-694 for EPR. Insulation screen shall be extruded semiconducting ethylene -propylene rubber. D. Cable continuous operating temperature rating: MV -105, UL approved for use at 105°C for continuous operation, 140°C for emergency overload conditions, and 250°C for short-circuit conditions. E. Configuration: Single conductor cable. F. Conductor material: Compressed stranded aluminum per ASTM B-609, Class B stranded per B-231. Conductor screen shall be semiconducting ethylene -propylene rubber that meets or exceeds ICEA S-94-694 for EPR. G. Conductor shield: 1/3 neutral bare annealed copper wire shield. H. Non -armor jacket: Sunlight -resistant PVC per ICEA S-97-662 and UL Standard 1072. I. Cable shall be rated for installation in open air, conduit, and underground ductbank in wet and dry locations. PRVN Consultants, Inc. Medium -Voltage Cables 17014 26 65 13-2 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Cable shall be rated for IEEE 383 70,000 BTU/hr flame test. K. Conductor size as listed in the Project cable schedule. Each cable shall be comprised of three (3) single conductor power cables. 2.2 Bolted Cable Terminations A. Contract C-02 shall perform all 15kV cable terminations on the new 15kV switchgear and in the generator terminal enclosure. All terminations at the pad -mounted transformers and at the primary metering cabinets shall be performed by the local utility company Eastern Iowa Power and Light Cooperative. B. Voltage: 15 kV. C. Location: Terminated within NEMA 3R -rated electrical equipment located outdoors or NEMA 1 enclosures indoors. D. Conductor quantity: Single core. E. Construction: Track -resistant silicon rubber insulators with built-in Hi K stress relief. F. Type: Cold shrink. G. Acceptable manufacturer: 3M Corporation. H. Contractor shall provide brand new bolted cable termination hardware that utilizes high -tensile strength and zinc -plated Grade 5 hardware and conical spring (e.g. Belleville) washers. Bolt lengths shall be selected based on termination, and when torqued, shall have no less than three (3) threads and no more than five (5) threads showing past the end of the nut. 2.3 Load break elbows A. All load break elbows will be removed and installed by the local utility company EWern Iowa Light and Power Cooperative (EILP). Contractor shall coordinate schedule and VA activitie closely with EILP representatives. B. All load break elbow connections and hot stick work shall be in the scope" P. QontracE C-02 contractor shall not be responsible for typical lineman type work acti " G� 2.4 Arc -Proofing Tape A. Manufacturers: 1. 3M Corporation. B. Product description: Flexible, conformable fabric, not less than 0.67mm thick. Tape shall be coated on one (1) side with flame-retardant, flexible polymeric or chlorinated elastomer, non- corrosive to and compatible with cable sheaths' jackets. Does not support combustion. Tape shall be self -extinguishing and shall not support combustion. C. Tape shall not deteriorate when subjected to water, salt water, gases, and sewage. D. Width: Approximately 3". E. Thickness: Not less than 0.03". 2.5 Cable Supports within Manholes A. Contractor shall replace existing or install new, if not existing, uni-strut-type cable supports within each manhole for the circuits being replaced. Reuse of porcelain cable saddles is acceptable. PRVN Consultants, Inc. Medium -Voltage Cables 17014 26 65 13-3 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project B. New supports shall be 306 stainless steel uni-strut (or equal) with stainless steel hardware, anchors, etc., and dry processed white porcelain with white glaze. Supports shall be "H" type structures with a vertical post from floor to ceiling with horizontal rungs supported by the post and the wall of the manhole. All hardware shall be stainless steel. C. Supports shall be anchored to manhole walls or floor and shall not interfere with future access to the manhole. D. Contractor shall assume no less than three (3) supports within each manhole to property support the new cables. 2.6 Labeling A. Contractor shall prepare and install over arc -proofing tape labels on each triplexed circuit identification label within every manhole the cable passes through and at splice point in the northwest electrical room within Unit 1. B. Labels shall be engraved stainless steel plates no less than 4" tall by 6" wide, 306SS, not less than ''1W tall text, loosely attached to the cables with no less than two (2) UV -rated cable ties in every manhole, pull box, terminal box, and where the new cable is exposed or accessible. C. Information on the labels shall include the following at minimum: 1. "Circuit From" equipment designation. 2. "Circuit To" equipment designation. 3. Cable conductor size 4. Date of approximate energization (month and year). Part 3 Execution 3.1 Examination A. Verify duct and manholes are ready to receive cable. B. Verify routing and termination locations of cable prior to rough -in. C. After removal of existing cables and prior to installation of new cables, Contractor shall pull a mandrel and run a camera through each cell prior to check for potential risks to the new cables. D. Prior to starting demolition, Contractor shall provide necessary cable location, test equipment and clearly identify the cable within each of the manhole that is being demolished. e 3.2 Preparation _ rr ( .a A. Contractor shall be responsible for de -watering, cleaning, and maintaining the manhbles daring construction. Construction power will be made available by the Owner at points coordinated J during construction. Many manholes on this Project are not within close proximity ofkxisting buildings; Contractor shall provide portable generators and engine -driven pumps as -required to maintain dewatering of the manholes he/she is working in. B. When working within these manholes and ductbanks, the Contractor will be in close proximity to live 15kV cables. Contractor shall utilize his/her safety plan, OSHA requirements, and industry best practices when working within these manholes and to prevent damage to the circuits that are to stay. The other adjacent circuits within these manholes cannot be de - energized due to operational constraints. Contractor shall not assume in his/her safety plan that this can be accomplished. C. Use swab to clean conduits and ducts before pulling cables. PRVN Consultants, Inc. Medium -Voltage Cables 17014 26 65 13-4 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project D. Provide temporary cable supports, fencing, and signage to facilitate the temporary cable installations. Provide roadway barricades, construction fencing with top and bottom 2"x4" support boards, and signs to protect personnel and vehicles from damaging or coming into contact with the temporary cables. E. Contractor shall expect that existing ductbank cells and manholes have mud/silt within them and this will make removing the existing cables difficult. The plant is at a low elevation and can have localized flooding periodically. Contractor shall expect this and have experience in understanding in the means and methods of freeing existing cables and prevent damaging the existing medium -voltage raceway systems. 3.3 Existing Work A. Maintain access to existing medium -voltage cable and other installations remaining active and requiring access. Modify installation or provide access panel. B. Provide pumps as required to dewater. C. Provide traffic cones and orange plastic fencing around all open manholes. Contractor shall re- seal manholes that are not actively being worked within. "Actively" shall be defined as not entered or occupied for more than 30 minutes. Before completing work, each night Contractor shall seal all manhole covers. D. Upon the removal of the temporary cables Contractor shall fix all penetrations and surfaces that were made. Contractor shall repair the equipment, penetrations, paving, etc. as required to return the site to conditions to original condition or better. Owner will walk down the remedy work and provide direction. E. Contractor shall expect that existing ductbank cells and manholes have mud/silt within them and this will make removing the existing cables difficult. The plant is at a low elevation and can have localized flooding periodically. Contractor shall expect this and have experience in understanding in the means and methods of freeing existing cables and prevent damaging the existing medium -voltage raceway systems. 3.4 Installation A. Splices in the medium -voltage cable are not acceptable. Cables shall be installed in one (1) continuous piece. B. Contractor shall use a cable -pulling grip that is commercially available and designed and intended for such use with medium -voltage cables. Contractor shall utilize Hubbell Kellems Pulling Grips or equal. Contractor is prohibited from utilizing the cable conductors as a means to attach the cable -pulling equipment. C. Contractor shall utilize a commercially available cable tugger to pull cables into the raceway systems. The tugger shall have a force gauge and the Contractor shall not exceed the cable side wall pressures recommended by the cable manufacturer. Contractor is prohibited from using any on- or off-road equipment or vehicles as motive force for pulling cables. D. Avoid abrasion and other damage to cables during installation. E. Use suitable manufacturer -approved lubricants and pulling equipment. F. Sustain cable -pulling tensions and bending radii below manufacturer's recommended limits. G. Ground cable shield at each termination with no less than #BAWG-stranded grougtgng conductor. _3 o _rte „` s� PRVN Consultants, Inc. 17014 Cn rMedium-Voltagg ,Fables = d26.65 13-5 _7 .J n City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project H. Install cables in manholes along wall providing longest route. Contractor shall include enough cable length to be routed along the manhole walls. Contractor shall organize cables to the greatest extent possible. I. Arrange cable in manholes to avoid interference with duct entrances. J. Contractor personnel working with and around high-voltage distribution systems shall be trained, experienced, and certified to work with them. All electrical employees must be trained on high-voltage electrical safety as required by OSHA 29 CFR 1910.269. Specifically, the Contractor shall supply at least one (1) person trained and certified for making high-voltage terminations. Contractor employees who install the splices and terminations shall have not less than three (3) years of experience splicing and terminating cables that are equal to those being spliced and terminated, including experience with the materials in the kits. Furnish satisfactory proof of such experience for each employee who splices or terminates the cables. Proof of this training and certification will be required before electrical employees are allowed to perform high-voltage work. This requirement will be in effect throughout the term of the Contract. K. Work within the manholes system shall be considered a confined space entry by OSHA and Contractor shall provide an attendant at the entrance of every manhole when anyone is in the manhole. One (1) attendant shall be present at the opening of every manhole when that manhole is occupied. Confined space entry procedures shall be followed during construction. L. While performing the work for the Project, the Contractor shall provide multi -ground sets for grounding feeders and switchgear. To prevent stoppage in work, the Contractor shall have multiple ground sets for simultaneous use in separate locations. The ground set, type, class, and grade shall be in accordance with ASTM standards. The ground set rating shall be per ASTM F 855. Ground sets shall be manufactured by a recognized manufacturer of temporary grounding equipment such as A.B. Chance Co. Contractor shall utilize the plant tagout system to enable operations make the equipment safe. Contractor shall hang a temporary tag on the breaker control switch while multi -grounds are installed. M. After cables are installed in underground ductbank system, replace and/or add conduit duct seal compound to prevent moisture from ductbank system from entering equipment enclosures. Duct seal compound shall be Gardner Bender DS -110N, Ideal Industries Catalog #31-601, Rainbow Technologies #79526, or equal. Install duct seal material at all cable entrances into buildings either vertical or horizontal, to prevent moisture from entering the buildings and equipment. Install duct seal at every location the power cables exit the underground ductbank system. N. Duct seal shall be permanently soft, non-toxic compound that is paintable. O. At the and of construction, Contractor shall be responsible for thoroughly cleaning existing and new manholes. Broom clean debris and shovel out any and all mud/silt. 3.5 Temporary Cable A. Provide one (1) three- (3) phase temporary cable between the 15kV metal -clad switchgear and the temporary engine generator test load bank. Cable shall be routed through the ductbank system to manhole MH -10, out the lid of MH -10, and connected to the temporary cable south of the chlorine storage building. B. Contractor shall supply and protect the temporary cable during testing and be responsible for its removal and disposal prior to pulling in the permanent cable. j t 3.6 Arc -Proofing i < Icn i �n A. Apply fire -proofing tape to cables when installed in manholes, cable rogrfiFqull bsxes, 0b}ter enclosures.:�7 B. Smooth out irregularities with insulation putty before applying fire -proofing tape. rr PRVN Consultants, Inc. Medium -Voltage Cables 17014 26 65 13-6 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project C. Apply fire -proofing tape tightly around cables spirally in half -lapped wrapping or in butt -jointed wrapping with second wrapping covering joints first. D. Extend fireproofing 1" into conduit or duct. E. Install tape with coated side toward cable. All tapes shall be secured with glass cloth electrical tape to secure arc -proofing tape and no less than two (2) UV -rated cable tie wraps to prevent unraveling. 3.7 Field Quality Control A. Inspect exposed cable sections for physical damage. B. Inspect cable for proper connections, phase rotation, and bolted termination torques. Contractor shall test phase rotation and record phase rotation at the load end of each cable prior to demolition. Owner will witness testing both before and after re -installation of cables. C. Inspect shield grounding, cable supports, and terminations for proper installation. D. Inspect and test in accordance with NETA ATS, except Section 4. E. Perform inspections and tests listed in NETA ATS, Section 7.3. F. A Megohmmeter (megger) test shall be performed on each cable section individually, followed up a Very Low Frequency (VLF) test. Follow all instructions herein. G. Personnel working around high-voltage distribution systems shall be trained, experienced, and certified to work with them. All electrical employees must be trained on high-voltage electrical safety as required by OSHA 29 CFR 1910.269. Personnel testing the cable shall have read the IEEE 400.1 standard for DC high -potential testing. H. Cables must be completely isolated from other parts of the system, such as generators, motors, surge protectors, and circuit breakers. Cables shall be solidly grounded before and after each test. I. During live testing, cable ends should be cleared, guarded, and remote from the testing site. J. Begin each Megohmmeter test by hooking up the Megger instrument test leads to the insulation tester. The insulation tester has three (3) conductors: line, guard, and earth. Line is attached to the conductor under test. Earth is connected to the other conductors in the cable not being tested as well as ground. Guard is not used for testing conductors. A DC test voltage between 1,000V and 5,000V shall be used. Higher voltages are more accurate at testing insulation resistance. K. First, an insulation resistance test shall be performed. This test voltage shall be applied for one (1) minute. The resistance during this test should drop or remain steady. Larger cables will slowly decrease as current is applied continuously. Smaller cables will remain steady because the capacitive and absorption currents fall quickly for smaller insulation. After one (1) minute, record the resistance value in megachms. A sudden drop in insulation resistan%e indicates a defect in the cable such as electrical treeing or water treeing. L. Second, a dielectric absorption test shall be performed. Apply the DC test voltagB for 60' seconds, taking resistance measurements at 30 seconds and 60 seconds. Atta.0 the polarization index (PI) by dividing the 60 -second reading by the 3 -second readip'9. Thai insulation quality is good if the PI Is 1.4 or greater. The insulation quality is questionable ffyhe PI is between 1.0 to 1.25 and should be carefully investigated. If the PI is less thdn one, th insulation is defective. ) PRVN Consultants, Inc. Medium -Voltage Cables 17014 26 65 13-7 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction M. Third, perform the VLF test using a VLF test kit. Ground the test kit and any cable phases not being tested. A sinusoidal frequency of 0.1 Hz shall be used. A test voltage of 19kV (rms), 27kV (peak), shall be used. Voltage shall be applied for no less than 30 minutes and no more than 60 minutes. Defects in the cable will generally break down in this timeframe. If a failure occurs, the test voltage will collapse, and the test may be terminated. N. Record the results of each test for each conductor and submit as verification of the acceptability of the medium -voltage cables and terminations. 3.8 Protection of Installed Construction A. Protect installed cables from entrance of moisture. B. When working in existing medium -voltage manholes, prevent damage of existing cables routed through the manhole. Provide adequate protection of existing installation to prevent damage of any kind. End of Section PRVN Consultants, Inc. Medium -Voltage Cables 17014 26 65 13-8 N r� Cn J �1 —< �. n tT CYN PRVN Consultants, Inc. Medium -Voltage Cables 17014 26 65 13-8 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 26 05 19 Low -Voltage Electrical Power Conductors and Cables Part 1 General 1.1 References A. International Electrical Testing Association: 1. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems. B. National Fire Protection Association: 1. NFPA 70 - National Electrical Code. 1.2 System Description A. Contractor shall provide cables as listed in Cable Schedule shown in Drawings. B. Cable Schedule presents cables that are intended to be relocated as part of this Project to make room for column reinforcing. Contractor shall review space requirements of column reinforcing shown on the Drawings and ensure rerouted conduits and all existing conduits are removed from the areas identified. C. Owner shall be responsible for documenting the existing conductor terminations prior to removing the existing wiring and shall then be responsible for installing new conductor labels and correctly re -terminating the relocated cables at each termination location. D. For building fire -detection systems, Contractor shall coordinate an outage with the Owner's Representative to take a system outage. Contractor shall field verify the conductor counts in the conduit that requires relocation, pull the cables back, and replace the cables as required. Owner will de -terminate, re -terminate, and be responsible for retesting the fire detection system. E. Contractor shall coordinate with Owners Representative for support taking outages, removing conductors, and terminating conductors. 1.3 Design Requirements A. Contractor shall utilize the electrical drawings along with the cable schedule to identify the simplest method of rerouting conduits out of future equipment areas as shown on the Drawings. B. Contractor shall field -reroute conduits shown as demolished on the Drawings to areas outside the foundation -reinforcing areas. Contractor is allowed to pull back and rework conduits and reinstall existing conductors without use of splices if the installation supports it. C. Contractor shall coordinate electrical outages with mechanical work on similar systems. Contractors shall coordinate the systems affected electrically with the mechanicsixontractor, so a single system outage occurs and all related work to that system occurs at the -same time. D. Contractor shall coordinate exact system outages. Systems that require external gloup coordination shall be scheduled with the Owner's Representative. Contractoe shalnssue advanced notice outage requests in advance of coordinated mechanical and elect!gcal system outages. Contractor shall notify and receive acknowledgement of outage request no less tha�t 10 business days before a scheduled outage. Contractor shall coordinate the outage request with the Owner's Representative. j E. Contractor shall coordinate isolation of existing electrical circuits. In no instance shall the Contractor terminate or de -terminate conductors inside of operational equipment Without Owner's Representative's advanced notice. Contractor shall expect that the Owner will perform PRVN Consultants, Inc. Low -Voltage Electrical Power Conductors and Cables 17014 26 05 19-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project all terminations of control and instrumentation cables as listed on the cable schedule. F. Conductor sizes are based on copper: 1. Use of aluminum conductors not acceptable. 2. Installation shall comply with current version of the National Electrical Code (NFPA 70). 1.4 Submittals A. Product data: Submit manufacturer's catalog cut sheets for each type of cable being supplied. Part 2 Products 2.1 Conductors A. Control and power conductors provided shall be Class B stranding per ASTM B-8. B. Conductors shall comply with ASTM B-3 as being soft annealed. C. Conductors shall be of electrical -grade copper, 98% conductivity or greater. D. Thermocouple extension wire shall have conductor types in accordance with ANSI and ASA/ISA standards. E. Minimum sizes, unless noted otherwise on cable schedule: 1. Power cables: #12AWG. 2. Multi -conductor control: #14AWG. 3. Instrumentation cable: #18AWG. 4. Thermocouple extension wire: #20AWG. 2.2 Power Cable A. Insulation: Flame-retardant, cross-linked polyethylene (FR-XLPE) complying with NEC for type XHHW-2 and UL44. Individual conductor insulation shall comply with UL VW -1; 600V rated cable. B. Multi -conductor cable jacket: Sunlight -resistant PVC per UL 1277 and IEEE 383 70,000 BTU/hr flame test compliant. C. Cables #1/0 and larger shall be cable tray (CT) listed. D. Single conductor color coding: 1. For wire sizes 10 AWG and smaller, install wire colors in accordance with the following: a. Black and red for single-phase circuits at 120/240 volts. b. Black, red, and blue for circuits at 120/208 volts single or three (3) phase. C. Orange, brown, and yellow for circuits at 277/480 volts single or three (3) phase. 2. For wire sizes 8 AWG and larger, identify wire with colored tape at terminals, splices, and boxes. Colors are as follows: a. Black and red for single-phase circuits at 120/240 volts. b. Black, red, and blue for circuits at 120/208 volts single or three O phase. C. Orange, brown, and yellow for circuits at 277/480 volts single or three (3) phase. I 3. Neutral conductors: White. When two (2) or more neutrals are located irae (1 y conduit, individually identify each with proper circuit number. 3� E. Multi -conductor cable color coding: ICEA Method 1, Table E-2 color code (also knQyvn as K-) color code). o, PRVN Consultants, Inc. Low -Voltage Electrical Power Conductors and Cables 17014 26 05 19-2 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project F. All cables in the cable schedule with a "P" designation shall comply with these requirements; sizes and conductor count as indicated on the cable schedule. 2.3 Multi -Conductor Control Cables A. Insulation: FR-XLPE complying with NEC for type XHHW-2 and UL44. Individual conductor insulation shall comply with UL VW -1; 600V rated cable. B. Cable jacket: Sunlight -resistant PVC per UL 1277 complying with: 1. IEEE 383 70,000 BTU/hr flame test compliant. 2. IEEE 1202 70,000 BTU/hr CSA FT4 flame test. 3. ICEA 210,000 BTU/hr flame test. C. Multi -conductor cable color coding: ICEA Method 1, Table E-2 color code (also known as K-2 color code). D. All cables in the cable schedule with a "C" designation shall comply with these requirements; sizes and conductor count as indicated on the cable schedule. 2.4 Analog Instrumentation Cables A. Insulation: Flame-retardant PVC; 300V rated cable. B. Individual shield: Aluminum -polymer tape providing 100% coverage with a flexible seven- (7) strand tinned copper drain wire. C. Overall shield: Aluminum -polymer tape providing 100% coverage with a flexible seven- (7) strand tinned copper drain wire. D. Overall cable jacket: Sunlight -resistant PVC including longitudinally applied ripcord placed under the jacket. Cable shall be UL 1581 70,000 BTU/hr flame test compliant. E. Multi -conductor cable color coding: ICEA Method 1, Table E-1 color code (also known as K-1 color code). Pairs: Black/White; triads: Black/White/Red. F. All cables in the cable schedule with an "I" designation shall comply with these requirements; pair and triad count as indicated on the cable schedule. G. Cables shall be Belden 8760 for pairs and Belden 8770 for triads. 2.5 Communication Cable A. Insulation: Polyolefin (PO) insulated singles, unshielded, bonded, twisted four (4) pairs enclosed with a spline -fluorinated ethylene propylene filler material; 300V rated cable. B. Jacket: Industrial grade, flame-retardant PVC jacket. Cable shall meet UL Flame Test CMP. C. Each communication cable shall be identified by means of surface ink printing indicating manufacturer, model, or catalog number. Cable shall meet TIA/EIA Draft 9A CAT6. D. Manufacturer: Belden "Data Twist" 7258A for CATS cable type as shown in the cabla,schedule. 2.6 Grounding and Bonding A. Contractor shall provide grounding and bonding of all electrical circuits and equipment in accordance with industry practices. Provide grounding conductors as specified by Engineer. Contractor shall not rely solely on the raceway in lieu of supplying grounding conductor. 5' PRVN Consultants, Inc. Low -Voltage Electrical Power Conductors and Cables 17014 26 05 19-3 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project B. All cables in the cable schedule with a "G" designation shall comply with these requirements; sizes as indicated on the cable schedule. 2.7 Terminations A. Terminal lugs for wires 6 AWG and smaller: Solderless, compression -type copper. B. Lugs for wires 4 AWG and larger: Color keyed, compression -type copper with insulating sealing collars. Provide two- (2) hole terminals for all terminations where a NEMA two- (2) hole pad is provided for cable termination. Use of one- (1) hole terminations shall be limited to locations where only a single hole is available for termination of the cable. C. Splices in cables not acceptable except lighting, receptacle, and grounding circuits D. Splices and terminations shall be rated 75°C or greater. E. Conductors shall be terminated in accordance with the electrical equipment manufacturer's recommendation. F. Multi -conductor power and control cables shall be provided with nylon -insulated, serrated, compression -type terminations. Terminations shall match and be acceptable for the different types of terminal blocks supplied. 2.8 Identification and Labeling A. Provide clearly visible, typewritten labels on each cable over outer jacket that indicates cable number as shown on cable schedule. B. Provide clearly visible, typewritten labels on each conductor of multi -conductor cables at its termination point but not covered by electrical tape. Labels shall indicate information as coordinated with the Owner but be not less than the instrument, motor, or device tag number on both ends of each conductor. C. Spare conductors shall be bundled together with other spares from the same cable and labeled with the cable number in the control cabinets or end location. D. Labels shall be PVC sleeves installed prior to termination of cables. Use of adhesive -type labels not acceptable. E. Labels shall be provided on power conductors. Owner will supply and install conductor and cable labels on all instrumentation and control wiring. Part 3 Execution 3.1 Examination A. Verify raceway installation is complete and supported. B. Owner will be responsible for documenting how existing cables are terminated prior to de- terminating the conductors and shall be responsible for correctly re -terminating the conductors as part of this Project. 3.2 Preparation vn A. Completely and thoroughly swab raceways before installing cables. _- r— J� 3.3 Installation ti =x �o A. Route cable to meet Project conditions. n PRVN Consultants, Inc. Low -Voltage Electrical Power Conductors and Cables 17014 26 05 19-4 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project B. Neatly train and lace wiring inside boxes, equipment, and panelboards. Install UV -rated cable lies on cables and conductors in boxes and equipment to keep cables organized and neat. C. Special techniques— wiring connections 1. Clean conductor surfaces before installing lugs and connectors. 2. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. 3. Tape uninsulated conductors and connectors with electrical tape to 150% of insulation rating of conductor. 4. Install split bolt connectors for copper conductor splices and taps 6 AWG and larger. 5. Install solderless pressure connectors with insulating covers for copper conductor splices and taps 8 AWG and smaller. Install insulated spring wire connectors with plastic caps for copper conductor splices and taps 10 AWG and smaller. D. Install stranded conductors for branch circuits 10 AWG and smaller. Install crimp -on -fork terminals for device terminations. Do not place bare stranded conductors directly under. screws. E. Install terminal lugs on ends of 600V wires unless lugs are furnished on connected device, such as circuit breakers. F. Size lugs in accordance with manufacturer's recommendations terminating wire sizes. Install two- (2) hole -type lugs to connect wires 4 AWG and larger to copper bus bars. G. For terminal lugs fastened together such as on motors, transformers, and other apparatus, or when space between studs is small enough that lugs can tum and touch each other, insulate for dielectric strength of 2'/] times normal potential of circuit. H. Utilize manufacturer -recommended electrically insulating tape on all loose wire to wire terminations. I. Bolted cable terminations shall utilize high -tensile strength and zinc -plated Grade 5 hardware and conical spring (e.g. Belleville) washers. Bolt lengths shall be selected based on termination, and when torqued, shall have no less than three (3) threads and no more than five (5) threads showing past the end of the nut. J. Utilize calibrated torque wrenches for bolted terminations. Follow equipment and terminal manufacturers recommended amount of torque. K. Provide UV -rated cable tie straps for anchoring cables within equipment, In cable trays, and to organize cabinets. Anchor cables to manufacturer -supplied supports within equipment to brace cables from forces exerted during short circuits. L. Terminate cables such that all power distribution equipment has an A -B -C rotation and that all the equipment is in phase with similar equipment. M. Install electrically conductive, non -oxidizing electrical grease on copper bus connections where recommended by manufacturer. N. Cable segregation: 1. Cable numbers contain cable -type designations, "I," "C," "P," and W." See Gtable I, Schedule for cable numbers and designations. ; 2. Cables with different cable -type designators shall not be routed ih_ra_cgwayts"with cables of different designations. - 3. Engineer has provided routing information on circuits that begin and ad in similar, locations and can be potentially, at Contractor's discursion, combined into a3ingla r conduit. Contractor to verify final cable end point prior to cable installation and shalli select conduit sizes in accordance with NEC requirements. u� PRVN Consultants, Inc. Low -Voltage Electrical Power Conductors and Cables 17014 26 05 19-5 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 3.4 Field Quality Control A. Contractor shall perform continuity checks of all terminated conductors to verify proper termination and that no conductors are unintentionally grounded. B. Contractor shall terminate power cables on power distribution equipment in accordance with industry standards. Power distribution equipment shall be Phase A, Phase B, Phase C, left to right, top to bottom when facing the front side of the equipment. C. Verify using a phase rotation meter that all power distribution equipment has an A -B -C rotation and all equipment is in phase prior to bumping motors. End of Section PRVN Consultants, Inc. Low -Voltage Electrical Power Conductors and Cables 17014 26 05 19-6 N cJ_ C n _ uO PRVN Consultants, Inc. Low -Voltage Electrical Power Conductors and Cables 17014 26 05 19-6 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 26 05 26 Grounding and Bonding for Electrical Systems Part 1 General 1.1 References A. Institute of Electrical and Electronics Engineers: 1. IEEE 142 - Recommended Practice for Grounding of Industrial and Commercial Power Systems. B. National Fire Protection Association: 1. NFPA 70 - National Electrical Code. 1.2 Submittals A. Product data: Submit data on grounding electrodes and connections. B. Manufacturer's installation instructions. C. Grounding bushings. D. Grounding conductors. 1.3 Closeout Submittals A. Project record documents: Record actual locations of components and grounding electrodes. 1.4 Quality Assurance A. Provide grounding materials conforming to requirements of NEC, IEEE 142, and UL labeled. 1.5 Delivery, Storage, and Handling A. Accept materials on site in original factory packaging, labeled with manufacturers identification. B. Protect from weather and construction traffic, dirt, water, chemical, and mechanical damage by storing in original packaging. 1.6 Coordination y A. Complete installation, grounding, and bonding of reinforcing steel prior to concrete,piacement. Part 2 Products 2.1 Rod Electrodes a 1 A. Product description: P--� 1. Material: Copper -clad steel. r 2. Diameter:'/.". 3. Length: 10 feet. J B. Connector: Connector for exothermic welded connection. 2.2 Wire A. In ductbank: #410AWG, 600V, THAN green insulated, Class B stranded bare copper conductor. PRVN Consultants, Inc. Grounding and Bonding for Electrical Systems 17014 26 05 26-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project B. In electrical vaults: #4/0 AWG bare Class B stranded copper conductor. C. Grounding bushing bonding: #6AWG bare Class B stranded copper conductor. 2.3 Mechanical Connectors A. Provide grounding bushings at the base of RGS conduits as they enter the electrical vaults. Provide grounding bushings on every conduit and bond the grounding bushings to the vault grounding conductor loop. B. All other connections shall be by exothermic weld. C. Grounding bushings shall be UL listed for the intended installation and shall be capable of being installed behind the end bells. 2.4 Exothermic Connections A. Manufacturers: 1. Burndy. 2. ERICO. B. Product description: Exothermic materials, accessories, and tools for preparing and making permanent field connections between grounding system components. C. Provide required materials and accessories to make the following grounding conductor connections: 1. Connections to existing vault grounding loops. 2. Connections to ground rods. 3. Connections to reinforcing steel. D. Provide exothermic dies in sizes and shapes as recommended by manufacturer. Part 3 Execution 3.1 Examination A. Verify final backfill and compaction has been completed before driving rod electrodes. 3.2 Preparation A. Remove paint, rust, mill oils, and surface contaminants at connection points. 3.3 Existing Work A. Repair, replace, and relocate any vault grounding conductors that are damaged or rquire , l relocation when installing new ductbank penetration into an existing vault.. rn �... B. Extend existing grounding system using materials and methods compatible WPh existing i" j, electrical installations. J — e 3.4 Installation J A. Install in accordance with IEEE 142. B. Install grounding and bonding conductors concealed from damage and out of the way. Vault bare grounding conductor shall be routed flush and level within the vaults and shall be anchored at 3 -foot intervals maximum using drill in masonry anchors. Leave enough slack in the grounding conductor for Owner's future cable shield grounding. PRVN Consultants, Inc. Grounding and Bonding for Electrical Systems 17014 26 05 26-2 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project End of Section N 0 ,7 m -I � t �� rn PRVN Consultants, Inc. Grounding and Bonding for Electrical Systems 17014 26 05 26-3 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 26 05 33 Raceway and Boxes for Electrical Systems Part 1 General 1.1 Summary A. Section includes conduit, outlet boxes, and pull boxes. 1.2 References A. American National Standards Institute: ANSI C80.1 - Rigid Steel Conduit, Zinc Coated. 1. ANSI C80.1 — Rigid Steel Conduit, Zinc Coated. 2. ANSI C80.5 — Rigid Aluminum Conduit. 3. NPT threads standard ANSUASME B1.20.1. B. Underwriters Laboratory Safety Standard (UL): UL -6. C. National Electrical Manufacturers Association. 1. NEMA 250 — Enclosures for Electrical Equipment (1000 Volts maximum). 2. NEMA FB 1 — Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. 1.3 System Description A. Raceway and boxes as required for splices, taps, wire pulling, equipment connections, and compliance with regulatory requirements. Provide raceway to complete wiring system. B. Exposed dry locations and outdoors: Provide rigid galvanized steel conduit, sheet -metal boxes, and surface mount outlet box in unfinished areas. Provide hinged enclosure for large pull boxes. C. Contractor shall group cables of similar service (control, instrumentation, or power) in similar areas into common conduits, sized per NEC, and field routed between equipment. D. Contractor shall not substitute metal -clad cable (NEC Type MC cable) for conduit as specified. Installation includes insulated conductors installed in field -erected raceway systems. 1.4 Design Requirements A. Minimum raceway size for rigid galvanized steel conduit: %" for RGS. B. Minimum raceway size for rigid aluminum conduit: 2". C. Raceway installation shall comply with current version of the National Electrical Code (NFPA 70). D. All raceways shall be rigid galvanized steel RGS or rigid aluminum for sizes 2" and larger at Contractor's discursion. All flexible conduit shall be liquid -tight, flexible conduit only at,ends of runs on vibrating equipment. All else not acceptable. 1.5 Submittals n 'Fj i1 A. Product data: Submit for the following: c-� -< I �r 1. Liquid -tight flexible metal conduit. C7 2. Rigid galvanized steel conduit. .<rn �•Fn 3. Raceway fittings. -; 4. Conduit bodies. ka 5. Surface raceway. 6. Pull and junction boxes. ,.l 1.6 Delivery, Storage, and Handling PRVN Consultants, Inc. Raceway and Boxes for Electrical Systems 17014 26 05 33-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project A. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate covering. B. Ship and store conduits with protective caps over each end to protect threads, color coded by size. 1.7 Coordination A. Coordinate installation heights, orientation, and locations of boxes and conduits with equipment and components installed in the areas. B. Coordinate field -routed conduit with cable schedule and similar routings identified to utilize fewer large-sized conduits for runs to instruments and control devices starting and ending in similar areas. C. Field route conduit for Project to not conflict with walkways, aisle ways, equipment maintenance access areas, or in areas where future equipment is shown. D. Follow routing limitations noted on the Drawings. E. Conduits shall not be routed horizontally less than 10 feet above the floor level. Part 2 Products 2.1 Metal Conduit A. Provide rigid steel conduit: ANSI C80.1. B. Provide rigid aluminum conduit: ANSI C80.5. C. All rigid conduit supplied under this Project shall be either rigid galvanized steel or rigid aluminum conduit conforming to the minimum sizes specified. D. Fittings and conduit bodies: NEMA FB 1; all steel fittings. E. Conduit shall be heavy duty and shall not be provided with quick couplings or split fittings. F. Box and cabinet penetrations shall be Meyer's weather-proof type hubs. Lock nuts not acceptable. 2.2 Liquid -Tight Flexible Metal Conduit A. Product description: Interlocked steel construction with PVC jacket. B. Fittings: NEMA FB 1 C. Provide no more than three (3) feet of liquid -tight flexible metal conduit at the en0_e1' raceway systems to connections to instruments and rotating equipment to prevent vibratidrarom being transmitted to the raceway system. cC) D. All flexible conduit supplied under this Project shall be liquid -tight. No altefnatles a&epted'i i "( I f 2.3 Outlet Boxes -- c-7 A. Sheet metal outlet boxes: NEMA OS 1, galvanized steel: _ :•: 1. Luminaire and equipment -supporting boxes: Rated for weight oieg4mai9 supported; furnish''/." male fixture studs where required. 2. Concrete ceiling boxes: Concrete type. —t Cast boxes: NEMA FB 1, Type FD, cast feralloy. Furnish gasketed cover by box manufacturer. C. Wall plates for unfinished areas: Furnish gasketed cover. PRVN Consultants, Inc. Raceway and Boxes for Electrical Systems 17014 26 05 33-2 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 2.4 Medium -Voltage Cable Raceway A. Provide raceways for all medium -voltage cables. Medium -voltage cables will be supplied, installed, terminated, and tested by Owner. B. Install fish line in each conduit for Owner use in installation of cables. 2.5 Conduit Sleeves A. Service: For conduits passing through floors and walls. B. Construction: Steel pipe, standard weight (STD) minimum. C. Sleeve diameter: Not less than 1" diameter larger than the diameter of the enclosed conduit. D. Sleeves shall extend a minimum of 6" above finished floor for penetrations through floor except when installed to penetrate directly into electrical equipment cabinets including, but not limited to, switchgear, motor control centers, variable -frequency drives, transformer floor -mounted terminal enclosures, etc. E. Sleeves shall be cast into the concrete floor and make a water -tight seal between the floor and the sleeve. F. Install conduit sleeves prior to installation coordinated with actual equipment delivered to site. Penetrations through walls or floors after installation shall be core drilled and be clean and smooth circular holes. Hammer and chisels shall not be used to install penetrations. 2.6 Pull and Junction Boxes A. Sheet metal boxes: NEMA OS 1, galvanized steel. B. Surface -mounted cast metal box: NEMA 250, Type 4; flat -flanged, surface -mounted junction box. 1. Material: Galvanized cast iron. 2. Cover: Furnish with ground flange, neoprene gasket, and stainless steel cover screws. Part 3 Execution N CU 3.1 Examination - A. Prior to installation, Contractor shall coordinate installation of raceway systenj with�pther trades to prevent conflicting work in areas or delay project schedule critical activities i 3.2 Existing Work A. Remove exposed abandoned raceway. Cut raceway flush with walls and flo9t0 an"atch ".-- surfaces. B. Disconnect abandoned outlets and remove devices. Remove abandoned outlets when raceway is abandoned and removed. C. Maintain access to existing boxes and other installations remaining active and requiring access. Modify installation or provide access panel. 3.3 Installation A. Ground and bond raceway and boxes in accordance with the National Electrical Code. B. Fasten raceway and box supports to structures and finishes in accordance industry practices. PRVN Consultants, Inc. Raceway and Boxes for Electrical Systems 17014 26 05 33-3 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project C. Arrange raceway and boxes to maintain a minimum of 10 feet of headroom and present neat appearance. D. Raceway systems shall be installed as electrically continuous and be bonded in accordance with industry standards and per the National Electrical Code. 3.4 Installation — Raceway A. Support raceway using coated steel or malleable iron straps, lay -in adjustable hangers, clevis hangers, and split hangers. B. Do not support raceway with wire or perforated pipe straps. Remove wire used for temporary supports. C. Construct raceway supports from steel channel. D. Route exposed raceway parallel and perpendicular to walls. E. Maintain clearance between raceway and piping for maintenance purposes. F. Maintain 12" clearance between raceway and any insulated pipe. Maintain 6" clearance to uninsulated piping. G. Cut conduit square using saw or pipe cutter; de -burr cut ends. H. Install no more than equivalent of three (3) 90 -degree bends between boxes. Install conduit bodies to make sharp changes in direction, as around beams. I. Avoid moisture traps. Install drain fitting at low points in conduit system. J. Penetrate equipment junction boxes on side or bottom. Avoid cutting openings in tops of all cabinets. K. Provide self-adhesive, clear membrane, UV -resistant labels on all pull box cover plates. Labels shall identify the panel circuit breaker designation or final load designation. 1. Labels shall be type written. Text shall be less than '/2" tall and be black text on yellow background. 2. Provide identical labels on outside of conduits as they exit panelboards and MCC. 3.5 Installation — Conduit Sleeves A. Coordinate penetrations of field -routed conduit and sleeves with equipment and piping installation contractors. Contractor shall be responsible for completing repairs and restoration caused by failure to coordinate with equipment suppliers. B. Use core drills or radial saw for cutting non-structural members. Where conduits pass through steel grating or checkered plate, cut circular openings and weld conduit sleeve to grating bars. C. Restore area affected to good condition following installation of sleeves. D. Accurately locate and securely fasten sleeves to forms before concrete is poured;-�istall in walls or partitions during the construction of the walls. E. Sleeve ends shall be flush with the faces of the walls. F. Install fire stop pillows in the space between the conduits and sleeves when penetrating fire - rated walls and where entering any electrical room. 1 a 3.6 Installation — Boxes A. Install pull boxes and conduit fittings as required to accommodate the pulling and terminating of cables specified. PRVN Consultants, Inc. Raceway and Boxes for Electrical Systems 17014 26 05 33-4 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project B. Install receptacle boxes located on elevated platforms so that they do not restrict access on the platforms in narrow areas. Install outlet boxes 24" above grating. C. Support boxes independently of conduit. End of Section PRVN Consultants, Inc. Raceway and Boxes for Electrical Systems 17014 26 05 33-5 N 0 ca Lz J PRVN Consultants, Inc. Raceway and Boxes for Electrical Systems 17014 26 05 33-5 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 26 05 36 Cable Trays for Electrical Systems Part 1 General 1.1 Summary A. The work covered under this section consists of furnishing all necessary labor, supervision, materials, equipment, tests, and services to install complete cable tray systems as shown on the Drawings. B. Cable tray systems are defined to include, but are not limited to, straight sections of ladder type cable trays, bends, tees, elbows, drop -outs, supports, and accessories. C. Cable tray system shall be continuous utilizing manufacturer -produced sweeps, bends, off sets, and vertical fittings. Cable tray shall not utilize two (2) sections close to one another with cables jumping out of one and into another. D. Cable tray supports and beam clamp types shall be as shown on the electrical detail drawings. Use of alternate beam clamps shall not be acceptable. All beam clamps shall exert symmetrical load on the support beams. E. Cable tray shall not be provided outside of the scope defined without Owner's written acceptance prior to installation. 1.2 References A. ASTM International: 1. ASTM A123/A123M — Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. 2. ASTM A653/A653M — Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process. 3. ASTM A1011 — Specification for Steel, Sheet and Strip, Hot- Rolled, Carbon, Structural, High -Strength Low -Alloy and High Strength Low Alloy with Improved Formability (formallyASTMA570 6 A607). 4. ASTM A1008 — Specification for Steel, Sheet, Cold -Rolled, Carbon, Structural, High - Strength Low -Alloy and High -Strength Low -Alloy with Improved Formability (formally ASTM A611). 5. ASTM B633 — Specification for Electrodeposited Coatings of Zinc on Iron and Steel. B. National Electrical Manufacturers Association: 1. NEMA VE 1 — Metal Cable Tray Systems. 2. NEMA VE 2 — Metal Cable Tray Installation Guidelines. w 1.3 Drawings A. The Drawings, which constitute a part of these Specifications, indicate thegeneraP?bute df the cable runway systems. Data presented on these Drawings is as accurate as prelimloary i surveys and planning can determine until final equipment selection is made. Accuracy is not, guaranteed and field verification of all dimensions, routing, etc. is required. - B. Specifications and Drawings are for assistance and guidance, but exact routing, locations, distances, and levels shall be governed by actual field conditions. Contractor is directed to make field surveys as part of its work prior to submitting system layout drawings. 1.4 Delivery, Storage, and Handling A. Deliver cable tray systems and components carefully to avoid breakage, denting, and scoring finishes. Do not install damaged equipment. PRVN consultants, Inc. Cable Trays for Electrical Systems 17014 26 05 36-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project B. Store cable trays and accessories in original cartons and in clean dry space; protect from weather and construction traffic. Wet materials shall be unpacked and dried before storage. 1.5 Submittals A. Shop Drawings: Indicate tray type, sizes and ratings supplied, dimensions, fittings, accessories, and finishes. B. Manufacturer's installation instructions: Submit application conditions and limitations of use stipulated by Product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, and installation of product. 1.6 Closeout Submittals A. Project Record Documents: Record actual installation, including routing of cable tray, with dimensions from column rows, elevations, and locations of supports. Part 2 Products 2.1 Metal Ladder -Type Cable Tray A. Manufacturers: 1. Cooper B -Line, Inc. 2. Cope. 3. MP Husky. B. Cable trays shall be pre -galvanized steel. Straight sections, fitting side rails, rungs, and covers shall be made from steel meeting the minimum mechanical properties and mill galvanized in accordance with ASTM A653 SS, Grade 33, coating designation G90. C. Ladder -type trays shall consist of two (2) longitudinal members (side rails) with transverse members (rungs) welded to the side rails. Rungs shall be spaced 6" on center. Rungs shall have a minimum cable -bearing surface of 7/8" with radiused edges. No portion of the rungs shall protrude below the bottom plane of the side rails. Each rung must be capable of supporting the maximum cable load, with a safety factor of 1.5 and a 200 -pound concentrated load when tested in accordance with NEMA VE -1, Section 5.4. D. Splice plates shall be the bolted type made as indicated below for each tray type. The resistance of fixed splice connections between adjacent sections of tray shall not %ceed .00033 ohms. Splice plate construction shall be such that a splice may be locatedanywhere within the support span without diminishing rated loading capacity of the�ble trap E. Pre -galvanized splice plates shall be manufactured of high-strength steel, meptinglhe n= minimum mechanical properties of ASTM A1011 HSLAS, Grade 50, Class IoZach splicepfate shall be attached with four (4) ribbed -neck carriage bolts with serrated-fiar ge:locI ts. Hardware shall be zinc plated in accordance with ASTM 8633 SC1. -� i F. Splice plates shall be furnished with straight sections and fittings. e� G. Cable tray supports shall be placed so that the support spans do not exceed maxum span indicated on Drawings. Supports shall be constructed from 12 -gage steel, formed -shape channel members 1 5/8" X 1 5/8" with necessary hardware such as trapeze support kits (9G- 55XX-22SH) as manufactured by Cooper B -Line, Inc., or Engineer -approved equal. Cable trays installed adjacent to walls shall be supported on wall -mounted brackets such as B409 as manufactured by Cooper B -Line, Inc., or Engineer -approved equal. H. Trapeze hangers and shall be supported by 1/2" (minimum) diameter rods. PRVN consultants, Inc. Cable Trays for Electrical Systems 17014 26 05 36-2 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction I. Accessories: Special accessories shall be furnished as required to protect, support, and install a cable tray system. Accessories shall consist of, but are not limited to, section splice plates, expansion plates, blind -end plates, specially designed ladder dropouts, barriers, etc. J. Rating: NEMA VE 1, Class 20C, ladder -type tray. K. Cable tray rungs shall be strut type with openings orientated down. Cooper B -Line B44 rung type, or equal. L. Material: Galvanized steel. M. Finish: ASTM A653/A653M, GOt mill galvanized before fabrication. N. Inside width: As indicated on Drawings. O. Inside depth: 2". P. Straight section rung spacing: 6" on center. Q. Inside radius of fittings: 24". R. Furnish manufacturer's standard clamps, hangers, brackets, splice plates, reducer plates, blind ends, barrier strips, connectors, and grounding straps. S. Covers: Not required above 7 feet above the floor. T. Provide cable tray divider the entire length of the control/instrumentation cable tray. Divider shall match material and construction of cable tray, be supplied by the same manufacturer as the cable tray, and be installed in accordance with manufacturer's recommendations. Install cable tray dividers to separate the control cables ("C' cable numbers in the cable schedule) from the instrumentation cables ("I" cable numbers in the cable schedule) as indicated on the Drawings. 2.2 Tray Labels A. Provide adhesive cable tray labels at 20 -foot intervals of tray that are 3" tall, red background with black letters 2" tall that indicate: "Control/Instrumentation Tray." Part 3 Execution 3.1 Installation A. Install cable trays as indicated: Installation shall be in accordance with equipment manufacturer's instructions and with recognized industry practices to ensure that cable tray equipment complies with requirements of NEC and applicable portions of NFPA 70B. Reference NEMA-VE2 for general cable tray installation guidelines. B. Coordinate cable tray with other electrical work as necessary to properly integrate installation of cable tray work with other work. C. Provide sufficient space encompassing cable trays to permit access for installing and maintaining cables. D. Cable tray fitting supports shall be located such that they meet the strength requirements of straight sections. Install fitting supports per NEMA VE -2 guidelines, or in accordance with manufacturer's instructions. r. 12 E. Cable tray shall be free of burrs and sharp edges. 'D PRVN consultants, Inc. Cable Tray"x-Fleoftal S* eihs 17014 rn a 26 ,J City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project F. Contractor shall install a continuous barrier as defined in the documents. At horizontal crossings, the instrumentation cables shall cross the control cables at 90 -degree crossings. Contractor shall train cables to minimize parallel runs of instrument cables with control cables without a metal divider between them. G. Ground and bond cable tray 1. Provide continuity between tray components. 2. Install one (1) #4/0 AWG bare copper equipment -grounding conductor through entire length of each tray; bond to each component as follows: a. Bond tray to building steel in no less than two (2) locations. 3. Make connections to tray using mechanical compression fittings. Connections to building steel shall be exothermic connectors. End of Section PRVN consultants, Inc. Cable Trays for Electrical Systems 17014 26 05 36-4 N r� n PRVN consultants, Inc. Cable Trays for Electrical Systems 17014 26 05 36-4 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction Section 26 05 43 Underground Ducts and Raceways for Electrical Systems Part 1 General 1.1 References A. Conduit shall be Underwriters' Laboratories, Inc. (UL) label. B. Conduit shall meet the following American National Standards Institute (ANSI) and Federal Specifications (FS) standards: 1. Rigid steel conduit (RGS): FS WW -C-5811 and ANSI C80.1. 2. EB utility duct: FS WC -1094A, UL -651, ASTM Standard F-512, NEMA TC -6 & 8. C. Comply with the following applicable portions of the following codes: 1. National Electrical Code (NFPA 70) 2. National Electrical Contractors Association "Standards of Installation." 1.2 Quality Assurance A. Construction of the buried ductbanks shall be done by or under the direct supervision of a licensed electrical contractor. Experienced in the installation of similar project for a minimum of five (5) years. B. Coordinate underground ductbank installation with excavation supports and locate clear of interferences. C. Review installation procedures under this and other sections and coordinate installation of items to be installed with or before manhole, and underground ductbanks for electrical systems work. D. Approved manufacturers shall be firms regularly engaged in the manufacture of electrical conduit of types and capacities required, whose products have been in satisfactory use in similar service for not less than three (3) years. Obtain same and similar components from single supplier. E. Provide products produced by Carlon, Ethyl, Hatfield, or equal. 1.3 Submittals A. Submit manufacturers technical information on conduit, fittings, and accessories for rigid conduit and EB conduits, conduit spacers, and all associated accessories. B. Layout of manholes systems: Submit a plan, sections, and details indicating proposed layout of such materials and equipment in each manhole. C. Ductbank coordination drawings: Show duct profiles and coordination with other utilities and., underground structures. D. Project closeout: „ t 1. Mandrel test certifications for project closeout. 2. Inspection reports and photos of ductbank concrete after removal of forms but before backfill. Part 2 Products 2.1 Ductbank A. General: PRVN Consultants, Inc. Underground Ducts and Raceways for Electrical Systems 17014 26 05 43-1 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction 1. Provide underground cable conduit/ductbank in the types and sizes indicated on the plans and constructed in compliance with applicable standards. B. For concrete -encased ductbank: 1. 4" Conduit: Type "EB -35 Heavy Wall 4" PVC conduits equal to Carlon No. 68716, conform to ASXZTM C 881. A pourable, medium -viscosity epoxy shall be used on except as otherwise noted for electrical ductbanks, rated at 90`C. 2. 2" Conduit: Type "EB -35 Heavy Wall 2" PVC conduit equal to Carlon No 68711, surfaces. except as otherwise noted for electrical ductbanks, rated at 90°C. 3. Rigid galvanized steel conduit shall be provided for sweeps 45 degrees and greater, stubs into and out of vaults (new and existing) and conduits stubbed through concrete. Rigid steel conduit: ANSI C80.1. All rigid conduit shall be rigid galvanized B. steel. Fittings and conduit bodies: NEMA FB 1; all steel fittings. Conduit shall be heavy duty and shall not be provided with quick couplings or split fittings. 4. Deliver to site with ends capped. C. Ductbank concrete: 1. Concrete shall be 4,000 psi and shall have the color additive "Colorcron Tile Red" by Masterbuilders, Salomon Grind Chemical Services #140 Red. Color additive shall have a minimum concentration of 9 lbs. per bag of cement and a maximum of 50 lbs. per cubic yard. Color shall be mixed throughout all of the ductbank concrete. 2. Maximum aggregate size shall be %". 3. Concrete shall not be placed with the aid of a mechanical vibrator. D. Mud slab concrete: 1. Concrete shall be 4,000 psi. 2. Maximum aggregate size shall be %". 3. Concrete shall not be placed with the aid of a mechanical vibrator. E. Backfill: 1. Electrical ductbank shall be backfilled with IDOT Gradation 11 Class A road stone compacted to 98% Standard Proctor Density under pacing and suitable native fill compacted to 95% Standard Proctor Density under landscape areas. F. Reinforcing steel: 1. Reinforcing steel shall conform to ASTM A 615, Grade 60, epoxy coated, from an epoxy -resin -based product exhibiting high bond strength to steel. 2. Tie wire shall be 16 -gage minimum, black, soft annealed. G. Forms: 1. Forms shall be accurately constructed of clean lumber. The surface of forms against which concrete is placed shall be smooth and free from irregularities, dents, sags, or holes. H. Epoxy adhesive: 1. Epoxy adhesive shall be a high -modulus epoxy -resin -based product intended for structural grouting of anchor bolts and dowels to concrete. The epoxy adhesives shall conform to ASXZTM C 881. A pourable, medium -viscosity epoxy shall be used on horizontal surfaces, and a heavy -bodied, non -sag epoxy gel shall be used on vertical surfaces. 2.2 Accessories - A. Duct spacers (including bottom spacer). Carlon catalog number S288PL and S28r9PL. Provide Snap -Loc reducer for 2" conduits, Carlon catalog number S2871 J :'{ Cr% n B. Concrete and reinforcing steel as specified elsewhere. r C. Special conduit fittings as required to connect conduits or noted. Note all c6ni uit`c'&nections shall be watertight. Manufacturer Carlon, compatible with conduit and conduit types. PRVN Consultants, Inc. Underground Ducts and Raceways for Electrical Systems 17014 26 05 43-2 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction D. Conduit plugs for empty/spare cells at all terminations. Positive seal with soft expansible rubber between two (2) galvanized plates. E. Provide end bells equivalent to OZ/Gedney Type TNS at duct termination in the electrical vaults and building penetrations. F. Ductbank grounding conductor shall be Class B stranded, soft annealed, copper #4/0 AWG, 600V PVC insulated and nylon jacket rated THWN in accordance with the NEC. Insulation shall be green in color. G. Provide conduit grounding bushings on the end of every rigid galvanized conduit where the ductbank terminates within a manhole. Bushings shall be installed behind conduit end bells. H. Detectable warning tape shall be no less than 3" wide and provides detectability utilizing either the inductive or conductive modes using a pipe or cable locator. Tape shall be red in color and shall have printed on it "Caution Buried High -Voltage Line Below." Tape and ink used to print the material shall be permanent and not degrade when buried in the soil. Tape shall be no less than 5 -mils thick and contain a minimum of 0.35 mils of solid aluminum foil core. Pro -line Safety Products or equal. Part 3 Execution 3.1 Preparation A. Verify the trench is excavated to proper width, depth, and grade. All ducts shall be installed to slope to a vault. "Sags" in duct runs are not permitted unless otherwise shown and drained as detailed. B. Store nonmetallic ducts with supports to prevent bending, warping, and deforming 3.2 Conduit Installation A. Follow applicable requirements on Contract Documents. B. Install multi -cell system of number and arrangements shown on the plans. Coordinate locations and elevations for those indicated as required to suit field conditions and to ensure that duct runs drain to manholes and as approved by Engineer. C. Generally, conduits and ducts shall be installed on gradients as shown on profile. However, it is anticipated that obstructions will be encountered, which will require revisions in profile. Such changes in gradients shall be considered a part of the Contract and no additions or deductions in Contract price shall be negotiated for these changes. Only changes involving major relocations in plan or profile shall be subject to negotiation. D. Steel conduits are required out of all manholes (new and existing), and at building wall for a distance of approximately 10 feet (minimum). Steel conduits are also required under the metering cabinets as detailed to the south and 10 feet to the north and the entire distance under the engine generator slab a minimum of 5 feet to the east or as detailed. ' E. Contractor shall place a mud slab at the bottom of all trenching and shall serve as the base bf the ductbank over its entire length. Earthen or crushed stone bottom form shall not be acceptable. F. After trench is excavated and properly graded and mud slab placed, ducts shall be installed using plastic spacers. The bottom spacer shall be laid on a poured mud slab. Spacers shall Oe provided on maximum 5 -foot centers and closer where required to prevent conduits from sagging. Install spacers at the beginning, end, and mid sweep for all RGS'sweeps45 degress PRVN Consultants, Inc. Underground Ducts and Raceways for Electrical Systems 17014 26 05 43-3 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction or more. If the duct is two (2) or more rows high, the spacers for the lower and upper row shall be staggered by a minimum of 1 foot. Ducts shall be furnished in minimum 10 -foot lengths. G. All duct and conduit couplings shall be watertight. Use compound on all duct and conduit couplings. After ducts are installed, they shall be tied down to prevent floating. Ties shall consist of threaded rods embedded in the mud slab, with a piece of uni-strut perpendicular to the duct, bolted down on top of the conduit as a tie. All ducts shall be installed in such a manner to prevent accumulation of water. Provide tie downs at intervals of no more than 15 feet. H. All conduits shall terminate a minimum of 2" or more (if needed) inside walls with end bells in all manholes. The end bells need to be staggered horizontally as detailed on the Drawings. All conduits shall be evenly spaced and aligned with each other. I. All mud and debris shall be removed from ducts, conduits, spacers, etc. before concrete is poured. Tape steel conduit couplings only. Duct run desirably shall pitch a minimum of 3" per 100 feet. J. Conduit bends shall be large radius sweeps for ease in pulling of cable and to provide a neatly installed appearance. Minimum radius of sweeps shall be 5'-0". K. Metallic conduit cut with a power saw or hacksaw shall be reamed to remove all burrs and otherwise finished to remove rough edges. Where conduit is threaded in the field, a standard cutting die with a 1 in 16 taper (3/4" taper per foot) shall be used. L. PVC conduit shall be cut with a fine-tooth blade or knife, and all burrs removed from the cut edge. Connections between rigid conduit and PVC shall be made with threaded PVC adapters or fittings. M. Install 600V yellow -colored, insulated #10 stranded copper "fish" line in all ducts and conduits. N. Install conduit grounding bushings on the treaded ends of all rigid conduits. Bushings shall be threaded onto the RGS conduit and secured tightly to the conduit for a solid grounding connection. Install a bare copper #2AWG minimum bonding jumper connected to every grounding bushing, connected to the ductbank grounding conductor, and to the manhole grounding ring. 3.3 Concrete Encasement A. Follow applicable requirements on Contract Documents. B. Place reinforcing steel in accordance with the current edition of Recommended Practice for Placing Reinforcing Bars, published by the Concrete Reinforcing Steel Institute. C. All reinforcing steel shall be of the required sizes and shapes and placed where shown on the drawings or as directed by the Owner's Representative. D. Do not straighten or re -bend reinforcing steel in a manner that will damage the material. Do not use bars with bends not shown on the drawings. All steel shall be cold bent, do not use heat. E. Secure reinforcing dowels in place prior to placing concrete. Do not presFdowels into the concrete after the concrete has been placed. F. The Contractor shall excavate an additional 9" minimum below the final du"rade to accommodate the required concrete base (mud slab). G. Contractor shall provide 100% forming of all lengths of ductbank. Use of earthen forms shall not be acceptable and if installed shall be removed and replaced at Contractor's expense. I PRVN Consultants, Inc. Underground Ducts and Raceways for Electrical Systems 17014 26 05 43-4 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Forms shall be secured to mud slab. Concrete shall be placed from vault to vault with no construction joints between the vaults. H. Prior to saw cutting into an existing vault, Contractor shall spray paint the exterior and interior of the vault showing the exact proposed ductbank entrance location. Owner's Representative will inspect and provide approval of proposed opening location prior to any cutting of an existing vault. I. If trenches become flooded or partially filled with dirt after ducts are laid, the Contractor shall remove and clean all ducts and clean out and reinstall the ducts. The Contractor shall pump water, dry out trench, re -excavate, and form. J. After ducts and grounding conductor are in place and before concrete is placed, the installation will be inspected by the Owner's Representative. No concrete shall be ordered or placed in this system until trenching and duct installation have been approved by the Owner's Representative. K. Where indicated on Drawings, continuous steel reinforcing shall be furnished and installed in duct sections. Reinforcing shall be threaded through spacers and tied to webs of spacers. L. All ducts, conduits, and reinforcing steel shall be clean before any encasement is placed. M. It is the intent that each section of line (from vault to vault or from vault) shall be poured complete in one (1) operation. Construction joints shall not be permitted between manholes. In case unusual conditions require a construction joint, furnish and install steel conduits for a minimum of 5 feet on either side of the joint. Detail the construction joint details for approval by the Engineer before construction of the joint. This shall be at no additional cost to the Project. N. Concrete shall cover the duct a minimum of 3" in all directions, and a maximum of 6". All reinforcing steel shall have a minimum concrete cover of 3". O. Generally, the top of the concrete encasement shall be minimum 24" below final grade. In special cases, this requirement will be waived where field conditions require. However, such conditions must be approved by the Owner's Representative and shall be considered the last resort in correcting the situation. P. Ductbank penetrations into vault shall continue completely through the wall of the vault using a single penetration. Q. The required 28 -day compressive strength of conduit encasement concrete shall be 4,000 psi. The slump may be 7" maximum and 5" minimum. Contractor shall protect all concrete against damage. Exposed surfaces of new concrete shall be protected from the direct rays of the sun by covering them with plastic film wrap and by keeping them damp for at least seven (7) days after the concrete has been placed, or by using an approved curing process. R. The concrete mixture shall be of such consistency that, with proper spading, it will_eompletely fill the form and surround the reinforcing steel, spacers, ducts, etc. Vibrators cannot be used on the duct lines' concrete encasement. Hand spading may also be required J 9 S. Electrical ductbank encasement concrete to be red -dyed. T. Concrete shall not be placed with the aid of a mechanical vibrator. U. Trench backfill shall be placed in continuous layers not exceeding 8" in compacted depth. J V. Maintain -2 to +4% optimum content for cohesive soils. Cohesionless soils shall be pre -wetted to within + 3% of optimum moisture content before delivery to the Project site. _J PRVN Consultants, Inc. Underground Ducts and Raceways for Electrical Systems 17014 26 05 43-5 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 3.4 Junction with Vaults or other Structures A. At all wall penetrations conduit shall be level and square to the wall. 3.5 Testing A. After duct encasement is placed, before backfill is installed, and after direct -buried conduit is installed, pull a mandrel through all conduits %" in diameter less than the conduits. If this test indicates that there are obstructions in the duct system, that section of the system shall be removed and a new section installed at no additional cost to the Owner. B. Also, after duct encasement is placed and forms are removed, Owner and Contractor will inspect the bottom corner on both sides of the ductbank for complete coverage of the bottom cells. Contractor shall hand repair any voids in the concrete and the Owners Representative will inspect repairs prior to placement of any backfill. If backfill is placed prior to inspections, Contractor shall re -excavate for inspection at its expense. C. All mandrel testing will be witnessed by Owners Representative. D. The Contractor shall submit reports for all successfully executed mandrel tests as part of the Project closeout process. Reports shall be signed by the Contractors representative, Owner's Representative, and any Owner field personnel who witnessed the test. 3.6 Marking A. Place a continuous red, detectable warning tape within the trench backfill from 12" to 18" above the concrete -encased ductbank. Center tape over the centerline of the construction. End of Section PRVN Consultants, Inc. Underground Ducts and Raceways for Electrical Systems 17014 26 05 43-6 N Q O.n (�n t� J, C*) PRVN Consultants, Inc. Underground Ducts and Raceways for Electrical Systems 17014 26 05 43-6 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 26 33 00 Battery Equipment Part 1 General 1.1 Summary A. System shall consist of battery charger, 125VDC distribution panelboard, batteries, battery rack, interconnection battery and cell cables, and accessories. B. Battery charger shall supply direct current to float/equalize flooded lead -acid batteries while simultaneously powering connected DC system and its associated sensitive loads with regulated DC voltage. C. Batteries shall consist of a string of battery cells configured in series to obtain the desired system voltage. Supply shall size batteries and charger in accordance with performance requirements defined herein. 1.2 References A. National Fire Protection Association 1. NFPA 70 — National Electrical Code. B. Institute of Electrical and Electronics Engineers: 1. IEEE 480 — Recommended Practice for Sizing Lead -Acid Batteries for Stationary Applications. C. Underwriters Laboratory: 1. UL 1012 — Power Units Other Than Class 2. D. National Electrical Manufacturer Association: 1. NEMA PE -5 — Utility Type Battery Chargers. 1.3 Submittals A. Product data: Submit catalog and data sheets showing electrical characteristics and connection requirements. Include unit ratings, dimensions, and finishes. Include performance data for batteries. B. Physical arrangement drawings of charger, batteries, and battery racks for the proposed installation. C. IEEE 485 battery sizing calculations verifying the battery sizing based on the loads as defined herein. D. Battery duty cycle diagram showing the total span of the duty cycle with the anticipated loads as defined herein. Display duty cycle diagram with Amperes on the vertical axis and Minutes on the horizontal axis. All non -continuous loads shall be depicted as a minimum oif, one (1) minute as defined by IEEE 485. E. Planned expected life of the system batteries. F. Manufacturer's recommended ventilation requirements including worst c6seihydin6ben generation for the entire string. �4 G. Battery system short-circuit calculations with the battery charger on line (contribu(sg) and off line (not contributing) to the fault. PRVN Consultants, Inc. Battery Equipment 17014 26 33 00-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project H. Recommended cable sizing for interconnection between battery charger and DC distribution panel and battery bank and DC power distribution system. PRVN Consultants, Inc.--"Battery-equipment 17014 CP6 33 00-2 I. Circuit breaker overcurrent rating recommendations for cables serving the batteries. 1.4 Closeout Submittals A. Operation and maintenance data: Submit battery maintenance and unit testing procedures. B. Supply final Shop Drawings in O&M manual including warranty information, battery sizing and rating information, charger sizing calculations, and battery rack sizing and selection data. 1.5 Qualifications A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three (3) years of experience. 1.6 Warranty A. Furnish 20 -year manufacturer warranty for batteries minimum. 1.7 Extra Materials A. Provide 10% spare cell interconnection jumpers but not less than two (2). B. Provide Bibs of battery acid neutralization materials recommended to be used to apply to spilled battery fluid to neutralize the battery acid. C. Provide battery specific gravity meter including holding bracket and drip catch for performing battery maintenance. D. Provide battery lifting rig for batteries over 50lbs in weight if commercially available for the batteries supplied. Lifting rig shall include a top eye for connection to a lifting hoist for battery maintenance and replacement. Part 2 Products 2.1 125VDC Battery Systems A. Provide 125VDC battery -backed power system for control system power for 15kV switchgear. B. System shall consist of battery charger, 125VDC distribution panelboard, batteries, battery rack, interconnection battery and cell cables, and accessories. C. Input Voltage: 208Y/120 volts, 60 Hz, three- (3) phase or single-phase 120VAC supply t10%. D. Output Voltage: 125VDC. E. Maximum recharge time: Eight (8) hours following discharge. F. Battery: Flooded lead acid type. Sealed valve regulated type batteries are not acceptable alternate. rJ G. Battery room ambient temperature will be maintained between 75 to 85°F,- H. Charger: Dual rate, designed to maintain battery in full -charge condition duringpormal conditions. _ -< II Cn I. System elevation shall not exceed 3,000 feet above sea level. ; r— PRVN Consultants, Inc.--"Battery-equipment 17014 CP6 33 00-2 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project 2.2 Batteries Contract C-02 — General Construction A. Acceptable manufacturers: BAE OPzS Block -N7. Terminals shall protect against finger touch IP25. B. Supply a 20 -cell (2 volts per cell, 3 cells per battery) battery system to serve as the backup power for the 125VDC power system. C. Batteries shall be flooded lead acid type and shall be provided with the required number of parallel plates per cell as required to support system voltage through entire battery duty cycle including margins defined. D. Batteries equalize voltage shall be 2.2V per cell. E. Battery cell voltage shall not drop below 1.85V per cell at any point in the duty cycle. F. Temperature correction: Margin not required for temperature -controlled room. G. Battery duty cycle shall be defined as 120 minutes in duration. H. Batteries shall be sized for the following load profile: Load Type Load Amps Period Continuous 7A 0-120 min Non -Continuous 50A 119-120 min I. Aging factor: 125%. J. Design margin: 115%. K. Correction factors shall be applied serially to the final sizing. Final sizing shall not be less than 100AHr. L. Apply margins to the loading profile and round the cell size up to the next commercially available cell size. M. Provide the number and size of battery terminals, interconnecting cables, and live part covers to prevent inadvertent exposure. N. Battery system shall be designed as floating and shall not have an intentional grounding point. O. Batteries shall be guaranteed for a minimum of 20 years of service. 2.3 Battery Racks A. Provide battery racks sized for the batteries selected., B. Racks shall have two (2) levels of battery storage. ,,: - -: C. Provide anchoring points at each post for connection to the floor. _,cn 2.4 Battery System Accessories A. t.0 Provide Enviroguard Eagle spill -containment system for flooded battery applications. Containment shall be sized to allow for the battery rack to fit inside of the bontainn7)V and the containment shall extend 4" outside of the battery rack on three (3) sides and be directly under PRVN Consultants, Inc. Battery Equipment 17014 26 33 00-3 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction C. Charger shall have the following features: 1. Floating charge DC output. 2. 10kAIC AC input circuit breaker. 3. 10kAIC, 2 -pole, DC output circuit breaker. 4. System status LEDs: a. AC on LED (green). b. Common alarm LED (red). C. DC high-voltage alarm LED (red). d. DC low -voltage alarm LED (red). e. Charger fail alarm LED (red). f. Float LED (green). g. Equalize LED (amber). h. Positive ground LED (red). L Negative ground LED (red). 5. One (1) common alarm dry -contact, rated at 3A at 120VAC or 28VDC. 6. One (1) low DC voltage alarm dry -contact, rated at 3A at 120VAC or 28VDC. 7. Audible alarm with alarm silence button. 8. DC output voltage meter. 9. DC output current meter. 10. AC input voltage meter. D. The following items shall initiate the common alarm contact state change: Low DC voltage, high DC voltage, loss of AC power, charger bridge over temperature, cabinet over temperature, and charger failure. E. Provide into common alarm or as separate dry output contact alarm for positive obnegative to ground. F. Charger shall be designed to supply up to 102% of the rated output currea42. i G. Charger shall be provided with an isolation input transformer with electrss3a1fc sFtkd. - n H. Provide local float button that will command the output voltage to the floafl v;l antresetItOe equalize timer to zero (0).'� 7 I. Provide manual equalize button that will start the equalize cycle that will end when.the user configurable timer expires or if the float push button is pressed. PRVN Consultants, Inc. Battery Equipment 17014 26 33 00-4 the batteries along the back wall. Provide 12"x12" and/or 4"x24" neutralization and absorption pillows as required to fill the containment area. B. Provide 8 lbs. of acid -neutralizing solution: Enviroguard NEU-8 or equal. C. Provide one (1) safety sign kit including code -compliant signage. Provide Enviroguard safety sign kit SIGN-DLX or equal. Signs shall include chemical hazard identification system, danger battery room, emergency eye wash station, danger no smoking, and danger high voltage signs. D. Provide one (1) spill -cleanup kit. Provide Enviroguard SCK -5 cleanup kit. 2.5 Battery Chargers A. Acceptable manufacturers: Ametek Solidstate Controls, Gutor Electronics, CSD Technologies, LaMarche, or approved equal. B. Provide 12 -pulse digital charger utilizing a thyristor-based design for conversion of incoming AC to DC power for charging batteries while supplying power to continuous DC loads. C. Charger shall have the following features: 1. Floating charge DC output. 2. 10kAIC AC input circuit breaker. 3. 10kAIC, 2 -pole, DC output circuit breaker. 4. System status LEDs: a. AC on LED (green). b. Common alarm LED (red). C. DC high-voltage alarm LED (red). d. DC low -voltage alarm LED (red). e. Charger fail alarm LED (red). f. Float LED (green). g. Equalize LED (amber). h. Positive ground LED (red). L Negative ground LED (red). 5. One (1) common alarm dry -contact, rated at 3A at 120VAC or 28VDC. 6. One (1) low DC voltage alarm dry -contact, rated at 3A at 120VAC or 28VDC. 7. Audible alarm with alarm silence button. 8. DC output voltage meter. 9. DC output current meter. 10. AC input voltage meter. D. The following items shall initiate the common alarm contact state change: Low DC voltage, high DC voltage, loss of AC power, charger bridge over temperature, cabinet over temperature, and charger failure. E. Provide into common alarm or as separate dry output contact alarm for positive obnegative to ground. F. Charger shall be designed to supply up to 102% of the rated output currea42. i G. Charger shall be provided with an isolation input transformer with electrss3a1fc sFtkd. - n H. Provide local float button that will command the output voltage to the floafl v;l antresetItOe equalize timer to zero (0).'� 7 I. Provide manual equalize button that will start the equalize cycle that will end when.the user configurable timer expires or if the float push button is pressed. PRVN Consultants, Inc. Battery Equipment 17014 26 33 00-4 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 – General Construction J. Audible noise generated by the unit under rated operating conditions shall not exceed 65dBA at 3 feet from the equipment. K. Charger shall be capable of operation from -10 to 40°C. L. Enclosure shall utilize NEMA 1 (IP -20) cabinet. M. Cabinet shall be configured for incoming and outgoing power to be top cable entry. N. Provide system LED and user LCD panel to facilitate local operations and verification of operational status. User interface screen shall be no less than 40" above the floor. O. Provide USB connector on the front door. P. Provide Modbus TCP (over Ethernet) communications capabilities for the charger. Q. Charger shall be 90% efficient at rated output. R. The output voltage adjustment range shall be: 1. Float: 110V to 137.5V. 2. Equalize: 121V to 148.5V. 3. Commission: 132V to 159.5V. S. Size battery charger to recharge batteries and supply normal continuous load in less than eight (8) hours after a full discharge cycle. Part 3 Execution 3.1 Installation A. Battery system installation shall be performed under the supervision of the manufacturer's field service engineer. Field service engineer shall assist in handling, setting, filling (if required) checking interconnections, and initial startup of the battery charger, and placing the system into service. B. Install units plumb and level. C. Install system in accordance with specific equipment manufacturer's recommendations. D. Set up charger float voltages and equalize voltages and timers for battery system supplied as recommended by the system manufacturer. E. Verify all intercell connections are torqued to manufacturer's recommendation and verify the connection impedances to ensure proper connections. F. Reverse connection of DC power sources to loads will damage equipment. Test and verify field wiring prior to energizing any DC loads supplied by this system. Any damage to equipment shall be replaced by the original equipment manufacturer. 3.2 Demonstration and Training A. Demonstrate normal operation of charger. Provide manufacturer's field service representative, not sales representative, to cone to site, inspect the installation, perform initial charger and battery system startup„an`d veriy proper, operation and alarming. Field service representative shall assist in hardwite9 1/0 cgeckout— between the charger and the PLC to confirm proper operation and wiring[.,e� 7 PRVN Consultants, Inc. Batte'r Equipment 17014 26 33 00-5 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project C. Provide manufacturer's field service representative to provide operational and maintenance training on both the batteries as well as the battery charger. Provide training for not less than 10 people. End of Section PRVN Consultants, Inc. Battery Equipment 17014 26 33 00-6 N '. J Q' ,7 CO PRVN Consultants, Inc. Battery Equipment 17014 26 33 00-6 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 26 51 00 Lighting and Receptacles Part 1 General 1.1 Summary A. Section includes lighting fixtures, lighting control, and convenience receptacles. 1.2 References A. National Fire Protection Association (NFPA) 70. 1.3 Submittals A. Shop Drawings: Indicate dimensions and components for each luminaire. B. Product data: Submit dimensions, ratings, performance data catalog cut sheets, and manufacturer's recommended installation. C. Part's list of fixtures supplied including replacement lamps, ballasts, and other hardware as supplied. 1.4 Field Measurements A. Lighting fixtures shown on Drawings are laid out in patterns that accomplish the space -required lighting levels. Contractor shall coordinate exact location of fixtures to coordinate with other mechanical and electrical systems. Final installation locations shall be in locations that prevent damage to the lighting system, not installed in areas designated as equipment maintenance areas, or conflict with overhead lifting devices. B. Fixtures and raceway to fixtures shall be kept high, out of the way of future equipment and component installations. Part 2 Products 2.1 Interior Luminaires A. Product description: Complete interior luminaire assemblies with features, options, and accessories as scheduled. B. Fixtures listed in the lighting fixture schedule are the basis of the design and alternatNes may be considered. Contractor shall match fixture type, approximate lighting output1evels, mounting" methods, and environmental and hazardous location listings. ; C. Alternate lighting circuits for fixtures: See lighting drawings. Each fixture has e4abe�djacepfto it that identifies the panel and circuit number to power each fixture. D. Install fixtures to the height identified in the fixture schedule. j - •o E. Provide individual fixture disconnects for all lighting fixtures. 00 F. Exit fixtures shall be light -emitting diode (LED) type. G. Provide integral battery backup emergency lights with a minimum 90 -minute lighting backup. PRVN Consultants. Inc. Lighting and Receptacles 17014 2651 00-1 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction 2.3 Convenience Receptacles and Light Switches A. All receptacles and switches shall have a minimum rating of 20 amps and shall be heavy-duty specification grade. B. A standard of quality for switches shall be Leviton #1221. C. A standard of quality for receptacles shall be Hubbell #5362-1 or Levilon #5362A-1. D. Minimum quality of devices shall be specification grade. E. Receptacles and switches shall be side and back wiring type. Any wire connection shall be screw structure. Mounting of receptacles or switches from platform handrail not acceptable. clamp or wire nut type. F. Provide galvanized steel boxes and covers for all receptacles and light switches. G. Provide weather -resistant covers for receptacles and light switches installed outdoors. H. Install all switches and receptacles 48" above the finished floor. I. 120V receptacles shall be installed ground up. 2.4 Identification Labels A. Provide UV -resistant adhesive labels on every receptacle, light fixture, and light switch indicating the panel and circuit number. Fixture labels shall be visible from the floor. B. Drawings show or note the panel and circuit numbers required to be displayed. C. Labels shall be adhesive -backed vinyl with a minimum of 1/2" lettering. Part 3 Execution 3.1 Installation A. Install suspended luminaires using pendants supported from swivel hangers. Install pendant length required to suspend luminaire at indicated height. B. Provide specified lamps in each luminaire. C. Mount and support receptacles and light switches accessible on platforms from the platform structure. Mounting of receptacles or switches from platform handrail not acceptable. End of Section o � m n� r PRVN Consultants, Inc. Lighting and Receptacles 17014 2651 00-2 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 27 35 00 Manhole Structures Part 1 General 1.1 Description of Work A. Construct vault manhole to provide access to electrical duct bank cable systems. 1.2 Submittals A. Shop Drawings of steel reinforcement, showing sizes, lengths, bends, and counts, if required. B. Concrete mix design. C. Shop Drawing schedule of new manhole showing total depth, and relative elevations and dimensions of all box -outs. D. Results of required testing. E. Gradation and soil classification reports for structure bedding and backfill materials. F. Dewatering plan. 1.3 Delivery, Storage, and Handling A. Store reinforcing steel only on pallets or lagging. B. Follow the aggregate storage and concrete transport requirements in Iowa DOT Article 2301.02, C. 1.4 Special Requirements A. Do not place concrete when stoney or inclement weather will prevent good quality work. B. Cold weather placement is restricted per Iowa DOT Article 2403.03, F. Part 2 Products 2.1 Concrete Materials A. Precast: Comply with ASTM C 478. B. Cast -in-place: Use Class C concrete. Comply with the following Iowa DOT Specifications and Materials I.M.s. 1. Iowa DOT Specifications Sections: a. 2403—Structural Concrete -C-) b. 4101 — Portland Cement CD . , c. 4102 — Water for Concrete and Mortar 7 l d. 4103 — Liquid Admixtures for Portland Cement Concrete _ n m f� e. 4104 — Burlap for Curing Concrete f. 4106 — Plastic Film and Insulating Covers for Curing Concrete Cementitious Materials 70 � g. 4108 — Supplementary h. 4109 — Aggregate Gradations i. 4110 — Fine Aggregate for Portland Cement Concrete j. 4115 — Coarse Aggregate for Portland Cement Concrete 2. Iowa DOT Materials I.M.s: a. 316 — Flexural Strength of Concrete b. 318 — Air Content of Freshly Mixed Concrete by Pressure c. 403 — Chemical Admixtures for Concrete d. 528 — Structural Concrete Plant Inspection PRVN Consultants, Inc. Manhole Structures 17014 273500-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project e. 529 — Portland Cement Concrete Proportions f. 534 — Mobile Mixture Inspection 2.2 Reinforcement A. Comply with Iowa DOT Article 2404 or Specification section. Refer to Section 26 05 43. 2.3 Non -Shrink Grout A. Comply with Iowa DOT Materials I.M. 491.13 or Specification section. 2.4 Precast Riser Joints A. Joint Ends: 1. Use tongue -and -groove ends. 2. If cast -in-place base is used, provide bottom riser with square bottom edge. B. Joint Sealant: 1. Rubber O-ring or Profile Gasket: Flexible joint, complying with ASTM C 443. 2.5 Base A. Use precast or cast -in-place concrete base. 2.6 Manhole Adjustment Rings (Grade Rings) A. Use one of the following methods for grade adjustments of manhole frame and cover assemblies: 1. Reinforced Concrete Adjustment Rings: Comply with ASTM C 478. Provide rings free from cracks, voids, and other defects. 2. High Density Polyethylene Adjustment Rings: Comply with ASTM D 1248 for recycled plastic. a. Test and certify material properties by the methods in the following table. b. When used in a single configuration, provide tapered adjustment ring with thickness that varies from 1/2" to 3". c. Install adjustment rings on clean, flat surfaces according to the manufacturer's recommendations with the proper butyl rubber sealant/adhesive. B. Ensure the inside diameter of the adjustment ring is not less than the inside diameter of the manhole frame or not less than the inside dimension of the intake grate opening. C. Construct manholes and intakes with the following adjustment ring stack heights: 1. Per Drawing SF 10. Height: 1.67 VF. 2.7 Castings N A. Manhole Access Casting: Per plan drawing SF 10. Neenah 1916-K. _ o m 2.8 Excavation and Backfill Material p 11 A. Comply with Section 31 27 00.Cn C7 Part 3 Execution rr*1j� 3.1 General Requirements for Installation of Manholes A. Excavation co 1. Comply with Section 3127 00. B. Subgrade Preparation: 1. Prepare subgrade to accurate elevation required to place structure base or subbase. 2. Unstable Soil: Install stabilization material as directed by the Engineer. PRVN Consultants, Inc. Manhole Structures 17014 273500-2 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project C. Subbase: 1. Install 12" thick pad of compacted granular base material a minimum of 12" outside footprint of the structure. D. Adjustment: See 2.6 herein. E. Casting: Install the type of casting specified above and shown in the contract documents. Adjust to proper grade. F. Chimney Seal: See Section 07 14 16. G. Backfill and Compaction: 1. Place suitable backfill material after concrete in structure has reached at least 3,000 psi compressive strength or 550 psi flexural strength. If concrete strength is not determined, place backfill at least 14 calendar days after initial concrete placement. 2. Place backfill material simultaneously on all sides of walls and structures so the fill is kept at approximately the same elevation at all times. 3. Compact the 3 feet closest to all walls using pneumatic or hand tampers only. Ensure proper and uniform compaction of backfill around structure. 3.2 Additional Requirements for Cast -In -Place Concrete Structures A. Forms: 1. Comply with Iowa DOT Article 2403.03, B and related sections of this specification. 2. Farm all cast -in-place manholes and intakes on both the inside and the outside face above the base. Do not form against excavated earthen surface. B. Reinforcing Steel: 1. Comply with Iowa DOT Section 2404, and related sections of this specification. 2. Lap bars a minimum of 36 diameters, unless otherwise specified in the Contract Documents. 3. Provide a minimum of 3" of clearance for structure bases and 2" of clearance for walls and tops. 4. Refer to Section 26 05 43 as applicable. C. Concrete Mixing: 1. Comply with Iowa DOT Article 2403.02, D and related sections of this specification. 2. When using ready -mixed concrete, comply with ASTM C 94. D. Concrete Placing: 1. Comply with Iowa DOT Article 2403.03, C, and related sections of this specification. 2. Do not place concrete when the air temperature is less than 40"F without the approval of the Engineer. When placement of concrete below 40"F is allowed, comply with Iowa DOT Article 2403.03, F. 3. Place concrete continuously in each section until complete. Do not allow more than 30 minutes to elapse between depositing adjacent layers of concrete within each section. 4. Comply with Iowa DOT Article 2403.03, D for concrete vibration. 5. Form 1 1/2" by 3" keyed construction joints at locations shown in the contract documents. 6. Provide a broom finish on portions of structure that are to become part of exposed pavement. E. Stripping and Cleaning: 1. Remove forms for manhole and intake walls and tops according to Iowa DOT Article 2403.03, M. References to culverts include all sanitary and storm structures. When allowed * the Engineer, compressive strengths at six times the stated flexural strengths may be used in ; determining concrete strength of structure tops. 2. Finish surfaces according to Iowa DOT Article 2403.03, P. Give exposed surfaces a Clasi 2'— finish. F. Curing: 1. Comply with Iowa DOT Article 2403.03, E and related sections of this specification.' o PRVN Consultants, Inc. Manhole Structures 17014 273500-3 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 2. For surfaces visible to the public, use only curing compounds complying with ASTM C 309, Type 1-D or Type 2. G. Exterior Loading: 1. Restrict exterior loads on concrete according to Iowa DOT Article 2403.03, N. 2. When allowed by the Engineer, compressive strengths at six times the stated flexural strengths may be used. 3. Repairs: After visual inspection of the completed manhole or intake, repair honeycomb areas, visible leaks, tie holes, or other damaged areas. Remove concrete webs or protrusions. H. Concrete Testing: The Contractor will be responsible for testing. 3.3 Additional Requirements for Precast Concrete Structures A. Substitutions: Precast structures may be substituted for designated cast -in-place structures so long as the structure is constructed as specified in the contract documents and complies with the requirements of the contract documents. B. Cast -in-place Base: 1. Comply with Section 3.2 herein for placement of concrete. 2. Ensure proper vertical and horizontal alignment of base riser section. C. Precast Base or Base with Integral Riser Section: Place base or base with integral riser section and ensure proper vertical and horizontal alignment. D. Additional Riser Sections: Install additional riser sections as required. E. Lift Holes: Install rubber plug in lift holes. Cover plug and hole with non -shrink grout. End of Section PRVN Consultants, Inc. Manhole Structures 17014 273500-4 N C� J� Q 7= „T1 I�n^'`'� $" CO PRVN Consultants, Inc. Manhole Structures 17014 273500-4 Division 31 Earthwork City of Iowa City Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction Division 31 :y 0 00 ai =r �D CO Division 31 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Section 31 26 00 Earthwork, Subgrade and Subbase Part 1 General 1.1 Section Includes A. Clearing and grubbing. B. Earthwork, excavation, and embankment construction. C. Subgrade preparation. D. Subbase construction. Contract C-02 – General Construction E. Topsoil. 1.2 Description of Work A. Excavate and construct embankments, subgrades, and subbases. 1.3 Submittals A. Follow the General Provisions (Requirements) and Covenants, as well as the following: Submit results of Standard Proctor and in-place density tests on compactions when required. 1.4 Substitutions A. Follow the General Provisions (Requirements) and Covenants. —' N m 1.5 Delivery, Storage, and Handling J 0 A. Follow the General Provisions (Requirements) and Covenants. C-)-{ �c_3 I m t 1.6 Scheduling and ConflictsCm t- —� ;:0 $' 3 rn A. Follow the General Provisions (Requirements) and Covenants. C-3 k-"? 1.7 Special Requirements A. If impractical or if scheduling does not allow the removal of utilities before excavation, work around the utilities. Part 2 Products 2.1 Topsoil A. Use suitable topsoil of uniform quality, free from hard clods, roots, sod, stiff clay, hard pan, stones larger than 1" (1/2" for turfgrass seeding), lime cement, ash, slag, concrete, tar residue, tarred paper, boards, chips, sticks, or any undesirable material. B. Use on-site topsoil, unless compost -amended or off-site topsoil is specified. 1. On-site topsoil: On-site topsoil material is material excavated from the top 6" of the site. Use of on-site topsoil material is subject to the Owner's Representative's approval. 2.2 Excavation Materials A. All Project site and borrow excavation will be classified as Class 10, Class 12, or Class 13 as defined below, and as indicated in the Contract Documents. 1. Class 10 excavation: a. Class 10 excavation includes all normal soil such as loam, silt, gumbo, peat, PRVN Consultants, Inc. Earthwork, Subgrade and Subbase 17014 31 2600-1 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction clay, soft shale, sand, and gravel. It includes fragmentary rock handled in the manner normal to this class of excavation. b. Includes any combination of the above described materials and any other material not classified as Class 12 or Class 13. 2. Class 12 excavation: a. Material deposits so firmly cemented together that they cannot be removed without continuous use of pneumatic tools or blasting. b. Class 12 excavation includes the actual measured volume of granite, trap, quartzite, chert, limestone, sandstone, hard shale, or slate in natural ledges or displaced masses. C. Also includes the estimated or measured volume of rock fragments or boulders that occur on the surface or in subsurface deposits mixed with soil, sand, or gravel when their size, number, or location prevents them from being handled in a manner normal to Class 10 excavation. 3. Class 13 excavation: a. Class 13 excavation includes all materials listed under the definitions of Classes 10 and 12, and any other material encountered, regardless of its nature. b. This classification covers work commonly referred to as "unclassified excavation." C. The Contract Documents will specify the limits for Class 13 excavation. Excavation within these limits will not be classified as Class 10 or Class 12 excavation. 4. Unsuitable or unstable materials: a. Material encountered during excavation above or below grade that does not meet the suitable soil requirements in this section. b. Rubbish and debris, including trees, stumps, waste construction materials, scrap metals, and other materials that cannot be buried or used for backfill or topsoil. C. Moisture content does not determine suitability of materials. 5. Borrow: Unless otherwise provided in the Contract Documents, when the quantity of FII material required is not available within the limits of the Project cross-sections or specific borrow areas as indicated, the Contractor should make up the dliciency from borrow areas provided by the Owner's Representative, or fumislJrequivaTont material from other borrow areas. T= 2.3 Suitable Embankment Materials C-) m A. Meet the following requirements for all soils provided for the construction. -Or— Fn embankments: r�*1" S 1. Density of 95 pcf or greater according to ASTM D 698 or AASHfd�i9 CondarVD proctor density). 2. AASHTO M 145 index of less than 30. �D 3. Soils not meeting these requirements are considered unsuitable soils. 4. For soils to be placed below water, use clean granular material. 2.4 Foundation Materials A. Select subgrade materials: 1. All soils required for select subgrade materials must be approved by the Owner's Representative. Approval of materials and their use will be based on AASHTO M 145. a. Cohesive soils must meet all of the following requirements: 1) 45% or less silt size fraction. 2) Density of 110 pcf or greater according to ASTM D 698 or AASHTO T 99 (standard proctor density). 3) Plasticity index greater than 10. 4) A-6 or A-7-6 soils of glacial origin. b. Granular soils must meet all of the following requirements: 1) Density of 110 pcf or greater according to ASTM D 698 or AASHTO T 99. 2) Standard proctor density. 3) 15% or less silt and clay. 4) Plasticity index of 3 or less. PRVN Consultants, Inc. Earthwork, Subgrade and Subbase 17014 31 2600-2 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 5) A-1, A-2, or A-3 (0). 2. Crushed stone, crushed PCC, crushed composite pavement, or RAP; mixtures of gravel, sand, and soil; or uniformly -blended combinations of the above; as approved by the Owner's Representative. 3. The Owner's Representative may authorize a change in select subgrade materials subject to materials available locally at time of construction. B. Granular stabilization materials: 1. Clean, crushed stone or crushed concrete with the following gradation: 2. The Owners Representative may authorize a change in gradation, subject to materials available locally at time of construction. C. Subgrade treatment 1. Geogrid: a. Rectangular or square: Use an integrally formed grid structure manufactured of a stress -resistant polypropylene material. Use Type 1 geogrid, unless Type 2 is specified. Meet the following minimum physical properties: Table 3126 00.01: Geogrid (Rectangular or Sauare) Property Sieve Percent Passing Units 2 1/2" 100 2" 90 to 100 1 1/2* 35 to 70 1" 0 to 20 1/2" 0 to 5 C. Subgrade treatment 1. Geogrid: a. Rectangular or square: Use an integrally formed grid structure manufactured of a stress -resistant polypropylene material. Use Type 1 geogrid, unless Type 2 is specified. Meet the following minimum physical properties: Table 3126 00.01: Geogrid (Rectangular or Sauare) Property Test Method Units Type 11 Type 2 Aperture stability modulus at 20 kg -cm Kinne 2 -01 kg-cm/deg 3.2 6.5 Minimum true initial modulus in use Machine direction MD Cross Machine direction CMD ASTM D 6637 Ib/ft 15,080 20,560 32,890 44,725 Tensile strength, 2% strain Immersion % 90-100 90-100 MD CMD ASTM D 6637 lb/ft 270 380 410 590 Junction efficient GRI-GG2-87 % 93 93 Flexural rigidity ASTM D 1388 mg -cm 250,000 750,000 Aperture size Radial stiffness ASTM D 6637 ro Minimum Maximum N/A in. 0-5 2 _ 0.5 2.0 Geogrids meeting the requirements of Iowa DOT Article 4196.01, B and Materials I.M. 496.01ftHke acteptab ] Dr. Thomas C. Kinney, P.E. and US Army Corp of Engineers. —'' m I ' 1 �r a ri b. Triangular: Use punched and drawn polypropylene that-is�Nenti8 in thlM (3) substantially equilateral directions. Meet the followingrR&inf,91 phys properties: Table 3126 00.02: Geogr d (Triangular) Property Test Method Units Type 3 Type 4 Aperture stability modulus at 5 kg -cm Kinne 1-01 k cm/d 3.0 3.6 Resistance to loss of load capacity EPA 9090 Chemical resistance Immersion % 90-100 90-100 Ultra -violet light and weathering (500 hrs) ASTM D 4355 Junction efficiency GRI-GG2-87 % of ultimate 93 93 GRI-GGt-87 tensile strength Radial stiffness ASTM D 6637 Ib./ft @ 0.5% 15,000 20,000 strain Rib Patch PRVN Consultants, Inc. Earthwork, Subgrade and Subbase 17014 31 26 00-3 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 - General Construction Dr. Thomas C. Kinney, P.E. and US Army Corp of Engineers. Lon itudinal N/A in. 1.5-1.75 1.5-1.75 Dia onal D. Subbase: Mid -rib de th N/A in. 1 0.04-0.06 1 0.05-0.08 Mid -rib width N/A in. 1 0.035.0.05 1 0.035-0.055 Dr. Thomas C. Kinney, P.E. and US Army Corp of Engineers. 2. Geotextiles: Use a woven or non -woven permeable fabric, manufactured of polymer fibers, meeting the requirements of ASTM D 4439. D. Subbase: 1. Special backfill: a. Comply with Iowa DOT Specifications Section 4132. The quality requirements of Iowa DOT Materials I.M. 210 for recycled pavements are waived. b. The Owners Representative may authorize a change in gradation subject to materials available locally at time of construction. 2. Granular subbase: a. Comply with Iowa DOT Specifications Section 4121. b. The Owner's Representative may authorize a change in gradation subject to materials available locally at time of construction. 3. Modified subbase: a. Comply with Iowa DOT Specifications Section 4123. b. The Owner's Representative may authorize a change in gradation, subject to materials available locally at time of construction. Part 3 Execution 3.1 Clearing and Grubbing A. Notification: Notify the Owners Representative prior to start of clearing and grubbing activities. Live tree limbs and roots damaged by construction activity are to be treated by City of Iowa City representatives. Contractor to notify owner of such damage immediately. B. Removal: Remove the following items: 1. Trees and stumps, including roots, to a depth of at least 12". Place backfill to fill the hole. 2. Logs and downed timber. 3. Hedge rows, brush, field fence, and agricultural products. 4. Vegetation and rubbish. 5. Other objectionable materials. C. Disposal: Material from clearing and grubbing may be removed according to lovaj-,ode 335 and must meet local ordinances. p m 1. Process by chipping logs, downed timber, or brush for mulchinamatengor safvaoa logs and downed timber for firewood. 2. Other vegetation, including corn stubble, may be disked into the existing soil if approved by the Owner's Representative. ::,- n Cn 3. Haul vegetative materials from clearing and grubbing that aret+6�ancW on t� Project site to a yard waste disposal site. 7D Z 4. Remove field fence and other non -vegetative materials from th pojegt6ite. 3.2 Stripping, Salvaging, and Spreading Topsoil A. Stripping and salvaging topsoil: 1. Mow all weeds, grass, and growing crops or other herbaceous vegetation close to the ground and remove from the site. Shred sod by shallow plowing or blading and thorough disking. Thoroughly shred to allow the soil to be easily spread In a thin layer over areas to be covered. If allowed by the Owners Representative, herbicides may be applied, and vegetation may be incorporated into the topsoil. 2. Remove an adequate amount of topsoil from the upper 6" of existing on-site topsoil to allow finish grading with a finished grade of 6" of salvaged or amended topsoil. The topsoil may be moved directly to an area where it is to be used, or may be stockpiled for future use. PRVN Consultants, Inc. 17014 Earthwork, Subgrade and Subbase 31 2600-4 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project B. Preparation for topsoil placement 1. Finish excavation and embankment work according to the specified grades and cross-sections; grade and slope all surfaces to drain away from buildings and prevent ponding. Conform to the grading plan within t 2 inches. 2. Loosen surface to a minimum depth of 4" to reduce compaction. C. Topsoil spreading and finish grading: 1. Place the topsoil after all grading and trenching activities in the area have been completed. 2. Place topsoil at least 6" deep; smooth and finished grade according to the Contract Documents. If topsoil is being amended with compost, thoroughly blend compost with on-site topsoil at the rate specified in this section. 3. After finish grading the topsoil, remove clods, lumps, roots, litter, other undesirable material, or stones larger than 1" (1/2" for turfgrass). 3.3 Excavation A. Notification: Notify the Owner's Representative prior to start of excavation activities. B. Pavement removal 1. Cut surface pavement to full depth as required, and at designated removal lines. 2. Remove all pavement materials. a. If specified in the Contract Documents or allowed by the Owners Representative, process for re -use. b. Dispose of excess material as follows: Properly dispose of off-site. 3. Remove pavement material broken or damaged by the Contractor beyond designated removal lines to new line designated by the Owner's Representative. Replacement is at the Contractor's expense. 4. Protect subgrade beneath existing pavement removal areas. C. Excavation: Perform Class 10, 12, or 13 grading, as specified in the Contract Documents, to the prescribed grade. D. Shaping of borrows: 1. Ensure that borrow areas provided by the Contractor are regular in cross-section to allow accurate measurement. 2. Ensure that care is taken to blend to natural land forms and avoid unnecessary damage to the land. 3. Do not divert natural drainage of surface water onto adjoining owners, and be diligent in draining the surface water in its natural course or channel. 4. Complete excavation in a way consistent with the existing natural drainage conditions. N O E. Drainage: � 1. Provide temporary drainage facilities to prevent damage to pubM2 e_5privple intemn when necessary to interrupt natural drainage or flow of artificiaoa"x s. C3 2. Restore original drainage as soon as work allows. 3. The Contractor is responsible for damage resulting from their rglg t toawvider erosion control or artificial drainage. <r M F. Unsuitable 1. or unstable materials: o _U = Q Remove unsuitable or unstable materials to a depth specified iQ�7ha Gored Documents, or as directed by the Owner's Representative. 2. The Owner's Representative will determine the need for and type of badall material, including select soil or granular subbase. 3. Remove all soft areas. Replace with approved materials. 4. If subbase materials are used, provide weight tickets at the time of delivery. 5. Dispose of unsuitable or unstable materials according to the requirements in this section. G. Removal of boulders: Remove all boulders with a minimum diameter of 6". PRVN Consultants, Inc. Earthwork, Subgrade and Subbase 17014 31 2600-5 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction H. Rock excavation: 1. When excavation to the subgrade elevation results in a surface consisting of loose or solid rock: a. Excavate 1 foot below the finished subgrade elevation. b. Construct subgrade with suitable material. C. Conduct operations so the Owner's Representative is given the opportunity to measure cross-section before placement of subgrade material. 2. When pre -splitting of rock cuts is necessary, the limits of the area and the procedure used will be subject to the approval of the Owner's Representative. 3. Dispose of rocks and boulders 6" in diameter and greater off-site. I. Removal or filling of pipe culverts, pipes, and conduits: Remove, plug, and/or FII with flowable mortar, as directed by the Owner's Representative. 3.4 Embankment Construction A. Notification: Notify the Owner's Representative prior to start of embankment activities. B. Site preparation 1. Remove all ground cover from the area. 2. When an embankment is placed on or against an existing slope that is steeper than 3:1 and is more than 10 feet high, cut the slope into steps as the construction of the new embankment progresses. The steps should ensure that all sod or other potential sliding surfaces are removed. Cut each step or series of steps to approximate horizontal planes, which have vertical slope dimensions of at least 3 feet. C. Depositing embankment material 1. Except for rock fills and granular blankets, deposit embankment material in horizontal layers no greater than 8" in loose thickness. Do not incorporate vegetative materials in embankments. If some otherwise suitable soil contains small amounts of vegetative materials, such soils may be deposited outside of the shoulder line, within the outer 3 feet of the embankment. 2. When the width at the attained height is 30 feet or more, divide the area upon which the layer is to be placed into separate and distinct dump areas, having widths of at least 15 feet. If hauling equipment is operated within a dump area, cover the area with at least one (1) passage of a tandem -axle disk, or two (2) passages with a single -axle disk, prior to compaction. 3. Keep hauling equipment off dump areas of embankments 36 feet or more in width during compaction operations. Within 36 feet of a bridge or other limiting structure or where the width of the embankment is less than 36 feet at the attained height, empty hauling units may travel on the dump area during compaction operations, as necessary to pass loaded hauling units. If the design width of the embag&ent is less than 30 feet at the attained height, hauling units will be allowed to traver-Brough areas where compaction operations are in progress. When any b4olinguipm allowed to pass through compaction operations, do not requireiv!a'f$r, du5lting, compacting equipment to deviate from their intended paths. C_ < i 4. Deposit the material over the dump area as a separate and di4MW;pef13ion. Ifthe material, as deposited, contains an average of more than one(lump p squ�P$'i yard, large enough to have at least one (1) dimension greater rag] 2", ixver tb area by at least one (1) passage of a tandem -axle disk, or twox�ss�ggs of J single -axle disk. Use a disk that is designed and operated to cut;and stir'to the full depth of the layer. �0 5. After depositing and disking, if required, smooth the material to a uniform depth with a suitable motor patrol, bulldozer, or self-propelled sheepsfoot-type roller with a blade attachment. In addition to the initial smoothing operation, continue this smoothing and leveling of the lift during compaction, as necessary to provide a surface area free from ruts and other objectionable irregularities. 6. Use the self-propelled sheepsfoot-type roller (meeting the requirements of Iowa DOT Article 2001.05) under the following conditions: a. Leveling must be done according to the prescribed rolling pattern. b. Compaction should be the primary function of the unit. C. Prevent spinning of the power drums. PRVN Consultants, Inc. 17014 Earthwork, Subgrade and Subbase 31 2600-6 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction d. When, in the opinion of the Owner's Representative, the unit cannot satisfactorily accomplish both leveling and rolling, use a separate dozer or motor patrol for the leveling operation prior to initiation of compaction. e. For embankments constructed primarily of sand or other granular material, the Contractor may substitute a pneumatic -tired roller meeting the requirements of Iowa DOT Article 2001.05. Keep the outer portion of an embankment lower than its center, and wherever construction will be suspended for a period during which rain is likely to occur, roughen the surface to prevent erosion. This can be done by tracking, disking, or scarifying. Stones 6" and smaller in diameter may be placed in embankments, but distributed to avoid pockets. No stones larger than 3" may be placed within 1 foot of the finished subgrade elevation. D. Compaction with moisture and density control: Compact with moisture and density control. See this section for moisture and density requirements. E. Type A compaction: Compaction is by moisture and density control. 3.5 Use of Unsuitable Soils A. Unsuitable soils are not allowed for use within the project site, unless otherwise specified in the Contract Documents or allowed by the Owner's Representative. 3.6 Subgrade Preparation A. Shape and consolidate subgrade in preparation for the placement of pavement. B. Uniform composition: Provide uniform composition of at least 12" below top of subgrade under new paving or subbase, plus 2 feet on each side. Use select subgrade materials unless granular stabilization materials or subgrade treatment is specified. 1. Subgrade compaction in fill sections: a. Follow the compaction with moisture and density control requirements in this section. b. Construct in two (2) 6" lifts. 2. Subgrade compaction in cut sections: a. Excavate and stockpile the top 6" of subgrade. b. Scarify, mix, and re -compact the next 6" of subgrade. C. Replace, mix, and compact the top 6" of subgrade. 3. Remove stones over 3" from subgrade. 4. Construct to elevation and cross-section such that, after rolling, surface will be above required subgrade elevation. C. Subgrade stability 1. Perform proof rolling with a truck loaded to the maximum single legal axle gross weight of 20,000 pounds or the maximum tandem axle gross weight of 34,000 pounds. Operate trucks at less than 10 mph. Make multiple passes for every lane. The subgrade will be considered to be unstable if, and€rthe operation of the loaded truck, the surface shows yielding (soil wave in front of the loaded tires)r��r��utting of more than 2", measured from the top to the bottom of the rut at the outs1e edges. 2. If soft or yielding areas are located, remove unstable materials�nd replace with suitable foundation materials as approved by the Owner's Reptor? tatijj meeMn the requirements of this section. Compact subgrade materials 16'cut seef ris as required by the Owner's Representative. If stabilization materiJB"sed I lace compact as required for subbase. rn D. Final subgrade: Complete final subgrade by excavation to grade by usf�qft deel od rn template supported on side forms, support rollers, or by use of an automaWallywntrollo subgrade excavating machine. Lo E. Subgrade check: Check subgrade elevation and grade by method approved by Owner's Representative prior to paving. PRVN Consultants, Inc. Earthwork, Subgrade and Subbase 17014 31 2600-7 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 - General Construction Ruts: If ruts or other objectionable irregularities form in subgrade during construction, re- shape and re -roll subgrade before placing pavement. Fill ruts or other depressions with material similar to other subgrade material, and compact. 3.7 Subgrade Treatment A. Geogrid or geotextiles: 1. Install according to manufacturer's recommendations, on top of the prepared subgrade. 2. Place in the areas specified in the Contract Documents for the width of the pavement, plus 2 feet on each side. 3.8 Subbase A. Subgrade: Compact subgrade and shape smooth before subbase material is placed. B. Construction: Construct the specified type of subbase to the specified depth, plus 2 feet outside the pavement area. C. Moisture and Density: Compact subbase and provide testing according to this section. D. Final elevation: 1. Trim to the design elevation and shape to the final template with an automatically controlled trimming machine. Excess material may be salvaged and spread for use on any other approved project location or operation. 2. Conform to the design profile and cross-section to the extent that no point is higher than the designated elevation, and no point is lower than 0.05 foot below the design elevation. 3. Ensure that the top 1" of the subbase is uniformly moist prior to paving. 4. Do not allow hauling equipment and other traffic on completed subbase. 3.9 Field Quality Control A. Compaction testing: If it is specified in the Contract Documents that the Contractor shall conduct compaction testing, using the services of an independent testing laboratory approved by the Owner's Representative. B. Moisture content and density: 1. Ensure that moisture content falls within a range of optimum moisture to 4% above optimum moisture. 2. Compact cohesive soils to no less than 95% of maximum standard proctor density; and cohesionless soils to no less than 70% of relative density. C. Testing: 1. Lab test: Determine laboratory density of material according to ASTM D 698 or AASHTO T 99 (standard proctor density) or ASTM D 4253 and ASTM D 4254 (maximum and minimum index density for cohesionless soils). Provide at least one (1) analysis for each material type used unless provided by the Owner's Representative. 2. Field test: a. Perform in-place field density and moisture testing according to ASTM D 2922 and ASTM D 3017 (nuclear) or ASTM D 1556 (sand cone) and ASTM D 2216 (moisture content). o b. Frequency: '- 1) Urban section: Provide one (1) test per lift pt f.W fe*lf section is less than 300 feet, perform at least two (2) 19ai�er 2) Rural section: Provide one (1) test for each F;Ye0*bicryards af-- material placed, with at least two (2) tests pe jN om r 3. Test only locations selected by the Owner's Representative. -< r- rn 4. The Owner's Representative may require additional testing if �o 3mpghce of r r change in conditions occur. , D. Test failure: Rework, recompact, and retest as necessary until requiredcompa tin is achieved. End of Section PRVN Consultants, Inc. Earthwork, Subgrade and Subbase 17014 31 26 00-8 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 3127 00 Trench Excavation and Backfill Part 1 General 1.1 Section Includes A. Trench excavation for pipe systems. B. Trench foundation stabilization. C. Pipe bedding and backfill. 1.2 Description of Work A. Excavate trench for pipe installation. B. Stabilize trench and install pipe bedding materials. C. Place backfill material in trench. 1.3 Submittals A. Comply with Division 1 - General Provisions and Covenants, as well as the following: 1. Gradation reports for bedding materials. 2. Results of required testing. 1.4 Substitutions A. Comply with Division 1 - General Provisions and Covenants. 1.5 Delivery, Storage, and Handling A. Comply with Division 1 - General Provisions and Covenants. 1.6 Scheduling and Conflicts A. Comply with Division 1 - General Provisions and Covenants. 1.7 Special Requirements A. None. Part 2 Products 2.1 Materials Excavated from a Trench o 0 A. Standard trench excavation: All materials encountered during trench excavation, eQ pt ha rock and over -excavation of unsuitable material. _4 1. Suitable backfill material: Class II, Class III, Class IVA, or ClassNS-as damned belew. 2. Unsuitable backfill material: Includes, but is not limited to, the folli4k4 g rrfaf2rials. a. Soils not classified as suitable backfill material, as defir405-elow_, f jI b. Individual stones or concrete chunks larger than 4" ands*ging more lhaq one (1) per each cubic foot of soil. ? X LJ C. Frozen materials. " d. Stumps, logs, branches, and brush. e. Trash, metal, or construction waste. f. Soil in clumps or clods larger than 6", and without sufficient fine materials to fill voids during placement. g. Environmentally contaminated soils. h. Materials removed as rock excavation or over -excavation. 3. Topsoil: Class V material. Comply with this section. PRVN Consultants, Inc. 17014 Trench Excavation and Backfill 31 2700-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project B. Hard Rock Excavation: Boulders or sedimentary deposits that cannot be removed in trenches without continuous use of pneumatic tools or blasting. C. Over -excavation: Excavation of unsuitable or unstable material in trenches below the pipe zone, comply with Iowa DOT Figure 3010.101 (SW -101). 2.2 Bedding Material A. Class I Material: 1. Crushed stone complying with the following gradation: Sieve Percent Passing 1 1/2" 100 1" 95 to 100 1/2" 25 to 60 No. 4 0 to 10 No. 8 0 to 5 2. The Owner's Representative may allow the use of gravel or authorize a change in gradation subject to materials available locally at the time of construction. 3. The Owner's Representative may authorize the use of crushed PCC for pipe sizes up to 12". 4. Use aggregates having a percentage of wear, Grading A or B, not exceeding 50%, determined according to AASHTO T 96. 2.3 Backfill Material A. Class II material: Manufactured and non -manufactured open -graded (clean) or dense -graded (clean) processed aggregate, clean sand, or coarse-grained natural soils (clean) with little or no fines. Class II materials are further described in Table 31 27 00.01. Table 3127 00.01: Class II Materials B. Class III material: 1. Natural coarse-grained soils with fines. Class III materials are further described in Table 31 27 00.02. 2. Do not use where water condition in trench may cause instability. Table 31 27 00.02: Class III Material Soil Group Percents a Passinq Sieve Sizes Description ASTM D 2487 Type Symbol Description Silty gravels, gravel -sand -silt mixtures. ASTM D Clayey gravels, gravel -sand -clay mixtures. 1 1/2 in. No.4 No. 200 2487 GW Well -graded gravels and gravel -sand <50% of mixtures; little or no fines. "Coarse GP Poorly -graded gravels and gravel- sand Fraction' Coarse -Grained mixtures little or no fines. 100% <5% SW Well -graded sands and gravelly sands; >50% of Soils, clean little or no fines. "Coarse SP Poorly -graded sands and gravelly Fraction" sands; little or no fines. Coarse-GrainedFG Soils, borderlineSP-SM GW- Sands and gravels that are borderline ° 100 /o Varies 5% to clean to with fines between clean and with fines. 12% B. Class III material: 1. Natural coarse-grained soils with fines. Class III materials are further described in Table 31 27 00.02. 2. Do not use where water condition in trench may cause instability. Table 31 27 00.02: Class III Material PRVN Consultants, Inc. Trench Excavation and Backfill 17014 31 2700-2 Soil Group Table Symbol Description ASTM D 2487 Coarse -Grained Soils, with fines GM Silty gravels, gravel -sand -silt mixtures. GC Clayey gravels, gravel -sand -clay mixtures. PRVN Consultants, Inc. Trench Excavation and Backfill 17014 31 2700-2 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project 2.4 SM SC Contract C-02 - General Construction Silly sands, sand -silt mixtures. Clayey sands, sand -clay mixtures. C. Class IVA material: 1. Natural fine-grained inorganic soils. Class IVA materials are further described in Table 3127 00.03. 2. The Owner's Representative will determine if material is not suitable for use as backfill material under deep fills, surface -applied wheel loads, heavy vibratory compactors, tampers, or other conditions. 3. Do not use where water conditions in trench may cause instability. 4. Material is suitable for use in dry trench conditions only. Table 3127 00.03: Class IVA Material D. Class IVB material: 1. Natural fine-grained inorganic (high elastic silts and plastic clays -fat clay) with a liquid limit greater than 50%. Class IVA materials are further described in Table 31 27 00.04. 2. When approved by the Owner's Representative, material may be used as final trench backfill in a dry trench. 3. Do not use in the pipe embedment zone. Table 3127 00.04: Class IVB Material Soil Group Type Symbol ASTM Description Description D 2487 D 2487 Ml Inorganic silts and very fine sands, rock flour, silty Fine -Grained Soils MH or clayey fine sands, silts with slight plasticity. (inorganic) CL Inorganic clays of low to medium plasticity, gravelly sandy or silty soils elastic silts. r� clays, sandy clays, silty clay, lean clay. D. Class IVB material: 1. Natural fine-grained inorganic (high elastic silts and plastic clays -fat clay) with a liquid limit greater than 50%. Class IVA materials are further described in Table 31 27 00.04. 2. When approved by the Owner's Representative, material may be used as final trench backfill in a dry trench. 3. Do not use in the pipe embedment zone. Table 3127 00.04: Class IVB Material n Topsoil A. Class V material: m 1. Organic soils. Class V materials are further described in Table ,'{� 00.05. 2. Use only as topsoil outside of the pavement, unless otherwise spedallow the Owner's Representative. 3. Do not use in the pipe embedment zone. Table 31 27 00.05: Class V Material -_0 Soil Group Type Type Symbol ASTM Description D 2487 D 2487 OL Organic silts and organic silty clays of low Organic Soils MH Inorganic silts, micaceous or diatomaceous fine OH Fine -Grained Soils (unsuitable for backfill) sandy or silty soils elastic silts. r� (inorganic) CH Inorganic clays of high plasticity, fat clays- Peat and other high organic soils. n Topsoil A. Class V material: m 1. Organic soils. Class V materials are further described in Table ,'{� 00.05. 2. Use only as topsoil outside of the pavement, unless otherwise spedallow the Owner's Representative. 3. Do not use in the pipe embedment zone. Table 31 27 00.05: Class V Material -_0 PRVN Consultants, Inc. 17014 Trench Excavation and Backfill 31 2700-3 Soil Group Type Symbol ASTM Description D 2487 OL Organic silts and organic silty clays of low Organic Soils plasticity. OH Organic clays of medium to high plasticity, (unsuitable for backfill) organic silts. Highly Organic PT Peat and other high organic soils. unsuitable for backfill PRVN Consultants, Inc. 17014 Trench Excavation and Backfill 31 2700-3 City of Iowa City Wastewater Treatment Facility Contract C-02 – General Construction Backup Generation and Electrical Distribution Upgrade Project 2.5 Stabilization (Trench Foundation) Materials A. Clean 2 M." crushed stone with the following gradation: Sieve Percent Passing 2 1/2" 100 2" 90 to 100 1 1/2" 35 to 70 1" 0 to 20 1/2" 0 to 5 B. The Owner's Representative may authorize a change in gradation depending on materials available locally at time of construction. C. Crushed concrete may be used, if approved by the Owner's Representative, if it is within + 5% of the gradation for each size of material. 2.6 Special Pipe Embedment and Encasement Material A. Concrete cradle, arch, or encasement: Use Iowa DOT Class C concrete. B. Flowable mortar: Comply with Iowa DOT Article 2506.02. C. CLSM: 1. Approximate quantities per cubic yard: a. Cement: 50 pounds. b. Fly ash: 250 pounds. C. Fine aggregate: 2,910 pounds. d. Water: 60 gallons. 2. A compressive strength of at least 50 psi compressive strength at 28 ca fa dar days can be expected. rn 3. Comply with material requirements of Iowa DOT Article 2506.0_ y Part 3 Execution r 3.1 Trench Excavation—tn rn �r M A. m a Notify the Owner's Representative prior to the start of excavation activities B. Remove topsoil to a minimum depth of 6" and stockpile. C. Excavate trench to required elevations and dimensions. Comply with Iowa DOT Figure 3010.101. 1. Protect existing facilities, trees, and shrubs during trench excavation. 2. Place excavated material away from trench. 3. Grade spoil piles to drain. Do not allow spoil piles to obstruct drainage. D. Unsuitable backfill material: 1. If unsuitable backfill material is encountered, notify the Owner's Representative. 2. Remove rock, rubbish, boulders, debris, and other unsuitable backfill materials at least 6" below and on each side of the pipe. 3. Keep unsuitable backfill material separated from suitable backfill material and topsoil. 4. Restore trench to design dimensions using bedding or stabilization material. 3.2 Hard Rock or Unstable Soils in Trench Bottom A. Notify the Owner's Representative prior to over -excavation. B. The Owner's Representative will determine the need for over -excavation and trench foundation stabilization prior to installation of pipes and structures. PRVN Consultants, Inc. Trench Excavation and Backfill 17014 31 27 00-4 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project C. Comply with Iowa DOT Figure 3010.101 for over -excavation of rock and wet or soft foundations. 3.3 Trench Protection A. Install adequate trench protection (sheeting, shoring, and bracing) to prevent ground movement or damage to adjacent structures, pipelines, and utilities. B. Move trench boxes carefully to avoid disturbing pipe, bedding, or trench wall. 3.4 Dewatering A. Maintain water levels below the bottom of trench excavation. B. Perform dewatering operations as approved by the Owners Representative. The dewatering may be modified to meet actual field conditions, with approval of the Owner's Representative. C. Ensure operation of any dewatering system does not damage adjoining structures and facilities. Cease dewatering operations and notify the Owners Representative if damage is observed. D. Discharged water 1. Do not discharge water into sanitary sewers. 2. Discharging water into storm sewers requires Owner's Representative's approval. 3. Obtain permission of adjacent property owner prior to discharging water onto their property. 4. Maintain and control water discharge as necessary to prevent a safety hazard for vehicular and pedestrian traffic. 5. Direct water discharge away from electrical facilities or equipment. 6. Use dewatering equipment that will minimize disturbance from noise and fumes. 7. Protect discharge points from erosion. Provide sediment control for sediment contaminated water discharged directly from trench. 3.5 Pipe Bedding and Backfill A. General: Comply with Iowa DOT Figures 3010.101 through 3010.105, as appropriate. 1. Bedding and backfill used for pipe installation will depend on: a. Type of installation (water main, sanitary sewer gravity main, siitary sewer force main, or storm sewer).i9 b. Pipe material. � n C. Depth of bury. :,--=.t -- d. Pipe diameter. c-)-4 r 2. After pipe installation, place remaining bedding material and imm"ely( }bce 3. backfill in trench. -<r �,rn Adjust the moisture content of excessively wet, but otherwise suQaq baClffill material by spreading, turning, aerating, and otherwise working rf�t'e�al kWeces e6 4. to achieve required moisture range. -- Adjust the moisture content of excessively dry, but otherwise suitAle, bac*l material by adding water, then turning, mixing, and otherwise blending the water uniformly throughout the material until the required moisture range is achieved. 5. Hydraulic compaction (flooding with water) is not allowed unless authorized by the Owner's Representative. B. Pipe bedding 1. Granular material: a. Class I granular bedding material is required for all gravity mains. Use when specified for pressure pipes. b. Comply with Iowa DOT Figures 3010.101 through 3010.105. C. Place bedding material in the bottom of the trench in lifts no greater than 6" thick. Consolidate and moderately compact bedding material. d. Shape bedding material to evenly support pipe at the proper line and grade, with full contact under the bottom of the pipe. Excavate for pipe bells. e. Install pipe and system components. PRVN Consultants, Inc. 17014 Trench Excavation and Backfill 31 2700-5 City of Iowa City Wastewater Treatment Facility Contract C-02 - General Construction Backup Generation and Electrical Distribution Upgrade Project f. Place, consolidate, and moderately compact additional bedding material adjacent to the pipe to a depth equal to 1/6 the outside diameter of the pipe. 2. Suitable backfill material: a. Only use with pressure pipe. Comply with Iowa DOT Figure 3010.104. b. Use suitable backfill material to shape trench bottom to evenly support pipe at the proper line and grade, with full contact under the bottom of the pipe. Excavate for pipe bells. C. Haunch support: Place from the top of the pipe bedding to the springline of the pipe 1. Granular material: a. Place Class I material in lifts no greater than 6" thick. b. Consolidate and moderately compact by slicing with a shovel or using other approved techniques. 2. Suitable backfill material: a. Place in lifts no greater than 6" thick. b. For Class II backfill material, consolidate and moderately compact by slicing with a shovel or using other approved techniques. C. For Class III and Class IVA backfill materials, compact to at least 90% of standard proctor density. Obtain required compaction within a soil moisture range of optimum moisture to 4% above optimum moisture content. D. Primary and secondary backfill: 1. General: a. For primary backfill, place from the springline of the pipe to the top of the pipe. b. For secondary backfill, place from the top of the pipe to 1 foot above the top of the pipe. 2. Granular material: a. Place in lifts no greater than 6" thick. b. Compact to at least 65% relative density. 3. Suitable backfill material: a. Place in lifts no greater than 6" thick. b. For Class 11 backfill material, compact to at least 65% relative density. C. For Class III and Class IVA backfill materials, compact to at least 95% of standard proctor density. Obtain required compaction within a soil moisture range of optimum moisture to 4% above optimum moisture content. E. Final trench backfill 1. Place suitable backfill material from 1 foot above the top of the pipe to the top of the trench. a. Use no more than 8" thick lifts for backfill areas more than 3 feet below the bottom of pavement. b. Use no more than 6" thick lifts for backfill areas less than or equal to 3 feet below the bottom of pavement. o 2. Place backfill material after recording locations of connections ar�d appLMnances or at the Owner's Representative's direction. -r c') '-7% —� 3. Class I and Class II backfill material: D> � a. Compact to at least 65% relative density within right-of-WaK. I f �. b. Compact to at least 50% relative density outside right3:�Wpy. CM 4. Class III and Class IVA backfill material: -<r a. Compact to at least 95% of standard proctor densityghrtf-wa . b. Compact to at least 90% of standard proctor density d rig %-of-w� C. Obtain required compaction within a soil moisture range:of optimum moisture to 4% above optimum moisture content. 5. In areas to remain unpaved, terminate backfill material 8" below finished grade. Use topsoil for the final 8" above trench backfill material. 6. Terminate backfill material at subgrade elevation in areas to be paved. 3.6 Trench Compaction Testing A. General: When trench compaction testing is specified in the Contract Documents as the Contractor's responsibility, provide testing of trench backfill material using the services of an independent testing laboratory approved by the Owner's Representative. PRVN Consultants, Inc. Trench Excavation and Backfill 17014 31 2700-6 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project B. Soil testing 1. Cohesive soils: a. Determine moisture -density relationships by ASTM D 698 (standard proctor). Perform at least one (1) test for each type of cohesive soil used. b. Determine in-place density and moisture content. Use ASTM D 1556 (sand - cone method) and ASTM D 2216 (laboratory moisture content) or use ASTM D 6938 (nuclear methods for density and moisture content). 2. Cohesionless soils: a. Determine maximum and minimum index density and calculate relative density using ASTM D 4253 and ASTM D 4254. b. For Class I granular bedding material, determine gradation according to ASTM C 136. C. Field testing 1. Testing frequency and locations: Perform testing of the final trench backfill, beginning at a depth of 2 feet above the top of the pipe, as follows: a. Coordinate the timing of testing with the Owner's Representative. b. The Owners Representative will determine the location of testing. C. For each 2 vertical feet of consolidated fill, provide tests at a maximum horizontal spacing of 200 feet and at all street crossings. d. Additional testing may be required by the Owner's Representative in the event of non-compliance or if conditions change. e. If necessary, excavate to the depth and size as required by the Owner's Representative to allow compaction tests. Place backfill material and recompact. 2. Test failure and retesting: Rework, recompact, and retest as necessary until specified compaction and moisture content is achieved in all areas of the trench. In the event of failed tests, the Owner's Representative may require retesting as deemed necessary. End of Section PRVN Consultants, Inc. 17014 Trench Excavation and Backfill 31 2700-7 E5 GD —TJ C-) G 1 �r i = M in Trench Excavation and Backfill 31 2700-7 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Section 3135 00 Slope Protection and Erosion Control Part 1 General 1.1 Summary: Contract C-02 — General Construction A. Placement of sift fence, erosion control mat, engineering fabric, revetment stone, and erosion stone. 1.2 References: A. Iowa Department of Transportation (IDOT) Standard Specifications. B. SUDAS Standard Specifications. B. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. 1.3 Quality Assurance: A. Revetment stone and erosion stone shall meet the abrasion and durability requirements of Section 4130 of the IDOT Standard Specifications. B. Engineering Fabrics (geotextile) shall be of a non -woven material and conform to the requirements of IDOT Engineering Fabric for Embankment Erosion Control. 1.4 Storage: A. Prior to use, geotextile shall be stored in a clean dry place, out of direct sunlight, not subject to extremes of either hot or cold, and with the manufacturer's protective cover in place. Receiving, storage, and handling at the job site shall be in accordance with the requirements in ASTM D 4873. Part 2 Products 2.1 Materials: A. Except as amended In this document, the materials in this section will conform w00"he following divisions and sections of the IDOT Standard Specifications: o � L c7 _m a Division 41. Construction Materials. Section 4130. Revetment Stone and Erosion Stone. D On Section 4169. Erosion Control Materials. Section 4196. Engineering Fabrics. {m O:x � fM �../ Parti Execution %-0 3.1 Techniques: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 25. Miscellaneous Construction: Section 2507 - Concrete & Stone Revetment and the following IDOT Standard Road Plans and SUDAS details: Detail EC —103, Wood Excelsior Mat (IDOT) Detail EC — 204, Filter Socks (IDOT) PRVN Consultants, Inc. Slope Protection and Erosion Control 17014 31 3500-1 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Detail 9040.102, Filter Berm and Sock (SUDAS) 3.2 Schedule: Contract C-02 — General Construction A. Filter socks 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 and slopes immediately following seeding. End of Section PRVN Consultants, Inc. Slope Protection and Erosion Control 17014 31 3500-2 O w c� :i;:--1 cC -�� cr, r M m PRVN Consultants, Inc. Slope Protection and Erosion Control 17014 31 3500-2 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Section 31 63 16 Auger Cast -in -Place Piles Part 1 General 1.1 Summary A. This Section includes auger cast -in-place piles. Contract C-02 — General Construction B. For bid purposes only, base bid shall be on the number of piles, estimated length and the total linear feet of piles called for on the Drawings. Payment for increase or decrease in actual total footage installed and increase or decrease in the number of piles installed shall be in accordance with the respective unit prices in the Contract. 1.2 Submittals A. The Contractor shall submit the following. 1. Description of the pile drilling and pumping equipment to be utilized. 2. Proposed pile grout design mix and descriptions of materials to be used. These shall be in sufficient detail to indicate their compliance with the specifications and either of the following. a. Laboratory test of trial mixes made with the proposed mix. Or b. Laboratory tests of the proposed mix used on previous projects. B. An Independent Testing Agency will submit reports on tests and inspection performed to the Owner, Design -Builder, and the Subcontractor not later than three (3) days after installation is completed. The installation record shall include the following. 1. Project name and number. 2. Name of contractors. 3. Pile location and design pile capacity. 4. Pile diameter. 5. Tip elevation. 6. Elevation of butt. 7. Drilling elevation. 8. Quantity of grout placed. o 9. Pile reinforcing steel. CD 10. Any unusual occurrences during the pile installation. Cn C. The grout quantity shall be determined by recording grout pump displacement or by o#vricce&ble means. �� 3 1 „ 1.3 Quality Assurance --rn l� o %L A. All piles shall be installed by an experienced Pile Contractor who upon request of the Design -Builder shall submit evidence of successful installation of auger cast -in-place piles under similar job and subsuHace conditions, including an experienced superintendent who shall have a minimum of three (3) years of experience. B. Each finished pile end bearing depth to be determined in the field by observation of a qualified geotechnical engineering consultant, coordinating observation and sampling of excavated materials with the piling installer and Contractor. Part 2 Products 2.1 Piling A. Group type cast -in-place piling commercially known as Auger Cast -In -Place Piles shall be made by rotating a continuous flight, hollow -draft auger into the ground to the specified pile depth. Grout shall then be injected through the auger shaft, as the auger is being withdrawn. B. Piles shall have a minimum design capacity of 20 tons and with a minimum diameter of 24". 2.2 Materials PRVN Consultants Auger Cast -in -Place Piles 17014 31 6316-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project A. Portland Cement shall conform to ASTM C150, Type I or It. B. Mineral admixtures, if used, shall be fly ash or natural pozzolan which possess the property of combining with the lime liberated during the process of hydration of Portland Cement to form compounds containing cementitious properties. The material shall conform to ASTM C618, Class C or Class F. C. Fluidifier shall be a compound possessing characteristics, which will increase the fluidity of the mixture, act as a water reducing agent and retardant. D. Water shall be potable. E. Fine Aggregate shall be sand conforming of ASTM C33 F. Reinforcing bars shall conform to ASTM A615, Grade 60. See Sheet SF02. 2.3 Grout Mixes A. The grout shall consist of Portland Cement, sand, and water, and may also contain a mineral admixture and approved fluidifier. The components shall be proportioned and mixed to produce a grout capable of maintaining the solids in suspension, which may be pumped without difficulty and which will penetrate and fill open voids in the adjacent soils. o m B. Materials shall be proportioned to produce a hardened grout, which will achieve a c(rJ)Rssi�strengtl�f 4000 -psi at 28 days. cO�„+ --1 1 t C. The mix shall have negligible shrinkage during setting. n rn Part 3 Execution �_ rn 3.1 Pile Depth A. Piles are designed as friction and end -bearing piles. Piles shall extend a depth below initial augwi elevation as indicated on structural drawings. See details on Sheet SF02 of the drawings. 3.2 Pile Location and Allowable Tolerances A. Locate piles as shown on the Drawings or as directed by the Owner's Representative in consultation with the Design Project Engineer. B. Pile centers shall be located to an accuracy of plus or minus 3". C. Minimum center -to -center spacing for piles in groups shall be no less than 3 feet center to center. 3.3 Adjacent Piles A. Adjacent piles within 3 feet, center -to -center, shall not be installed within 24 hours of each other. 3.4 Auger, Mixing, and Placement A. No pre -drilling at pile locations permitted. B. Advance the auger at a continuous rate that prevents removal of excess soil. Stop advancement after reaching the required depth. Place concrete grout under pressure through the hollow -shaft auger, filling the hole as the auger is withdrawn. The concrete grout shall be placed in such a way as to exert removing pressure on the withdrawing earth -filled auger as well as exerting lateral pressure on the soil surrounding the concrete grout filled hole. C. All materials shall be accurately measured by volume or weight as they are fed to the mixer. Time of mixing shall not be less than one (1) minute at the site. If agitated continuously, the grout may be held in PRVN Consultants Auger Cast -in -Place Piles 17014 31 6316-2 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project the mixer or agitator for a period not exceeding 2'/� hours at grout temperatures below 70°F, or for a period not exceeding two (2) hours at higher temperatures in excess of 100"F. D. A grout head of at least five (5) feet of grout on the auger flighting above the injection point shall be maintained during raising of the auger. Positive rotation of the auger shall be maintained at least until placement of the grout. Rate of grout injection and rate of auger withdrawal from the soil shall be coordinated so as to maintain at all times the minimum grout head. E. The total volume of grout shall be a least 115% of the theoretical volume for each pile. If pumping grout is interrupted for any reason, the Subcontractor shall reinsert the auger by drilling at least 5 feet below the top of the auger where the interruption occurred, and then regrouting. F. If less than 115% of the theoretical volume of grout is placed in any 5 -foot increment (until the grout head on the auger flighting reaches the ground surface), the pile shall be reinstalled by advancing the auger 10 feet or to the bottom of the pile, if that is less, followed by controlled removal and grout injection. G. The spoil that accumulates around the auger during injection of the grout shall be promptly cleared away. H. Reinforcement: 1. Reinforcing steel assemblies shall be detailed and fabricated in accordance with the ACI 315. 2. Place reinforcement before the concrete mortar mix has attained initial set. 3. Refer to the Drawings for additional reinforcement requirements. See Sheet SF02, Detail 4. 3.5 Obstructions and Faulty Piles A. If non-augerable material is encountered above the desired tip elevation such as cobbles, boulders, rock ledge, metal, timber or debris which causes the rate of penetration to be reduced to less than one foot per minute, then the pile shall be completed to the depth of the non-augerable material in acccrWce with these specifications. _ co 's B. The length of such short piles shall be included in the total linear feet of pile for thaj't strA of payrarnt as required. t C. If required by the Project Engineer, additional adjacent piles shall be placed, and thea th of these j1 additional piles shall also be included in the total linear feet of piles for adjustment p�y�gnt ISequi gQ , D. Misplaced, faulty or otherwise non -acceptable piles shall be replaced. 4° N 3.6 Measurement A. Measurement shall be based on the actual length of the piles in place from the approved bearing depth elevation to the top of pile elevation as shown on Sheet SF02. 3.7 Quality Assurance A. The grout mix shall be tested by making a minimum of six (6) 2" cubes for each day during which piles are placed. A set of six (6) cubes shall consist of two (2) cubes to be tested at seven (7) days, and two (2) cubes to be tested at 28 days and two (2) cubes held in reserve. B. Test cubes shall be cured and tested in accordance with ASTM C109. 3.8 Pile Load Testing A. Not required for this project unless specifically requested by Owner. End of Section PRVN Consultants Auger Cast -in -Place Piles 17014 31 63 16-3 Division 32 Exterior Improvements City of Iowa City Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction Division 32 ZD m ---I C7 Ol 1 - 0 Division 32 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 32 13 00 Portland Cement Concrete Pavement Part 1 General 1.1 Section Includes A. Pavement. B. Curb and gutter. C. Overlays. D. Removal of Sidewalks, Shared Use Paths, and Driveways E. Installation of Sidewalks, Shared Use Paths, and Driveways 1.2 Description of Work A. Includes the requirements for the construction of full depth PCC pavement, curb and gutter, and overlays. B. Remove existing sidewalks and install 10 foot wide sidewalk. 1.3 Submittals A. Follow the General Provisions (Requirements) and Covenants, as well as the following: 1. Two (2) weeks prior to commencing any PCC pavement placement, submit a paving mix design for each different source of aggregate to be used for review and approval by the Owner's Representative. Submit mixes or mix designs approved by the Iowa Department of Transportation or an independent testing laboratory. 2. Maturity curves for paving mixes and maturity reading results. 3. Submit all testing and certifications according to this section. 1A Substitutions A. Follow the General Provisions (Requirements) and Covenants. D I C7 CO 1.5 Delivery, Storage, Handling, and Salvaging --t c �< I r A. Follow the General Provisions (Requirements) and Covenants, as well ae-tlfePfollowmg: rn 1. Aggregate storage: Comply with Iowa DOT Article 2301.02, C. - m 3 2. Cement and fly ash: Class C, comply with AASHTO M 295. D77 3. Admixtures: Store in suitable weather tight enclosures which wiupr`eservouality. 4. Reinforcing steel: Store off ground on timbers or other supports., - tv 0 1.6 Scheduling and Conflicts A. Follow the General Provisions (Requirements) and Covenants as well as the following: 1. Complete elements of the work that can affect line and grade in advance of other open cut construction unless noted on plans. 1.7 Special Requirements A. None Part 2 Products PRVN Consultants, Inc. Portland Cement Concrete Pavement 17014 32 13 00-1 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 2.1 Materials A. Cement: Meet the requirements of Iowa DOT Section 4101 and Materials I.M. 401, including Type I and Type II cements and blended hydraulic cements Type 1P, Type 1S, and Type 1L. B. Supplementary cementitious materials (SCM): 1. Fly ash: Comply with Iowa DOT Section 4108. 2. Ground granulated blast furnace slag (GGBFS): Comply with Iowa DOT Section 4108. 3. Limestone: Comply with Iowa DOT Materials I.M. 401. C. Fine aggregate for concrete: 1. Meet the requirements of Iowa DOT Section 4110 and Materials I.M. 409, Source Approvals for Aggregates. 2. Comply with the following gradation: Sieve Size Percent Passing 3/8" 100 No. 4 90 to 100 No. 8 70 to 100 No. 30 10 to 60 No. 200 0 to 1.5 Iowa DOT Article 4109.02, gradatio2 No. 1. 3. The Owner's Representative may authorize a change in gradation, subject to materials available locally at the time of construction. D. Coarse aggregate for concrete: 1. Crushed stone particles with Class 2 durability complying with Iowa DOT Section 4115 and Materials I.M. 409, Source Approvals for Aggregates. 2. Comply with one (1) of the following gradations: Sieve Size Gradation No. 3 Percent Passing Gradation No. 4 Percent Passing Gradation No. 5 Percent Passing 11/2" 100 100 1" 95 to 100 50 to 100 100 3/4" 30 to 100 90 to 100 0 1/2* 25 to 60 20 to 75 ---- 3/8" 5 to 55 20 to 55 No.4 0to10 0to10 0to10 No .B 0to5 0to5 0to No. 200 0 to 1.5 0 to 1.5 0 to 1.5 Iowa DOT Article 4109.02, gradation No. 3, 4, and 5. 3. The Owner's Representative may authorize a change in gradation; subjego materials available locally at the time of construction. N 0 71 M 0 E. Water requirements: Comply with Iowa DOT Section 4102. Potable water obtained from a municipal supply, suitable for drinking, may be accepted without testing. F. Admixtures: Meet the requirements for the liquid admixtures shown below. Other admixtures may be used subject to the approval of the Owner's Representative. 1. Air entrainment admixture: Comply with Iowa DOT Section 4103. 2. Retarding and water -reducing admixtures: Comply with Iowa DOT Section 4103. 3. Accelerating admixtures (calcium chloride): Not permitted. G. Bars: Comply with Iowa DOT Section 4151 for tie bars and dowel bars. Meet the tie bar requirements for bar mats. All bars must be epoxy coated. PRVN Consultants, Inc. Portland Cement Concrete Pavement 17014 32 13 00-2 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction H. Expansion tubes: Comply with Iowa DOT Section 4191. I. Metal keyways: Comply with Iowa DOT Section 4191. J. Supports for bars: Comply with Iowa DOT Materials I.M. 451.01. K. Joint fillers and sealers: 1. Joint sealers: Comply with Iowa DOT Article 4136.02. 2. Preformed expansion joint fillers and sealers: Use the following types of preformed materials for filling expansion joints that comply with Iowa DOT Article 4136.03. When the type Is not specified, use a resilient filler. a. Resilient filler b. Flexible foam expansion joint filler C. Tire buffings expansion joint filler d. Elastomeric joint seals 3. Backer rod: Comply with Iowa DOT Section 4136. L. Liquid curing compound: Comply with Iowa DOT Section 4105. M. Covering: 1. Burlap: Comply with Iowa DOT Section 4104. 2. Plastic film: Comply with Iowa DOT Section 4106. 3. Insulating cover: Comply with Iowa DOT Section 4106. N. Grout systems: Use polymer grouts that comply with Iowa DOT Materials I.M. 491.11. 2.2 Concrete Mixes A. Mix design: 1. Comply with Iowa DOT Class C or Class M mix meeting the requirements of Materials I.M. 529. 2. Ensure compatibility of all material combinations. If the concrete materials are not producing a workable concrete mixture, a change in the material may be required. Changes will be at no additional cost to the Owner. B. Consistency and workability: 1. Slump: a. Use an amount of mixing water that will produce workable concrete of uniform consistency. Unless specifically modified by tha;Ownees, Representative, ensure slump, measured according to kwa D9. Matelrigll I.M. 317, is no less than 1/2" or no more than 2 1/2" fdRr aghinnish ag{L no less than 1/2" and no more than 4" for hand finish. 7 I b. If it is not possible to produce concrete having the regwZ bconiAtenj_ without exceeding the maximum allowable water -to -c rat ppecit the cement content may be increased or water-reducir ix= may�r added. Obtain the Owners Representative's approval. �6-AOt gxSeed tha.J maximum water -to -cement ratio. Additional cement or water regi car will be added with no additional cost to the Owner. C. The basic absolute volume of water per unit volume of concrete is based on average conditions. If material characteristics require that the total quantity of water used to secure the required consistency reduces the batch yield (computed on the basis of absolute volumes of the batch quantities used) by more than 2%, the Owner's Representative may adjust the proportions to cored the yield. This adjustment will not be a basis for adjustment of the contract unit price. 2. Air content: Use an approved air entraining agent. a. For machine -placed pavement, use a target air content of 8% with a tolerance of t 2% when measured on the grade just prior to consolidation, as determined by Iowa DOT Materials I.M. 318. The target air content may be adjusted by the Owner's Representative based on random tests of the consolidated concrete behind the paving machine. These additional tests PRVN Consultants, Inc. Portland Cement Concrete Pavement 17014 32 13 00-3 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction will be used to consider the need for a target value change and will not be used in the acceptance decision. b. For hand -placed pavement, use a target content for hand finish of 7% with a tolerance of 3 1.5% when measured on the grade and just prior to consolidation, as determined by Iowa DOT Materials I.M. 318. C. Use of fly ash and ground granulated blast furnace slag (GGBFS) as supplementary cementitious materials: Mix proportions for the various mixes using fly ash and GGBFS are included in Iowa DOT Materials I.M. 529. The maximum allowable fly ash substitution rate is 20%. Do not use a GGBFS substitution rate of more than 35% by weight (mass). The total supplementary cementitious material substitution rate is not to exceed 40%. When Type IP or IS cement is used in the concrete mixture, only fly ash substitution will be allowed. Substitution of Type 1/11 cement with both GGBFS and fly ash will be allowed in ready mix concrete mixtures only. Between October 16 and March 15, supplementary cementitious materials will be allowed only when maturity method Is used to determine time of opening. Transport, store, haul, and batch fly ash and GGBFS in such a manner to keep it dry. 2.3 PCC Overlays A. Comply with this section, except as modified below: 1. PCC bonded overlays: a. Concrete mix design: C-3WR or C4WR for bonded overlays. b. Aggregate: Comply with Iowa DOT Section 4115 and 4109, G(a4ation No. 3 and 5. 1) Use the same coarse aggregate type (crusheJ'IjMestone or gravel) as the existing pavement as specified in the cqnliact pdcuments.,. _. 2) Use the maximum nominal coarse aggregate,that'd no greater than one-third of the overlay thickness. a� 9 B. HMA stress -relief course for unbonded PCC overlays: � r rn � rn 1. Asphalt binder: PG 58-28. 670 0 � 2. Mixture: 300,000 ESAL, 3/8" mix, per Iowa DOT Section 2303. a. Target air voids is 3%. o b. No maximum film thickness restriction. C. No minimum filler/bitumen ratio restriction. 3. Aggregate: a. Type B. b. No percent crushed particle requirement. C. Gradation cannot fall below the restricted zone. 2.4 Detectable Warnings A. Use manufactured detectable warning panels or brick pavers with a non -slip surface and raised truncated domes. Comply with the Proposed Accessibility Guidelines for Pedestrian Facilities in the Public Right -of -Way (also known as PROWAG) for contrast and dimension requirements. Also comply with Iowa DOT Materials I.M. 411. Part 3 Execution 3.1 Equipment A. Batching and mixing equipment 1. General: a. Weighing and proportioning equipment: Comply with Iowa DOT Article 2001.20. b. Mixing equipment: Comply with Iowa DOT Article 2001.21. C. Material bins: Involves any structure in which materials are stored. Each part of any bin, including foundations and supports, must be adequate to withstand any stress to which it might be subjected to while in use. 2. Batching: a. Ensure the batching plant is Iowa DOT calibrated and approved. Provide PRVN Consultants, Inc. Portland Cement Concrete Pavement 17014 32 13 00-4 City of Iowa City Wastewater Treatment Facility Contract C-02 – General Construction Backup Generation and Electrical Distribution Upgrade Project copy of current calibrations and approvals. b. Coordinate the batch plant operation and batch trucks with the paving operation in order to ensure a steady supply of materials. C. Operate the batch plant and trucks to minimize dust, noise, or truck nuisances. 3. Mixing: a. Construction or stationary mixer: 1) Ensure the concrete is uniform in composition and consistency. If this condition is not produced because of the size of the batch, the size of the batch may be reduced or the mixing time increased, or both, until this result is obtained. If non-uniform, corrective action must be taken. 2) Ensure the methods of delivering and handling the concrete are such that objectionable segregation or damage to the concrete will CD not occur, and they will facilitate placing with a minimum of n a handling. 6` �p b. Ready -mixed concrete: a w 1) Ensure the concrete is uniform in composition and consistency. If W J rr non-uniform, concrete producers must take corrective action. ip cJ 2) Ready mixed concrete is defined as concrete proportioned in a central plant and mixed in a stationary mixer for transportation in =C ~ trucks without agitation, proportioned at a central plant, and only LI^ g U c partially mixed in a stationary mixer for transportation and finish n — mixing in a transit mixer, or proportioned at a central plant, and then Nmixed in a transit mixer prior to or during transit. 3) When necessary to add additional mixing water at the site of _ placement, mix the batch at least an additional 30 revolutions of the drum at mixing speed. 4) Ensure each vehicle in which concrete will be delivered is capable of discharging concrete having a slump not over 2" at an overall rate for its entire load of not less than 1.25 cubic yards per minute. Ensure the concrete is delivered at a rate sufficient to maintain a sustained rate of progress of not less than 100 feet per hour for the width and depth of pavement to be placed. C. All methods: Identify each truck load by a plant charge ticket showing plant name, contractor, project data, quantity, class, time batched, and water added at site. B. Concrete placement equipment 1. Consolidating and finishing equipment: a. Use a paving machine that meets all of the following: 1) Is designed for the specific purpose of placing, consolidating, and finishing concrete pavement. 2) Develops vertical edges on the pavement. 3) Is self-propelled and equipped with a means for spreading the concrete to a uniform depth before it enters the throat. 4) Vibrates the concrete to the full width and depth being placed in a single passage. Use vibrating tubes or arms working in the concrete or a vibrating pan operating on the surface of the concrete. 5) Produces a surface reasonably free of voids and tears. 6) When the paver is operated on previously placed concrete, prevent damage to the pavement surface. 7) For slip form pavers, use a paver equipped with automatic horizontal and vertical grade controls. b. Hand methods utilizing air screeds and vibrating screeds may be used for short pavement runs, cul-de-sacs, driveways, and some intersections. 2. Vibrators for machine paving: a. Consolidate, with a single pass of an approved internal or surface vibrator, the full width and depth of concrete requiring a finishing machine. Operate internal vibrators within a frequency range of 4,000 to 8,000 vibrations per PRVN Consultants, Inc. Portland Cement Concrete Pavement 17014 32 13 00-5 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project 3. 4. 5. 6. FI Contract C-02 — General Construction minute. The Owners Representative may authorize the minimum vibration frequency to be lowered to 3,500 vibrations per minute for particular sections of paving, such as super elevations. Operate surface vibrators within a frequency range of 3,500 to 6,000 vibrations per minute. b. Avoid operating vibrators in a manner to cause a separation of the mix ingredients, either a downward displacement of large aggregate particles or an accumulation of laitance on the surface of the concrete. When forward motion of the paver is reduced, vibrator frequency may need to be reduced to avoid separation of the mix. C. If a vibrator fails to operate within the specifications, repair or change the vibrator before the paving begins: 1) The following day, or 2) The same day if the continuous paving that day is stopped at a header or at the end of a session. d. If two (2) adjacent vibrators fail to operate within the specifications, stop the paving operation and repair or replace the vibrators. e. Stop vibrators whenever forward motion of the paver is stopped. f. Set the internal vibrator penetration depth into the concrete pavement to mid slab or as deep as possible while passing above reinforcing steel. Provide an operating position locking device so that no part of the vibrating unit can be lowered to the extent that it will come in contact with reinforcing steel or tie bars while paving. g. Do not exceed the manufacturer's recommendations for vibrator horizontal spacing. Do not exceed 16" from center to center. h. Mount the longitudinal axis of the vibrator body approximately parallel to the direction of paving. Tilt the trailing end of each vibrator downward to an approximate slope of 15 degrees below horizontal. I. Use vibrators that meet or exceed the following specifications at the manufacturer's design frequency of 10,000 vpm: 1) Amplitude (peak to peak) 0.070". 2) Centrifugal force: 1,200 pounds. Vibrators for hand methods: Use a vibration rate between 3,500 to 6,000 vibrations per minute, and use an amplitude sufficient to be perceptible on the surface of the concrete more than 12" from the vibrating unit. Hand -finishing equipment: Provide all finishing tools necessary for proper finishing of the concrete including straightedges for checking and correcting finished concrete surfaces. Forms: a. Rigid forms: Steel, minimum thickness of 5 gage, height at least equal to design thickness of pavement with base width at least 6". 1) Minimum section length of 10 feet, joint connections designed to allow horizontal and vertical adjustment with locking device to hold abutting sections firmly in alignment. 2) Bracing, support, and staking must prevent deflection or movement of forms. b. Flexible forms: Use steel or wood flexible forms for curves with a radius less than 100 feet. 1) Bracing, support, and staking must prevent deflection or movement of forms. 2) Ensure that forms used to shape back of curbs at returns have height at least equal to design thickness of pavement and curb height. 3) Fortes must be free from scale and surface irregularities. Curing equipment: Use pressure sprayer capable of applying a continuous uniform film of curing compound. Use equipment with a shield if wind conditions do not allow proper coverage Concrete saws: Use power -operated concrete saws capable of cutting hardened concrete neatly. Joint sealing equipment: Use equipment capable of cleaning the joint and heating and installing sealant in joints according to manufacturer's recommendations. PRVN Consultants, Inc. Portland Cement Concrete Pavement 17014 32 13 00-6 0 N <4 (� rnLLJ x o �— � rU TCS LL c> c- 0 N 3. 4. 5. 6. FI Contract C-02 — General Construction minute. The Owners Representative may authorize the minimum vibration frequency to be lowered to 3,500 vibrations per minute for particular sections of paving, such as super elevations. Operate surface vibrators within a frequency range of 3,500 to 6,000 vibrations per minute. b. Avoid operating vibrators in a manner to cause a separation of the mix ingredients, either a downward displacement of large aggregate particles or an accumulation of laitance on the surface of the concrete. When forward motion of the paver is reduced, vibrator frequency may need to be reduced to avoid separation of the mix. C. If a vibrator fails to operate within the specifications, repair or change the vibrator before the paving begins: 1) The following day, or 2) The same day if the continuous paving that day is stopped at a header or at the end of a session. d. If two (2) adjacent vibrators fail to operate within the specifications, stop the paving operation and repair or replace the vibrators. e. Stop vibrators whenever forward motion of the paver is stopped. f. Set the internal vibrator penetration depth into the concrete pavement to mid slab or as deep as possible while passing above reinforcing steel. Provide an operating position locking device so that no part of the vibrating unit can be lowered to the extent that it will come in contact with reinforcing steel or tie bars while paving. g. Do not exceed the manufacturer's recommendations for vibrator horizontal spacing. Do not exceed 16" from center to center. h. Mount the longitudinal axis of the vibrator body approximately parallel to the direction of paving. Tilt the trailing end of each vibrator downward to an approximate slope of 15 degrees below horizontal. I. Use vibrators that meet or exceed the following specifications at the manufacturer's design frequency of 10,000 vpm: 1) Amplitude (peak to peak) 0.070". 2) Centrifugal force: 1,200 pounds. Vibrators for hand methods: Use a vibration rate between 3,500 to 6,000 vibrations per minute, and use an amplitude sufficient to be perceptible on the surface of the concrete more than 12" from the vibrating unit. Hand -finishing equipment: Provide all finishing tools necessary for proper finishing of the concrete including straightedges for checking and correcting finished concrete surfaces. Forms: a. Rigid forms: Steel, minimum thickness of 5 gage, height at least equal to design thickness of pavement with base width at least 6". 1) Minimum section length of 10 feet, joint connections designed to allow horizontal and vertical adjustment with locking device to hold abutting sections firmly in alignment. 2) Bracing, support, and staking must prevent deflection or movement of forms. b. Flexible forms: Use steel or wood flexible forms for curves with a radius less than 100 feet. 1) Bracing, support, and staking must prevent deflection or movement of forms. 2) Ensure that forms used to shape back of curbs at returns have height at least equal to design thickness of pavement and curb height. 3) Fortes must be free from scale and surface irregularities. Curing equipment: Use pressure sprayer capable of applying a continuous uniform film of curing compound. Use equipment with a shield if wind conditions do not allow proper coverage Concrete saws: Use power -operated concrete saws capable of cutting hardened concrete neatly. Joint sealing equipment: Use equipment capable of cleaning the joint and heating and installing sealant in joints according to manufacturer's recommendations. PRVN Consultants, Inc. Portland Cement Concrete Pavement 17014 32 13 00-6 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 – General Construction 3.2 Pavement Construction A. Final subgrade/subbase preparation: 1. General: a. Meet the requirements of Section 31 26 00 – Earthwork, Subgrade, and Subbase for subgrade construction, subgrade treatment, and subbase construction. b. Trim the subgrade or subbase to the final grade for placement of concrete. C. Unless otherwise ordered by the Owner's Representative, the subgrade or C) subbase, at time of placing concrete for concrete pavement, must be in a c� r, uniformly moist but not muddy condition to a depth of not less than 1". y 2. Subgrade and subbase loading: d CE. p a. Travel of concrete delivery trucks on a subgrade or subbase must be W c w approved by the Owner's Representative. In such cases, watering of the --r �: subgrade or subbase must be limited to just ahead of the paving machine. V ~ b. Enter and exit from side streets to minimize repetitive loading on the subgrade or subbase by concrete trucks. O r— Q LL C. Do not allow loads in excess of the legal axle load on the completed subgrade or subbase. d. Partially loaded trucks may be required. N e. If subgrade or subbase failure occurs, coordinate the repair with the Owner's Representative. 3. Paving suspended: a. Suspend the paving operation where subgrade or subbase stability has been lost. b. Do not place concrete on a subgrade or subbase that has become unstable, bears ruts or tire marks of equipment, or that is excessively softened by rain until such subgrade or subbase has been reconsolidated and reshaped to correct the objectionable condition. C. If necessary, scarify to a minimum depth of 6", aerating and recompacting at no additional cost to the Owner. Meet the compaction requirements of Section 3126 00 – Earthwork, Subgrade, and Subbase. 4. Maintenance of subgrade or subbase: Maintain the completed subgrade or subbase during subsequent construction activities. B. Surface fixture adjustment 1. Adjust manhole frames and other fixtures within area to be paved to conform to finished surface. 2. Clean outside of fixture to depth of pavement before concrete placement. 3. Construct boxouts where allowed for later adjustment of fixtures. See Iowa DOT Figure 7010.103 for the size and shape of the boxout. C. Setting of forms: When forms are used, meet the following requirements. 1. Ensure forms have sufficient strength to support paving operations being used. 2. Set base of forms at or below subgrade elevation with top of forms at pavement surface elevation. With Owner's Representative approval, extra height forms may be used to shape the back of integral curb and edge of pavement; set base at or below subgrade elevation with top of form at top of curb elevation. 3. Place and secure forms to required grade and alignment. Do not vary the top face of the form from a true plane by more than 1/8" in 10 feet, and do not vary the vertical face from a true plane by more than 1/4" in 10 feet. 4. If the soil supporting the forms is softened by rain or standing water so that the forms are inadequately supported or if voids occur under the forms, remove forms. Rework subgrade to proper elevation and density, and reinstall forms. 5. Ensure forms are free of latent concrete and coated with release agent before concrete is placed. D. Bar and reinforcement placement: Ensure bars are clean, straight, free from distortion and rust, and are firmly secured in position as specified in the Contract Documents. Place all bars PRVN Consultants, Inc. Portland Cement Concrete Pavement 17014 32 13 00-7 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 - General Construction in approved storage to prevent damage; do not distribute along the work site except as needed to avoid delay in paving. 1. Tie bars: a. Place bars prior to vibration. Bars may be supported by approved chairs or may be placed in position by a machine or method approved by the Owner's Representative. b. Use approved continuous bolsters with runners to support reinforcement for bridge approach sections. Place the supports transversely across the approach and space them longitudinally no greater than 4 feet. For double reinforced approach sections, the top layer of reinforcing may be chaired off the bottom layer of reinforcing using approved continuous high chairs with C) runners, provided they are positioned directly above the continuous bolsters N f with runners supporting the bottom layer of reinforcing. Hold epoxy -coated Q o reinforcing steel in place with epoxy- or plastic -coated bar supports and tie K epoxy- or plastic -coated wires. .¢ J 2. Dowel bar assemblies: V a. When dowel bar assemblies are required in the Contract Documents, >- V accurately place these assemblies as shown. To prevent their movement I -- during subsequent concrete paving operations, securely stake or fasten to j the base to line and grade. p b. Do not use assemblies that are damaged prior to placement. If assemblies m o are damaged after placement, replace prior to paving. Ensure horizontal and �^+ vertical alignment of the load transfer bars does not exceed 1/4" from parallel to line and grade. Place each assembly so the bars are in a horizontal plane at T/2 t 1/2". C. Check the placement of each assembly and the position of the bars within the assembly using a suitable template or other device approved by the Owner's Representative. If the assembly is found to be placed outside of the above tolerances, correct the placement. d. Cutting the tie wires of the load transfer assemblies is optional 3. Bar mats for reinforced pavement: a. When reinforced pavement is specified, assemble bar mats accordingly and firmly fastened together at all bar intersections. b. Place, secure, latch, and tie bar mats for a continuous mat as specified in the Contract Documents. Displacement during concrete placement operations is not allowed. C. Use chairs to ensure proper placement of bar mats. 4. Tie bars and dowel bars in existing pavement: a. When anchoring in existing concrete, use a grout system according to the manufacturer's instructions. Obtain the Owner's Representative's approval for the grout system. b. For horizontal installations, use either a pressure injection system with mechanical proportioning and mixing, or use encapsulated chemical anchors. Install as follows: 1) Ensure drilled holes to receive the grout match the dimensions and spacing specified in the Contract Documents. When not specified in the Contract Documents, the maximum nominal diameter of the hole must be 1/8" larger than the outside diameter of the dowel or bar, or as recommended by the manufacturer. Drill holes for tie bars and dowel bars into the face of the existing pavement at midpoint. To ensure proper horizontal alignment, do not allow any hole misalignments to exceed 1/4" in the vertical or horizontal plane. Clean the hole with compressed air immediately prior to placing the grout. 2) Use a polymer grout to secure the dowels in the existing pavement. Inject the grout into the rear of the hole with pressure. Use sufficient grout so that when the bar to be grouted is placed in position, excess grout will be forced out the front of the hole. Rotate the bar during the insertion process to ensure complete coating with the grouting material. Hand proportioning and mixing is not allowed. PRVN Consultants, Inc. Portland Cement Concrete Pavement 17014 32 13 00-8 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction 3) If using grout with approved encapsulated anchors, install according to the manufacturer's recommendations. 4) Use horizontal installation procedures for vertical or angled installations; however, pourable grouts may be used. Pourable grouts must be mechanically mixed. E. Concrete pavement placement: 1. Use paving machine for all uniform width pavements 8 1/2 feet or more in width and 250 feet or more in length, unless alternate methods are approved by the Owner's Representative. Screeds may be used on short pavement runs up to 250 feet. 2. Place, consolidate, and finish the concrete to the full depth and width conforming to the specified crown and cross-section in a single operation. 3. Keep a uniform pile of concrete in front of the paving machine, up to a maximum of 6 to 8" above the design surface elevation. Distribute and spread the concrete as soon CD as placed. A mechanical concrete spreader may be used. N 4. Oi Deposit the concrete upon the in-place bars keeping segregation to a minimum. X 5. ci�: Use shovels, not rakes, to do necessary hand spreading and spading. — 6. "= _J Do not allow the edges of pavement, including all longitudinal construction joints, to UJ deviate from the line shown on the plans by more than 1/2" at any point. L) 7. If the paving machine operates on adjacent pavement, protect pavement from damage. <<8. When placing by hand methods, consolidate the concrete by using vibrating units. (,J_ E3Use a definite system or pattern in the operation of the vibrator so the full width of 0o c concrete in each linear foot of lane will receive adequate and uniform consolidation. The system and methods of vibrating is subject to approval of the Owners Representative. Do not use vibrating equipment as a tool for moving concrete laterally. F. Integral curbs: Integral curbs are placed with the pavement in a single paving machine operation; however, hand methods may be allowed for radius, returns, and sections of curb and gutter 100 feet or less in length or in other special sections where mechanical equipment cannot be used. 1. Pave, edge, protect, saw, and cure curb in same manner as pavement. 2. Finish curb as rapidly as finishing operations on pavement permit. Maximum distance behind paving machine is 100 feet. 3. Complete final finish on curbs by hand methods, Including the use of a 6 -foot straightedge. 4. Check surfaces of curb and gutter with 10 -foot straightedge; correct variations greater than 1/8". 5. For drop curb at driveways and where sidewalks intersect streets, use fors to shape the backs of such curbs. 6. When using hand methods for building curb, the following additional requirements will apply: a. Remove free water, latency, dust, leaves, or other foreign matter from the slab prior to placing concrete for curb. b. Use freshly mixed concrete; do not store concrete in receptacles at side of pavement for use in curb at a later time; do not use concrete requiring retempering. C. Consolidate curb concrete to obtain adequate bond with the pavement slab and to eliminate honeycomb in the curb. Avoid disturbing the alignment of fors or the gutter flow line. G. Finishing: 1. Grade and crown: Promptly after concrete has been placed and vibrated strike off the surface to the true section by the screed. Finish the surface true to crown and grade. 2. Watering the surface: The practice of lubricating the pavement surface by sprinkling water by spray, brush, or other methods to afford greater ease in finishing operation is not allowed. 3. Floats: Finish surface with wood or magnesium floats; finish from both sides simultaneously if pavement is placed to full width with one (1) pass of paving machine. PRVN Consultants, Inc. Portland Cement Concrete Pavement 17014 32 13 00-9 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction 4. Straight edging: a. After the longitudinal floating has been completed and the excess water has been removed, and while the concrete is still plastic, test the pavement surface for trueness. b. Immediately fill any depressions found with freshly mixed concrete, struck off, consolidated, and refinished. C. Check surface longitudinally while concrete is still plastic; correct any surface deviations greater than 1/8" in 10 feet. 5. Surface treatment: a. Drag surface treatment: Unless otherwise specked, texture the finished surface with an artificial turf or burlap drag treatment. 1) Pull the artificial turf or burlap drag longitudinally over the finished surface to produce a tight, uniform, textured surface and round the c� edges in a workmanlike manner. tv 2) Remove the artificial turf or buriap drag from the pavement surface Q cin r at regular intervals and clean with water to remove accumulated C) concrete from the fabric in order to maintain a consistent finished Q texture. L-) I_ 3) When the desired texture is not attained, the Owner's v Representative may require the final finish be a broom finished. F— Q b. Surface lining: When surface lining is specified, use a longitudinal tining. CD Under special circumstances, when specified in the Contract Documents, m transverse fining may be required. N 1) Longitudinal: Na) Complete longitudinal surface tining using a machine with a wire broom or comb. For small or irregular areas, or during equipment breakdown, hand methods may be used. Use a broom or comb with a single row of tines 1/8" (+/-1/64") in width and uniformly spaced at 3/4" intervals. The depth of the grooves must be a minimum of 1/8" to a maximum of 3/16" in the plastic concrete. b) Use equipment with horizontal and vertical string line controls to ensure straight grooves. C) Conduct this operation at such time and in such manner that the desired surface texture will be achieved while minimizing displacement of the larger aggregate particles and before the surface permanently sets. d) At longitudinal joints, leave a 2 to 3" wide strip of pavement surface (centered along the joint) that is not grooved for the length of the joint. 2) Transverse: a) If transverse surface tining is required or allowed, use a machine with a wire broom or comb. For small or irregular areas or during equipment breakdown, hand methods may be used. Use a broom or comb with a single row of tines 1/8" (+/-1/64") in width and randomly spaced from 3/8" to 1 5/8" with no more than 50% of the spacing exceeding 1". The depth of the grooves must be a minimum of 1/8" to a maximum of approximately 3/16" in the plastic concrete. b) Conduct this operation at such time and in such manner that the desired surface texture will be achieved while minimizing displacement of the larger aggregate particles and before the surface permanently sets. C) Where abutting pavement is to be placed, the lining should extend as close to the edge as possible without damaging the edge. d) If abutting pavement is not to be placed, do not tine the 6" area nearest the edge or 1 foot from the face of the curb. 6. Edge finish: Before the concrete has taken its initial set, finish all edges of the pavement with an 1/8" radius edging tool. PRVN Consultants, Inc. 17014 Portland Cement Concrete Pavement 32 13 00-10 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction H. Surface curing: 1. Apply liquid curing compound in a fine spray to form a continuous, uniform film on the horizontal surface and vertical edges of pavement, curbs, and back of curbs immediately after surface moisture has disappeared, but no later than 30 minutes after finishing. With approval of the Owners Representative, the timing of curing application may be adjusted due to varying weather conditions and concrete mix properties to ensure acceptable macrotexture is achieved. a. Use a white pigment liquid curing compound for concrete not receiving an asphalt overlay. When specked in the Contract Documents, use a linseed oil solution. b. Use a dark -colored curing compound for concrete receiving an asphalt overlay. 0 2. Apply compound with power sprayer•, rate of application not less than 15 square yards N per gallon (0.067 gallon per square yard); do not dilute compound. For concrete receiving an asphalt overlay, use a minimum rate for dark -colored cure of 12.5 square C:) Q per gallon (0.08 gallon per square yards). Q W3. W r Ensure liquid curing materials are well agitated in the supply drum or tank immediately before transfer to the Keep during _J -application. sprayer. curing materials well agitated J �o Y Q 4. Hand -operated sprayers may be used for small and irregular areas. Co LL Z v 5. If forms are used, apply to pavement edges and back of curbs within 30 minutes after forms are removed. 6. If due to other operations the coating is damaged within 72 hours after being applied, immediately re -coat the affected areas. Coating of the sawed surface with curing compound will not be allowed on joints that are to be sealed. When pavement is opened to traffic prior to 72 hours after application of the curing coating, a re -coating will not be required. I. Construction of joints: 1. General: a. Construct joints of the type, dimensions, and at the locations specified in the Contract Documents. See the Iowa DOT 7010 figures. b. Place longitudinal joints coincident with or parallel to the pavement centerline. C. Place all transverse joints at right angles to the centerline and extend the full width of the pavement. d. Place all joints perpendicular to the finished grade of the pavement and do not allow the alignment across the joint to vary from a straight line by more than 1". e. Exercise care in placing, consolidating, and finishing the concrete at all joints. 2. Sawjoints: a. Mark joint locations with a string line before sawing. b. Begin transverse joint sawing as soon as the concrete has hardened sufficiently to allow sawing without raveling or moving of aggregate. Saw joints before uncontrolled cracking takes place. C. Saw all joints in a single cutting operation for a specific joint. Make saw cuts true to line and to the dimensions specified in the Contract Documents. d. Discontinue sawing a joint if a crack develops ahead of the saw. e. Saw longitudinal joints within 24 hours of the concrete being placed. f. If necessary, continue the sawing operations both day and night. g. The concrete must be capable of supporting the sawing operations to allow the use of an early green concrete saw. h. Repair or replace pavement with uncontrolled or random cracking at no additional cost to the Owner. Use repair methods approved by the Owner's Representative. Repair or replace at the direction of the Owner's Representative. L Use wet sawing for dust control when specified in the Contract Documents. j. Where boxouts occur in pavement, construct joints as shown on Figures 7010.103 and 7010.904. 3. Construction joints: PRVN Consultants, Inc. Portland Cement Concrete Pavement 17014 32 13 00-11 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction J. Joint sealing 1. Timing: a. Place longitudinal and transverse construction joints where specified in the a. Contract Documents, at boxouts, and at headers. b. Locate and place forms for boxouts on grade prior to paving as shown on Iowa DOT Figures 7010.103 and 7010.904. b. C. If concrete placement is delayed for more than 30 minutes or at the end of each day, construct a Day's Work (DW) or a Rigid Tie (RT) transverse construction joint within 5 feet of a planned transverse contraction joint. d. Finish the edges of the pavement at construction joints with a 1/8" radius 2. Cleaning: edging tool. 4. Expansion joints: b. a. Install expansion joints as specified in the Contract Documents. C) b. Prevent movement of or damage to joint assembly when placing concrete; N R set joint material low enough to clear the finish machine. y Q o C. Construct double width expansion joint in curb over expansion joint in The backside of the joint must be clear of concrete. pavement. J d. Align the expansion joint straight and true. After the mechanical finishing v equipment has passed over the joint, check the joint for movement. If r v movement in excess of 1/2" has occurred, immediately correct the T ¢ installation to its intended position. co U_ e. If joint fillers are assembled in sections or if joints as a whole are constructed a. in sections, do not allow offsets between adjacent fillers. f. Where more than one (1) section is used in a joint, securely lace or clip the b. sections together. g. Supplemental vibration equipment is required for proper consolidation of the concrete. h. After the surface finishing has been completed, finish the edge of the joint C. with a 1/8" edging tool. J. Joint sealing 1. Timing: a. Unless otherwise allowed or approved by the Owner's Representative, before any portion of the pavement is opened to the Contractor's equipment or to general traffic, clean and seal joints that require sealing. b. The Owners Representative may limit the wheel loads and axle loads of equipment operating on the pavement during this operation, if prior to the age and strength specified in in this section. Additional tests to determine the pavement strength may be required. 2. Cleaning: a. For those joints that are not to be sealed, cleaning is not required. b. Within three (3) hours after a joint has been wet sawed to the finished dimension, flush the wet sawing residue away from the sawed faces using a high-pressure water blast operating with a minimum pressure of 1,000 ppsi. Within three (3) hours after a joint has been dry sawed to the finished dimension, blow the dry sawing residue from the joint using air compressors that provide moisture and oil -free compressed air. C. Immediately prior to installation of sealant, clean joints with an air blast. Do not perform sealing until visual examination verifies the joint surfaces appear dry in addition to being clear of dust and contamination. 3. Sealing: a. Prepare and install joint sealer in the joint and to the proper level specified in the Contract Documents and as recommended by the manufacturer. b. Heat hot -poured sealers in a thermostatically controlled heating kettle; heat the material to the temperature required for use, but not above that recommended by the manufacturer. After sealing, remove excess sealer from the pavement surface. C. Seal joints the same day they are cleaned. Apply sealant only when the joint surfaces appear dry by visual examination. d. Place joint sealer only when the pavement and ambient air temperatures are 40°F or above. When near this minimum, additional air blasting or drying fime, or both, may be necessary to ensure a satisfactory bond to the joint faces. When this sealer cannot be properly placed due to late fall work, PRVN Consultants, Inc. Portland Cement Concrete Pavement 17014 32 13 00-12 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction submit a joint construction plan and sealing details to the Owner's Representative for approval before commencing paving. Delay the cleaning, sealing, and, if required, resawing of joints until the following spring. This delay requires the Owner's Representative's approval. e. When surface correction is required, repair seals damaged from the corrective work. Joint preparation, cleaning, and sealing may be delayed until after corrective work, provided the pavement is not opened to traffic before corrective work is performed. K. Pavement backfill: Following slipform paving operations, place backfill material along the pavement within 48 hours of pavement attaining opening strength or as directed by the p Owners Representative to prevent flow of water and any subsequent damage caused by CV .T undermining of the pavement. Prior to placement of full backfill material, construct check dams Y or other protection as appropriate to ensure no damage to the subgrade and/or subbase Q moo_ occurs. w d w L.U� Form removal: r 1. Timing: a. Remove forms after the initial set of the concrete has taken place. v to Remove stakes and forms with care to prevent cracking, spelling, or over m c. stressing concrete. If damage does occur, repairs will be made as required by the Owners Representative. 2. Honeycomb repair: a. When the forms are removed, fill honeycombs with mortar composed of one (1) part cement and two (2) parts fine aggregate by weight. b. If the honeycombing is to the degree and nature that it is considered by the Owners Representative as defective work, remove and replace at no additional cost to the Owner. 3. Paving protection: In the area adjacent to the curbs and pavement edge, immediately place backfill after the forms are removed. Construct dams or other protection to ensure that no saturation or erosion of the subgrade under or near the pavement occurs. This may include check dams, pumping, etc. 3.3 Curb and Gutter Construction (See Iowa DOT Figure 7010.102) A. Complete the construction of curb and gutter separate from pavement in the same manner as for pavement in required in this section. B. Use a paving machine for curb and gutter. For curb and gutter sections less than 250 feet, hand finish methods may be used. 3.4 Overlay Construction A. Not applicable. 3.5 Pavement Protection A. Weather conditions: Do not place concrete when stoney or inclement weather or temperature prevents good workmanship. Temperature restrictions and protection requirements may be modified by the Owner's Representative under unusual conditions. 1. Cold weather: a. Paving: Do not place aggregates containing frozen lumps and do not place concrete on a frozen subgrade or subbase. Take all necessary actions to prevent the pavement from freezing. 1) Concrete mixing and placement may be started, if weather conditions are favorable, when the air temperature is at least 34°F and rising. At the time of placement, concrete must have a temperature of at least 400F. 2) Stop mixing and placing when the air temperature is 38°F or less and falling or if the temperature stops rising and does not reach 38°F. PRVN Consultants, Inc. Portland Cement Concrete Pavement 17014 32 13 00-13 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project b. Protection: Prior to applying protection, cure all concrete pavement and curb/gutters, including exposed edges of the pavement and curb. In addition, protect concrete less than 36 hours old as follows: w LL c n C Night Temperature Forecast Type of Protection' 35°F to 32°F One 1 layer of burlap for concrete. 31°F to 25°F Two (2) layers of burlap or one (1) layer of plastic on one 1 layer of burlap. Four (4) layers of burlap between layers of 4 mil plastic Below 25°F or equivalent commercial insulating material approved by the Owner's Representative. l4w— in place until one of the following conditions is met: tJ . The pavement is five (5) calendar days old. J� v � Opening strength is attained. Forecasted low temperatures exceed 35°F for the next 48 hours. t— or Forecasted high temperatures exceed 55°F for the next 24 hours and subgrade temperatures v ', are above 40°F. 0 2. PRVN Consultants, Inc. 17014 1) Shut down paving operations in time to comply with protection requirements outlined above. During cold weather, allow more time for finishing and protection. Perform all finishing and covering operations prior to darkness. Temperature restrictions and protection requirements may be modified by the Owner's Representative. 2) Equivalent commercial insulating material approved by the Owner's Representative may be used. This material must be waterproof and have a minimum R value of 1.0. If initial set has not yet occurred, place a layer of burlap on top of concrete prior to placing insulating blankets. 3) Use a method of protection and materials that will maintain the concrete temperature above 400F. Hot weather. Hol weather condition is defined as any combination of the following conditions that tend to impair the quality of plastic concrete by accelerating the rate of moisture loss and rate of cement hydration causing thermal shrinkage and resulting in plastic shrinkage cracking: • High ambient temperature • High concrete temperature • Low relative humidity • High wind velocity • Solar radiation a. General: 1) During hot weather conditions, the Owner's Representative may restrict concrete placement to early morning or evening hours. 2) During hot weather conditions, advise the Owner's Representative of the results of the theoretical evaporation rate throughout paving operations. b. Determine the theoretical rate of evaporation: Use the following chart and the National Weather Service's predicted maximum air temperature, relative humidity, and maximum steady wind velocity without gusts for the date and the location of the paving pour. Theoretical Rate of Evaporation Chart Portland Cement Concrete Pavement 32 13 00-14 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction Reletwe Humidity W Pleega Concrete Temperature fFl . r 0 J. D cr-� W Q J': w se a» M i W J Air wy..ro eturrl r . Y'L. Wind Yeleoity , _ U Imph) - - u.. Uig][11k Chart: 0.7 Enterp+ith air temperature,L6' o move yR to relative humidity. It �L"5 ; 2. Move right to concrete temperature. b a4 _ .. s e ' 3. Move down to wind velocity. L3•- � ' , 4. Move left , read approximate rate su of evaporation s u a, C. If the evaporation rate exceeds 0.1 ppsf per hour but is less than 0.3 ppsf per hour, provide the following concrete evaporation protection. 1) Immediately apply an approved evaporation retarder to the concrete pavement and curbs or increase the surface cure application to 1.5 times the standard specified rate. 2) Take special precautions to ensure that the forms and subgrade are sufficiently moist or protected to avoid lowering the water content at the pavement/subgrade interface. In hot weather conditions, moisten the subgrade the evening before operations. 3) Ensure that the time between placing and curing is minimized and eliminate delays. 4) Moisten concrete aggregates that are dry and absorptive. 5) Use a fog spray to raise the relative humidity of the ambient air if there is a delay in immediately applying the curing compound. 6) Minimize solar heat by shading, wetting, or covering concrete chutes or other equipment that comes in contact with plastic concrete. d. If the evaporation rate is 0.3 ppsf per hour or greater, discontinue placement of concrete. 3. Rain protection: a. Have materials available near the work site for proper protection of the edges and surface of concrete. Protective material may consist of sheets of burlap or plastic film. Also have planks or other material with suitable stakes that can be used as temporary forms available. b. If initial set has not occurred, take every precaution necessary to protect the surface texture of the concrete. PRVN Consultants, Inc. Portland Cement Concrete Pavement 17014 32 13 00-15 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project C. If so determined by the Owner's Representative, failure to properly protect concrete will constitute cause for removal and replacement of defective pavement. B. Night conditions: Perform all finishing and covering operations prior to darkness (half an hour after sunset). Do not commence construction until half an hour before sunrise. Do not place or finish concrete under artificial light, unless approved by the Owner's Representative. C. Protection from traffic: 1. General: a. Protect the new pavement and its appurtenances from traffic, both public and that caused by the Contractor's own employees and agents, at no additional cost to the Owner. This includes the erection and maintenance of warning signs, lights, barricades, watchmen to direct traffic, and pavement C:) bridges or crossovers. b. Do not operate equipment with metal tracks, metal bucket blades, or metal y Z motor patrol blades directly on new paving. Do not unload soil or granular Q ct- p materials, including base rock for storage and future reloading directly onto W Q Jy new paving. v r 2. End of day's run: a. At the and of each day's run and at all side streets, erect and maintain safety f— barriers and fencing as necessary to protect the pavement from damage. v b. Install safety fences within one (1) hour of the completion of finishing and a� c curing operations. Leave fences in place and maintained until the concrete has attained the minimum strength or age. C. Intermediate safety fences may be required for the purpose of opening the pavement for access to a side road, side street, or entrance. 3. Repair of damages: At the discretion of the Owner's Representative and at no additional cost to the Owner, repair or replace any part of the pavement damaged by traffic or other causes occurring prior to final acceptance of the pavement. 3.6 Use of Pavement 3.7 A. Time for opening pavement for use is determined by maturity method complying with Iowa DOT Materials I.M. 383 or age and test results. The minimum age and test results needed for opening are shown in Table 32 13 00.01. Table 7010.01: Minimum Aqe and Tested Strenqth of Pavement Before Openinq Opening without testing only allowed upon approval of Owner's Representative 2 Five (5) calendar days for concrete 9" thick or more. Transportation Restrictions A. Do not use concrete transported with continuous agitation when the cement has been in contact with the aggregate more than 90 minutes before it is placed. With the approval of the Owner's Representative, an approved retarding admixture may be used at the rates required in Iowa DOT Materials I.M. 403. B. Do not use concrete transported without continuous agitation if the period elapsed between the time the concrete is mixed and the time it is placed is greater than 30 minutes. With the approval of the Owner's Representative, an approved retarding admixture may be used at the rates required in Iowa DOT Materials I.M. 403 and the mixed -to -placed time may be extended. PRVN Consultants, Inc. Portland Cement Concrete Pavement 17014 32 13 00-16 Type of Minimum Age for Minimum Compressive Minimum Flexural Class of Mix Cement Opening' Strength (psi) Strength Center Point (psi) C Te l 7 Da s2 3,000 575 M T e I 48 Hours 3,000 575 Opening without testing only allowed upon approval of Owner's Representative 2 Five (5) calendar days for concrete 9" thick or more. Transportation Restrictions A. Do not use concrete transported with continuous agitation when the cement has been in contact with the aggregate more than 90 minutes before it is placed. With the approval of the Owner's Representative, an approved retarding admixture may be used at the rates required in Iowa DOT Materials I.M. 403. B. Do not use concrete transported without continuous agitation if the period elapsed between the time the concrete is mixed and the time it is placed is greater than 30 minutes. With the approval of the Owner's Representative, an approved retarding admixture may be used at the rates required in Iowa DOT Materials I.M. 403 and the mixed -to -placed time may be extended. PRVN Consultants, Inc. Portland Cement Concrete Pavement 17014 32 13 00-16 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project C. Ensure the methods of delivering and handling the concrete are such that objectionable segregation or damage to the concrete will not occur, and concrete placing will occur with a minimum of rehandling. D. Thoroughly clean the truck compartment in which concrete is transported and flush with water C. Finishing D. E. F. 1. Use a wood float to depress the large aggregate and create a dense surface. 2. Allow concrete to set until all shine has disappeared from the surface. 3. Smooth with a metal trowel until surface is free from defects and blemishes. 4. Construct joints by sawing or by using a jointer or groover tool. 5. Finish edges of sidewalk or driveway with an edging tool having a radius of approximately V. Ensure tool marks do not appear on the finished surface. 6. Brush with a soft broom at right angles to the side forms to provide a non-skid surface. Curing 1. When Curing is specified in the Contract Documents, comply with Section 3.2. Form Removal 1. Comply with Section 3.2. Jointing 1. 2. Construction Joints: a. Locate construction joints to provide uniform joint spacing. b. Place a construction joint at the close of each days work or when depositing of concrete is stopped for 45 minutes or more. C. Form construction joint by using a header board. Set perpendicular to the surface and at right angles to the centerline. Transverse Contraction Joints: a. Sidewalks and Driveways: 1) Space sidewalk contraction joints equal to the width of the sidewalk. 2) Space driveway contraction joints so panel length does not exceed 12 feet. 3) Form transverse contraction joints to a depth of 1 1/4" with a pointed trowel or jointing tool. In lieu of forming, joints maybe sawed within 12 hours of placement with a 1/8" blade saw to a depth of 1/3 the pavement thickness. Use a straightedge if joints are sawed with a hand-held saw. PRVN Consultants, Inc. Portland Cement Concrete Pavement 17014 32 13 00-17 to ensure that hardened concrete will not accumulate. Discharge the flushing water from the truck compartment to the designated discharge point before it is charged with the next batch. 3.8 PCC Sidewalks Execution: o A. Form Setting: Comply with specifications with the following additional requirements and N < exceptions. C ® 1. Slip form paving equipment may be allowed in lieu of setting forms, if approved by the S rs Engineer. UJ UJ 2. Wood forms are allowed. i� t— 3. Use of an automated subgrade trimmer is not required. U 4. Set forms true to line and grade and hold them rigidly in place by stakes placed < outside the forms and flush with or below the top edge of the forms. C) U: B. Concrete Pavement Placement. c 1. Maintain moist subgrade in front of paving operation. 2. Deposit concrete on the subgrade as required to minimize rehandling to prevent segregation. 3. Hand spread with shovels, not rakes. 4. Place concrete as required to slightly overfill the space between the forms. 5. Consolidate with vibrators and smooth by use of a straight edge. 6. Do not contaminate freshly mixed concrete with earth or other foreign materials. C. Finishing D. E. F. 1. Use a wood float to depress the large aggregate and create a dense surface. 2. Allow concrete to set until all shine has disappeared from the surface. 3. Smooth with a metal trowel until surface is free from defects and blemishes. 4. Construct joints by sawing or by using a jointer or groover tool. 5. Finish edges of sidewalk or driveway with an edging tool having a radius of approximately V. Ensure tool marks do not appear on the finished surface. 6. Brush with a soft broom at right angles to the side forms to provide a non-skid surface. Curing 1. When Curing is specified in the Contract Documents, comply with Section 3.2. Form Removal 1. Comply with Section 3.2. Jointing 1. 2. Construction Joints: a. Locate construction joints to provide uniform joint spacing. b. Place a construction joint at the close of each days work or when depositing of concrete is stopped for 45 minutes or more. C. Form construction joint by using a header board. Set perpendicular to the surface and at right angles to the centerline. Transverse Contraction Joints: a. Sidewalks and Driveways: 1) Space sidewalk contraction joints equal to the width of the sidewalk. 2) Space driveway contraction joints so panel length does not exceed 12 feet. 3) Form transverse contraction joints to a depth of 1 1/4" with a pointed trowel or jointing tool. In lieu of forming, joints maybe sawed within 12 hours of placement with a 1/8" blade saw to a depth of 1/3 the pavement thickness. Use a straightedge if joints are sawed with a hand-held saw. PRVN Consultants, Inc. Portland Cement Concrete Pavement 17014 32 13 00-17 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction 3. Isolation Joints: a. Install isolation joints where sidewalks, shared use paths, or driveways abut roadway pavement, parking lots, buildings, and structures. b. For a sidewalk constructed with a driveway, install an isolation joint on the property side of the sidewalk and a 'C'or'E'joint on the street side of the sidewalk. C. Install a 1/2" or 3/4" thick strip of preformed resilientjoint material, according to Section 7010, to the full depth of concrete. Trim any isolation joint material protruding above the finished work to the level of the abutting concrete. d. If the isolation joint is to be sealed, place the preformed material 1/2" below the level of the abutting concrete. 3.9 Mality Control N 4 C::, Testing: Provide one (1) test for the first 25 CY placed each day and an additional test for each © �additional 50 CY. Provide the following material certifications and testing required to be LJJ Q �>.: performed by Supplier or Contractor. f U Table 7010.02: Material Certifications and Testin PRVN Consultants, Inc. Portland Cement Concrete Pavement 17014 32 13 00-18 `—L Methods of Field Semolinaand Testin Responsible Mmaterial astrucAdii v � crests Applicable Acceptance of Item — Standardl Sampling and P 9 F Frequency (minimum) Party c Testing Gradation I.M. 302,, 306, Cert. Plant Insp.2 1/250 CY or min 1/day 336 Fine Moisture I.M. 308, 527 Cert. Plant Insp.2 1 per 1/2 da Aggregates Specific I.M. 307 Cert. Plant Insp.2 1/250 CY or min 1/day Gravity Quality I.M. 209 Approved Source Prior to use Gradation I.M. 302,, 306, Cert. Plant Insp.2 1/250 CY or min 1/day 336 Coarse Moisture I.M. 308 527 Cert. Plant Insp.2 1 per 1/2 da Aggregates Specific I.M. 307 Cert. Plant Insp.2 1/250 CY or min 1/day Gravity Supplier/ QualityI.M. 209 roved Source Prior to use Contractor Portland Quality I.M. 401 Approved Source Prior to use Cement Fly Ash Quality I.M. 491.17 Approved Source Prior to use GGBFS Quality I.M. 491.14 Approved Source Prior to use Curing Quality Iowa DOT Approved Source Prior to use Compound Section 4105 Joint Sealer Quality I.M. 436.01 Approved Source Prior to use Epoxy Dowel Bars and Quality I.M. 451.03B Approved Source Prior to use Assemblies Tie Bars Quality I.M. 451 Approved Source Prior to use Air Content I.M 318,327 Field Test 1/200 CY or min. 1/da Slump I.M. 317 Field Test 1/200 CY or min. 1/da Set of 4/25 CY placed Plastic Cylinders 6" I.M. 315 Field Test each day, each Concrete additional 50 CY Owner's Beams I.M. 31268 327' Field Test N/A Representative Thickness Field Test 1/200 CY Smoothness SUDAS 7010, Field Test - Project length Hardened 3.08 Straightedge Concrete Smoothness SUDAS 7010, Field Test - Project length Contractor 3.08 Profilo ra h PRVN Consultants, Inc. Portland Cement Concrete Pavement 17014 32 13 00-18 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction ' Refers to the Iowa DOT Materials I.M.s, Iowa DOT Standard Specifications, or SUDAS Standard Specifications. Z Certified plant inspection per Iowa DOT Materials I.M. 527. 3 The Contractor is responsible for developing the maturity curve for the specified mix, taking maturity readings, and delivering a copy of the results to the Owner's Representative. B. Air content: 1. Air content of the concrete will be evaluated according to Iowa DOT Materials I.M. 318 and 327. 2. When a test result is outside the tolerance for the target air content, the Contractor will be notified immediately. An air test shall then be immediately run behind the paver to aid in identifying the limits of the non -complying air. A test result between 5% and 8% behind the paver will be considered complying. This test will represent all CD concrete from the back of the paver back to the last documented complying test. N f Make immediate adjustments to the mix production and placement process to bring =r �p the air content back within tolerance. Do not use succeeding loads below the lower target air content tolerance by more than 0.5%. Each subsequent load will be tested UJ s J> until air content is within tolerance for two (2) consecutive loads. For all incorporated, �p U ~ non -complying concrete that is out of tolerance, the Owners Representative will t I > cU determine if removal and replacement is required or if a price adjustment, according ='< to Table 7010.03, will be applied. �. 2 �o m Table 7010.03: Concrete Air Content Price Adjustments NMinimum Air Content Range Maximum %, Payment of Unit Price 1.1' and below 0% 0.6 to 1.0' 50% 0.1 to 0.5' 75% Low air tolerance limit 100% Target 100% High air tolerance limit 100% 0.1 to 0.5" 95% 0.6 to 1.0" 85% 1.1 to 1.5" 75% 1.6 to 2.0" 60% 2.1" and above 0% 'Air content deviation below the acceptable limits " Air content deviation above the acceptable limits C. Pavement smoothness: Evaluate pavement smoothness for all PCC pavement and overlay surfaces. 1. Straightedge: The Owner's Representative will check PCC pavement surfaces with a 10 -foot straightedge placed parallel to the centerline. Areas showing high spots of more than '/4" in 10 feet will be marked. Complete surface corrections according to the procedures in Iowa DOT Section 2316 to an elevation where the area or spot will not show surface deviations in excess of 1/8" when tested with a 10 -foot straightedge. Surface corrections will be completed at the direction of the Owners Representative with no additional cost to the Owner. 2. Profilograph: a. If specified in the Contract Documents, comply with Iowa DOT Section 2316 to measure pavement smoothness with a profilograph. b. Evaluate according to the smoothness requirements of Table 32 13 00.04 and make surface corrections and price reductions. Surface corrections shall be completed with no additional cost to the Owner. No incentive for pavement smoothness shall be made. Table 7010.04: Pay Factor if Profilograph Used PRVN Consultants, Inc. Portland Cement Concrete Pavement 17014 32 13 00-19 Thickness SUDAS 7010, Field Test 1 core/1000 BY or 3 3.08 cores/ ro'ect Strength I.M. 383 Maturity Tests3_ _I Prior to placement ' Refers to the Iowa DOT Materials I.M.s, Iowa DOT Standard Specifications, or SUDAS Standard Specifications. Z Certified plant inspection per Iowa DOT Materials I.M. 527. 3 The Contractor is responsible for developing the maturity curve for the specified mix, taking maturity readings, and delivering a copy of the results to the Owner's Representative. B. Air content: 1. Air content of the concrete will be evaluated according to Iowa DOT Materials I.M. 318 and 327. 2. When a test result is outside the tolerance for the target air content, the Contractor will be notified immediately. An air test shall then be immediately run behind the paver to aid in identifying the limits of the non -complying air. A test result between 5% and 8% behind the paver will be considered complying. This test will represent all CD concrete from the back of the paver back to the last documented complying test. N f Make immediate adjustments to the mix production and placement process to bring =r �p the air content back within tolerance. Do not use succeeding loads below the lower target air content tolerance by more than 0.5%. Each subsequent load will be tested UJ s J> until air content is within tolerance for two (2) consecutive loads. For all incorporated, �p U ~ non -complying concrete that is out of tolerance, the Owners Representative will t I > cU determine if removal and replacement is required or if a price adjustment, according ='< to Table 7010.03, will be applied. �. 2 �o m Table 7010.03: Concrete Air Content Price Adjustments NMinimum Air Content Range Maximum %, Payment of Unit Price 1.1' and below 0% 0.6 to 1.0' 50% 0.1 to 0.5' 75% Low air tolerance limit 100% Target 100% High air tolerance limit 100% 0.1 to 0.5" 95% 0.6 to 1.0" 85% 1.1 to 1.5" 75% 1.6 to 2.0" 60% 2.1" and above 0% 'Air content deviation below the acceptable limits " Air content deviation above the acceptable limits C. Pavement smoothness: Evaluate pavement smoothness for all PCC pavement and overlay surfaces. 1. Straightedge: The Owner's Representative will check PCC pavement surfaces with a 10 -foot straightedge placed parallel to the centerline. Areas showing high spots of more than '/4" in 10 feet will be marked. Complete surface corrections according to the procedures in Iowa DOT Section 2316 to an elevation where the area or spot will not show surface deviations in excess of 1/8" when tested with a 10 -foot straightedge. Surface corrections will be completed at the direction of the Owners Representative with no additional cost to the Owner. 2. Profilograph: a. If specified in the Contract Documents, comply with Iowa DOT Section 2316 to measure pavement smoothness with a profilograph. b. Evaluate according to the smoothness requirements of Table 32 13 00.04 and make surface corrections and price reductions. Surface corrections shall be completed with no additional cost to the Owner. No incentive for pavement smoothness shall be made. Table 7010.04: Pay Factor if Profilograph Used PRVN Consultants, Inc. Portland Cement Concrete Pavement 17014 32 13 00-19 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project 0 N J I 9 LL Z a Contract C-02 - General Construction C. Smoothness measurements will be suspended for structures and through intersections. D. Pavement thickness: 1. At locations determined by the Owner's Representative, cut samples from the pavement by drilling with a core bit that will provide samples with a 4" outside .Cf diameter. Restore the surface by tamping low slump concrete into the hole, finishing, t3r, r and texturing. The Owner's Representative will witness the core drilling, identify, and G. o take possession of the cores. The Owners Representative will determine the core �> locations, measure the cores, and determine the thickness index according to Iowa C-) DOT Materials I.M. 346 and 347, except as modified as follows: r v a. For regular or irregular shaped areas, use a lot size of 1,000 square yards. Include remnants less than 500 square yards in the last lot and remnants greater than 500 square yards in a separate lot. Take a minimum of three (3) V CD cores per project. b. For any core with a deficiency greater than 0.15", take two (2) additional cores in that pavement lot and use the average of the three (3) cores. 2. Coring of pavement or other work for thickness determination may be waived by mutual agreement for sections of the same design thickness less than 2,500 square yards. 3. Based on the thickness index determined by the Owner's Representative, the pavement payment will be as shown in Tables 7010.05 and 7010.06. 4. If the thickness index deficiency is greater than 0.51 for pavements thinner than 9" or 0.91 for pavements 9" or thicker, the Owners Representative will study the extent and severity of the deficiency of the pavement areas. The Owner's Representative will require one (1) of the following based on a review on the level of deficiency, the amount of the payment penalty, and the estimated reduction in the design life of the deficient pavement: a. Removal and replacement of the deficient areas with pavement complying with the Contract Documents at no additional cost to the Owner. b. Completion of an agreement that provides a combination of an extended guarantee period and payment penalty and allows the deficient pavement to be left in place. Table 7010.05: Pay Factor for PCC Pavement for Design Thickness less than 9" Thickness Index Range Segment Index inch/mile Pay Factor More than 0 to -0.15 0-22.0 100% 22.1-30.0 97% 30.1 and over Grind as directed by Owner's Representative -0.26 to -0.50 C. Smoothness measurements will be suspended for structures and through intersections. D. Pavement thickness: 1. At locations determined by the Owner's Representative, cut samples from the pavement by drilling with a core bit that will provide samples with a 4" outside .Cf diameter. Restore the surface by tamping low slump concrete into the hole, finishing, t3r, r and texturing. The Owner's Representative will witness the core drilling, identify, and G. o take possession of the cores. The Owners Representative will determine the core �> locations, measure the cores, and determine the thickness index according to Iowa C-) DOT Materials I.M. 346 and 347, except as modified as follows: r v a. For regular or irregular shaped areas, use a lot size of 1,000 square yards. Include remnants less than 500 square yards in the last lot and remnants greater than 500 square yards in a separate lot. Take a minimum of three (3) V CD cores per project. b. For any core with a deficiency greater than 0.15", take two (2) additional cores in that pavement lot and use the average of the three (3) cores. 2. Coring of pavement or other work for thickness determination may be waived by mutual agreement for sections of the same design thickness less than 2,500 square yards. 3. Based on the thickness index determined by the Owner's Representative, the pavement payment will be as shown in Tables 7010.05 and 7010.06. 4. If the thickness index deficiency is greater than 0.51 for pavements thinner than 9" or 0.91 for pavements 9" or thicker, the Owners Representative will study the extent and severity of the deficiency of the pavement areas. The Owner's Representative will require one (1) of the following based on a review on the level of deficiency, the amount of the payment penalty, and the estimated reduction in the design life of the deficient pavement: a. Removal and replacement of the deficient areas with pavement complying with the Contract Documents at no additional cost to the Owner. b. Completion of an agreement that provides a combination of an extended guarantee period and payment penalty and allows the deficient pavement to be left in place. Table 7010.05: Pay Factor for PCC Pavement for Design Thickness less than 9" Thickness Index Range Percent Payment More than 0 to -0.15 100 -0.16 to -0.25 95 -0.26 to -0.50 85 -0.51 or less As determined by the Owner's Re resentativa Table 7010.06: Pay Factor for PCC Pavement for Design Thickness 9" or Greater Thickness Index Range Percent Payment More than 0.00 to -0.15 100 -0.16 to -0.20 99 -0.21 to -0.25 98 -0.26 to -0.30 97 -0.31 to -0.35 96 -0.36 to -0.40 95 -0.41 to -0.45 94 PRVN Consultants, Inc. Portland Cement Concrete Pavement 17014 32 13 00-20 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction -0.46 to -0.50 93 -0.51 to -0.55 92 -0.56 to -0.60 91 -0.61 to -0.65 90 -0.66 to -0.70 89 -0.71 to -0.75 88 -0.76 to -0.80 87 -0.81 to -0.85 86 -0.86 to -0.90 85 0.91 or less As determined by the Owners Re resentative CD CV c_ 7 E.. c=) or deficiencies: Remove and replace or repair pavement containing excessive cracks, w fractures, spalls, or other defects at no additional cost to the Owner. The method of --t r replacement or repair will be determined by the Owner's Representative. LO F.C.J r_- Comply with the following for PCC mixes for sidewalks unless otherwise approved by the SI �� Engineer. Z v-' Table 7030.01: Sidewalk PCC Mixes m o End of Section PRVN Consultants, Inc. Portland Cement Concrete Pavement 17014 32 13 00-21 Machine Finish Hand Finish Type of Concrete Class B or C Class B or C Slump Minimum %" Y:" Slump Maximum 2 W 4" Percent Air Content ❑ Target 7% 7% ❑ Minimum 6% 6% ❑ Maximum 1 81/2% 1 81/2% End of Section PRVN Consultants, Inc. Portland Cement Concrete Pavement 17014 32 13 00-21 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Section 32 92 00 Turf and Grasses Part 1 General 1.1 Section Includes A. Certification of Products B. Acceptance and Warranty C. Seed Types and Mixes D. Equipment E. Application of Seed 1.2 Description of Work Contract C-02 - General Construction Includes the requirements for seedbed preparation; furnishing, applying, and covering the seed; and compaction of the seedbed. 1.3 Submittals Comply with Division 1 - General Provisions and Covenants, as well as the following: A. Submit certification of products to the Owners Representative prior to seed placement: 1. Seed: Submit a mechanically printed seed tag from an Iowa Crop Improvement Association - approved seed conditioner or grower. Submit a laboratory analysis for all seeds, specifying the N purity and germination. Y Fertilizer: Submit certification of the fertilizer analysis with scale weight and statement of M— guaranteed analysis. ll 1�a Wood Cellulose Fiber Mulch: Submit certification of the degradable wood cellulose fiber mulch V� ingredients with applicable use and rate, and the water retention capacity by manufacturer or Y V supplier. t-4,-. Wood Excelsior Mulch: Bale wood excelsior and determine the mass (weight). Use the mass of G ti 3-� the material, furnished by the manufacturer, to determine the rate of application. 0 5�:jnoculant: Furnish information from inoculant packaging. 6. Tack'fiier: Submit certification of the tackifier ingredients, recommended rates of application, and expiration date. B. When requested, submit written instructions recommending procedures for maintenance of seeded areas. 1.4 Substitutions Comply with Division 1 - General Provisions and Covenants. 1.5 Delivery, Storage, and Handling Comply with Division 1 - General Provisions and Covenants, as well as the following: A. Deliver packaged materials in original, unopened, and undamaged containers. Do not mix or blend materials except in the presence of the Owner Representative. B. Deliver, handle, and store all materials according to product recommendations, and protect from loss, damage, and deterioration. C. Materials not meeting these requirements will be rejected. PRVN Consultants, Inc. Turf and Grasses 17014 31 9200-1 City of Iowa City Wastewater Treatment Facility Contract C-02 – General Construction Backup Generation and Electrical Distribution Upgrade Project 1.6 Scheduling and Conflicts Comply with Division 1 - General Provisions and Covenants, as well as the following: A. Coordinate the seeding schedule with all other work on the project. Notify the Owners Representative at least three (3) calendar days prior to the start of seeding operations. B. After all land -disturbing activities are complete and the seedbed has been approved by the Owners Representative perform seeding operations. 1.7 Special Requirements None. Part 2 Products 2.1 Seed A. General: 0 UJJ LL 1. Provide fresh, clean, new crop, certified seed complying with tolerance for germination and purity and free of poa annua, bent grass, and noxious weed seed. Furnish all seeds, including grass, N c, legume, forbs, and cereal crop seeds, from an established seed dealer s-- or certified seed grower. All materials and suppliers are to follow Iowa Seed Law and Iowa rr o Department of Agriculture and Land Stewardship regulations, and be labeled accordingly. .¢ J y. a. Turfgrass will have a certified "blue tag." C_.) I— b. Native grass and forbs that are source -identified as GO -Iowa certified yellow tag, when available. >23 Mix seed to the specified proportions by weight. I --G Q� B. Z56ed Quality: Ensure the seed provided meets or exceeds the minimum requirements of purity and g@!nination stated on an analysis document that specifies quality. Approval of all seed for use will be o based on the accumulated total of Pure Live Seed (PLS) for each phase of work. PLS is obtained by multiplying purity times germination. PLS shall not be less than the accumulated total of the PLS specked. If the seed does not comply with minimum requirements for purity and germination and such seed cannot be obtained, the Engineer may approve use of the seed on a basis of PLS or may authorize a suitable substitution for the seed specified. C. Requirements on Containers: 1. Seed: Provide seed with a tag on each container. Ensure the seed analysis on the label is mechanically printed. 2. Mulch: When packaged, provide mulch in new labeled containers. 3. Tackifier: Provide tackfier packaged in new labeled containers. 4. Inoculant: Use inoculant that has a manufacturer's container, indicating the speck legume seed to be inoculated and the expiration date. All inoculant must meet requirements of the Iowa Seed Law. Follow precautions specified on the product label. 5. Sticking Agent: Use a commercial sticking agent recommended by the manufacturer of the inoculant. For quantities less than 50 pounds, the sticking agent need not be a commercial agent, but requires approval by the Engineer. Apply sticking agent separately prior to application of inoculant. Follow safety precautions specified on the product label. Table 9010.01: Domestic Grasses CommonName Scientific Name Purity % Germination % Bluegrass, Kentucky Poe pratensis 85 80 Fescue, creeping, red Festuca rubra 98 85 Ryegrass, perennial Lolium perenne 95 90 PRVN Consultants, Inc. Turf and Grasses 17014 31 92 00-2 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project 2.2 2.3 2.4 Seed Mixtures and Seeding Dates Contract C-02 — General Construction Seethe contract documents for the specified seed mixture. If a mixture is not specified, use the following. A. Permanent Lawn Mixture: Seeding dates August 25 —October 1 Common Name Application Rate Ib./acre Kentucky bluegrass cultivar 65 Creeping red fescue 25 Perennial ryegrass 20 Fertilizer Use fertilizer of the grade, type, and form specified that complies with rules of the Iowa Department of Agriculture and Land Stewardship and the following requirements: A. Grade: Identify the grade of fertilizer according to the percent nitrogen (N), percent of available cv phosphoric acid (P2O5), and percent water soluble potassium (K2O), in that order, and base ay " val on that identification. CD L eontractor may substitute other fertilizer containing analysis percentages different from those ciGfied, provided that the minimum amounts of actual nitrogen, phosphate, and potash per acre are q�lied, and that in no case does the total amount per acre of the three fertilizer elements be �2x tided by 30% of the following minimum amounts. Cn Sf j'f or Conventional Seeding, Permanent: Apply a 13-13-13 commercial fertilizer or the equivalent --units of nitrogen, phosphate, and potash at the rate of 450 pounds per acre. Rte., 2. For Conventional Seeding, Temporary: Apply commercial fertilizer to all seeded areas at the rate of 450 pounds per acre of 13-13-13 (or equivalent) unless otherwise specified in the contract documents. 3. For Hydraulic Seeding: Apply fertilizer in combination with seeding by a hydraulic seeder and as specified in Iowa DOT Article 2601.03, B. Apply a 13-13-13 commercial fertilizer or the equivalent units of nitrogen, phosphate, and potash at the rate of 450 pounds per acre. B. Type: Use fertilizer that can be uniformly distributed by the application equipment. Furnish fertilizer either as separate ingredients or in chemically -combined form. Sticking Agent A. Use a sticking agent that is a commercial material recommended by the manufacturer to improve adhesion of inoculant to the seed. For small quantities less than 50 pounds, the sticking agent need not be a commercial agent, but it must be approved by the Engineer and must be applied separately, prior to application of inoculant. B. Follow safety precautions specified on the product label. A sticking agent is not required if a liquid formulation of inoculant is used. 2.5 Water Use water that is free of any substance harmful to seed germination or plant growth. 2.6 Mulch A. Hydraulic Seeding: 1. Wood Cellulose: a. Use material that is a natural or cooked cellulose fiber processed from whole wood chips, or a combination of up to 50% of cellulose fiber produced from whole wood chips, recycled fiber from sawdust, or recycled paper (by volume). PRVN Consultants, Inc. Turf and Grasses 17014 31 9200-3 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction b. Product contains a colloidal polysaccharide tackifier adhered to the fiber to prevent separation during shipment and avoid chemical co -agglomeration during mixing. c. Form a homogeneous slurry of material, tackifier, and water. d. Use a slurry that can be applied with standard hydraulic mulching equipment. e. Dye the slurry green to facilitate visual metering during application. f. Do not use materials that have growth or germination -inhibiting factors or any toxic effect on plant or animal life when combined with seed or fertilizer. 2. Bonded Fiber Matrix (BFM): a. Produced from long -strand wood fibers, held together by organic tackifiers and bonding agents that, when dry, become insoluble and non -dispersible. b. Upon curing 24 to 48 hours, form a continuous, 100% coverage, flexible, absorbent, erosion - resistant blanket that encourages seed germination. N �4. Manufactured to be applied hydraulically. d. Physical Properties: c i 1) Fibers: Virgin wood, greater than 88% of total volume. 0 2) Organic Material: Greater than 96% of total volume. UJ QLJ3) Tacki ier: 8-10%. _ 4) pH: 4.8 minimum. e� U 5) Moisture Content: 12% +/- 3%. C 6) Water -holding Capacity: 1.2 gal/Ib. e. Dyed green to facilitate visual metering. LL. v_— Part 3 lixecutidiT P 3.1 Equipment A. Disk: When preparing a seedbed on ground having heavy vegetation, use a disk with cutaway blades. Make provisions for the addition of weight to obtain proper cutting depth. B. Field Tiller: Use equipment designed for the preparation of the seedbed to the degree specified. C. Hydraulic Seeder: Use hydraulic seeding equipment with a pump rated at no less than 100 gallons per minute. Inoculant, seed, and fertilizer may be applied in a single operation. The equipment must have a suitable working pressure and a nozzle adapted to the type of work. Supply tanks must have a means of agitation. Calibrate tanks and provide them with a calibration stick or other approved device to indicate the volume used or remaining in the tank. D. Pulverizer: Use equipment designed to break up compacted soil to prepare a seedbed. E. Rotary Tiller: Use equipment with rotary -type blades designed for the preparation of seedbed to the degree specified. F. Slope Harrow: Use a slope harrow, consisting of a rolling weight attached by heavy chain to a tractor. The chain must be of suitable length, with picks attached, and a means of rotating the picks as the rolling weight is pulled in a direction parallel to the movement of the tractor. G. Spike Tooth Harrow: Use equipment designed to provide adjustment of the spike teeth to level the ground, or to be used as specified by the Engineer. 3.2 Area of Seeding Place seed only in the areas specified in the contract documents. Repair damaged areas that are disturbed outside the contract limits at the expense of the Contractor. Do not disturb areas having a satisfactory growth of desirable grasses or legumes. 3.3 Finish Grading and Topsoil See Section 31 26 00 for finish grading and topsoil placement. 3.4 Hydraulic Seeding A. Order of Operations: 1. Seedbed preparation PRVN Consultants, Inc. Turf and Grasses 17014 31 9200-4 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project 2. Seed application, fertilizing, and mulching B. Seedbed Preparation: Follow seedbed preparation for conventional seeding. C. Seed Preparation: Inoculant, in the quantities specified above, may be applied directly into the supply tank with seed, water, and other material. D. Seed Application, Fertilizing, and Mulching: 1. Place all material, seed, fertilizer, mulch, and tackifier (if applicable) in hydraulic mulching equipment specifically manufactured for hydraulic seeding. Do not apply fertilizer with native grass, wildflower, or wetland seeding. 2. Ensure the hydraulic equipment, pump, and application process do not damage or crack seeds. 3. Mix materials with fresh potable water using a combination of both recirculation through the equipmenPs pump, and mechanical agitation to form a homogeneous slurry. 4. Apply mixture within one (1) hour after seed and fertilizer are placed in the hydraulic seeder. 5. If necessary, dampen dry, dusty soil, to prevent balling of the material during application. N 6<Apply the slurry evenly over all specified areas at component material rates specified. v > a. Wood Cellulose Mulch: T 0 1) Mulch: Minimum 2,600 Ib/acre dry weight. c W ?- 2) Tackifier: Minimum 50 Ib/acre. c' mob. Bonded Fiber Matrix: Minimum 3,600 Ib/acre dry weight. c. Mechanically -bonded Fiber Matrix: Minimum 3,600 Ib/acre dry weight. t 'f �tetain and count empty bags of mulch to ensure final application rate. En � , -�8i,- _ iiydromulching may be done over conventional seeding and/or fertilizing, if approved by the LL a Owners Representative. 3.5 f*atering A. Provide water, equipment, transportation, water tanker, hoses, and sprinklers. B. Use enough water to keep the soil and mulch moist to a depth of 1" and ensure growth of the seed. For turfgrass seeding areas, sufficiently water to keep the soil moist for a minimum of 21 days. If natural rainfall is adequate to keep the soil and mulch moist, artificial watering may not be needed. 3.6 Re -Seeding A. When all work related to seeding, fertilizing, and/or mulching has been completed on an area, and is washed out or damaged, re -seed, fertilize, and/or mulch the area at the contract unit price(s) when so ordered by the Engineer. B. When work related to seeding, fertilizing, and/or mulching has not been completed in an area and is washed out or damaged, re -seed, fertilize, and/or mulch the area as necessary at no additional cost to the Contracting Authority. 3.7 Clean Up All work related to clean up throughout the project and upon completion is the responsibility of the Contractor, at no additional cost to the Contracting Authority. A. Remove all excess materials, debris, and equipment upon completion of work. B. Clean all paved surfaces open for public use at the end of each day and prior to forecasted precipitation. C. Repair any damage resulting from seeding operations. D. Remove hydraulic slurry and other excess debris related to seeding operations from buildings, landscaping, mulch, pavement, signs, sign posts, and any other areas not specified for application, at the end of each day. 3.8 Acceptance and Warranty PRVN Consultants, Inc. Turf and Grasses 17014 31 9200-5 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Q UJ J Ll.. N Q Y--- B. r. a z Contract C-02 - General Construction A. Acceptance: 1. Guarantee in writing that all work has been completed as specified and provide the date that all activities were completed. 2. Acceptance will occur, provided seeded areas are in a live, healthy, growing, and well- established condition without eroded areas, bare spots, weeds, undesirable grasses, disease, or insects. a. Projects without a separately -bid warranty will be accepted no sooner than 60 days from the date that all activities were completed. B. Warranty: 1. The warranty is to guarantee completed seeding areas for a maximum period of 12 months. 2. During the warranty period, correct and reseed any defects in the seeded areas and grass stand, such as weedy areas, eroded areas, and bare spots, until all affected areas are accepted by the Engineer. 3. Replace or repair to original condition, all damages to property resulting from the seeding operation or from the remedying of defects, at the Contractor's expense. 4. Replacement costs are the Contractor's responsibility, except for those resulting from loss or damage due to occupancy of the project in any part, vandalism, civil disobedience, acts of neglect on the part of others, physical damage by animals, vehicles, fire, or losses due to curtailment of water by local authority,'or by "Acts of God." J a C' w }, J V F' r U rQ V -> 0 I-4 PRVN Consultants, Inc. 17014 End of Section Turf and Grasses 31 92 00-6 Division 33 Utilities City of Iowa City Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction Division 33 N Q Q d W- W �r U� J 1 Y' U a UC m N Division 33 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Section 33 05 10 Site Preparation for Buried Utilities Part 1 General 1.1. Section Includes Contract C-02 — General Construction A. Existing utility verification, pavement and sidewalk removal, access to streets, disposal of debris and refuse, fencing, and other activities required on site prior to installation of utilities as indicated in the Drawings. C. Remove and store obstructions such as signs for replacement upon completion of construction. 3.2. Existing Utilities A. Contractor is fully responsible for repairing utilities and services that are not in direct conflict with line or grade of new pipe system and damage during construction at no expense to Owner. B. Contractor shall be responsible to contact all utilities to confirm utility locations and depths. Contractor shall further be responsible to excavate and uncover utility crossings a sufficient distance ahead of the crossing to avoid conflicts. C. Location, size, and depth of buried utilities are illustrated based on available records from the utility -operating authority. Record locations are field verified based on observable surface features, such as manholes, valve boxes, evidence of trenches, etc., or field marking by the operating authority wherever possible. Excavations have not been made to verify locations or depth of buried utilities. Exact location and elevation of all utilities must be determined by the Contractor to ascertain whether any additional facilities other than those shown on the Plan may be present. D. Prior to commencing installation of piping, the Contractor shall perform exploratory excavations at indicated utility crossings. If conflict exists, Contractor shall allow time for Owner to survey and evaluate potential conflicts and propose alternate PRVN Consultants, Inc. 17014 Site Preparation for Buried Utilities 33 05 10-1 B. Includes the protection of existing vegetation that is to remain. 1.2. Description of Work A. Provide labor, materials, facilities, and administration required to furnish and construct all work covered by this section and as shown on the Drawings. B. Contractor is fully responsible for contact with utility companies and University utilities. C. The location of all utilities indicated on the Drawings is taken from existing public records. The exact location and elevation of all public utilities must be determined by the Contractor. Contractor shall be responsible to excavate and locate exact locations of N utility crossings before installing pipe and/or appurtenances. �Rart 2 " cts S 3 1 V F- Exebntion lot. t3etl l co fz A. Keep Project site free from drainage ponding due to construction operations during progress of work. B. Make arrangements for disposal of all water and sewage received in the trench from temporary connections or stoppages. Do not discharge onto private property outside construction right-of-way. C. Remove and store obstructions such as signs for replacement upon completion of construction. 3.2. Existing Utilities A. Contractor is fully responsible for repairing utilities and services that are not in direct conflict with line or grade of new pipe system and damage during construction at no expense to Owner. B. Contractor shall be responsible to contact all utilities to confirm utility locations and depths. Contractor shall further be responsible to excavate and uncover utility crossings a sufficient distance ahead of the crossing to avoid conflicts. C. Location, size, and depth of buried utilities are illustrated based on available records from the utility -operating authority. Record locations are field verified based on observable surface features, such as manholes, valve boxes, evidence of trenches, etc., or field marking by the operating authority wherever possible. Excavations have not been made to verify locations or depth of buried utilities. Exact location and elevation of all utilities must be determined by the Contractor to ascertain whether any additional facilities other than those shown on the Plan may be present. D. Prior to commencing installation of piping, the Contractor shall perform exploratory excavations at indicated utility crossings. If conflict exists, Contractor shall allow time for Owner to survey and evaluate potential conflicts and propose alternate PRVN Consultants, Inc. 17014 Site Preparation for Buried Utilities 33 05 10-1 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction alignments. No additional payment shall be made for delay. Exploratory excavation work shall be incidental to installation of piping. E. Contractor shall notify Owner's Representative immediately of utilities not shown on Drawings and utilities shown on Drawings that are determined in the field to be in direct line and/or grade conflict with new pipe system. Owner's Representative will determine whether the new pipeline can be relocated or if the utility must be relocated. 3.3. Tree Removal A. Obtain authorization from Owner's Representative before removing any tree. 3.4. Pavement Removal A. General: 1. Remove asphalt pavement to minimum of Ifoot from edge of trench. No undercutting permitted. N 2. Remove asphalt paving on straight lines approximately parallel to center line of 7 trench. is i BCL15� Concrete pavement and drives: J>= 1. Cut with concrete saw; minimum vertical cut 1 W. �p v �— E3 2. Break out remainder of slab; method subject to Owner's Representative's approval. I >7 3. Remove and replace concrete paving to full concrete panel widths. �< Z C v s Brick pavement: ra c 1. Remove bricks in uniform pattern; if not reused in pavement restoration, bricks o become property of Owner. Store at place designated by Owner. D. Sidewalk: 1. Remove to nearest joint beyond minimum distance of 1 foot from edge of trench. 3.5. Access to Streets A. Contractor shall maintain suitable means of access to all facilities adjoining the construction, except as specifically permitted otherwise by Owner. B. Notify affected Owners 48 hours in advance of street closure. C. Suitable access shall mean a roadway of sufficient width, free from ruts, potholes and mud holes, and capable of carrying a passenger car without damage to car. D. When access must be denied due to construction, Contractor shall provide suitable access as shown on the Drawings. E. Whenever construction is stopped due to inclement weather, weekends, holidays, overnight, or other reasons, suitable access shall be provided for all property owners. 3.6. Disposal of Debris and Refuse A. Disposal of surface materials, construction debris, and trees shall be in accordance with local ordinances. B. Include cost of loading, hauling, and landfill fees in appropriate proposal item. C. Burning of refuse is not permitted unless specifically allowed by local or state fire and air pollution authorities in writing. End of Section PRVN Consultants, Inc. Site Preparation for Buried Utilities 17014 33 05 10-2 Division 40 Process Integration City of Iowa City Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction Division 40 o C-) z -oC �n rn r rn o N Division 40 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 40 05 13 Common Work Results for Process Piping Part 1 General 1.1 Summary A. Section includes: Piping, fittings, valves, insulation, specialties, and accessories for process piping systems. B. The work shall include all materials, equipment, and labor required for complete and properly functioning process piping systems. C. Drawings are intended to be schematic in nature in order to communicate the scope of Work and show general arrangement of equipment and piping. Contractor shall make reasonable changes in arrangement and configuration of equipment and piping as directed by Engineer without additional cost to the Owner. D. Drawings and Specifications for process piping work are intended to be complementary in conveying the scope of work. Contractor shall complete work shown on one Drawing regardless of whether it is shown on other Drawings or Specifications. Should a conflict be found, Contractor shall immediately contact Owner's Representative. E. Not all pipe fittings, access panels, sleeves, and other basic items are shown on the Drawings. Where such items are required by the nature of the Work, Contractor shall provide. F. Where job conditions require reasonable changes in indicated locations and arrangements, make such changes without additional cost to Owner. G. Certain piping or items such as unions or fittings may not be shown, but where such items are required by other sections of the Specifications or where they are required by the nature of the work, they shall be furnished and installed. H. Work shall include furnishing the required hoisting equipment to set all materials and equipment in place. I. Provide any required scaffolding and transportation associated with Work of this Project. 1.2 References A. N The publications listed below form a part of this Specification to the extenLrefererrod. The publications are referenced in the text by the basic designation only. r B. C3 l Contractor shall comply with all such regulations and standards and sharoliectd —� liability f ",yr b d f indemnify the Owner and Engineer against any claim or arising up n, non-conformance with the regulations during normal service conditions. f— rn C. rrt x' ASTM International (ASTM): 1. ASTM A53/A53M — Standard Specification for Pipe, Steel, Blac.Xiiid Hobbipped, Zinc -Coated, Welded, and Seamless. tv 2. ASTM A105/A105M — Standard Specification for Carbon Steel Forgings for Piping Applications. 3. ASTM A193/A193M — Standard Specification for Alloy -Steel and Stainless Steel Bolting Materials for High -Temperature Service. 4. ASTM Al94/A194M — Standard Specification for Carbon and Alloy Steel Nuts for Bolts for High -Pressure or High -Temperature Service, or both. 5. ASTM B32 — Standard Specification for Solder Metal. 6. ASTM B61 — Standard Specification for Steam or Valve Bronze Castings. 7. ASTM B62 — Standard Specification for Composition Bronze or Ounce Metal Castings. PRVN Consultants, Inc. Common Work Results for Process Piping 17014 40 05 13-1 City of Iowa City Wastewater Treatment Facility Contract C-02 - General Construction Backup Generation and Electrical Distribution Upgrade Project 8. ASTM B88/B88M - Standard Specification for Seamless Copper Water Tube C. Welder's certificate: In compliance with AWS D1.1, and ASME B31.9. D. Source quality control test reports. E. Flexible connectors: 1. Catalog cuts showing design and construction. PRVN Consultants, Inc. Common Work Results for Process Piping 17014 40 05 13-2 ASTM 8813 - Standard Specification for Liquid and Paste Fluxes for Soldering of Copper and Copper Alloy Tube. D. American Society of Mechanical Engineers (ASME): 1. ASME Boiler and Pressure Vessel Code. 2. ASME B16.3 - Malleable Iron Threaded Fittings. 3. ASME B16.5 - Pipe Flanges and Flanged Fittings: NPS 1/2 through 24. 4. ASME B16.9 - Factory -Made Wrought Butt Welding Fittings. 5. ASME B16.10 - Face -to -Face and End Dimensions of Valves. 6. ASME 816.11 - Forged Fittings, Socket -Welding and Threaded. 7. ASME B16.18 - Cast Copper Alloy Solder Joint Pressure Fittings. 8. ASME B16.22 - Wrought Copper and Copper Alloy Solder Joint Pressure Fittings. 9. ASME 816.25-Buttwelding Ends. 10. ASME 816.26 - Cast Copper Alloy Fittings for Flared Copper Tubes. 11. ASME 816.34 - Valves - Flanged, Threaded, and Welding End. 12. ASME B31.9 - Building Services Piping. E. Uniform Plumbing Code. F. International Building Code. G. Manufacturers Standardization Society of the Valve and Fittings Industry (MSS): 1. MSS SP -45 - Bypass and Drain Connections. 2. MSS SP -58 - Pipe Hangers and Supports -Materials, Design, Manufacture, Selection, Application, and Installation. 3. MSS SP -69 - Pipe Hangers and Supports -Selection and Application. 4. MSS SP 70 - Cast Iron Gate Valves, Flanged and Threaded Ends. 5. MSS SP -80 - Bronze, Gate, Globe, Angle, and Check Valves. 6. MSS SP -89 - Pipe Hangers and Supports -Fabrication and Installation Practices. 7. MSS SP -90 - Guidelines on Terminology for Pipe Hangers and Supports. 8. MSS SP -97 - Integrally Reinforced Forged Branch Outlet Fittings - Socket Welding, Threaded, and Buttwelding Ends. 9. MSS SP 110 - Ball Valves Threaded, Socket -Welding, Solder Joint, Grooved and Flared Ends. 10. MSS SP -127 - Bracing for Piping Systems Seismic - Wind - Dynamic Design, Selection, and Application. H. American Welding Society (AWS): 1. AWS A5.8 - Specification for Filler Metals For Brazing and Braze Welding. 2. AWS B2.1 - Specification for Welding Procedure and Performance Qualification. 3. AWS D1.1 - Structural Welding Code - Steel. I. Pipe Fabrication Institute (PFI): o 1. PFI ES -24 - Pipe Bending Methods, Tolerances, Process, andMateriat;; Requirements. ZDn D 1.3 Submittals C-)-� r M A. Shop Drawings: Indicate layout of piping systems, including equipment, k_QmI dimensiorFn and sizes. Provide material specification number (ASTM, API, etc.), grades Mss,�type, pressure and temperature rating, and schedule number for piping and fits or �h sy� B. Piping test procedures and piping test certifications. ' v C. Welder's certificate: In compliance with AWS D1.1, and ASME B31.9. D. Source quality control test reports. E. Flexible connectors: 1. Catalog cuts showing design and construction. PRVN Consultants, Inc. Common Work Results for Process Piping 17014 40 05 13-2 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction 2. Pressure and temperature ratings. 3. Materials of construction. 4. Maximum allowable lateral and axial movements. 5. Description of type of movement permitted: Intermittent offset or continuous vibration. 6. Manufacturer. Ball Valves: 1. Catalog cuts showing design and construction. 2. Pressure and temperature ratings. 3. Materials of construction. 4. Valve dimensional data, including connection -to -connection dimensions with operators. 5. Manual operator data. 6. Valve and manual operator weights. 7. Accessories. 8. Manufacturer. 1.4 Closeout Submittals A. Operation and maintenance data: Submit operations and maintenance manual for all piping materials, insulation materials, valves, equipment, and piping specialties within this section. B. Installation and storage information. C. Field quality test reports. 1.5 Quality Assurance A. Entire installation shall comply with ASME Building Services Piping Code, ASME 831.9 and appendices. All pipe supports shall comply with ANSI/MSS SP -58 and MSS SP -69. B. All elements of construction shall be performed by workmen skilled in the particular craft involved, and regularly employed in that particular craft. Contractor shall be experienced and qualified specialists in industrial plumbing construction. Contractor shall have applicable experience with three (3) similar projects and three (3) years of experience. C. Mechanical, electrical, and associated systems shall be safe, reliable, efficient, durable, easily and safely operable and maintainable, easily and safely accessible, and in compliance with applicable codes as specified. D. Systems shall be comprised of high-quality industrial -class products of manufacturers that are experienced specialists in the required product lines. Manufacturer shall specialize in manufacturing products specified in this section with minimum five (5) years' experience. E. All work shall be performed in a neat, workmanlike manner in keeping with the highest standards of the craft. Coordinate with Owners Representative regarding loud work, times, and protection of objects. All work shall be pre -inspected by Contractor prior to ingection final checkout. 5 — F. Multiple units: When two (2) or more units of materials or equipment of ti�gj eM�e ne fie or cls3 are required, these units shall be products of one manufacturer. G. Shop -fabricate piping systems to minimize field fabrication. r M M H. Mechanical systems welding: Before any welding is performed, Contract6Astiall sgu mit a (� certificate certifying that welders comply with the following requirements:- 1. Perform Work in accordance with ASME B31.9 Code for installation of piping systems, ASME Section IX for welding materials and procedures, and applicable state of 1—owa regulations. 2. Certify that each welder has passed American Welding Society (AWS) qualification tests for the welding processes involved and that certification is current. PRVN Consultants, Inc. Common Work Results for Process Piping 17014 40 05 13-3 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project ON 1.7 Contract C-02 - General Construction 3. Welders' qualifications shall be in compliance with ASME B31.9 and AWS D1.1. 4. Welders and welding procedures: AWS D.1 qualified within previous 12 months for employed weld types. 5. Each welder shall utilize a stamp to identify all work performed by the welder. The Owner reserves the right to reject any personnel found unqualified in the performance of work for which they are employed. 6. Examining welder: Examine each welder at job site, in the presence of the Owner's Representative, to determine the ability of the welder to meet the qualifications required. Test welders for piping for all positions, including welds with the axis horizontal (not rolled) and with the axis vertical. Each welder shall be allowed to weld only in the position in which he has qualified and shall be required to identify his welds with his specific code marking signifying his name and number assigned. Welder examination can be completed using a mock-up of piping components to demonstrate the welder's capability. 7. In lieu of the requirements in item 1.5.H.6 of this section, a welder with a record of continuous employment as a welder and having been qualified in the welding procedure to be used shall be considered to be qualified. 8. Examination results: Provide the Owner's Representative with a list of names and corresponding code markings. Retest welders who fail to meet the prescribed welding qualifications. Disqualify welders who fail the second test for work on the Project. I. Factory -fabricated fitting covers manufactured in accordance with ASTM C450. J. Test materials in accordance with the requirements of NFPA 255. K. Manufacturer shall stamp all valves with pressure and temperature rating that meets or exceeds specified hydrostatic shell and closure test pressures. Site Environmental Conditions Condition Wastewater Treatment Facility Operating floor elevation 645.3 feet above mean sea level Mean barometric pressure 29.22 in H Maximum outdoor dry bulb temperature 93.0°F Maximum outdoor wet bulb temperature 75.0°F Relative humidity 25 to 100% Minimum outdoor dry bulb temperature -11 °F Maximum plant interior temperature 120°F Minimum plant interior temperature c I 40°F s -G Power Plant Utility System Design Conditions yn r - Utility System Design Condition — Gas Fuel System (GFS) 100 psig at 100°F Sanitary Sewage System (SEW) 10 psig at 100°F Potable Water (PWS) 75 psig at 100°F Electrical power: Single phase: 3 phase: Control power (single phase): 120 volt, 60 Hz 480 volt, 60 Hz 24 volt, 60 Hz and 120 volt, 60 Hz A m s N PRVN Consultants, Inc. Common Work Results for Process Piping 17014 40 05 13-4 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction 1.8 Product Delivery, Storage, and Handling A. All piping shall be stored and kept free of foreign material and shall be internally and externally cleaned of all oil, dirt, rust, and foreign material. Deliver and store valves and pipe hangers in sealed shipping containers with labeling in place. Storage must be in dry, protected location. B. Protection of equipment and materials: 1. Equipment and material placed on the job site shall remain in the custody of the Contractor until acceptance, whether or not Owner has reimbursed Contractor for equipment and material. Contractor shall be solely responsible for the protection of such equipment and material against any damage. 2. Accept materials on site in original factory packaging, labeled with manufacturer's identification. Protect from weather and construction traffic, dirt, water chemical, and damage by storing in original packaging. 3. Place damaged equipment in first class, new operating condition or replace same as determined and directed by the Owner's Representative. Such repair or replacement _ shall be at no additional cost to Owner. N 4. Protect interiors of new equipment and piping systems against entry of foreign matter. Clean both inside and outside before insulating or painting and placing equipment in C, o operation. J r 5. Existing equipment and piping being worked on by Contractor shall be under the UJ custody and responsibility of the Contractor and shall be protected as required for new work. 6. Do not telescope small pipe inside larger pipe for shipment or storage. L } 7. Handle piping by use of slings, hoists, skids, or other approved means. Dropping or c rolling of pipe and fittings is not permitted. C. Cleanliness of piping and equipment systems: 1. Exercise care in storage and handling of equipment and piping material to be incorporated in Work. Pipe shall be delivered to site clean and free of debris, with both ends sealed weather tight. Remove debris arising from cutting, threading, and welding of piping at site. Notify Owner's Representative of erection plan so Inspections can be coordinated with third party inspector. 2. Piping systems shall be flushed, blown, or pigged, as necessary, to deliver clean systems. 3. Clean interior of all tanks prior to delivery for beneficial use by Owner. 4. Contractor shall be fully responsible for all costs, damage, and delay arising from failure to provide clean systems. D. Accept insulation and jacketing materials on site in original factory packaging. Every package or standard container of insulation or accessories delivered to the job site for use must have a manufacturer's stamp or label giving the name of the manufacturer, description of the material, product density, product thickness, and thermal characteristics. E. Protect insulation from weather and construction traffic, dirt, water, chemical, and damage by storing in original wrapping. F. Store materials in clean and dry environment; pipe covering jackets shall be clean and unmarred. Place adhesives in original containers. Maintain ambient temperatures and conditions as required by printed instructions of manufacturers of adhesives, mastics, and finishing cements. G. Accept valves on site in shipping containers with labeling in place. Inspect for damage. 1.9 Definitions A. Large bore piping: Piping detail routed on Drawings is generally 2%" and larger in diameter, unless indicated otherwise. PRVN Consultants, Inc. Common Work Results for Process Piping 17014 40 05 13-5 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project B. Small bore piping: Piping not routed on Drawings is generally 2" and smaller in diameter. Contractor shall field -route small bore piping based upon requirements of Piping and Instrumentation Diagrams (PIDs), unless indicated otherwise. C. Density: Pounds per cubic fool (lb./ft"). Part 2 Products 2.1 Piping — General A. Provide piping, fittings, flanges, hardware, and accessories for each system as specified herein. If wall thickness specified is not available, use the next heavier wall. B. Contractor shall be responsible for completing material take -offs, tools and equipment, materials and methods, fabrication and assembly, field safety program, and manuals and drawings. N C. Contractor shall be responsible for field verifying all dimensions, layouts, existing conditions, r interface with existing systems, equipment and utilities, and other information necessary for the � p installation of new piping, fittings, valves, insulation, specialties, and appurtenances associated Lj with each piping system. ko D.�~ The Contractor shall lay out the piping system in careful coordination with the Drawings, _ determining the proper locations and elevations of all components and using the minimum t_—:5 number of bends to produce a satisfactory functioning system. The Contractor shall follow the i -,general layout of the Drawings in all cases except where other work or structures may interfere. Contractor shall provide pipe supports, anchors, flexible couplings, and expansion joints for all piping systems. The Drawings indicate pipe supports, anchors, flexible couplings, and expansion joints for piping 2%" and larger and for some pipes that are 2" and smaller. If pipe supports are not detailed on the Drawings, Contractor shall design and provide pipe supports per ASME B31.9 and MSS SP -58. F. Piping and fitting materials shall be new and shall be furnished and installed in full lengths. Multiple short lengths of pipe with couplings (to assemble long runs) are not acceptable. G. if not shown on Drawings, Contractor shall give priority first to equipment, second to process piping and instrumentation, third to HVAC, fourth to plumbing piping, fifth to lighting fixtures, sixth to electrical conduit and cable tray, and seventh to vents and drains. H. Drips, drains, vents, blowdown, water sampling, and chemical treatment are designed, and materials and equipment are applied in accordance with the maximum pressure and temperature of the system with which they are associated. I. Provide piping, fittings, valves, and appurtenances for drains, vents, instrumentation, sample line, etc. not shown on Drawings, but required for complete, safe, and reliable operation of equipment and systems furnished and installed under this Contract. Such piping, fittings, valves, and appurtenances shall be rated in accordance with the piping system to which they are connected J. Instrumentation and control piping shall be provided for the service and pressure characteristics of the systems to which they are connected. Requirements of piping specifications shall apply from main piping line through first isolation (root) valve on instrumentation taps, instrument air connections, test ports, and other piping taps. K. Backing rings shall not be allowed for welded piping. 2.2 Piping, Valve, and Insulation Standard Specifications A. Comply with ASME 831.9. PRVN Consultants, Inc. Common Work Results for Process Piping 17014 40 05 13-6 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project B. Piping and manual valves shall conform to Specifications on the Pipe and Valve Standards (shown on MS series) Drawings. C. Pipe and Valve Standards include pipe, fittings, accessories, and valves. Indicate Specification 2.3 Refrigerant Piping A. Refrigerant service (R410A): Comply with ASME 831.5. B. Piping: Copper tubing, ASTM B88, Type K annealed, seamless. C. Joints: Soldered using silver solder. D. Fittings: Solder joint in accordance with ASTM 816.22. 2.4 Dielectric Fittings A. Provide threaded dielectric unions for pipe sizes 2" and under. For 2 Y" and above, provide copper and steel flanges electrically isolated at gasket and by sleeves at bolts. Fittings on steam, condensate, chilled water, condenser water, hot water, and potable water supply lines shall be rated at same pressure class as adjoining piping. 2.5 Pipe Sleeves A. Service: For pipes passing through floors, walls, and partitions. B. Construction: Steel pipe, Schedule 40 minimum. C. Sleeve diameter: Provide not less than 2" clearance from the diameter of the enclosed pipe and thermal insulation, vapor barrier, and protective covering for insulated hot pipe and 1" clearance from the diameter of the enclosed pipe and thermal insulation, vapor barrier, and protective covering for insulated cold pipe. Sleeves for un -insulated pipe shall be not less than 2" larger than the diameter of the enclosed pipe. PRVN Consultants, Inc. Common Work Results for Process Piping 17014 40 05 13-7 required for each piping system. Use full-faced gasket with flat -faced flanges. Use ring gasket with raised -face flanges. D. Pipe flanges, pressure class, type, material, and requirements shall meet pipe standard for specific system. a. Steel flanges mating with steel flanges or cast iron flanges shall have same facing as mating flange. b. Use weld neck flanges only. Slip-on flanges shall not be used unless noted specifically on Drawings. C. Coordinate flanges' drilling, arrangement, and bolting with existing connection, if applicable. E. Materials shall conform to pipe and valve standard shown on Drawings and indicated below, _ unless otherwise specified. N G Applicable piping, valve, and insulation standards (additional requirements incidental to Q o fabrication and/or erection are specified through the Contract Documents in addition to the W 4 _J Pipe and Valve Standards). LA v~ �. I > < Piping System Pipe and Valve Piping System ?,Potable Standard Material LL— Water Supply PWS Copper— B88 PWS Type L Natural Gas Supply Natural Gas Carbon Steel — GFS A53 Grade B 2.3 Refrigerant Piping A. Refrigerant service (R410A): Comply with ASME 831.5. B. Piping: Copper tubing, ASTM B88, Type K annealed, seamless. C. Joints: Soldered using silver solder. D. Fittings: Solder joint in accordance with ASTM 816.22. 2.4 Dielectric Fittings A. Provide threaded dielectric unions for pipe sizes 2" and under. For 2 Y" and above, provide copper and steel flanges electrically isolated at gasket and by sleeves at bolts. Fittings on steam, condensate, chilled water, condenser water, hot water, and potable water supply lines shall be rated at same pressure class as adjoining piping. 2.5 Pipe Sleeves A. Service: For pipes passing through floors, walls, and partitions. B. Construction: Steel pipe, Schedule 40 minimum. C. Sleeve diameter: Provide not less than 2" clearance from the diameter of the enclosed pipe and thermal insulation, vapor barrier, and protective covering for insulated hot pipe and 1" clearance from the diameter of the enclosed pipe and thermal insulation, vapor barrier, and protective covering for insulated cold pipe. Sleeves for un -insulated pipe shall be not less than 2" larger than the diameter of the enclosed pipe. PRVN Consultants, Inc. Common Work Results for Process Piping 17014 40 05 13-7 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project D. Pipe sleeves shall extend a minimum of 6" above finished floor for penetrations through floors. Pipe sleeves shall be flush with wall for penetrations through non -fire -rated walls. E. For pipes penetrating an outside wall, provide link seal per detail on Drawings. Size pipe PRVN Consultants, Inc. Common Work Results for Process Piping 17014 40 05 13-8 sleeve and link seal per link seal manufacturer's recommendations for type specified. Seal shall be modular mechanical type, consisting of interlocking synthetic rubber links shaped to continuously fill annular space between object and sleeve, connected with bolts and pressure plates causing rubber sealing elements to expand when tightened, providing watertight seal and electrical insulation. F. Do not install pipe penetrations through beams, ribs, webs, etc. 2.6 Thread Sealants A. As recommended by the sealant manufacturer for the service. 2.7 _ Flexible Connectors N c A� Provide flexible connectors as shown on Drawings. G W &J Rated for pressure class of piping system and full vacuum. J �.'� Construction: Flexible corrugated stainless steel hose wrapped with wire braid sheath. Provide t F threaded ends with union connectors for piping 2" and below and flanged connections for LLC:) -'y ^." U piping 2'h" and above. W G D. Manufacturer: Hyspan, Series 4500 or equal by American Boa. c N 2.8 GFS Weatherproof Vent Cap A. Construction: Cast- or malleable -iron increaser fitting with corrosion -resistant wire screen and free area at least equal to cross-sectional area of connecting pipe and threaded -end connection. 2.9 Generator Rain Cap A. Construction: 304 stainless steel flapper -style rain cap; non -sparking design B. Operating Conditions: Rated for continuous operation at 950°F. C. Size: 18" diameter, coordinate size and connection style with engine generator supplier D. Manufacturer: GT Exhaust, Model 3ACI-22-1800-S304. Part 3 Execution 3.1 Equipment and Materials Identification A. Provide piping and equipment labels on all systems to identify system (i.e. chilled water supply and return, condenser water supply and return, hot water supply and return, potable water supply, etc.), directional flow arrows, and non -asbestos -based insulation. B. Install identifying devices after completion of coverings and painting. C. Labels: Factory -fabricated, flexible, semi-rigid plastic, preformed to fit around pipe or pipe covering. D. Color and lettering: Conform to ASME A13.1. E. Tape: Flexible vinyl tape with pressure -sensitive adhesive backing and printed markings. PRVN Consultants, Inc. Common Work Results for Process Piping 17014 40 05 13-8 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project F. Locate labels near branch connections, wall, or floor penetrations, at each accessible level of plant, at manways, near valves and control devices (control valves), and near equipment. G. Unique tag numbers shall be given for each valve installed on the project. Tagging for main valves is identified on the Drawings. Coordinate small bore valves not shown on Drawings with Owner's numbering system. H. Contractor shall provide each valve with a stamped brass tag bearing valve tag number securely fastened to valve with 20 -gage stainless steel wire. I. Valve tags shall be factory installed. Small bore valves shipped in bulk may have tags field applied. 3.2 Preparation A. Complete and verify field measurements prior to commencement of shop or field fabrication Work. Contractor shall be responsible for making corrections due to failure to investigate and confirm field conditions. B. Ream pipe and tube ends, remove burrs, and bevel plain end ferrous pipe. CV c Q Remove scale and dirt on inside and outside before assembly. — C= —_ r Prepare piping connections to equipment with flanges or unions. V t— §r U Keep open ends of pipe free from scale and dirt. Protect open ends with temporary plugs or 4 caps. CD v co F. r' Protect existing structures, piping, equipment, and other materials from damage due to o installation of equipment and erection of piping and appurtenances. N G. Contractor shall strictly adhere to Owner's posted floor load limitations and provide shoring as needed for moving and installing heavy equipment. H. Contractor shall be responsible for any and all damage resulting from the Installation of equipment and erection of piping systems and shall repair damage to equipment and structures. I. Prior to installing equipment and piping, Contractor shall remove temporary protective coatings and wrappings and all other foreign materials. Foreign materials shall be blown out using compressed air. J. Verify surfaces are clean and dry, with foreign material removed prior to installing insulation and jacketing systems. K. Verify excavations are to required grade, dry and not over -excavated. 3.3 Installation — General A. The piping arrangement shown is a design based on currently available equipment. The plans show typical equipment to scale and practical arrangement. Modification shall be necessary during construction, at no additional cost to the Owner, to adapt the equipment layout and piping plans to the precise equipment purchased by the Contractor. Accessibility for operation and maintenance must be maintained. B. All piping shall be installed parallel to walls and column centerlines (unless shown otherwise). Fully coordinate work of each trade to provide the designed systems without interference between systems. All piping shall be accurately cut, true, and beveled for welding. All flange faces shall be at 90 degrees to the longitudinal pipe axis on which they are installed. Threaded PRVN Consultants, Inc. Common Work Results for Process Piping 17014 40 05 13-9 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction piping shall be accurately cut, reamed, and threaded with sharp dies. Copper piping work shall L. Contractor shall be responsible for making changes and corrections in the field to shop - fabricated piping for proper Installation. M. For connections to existing piping systems, Contractor shall coordinate scheduling of making connection with Owners Representative to avoid interference with normal plant operation. Owner shall operate valves for isolation and/or testing. N. Flush or blow out piping following erection. Contractor shall furnish all necessary labor and materials to complete flushing and cleaning operations. O. Contractor shall be responsible for repair or replacement of damaged valves, devices, specialties, controls, or equipment due to foreign material left in piping. P. Surface preparation, primer, and painting requirements: 1. Service: Uninsulated piping. Q. Valves shall be located and stems oriented to permit proper and easy operation and access to valve bonnet for maintenance of packing, seat, and disc. Valve stems shall not be below centerline of pipe. Refer to plans for stem orientation. Where valves are more than 7 feet above the floor or platform, stems shall be horizontal unless shown otherwise. Valves more than 10 feet above floor or platform shall have chain wheel and chain for operation from floor or platform. Provide hammer -blow wheel on any valve that cannot be opened or tightly closed by one person. R. Provide union adjacent to all threaded end valves, where allowed by the piping standards. PRVN Consultants, Inc. Common Work Results for Process Piping 17014 40 05 13-10 be performed in accordance with best practices requiring accurately cut clean joints and soldering in accordance with the recommended practices for the material and solder employed. C. Flange bolt holes shall straddle horizontal and vertical centerlines except where noted on the Drawings. D. Special joints, where specified (i.e. dresser couplings; flared and compression joints; lapped, sweated, brazed, and bell -and -spigot joints, etc.) shall be used for services, pressures and temperatures for the particular system to be installed. E. All piping shall be pitched for drainage at a constant slope of 1" in 40 feet. Steam, condensate, trap discharge, drip, drain, air, gas, and blowdown piping shall pitch down in direction of flow. Service water and oil shall pitch up in direction of flow. Provide valved air vents at top of rise and valved drains at low points. Gas piping may be run level as it is presumed to be dry, but dirt pockets shall be provided at base of risers. F. Variations in route of large bore piping may be made to account for unforeseen circumstances or changes in the field. Notify Owner's Representative prior to making variations in pipe routing and arrangement. N G < Group small bore piping whenever practical at common elevations. Cn G o © v— Avoid routing piping carrying liquid or subject to forming condensation over electrical d J 1 UJ equipment and panels whenever possible. Piping joints, valves, or accessories shall not be v 1-- located over electrical equipment at any time. J U �.-y. t:.-_ Provide all required connectors, joint materials, accessories, specialties, and similar items LL c'-):-' necessary for connection of new and existing equipment being installed under this Contract. w � o J. Properly align piping for plum and true connections to equipment, valves, and specialties. N K. Misalignment of piping shall not be corrected with flexible connectors or expansion joints. L. Contractor shall be responsible for making changes and corrections in the field to shop - fabricated piping for proper Installation. M. For connections to existing piping systems, Contractor shall coordinate scheduling of making connection with Owners Representative to avoid interference with normal plant operation. Owner shall operate valves for isolation and/or testing. N. Flush or blow out piping following erection. Contractor shall furnish all necessary labor and materials to complete flushing and cleaning operations. O. Contractor shall be responsible for repair or replacement of damaged valves, devices, specialties, controls, or equipment due to foreign material left in piping. P. Surface preparation, primer, and painting requirements: 1. Service: Uninsulated piping. Q. Valves shall be located and stems oriented to permit proper and easy operation and access to valve bonnet for maintenance of packing, seat, and disc. Valve stems shall not be below centerline of pipe. Refer to plans for stem orientation. Where valves are more than 7 feet above the floor or platform, stems shall be horizontal unless shown otherwise. Valves more than 10 feet above floor or platform shall have chain wheel and chain for operation from floor or platform. Provide hammer -blow wheel on any valve that cannot be opened or tightly closed by one person. R. Provide union adjacent to all threaded end valves, where allowed by the piping standards. PRVN Consultants, Inc. Common Work Results for Process Piping 17014 40 05 13-10 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction G. Install piping to maintain headroom without interfering with use of space or taking more space than necessary. H. Group piping whenever practical at common elevations. I. Sleeve pipe passing through partitions, walls, and floors with a link -seal as manufactured by Thunderline Corporation. J. Provide clearance in hangers and from structure and other equipment for installation of insulation and access to valves and fittings. K. Provide access where valves and fittings are not accessible. L. Install non -conducting dielectric connections wherever jointing dissimilar metals. M. Establish invert elevations slope for drainage to 1/47 per foot minimum. Maintain gradients. N. Slope piping and arrange systems to drain at low points. O. Protect piping systems from entry of foreign materials by temporary covers, completing sections of the Work, and isolating parts of completed system. P. Install piping penetrating roofed areas to maintain integrity of roof assembly. Q. Branch piping shall be installed for waste from the respective piping systems and connect to all fixtures, valves, cocks, outlets, and equipment. PRVN Consultants, Inc. Common Work Results for Process Piping 17014 40 05 13-11 S. Provide valves as necessary to permit maintenance of a device or sub -system without discontinuing service to other elements of that service or system. T. Provide 3/4" connection with ball valves with cap for drains at main shut-off valves, low points of piping, bases of vertical risers, and at equipment. U. Install valves with clearance for installation of insulation and allowing access. V. Contractor shall install valves with sufficient gland packing as required for satisfactory operation and in accordance with manufacturer's recommendations. W. Provide valves as necessary to permit maintenance of a device or sub -system without discontinuing service to other elements of that service or system. 3.4 Installation — Sanitary Sewer and Vent Piping Systems A. Verify connection to existing piping system, size, location, and invert are as indicated on Drawings. B. Install sanitary waste and vent piping systems in accordance with the Uniform Plumbing Code. N <. 1. Establish minimum separation from sanitary sewer piping in accordance with the International Plumbing Code. Q CJ d 6�iJ 7 J Install bell and spigot pipe with bell end upstream. 1 i. C 1 ` Support cast iron drainage piping at every joint. •�_+ p EU �t Install pipe to allow for expansion and contraction without stressing pipe, joints, or connected equipment. o N F. Route piping in orderly manner and maintain gradient. Route parallel and perpendicular to walls. G. Install piping to maintain headroom without interfering with use of space or taking more space than necessary. H. Group piping whenever practical at common elevations. I. Sleeve pipe passing through partitions, walls, and floors with a link -seal as manufactured by Thunderline Corporation. J. Provide clearance in hangers and from structure and other equipment for installation of insulation and access to valves and fittings. K. Provide access where valves and fittings are not accessible. L. Install non -conducting dielectric connections wherever jointing dissimilar metals. M. Establish invert elevations slope for drainage to 1/47 per foot minimum. Maintain gradients. N. Slope piping and arrange systems to drain at low points. O. Protect piping systems from entry of foreign materials by temporary covers, completing sections of the Work, and isolating parts of completed system. P. Install piping penetrating roofed areas to maintain integrity of roof assembly. Q. Branch piping shall be installed for waste from the respective piping systems and connect to all fixtures, valves, cocks, outlets, and equipment. PRVN Consultants, Inc. Common Work Results for Process Piping 17014 40 05 13-11 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project R. Pipe shall be round and straight. Cutting shall be done with proper tools. Pipe shall be reamed to full size after cutting. 3.5 S. All pipe runs shall be laid out to avoid interference with other Work. T. Changes in direction for soil and waste drainage and vent piping shall be made using appropriate branches, bends, and long sweep bends. Sanitary tees and short sweep quarter bends may be used on vertical stacks if change in direction of flow is from horizontal to vertical. Long tum double wye branch and eighth bend fittings shall be used if two (2) fixtures are installed back to back or side by side with common drain pipe. Straight tees, elbows, and crosses may be used on vent lines. Do not change direction of flow more than 90 degrees. Proper size of standard increaser and reducers shall be used if pipes of different sizes are connected. Reducing size of drainage piping in direction of flow is prohibited. U. Cast iron piping shall be installed according to CISPI's "Cast Iron Soil Pipe and Fittings Handbook," Chapter IV, "Installation of Cast Iron Soil Pipe and Fittings." t � nW. V. Joint construction: _ 1. Hub and spigot, cast iron piping with gasket joints shall be joined in accordance with N CISPI's "Cast Iron Soil Pipe and Fittings Handbook" for compression joints. y 2. Hub and spigot, cast iron piping with caulked joints shall be joined in accordance with �O CISPI's "Cast Iron Soil Pipe and Fittings Handbook" for lead and oakum caulked LLJ— r 3. r-'� joints. Hubless or no -hub, cast iron piping shall be joined in accordance with CISPI's "Cast LA Iron Soil Pipe and Fittings Handbook" for hubless piping coupling joints. -,,,-,-.Tests: m_ 2. Sanitary and storm drainage systems shall be tested either in its entirety or in sections. A water test or air test shall be conducted, as directed. a. If entire system is tested for a water test, tightly close all openings in pipes except highest opening, and fill system with water to point of overflow. If the waste system is tested in sections, tightly plug each opening except highest opening of section under test. Fill each section with water and test with at least a 10 -foot head of water. In testing successive sections, test at least upper 10 feet of next preceding section so that each joint or pipe except upper most 10 feet of system has been submitted to a test of at least a 10 - foot head of water. Water shall be kept in the system, or in portion under test for at least 15 minutes before inspection starts. System shall then be tight at all joints. b. For an air test, an air pressure of 5 psig shall be maintained for at least 15 minutes without leakage. A force pump and mercury column gage shall be used for the air test. C. After installing all fixtures and equipment, open water supply so that all P - traps can be observed. For 15 minutes of operation. All P -traps shall be inspected for leaks and any leaks found shall be corrected. Installation — Potable Water Piping, Above Grade A. Install above -grade potable water piping system downstream of backflow preventer in accordance with ASME 831.9. 3.6 Installation — Pipe Sleeves A. Coordinate penetrations and sleeves with equipment and piping suppliers under this Contract. Contractor shall be responsible for completing repairs and restoration caused by failure to coordinate with suppliers. PRVN Consultants, Inc. Common Work Results for Process Piping 17014 40 05 13-12 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction B. Use core drill or radial saw for cutting non-structural members. Where piping passes through steel grating or checkered plate, cut circular opening and weld pipe sleeve to grating bars. C. Restore area affected to good condition following installation of sleeve. D. Accurately locate and securely fasten sleeves to forms before concrete is poured; install in walls or partitions during the construction of the walls. N E. Sleeve ends shall be flush with finished faces of walls and partitions. N .. i F. r_ Piping and sleeves passing through all fire- or smoke -rated floors, roofs, walls, and partitions duct O shall be provided with firestopping. Space between wall/floor and pipe, sleeve, and/or L11 W shall be sealed with UL -listed intumescent fire barrier material equivalent to rating of wall/floor. J� Where piping and sleeves pass through floors, roofs, walls, and partitions that are not fire or J V �— smoke rated, penetrations shall be sealed with grout or caulk. 2i< LL Exterior watertight entries: Seal with mechanical sleeve seals. °o H. o Set sleeves in position in forms. Provide reinforcing around sleeves. C= N 3.7 Equipment Installation A. Provide permanent supports for equipment installed under this Contract as indicated on Drawings and as needed for secure and vibration -free operation. B. Remove all temporary coatings, wrappings, lifting lugs, etc. from equipment. Provide touch-up paint as needed to match manufacturer finish. C. Contractor shall complete equipment alignment for equipment provided under this Contract and prior to initial operation. Manufacturer's Representative shall be present during alignment. D. Check alignment after ductwork connections have been made but before supply and exhaust fans are operated and verify alignment through hot run. E. Contractor shall provide labor and materials to completely rotate equipment within manufacturers required tolerances and to satisfaction of Commissioning Authority. 3.8 Installation — Flexible Connectors A. Install units for chiller rupture disk relief piping and compressed -air service in a straight run of pipe. 3.9 Installation — Miscellaneous Piping Specialties A. Locate test plugs adjacent to thermometers and thermometer sockets, adjacent to pressure gages and pressure gage taps, and adjacent to control device sockets. B. Where large air quantities accumulate, provide enlarged air collection standpipes. C. Provide drain and hose connection with valve on strainer blow down connection. D. Provide pump suction fitting on suction side of base mounted centrifugal pumps. Remove temporary strainers after cleaning systems. 3.10 Installation — Valves A. Install valves with stems upright or horizontal, not inverted. B. Install brass male adapters on each side of valves in copper -piped system. Solder adapters to pipe. PRVN Consultants, Inc. Common Work Results for Process Piping 17014 40 05 13-13 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project C. Install'V ball valves with cap for drains at main shut-off valves, low points of piping, bases of vertical risers, and at equipment. D. Install valves with clearance for installation of insulation and allowing access. E. Provide access where valves and fittings are not accessible. 3.11 N Disinfection and Flushing of Water Lines N At, Flush thoroughly and disinfect in accordance with AWWA C651. 0 BLLJ r Disinfection shall take place over a period of 24 hours (no longer or shorter). J 1-0 C� tZ Disinfection shall be performed before hydro testing; hydro testing shall not begin until bacteria F— results have been returned from the lab. Contractor should anticipate a three -working -day o v? turnaround time from the time that the sample is taken until the results are returned. r 1. Method of chlorination: — a. Tablet method: The tablet method consists of placing calcium hypochlorite cC'�+ tablets in the water main as it is being installed and then filling the main with potable water when installation is completed. b. Placing calcium tablets: During construction, 5-g calcium hypochlorite tablets shall be placed in each section pipe. C. Also, one tablet shall be placed in each appurtenance. The number of 5-g tablets required for each pipe section shall be 0.0012 d2 L rounded to the next higher integer, where d is the inside pipe diameter, in inches, and L is the length of pipe section, in feet. For 12" pipe, three tablets are required; four tablets are required for 18- and 20 -foot sections of pipe. d. The tablets shall be attached by a food -grade adhesive. There shall be adhesive only on the broadside of the tablet attached to the surface of the pipe. Attach all tablets at each end of a given pipe length. If tablets are attached before the pipe section is placed in the tunnel, their position shall be marked on the section to indicate that the pipe has been installed with the tablets at the top. D. Filling and contact 1. When installation has been completed, the main shall be filled with water at a rate to ensure the water within the main flows at a velocity no greater than 1 ft/s. 2. Precautions shall be taken to ensure that air pockets are eliminated. 3. This water shall remain in the pipe for at least 24 hours and not more than 24 hours. If the water temperature is less than 41'F, the water shall remain in the pipe for at least 46 hours. 4. As an optional procedure (if specified by Owner), water used to fill the new main shall be supplied through a temporary connection that shall include an appropriate cross - connection control device, consistent with the degree of hazard for backflow protection of the active distribution system. 5. Detectable chlorine residual should be found at each sampling point after the 24-hour period; the results must be reported. E. Flush: 1. Provide temporary meter and backflow preventer for use during flushing operations. 2. Record fill volume of piping system. 3. The Owner's Representative shall be present to begin the flushing. 4. Contractor shall submit a flushing procedure to the Owners Representative for approval prior to flushing. 5. The Contractor shall supply all equipment and personnel required to perform the flush. 6. Flushing shall take place for approximately four (4) hours. 7. Cleaning the main of heavily chlorinated water: PRVN Consultants, Inc. Common Work Results for Process Piping 17014 40 05 13-14 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction B. Beveling: Field bevels and shop bevels shall be done by mechanical means or by flame cutting. Where beveling is done by flame cutting, surfaces shall be thoroughly cleaned of scale and oxidation just prior to welding. Conform to specified standards. PRVN Consultants, Inc. Common Work Results for Process Piping 17014 40 05 13-15 a. After the applicable retention period, heavily chlorinated water should not remain in prolonged contact with pipe. b. Heavily chlorinated water shall be flushed from the main fittings, valves, and branches until chlorine measurements show that the concentration in the water leaving the main is no higher than that generally prevailing in the distribution system or that is acceptable for domestic use. C. Chlorination shall be for 24 hours, no more, no less, and shall not be started on Friday. 8. Disposing of heavily chlorinated water: a. The environment to which the chlorinated water is to be discharged shall be inspected. b. If there is any possibility that the chlorinated discharge shall cause damage to the environment, then a neutralizing chemical shall be applied to the wasted water to thoroughly neutralize the residual chlorine. C. Where necessary, federal, state, provincial, and local regulatory agencies should be contacted to determine special provisions for the disposal of heavily chlorinated water. d. Contractor shall coordinate all disposal locations with the Owner. F. Water sampling 1. Water sampling shall be performed by the Owners Representative. Owner's Representative shall collect the sample, take the sample to the lab, and notify the Contractor of the results. 2. The Contractor shall supply any equipment and personnel required to perform the tests. 3. Water sampling shall take place at approximately 11:30 a.m. Typically, flushing shall N N begin between 7 a.m. and 8 a.m., and sampling shall follow at 11:30 a.m. 4. Following the sampling, the Contractor should allow 3 days turnaround time. Q O 5. Testing shall be completed prior to connecting to any existing lines. d w �)" Hydro test: U = 1. Hydro test all piping. ,J I Y U 2. Where possible, hydra test shall be made against capped ends. Test pressure shall be 1.5 times working pressure and a minimum of 150 psig. P U 3. Test shall be for four (4) hours. No tests started after 12 noon. CD m 4. Test may only lose 5 psig. 5. Corrections: a. Repair defects, visible leaks, and repeat test until acceptable. b. Contractor is to reimburse costs incurred by the Owner after failure of three (3) tests on each line tested. 6. Owner shall maintain test reports and distribute to the Contractor upon successful testing. 7. Subsequent to satisfactory completion of the testing requirements, the mains shall not be drained or flushed. 3.12 Welding A. The Contractor is entirely responsible for the quality of the welding and shall: 1. Conduct tests of the welding procedures used by its organization, determine the suitability of the procedures used, determine that welds made shall meet the required tests, and also determine that the welding operators have the ability to make sound welds under standard conditions. 2. Comply with ASME B31.9 and AWS D1.1. 3. Perform all welding operations required for construction and installation of the piping systems. B. Beveling: Field bevels and shop bevels shall be done by mechanical means or by flame cutting. Where beveling is done by flame cutting, surfaces shall be thoroughly cleaned of scale and oxidation just prior to welding. Conform to specified standards. PRVN Consultants, Inc. Common Work Results for Process Piping 17014 40 05 13-15 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 – General Construction C. Alignment: Utilizing split welding rings is not allowed. Complete weld penetration and prevention of weld spatter reaching the interior of the pipe. D. Erection: Piping shall not be split, bent, flattened, or otherwise damaged before, during, or after installation. If the pipe temperature falls to 32°F or lower, the pipe shall be heated to approximately 100°F for a distance of 1 foot on each side of the weld before welding, and the weld shall be finished before the pipe cools to 32°F. E. Welding process shall be shielded metal arc either stick or covered electrode welding with inert gas root pass (TIG) for initial two passes and an E7018 electrode for final pass(es). For shop welded piping only, root pass can be welded with robotic machine (Rotoweld 3.0), with following root pass rotoweld/GMAW and fill pass(es) rotoweld/GMAW. F. Contractor shall strictly follow Owner's procedures and regulations for hot work prior to and during welding processes. Coordinate directly with Owner's Representative. G. Each weld shall be properly identified with specific welder's identification and a unique weld number in accordance with applicable codes and standards. Attach identification near weld and permanently mark identification at weld. H. Non-destructive examination of piping welds: 1. The Owner's Representative (or Special Inspector) may test up to 10% of the welded piping joints to be examined using radiographic testing. If defective welds are discovered, the Owner's Representative or Special Inspector may require examination of all pipe joint welds at Contractor's expense. 2. Owner may choose to employ magnetic particle testing, dye penetrant, or other N testing methods. N 3. Owner will employ an independent testing firm regularly engaged in radiographic :;r --testing to perform the radiographic examination of pipe joint welds, for applicable V W – systems. > 4. If independent testing agency finds any failures, Contractor shall correct deficiencies U r found to the satisfaction of the testing firm. Testing fine shall complete radiographic testing of 100% of the welds at Contractor's expense. a. Comply with ASME B31.9. Furnish a set of films showing each weld U o inspected, a reading report evaluating the quality of each weld, and a m — location plan showing the physical location where each weld is to be found in Nthe completed project. b. The Owner's Representative reserves the right to review all inspection records of supplemental testing. All radiographs will be reviewed and interpreted by an ASNT Certified Level III radiographer, employed by the testing firm, who will sign the reading report. 5. Owner may perform destructive tests for compliance with applicable codes. If destructive tests indicate that welds meet requirements, Owner will pay for costs of repairs. If tests indicated non-compliance, cost of replacement, repairs, and retesting shall be paid by Contractor. I. Defective welds: Replace and reinspect defective welds. Repairing defective welds by adding weld material over the defect or by peening is not permitted. Welders responsible for defective welds must be requalified. J. Electrodes: Electrodes shall be stored in a dry, heated area and be kept free of moisture and dampness during the fabrication operations. Discard electrodes that have lost part of their coating. 3.13 Piping Joints A. All butt -welded piping shall be welded at circumferential joints; carbon steel flanges shall be weld neck type; lap joint flanges are allowed on stainless steel piping. PRVN Consultants, Inc. Common Work Results for Process Piping 17014 40 05 13-16 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction B. Companion flanges at equipment or valves shall match flange construction of equipment or valve. Raised face shall be removed at all companion flanges when attached to flanges equipped for flat -face construction. C. Gaskets and bolting shall be applied in accordance with the recommendations of the gasket manufacturer and bolting standards of ASME 831.9. Strains shall be evenly applied without overstress of bolts. Gaskets shall cover entire area of mating faces of flanges. D. Pipe threads shall be made up with PTFE thread sealant, Loctite 567 or equal, except gas and oil piping joints, as recommended by the sealant manufacturer for the intended service, which shall utilize specified joint compound. E. Solder joints shall be made up in accordance with recommended practices of the materials applied. F. Flood refrigerant piping system with nitrogen when brazing. G. Flanged joints: 1. Flanges shall be made up before completing last weld of connecting pipe. Gaskets shall not be installed until after completion of final welds. N 2. Bolt threads shall be coated with anti -seize compound and shall not be tightened to ci the point of overstressing bolt, providing uniform pressure on gaskets. 3. Bolts shall be tightened in a star pattern and in three (3) passes. Q 0 4. Bolt tightness shall be verified in accordance with Commissioning Authority's w, • Installation Verification Checklists. Wr 3.1 W BTLNIntersection Connections 9 1--` o A.v_.., Factory -built reinforced tees and laterals are required. c cB. " Factory -built integrally reinforced forged -steel branch outlet fittings may be used on reduced -size c� connections upon approval of Owner's Representative. They must comply with MSS -SP -97. 3.15 Expansion and Flexibility A. The design includes provision for piping expansion due to pressure, thermal, weight, and seismic (where applicable) effects. It is the Contractor's responsibility to avoid reduction in flexibility and increase in stress in piping systems. Major deviation shall be shown by submittal for review of scale working drawings and stress calculations for the piping systems. Contractor shall provide any necessary additional construction and materials to limit stresses to safe values as directed by the Owner's Representative and at no additional cost to the Owner. 3.16 Size Changes A. Piping size changes shall be accomplished by use of line reducers or reducing tees. Apply eccentric reduction in all piping requiring continuous drainage. Concentric reduction may be applied in run of piping involving pressure water systems except at pump inlets. Use concentric increasers where flow is in direction of increased size. Use eccentric reduction, top flat, at all pump suction connections. 3.17 Additional Drips and Traps A. Where additional rises or drops in steam or gas lines are provided, provide additional drip pockets with steam trap assemblies on steam lines and additional dirt pockets on gas lines. 3.18 Minor Piping A. Minor piping associated with instrumentation and control is generally not shown. Interconnection of sensors, transducers, control devices, Instrumentation panels, distributed control system, and equipment control panels is the responsibility of the Contractor. Small PRVN Consultants, Inc. Common Work Results for Process Piping 17014 40 05 13-17 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction piping associated with water cooling, drips, drains, and other minor piping may not be shown to Joint construction: 1. Hub and spigot, cast iron piping with gasket joints shall be joined in accordance with CISPI's "Cast Iron Soil Pipe and Fittings Handbook" for compression joints. 2. Hub and spigot, cast iron piping with caulked joints shall be joined in accordance with CISPI's "Cast Iron Soil Pipe and Fittings Handbook" for lead and oakum caulked joints. 3. Hubless or no -hub, cast iron piping shall be joined in accordance with CISPI's "Cast Iron Soil Pipe and Fittings Handbook" for hubless piping coupling joints. J. Tests: 1. Sanitary and storm drainage systems shall be tested either in its entirety or in sections. 2. A water test or air test shall be conducted, as directed. a. If entire system is tested for a water test, tightly close all openings in pipes except highest opening, and fill system with water to point of overflow. If the waste system is tested in sections, tightly plug each opening except highest opening of section under test. Fill each section with water and test with at least a 10 -fool head of water. In testing successive sections, test at least upper 10 feet of next preceding section so that each joint or pipe except upper most 10 feet of system has been submitted to a test of at least a 10 - foot head of water. Water shall be kept in the system, or in portion under test PRVN Consultants, Inc. Common Work Results for Process Piping 17014 40 05 13-18 avoid confusion in the plan presentation but shall be provided as part of Contract Work. B. Connection shall be made at shop for shop -fabricated arrangements prior to final erection for field -fabricated sections. 3.19 Dielectric Connection A. Where piping of dissimilar metals is tied together, use dielectric connections. 3.20 Installation — Sanitary Sewer and Vent Piping Systems A. Install sanitary waste and vent piping systems in accordance with the Uniform Plumbing Code. B. Install bell and spigot pipe with bell end upstream. C. Support cast iron drainage piping at every joint. D. Branch piping shall be installed for waste from the respective piping systems and connect to all fixtures, valves, cocks, outlets, and equipment. N E. Pipe shall be round and straight. Cutting shall be done with proper tools. Pipe shall be reamed "� to full size after cutting. cr� QQom— O All pipe runs shall be laid out to avoid interference with other Work. Changes in direction for soil and waste drainage and vent piping shall be made using appropriate branches, bends, and long sweep bends. Sanitary tees and short sweep quarter ..... r bends may be used on vertical stacks if change in direction of flow is from horizontal to O V O vertical. Long tum double wye branch and eighth bend fittings shall be used if two (2) fixtures C= are installed back to back or side by side with common drain pipe. Straight tees, elbows, and Ncrosses may be used on vent lines. Do not change direction of flow more than 90 degrees. Proper size of standard increaser and reducers shall be used if pipes of different sizes are connected. Reducing size of drainage piping in direction of flow is prohibited. H. Cast iron piping shall be installed according to CISPI's "Cast Iron Soil Pipe and Fittings Handbook," Chapter IV, "Installation of Cast Iron Soil Pipe and Fittings." Joint construction: 1. Hub and spigot, cast iron piping with gasket joints shall be joined in accordance with CISPI's "Cast Iron Soil Pipe and Fittings Handbook" for compression joints. 2. Hub and spigot, cast iron piping with caulked joints shall be joined in accordance with CISPI's "Cast Iron Soil Pipe and Fittings Handbook" for lead and oakum caulked joints. 3. Hubless or no -hub, cast iron piping shall be joined in accordance with CISPI's "Cast Iron Soil Pipe and Fittings Handbook" for hubless piping coupling joints. J. Tests: 1. Sanitary and storm drainage systems shall be tested either in its entirety or in sections. 2. A water test or air test shall be conducted, as directed. a. If entire system is tested for a water test, tightly close all openings in pipes except highest opening, and fill system with water to point of overflow. If the waste system is tested in sections, tightly plug each opening except highest opening of section under test. Fill each section with water and test with at least a 10 -fool head of water. In testing successive sections, test at least upper 10 feet of next preceding section so that each joint or pipe except upper most 10 feet of system has been submitted to a test of at least a 10 - foot head of water. Water shall be kept in the system, or in portion under test PRVN Consultants, Inc. Common Work Results for Process Piping 17014 40 05 13-18 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project for at least 15 minutes before inspection starts. System shall then be tight at 3.23 Installation — Flexible Connectors A. Install units for chiller rupture disk relief piping and compressed -air service in a straight run of pipe. PRVN Consultants, Inc. Common Work Results for Process Piping 17014 40 05 13-19 all joints. b. For an air test, an air pressure of 5 psig shall be maintained for at least 15 minutes without leakage. A force pump and mercury column gage shall be used for the air test. C. After installing all fixtures and equipment, open water supply so that all P - traps can be observed. For 15 minutes of operation, all P -traps shall be inspected for leaks and any leaks found shall be corrected. 3.21 Installation — Pipe Sleeves A. Coordinate penetrations and sleeves with equipment and piping suppliers under this Contract. Contractor shall be responsible for completing repairs and restoration caused by failure to coordinate with suppliers. B. Use core drill or radial saw for cutting non-structural members. Where piping passes through steel grating or checkered plate, cut circular opening and weld pipe sleeve to grating bars. C. Restore area affected to good condition following installation of sleeve. D. Accurately locate and securely fasten sleeves to forms before concrete is poured; install in walls or partitions during the construction of the walls. N E. Sleeve ends shall be flush with finished faces of walls and partitions. N .^. F,z. Piping and sleeves passing through all fire- or smoke -rated floors, roofs, walls, and partitions tr shall be provided with firestopping. Space between wall/floor and pipe, sleeve, and/or duct LLf f vr shall be sealed with UL -listed intumescent fire barrier material equivalent to rating of wall/floor. Where and sleeves through floors, roofs, walls, that fire piping pass and partitions are not or �? r c.7 smoke rated, penetrations shall be sealed with grout or caulk. r �s G.0 Exterior watertight entries: Seal with mechanical sleeve seals. C H. Set sleeves in position in forms. Provide reinforcing around sleeves. N 3.22 Equipment Installation A. Provide permanent supports for equipment installed under this Contract as indicated on Drawings and as needed for secure and vibration -free operation. B. Remove all temporary coatings, wrappings, lifting lugs, etc. from equipment. Provide touch-up paint as needed to match manufacturer finish. C. Contractor shall complete equipment alignment for equipment provided under this Contract and prior to initial operation. Manufacturer's Representative shall be present during alignment. D. Check alignment after ductwork connections have been made but before supply and exhaust fans are operated and verify alignment through hot run. E. Contractor shall provide labor and materials to completely rotate equipment within manufacturer's required tolerances and to satisfaction of Commissioning Authority. 3.23 Installation — Flexible Connectors A. Install units for chiller rupture disk relief piping and compressed -air service in a straight run of pipe. PRVN Consultants, Inc. Common Work Results for Process Piping 17014 40 05 13-19 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project 3.24 Installation — Miscellaneous Piping Specialties Contract C-02 — General Construction A. locate test plugs adjacent to thermometers and thermometer sockets, adjacent to pressure gages and pressure gage taps, and adjacent to control device sockets. B. Where large air quantities accumulate, provide enlarged air collection standpipes. C. Provide drain and hose connection with valve on strainer blow down connection. D. Provide pump suction fitting on suction side of base mounted centrifugal pumps. Remove temporary strainers after cleaning systems. 3.25 Field Quality Control A. Prior to conducting testing procedures of water lines, provide 72 hours' notice to Owner. B. Hydrostatic pressure testing shall be in accordance with ASME 831.9. C. Testing of piping components is not required prior to installation. Valves and fittings shall be capable of withstanding hydrostatic shell test equal to twice the primary design service pressure except as modified by specifications on fittings, ASME 1316.5 or ASME 816.47. D. Provide all equipment, fittings, blind flanges, plugs, temporary piping, valves, hoses, Instrumentation, backflow preventer, water meter, and specialties not shown on Drawings, but N necessary for completion of filling and pressure testing of piping systems. E.�> Construction phasing will require the Contractor to conduct hydrostatic pressure testing of �t o_ piping as each phase, piping system, and associated work is complete. ire W FJ Contractor shall fill each hydropic piping system using the plant process water system at the fill 1-0 connection point. Record the amount of water (gallons) added to fill the system. G~ After erection, but before painting or insulation, all piping systems (shop -fabricated and field - fabricated) shall be capable of withstanding a hydrostatic test pressure of 1.5 times design pressure, as stipulated in ASME B31.9. When hydrostatic tests show leaks. Contractor shall complete necessary welding repairs, in accordance with ASME B31.9, at the Contractor's cost. H. Protect equipment, specialties, instruments, devices, and other items connected to piping system subject to damage from hydrostatic pressure test. Provide necessary provisions for isolating (blinds, etc.) equipment (chillers, pumps, heat exchangers, etc.). I. Perform operating test as follows: 1. Test condensate and service water systems under service conditions and prove tight. 2. Test compressed -air systems under service conditions at pressure equal to highest setting of safety and relief valves in the individual systems. 3. Make corrections and retest to establish systems have no leaks. Replace or recut any defective fittings or defective threads. Soldered material shall be thoroughly cleaned prior to resoldering. Back welding of threads is not permitted. J. Owner reserves the right to complete independent examinations and testing of piping, joints, and fittings to confirm compliance with the requirements of ASME B31.9 and this Specification. Examination and tests may include, but are not limited to, visual examination, liquid penetrant testing, ultrasonic testing, or radiography. K. A signed and dated affidavit of testing shall be provided to the Superintendent within 72 hours of completion of testing. Each affidavit shall contain, as a minimum, the date of the test, system or subsystem tested, test medium and pressure, duration of test, test results, name and signature of individual performing the test, and the name and signature of witness to the test and whether the portion of pipe tested meets state and local regulations and Owner PRVN Consultants, Inc. Common Work Results for Process Piping 17014 40 05 13-20 City of Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction requirements for leak testing. Copies of all affidavits shall be included in the Operation and Maintenance Manuals. 3.26 Commissioning A. Provide commissioning documentation in accordance with the requirements of Section 01 91 00 - Commissioning for all inspection, start up, and Contractor testing required above and required by the System Readiness Checklist provided by the Commissioning Authority. B. Components provided under this section of the Specification shall be tested as part of a larger system. Refer to Section 01 91 00 — Commissioning and related sections for Contractor responsibilities for system commissioning. End of Section PRVN Consultants, Inc. Common Work Results for Process Piping 17014 40 05 13-21 N N C Q = xc:::. 0 d Wr t -J t— %- U LL1— U? co � PRVN Consultants, Inc. Common Work Results for Process Piping 17014 40 05 13-21 City of Iowa City Wastewater Treatment Facility Contract C-02 — General Construction Backup Generation and Electrical Distribution Upgrade Project Section 40 90 10 Process Instrumentation and Control System Part 1 General 1.1 Summary A. Under a different contract, a new backup engine generator control system is being supplied, programmed, and tested with new engine generator and breaker controllers. This new backup engine generator control panel is being supplied fully integrated including a PanelView with HMI screens, trends, alarming, permissive screens, etc. The scope under this Contract is to receive the native Rockwell Allen-Bradley program and HMI native files and duplicate them in the City of Iowa City's Wastewater Treatment Plant central SCADA HMI system GE Proficy iFIX 5.8. B. A new network connection between the backup engine generator ControlLogix controller and the plant fiber optic network is being established as part of this Project allowing for full access to the tags within the backup engine generator ControlLogix controller. C. Integration services associated with this scope of work is limited to the duplication of the HMI screens within the plant SCADA system. Integration services shall also update the plant historian with the new engine generator tags. All control logic, sequences, permissive logic, first out alarming is being provided as part of the backup generation control system by Others. D. Reference the attached Enercon Engineering backup engine generator control panel shop drawings. E. No new hardware or licenses are required as part of this scope of work. 1.2 tv Codes and Agency Approvals N d (yxr All materials used shall be in accordance with the National Electrical Code and with applicable O industry standards. t UJ W. erk6 System Supplier's Qualifications J a �r, �, All integration and HMI services associated with this scope of work shall be performed by U_ ESCO Automation of Marion, Iowa. oB. o -- Lead engineer and project manager shall be Michael Denning, Principal Automation Engineer. r+ Contact information: michaeldennina(theescogrouo.com, 319/739-2218. 1.4 Coordination A. Coordinate the new HMI graphics within the existing Wastewater Treatment Plant SCADA system with the established plan graphics standards. B. Duplicate the Enercon screens as closely as possible including the commands for initiation of actions by the Enercon control system. C. Coordinate with the Enercon Engineering engineers to coordinate graphics animation, questions about the setup, addressing, and establishing the communications during startup. D. The native Rockwell Allen-Bradley logic and graphics will be made available before startup so that work activities are not required to be exclusively performed onsite at the plant. 1.5 Workmanship and Materials A. At Project completion, the control screens shall be fully duplicated and tested to verify the correct values are being displayed and all control buttons and screen navigation function correctly. PRVN Consultants, Inc. Process Instrumentation and Control System 17014 409010-1 City of Iowa City Wastewater Treatment Facility Contract C-02 - General Construction Backup Generation and Electrical Distribution Upgrade Project 1.6 Shop Drawings A. Completed 1/0 checkout test reports and marked up printed out graphics with all points checked off as functional. Part 2 Products Not Used Part 3 Execution 3.1 Graphic Screen Displays A. Provide custom graphic interface specifically designed for the City of Iowa City Wastewater Treatment Plant. Graphics shall include the City logo, show the custom one -line diagram, show N metering data for each breaker including individual per -phase line -to -line voltages on both bus C1_" and line side of breakers, system frequency, breaker open status, breaker closed status, real 0 IT - and reactive power flow, alarms, etc. All manual push buttons shall be accessed from the — overview screen. l0 BC-+— Provide an engine generator screen depicting the actual engine generator with all �! I y- instantaneous analog pressure, temperatures, and flows available across the data link. I-- Navigate to the generator screen via the generator symbol on the main screen. Also list on the c_: ;. generator screen all the available discrete alarms listed next to boxes, which are empty when not alarmed, red when alarmed. c �4 C. Provide a dedicated permit screen. Permit screen shall list each permit and a small box filled red if the permit is met, empty if the permit is not met. Provide an overall aggregate permit box at the bottom of the screen and also on the overall screen. D. Provide trend screens as described in this Specification. 3.2 Configuration Review Meetings A. After supply of native ControlLogix files, review the files and screens and attend a conference call with Enercon Engineering to discuss questions and coordination. 3.3 Factory Demonstration Testing A. Prepare the preliminary screens and attend the backup engine generator control system factory testing at Enercon Engineering in Peoria, IL. Be prepared to test out 1/0 communications, addressing, and obtain an understanding of the Enercon control system and the automation sequences built within it. B. Enercon will test the entire system; include all peripherals and associated software under simulated operating conditions. C. Software test: 1. Test all automation screens, navigation, and alarms from control panel controllers locally to confirm 1/0 checkout before shipment to site. 3.4 Training A. Not required. End of Section PRVN Consultants, Inc. Process Instrumentation and Control System 17014 40 90 10-2 Exhibit A Engine Generator Shop Drawings City of Iowa City Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction N N ,Lr Q s X: W W LL - - o N Exhibit B MV Switchgear Shop Drawings City of Iowa City Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction N N C � Cn Y7 E P WLO OF LL P V m U 0 N Exhibit C Geotechnical Engineering Report City of Iowa City Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction N N � �C:) LIS Jr v r• U- U p c N Exhibit D Existing Disinfection Bldg Drawings City of Iowa City Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction N N � � i1j yr � p N Exhibit E Building Permit City of Iowa City Backup Generation and Electrical Distribution Upgrade Project Contract C-02 — General Construction N N er �•� cr� C:) L JY V F"' v N BUILDING PERMIT City of Iowa City Permit #: BLD18-00552 Issued: 10/30/2018 Applicant Name: k CLARK Job Address 4366 NOOLEON ST Parcel # : L`+ -- IC00000405 Zone: OTH Project Name: N WASTEWATER - CITY -----__.-_..-_________-„_ Appill —..— BEN CLARK' c p o '— h W. CITY OF IOWA CITY Contractor LEGAL DESCRIPTION: SUBDIVISION: LOT: PROJECT DESCRIPTION : back-up generation and electrical distribution upgrades to existing wastewater treatment facility TYPE OF USE: OTH BEDROOMS: 0 LOT ---------------------------- DWELL UNITS: 0 DIM. TYPE OF IMPR : OTH STRUCTURE AREA: sf FRAME TYPE: MASN DIM: SETBACKS (ft) - OCC GROUP: ? AREA: sf FIR: RE: TYPE CONST: ? GARAGE LT: RT: BASEMENT?: ? DIM: CONT PRICE: STORIES: 1.00 AREA: sf ZONING DISTRICT: P FIRE SPKLRS REQ'D? : N TREE ORD APPLIC? : N OVERLAY ZONE: FIRE EXTING REQ'D? : Y HANDICAP REQ APPLIC? : N REQ'D PARKING: 0.00 AIRPORT ZONE : N ST ENER CODE APPLIC? : N FIRE DETECT REQ'D?: FLOODPLAIN: ? CERT OF OCC REQ'D? : N NOTICE: Separate permits are required for building, electrical, plumbing, heating, air conditioning, or signs. This permit becomes null and void if work or construction authorized is not commenced within 180 days, or if construction or work is suspended or abandoned for a period of 180 days at any time after work is commenced. All provisions of laws and ordinances governing this work must be complied with whether specified herein or not. This permit does not presume to give authority to violate or cancel the provisions of any other state or local law regulating construction or the performance of construction. X Signature of Applicant Date Signature of Building Official I - Original 2 - Inspector bld pnnt.rpt 3 - Office 4 - Customer CITY OF IOWA CITY - IOWA CITY, IA WASTEWATER TREATMENT FACILITY - BACKUP GENERATION AND ELECTRICAL DISTRIBUTION UPGRADE CONTRACT C-02 m GENERAL CONSTRUCTION LOCATION PLAN td41:.m _ 1 <IIIfA `11 vW SDVIllWASIEWATEAIHEATMENLfACLLlI1E5 9TJ� DRAWING INDEX Grvof Imvn Cirx I.� r 'F Shoem�ryl}roj •• HaaIZIO�I� � + Art 9:23 d- TY CLER CITY, IOf'.q am � Ems- .T .; BACNUP GENERATION AND ELECTRICAL DISTRIBUTION UPGRADE PROJECT vE.r.ncwccwrEts- SDVIllWASIEWATEAIHEATMENLfACLLlI1E5 9TJ� DRAWING INDEX Grvof Imvn Cirx I.� r 'F Shoem�ryl}roj •• HaaIZIO�I� � + Art 9:23 d- TY CLER CITY, IOf'.q ISSUED FOR BID m THE CITY OFIOWA - IOWA CITY IA . WASTEWATER TREATMENT FACILITY BACKUP GENERATION AND ELECTRICAL DISTRIBUTION UPGRADE PROJECT CONTRACT C-0]-GENERALCONSTRUCTKJN TRE SHEET, PROJECT LOCATION PLAN. AND DRAWING INDEX GG01 A 52317 ISSUED FOR BID THE CRY 01 -IOWA CITY, IA WASTEWATER TREATMENTFACILGY BACKUP GENERATION AND ELECTRICAL MSTRIBIRION UIRGRA➢E PROJECT GENERAL LEGEND GG02 23 y cLEr CITY, Rol:}217 ETRANvim ORMA IIOL - PROJECT ARRNEVIenoN4 1N fY[NNF1'm6XNE6WAAD APPERE WnxG NPPEM.KPE, NRfdINigHWGMASIMW MAS RIMIi ADS AT PC WLEP SUPPLY IaMA4e]w PCOOLER9YPRY«EpIIRp MC CANNIER AD ESS DOOR MR RA�MUMMNURR FUR ED FLOOR NV FNUJNGVM u LTROPPMUIE ovuK TxiL ww aacrox ® ERIC. RW rI0XLL 3r.WDM081N8rIME uvs MEDIUM,PRESSURE STRAIT MW91INdrd H_MM�wEeEa BIG, Ao uELGYYr vov AMPERE QS XM`O AELBEW TDDNDLLTFOLMTNEEE wN INE R GESTXG AND IMTEPUI3 IUM PRESSURE AUI ME ILOGttY,rIENiFGR➢APFA460ULE0'N LEiNLGLLM aCCU /if£ /JS<WEOCRCFHSING UNIRAT /.NANOUS M. FORNIXG FORS W WPGUNERPFAT NE FAIL BRATTER, ME PURIT S.WIWEEGGD BR, &IXi BRCNFLGWPPEVEMEP G. NFA ATIONAL ELECTRICAL NRC1WFA9I55pCMipN ATIIX44 FIFE PROTECTION PHSOCMT1011 SPERN OF MOl G SNGZ NO NOS SIRAVCNGEP SAM YNR NO DOFF BTUX RG: SH rRERMN VNr3 PER MW MS SGLE M DIES L�TIFIERS C CA COL GBL E, COMPPE99EDNR OF GCCUTAALUNNFACE WYFETV AND XEOLTX KSMMTKM _ _ flWA1XN6SfMLttM 6N 6N GIDSEOCISPWERN WVTE IM TO WG S INSTRUMENTATION DMG0.4.1 PRESSURE AN GE Hp°' REEiIOx TOPdIGORENTIfIEN aR CIS CLANG IxE CELLULAR AN AN NN NiESEURE PEGDIATNO VALVE, PPF59ME PELEF MINE E618%WELTWE F END OLD PS PRESSUREENT. GD PSF RF. FELT — DTnM JIEMOSPEEADAOGREIT DETeI� TOPIOENTIEIER DaL CM caI. CONDENSATE PCOM. PER ARGUI WGK GAVGE FAESBUSE SAI VKYE GPISE Li EunIPE®IEcr AOrrM ttISFIFA CONT ED I CONTI LOURRo. BIC FDO, PN SPAREABLE DROP POTeaLE WATER --,-- CMOIAE sRGENCLRTMVLLW IRINEREET WN GVVD WARD, NBIC VMO I FGRI TWN9MInUA RETURN L U --- - FLUFFING IMPEPIRLDCAIF➢d N CMt CRTROL FALVE CXECNVNVE PD REFP WN RFOPN REFRpEPATIR SUPPLED PFUIFE DENRFIBA BASE' NAHbM1ERECEIN ON p DI1CrlE IRON, OIS1. INPUT REDO LENGE RDI ry.W xd. TmGAR CECd CARTER CONG ADS LIPS WNDGMV DSIE¢ REVOLDTpNS PEPMNOR WIGXS, DO DSCRErE OUTPUT RED DN4 DRAWING RTU FWFrGRUM, WRIG WhA1PINIl EA EFECTIRCAL EACH EA SD SUPPLY u0. SOUND ATTENwice RMSTABY DRAW E. EWNWTION BASIN EFFLUENT BG IGHTGVSS DANG SUM.. E ELECTSIGL MRNXOUAL 8X S OPUMHY LUMBITE M ER ESPR POSER PRECIPITATOR ITEMFEN BV SLOPE L EMW EAG AIS RAPE LOFT ED BEFEEL EF FXHA.T FM, FAN PAGE SDIN SGWRE NCR ""•' tlIIVNAIV6TM EG ELEVAIIM 9 AS STNNIEMSTEFL EL .. BLNM GRAN ( E. A., MEM :TD STPVCT RM, P ¢VE1Dd10fO ES IRPP Po 13 <], IA3RPWFA AhN SMITCXGEM B M'dE ETC EN93 ETCETERA EYEWPS.ET BF.N ARR SEW EA. My B. 1IEN'.IRNLO'rGL EENT ENTERINGW COLOPG ATELIEMPEPANPE SlR T SXMM TI9EHF ORMOSTAT,iMN RDnEmGMS� EBR. E%TEPHALSTATIC PRESSURE rB rFNMIXALBLOOC FAMER FAR RN CONTIRJL PANEL TEFC TOTPLLYEXCLOSFDFMCWI£D FO FAIL OPER OR FIBER OPTIC TENT TESSING IE FAM PAN-GhIN TANK TNCIGIESSI FD IGGR.... PR, DMY£R Tq3 TRANSFER SNTTN RA FUSEL FULL LOADAMrs LE TT TN TEMPENATwETRMUMTTER mm3TED, THERMAL HELL GENERAL CONSTRUCTION NOTE NA OCR 11.1 =TRANSMITTER TG,FLT TP TE POINT RN ..LT. TO TEMIREGATURE GAVGE FFM ROD PIRMECRW LI RM BVIIDING EWE WS SYSTEM UNIFORM FIRE NGE cN EMEENGt RIDIFYgTKKSAWGPUNMAt URYN6. THECATULTR. CA OLL WR GAUGE GLLLN W DX IT DEX ATERXD ATE LE LETTER ORIF OF LAPPS O WAY.MINA}EAV[EMMMEO/MERSRENPSMPRYF9NIDRIRM GMV ORIS WLVMTED NN-UWFAVLTORCDRINTERRUFAi UUF UL PA WRCHFRADUENCV RNs M AVLr IMEARUMER EPERMINUIE Vdl ON GRE ULLERMSBE NOTED GFS RIMEAPLATTRE PCMER SLYLY CSM GALLONS DEARL . STATES GEOLWIfAL SLgYEY MR FORGE URL VTILM W GAGG OBLONGS WRVpRRATOR OASMAD OIL V CEM, KIT . VALVE GLV GVCOLSU VAC PROPSIR CAPABTLE FREQUENCY DRIVE WDRE D NENOTHROUGHBOOF WATER WIDE FLANGE, WALL RES MGH PRESSJRESIFOM Wp Wg5,ED19PPV118MITMV) RA FOUR Pr . WATER GWE NYA< REAL RD TING, VENTHATIWIM9 AMCOTpTNIHG 4NR N GED TRINESORLER UQ HESS VS WVE STRAKER UTST M�PLFT PRENT AIR ER INVORT AP NSUL WSUPT.N RM 6e STRIMWASTE NAL.ICEAVrowATaN RAwuERRETURN JWR Dc.iTLVADEREAMPLY •Wa NCML HNGAW CIRCULAR SAL N MVA IIOWArtMERE SPIN HA, rt HOUR GPRTERGERATLNE B Po D UP LINEEMI T LAT STFIM TREASUREUM UPS INGII LEVEL SWITCH A 52317 ISSUED FOR BID THE CRY 01 -IOWA CITY, IA WASTEWATER TREATMENTFACILGY BACKUP GENERATION AND ELECTRICAL MSTRIBIRION UIRGRA➢E PROJECT GENERAL LEGEND GG02 23 y cLEr CITY, Rol:}217 NTS. WC. 710 PAC APAR NO PA LMOVtl(WAY, SUITE i NOATI LIBERTY.N4O11 MGTEg m. d.aa mesasI 1IEn+m �Tw�.�i .°mc�.,o.`r�c nt��uaiwc*as�wr.:rip U auzNrEM aMEM - I(} LJ -'JP%dra.�.as..�or-rtaumd. rv+ wn+aru.m, w M�.pyi Ro.awMiEav ndra ` pvs MdFIdIE CMRrndmWlnnMx iwfflYWEWMfIR awoMunrtn /w�dFN UbRNFxIE. �AaaEC'ivfi 9PdiAV6CMFP NX4h�W rptptv/C1L0NW W W.TOErSYmEM9Ytx4 TM c➢WYrR M6M9ne[Civ'rxr nrtWdNe WM�E®fdRWM/P.IDn rt0 M rpgwxl MarHONE TP T� (RtilrFLM.dME WR4�Prpx YMir'M i�iEWW'r,YNFP9M4MGiExIc9EE HY i °�' .... - drt.:w.rMooa MnrErnurexwx r _._ 'FS:. O 6Yfw MWMMNR. WIMcrmwunan'w Mun19 1.. _ IEYEIMIITNItlIABIR O+ �. ®A91rwrEm MOIAIEIMI®[O.IBII ae Rxoonowaruesdn�m 0 - N61ETrO1EgFEloMPCMaMR � I / 1. [M[AMIBMi1MY.b�xm.mmTr EMIIE MBMf rO fYIrLrP Yr6rr19.'6 / . �� � wweru�waolmiaarmeww�orxo>H INrMMNM1Mr i. v _ crtv , l I `J - I .try sicEE� '. asr� dfxrETd �xcnox � d{C r aurwln ! � , � S I xue¢Ew¢s®w / w I r � I ru •,O Maeanca I .• 41 • an � Ew am � ��.. .rn �M.ana�®reeure TTTclMrF94 VMEr M.M.rMr �q11" i FOR PRELIMINARY REVIEW NOT FOR CONSTRUCTION e I II� e Marwamrv® O TIEC ANEWFRY,N EmrMMuun ,"F'r:.: WAS,EWA,Eit,RERMEM FACILItt AMR ^e z"v ,.?:- •wredn BACAUPG / t ': w .sEosTwM MSMISOON UPGRADE PRMEUiION CT Lt}: M it COWRACTU2- GENERAL CONSTRUCTIC S � w, y'N e vn�n�usan a' - ',• GENEMIARWWGEMEM (l\ mr�mruredwm�i wweioaEn r.nv irnE /� rart�+ We wnw�rw sncEo L t�"'�jj/'�j/'�j[/'�j it --1: ��e<.ees� e GA01 I COWSTNCTRNN wSCwLILE BT9 TANL09CWITgX jimo�j wIY OIAi WgTO wL,1H]l\WGL oasmClvl-RMSE1 �lN FX61NG WA6IPNAT9i1RFATEBlIfAQT' 1 CBHNT(FAO MAD OOx WA NA x IBALLBHAfiAIq'M®1•wcATD4•FOfAaEVNTBi LF6. ani NA WA rATAU WsvouclBAWcSArowNAu+o WnlHv 9mWE ap5, Wm, -6x. S GBBUTCQ WA aM.dAB. wo. MA fbTALL IS 51aA15EA9i BflONWASTE WAT9i TIFATABI] 4 WA a111 WA FAQM MAD 5 N4TALL l6V a3H]AllAM0. WA LVIx,a115 WA S WALLNIM S TaiAMEMMAD MA W2.=3,M4. WA W%=6 NfgdML WPLL afg5T5CEa L6KFi'IR! pq1. 0601 ] WA BLLO S WA SULY 0E)T_l6HELB WALIMIXNI®ARaYIIIDIHS,Aro IX B AS60Ml®GMHiOYA]CL6 ANl )MI,MO Wa,11 A 0:3,10.11,12 MTa VLAALLCNDIMIIIT1611LL Ci8lG5 AS �. 0BM_la F%6TW (xNgETE RttY15lAB ALQY3 N1R1 SASTHIE ROORaMN3Aro56VAGERM aTEH6T 60E pA1. =1 WA WA 6TIE[6W1LIWI a. - MEMWNl6TFANSA18 ERI, 8F2 LL4,ffb.Aro OXGW1TNpHiTS A 10 ALA55CG19J VBOS AID a]IBLgXf pD1.OM10 W@ M",7 areNr6 To REve+rexmv aF R]IEC�! IMT9ML. I6TALL 1'EW IJSWH;1CN fLY.F N61lATlNAro E6.6iNW Aro 11 NA AMO.MQ2 NA MTa WJOF C49iWiAS RE01162A1. WALL MY 4- sDN10£ ALOM V.fM THE 4- V84TAro Ix A390d�T®0.0aaNlS.QHNW16. A1O RTMi6. WA MO1.MG2 WA 13 ALLW3VWtlSlERYAALCNG V.TIT BafgST WA SW1.ml WA S�1! IIBAEEDYI BLECNJ. 14 BSTALL]HVCBH1 M WA a111.an2,=SL WA a115 wLL®MNGL OTSI W ICF qN. RNSE 2 1 a08E ABLEWATE S(NATL]NVALVEVAWNSNTTd_ R WA LOM1THSlS SWOEnMTER.NAlEl1EO02 GBLETOTIE RlaAA1OlE.uF1FRS 00.MSTTFAMOF IEFONTPH001. a.110 BDIx WO.1,2 WALL WiVMTABLEWATERI ATTEWNLPN11 ALa TR I TO O Aro ®.RSH TIE GBLI3 FTOAI 3 NRII Tf XC6E eD9.Td{BW31MAN1 B.6SBCY EVE WAa WA MOI.N@.Sa¢ WA ArosAFEry sHuvsa SAA CAOLETt. AIDRALBA GBLE 1L1 AMWOLE]Aro I6STOIE FUSW- DAIX S D4BIRTABLEWATNt BCLATANVALVEVAW. WA Smt WA NA 1@4"UILN OF MOU 1BLARl1 . WA NIFW NEW WIT !STALL IHV GBLE TO TR.IFMAIWµ SWITCWiFAR !PTO 4 XL6ESIMLLO!IiAT CL'NRA(,TCRBIMLL RO/OED LHNi TOIEATC6fFB"IO1 WA WA WA NLLM TOA IRIAM Cf SpF. AGN Rlf68H NW GBLE RILAro TtBRElATE TEN TR) LFENII9n!B6N8;IIQV &AONG BY CdRIEHTEGBLEB WffiITEC>tCf C2wAT BIAONG 5 MMMIMTIPAL aO6NI3nIXATDNVAVALVEV-002. WA BOYt WA NAJ'9A1.1) [B.IXBHEgTNG f' INTUML GS LEB WAtS11FAMaTE µq SSDJ1MlJ2NG UBFET l AMSN11D+5W-2 8 IONTWWI,AN]N3dW TORNOI.RN@.Aro INIUMLM3 WO 3. S.), 5, 2, INTIEATD6ALalI' VA111 TIBiASl6CN1B1FNMIST VD116 SOI, a.H0 8011 10.12 AIDMI(H WDGaBtfiS.®,IX.SH R IAW1RNp2. 5 INSI 52E AETAL-ATT M BTEANHtszM. 9PWLL 1EAfMTET1EG02 NA aMMCICR 6IMLL lE`MIIIaM82 WRT1E1@L/!AL WA GBIEATTIER3MNY M1EIHOi' GBIEFBD ] 6 T1nNS Faw W RIN T1E a• scuAl m R»ED W 1E LFE WA WA WA fB.tlInHTBW.M HIR'.Y.TLa11EllEAro A550W1EL 81MLL S N' ERRON54MOA3MRRJa.IAN)0.TH3lSCM mi'mO WA LM11:1,LYM0'3 1 N6TALLRN01 AMRN02 a11E06NBLTCN WOFAM WA WA WA 8 !STALL IEW I'IHNMLGSLOEWMSITEAMLFTEKNT WA BS1,M01 WA +W TGMawT roTALL aICTNC1ilASSpaLT®MiRIRN$NSNRQRiMR 10 RDOM FL163 TZ1 Aro8ANt9i W1CM INA "11W WA 11 D NNATIMLG6BaATCNVALVEV-0 . WA 6011 WA WSTALLAL I.Aa 3aTIEN WTIE 12 ,AMA0 OBfiSlnfl&ADNG. WA MOI w ISTALL AO1p1,AW02Aro A0M @DOF 13 W AAMRI]RMNR0 T1ESATTERY WA MO+,MQI WA IAI.IfL0.YV IXMN WA WA WA 14 66 TALLWBVNI93MLWMLLSII NRATTERYRJOMAM IDDIIINID LOOP M]RCAIIDN - RMSE 6WpDCfARF WA M01.8FI1 WA (STALL B'E AII6T VRR N SATTERY MCM AM SV11a6iAR t W'A8t$IfRY TDTMISWMBSTM-TR)TO 11ENEV 151N WA IS MCMALCNG YAMTElPAN$fHi (i11 BEMH`!TE WA M01, Mop WA SIMOGMRftCIXlAMS4TTERY WLM TR1100E19M1AlEAMOEOLSHREGBL6 FFW SNIIaI 16 (STALL EWMIAT FAN E-01 aC8FF6T]NBLLLfS RNF. WA M01 WA RE9SDCALWAWDOISTWA•IAN-R m,s WSTALL MY NInY AEI6NJGB6EL MD. WDRI MWYM 1 FA619N LHd LRi1TAro]OA91a LCGTIXI LF EMSTNG aA6.DII6.S,M J I�nAroBR5 fLN 180GTW ofMam D.B,'IgD WA eW.WD] WA f1IDNITNN'1Y 8E16df GB0El5. L- A R\I8, FSTALL ALL 6BIRABITAMKNIMI WNSBE0A1B1 2 TE OWM BATERY WA HL28p1 WA WTALL AM FSTALLAro STARRPTEMW 12NDL8AT1Bry BYSTBAAro SYS WA sAro RGD saDOE FHIOLM - F1MSE a LSTALLTIEI2 RT'Aii 06TRSUICNSY a NATEW1111ELPTOMTANANIX AGEONTIESAN)RaoD NSTALL T1E+sRv FQ16L fSIRAH?. aryTR']L, Aram , 9LB PON925U4LY lO1/EIXISTTJG ROAARY Al110AMTIC WA WA WA ILN9V GMAMSIEDgFEC86MTL1RMIXA0£ 1MI(E TMISF SMATaI. B oxe�TrxAITAS rnraraEcaDLATaLsuas+ wA UI32 WW. SAX BAn.an]. E1ne WA STARII➢STAFF AS RHY181. 1MMT8t5WT@I. ELPWLL WOLM i1EGM RGDGBLE NIO sWLLMTALLT]E�RY l%v,:AD.EBE1VA82T1E5Aro TIE] IXATM MAANY AEI9dG CABINET AMT9A4NATETE NA EIJ1IS EIA3, ELO), 4 RNDLMN1 S%kR AMTIELGOSAMY3REO8YMDEE MA EfN.BM, 9118 WA G@SLATOR SIRL9L FIXI BGIE a36 W Tat STAR11p T�1N[' SWRaffAR BLS 1 w TIE RELOCATED RtAMRY AETnw; LOIETRff BOI.PfE fBIIOR(- RMSEI O EAVAL[if W.YEAIlayTp NORTH LBERTY. IA 5231] 1 TANANENOt)16AS COTANAN OUTAGEONTIELO]Elt✓ffSIB fW.6i SIARYTDl1E WA WA WA EISSTW sa W Wu¢w uluEr 1. Gw'nUTwaoMi�ga aPNll EXfiSEAroQR EXSIW F®HV LOIEITiff SIXAB£ NMP WESOUM ERMw£GIEAMASAN]ONl1EGBLEl0 2 SSIIOIMIQNG GENET I. HPWLLMIXB(T1ELaETT✓ff GBLE WA NW TIENEW RUMRV AEI9VNG GBFETAro T9AfN1ETIE �•ELiIs WA LOM1THSlS SWOEnMTER.NAlEl1EO02 GBLETOTIE SW11aOMR81S20N TIE NEY EAMRY LElHU1G GBNEi @D TR I TO O Aro ®.RSH TIE GBLI3 FTOAI SMIIOI LIZIM CMTS GNMLE7 TBMMTOMOFFAmm SAA CAOLETt. AIDRALBA GBLE 1L1 AMWOLE]Aro I6STOIE FUSW- DAIX J T F6M FTOATHE EDAISW-2 TOfM3LL NA 5'9A1'I3XS WA NIFW NEW WIT !STALL IHV GBLE TO TR.IFMAIWµ SWITCWiFAR !PTO �.M]. �S MAW10LE]. MTANANOUTAGEONORRDEVATERNOBULnNO AGN Rlf68H NW GBLE RILAro TtBRElATE TEN TR) CdRIEHTEGBLEB WffiITEC>tCf C2wAT BIAONG 4 AMSWIOIMLQNG GB6ET1AS W8LA3 THEGBLEBET14M2 NAJ'9A1.1) µq SSDJ1MlJ2NG UBFET l AMSN11D+5W-2 �. 13.11)7 6STALLTIE TIE EE1ILIXEY NIE ERIMT AINEDVSEHENEW I G96ETAM1IEIHV ISNV YA IHVLOXAD H'i0J.9O1,EW2. 5 INSI 52E AETAL-ATT M BTEANHtszM. 9PWLL 1EAfMTET1EG02 NA HA3.fln] WA GBIEATTIER3MNY M1EIHOi' GBIEFBD NE4 91GNEO98]ATIXBTLNO ANJTEETNO. RNSE4n NTMl1ELpETIiff 5184TAlION SOLR� TIENBN BWJNE GEIHMR%L AMTIETBMORARV LGOBAN<ODMFCI®To 1 NEM ISNV AETAL-QAO SW1fa8LARl1EENCNE 0965A1OR WA WA WA SUR82 ALO W a 1MN llE CpPR1 EYSTBA NIEDRATCq WLL i@fOTM BOlE (SBMTOR STA RRYAM T�T6D. TESTNG WLL F1aMEBOMMMLLR OFBUTONNTMTIE lRlm EW bUIDL[IDEOFNKTDN WTMTIE 2 LOA BAW. 1@MCAARY LGDBAN(. TIESERMSEAUTOM1MTR WA WA WA SMLLMVEB AMR2WBV IEAaI FORf1iT/O!O Mi Ik 6AO(LPP0.YHt TO TIEMM Al cm sM J 19fOTURY GBLB BETNffi152-MI Aro T1ELG0BAN( TIE IHV 15Nv 6ETAL-QADSN11aC£ARSIMLL RBMNESO�® WA WA WA FRDM TIE LOIF TTEE SIBSTATON S W tIX IDDIIINID LOOP M]RCAIIDN - RMSE S OJOFOEMTEwnH avN3RaEaLATOrsroswlra TIE MRAAL t W'A8t$IfRY TDTMISWMBSTM-TR)TO 11ENEV 151N WA EOM. 9108,SA) WA SN91alC£AR B1152. TR1100E19M1AlEAMOEOLSHREGBL6 FFW SNIIaI 2 SW -2 wLGELET9i.11AlKM6 QiAT 1R1. RAL GBLE BAIX WA WA WA TOIMNOLE2. WNB.TTIEMRN®GSLESEIMI ATTIE J �FALm Aro TIEHHVMTAGEBVHMS6 TIO WA ®D4, BA5, 9.OB WA gTT1EDLiESTERBI.IRO. F9vQAI TIE SATTafAB tO TM]SFER 11E MM LG08 i W lA1 A T1ESAro RGDEro0Fl1EL00PTOlIE]HV ISMI AETAL-QAO SWIIaC{MRAM TIE LpE ltt9: SI,S6TATON SQA[E W IRI TIE WA WA WA NSY BAIXIR 9ffE G96Nlat A6 9AOOP 901/lIX sAro RGD saDOE FHIOLM - F1MSE a a NATEW1111ELPTOMTANANIX AGEONTIESAN)RaoD 1 9LB PON925U4LY lO1/EIXISTTJG ROAARY Al110AMTIC WA WA WA TMISF SMATaI. WARTIE SOUTH ANEIMa GTEgMABAM011 TIE GBLETO 1MMT8t5WT@I. ELPWLL WOLM i1EGM RGDGBLE NIO 2 TIE] IXATM MAANY AEI9dG CABINET AMT9A4NATETE NA EIJ1IS EIA3, ELO), WA sro WMDSIS SOUS'FAMTEAfMTETEDp2 G9LETOTIE 9A3 SWRaffAR BLS 1 w TIE RELOCATED RtAMRY AETnw; GBNEEM LH.OL9H TIEGBLEBEIN'MITIEUNAaM BRACER(' AMTIE IX9T]JG @ONEGBVEMTIXt STBALPTMMFOMEt TD AM 3 NSTALL TIENEµ 15M POWETi LABLEFROIA 15" AETAL-C NA FfiO9101.9A2, EIAO WA SWTTOO£AR E1£AIQR s2. F1 TO THE LASAq BLLIAIDS Y EIA].9A8 TMMWW.eiTO. FSTALL TIE NEN SAMFWOSL&STATYXISIX%£BETW�JTIE 4 IEµ SArofp.AORAMRY I,ETHEJG GBNEAMTIEIHY 15Nv WA IOW. EM1. M. WA AETALQA D 5 WiLa1CfAR IMN BRGID3t 52.MI. ma EIA). 6nB 5 MPSIMLLETBIOQETIESAMIMDSLSSIXIIiE NA WA WA S (1pSEBKM1Ht52-Ft. NA WA WA TRETE BfEA 52-T1 AM 52 T2 SHALL BE M0 AM THE SAro R0.AD51.S6TATON WNBiEA103352-AO SIMLL BEafBH1 WA NA WA M RAMTHE MNT N MIANL lbIEYilAMTCW OONiR=RLAYOOWNS MAM0&CLGHMDMMG l S WAY S'M1O1SW-2, PRWARY AUTLWMTC TMNEF91 SWDat Aro NA aIle. E# NA E9,'I1dMLQNG,2ABNET1. OB.OLSHALLAS AT®WNOETE PRM CONSULTANTS. INC 710PACHAPARKWAY. SUITL' NORTH LBERTY. IA 5231] 1I y OrvoMO s lowAOn Gw'nUTwaoMi�ga ISSUED FOR BID THE LYTY OF IOWA - OMA CRY, R WASTEWATER TREATMENT FACUTY SACNUP GDOAT10N AM IS ELIRIGLL DISTRBUIION OONSTR1,004IIH SM SCNEDLEE 1;,RI 9: 23 ERK 11OIV.A ¢„v Faun® Nortel Eur vrtn vE aFY M1�llV E wwvnmunnu � � - Emi�i.�auo WMtppusa vertu 1mYxrw�aRrttulrlRl@m roaiue0iei.n vrur ��l V N aISINFiaTIaNATORe�`.E BM_LNG.: GBOUNa.iLOORW[siap_ [_n_INC. NORM WOIF Yi NOW EQUIP oaE ROOFTOP UNIT INTUI OEN 01,1 DETAIL UNIT NEATER 019IMMMION OETAN lN0lNOe ® ImsrourcuxwEn ® iuue lou wv�c[o "® mx'xvreroveccml ISSUED FOR BID THE COV OF IOWA. IOWACITY, M WASTEWATER TREATMENT FACILITY BACKUPGENERATIONAND ELECTRICAL DISTRIBUTION UPGRADE PROJECT CONTRACT= GENERALCONSTRUCTION DEMOLITION PLAN DISINFECTION STORAGE MEDNG GROUNOFLOORSROOF EANA00T FAN OBODTION MAL pbM01 ••er PRIN 00NWIiAN75 INC N 'IA VANKWAv. $UI'=1 ® NORTI NOlHH V9=d'Y IA5239 Gn of lov-atm NOTES [ET&4lu WnKEon r anm�vo/ptw�wm[ auuvWatu[ • 231 uanllwxom¢ierrdrlmlu i.� oumrtd{r¢.i by reboav e�dmemx¢2�.�wkP...✓- 'rl e rmmwieaw¢W aurotxlm.wrohm5 lN0lNOe ® ImsrourcuxwEn ® iuue lou wv�c[o "® mx'xvreroveccml ISSUED FOR BID THE COV OF IOWA. IOWACITY, M WASTEWATER TREATMENT FACILITY BACKUPGENERATIONAND ELECTRICAL DISTRIBUTION UPGRADE PROJECT CONTRACT= GENERALCONSTRUCTION DEMOLITION PLAN DISINFECTION STORAGE MEDNG GROUNOFLOORSROOF EANA00T FAN OBODTION MAL pbM01 ••er C1) „. RT"1"E'I OO VINFUTION IT -R-11 -1111 DING - GROUND Fl..R - l..K.M. MUTMM I M OSNFECTON STORAGE BUD DING . ROOF-. LO=Nn N-HTH ',) wSOUTHWEST G!SWECTIQ STORAGE ULDWGSHOUNO FLOOR I00KINGRORTHEAH CO OISNFKTON QJRAGERUI NG-GROONOFL00R LOON IGNORTN r�rrrry �w 1 T^' �' pI51MFECT ON 4IjIRjGER11 Lp Mfi. ROOT. LOOR MG MORTN p 5 NFECT ONMRAGE BUILDING_ RppF.1GOKING NORTNWERI wa�ruwrwwNoma.r PRA CONSULTANTS, INC. 710 PACHA PARKWAY, SUITE 1 NORTH LIBERTY.IA M17 "'ffiRi F D 7 WA WN.MIWNW(I K iPOl Pll..d W IMR.IdWAPRN lEffY2 ® m.¢.oet[t.nstR FOR PRELIMINARY REVIEW NOT FOR CONSTRUCTION THECm0F10WA.lOWACITY,A WASTEWATER TREATMENT FACILITY BACQP GENERATION AND EIECTIU04 OISTNIELTON n UPGRADE PROJECT . .. CONTRACT CO2 GENERAL CONSTRUCT DENOLITION PHOTO VIEWS DISINFF TION_SIOR!CEBUILMNC . ngBump UDOR DOMING I 11 p9 pDM10 S NRN6YF.' i, 9: 23 LERK ro� v 10WA 7 WA WN.MIWNW(I K iPOl Pll..d W IMR.IdWAPRN lEffY2 ® m.¢.oet[t.nstR FOR PRELIMINARY REVIEW NOT FOR CONSTRUCTION THECm0F10WA.lOWACITY,A WASTEWATER TREATMENT FACILITY BACQP GENERATION AND EIECTIU04 OISTNIELTON n UPGRADE PROJECT . .. CONTRACT CO2 GENERAL CONSTRUCT DENOLITION PHOTO VIEWS DISINFF TION_SIOR!CEBUILMNC . ngBump UDOR DOMING I 11 p9 pDM10 N h5h='nd d Haalan ILED I 74' -6 A14 9: 23 TY CLERK o, r, I T Y, I MVA ISSUED FOR BID THE CITY OF IOWA CITY. IA WASTEWATER TREATMENT FACRIf Y BACKUP GENERATION AND EIECTRICK NSTRIII R UPGRADE PROJECT DS01 10 EwEI aw�ln*i �ERM�rMfPJIMT EIEWE MY MLWLBrOE M .,A,, L!'IDMTXXEW AYf [g5,.. Df,'ENREED I..Y4 1 XGDIxAlK R .AT TmIP%DE4¢RP Wlil[DERS PftCM[W,rvw tl1RPklr/pFLLDfNu MMEWAC rE.,aF. rEwxc wD°ro:cvrrx waomrww �r0 f DED CCS @ RDDFPENEmnnox p oemaker dJlShHaaland .rtkEDrDRDp .� �- =_ y,NLprgrEprpmSnc M/EI WreYa WEiEO.tl EYOf YfRMR y ATMmp sa rEarErE OTIwEYOLpI.IdxWREw m.®wrwcr�¢or E[EGWIWP GENERAL NOTES: I�mLMEEE rmwwlrr mwex>..a rmEve4orws EDA.nw sAT.w vFAAFwr.TT, s�nnwwmrer.Rnw En LEMPfELFL [M[R LOniG LV [C�5 /5 mwwssWWrEDwuE e SIESE4 RxER�AMt LL Wu4t'3 L6iM rrre REfmlw pR�RMSN�SNNsun PFy.LERM Iwurmwwcv QLr Y. RWfx TA.r oeiw EY EIrtM Lunenwwrw Mwnw EeaEr '.r tlW uarrwmrvi� rEmff ELOGRY NW tf Lu• \ i 4'LVMYMMR w®mRwr �� Ep pH wBrNMrpl EIEIWI® 8 YRIEE L iYRWEE Yr1EM / WIV.QIMrf fAVYlf L r LYpLr,� MMTIp®Tp6 � tl 9 _' EQ QRfRWiiMI ELEMM1m8 LfIIEE 9x�(wEE6 46L'f 4L04FATEWI VSHECLW SAF TWA%:� RKrMDTL6L!LP'E NY �AViwf� EEN WtlEEIIWI yT9�Mt�D 01�w R MVRU EiN9 r.r w..rw,D�LwDDE Ew I �mrm wcm wae.tln �m:wrRtiv¢xo i'y reuw, xmi�w C �wmwEE rrErt.®Eiio.euunw mrRpuunuEwwa 4 � S 9 ; iMRMMEEYAY mLm.�Wmewrz EwEI aw�ln*i �ERM�rMfPJIMT EIEWE MY MLWLBrOE M .,A,, L!'IDMTXXEW AYf [g5,.. Df,'ENREED I..Y4 1 XGDIxAlK R .AT TmIP%DE4¢RP Wlil[DERS PftCM[W,rvw tl1RPklr/pFLLDfNu MMEWAC rE.,aF. rEwxc wD°ro:cvrrx waomrww �r0 f DED CCS @ RDDFPENEmnnox p oemaker dJlShHaaland rD �- y,NLprgrEprpmSnc M/EI WreYa WEiEO.tl EYOf YfRMR rEarErE EEAc W or fpnaL m E m.®wrwcr�¢or GENERAL NOTES: I�mLMEEE rmwwlrr mwex>..a rmEve4orws EDA.nw sAT.w vFAAFwr.TT, En LEMPfELFL [M[R LOniG LV [C�5 /5 Ew1E1 %i'0 rSu.L'P.Mr4u�R SIESE4 RxER�AMt LL Wu4t'3 L6iM pR�RMSN�SNNsun PFy.LERM Nix.'PPF]toE QLr Y. RWfx TA.r ISSUED FOR BID THE CRY OF IOWA CRY, IA WASTEWATER TREATMENT FACILITY BACKUP GENERATION AND ELECTRICAL DISTRIBUTION UPGRADE PROJECT CONTRACT CO2 CENEIK OONSTRUCTpN . ROOF RAN 6 DETAILS DISINFECTION BUILDING AP10 GPG GWAGP CIIYILWwISr!R191 b551m prE 9L9Y£SS jlIB1 ]W 081. FlFR6M'Y BI I POIICE NSRFSi I]I91 Y03'IR. FAFMEICY BI I P16CNCg3 pIq YdSiN EMERYMasraTeRSEMEN DISIJSsm TRVl5RY Rp191]bblL WAi6Ea191J5661Po LwAaKCNiell IrtDrt ALUMRr:SINIMOWe CENTIRYUNK 1319(3AX ISM WMMNEO NUMBER, BUT MEJSAGE GW PE LEFT ONAMKHl15) C%:iVMYLIMC ]191J%TBW ptI]1911931R01 ITC CGYUNIGLKY.'S IJt91bH6Rp CV 1]191961J609 NIgC, NomE9r:DON, A.uL AIMCCY,MESUARML]A(CSJ tIUBwICSUIX MlOJttl9]9 19B1 F3N9 EASTEIMOWBEFIC MEYACCM SIE." EXr YEH MJAIEPRARESERGY jt9LINS6}II t THESE DESIGN IXw W INGS INCORPORATE UNDERGROUND UTOTT REGI W MNI BASED UPON SUBSURFACE URRY ENGINEERING PRACTICES MU STANDARD WD EUNEG FOR ME GGLEGTIGL AND DEPLTION Of FARMING SD&9URFACE UTILITY DATA 1CIA5CE bd]I. WILILY CLLLLRV LEVEL A'. PRECISE NEI AND VERTICAL LOCATION OF UTILITIES OBTAINED BY THE ACTIN EXPOSURE TOR VERIFICATION CE PEVW SLYE%PoSER MID SURVEYED UTLITIESI µW SUBSEWENT MEASUREMENT G SUBSURFACE MILMES, USUALLY AT A SPECIFIC PONT. MINIMALLYINTRUSNE EXCAVATION ANEVERM IS TYPICALLY VSENTO MINIMRE ME PoYATEM FOR LFllry pAMAGf APPEGSE xAQWTAL ML YFRnG4lOL4nIX..IS WELL ASOMFR IITLrtYARRIW'ES.ISSWNN W FLIM DOCUAFN3. ILGIRACYI$MKIJLv SETTOCMDYE LM ANDO ERABIE R4AIEGIiM 5U4EYµpVAFRRC ALcugAcrM DEFINED IJx EwECTED arME FRaecTMNB LRVLY aur LLvEL B IMovAArRA oaruNEG MRD.Gx rHEAPPOunaxG AmflOPRwrewuACE GEWHYSICk METALS i0 lMEES/MAPPRORNNlENCPo G $LRSWFACE Dn IW4mLFiELMAS.OUMBEWBUAGYSYLW POMOFANDREDCT YISINMNSSDOKUµSENMBYM PROJECT AND REDUCED ONTO PLAN DOCUMENTS UTILITY GUALItt LEVEL C INFORMATION OBTAINED BYSUfIEVING AND RMTNG VSIME MgVEGRWND UTILITY FEATURES AND BY USING PROESRIONAL JUDGMENT IM CORRELATING THE INFORMATION TO OW1M LA'ELDmFCRMTHOM UTILITY SUNNI LEVEL WORMrpN DENVER FROM ELSnNG RECORDS OR ONLIEWIECiOYS. TABLE OF OUALITY OF UTILITY INVESTIGATION IN ACCORDANCE GEIEWLLptEg I. THE NIO0.EED MERG4f1ENi5 INCLUDES N THESE gUN4G5 HAVE WEN DEVOURED IN ACCORDANCE 'MM THE CONSENT MIMI OF THE OMAN STATEMIKE DRUM DES" MCI SPECRIGIp:S MVNYL 2 ERECTOR NTL BENpIMED BY THE MMFACIIY PULL WVVSDFPNRLEJRCCISTRULMI ENCIEEMIC G.ulax. PRBAVLE A TOEMM G n IIGIRR xorcE PRAM ro LMrtL coNRIBLTIGt ]. OMISSIONS 51nEETLOLATOIS.IRLmE5µ0GUDNAG ME PASEOax/.vALALFR5C10MTX}l ArnE TIMECEOESIGN. DEVIATrorvS WYBENECBSSMYINTRENELD A.w 51XJICIMµ1EgoRLpFElIC15 BETWEEN ME RAN ANO SOLOCONOTIONs SIwLL BE REPORTED ro MEdTY WBPECIOR, A CAVFlNEALCONSMSCRYLpRACTNm TO ME CONSTRUCTION LIMITS UNLESS OTERMIEµnRpQED BY ME CITY ALL EASEMENT LIMITS SHALL BE SEEM MARRED AND PROTECTEOOY THE CONQUEROR 5. M WTSTREWIFMENTANDip MAIERVLSMTHINN&ICRIGHi OFWAYg STREETSNLY7RAl n OENTOTMFFIC, mNTp TMy LSTMEWWLMMPMAMASMOESRwrm UYWWN SPMF I INOETW0.1CrCL E01MVBR6(TEARER1W Nry NITONS ME PAVEMENT qR STFtitTIpE$USF➢ PAVMFFTOFAUL GFNrm ATM MENVOmC SA1 GREMA AYSCCNDATO iSWLCS WE TIE PAVHBIrCf.lLLpEr/1ppgPog Ai11EEECOFFWI MYSMMTW6. AND AT OTEA TABS WE TwEGmBnKowNm T rlEworwtrpB NTE9PorMNLE Fax MLSIFEsuETYlxawwc FExcNGAND SIP+LACEax sITEAw MLNL caYPr wmA Au HATE Lace r]L FECE WL REcuArGM. a. THE CONTRACTOR EMLL CONI AIM NOT STATECEWUTNWS BOOMERANG MR, WATER AND BEER POLLUTION. B. 'MIEF£SECTON GR WBSECTIM MONUMENTS BENCHMARKS, RIGHT OFWAY PWS. OR IRON PIIS MCNUMENS ARE ENCOUNTERED. ME CITY BULL BE NOTICED BE ONE SUCH MOWIMEMS ME REMOVED CROSTURI ME CONERACTW SHALL PROTECTWHO MET LILLY PRESERVE ALL MUNIMENTS UNTIL THE CTYAND ANIgRZEO SURGEYGL. GR AGENT, WAS WrMESS. OR OTEUTSE REFERENCED THEA LOCATON THE CONTRACTOR WILLBE NFSAM51&EFpLHAYNG ANµMCNIffDSUNFYW pE£5fAMI5N ANY MMLMENTS LHAUSESARLY DESTROYED SY WRONG CKPA!pNS. TO FlXL DEEPER SAW CUT EASING PAVEIEMS FkCO TO REMOVALS THIS IS NCIttNru TO PEM:NUS MY MENS IT REMOVE VALSENG PAAB NR TO ME NFNEST RANT OR AS MOM BY THE DIMER. IT PROTECTEXISnNGFALIUTES. TUESMOMNESµflATEWNCm WTTOBEREMOUPDFRCI WE WRING CONSTRUCTION. IS. COORDINATE CONSTRICTION TO MNNI]E OISWTKNS TO TIE ADJACENT PLOPERTEs. REPAIR AND RESTORE MY ASEµ 06TUMED BY CONSTRUCTION CRLM OF ME cOSTRLICTON LIMITS AT ME CGRMCTC25EXPENFE. IA WWIYGCd4TRUUSTUSES STMINGOVED THE CIAPNOVIDB/HE FRCMW➢NRMD CUSTODIANS DINER 15 TE CONTRACTOR GRACE MANE THE C1-Y51N5FfCTOR WITH DAILY SECOND KEEPING INCLUDING WCAENTNG ALL M CESSARY REL] IOGICS NO MEASUREMENTS THE COMPACTOR 5 PROHIBITS TO Airpq 1. MG wFFEAC. EINSFEMON50F THE PROJECT ALIT S BE SEXAFS.ME FOR CK FUND ALL MANHOLES FOR INSPECTION IB. CONTRACTOR SHALLCWICMI.TE ME CM'$MUCTION SCHEDULE WITH CITY STAFF TO AVC➢CONFLCTS WITH Cm EVENTS NO ADDITIONAL ca1RFH5Anax ALL BE MADE FOR cWLMInxG SLKmLLES AROUND EVENTS CONSTRUCTION SURVEY NO TES A ALL WLiRUCTOR SUI SHALL HE PERFORMED WITH A L URGED Ri0fEs5grvN ENGINEER OR LRENSEO INC MF4EYM 1N PESPGS'&E CTMCE. 1. ACCCAMI WPM P MNA)M G GMPTER SRR. DOOR OF OwA MGNEER OR LICENSED CARD SURVEYOR N REOCNVBIW CNµGE G [T DOCUMENTS VIIflVEY$DULL E INTACT ALOGOµp EYMIMESUNEA D POINTS SHOWN N CGN ILLY THE ENGINEER N ERVFASFYTHEYN S IN LDE ER ATSPECIFIED LCGnCASANO 9fVAIMiADG1NAMELY, THE ENGINEO OR SURVEYOR SRILL DETERMINE PROJECT E MECONTROLPoIHf$ME WffOFM TO %OVTCf COIMOL FOR CONSTRUCTION SURVEY ON ME PROTECT C. PRION i0 LMSrRVCnLN. MELICENSEDP E55ONNBGINEERMLICENSEDUWDSUrvE IN MEETRSIME CIWTGE T CONS L MATO N SURVEY sNNLPMYS1Cµ1Y ONEEF Mp LETERMMEON GRATNR MMRNEWCIX:TMMUNwhLMAny WOFNGERESR MEE.YGiwEISIWLWpSU TOGO 5PW1 M1EgYWE LOGTRMI µpELEVAnON C: SVO FEANgfSMLCMARF MISMEOWRKIE LO UNREST TO, GRpgMTCFS MEWV1PACi SEATS STSM6AND STO SEWERSTRUCTSTO RES. ALM LMLUDING.EQiTLIABNING MAM WATER.VEKS NDPLBFs sMIT AR EMS -ORM SEWER AND INCLUDING TIES ABO AM WATER VILVESMll MOUNTS, ARM EYISIINGJIIL:iY FIFII:RES YL smenEEs SHOWN IN CCWTANOT OCCUMERTS. ME CONTRACTOR SMALL WOKE OF ME FOLLOWING: L IF SURVEY CONTROL POINTS ARE INTACT MO JUDGES SUFFIG EST FOR USE WRING CONSIRUCIKKI SURVEY. THE CONWAROi SHALL PROVIDE ASIGNED LETTER STATING WRROL PONTS µE TANG AND SUFFKSN T FOR CONSTRUCTION SURVEY TO ME JU EMOTIONAL PROJECT FBI 21F SURVEY CONTROL POINTS ARE NOT INTACT. ON ME JUDGED IN SUFFICIENT FDA USE CARICA CMSTRUCT10N SURVEY. THE CONTRACTOR BULL FNMIDE ASIGNEDLEi1ER DESCRIBING ISSUES NIM ME CONTAOL PLANTS TO ME JURISDICTIONAL PROJECT ENGINEER. E AFTER LOCA-ING MD DErBMINNG CONDITIONS M E KW WL4TRUCTMN NL CUTCH En51NG FMTNEs, AND AFTER GTFIMFING LOGIN AM ELEVATOR G SAO FUIT AND WIWO TLS KINNTON TO WNESPCMNG WCeATM N TE WLRULT DBGIBITS. TE CONTRACTOR MALL DOLE OF TK FCLCMY I. DOCUMENTS G ADDED g5 ML FORMAS URINNO ffANE5 BARNEY THE TEOYIRAGT EXCEMEA BONEROFDNEEAYR MAGEFUNI OF WSOROTORDELEEWROF BUS BULL POISEA SORE➢LETTERSTRING PROJECT EMM.YGrKLpuABLE MU FOLE.B OFBUSTING FEATURES TO MEASINGACCWLYOFUVEYCONT OLBE POITS THE FGRE MAY$E IN;LUOEp M' THE LETTER OFLAVAINGACCURYY MONS OF EXISTING PORUS I. E I UWNTYOLNEDINS FCHO ELEVATRUMOURISINGSMMTISASNOTED INEECCHADO OACRACT CCCUNENi515JU0GE0 M5UFFFIBiFOLU5E 0URINGCONSRUCTW SURVEY. ME CONTMC'OR SYNC POVOE A SIGNE D L EMR, PWS ANNOTATED EAGER WOES TO THE JUNISDILTICNN PROJECT ENGINEER F. TK MXUt YECIFlED MOVE IS SECURED PRICK TO ME RECONSTRUCTION NEEING. IFMISWIXUSNGF COMPLETED AND LETTERS ME MET PROVIDED TO ME SHER WA AT TK PRECONSRUCTIDN MBTNG, START G CONSMUCTCN MY BE DELAYED ME PROJECTS SCHEDULED STMT DATES AS SET FORM IN TE CSCLEICNOT ERARIKER GENEpKMNI1YN025 I. REFER TO TMULAnCN OF UTILITY CRUS LEVELS IN ACCORDANCE WITH CYASCF]BU]IH MESE DRAWINGS FOR EEgWTIDN REGWOIVG DEPICT XW OF CALL G 1UPEAURFACE DRUM ME CONTRACTOR NST MERRY ACTUAL LOGnOHS In ME HE,O L OBA UTE W, UNDERGRWNO FAGUnES INFg4AMw. RECLUSES Vflp4 FORK TO RM'A ONE W1 NHtl}bt8R1 NOT LE 55 TURN NHOUSE AMOR -0 DOW, W1KN, EXCLLp MG WEEKENDS MO LECVL RgpAYS S UTILITY LOCATORS MO CERT US WEAR Ror1ED FROM FUN DRAWINGS Fupx6XEp BY ME OWNER µ01N SOME CASES VERIFIED BY FOrHO,WG AND THEIR ACCURACY MAUL0 BE CONSIDERED APPROXIMATE. NO RESWbIB1LTY IS ACCEPTED FOR ME LOCATORS AS SHIN! M TINT ALL GI HAD IIES ME SHOWN. A MIITYLMTIONSSHONN1NTHETLWSµ ROXIMAM UNLESS NOTED OTHERWISE, REINVESTMENT IfIGrONS FSPER TO ANY UTILITY RESONATORS REQUIRED r0 ACCOMMODATE PROPOSED CONSTRUCTION. THE CONTRACTOR 5HALL COOPERATE WITH ME BANNER OF FIRE UTWnES IH THER KAREN. AN. PFARRANGEME-1 ONEMnONS SO WpiV MAY PROGRESS Al A pFASCVAMf MNUER DUPLICAMM OF REARMNGEIAEST WOOF MAY OE REDUCED TO A MNMAT. NL SERI TENDERED Br THOSE PNLTESWLL NO' BE UNNECEKARL Y STERRUPTEO WHERE ABLATOR NTE DENTRI 0GEBlIS. PROMISE TRAFFIC CONITKK AND IT AYST BLUE SCHE W L NO OF IIRIry RMOGl1YM SCHEDULE UIBLIY IHMATp6 TO RMUQJEUYTOCCY:iMC-CR CPEMipNS. TE C�rfpLLOGTNDE641MJNYTE$,CCY'MdINANIG KLDGnW w1MR GAOVIGAN; TEromravvwroRls.uo stumDwETTecrnlTDFunMuoDnE >K RMOGTGxG u1:LlnfsScaxstEgm.NccBru romceIMATLx. 5 1NNEMYMµMOyIm CRIMES Wliµry nlE LGNSiRUCRONIIRSNpi Y4YM CN MESERPNS ME REMOORMINGTH EsBWE LINES ES AS NECESSARY FOR cµoNESµmAuNcWnoXxm. THE WNIMLi011 bPESPONs1RLE FOR 6. CONTRACTOR SHALL CONFIRM ASSUMED DEPTHS OF UTLLUES AND PROTECT THEM AS NECESSARY DURING CONSTRUCTION T CONTRACTOR SHALL VERIFY MAINLY MO STORM SEWER RPE SITES WHO AVERTS PNg2 TO CGLSiNOTIION AND PENCE TOORCERING MARHOLES AN SUER PIPE. NO MDITCNLL PAYMENT SIULL PE MADE r0 THE CONTRACTOR FEN KATE R!AT THAT IS ORDERED MD BASS NOT MATCH PIK SUES WHO NaFRiSMINT ARE TO BE CCNPRMED MOR TO CONSTRUCTION B AT MONTE MERE ME CO.TRAc-ORS OPEMnONS ARE Af1wCYL TO fAURRES. CANKE roWMYI WO RESULT NCCIWEPMlF ElPEnSE. LOSS. OR INLM'FWFNCE. WOU SNML NOT COMMERCE IML ALL 9 IN ME EMERY OF ME MP -ICN O UT JI SEEKSCE5 A5 A RESULT 01 .CCDMµ BREMMEtltµA RESAT G PEND CHOOSE DR UNwFPORTET. TE CCMMLrCV S.L. FFCflRY Nom THE NOfhR AU,T,U.MMPENS CON BALUSVD TONgtlTYNIIE PE FDA MY GSERVGF.MRDELAYWL IAMTONLL WAPENSATION WR,LBEN1C11D101NECCIIP.W'FCi FdIMY NTERFEPEXCECI DELAY GLceEoOv such WaRx 10 REPAIR ALL FIELDIDRMN TILES ENCOUNTERED DURING CONSTRUCTION AS SPECIfIOD M AT A MINIMUM TO ALLOW FLOW USING LIRE MPTERwL IN NEW CONDITION WITH CIT" APPROVED CONNECTIONS. HIE CONTRACTOR SNAIL RECORD EXISTING TYPE, MAIZE. LCGTICN AND CEPA OF ALL HELMUTH TILES ENWUNTEIED MD REPAIRED WRING CONSTRUCITON PROVIDE MM TO ME SNARES FUELINCOFAOUTKKR MO fSCOO DRAWINGS II. THE CONDUCTOR STALL DERAW IPGAWAL FROM 111E CANER Mq EFRANK R FOR MY VMWICE FROM ME APPROVED Nµ. Eg051M CMTfl6-NLRS ME CCNMACTW IS REWJI510.E FOR COMPLIANCE MiMALL PoIEMRLL POLLUTION NO WL EROSION CCNTESI RECTNEMENTS CP ME OMAN TIE, THE RMA DEPARTMENT G MAN AAL TE50.MES TOLD, NO MY.DVL CADINMUS 2. THE CONTRACTOR SEKL PROVIDE SIMMONS CONTROL MEASURES NECESSARY TO W,OTECIF AGAINST SLTATON EROSION MD DUST POL LUTON WITHIN THE CGLIINLTLN UMTS MO MY MF SITE MEAS USED FOR TIS PROJECT S. ME LCRIMCIMSKLLIFVRNISM, MRTALLMDM MNEMMKR EROSONCONTMSYSTO]SATTIE LOCATIONS SHOWN ON THE SURFACE REFORMATION PM AND AS BRUITS BY ME ENGHNEER. BUSTED OLMNIRIES PCR ME TEMPORARY ERMOH W'RRC sYSImSNE INCUGD,N TE PR0.ECt ML WrB ADJUSTED AS ORECIED Al THE BIiNEER. R. W Mr RES1PoCl CAVNME LrµHEl54L PN1ER ILL EASING CWNACE $iMFILYESTECCNW{EOR Sf WY W&f FCLNL DING i0 WMKCR PILNATE PRWFATYCWSEO BY TKA ACFCNCI WLWIM TEURNE $TCM CUTERf,ONSWRINGAM7SEXKTOx EXRw CAAPNGMCYNN$mT]WINLW PaMmEGRAELMAMTMx ME cMSMuc-1W UMTS SccNMDERm INcmEYTuromxsRDGnax 5 AUKDcaLKTEwAwgLlrswLLeE PRwmm MD MNTAwm TxRouGHaLRTMEcarannLTLn FRaGs x1EFE WKAEIP ISPWRED Mf wPsxar sMLLBEREMOYEnarLEaNcffTErgMsrquGOx At1K SIRISCOIflEIE. 11 Shoemaker (�i7 Haaland Ott pF IMYACm liT�Ir °^ ATI A: 23 CITY CLERF' IO1TI CI TY, I 1 ISSUED FOR BID THECITYOFIOWA IONYL A WASTEWATER TREATMENT FACILITY BACKUP GENERATION AND ELECTRICAL ' DISTRIBUTION UPGRADE PROJECT GENERAL NOTES, LEGEND. B IOWA SPOILS DETAILS cuol LEGEND LINE TYPES somsnM ARG® _aT BREWFA BGWN _mom ELENNA— ---dA'1--— CATER —Bb— TREELIKE CIWNIW,fFN[E OYEIIOGYJIItlTS ABBREVIATIONS C LCWNGA" MG NOq RE49L1E G15 CI$ CKCNE9XIITIM MW NMWTRNWATER 0 LYMYA RED RURAL ELECTED CABLE E ELECTRICAL. CLOUT 5 SWITMY DRAIN EEE ECWPATKNB/SNEPII£R SM SILFUR ERODE SaVHW M FERIEKWAtE0. CEOMMIm SH SODIUM RMCCHLWTE END BFLIEMWATERGNW r Tfl£RXXVE FE FRALEFRUET W POTABLE WATER G GAB WD WEAIKRMTACAME SYMBOLS ® ANP)MJIWMGUUi C ELECIR[. O MOTOR SGT O 0 Mrf)AA R ..a.NI 0 BEENALKI ® BEEMMcILA I MADNGWUN O FRANTIC WWRAf e sURvfY IEMCroAYUt ■ DOSIMETER Bauum m GAI CABLE MFN X E IFLSONm O WORMHOLE MM YE WIMRE ]! LI('IRPCE CONIFEROUS RIEf a PgNgpGE E /� DED—TREEiE1FFIRWEBOX • J DECEE O IFLFM]IREMWIKKE L/ 0 SMITMYSEWUMANIKKE O SHRUB EI STGNT SEWER :I:..;.-.. El 6ECMILSOX Y WATERVN.T 4H ELERRICHANCHOIE • WATBMµn:.. HATCHES CMENT o ,X,I BN o Ma wgnw ��� NMPeMxEglLu '.T ® .MMBxre AwavuG 0"1 xLVLTMFxT RIO roeNANe GEIEWLLptEg I. THE NIO0.EED MERG4f1ENi5 INCLUDES N THESE gUN4G5 HAVE WEN DEVOURED IN ACCORDANCE 'MM THE CONSENT MIMI OF THE OMAN STATEMIKE DRUM DES" MCI SPECRIGIp:S MVNYL 2 ERECTOR NTL BENpIMED BY THE MMFACIIY PULL WVVSDFPNRLEJRCCISTRULMI ENCIEEMIC G.ulax. PRBAVLE A TOEMM G n IIGIRR xorcE PRAM ro LMrtL coNRIBLTIGt ]. OMISSIONS 51nEETLOLATOIS.IRLmE5µ0GUDNAG ME PASEOax/.vALALFR5C10MTX}l ArnE TIMECEOESIGN. DEVIATrorvS WYBENECBSSMYINTRENELD A.w 51XJICIMµ1EgoRLpFElIC15 BETWEEN ME RAN ANO SOLOCONOTIONs SIwLL BE REPORTED ro MEdTY WBPECIOR, A CAVFlNEALCONSMSCRYLpRACTNm TO ME CONSTRUCTION LIMITS UNLESS OTERMIEµnRpQED BY ME CITY ALL EASEMENT LIMITS SHALL BE SEEM MARRED AND PROTECTEOOY THE CONQUEROR 5. M WTSTREWIFMENTANDip MAIERVLSMTHINN&ICRIGHi OFWAYg STREETSNLY7RAl n OENTOTMFFIC, mNTp TMy LSTMEWWLMMPMAMASMOESRwrm UYWWN SPMF I INOETW0.1CrCL E01MVBR6(TEARER1W Nry NITONS ME PAVEMENT qR STFtitTIpE$USF➢ PAVMFFTOFAUL GFNrm ATM MENVOmC SA1 GREMA AYSCCNDATO iSWLCS WE TIE PAVHBIrCf.lLLpEr/1ppgPog Ai11EEECOFFWI MYSMMTW6. AND AT OTEA TABS WE TwEGmBnKowNm T rlEworwtrpB NTE9PorMNLE Fax MLSIFEsuETYlxawwc FExcNGAND SIP+LACEax sITEAw MLNL caYPr wmA Au HATE Lace r]L FECE WL REcuArGM. a. THE CONTRACTOR EMLL CONI AIM NOT STATECEWUTNWS BOOMERANG MR, WATER AND BEER POLLUTION. B. 'MIEF£SECTON GR WBSECTIM MONUMENTS BENCHMARKS, RIGHT OFWAY PWS. OR IRON PIIS MCNUMENS ARE ENCOUNTERED. ME CITY BULL BE NOTICED BE ONE SUCH MOWIMEMS ME REMOVED CROSTURI ME CONERACTW SHALL PROTECTWHO MET LILLY PRESERVE ALL MUNIMENTS UNTIL THE CTYAND ANIgRZEO SURGEYGL. GR AGENT, WAS WrMESS. OR OTEUTSE REFERENCED THEA LOCATON THE CONTRACTOR WILLBE NFSAM51&EFpLHAYNG ANµMCNIffDSUNFYW pE£5fAMI5N ANY MMLMENTS LHAUSESARLY DESTROYED SY WRONG CKPA!pNS. TO FlXL DEEPER SAW CUT EASING PAVEIEMS FkCO TO REMOVALS THIS IS NCIttNru TO PEM:NUS MY MENS IT REMOVE VALSENG PAAB NR TO ME NFNEST RANT OR AS MOM BY THE DIMER. IT PROTECTEXISnNGFALIUTES. TUESMOMNESµflATEWNCm WTTOBEREMOUPDFRCI WE WRING CONSTRUCTION. IS. COORDINATE CONSTRICTION TO MNNI]E OISWTKNS TO TIE ADJACENT PLOPERTEs. REPAIR AND RESTORE MY ASEµ 06TUMED BY CONSTRUCTION CRLM OF ME cOSTRLICTON LIMITS AT ME CGRMCTC25EXPENFE. IA WWIYGCd4TRUUSTUSES STMINGOVED THE CIAPNOVIDB/HE FRCMW➢NRMD CUSTODIANS DINER 15 TE CONTRACTOR GRACE MANE THE C1-Y51N5FfCTOR WITH DAILY SECOND KEEPING INCLUDING WCAENTNG ALL M CESSARY REL] IOGICS NO MEASUREMENTS THE COMPACTOR 5 PROHIBITS TO Airpq 1. MG wFFEAC. EINSFEMON50F THE PROJECT ALIT S BE SEXAFS.ME FOR CK FUND ALL MANHOLES FOR INSPECTION IB. CONTRACTOR SHALLCWICMI.TE ME CM'$MUCTION SCHEDULE WITH CITY STAFF TO AVC➢CONFLCTS WITH Cm EVENTS NO ADDITIONAL ca1RFH5Anax ALL BE MADE FOR cWLMInxG SLKmLLES AROUND EVENTS CONSTRUCTION SURVEY NO TES A ALL WLiRUCTOR SUI SHALL HE PERFORMED WITH A L URGED Ri0fEs5grvN ENGINEER OR LRENSEO INC MF4EYM 1N PESPGS'&E CTMCE. 1. ACCCAMI WPM P MNA)M G GMPTER SRR. DOOR OF OwA MGNEER OR LICENSED CARD SURVEYOR N REOCNVBIW CNµGE G [T DOCUMENTS VIIflVEY$DULL E INTACT ALOGOµp EYMIMESUNEA D POINTS SHOWN N CGN ILLY THE ENGINEER N ERVFASFYTHEYN S IN LDE ER ATSPECIFIED LCGnCASANO 9fVAIMiADG1NAMELY, THE ENGINEO OR SURVEYOR SRILL DETERMINE PROJECT E MECONTROLPoIHf$ME WffOFM TO %OVTCf COIMOL FOR CONSTRUCTION SURVEY ON ME PROTECT C. PRION i0 LMSrRVCnLN. MELICENSEDP E55ONNBGINEERMLICENSEDUWDSUrvE IN MEETRSIME CIWTGE T CONS L MATO N SURVEY sNNLPMYS1Cµ1Y ONEEF Mp LETERMMEON GRATNR MMRNEWCIX:TMMUNwhLMAny WOFNGERESR MEE.YGiwEISIWLWpSU TOGO 5PW1 M1EgYWE LOGTRMI µpELEVAnON C: SVO FEANgfSMLCMARF MISMEOWRKIE LO UNREST TO, GRpgMTCFS MEWV1PACi SEATS STSM6AND STO SEWERSTRUCTSTO RES. ALM LMLUDING.EQiTLIABNING MAM WATER.VEKS NDPLBFs sMIT AR EMS -ORM SEWER AND INCLUDING TIES ABO AM WATER VILVESMll MOUNTS, ARM EYISIINGJIIL:iY FIFII:RES YL smenEEs SHOWN IN CCWTANOT OCCUMERTS. ME CONTRACTOR SMALL WOKE OF ME FOLLOWING: L IF SURVEY CONTROL POINTS ARE INTACT MO JUDGES SUFFIG EST FOR USE WRING CONSIRUCIKKI SURVEY. THE CONWAROi SHALL PROVIDE ASIGNED LETTER STATING WRROL PONTS µE TANG AND SUFFKSN T FOR CONSTRUCTION SURVEY TO ME JU EMOTIONAL PROJECT FBI 21F SURVEY CONTROL POINTS ARE NOT INTACT. ON ME JUDGED IN SUFFICIENT FDA USE CARICA CMSTRUCT10N SURVEY. THE CONTRACTOR BULL FNMIDE ASIGNEDLEi1ER DESCRIBING ISSUES NIM ME CONTAOL PLANTS TO ME JURISDICTIONAL PROJECT ENGINEER. E AFTER LOCA-ING MD DErBMINNG CONDITIONS M E KW WL4TRUCTMN NL CUTCH En51NG FMTNEs, AND AFTER GTFIMFING LOGIN AM ELEVATOR G SAO FUIT AND WIWO TLS KINNTON TO WNESPCMNG WCeATM N TE WLRULT DBGIBITS. TE CONTRACTOR MALL DOLE OF TK FCLCMY I. DOCUMENTS G ADDED g5 ML FORMAS URINNO ffANE5 BARNEY THE TEOYIRAGT EXCEMEA BONEROFDNEEAYR MAGEFUNI OF WSOROTORDELEEWROF BUS BULL POISEA SORE➢LETTERSTRING PROJECT EMM.YGrKLpuABLE MU FOLE.B OFBUSTING FEATURES TO MEASINGACCWLYOFUVEYCONT OLBE POITS THE FGRE MAY$E IN;LUOEp M' THE LETTER OFLAVAINGACCURYY MONS OF EXISTING PORUS I. E I UWNTYOLNEDINS FCHO ELEVATRUMOURISINGSMMTISASNOTED INEECCHADO OACRACT CCCUNENi515JU0GE0 M5UFFFIBiFOLU5E 0URINGCONSRUCTW SURVEY. ME CONTMC'OR SYNC POVOE A SIGNE D L EMR, PWS ANNOTATED EAGER WOES TO THE JUNISDILTICNN PROJECT ENGINEER F. TK MXUt YECIFlED MOVE IS SECURED PRICK TO ME RECONSTRUCTION NEEING. IFMISWIXUSNGF COMPLETED AND LETTERS ME MET PROVIDED TO ME SHER WA AT TK PRECONSRUCTIDN MBTNG, START G CONSMUCTCN MY BE DELAYED ME PROJECTS SCHEDULED STMT DATES AS SET FORM IN TE CSCLEICNOT ERARIKER GENEpKMNI1YN025 I. REFER TO TMULAnCN OF UTILITY CRUS LEVELS IN ACCORDANCE WITH CYASCF]BU]IH MESE DRAWINGS FOR EEgWTIDN REGWOIVG DEPICT XW OF CALL G 1UPEAURFACE DRUM ME CONTRACTOR NST MERRY ACTUAL LOGnOHS In ME HE,O L OBA UTE W, UNDERGRWNO FAGUnES INFg4AMw. RECLUSES Vflp4 FORK TO RM'A ONE W1 NHtl}bt8R1 NOT LE 55 TURN NHOUSE AMOR -0 DOW, W1KN, EXCLLp MG WEEKENDS MO LECVL RgpAYS S UTILITY LOCATORS MO CERT US WEAR Ror1ED FROM FUN DRAWINGS Fupx6XEp BY ME OWNER µ01N SOME CASES VERIFIED BY FOrHO,WG AND THEIR ACCURACY MAUL0 BE CONSIDERED APPROXIMATE. NO RESWbIB1LTY IS ACCEPTED FOR ME LOCATORS AS SHIN! M TINT ALL GI HAD IIES ME SHOWN. A MIITYLMTIONSSHONN1NTHETLWSµ ROXIMAM UNLESS NOTED OTHERWISE, REINVESTMENT IfIGrONS FSPER TO ANY UTILITY RESONATORS REQUIRED r0 ACCOMMODATE PROPOSED CONSTRUCTION. THE CONTRACTOR 5HALL COOPERATE WITH ME BANNER OF FIRE UTWnES IH THER KAREN. AN. PFARRANGEME-1 ONEMnONS SO WpiV MAY PROGRESS Al A pFASCVAMf MNUER DUPLICAMM OF REARMNGEIAEST WOOF MAY OE REDUCED TO A MNMAT. NL SERI TENDERED Br THOSE PNLTESWLL NO' BE UNNECEKARL Y STERRUPTEO WHERE ABLATOR NTE DENTRI 0GEBlIS. PROMISE TRAFFIC CONITKK AND IT AYST BLUE SCHE W L NO OF IIRIry RMOGl1YM SCHEDULE UIBLIY IHMATp6 TO RMUQJEUYTOCCY:iMC-CR CPEMipNS. TE C�rfpLLOGTNDE641MJNYTE$,CCY'MdINANIG KLDGnW w1MR GAOVIGAN; TEromravvwroRls.uo stumDwETTecrnlTDFunMuoDnE >K RMOGTGxG u1:LlnfsScaxstEgm.NccBru romceIMATLx. 5 1NNEMYMµMOyIm CRIMES Wliµry nlE LGNSiRUCRONIIRSNpi Y4YM CN MESERPNS ME REMOORMINGTH EsBWE LINES ES AS NECESSARY FOR cµoNESµmAuNcWnoXxm. THE WNIMLi011 bPESPONs1RLE FOR 6. CONTRACTOR SHALL CONFIRM ASSUMED DEPTHS OF UTLLUES AND PROTECT THEM AS NECESSARY DURING CONSTRUCTION T CONTRACTOR SHALL VERIFY MAINLY MO STORM SEWER RPE SITES WHO AVERTS PNg2 TO CGLSiNOTIION AND PENCE TOORCERING MARHOLES AN SUER PIPE. NO MDITCNLL PAYMENT SIULL PE MADE r0 THE CONTRACTOR FEN KATE R!AT THAT IS ORDERED MD BASS NOT MATCH PIK SUES WHO NaFRiSMINT ARE TO BE CCNPRMED MOR TO CONSTRUCTION B AT MONTE MERE ME CO.TRAc-ORS OPEMnONS ARE Af1wCYL TO fAURRES. CANKE roWMYI WO RESULT NCCIWEPMlF ElPEnSE. LOSS. OR INLM'FWFNCE. WOU SNML NOT COMMERCE IML ALL 9 IN ME EMERY OF ME MP -ICN O UT JI SEEKSCE5 A5 A RESULT 01 .CCDMµ BREMMEtltµA RESAT G PEND CHOOSE DR UNwFPORTET. TE CCMMLrCV S.L. FFCflRY Nom THE NOfhR AU,T,U.MMPENS CON BALUSVD TONgtlTYNIIE PE FDA MY GSERVGF.MRDELAYWL IAMTONLL WAPENSATION WR,LBEN1C11D101NECCIIP.W'FCi FdIMY NTERFEPEXCECI DELAY GLceEoOv such WaRx 10 REPAIR ALL FIELDIDRMN TILES ENCOUNTERED DURING CONSTRUCTION AS SPECIfIOD M AT A MINIMUM TO ALLOW FLOW USING LIRE MPTERwL IN NEW CONDITION WITH CIT" APPROVED CONNECTIONS. HIE CONTRACTOR SNAIL RECORD EXISTING TYPE, MAIZE. LCGTICN AND CEPA OF ALL HELMUTH TILES ENWUNTEIED MD REPAIRED WRING CONSTRUCITON PROVIDE MM TO ME SNARES FUELINCOFAOUTKKR MO fSCOO DRAWINGS II. THE CONDUCTOR STALL DERAW IPGAWAL FROM 111E CANER Mq EFRANK R FOR MY VMWICE FROM ME APPROVED Nµ. Eg051M CMTfl6-NLRS ME CCNMACTW IS REWJI510.E FOR COMPLIANCE MiMALL PoIEMRLL POLLUTION NO WL EROSION CCNTESI RECTNEMENTS CP ME OMAN TIE, THE RMA DEPARTMENT G MAN AAL TE50.MES TOLD, NO MY.DVL CADINMUS 2. THE CONTRACTOR SEKL PROVIDE SIMMONS CONTROL MEASURES NECESSARY TO W,OTECIF AGAINST SLTATON EROSION MD DUST POL LUTON WITHIN THE CGLIINLTLN UMTS MO MY MF SITE MEAS USED FOR TIS PROJECT S. ME LCRIMCIMSKLLIFVRNISM, MRTALLMDM MNEMMKR EROSONCONTMSYSTO]SATTIE LOCATIONS SHOWN ON THE SURFACE REFORMATION PM AND AS BRUITS BY ME ENGHNEER. BUSTED OLMNIRIES PCR ME TEMPORARY ERMOH W'RRC sYSImSNE INCUGD,N TE PR0.ECt ML WrB ADJUSTED AS ORECIED Al THE BIiNEER. R. W Mr RES1PoCl CAVNME LrµHEl54L PN1ER ILL EASING CWNACE $iMFILYESTECCNW{EOR Sf WY W&f FCLNL DING i0 WMKCR PILNATE PRWFATYCWSEO BY TKA ACFCNCI WLWIM TEURNE $TCM CUTERf,ONSWRINGAM7SEXKTOx EXRw CAAPNGMCYNN$mT]WINLW PaMmEGRAELMAMTMx ME cMSMuc-1W UMTS SccNMDERm INcmEYTuromxsRDGnax 5 AUKDcaLKTEwAwgLlrswLLeE PRwmm MD MNTAwm TxRouGHaLRTMEcarannLTLn FRaGs x1EFE WKAEIP ISPWRED Mf wPsxar sMLLBEREMOYEnarLEaNcffTErgMsrquGOx At1K SIRISCOIflEIE. 11 Shoemaker (�i7 Haaland Ott pF IMYACm liT�Ir °^ ATI A: 23 CITY CLERF' IO1TI CI TY, I 1 ISSUED FOR BID THECITYOFIOWA IONYL A WASTEWATER TREATMENT FACILITY BACKUP GENERATION AND ELECTRICAL ' DISTRIBUTION UPGRADE PROJECT GENERAL NOTES, LEGEND. B IOWA SPOILS DETAILS cuol EXISTING ELECTRICAL CONDUIT CORRIDOR PCC SIDEWALK REMOVALAREA EXISTING LANDING, STAIRS, AND RETAINING_ WALL TO BE REMOVED AT LOADING DOCK EXISTING DRAIN MANHOLE RIM = 641.58 IE=635.72 1jI I -(2.. L(2" CLS) I I� -(1 1/4' FE)-'�- m F 0 EXISTING CUR LINE(TYP.) /a. _ SCA 0 F` L ' EXISTING B' EFFLUENT J N r WATER DRAIN PIPE 3 ' m I PCC PAVEMENT REMOVAL m ' AREA.THICKNESS- ' UNKNOWN. (TYP.) N o I m N ` 'TOR TO COORDINATE WITH EXISTING DRIVEWAY I PAVING TO REMAIN PROTECT EXISTING EMERGENCY SIREN EQUIPMENT AND i FOUNDATION EXISTING DRAIN MANHOLE ` RIM =842.26 I IE = 635.06 REMOVE EXISTING ABANDONED 4' _POTABLE WATER LINE AS NECESSARY= FOR DUCT BANK CONSTRUCTION. CW ENDS WITH MECHANICAL JOINT PLUG. PROTECT EXISTING TREE r EXISTING STANDBY ASSOCIATED EQUII IN SERVICE UNTIL! IS COMMISSIONED. FOR PHASE 2 SURF (T)--(. EXISTING ABANDONED 4' POTABLE WATER LINE PROTECT EXISTING NOM WEATHER STATION I LI r_� tt I tl 11 Shoemaker d Haaland Zulu 771 ALL.M.. 9' L 3 nwr ROV& ue.+rmsomn® w'WRO 2 .1 NORG0v sIGN O'R, YIYliE9 wNNI SHeotd NSNLSU a owns SNOPINCA5GJRll➢roRNOreCf Nu sau.sw NS R.,I N .. aa..Ruovu u.oee ixriuwo.+iN R.S.,.N..N.a.,< RISI R.nemmRLORN ` a ..nwr. GGRIST wiasv o oNNNrc wemE�� m ..nb r wamw+wmuNwu..NwwsrweerA .. RNINNSvs.ou.messr.wowm cr.w wvnoua E�+4 oNsmcnwum aNv.�ew.ueaimva RIS m.wA.ROM. ..mx Tr'r'/iii-rte OR AND REMAIN RATOR T CU19 (8" EWD) (6• E{4D)--ol-I- twin 6' DRAIN PIPE 1 FULL DEPTH ;EXI�EXISTING SAWCUTAT- _EXISTING B' SANITARY TING JOINT DRAIN PIPE TING P.)_ _EXISTING B' POTABLE I I ISSUED FOR BID WATER LINE _PROTECT O:-4 EXISTING TREE ••••• EXISTING I • 1 1 . ... BUILDING i❖.�, wo .awn+a wre Z a MOWN THE CITY OF IOWA -IOWA CM.A •.. v no ' WASTEWATER TREATMENT FACII �. 4 . -(1 1/4' FE)-'�- m F 0 EXISTING CUR LINE(TYP.) /a. _ SCA 0 F` L ' EXISTING B' EFFLUENT J N r WATER DRAIN PIPE 3 ' m I PCC PAVEMENT REMOVAL m ' AREA.THICKNESS- ' UNKNOWN. (TYP.) N o I m N ` 'TOR TO COORDINATE WITH EXISTING DRIVEWAY I PAVING TO REMAIN PROTECT EXISTING EMERGENCY SIREN EQUIPMENT AND i FOUNDATION EXISTING DRAIN MANHOLE ` RIM =842.26 I IE = 635.06 REMOVE EXISTING ABANDONED 4' _POTABLE WATER LINE AS NECESSARY= FOR DUCT BANK CONSTRUCTION. CW ENDS WITH MECHANICAL JOINT PLUG. PROTECT EXISTING TREE r EXISTING STANDBY ASSOCIATED EQUII IN SERVICE UNTIL! IS COMMISSIONED. FOR PHASE 2 SURF (T)--(. EXISTING ABANDONED 4' POTABLE WATER LINE PROTECT EXISTING NOM WEATHER STATION I LI r_� tt I tl 11 Shoemaker d Haaland Zulu 771 ALL.M.. 9' L 3 nwr ROV& ue.+rmsomn® w'WRO 2 .1 NORG0v sIGN O'R, YIYliE9 wNNI SHeotd NSNLSU a owns SNOPINCA5GJRll➢roRNOreCf Nu sau.sw NS R.,I N .. aa..Ruovu u.oee ixriuwo.+iN R.S.,.N..N.a.,< RISI R.nemmRLORN ` a ..nwr. GGRIST wiasv o oNNNrc wemE�� m ..nb r wamw+wmuNwu..NwwsrweerA .. RNINNSvs.ou.messr.wowm cr.w wvnoua E�+4 oNsmcnwum aNv.�ew.ueaimva RIS m.wA.ROM. ..mx Tr'r'/iii-rte OR AND REMAIN RATOR T CU19 (8" EWD) (6• E{4D)--ol-I- twin 6' DRAIN PIPE 1 FULL DEPTH ;EXI�EXISTING SAWCUTAT- _EXISTING B' SANITARY TING JOINT DRAIN PIPE TING P.)_ -(1 1/4' FE)-'�- m F 0 EXISTING CUR LINE(TYP.) /a. _ SCA 0 F` L ' EXISTING B' EFFLUENT J N r WATER DRAIN PIPE 3 ' m I PCC PAVEMENT REMOVAL m ' AREA.THICKNESS- ' UNKNOWN. (TYP.) N o I m N ` 'TOR TO COORDINATE WITH EXISTING DRIVEWAY I PAVING TO REMAIN PROTECT EXISTING EMERGENCY SIREN EQUIPMENT AND i FOUNDATION EXISTING DRAIN MANHOLE ` RIM =842.26 I IE = 635.06 REMOVE EXISTING ABANDONED 4' _POTABLE WATER LINE AS NECESSARY= FOR DUCT BANK CONSTRUCTION. CW ENDS WITH MECHANICAL JOINT PLUG. PROTECT EXISTING TREE r EXISTING STANDBY ASSOCIATED EQUII IN SERVICE UNTIL! IS COMMISSIONED. FOR PHASE 2 SURF (T)--(. EXISTING ABANDONED 4' POTABLE WATER LINE PROTECT EXISTING NOM WEATHER STATION I LI r_� tt I tl 11 Shoemaker d Haaland Zulu 771 ALL.M.. 9' L 3 nwr ROV& ue.+rmsomn® w'WRO 2 .1 NORG0v sIGN O'R, YIYliE9 wNNI SHeotd NSNLSU a owns SNOPINCA5GJRll➢roRNOreCf Nu sau.sw NS R.,I N .. aa..Ruovu u.oee ixriuwo.+iN R.S.,.N..N.a.,< RISI R.nemmRLORN ` a ..nwr. GGRIST wiasv o oNNNrc wemE�� m ..nb r wamw+wmuNwu..NwwsrweerA .. RNINNSvs.ou.messr.wowm cr.w wvnoua E�+4 oNsmcnwum aNv.�ew.ueaimva RIS m.wA.ROM. ..mx Tr'r'/iii-rte OR AND REMAIN RATOR T CU19 (8" EWD) (6• E{4D)--ol-I- twin _EXISTING B' SANITARY DRAIN PIPE _EXISTING B' POTABLE I I ISSUED FOR BID WATER LINE _PROTECT EXISTING TREE I I wo .awn+a wre Z a THE CITY OF IOWA -IOWA CM.A -H v WASTEWATER TREATMENT FACII BACNUPGENERATOIANORKTRICAL ' . DISTRIBUTION UPGRADE PROJECT I I DONTRACTC-02GENERALCONSTRUD m APHASE 1 SURFACE DEMOUTION PUN SH l yO O .. _ _ FULL DEPTH " wRe.eRS., SAW CUT AT n 4.:0�'� EXISTING JOINT p I � i 0002 0 '6o' FOE)(60" ESE) EXISTING 60" / EQUALIZATION BASIN EFFLUENT PIPE --(c; -- —(c) N SANITARY EXISTING TREE ' PROTECT DRAIN PIPE (60" ESE) ra '6o' FOE)(60" ESE) EXISTING 60" / EQUALIZATION BASIN EFFLUENT PIPE --(c; -- —(c) PROTECT EXISTING TREE (60" EEE) (60" ESE) RRRR, EXISTIN( SEWER IE (60" 'ORM TLET 39.28 PROTECT -... ■ SANITARY EXISTING TREE ' PROTECT DRAIN PIPE (60" ESE) PROTECT EXISTING TREE (60" EEE) (60" ESE) RRRR, EXISTIN( SEWER IE (60" 'ORM TLET 39.28 PROTECT -... ■ SANITARY EXISTING TREE ' PROTECT DRAIN PIPE 1 / Y 1 REMOVE EXISTING ABANDONED I"PVC ' POTABLE WATER LINE AS NECESSARY ' FOR DUCT BANK CONSTRUCTION. CAP ENDS WITH MECHANICAL JOINT PLUG. REMOVE EXISTING ABANDONED 4' ' POTABLE WATER LINE AS NECESSARY ' FOR DUCT BANK CONSTRUCTION. CAP , ENDS WITH MECHANICAL JOINT PLUG. ' 1 1 EEE) (60" ESE) EXISTING STORM I SEWER INTAKES 1 EXISTING 77 CABLE. IY STORM SEWER PIPE (60" EEE) EXISTING 8' SANITARY PROTECT DRAIN PIPE EXISTING TREE EXISTING W POTABLE A WATER LINE n REMOVE -�� EXISTING TREE EXISTING EDGE OF ENTRY ROAD i EXISTING ABANDONED m TELEPHONE LINE n PROTECT— EXISTING TREE '. ._..,.. PROTECT EXISTING ABANDONED 4"� ' ' EXISTING TREE POTABLE WATER LINE 1 t , IONED V ATER LINE ' CONSTRUCTION LIMITS FOR FUTURE DUCT BANK --- AND METERING CABINETS _ x m r� L y 1 APPROXIMATE LOCATION OF EXISTINICAL REMOVE EXISTING ABANDONED 4' -r —LINES. NTRACTOREC TO _LINES. CONTRACTOR TO POTABLE WATER LINE AS NECESSARYLOCATE PRIOR TO PLACEMENT FOR DUCT BANK CONSTRUCTION. CAP z ' OF DEMARCATION FACILITY ENDS WITH MECHANICAL JOINT PLUG. 1 ' AND CONNECTING CONDUITS. PROTECT ' EXISTING ' EXISTING TREE\ I LIGHT POLE ,? m ' EXISTING ' f HANDHOLEEXISTING ' COMMUNICATION - ' EXISTING a ' n LINE . .. TELEPHONE\\\\\\ v z EXISTING 'JUNCTION BOX ' -N FENCE � 0 mj z �PARKWAY.SIKIE NO B & NORTH TN LIBERTY, B 5Y, JlShoemaker 6 Haaland S(x dAbA,�ouxLldry U: 23 W®gIWOMIMB C I TgqYwwy�Cpp.LL�ER.. r „ �xrr0 rxve�xrxvrw®urd' xexwu 2 fMxUCTM ]xNLPARRN1N41fE9 TDM MT NRA] IRIXNid Lx3. axe uovu s T.. Nr1.. mTx x. �1... cv+Tw�LwmTxucrx.n unouun0axm rxa TDee �uwcrn roxuxxmpur ]. ranwcrwrourm. D Ovxnx.rxa .m..LDv2vrunwVm aNMAx.w rAhwxxOGENGexnurm SEND -rrrrii rrr ISSUED FOR BID THEC OFMA KIWAQTY.N WASTENATERTRFATMENTFACILMY RACKUPGENERATIONANGELECTIl" ' DISTRIBUTION UPGRADE PR UM PHASE SURFACE DEMDIITION PVN SHEET CU03 Gelembor Access Road NlmBer Typo Len91N Raft SWISMM EMSta80n DWAngle Chad LWO CMN Oieebon Stan Diction EM DaNtiwl AIiLONimas ENwrWTwgNd E1dlnd$eme PIWIIdeEAnds PISaGo, Stam PtlHa EM POW PI Pont PI Paid 5927199570 L12 LIne 15.475 O+W 7+5.18 N=592557.99 N=592561.70 N=592611.5 L7 Ii18 70.000' D+00 003 E=2105919.88 E=218591225 E=218575.39 E=218511.45 N=692564.70 N=592590.94 L2 lie /2786' 0+10 0+5.39 E=218591215 E=2185878.96 N=592590.94 N=592610.54 L3 Une �''�'� E=2185878.96 E=210585.84 C1 CWve 20.97T 23.00' 0+80.86 1+07.58 052.1072(d) 20.29 142VOT13.93W N55°W26.93W NOW 55.93W 2.34 1114' 2.W 127.8928 (d) 0897.91' N=592810.54 N=582620.20 N=592616.97 E=218585.84 E=2185861,03 E:2185811.5 N=582628.20 N=592&0.48 U Llna 12177 1807.58 181965 E=2185811.03 E=2185&0.% 15 Lie 71.987 1+19.85 1+9461 N=582810.48 N=592715.32 E=2185840.5 E=21858.18./0 Main Do Bank Type L.0 ftad4N SWStb. End Statim Oaks" Clod U.0 CMN Dacwon SWlIXs End Diction W.&&eb EJdrd T.QW Ed WI Sawd PII-WW AF0 PI SIM. Slrl Painl End POIN PI PoiN NUWWr L6 lie 5.778' 0839 0+5768 11=55771.81 N=592711.17 E=2185867.78 E=2185888.10 C2 Cnre 5.839' 25.09 0+57.38 0+63.38 013.7481(d) 5.99 S05°51'13.69W SOI°01'12.92E S72°4710.31'W 0.18 3.01' 0.15 168,2519(d) 0860,39 N=592714.47 N=592708.5 N=59NI L/B E=2185MAO E=218586779 E=2185860.15 L7 Lie 9.401 M.38 0+7283 IN 5570852 N=592699.30 E=218569779 E=2185865.71 C3 Cure 5.907 25.00' 0+7263 0+7673 01352G(d) 559 S05°5T51.OaW 51713'40.31W SOWR582Lf 0.17 2.9T O.1C 166A728(d) 0+75.79 N=55698.30 N=59253.28 N=59256.41 E=21858&5.71 E=2105985.10 E=2185865.05 LB We 2.035' 0+78.73 0+5.78 N=592693.44 N=55691.11 E=2185865.10 E=2185865.12 L9 Llre 10.171' 0+5.76 0+9064 N=592691,4/ N=592681.38 E=2185865.12 E=218555369 N=592681.38 N=52672.91 L1O Lae 18.477 0+90.94 1+39A1 E-2185861.39 E=218588/.17 LN Lim 322.407 1+3841 4+61.5 Na59205.91 N=55315.14 E=2185864A7 E=218518.59 Proposed SLairn Sewer NImDw Type I Im0@ RadilW SWI SM. EM Sg DWA.* 0.dls lal CMNDind. SWIDeemon EMIN n 61q-0rdii%H. Ecw WT --Wt Ed SevIH PI IndNM ANIe PI SM. I $WPM I EM Paid PI Paid 5927199570 L12 LIne 15.475 O+W 7+5.18 N=592611.5 N=5926XIT E=218575.39 E=218511.45 $ PROPOSED DUCT BANK BASELINE ail 151' 51 N5TPN2 EXISTING STORM �N=52359521 SEWER INTAKE ,�/ E=2185972.340 p0�5 f PROPOSED STORM�N SEWER ALIGNMENT 113 7D� N � PROPOSED PAVING p CENTERLINE ALIGNMENT F - EXISTING DISINFECTION -- � STORAGE BUILDING 6 1000 645.31 INISHEp FLOOR PT ONS. W592719.957 %0+5761 E=2185616293 EXISTING DRAIN �-- MANHOLE SOO 64269 TREATMENT PLANT ENTRY ROAD N=592714 768 E=2155%1.125 EXISTING SODIUM HYPOCHLORITE BUILDING 7P NORTH LIBERTY, A 52317 PLLMWIdIIXOCMMMGH! CM L1.IY.1O"NA ISSUED FOR BID THE CITY OF MA. IOWA CT1Y, w WASTEWATER TREATMENT FACLDY 6ACANP GENERATION AND ELECTRICAL ' DISTRIBUTION UPGRADE PROJECT ALIGNMENT TABLES B CONTROL PO NTS CU04 CONTROL POINTS PONIfe NORTHING EASnNG ELEVATION DESCRIPTION SOU 5571/7569 21&081.1250 612690 STN( 501 59!359.510 2185072.3400 8122M SIPI( 1000 5927199570 21OM2830 845.312 FMNHNd Fbor $ PROPOSED DUCT BANK BASELINE ail 151' 51 N5TPN2 EXISTING STORM �N=52359521 SEWER INTAKE ,�/ E=2185972.340 p0�5 f PROPOSED STORM�N SEWER ALIGNMENT 113 7D� N � PROPOSED PAVING p CENTERLINE ALIGNMENT F - EXISTING DISINFECTION -- � STORAGE BUILDING 6 1000 645.31 INISHEp FLOOR PT ONS. W592719.957 %0+5761 E=2185616293 EXISTING DRAIN �-- MANHOLE SOO 64269 TREATMENT PLANT ENTRY ROAD N=592714 768 E=2155%1.125 EXISTING SODIUM HYPOCHLORITE BUILDING 7P NORTH LIBERTY, A 52317 PLLMWIdIIXOCMMMGH! CM L1.IY.1O"NA ISSUED FOR BID THE CITY OF MA. IOWA CT1Y, w WASTEWATER TREATMENT FACLDY 6ACANP GENERATION AND ELECTRICAL ' DISTRIBUTION UPGRADE PROJECT ALIGNMENT TABLES B CONTROL PO NTS CU04 DUCT BANK. CORE DRILL INTO—EXISTING T CU09 FOR>MANHOLE ELECTRICAL MH -1. FLOODED, NDPROFILE DEPTH UNKNOWN. 4FW R' z R M EXISTING C III EXISTINGSO HYPOCHLORI ERITEM I III^ EXISTINGCONDU BUILDING MUST REMAIN SERVICE DURING PHAS -. 1 CONSTURCTIO 11CU52 FOR '(EyE�e � M - 0 TIALS NEW ELECTRICAL NEWELE FICAL D �SEESHEET71CU51 PRVN CONSULTANTS, INC .� DUCT BANKS. PULL BOX. SEE SHEET HOLE. SE�.SHEET 3ICU52 FM DETAIL. FOR DUCT BANK ANQASSQCIATED, ESP ..•,SEE SHEET CU07 AND CUU6 AIEP01 FOR DETAIL. m --.- NG WEST SIDE OF DUC BANK. SEE FOR PLAN AND PROFILE. - (• S MH 10 DETAIL SHEETS C AND CU10 I� EXISTING DISINFECTION )GENERATOR IS COMMISSIONED � ) $) FOR PLAN D PROFILE PROVIDE COMPACTED SEE SHEET I/SF01 FOR -�(8v S)�,,..,..(e" 5) STORAGE BUILDING `CONNECTI NT0 EXISTING �h0emaker �I RE REC)--i- fC) DISINFECTI N STORAGE R `�� 'RON BUILDINGID TAIL Po_ (12" EW2- _ 1 EXISTING CONDUITSI w � t 4DWITHIN SOP EXISTING _STA 0+27.04 1 TOP OF PIPE=642.55 •^ SEE EET 11 ELEVATIONS FIELD VERIFIED 650 DUCTBANK CENTERLINE: 0+00.00 645 EXISTING 4" NATURAL GAS LINE STA, 0+28.60 TOP OF PIPE = 641.72 ELEVATION FIELD VERIFIED 640 STA. 0+00.00, ELEV = 640.25 635 EXISTING ABANDONED 4" NATUF TOP OF ELEVATION FIE I 63D FOUNDATION DETAIL DUCT BANK DUCT BANK DUCTBANK PRVN CONSULTANTS, INC EXISTING STANDBY GENERATOR (RFjc) T), (7) (T) ANQASSQCIATED, ESP (T) -x^ ®]10 PACHA PAI=''SU, ITERLINE: 0+44,92 CENTERLINE: REMAI ERV]dUNTIL NEW _ - (• S S) v NORTH lI6ERTY,M6211] , )GENERATOR IS COMMISSIONED � ) $) PROVIDE COMPACTED _ -�(8v S)�,,..,..(e" 5) r�(e .. �� �Ilk o J__ �h0emaker �I RE REC)--i- fC) �l R Haaland 'RON NEW SURFACE Po_ ---__ _ �Ecl w 1� � t 4DWITHIN SOP EXISTING C111.1 Iw CITI W ' - 23 - PAVEME ^ '._�. SURFACE ruxaKameoruxwnrv,mv:,cn STA. 2+43.91 xores ��1 1 CLE. FOOTING 4 7 _ DUCTBANKPROFILE m ¢n ru,s,eraaau� BASELINE ALIGNMENT-- .80.59 F[�EI-E "E*"•"1p1- _ � c GGBD waNSEowGi 6wx x 638.50 NEWELECTRICHAND 1I _ HOLE. SEE S ET ' 31CU52 FO ETAIL. I i ' P. I ISEE EU SHEETSFOR V54"MUDSLAB ELECTRICAL �, STA 0+90.82 DUCT BANK DATA I % 6 ] ELEV =638.50 3 w4" MUD SLAB asl am as as DUCT BANK DUCT BANK DUCTBANK DUCTBkNK NEWGENERATOR CEI ITERLINE: 0+20.00 CEI ITERLINE: 0+44,92 CENTERLINE: +83.10 CENTERLINE: 1+40.70 ACCESS DRIVE PROVIDE COMPACTED _ NEW 15"CIRC ULAR NEW GRANUU RBACKFILL WHEN CONCRETE A 'RON NEW SURFACE ---__ _ STAIRS UNDER A 4DWITHIN SOP EXISTING NEW - - PAVEME (TYP.( SURFACE STA. 2+43.91 FOOTING _ ELEV=639.05 .80.59 F[�EI-E 638.50 _ I T— V54"MUDSLAB STA 0+90.82 � % 6 ] ELEV =638.50 3 w4" MUD SLAB asl am as as m a5T OIL GAS LINE 2X3 DUCT BANK STA. 0+2g 94 EXISTING 8" D IN PIPE ALONG WEST I IPE -64060 STA. 0+64.85 SIDE OF MH -10 LD VERIFIED - TOPOFPIPE 636.14 ELEVATION INT RP LATED NEW ELECTRICAL VAUL MH -10 EXIS nNG BO" EQUALIZATION BASIN EFFLUENT PIPE FROM PREVIOUE PLANS TOP OF RIM =642.50 w STA. 2+42.45 TOP OF PIPE =636.95 EXISTING 2 - 3;8"SC DIUM HYPOCLORITE Plf ES IN 3" CONTAINMENT PIPEELEV NTION FIELD VERIFIED STA. 0+27.83 - EXISTING 8".EFFLUENT - TOP OF PIPE= 637. 7 - - - - - WATER DRAIN PIPE. ELEVATION INTERP DILATED FROM PREVIOU PLANS ELEVATION UNKNOWN. 625 S 0900 wcv ww w1. low nw 10011 IU 10 aw GILD 650 645 640 ISSUED FOR BID 03Li 630 L'STISMBOON E CRY OF IOWA -IOWA CITY.R TEWATER TREATMENT FACILITY UP GENERATION ANO ELECTR A UPGRADE PFN1JECi CTCO2GENERALCONSTRLM 825 OI1CTflN K PVN &PROFILE MAIN LINE NORTH 2950 CU05 jU W W EXISTING 60" EQUALIZATION BASIN EFFLUENT LINE J (4EC (REC i 650 ADD FILL TO OBTAIN 18" SURFACE COVER OVER - DUCT BANK IF NECESSARY 615 STA. 2+43.91 ELEV = 639.05 64C 635 PLACE 2" BLUEBOARO ON TOP OF 60' EQUALIZATION BASIN EFFLUENT PIPE. - POUR 4" MUD SLAB ON TOP OF BLUEBOARD. 63( 0 m I EXISTING 8" I SANITARY DRAIN PIPE EXISTING ABANDONED TELEPHONE LINE 1 EXISTING 12" STORM SEWER PIPE APPROXIMATE LOCATION OF EXISTING REG ELECTRICAL LINES. CONTRACTOR TO LOCATE PRIOR TO PLACEMENT OF DEMARCATION FACILITY AND CONNECTING CONDUITS. —(REC)(REC) (REC) (REC) (T)—(T)—(T)-- IG 8! POTABLE T) (T) (T)--IG8"POTABLE i LINE I `' I low woo EXISTING TREE TO BE REMOVED goo low Now a _wo� __�� EXISTING ABANDONED 4" ' POTABLE WATER LINE. SEE SHEET CU03 FOR REMOVAL. TREATMENT PLANT ENTRY ROAD —_—ciq I _. _- �<W, Now DUCT BANK. SEE SHEET CUIO FOR PLAN AND PROFILE. — — DUCTBANKPROFILE ABANDONED ANDON E. SEE C BASELINE ALIGNMENT `POTABLE SHEET CU03 FOR REMOVAL. acmanmcI WanIrunu1IuiTJ METERING CABINET DETAIL SEE SHEET 2ISF02 FOR UTILITY METERING CABINET CONCRETE PAD DETAIL 1 EXISTING FENCE EXISTING / COMMUNICATION LINE 650 645 BRING CONDUITS UP — THROUGH BASE AND SPACER 60 STEEL CONDUIT FOR CONNECTION TO EXISTING BURIED REG CABLE bas 630 z- 2025 2050 2075 3100 3125 30 50 Y75 4000 4025 4050 4075 72 Shoemaker Haaland ary«lownfm ,1Al�`_-r a �T���7:W d�amw:ul+�uE mn way.ce c �ATWEW wartru+mww ew xc r+erauu+ I� ISSUED FOR BID THE CITY OF IOWA -IOWA COV, W WASTEWATER TREATMENT FACILITY BACKUP GENERATION AND ELECTRIC& DISTRIBUTION UPGRADE PROJECT DUCTBANK PLAN 6 PROFILE MAIN LINE SOUTH p CU06 DUCT BAN RESTORE DRAINAGE _ CENTERLINE: 3+95.1 PROPOSED UTILITY SWALE FOULOI, ANG DUCT METERING CABINET _. BANK INS FAILLATION -..... EXISTING STA, 2+68.11 SURFACE - ELEV =638.00 ______--- _____—__ -- 18*COVER _ STA 4+41.82 MIN(TYP) ELEV 640.00 'LEXISTING ! e I 4'MUD SLAB W51 WM EXISTING 4' DONED POTABLE WATER PIPE STA. 3+24.12ZATION BASIN EFFLUE T PIPE - - TOP OF PIPE =6 8.47 TOP OF PIPE 636 - - - 6 ELEVATION INTE RPOLATED FROM PREVI DUS PLANS - - - - - - - ELEVATION FIELD ERIFIED 650 645 BRING CONDUITS UP — THROUGH BASE AND SPACER 60 STEEL CONDUIT FOR CONNECTION TO EXISTING BURIED REG CABLE bas 630 z- 2025 2050 2075 3100 3125 30 50 Y75 4000 4025 4050 4075 72 Shoemaker Haaland ary«lownfm ,1Al�`_-r a �T���7:W d�amw:ul+�uE mn way.ce c �ATWEW wartru+mww ew xc r+erauu+ I� ISSUED FOR BID THE CITY OF IOWA -IOWA COV, W WASTEWATER TREATMENT FACILITY BACKUP GENERATION AND ELECTRIC& DISTRIBUTION UPGRADE PROJECT DUCTBANK PLAN 6 PROFILE MAIN LINE SOUTH p CU06 L - OFFSET 13.73' R F OF DUCT BANK 655 645 STA. 0+20.00 _ ELEV = 644.80 UNDERFLOOR ELECTRICAL TRENCH BOTTOM 640 EXISTING BUILDING FOUNDATION 635 EXIST EL 630 00 00 002 J.. 1 :F- - FNI EXISTING ---- — DISINFECTION q �- - STORAGE EXISTING _ BUILDING I CONDUIT 1 i CORRIDOR r �.- - e - EXISTING _ CONDUIT I ' EXISTING 1= CORRIDOR STA, J20.03, OFFSET 13.74' R ii ' SODIUM START OF DUCT BANK ' EXISTING ' BUILDING SODIUM EW)� HYPOCHLORITE RW) BU6DING IRW) ' ' w + µ µ r ' I 655 EXISTING EW)4 R� PIPE IN DISINFECTION BUIL[ WITHIN 5' OF STORAGE 1 SURFACE BUILDING RW) 1 EXISTING L ._-(8" D)- 655 645 STA. 0+20.00 _ ELEV = 644.80 UNDERFLOOR ELECTRICAL TRENCH BOTTOM 640 EXISTING BUILDING FOUNDATION 635 EXIST EL 630 00 00 002 J.. 1 :F- - FNI EXISTING ---- — DISINFECTION q �- - STORAGE EXISTING _ BUILDING I CONDUIT 1 i CORRIDOR r �.- - e - EXISTING _ CONDUIT I ' EXISTING 1= CORRIDOR STA, J20.03, OFFSET 13.74' R ii ' SODIUM START OF DUCT BANK ' EXISTING ' BUILDING SODIUM EW)� HYPOCHLORITE RW) BU6DING IRW) ' ' w + µ µ r ' I u55 655 PROVIDE COMPACTED EXISTING 314' GRANULAR BACKFILL PIPE IN WHEN UNDER AND BUIL[ WITHIN 5' OF 630 1 SURFACE T dvd•Hd1 Sri'�•Ji. ra 4 P14- Ink EXISTING L E CONNECTION TO EXR DISINFECTION STO 41 4 -b;h ORITE 645 EXISTING Y NATURAL PIPE GAS LINE 1 :45 75/4T 4 • 4 STA 0+2000 4 4 EFROM ELEV =64480) ELEVATION ws INTERPOLATED FROM UNDER FLOOR u55 655 PROVIDE COMPACTED EXISTING 314' GRANULAR BACKFILL PIPE IN WHEN UNDER AND BUIL[ WITHIN 5' OF 630 SIDEWALK (TYP.) SURFACE 650 650 EXISTING SEE SHEET 1/SFO ' / / SURFACE CONNECTION TO EXR DISINFECTION STO BUILDING DETAIL 645 EXISTING Y NATURAL i GAS LINE 645 STA. 0+4324 STA 0+2000 STOP OF PIPE =641,67 ELEV =64480) ELEVATION "CONTAINMENT PIPE INTERPOLATED FROM UNDER FLOOR PREVIOUS PLANS ELECTRICAL TRENCH BOTTOM 640 `STA. D+33.73 ELEV = 640.25 EXISTING BUILDING - FOUNDATION 635 635 NG WALL EXISTING 314' PIPE IN FOR ELEVATION 630 630 GE SURFACE EXISTING EXISTING NG WALL BUILDING WALL SIDEWALK FOR NEW TING SURFACE GE SURFACE EXISTING SURFACE N I 4' MUD SLAB w w 8 i a51 asI DIUM HYPOCLORITE "CONTAINMENT PIPE ww - STA. 0+46:09 TOP OF PIPE =837:25 NTERPOIATED FROM PREVIOUS PLANS "a 00 00 Do 25 655 650 64 EXISTING Y NATURAL GAS LINE STA 0+43.53 TOP OF PIPE = 641.67 ELEVATION INTERPOLATED FROM 6q0 PREVIOUS PLANS `STA. 0+33.74 ELEV = 639.80 635 630 On 50 EXISTING j g i i �pl.S Haal ked ---1--, _ -�—' Fi�bHaaland DISINFECTION N STORAGE ` ' BUILDING $1�'1 EXISTING or«ww.cl.. SODIUM ' EXISTING HYPOCHLORITE" frp CONDUIT 1=1 - ' BUILDING CORRIDOR LO Hi3L°9N WPSIR.YE FW)E� g 1 ` wnsvz�cE f c- EXISTING STAIR voaxc °` :.....:. ' I BE REMOVED AND = I REPLACED.,; STI+44.95, OFFSET 13.74'-R f START OF DUCQ,PA K J aa 655 112 645 STA, D+20.00 ELEV = 644.80 UNDERFLOOR ELECTRICAL TRENCH BOTTOM 69 EXISTING BUILDING FOUNDATION m 630 0000 w 1a 650 645 EXISTING ELECTRICAL CONDUIT CORRIDOR. ,CONTRACTOR TO FIELD VERIFY LOCATION AND ELEVATION (TYP.) 640 STA 0+31.75 ELEV = 639.25 LOL 630 0050 C-) EXISTING BUILDING WALL NEW SIDEWALK SURFACE EXISTING SURFACE 4 MUDSLAB N wW 8 a51 ww w 1a 650 645 EXISTING ELECTRICAL CONDUIT CORRIDOR. ,CONTRACTOR TO FIELD VERIFY LOCATION AND ELEVATION (TYP.) 640 STA 0+31.75 ELEV = 639.25 LOL 630 0050 C-) N1� ,3 N ISSUED FOR BID THE CITY OF IOWA -IOWA CRY, W WASTEWATER TREATMEM FACILITY 6ACKUPGENERATMME FRUEIC/i ° DISTRIBUTION UPGWNE PROJECT WCT54NK% &PROFILE SHEET, CU07 EXISTING CONDUIT CORRIDOR 4 :.rf�' EXISTING , DISINFECTION STORAGE BUILDING L EW).—j,- 8 IRW) `)NEW ELECTRICAL1 'PULL BOX SEE SHEET JJ ' AIEP01 FOR DETAIL. NEW ELECTRICAL D HOLE. SEEEET NCU52 FORD AIL. 655 EXISTING _ BUILDING WALL NEW ELECTRICAL_ PULL BOX sso PROVIDE BOND BREAKER AROUND_ )NDUITS THROUGH SIDEWALK 645 EXISTING BUILDING _ FOUNDATION 64( 63! EXISTING ELEC' CORRIDOR. C FILED VERIF E 63( EXISTING SODIUM HYPOCHLORITE'+ RI III flim(: UIA e D) I �\ EXISTIN�STAIRS TO BE REMOVE ' A%D REPLACED K 655 BRING CONDUITS UP -FROM ELECTRICAL HANDHOLE TO ELECTRICAL PULL BOX 650 NEW ^SURFACE EXISTING ^SURFACE 645 BRING CONDUITS UP -TO NEW ELECTRICAL HAND HOLE 640 _ SFA D+30.52 ELEV = 639.25 635 630 OB 50 710 PM NSULTAMAYNC 110 LIBPARNWAI,SDITE1 XgRN LIBERtt, U 53311 Shoemaker �8 Haaland CPYOr IOWn CITY Ni YGw a r0s w�xxc er mxnw: i cm. wrmxortGG. NOTES: i wuroa»EE*ewoxm raysuu� nv + z. snw.sYssrecuis�s raxsuaNs lEGB16 casminwuum ����� maamnxrw <� GGRVLrA9 VfMLiMfN111Y 11! SIDEWALK STA. 0+27.35 ELEV =641.43 n ww 4'MUD SLAB 3 av ICAL CONDUIT )NTRACTOR TO w w LOCATION AND EVATION (TYP.) 655 BRING CONDUITS UP -FROM ELECTRICAL HANDHOLE TO ELECTRICAL PULL BOX 650 NEW ^SURFACE EXISTING ^SURFACE 645 BRING CONDUITS UP -TO NEW ELECTRICAL HAND HOLE 640 _ SFA D+30.52 ELEV = 639.25 635 630 OB 50 710 PM NSULTAMAYNC 110 LIBPARNWAI,SDITE1 XgRN LIBERtt, U 53311 Shoemaker �8 Haaland CPYOr IOWn CITY Ni YGw a r0s w�xxc er mxnw: i cm. wrmxortGG. NOTES: i wuroa»EE*ewoxm raysuu� nv + z. snw.sYssrecuis�s raxsuaNs lEGB16 casminwuum ����� maamnxrw <� GGRVLrA9 VfMLiMfN111Y 11! ISSUED FOR BID THECr OFIOWA IOWACITY,IA WASTEWATER TREATMENT FADLIIY MCKUP GENERATION AND ELECTRICAL LYST IWMN uPGRAOE PMECT DUCTBANK PUN & PROFILE SHEETS 0008 n rn tD N ISSUED FOR BID THECr OFIOWA IOWACITY,IA WASTEWATER TREATMENT FADLIIY MCKUP GENERATION AND ELECTRICAL LYST IWMN uPGRAOE PMECT DUCTBANK PUN & PROFILE SHEETS 0008 CONDUIT GROUP P. 1 CONDUIT. W ,TTM 15 ]p F EXISTING COND §MU R MAIN��� IN SEMACE.DU G PH 1 a VERIFY LOCA EONSTRUCTION.°SEE SH WITH GENERATOR -EXISTING- ' 3. 11CU52FORSUPI)RTDE ILS MANUFACTURER NDUITi;� DSEE SHEET C R PROTEC EXISTING :� S 2 FOR SLAB gg - FIRE HY T ` �' TIONS TA. 1+68.6 FFSET 3059' 10 CENT OF HANDHOLE CORE DRILL INTO MH -10 " j (STING MH -1. DHODEq DEPTH �U KNOWN. ST A OF¢S E115.58 ONTRACTOR TO STAIR OFD aem FIELD VERIFY N a, - MH -1 DEPTH, G E TOR 1S, 91 - N W E ICAL HAND OLE.S HEET a�IST 4' D0� tD - U52FOR DE -P-TA 'E WATER PIP ' SHE UO2F RRE @L./ �Q� ,i �� C 0� ' "' STA I+ 24, OFFSET 37.81'R END, CONDUIT 04 ISO 655 655 2X 6 -CELL SOUTH SID 645 NEW SURFACE 640 635 630 625 CONDUIT 2X6COIDUIT EXIS rING 2"CONDUITS UCT BANK12-CELL MUCT BANK STA 0+23.44 OF MH -10 S DE OF MH -10 - -TOP OF PIPE =639.05 [NORTH - - - - ELEN ATIONS FIELD VERIR - - - EXISTING FSgIB SURFACE - - fi4 CU09 / ELECTRICAL - - --_ � STA. 0+20.05 _ ELEV=637.50 I I I I I - I I STA. 0 _ 645 850 1 ELEV= 650 4" MUD SLAB A EXISTING t"ABANDONED POT SURFACE -- STA. 0+37 20 - - 640 645 : TOP OFPIPE =638.47- - a6I 645 - ELEVATIO SINTERPOLATED - EXISTING FROM P PLAN _.2X3CONDUIT SURFACE 6 -CELL DUCT 3ANK - - -- - RUNS ALONG WEST SIDE OF MH -10 - 656 g sia •003500 GUCTBANK PIAN 6 PROFILE SHEETS 0100 W25 55.36 BRING CONDUITS - - - - FSgIB UP TO NEW - - fi4 CU09 ELECTRICAL - - - - HANDHOLE D - 645 850 650 NEW SURFACE -- 640 645 645 EXISTING BRING CONDUIT SURFACE - UPTHROUGH 2,38 GENERATOR PAD 637.50---- 635 840 810 LE WATER PIPE STA 0+17.39 - ELEV=639.85 o + 4" MUD SLAB 630 w 051 635 io 625 BSO 630 �f �f 0000 00 25 0050 0072.51 PRO CONSULTANTS, INC \ ` STA 1+78.85, OF l \ N \` RWAY, BU TTE I 4R NORTH USERTY WS31i E NDIJIT \ .t oemaker 6ShHaaland - FF"'yP ww.slomiie,-h>ard,,un VERIFY LOCATI CIT.°T 1. CITI \ WITH GENERATO - - \ MANUFACTURER ss mrtomrEXma - - AND SEE SHEET 11SFO%FORSLAB 1 N°TFspE`�TU BXE�F _d; PEN TIONS 'Z � ' 2 P BXEF18GX616FM&IVILF Baa®ounex« smc - NEW GENERATOR .69, OFF ET 30.59' C OF ANDHO `tg •S[ 1 CONDUIT GROUP C. _ 3 CONDUITS. � x ' ELE vCAL HAND -- - - o r HOLE EES ' ti 31CUS2 IR DETAIL <-7 655 655 C-) BRING CONDUITS - - r— UP TO NEW - rT1 ELECTRICAL - - - - p %n HANDHOLE - - - - - - - - - 650 eso NEW SURFACE 615 645 EXISTING SURFACE BRING CONDUITS UPTHROUGH ISSUED FOR BID --- - GENERATOR PAD 646 840 STA 0+17.39 ELEV = 639.85 635 " 4" MUD SLAB 635 ra �+eroxs cXN° CATs w Cuss THE CITY OF IOWA - IOWA CfTY,N WASTEWATER TREATMENT FACILITY -� BACKUP GENEMTION AND ELECTRICAL ' NSTRIBUTION UPGMDE PROJECT MNTRACT C GENERAL CONSTRUCTION 630 630 s$ g sia •003500 GUCTBANK PIAN 6 PROFILE SHEETS 0100 W25 55.36 FSgIB fi4 CU09 655 630 R S d 0075 0D 91.95 �PRVN C"PARMWAYRSL \1 NtO PAC" PARItWAY, SI N NOR LIBERTY, IN U317 em ." 11 Shoemaker STA 4+40.30, OFFSET 11.51' R �'� 6 Haaland END OF DUCT BANK i._woi���( Cirva bwn cm 00 �' — - LEcexo JA — � uRM xxxxmm ' 00 00 00 1. 51111111 NEW UTILITY 1 METERING CABINET JJ CONCRETE PAD STA. 4+00.03, OFFSET 0.00' START OF DUCT BANK - 655 650 645 640 635 630 NEW UTILITY i� � _ - BRING CONDUITS C-) -;n - NEW UPTHROUGH ero. Berlaroxs u.m are THE CITY OF IOWA IOWA CM,A WASTEWATER TREATMENT FACILITY BACKUP GENERATION ANO ELECTRICAL DISTRIBUTION UPGRADE PROJECT DONTRACT C-034ENERAL CONSTRUCTM SURFACE GENERATOR PAD EXISTING SPACER SURFACE SURFACE STA. 0+22.62 STA. 0+62.14 STA 0+19.75 ELEV=639.50 ELEV = 638.75 TA. 0+59.35 I=640.00 4' MUD SLAB ELEV + -- 4' MUD SLAB TO EXISTING aN w as BURIED REC CABLE ffi . a 655 630 R S d 0075 0D 91.95 �PRVN C"PARMWAYRSL \1 NtO PAC" PARItWAY, SI N NOR LIBERTY, IN U317 em ." 11 Shoemaker STA 4+40.30, OFFSET 11.51' R �'� 6 Haaland END OF DUCT BANK i._woi���( Cirva bwn cm 00 �' — - LEcexo JA — � uRM xxxxmm ' 00 00 00 1. 51111111 NEW UTILITY 1 METERING CABINET JJ CONCRETE PAD STA. 4+00.03, OFFSET 0.00' START OF DUCT BANK - 655 650 645 640 635 630 ass 650 645 WI C7 D NEW UTILITY i� � _ - METERING CABINET C-) -;n I CT art• 1 BRING CONDUITS UP ero. Berlaroxs u.m are THE CITY OF IOWA IOWA CM,A WASTEWATER TREATMENT FACILITY BACKUP GENERATION ANO ELECTRICAL DISTRIBUTION UPGRADE PROJECT DONTRACT C-034ENERAL CONSTRUCTM OLUBW( RAN 6 PROFILE SHEE74 THROUGH BASE AND EXISTING SPACER SURFACE STA. 0+22.62 STA. 0+62.14 ELEV=639.50 ELEV=640.00 STEEL CONDUIT 4' MUD SLAB FOR CONNECTION I TO EXISTING as BURIED REC CABLE ass 650 645 WI C7 D i� i� � C-) -;n I CT art• 1 m ero. Berlaroxs u.m are THE CITY OF IOWA IOWA CM,A WASTEWATER TREATMENT FACILITY BACKUP GENERATION ANO ELECTRICAL DISTRIBUTION UPGRADE PROJECT DONTRACT C-034ENERAL CONSTRUCTM OLUBW( RAN 6 PROFILE SHEE74 rz- ISSUED FOR BID 640 635 630 ero. Berlaroxs u.m are THE CITY OF IOWA IOWA CM,A WASTEWATER TREATMENT FACILITY BACKUP GENERATION ANO ELECTRICAL DISTRIBUTION UPGRADE PROJECT DONTRACT C-034ENERAL CONSTRUCTM OLUBW( RAN 6 PROFILE SHEE74 ao 00 0025 Oo 50 W 75 W 82.13 ""M: uxorrn ' Imuewm xo,seeRAmX b CU10 I CONCRETE APRON PER IOWA SUDAS DETAIL 4030.222. ATTACH CONCRETE PIPE APRON GUARD PER IOWA SUDAS DETAIL 4030.224. L} ZEXISTING 8" EFFLUENT WATER DRAIN PIPE d N m� N PLACE E SION STONE PER 1' IOWA ASDETAIL9040.111. ICKNESS, T = 6 INCHES. m 1 0 � EXISTING 1 SWALE EXISTING BO" FINAL EFFLUENT PIPE ` O m ♦` 6W 64: EROSION STONE 69 63: •1 63( PRW CONSULTANTS, INC ©710 PACNA PARKWAY, SUITE 1 15"TYPE1 NORTNLIBER71Y,A5=7 CRETE APRON PER IOWA LV_JI -a`. _ --.� N SUDAS DETAIL 4030.222. 1 _ J / t - .11Shoemaker ATTACH CONCRETE PIPE - ? .w.. ,?ala d 4PRON GUARD PER IOWA SUDAS DETAIL 4030.224. , / -`� /i E I I 1 C)� Cimov lowntrtr I ;� I 2818w y 6 _ TY C �� ,�a 1 tea, 8: LEGEND'. $ sCMTRETIOUui*s • ; I _ _—_ _ ,—� _ I-. (T) �T ranP.c,Fnsu E n mw.�nmwuwauamu A N m EDGE LNF N W DUCANK (TNP.) S o Im ♦ IA I ', ISI g III I � v 650 625 oO bo 00 25 UJ OU W 75 1000 10 25 615 ISSUED FOR BID bas TRE CITY DF ID WA IOWA CITY, U WASTEWATER FACILITY 630 BACKUP GENERATION AND ELECTNCAL " DISTRIOUTION UPGRADE PROJECT CO24PNEWV.CONSTRUCTION STORM SEWER CULVERT PIAN S PROFILE 625 1050 cull NEW 15" CIRCULAR SURFACE CONCRETE APRON TIE LAST PIPE WITH APRON GUARD - - 15* CCIRCULAR TIE LAST PIPE TO APRON - - - - CONCRETE APRON TO APRON NEW SURFACE EXISTING WITH APRON GUARD - - - - - - - PHASE 1 rSURFACE i i STA. =1+02.35 - NEW SURFACE STA.=oP24.09 ps^ IE=641.00' PHASE2 IE=640.00' NEW STORM SEWER CULVERT w 15'0 REINFORCED CONC ETE PIPE m NEW2X2 DUIT - - - - - - 66.4 L @ 1.25% - 4-CELLDUCT K NEW 2 X4 CONDUIT &CELL DUCT BANK EXISTING 8" EFFLUENT WATER DRAIN PIPE. ELEVATION UNKNOWN.... 4. R 625 oO bo 00 25 UJ OU W 75 1000 10 25 615 ISSUED FOR BID bas TRE CITY DF ID WA IOWA CITY, U WASTEWATER FACILITY 630 BACKUP GENERATION AND ELECTNCAL " DISTRIOUTION UPGRADE PROJECT CO24PNEWV.CONSTRUCTION STORM SEWER CULVERT PIAN S PROFILE 625 1050 cull 5" SUBDRAIN OUTLET / INTO EXISTING SWALE WITH RODENT GUARD / 6'SUBDRAIN. SEE 3:1 SLOPED VPI STA =0+16 SHEET 2JCU23 AREAS BACK TO m / FOR DETAI . EXISTING(TYP.) VPI EL=641.61 m NEW / GENERATOR CURVE LEN. =10.00 CURVE LEN. =10. r I CURVE LEN 1% SLOPE AWAY CURVE LEN. =10.00 - - - FROM CONCRETE K=1.5 . PAD(TYP.) 1 + K=-1.9 m v EDGE OF NEW ' FVPC STA: 0+47.39 DUCT BANK(TYP.) ' VPC STA: 1+39.03 I SUBDRAIN - ELEV:=644.08 CLEANOUT 17 ELEV:=642.19 i■ - _- VPT STA D+21 LBBR ffTYP.) - 5.05' DEFLECTION 1258 ANGLE (LEFT) ' 5' CURB ELEV:=642.00 RUNOUT BEGIN PAVING AT STp' 0+1.00 A c� ...�.: oa �Jdc 00 J (s 1irm)_ ( •e)��• 0' m 6"SUBDRAIN CONNECTION i TO EXISTING STORM SEWER INTAKE 655 650 645 Li:. PRVW 1'GRAVEL / 6'SUED N • NORTCOMERTY. TSwD `-" N m'N 114 PACMA PARMMAY SUITE 1 RAI TLET - - NORTH LIBERTY. U53111 SHOULDER (TYP.) _� INTO EXISTING LUH "til �)+s w -- F. WIN �1Shoemaker WITH RODENT GUARD-� .': (505 ,Z Haaland --(SlO ,Z) CURB 6' SUBDRAIN' MATCH BACK m m I RUNOUT (TYP') I TO EXISTING ^. 1. 47 _-.JOINT(TYP.) £ CHol 1. Cur N er:v„m,CrG9 END PAVING AT �' C.I I T l� *owwcwe wA.sw EXISTING DISINFECTION �,) �\ C11 M,* u�m 1+95 'L maw.craro.nweumiwx w _ _ STORAGE BUILDING y\� 5'CURB RE -CONSTRUCTED LOADING ' uu�¢ wPeTwueE�wxA wr',µo x:.uL ' RI RUNOUT SUBDRAIN DOCK ACCESS STAIRCASE, , avnesro=.uew, ,wLE wro, LANDING, AND RETAINING WALL ��\ \ CLEANOUT 1V �- manmR�rn ¢nilu.uumxv� / Q�<-�fi - - _6' SUBDRAIN OUTLET R30 f _ INTO NEW SWALE WITH I _ �- _ RODENT GUARD �L_J _ _ _ f 5" THICK MIN. ' S`s39, QQ4 ar -_■� -. L_ -fir --- __ PCC SIDEWALK -•-. 0)4Ulm 7 GRAVEL ' SHOULDER (TYP.) � II.� 5' CURB 00, RUNOUT MATCH BACK TO EXISTING JOINT TREATMENT PLANT ENTRY ROAD EXISTING STANDBY GENERATOR AND ASSOCIATED EQUIPMENT TO REMAIN IN SERVICE UNTIL NEW GENERATOR IS COMMISSIONED 635 0100 MID M W/a NW lu La Tuan N/ 656 B30 645 sw 635 16 94.81 SODIUM ISSUED FORBID THE CITY OF IOWA IOWA CITY, U WASTEWATER TREATMENT FACILITY BACKUP GENERATION AND ELECTRICAL OISTRIBIRION UPGRADE PROJECT GENERATOR ACCESS ROAD PAVEMENT PUN 6 PROFILE CU12 VPI STA =0+16 VPI STA =D+52. VPI STA =1 7.56 VPI STA =1+44.03 VPI EL=641.61 VPI EL=614A7 VPI EL= 644.47 VPI EL=641.62 CURVE LEN. =10.00 CURVE LEN. =10. ID CURVE LEN =10.00 CURVE LEN. =10.00 - - - K=1.5 K=1.3 K=1.4 K=-1.9 - VPC STA: 0+11 FVPC STA: 0+47.39 FVPC STA 1102.58 VPC STA: 1+39.03 ELEV:=641.56 ELEV:=644.08 ELEV:=644 17 ELEV:=642.19 VPT STA D+21 VPT STA 0+57.39 - VPT STA il 1258 VPT STA 1+49.03 - ELEV:=642.00 ELEV:-=644.47 ELEV. =644 11 ELEV:=611.72 - PROPOSED SURFACE -.--1 T '72G9J EXISTING _ SURFACE ________ ______ 2,00% _ PVI 0+10.00 X11 .27 NEW STORM EWER CULVERT EL 641. 15.0 REINFORCED ONCRETE PIPE STA 1+04.39 INVERT = 640.71 CROWN = 641.96 635 0100 MID M W/a NW lu La Tuan N/ 656 B30 645 sw 635 16 94.81 SODIUM ISSUED FORBID THE CITY OF IOWA IOWA CITY, U WASTEWATER TREATMENT FACILITY BACKUP GENERATION AND ELECTRICAL OISTRIBIRION UPGRADE PROJECT GENERATOR ACCESS ROAD PAVEMENT PUN 6 PROFILE CU12 Will CONSULTANTS, WC STA. 1+32.31, OFFS 3.4T Lv TIORACHARARKWAY,SURE1 STA. 1+20.32, OFFSET 11.99'L ©NORTH LIBERTY, USESTI STA. 1+07.58, OFFSET 12.00' L DGE OF ROADWAY a� STA. 0+98.62, OFFSET 27.31' L END OF RADIUS ,JIShOemakef CD END OF RADIUS SURFACE ELEVATION=642. EDGE OF GENERATOR PA `SURFACE ELEVATION = 643.fi6 0'•n rn I SURFACE ELEVATION=645.30 SURFACE ELEVATION =.644.62 O•y� Haalan4 CK OF CURB T*i EDGE OF GENERATOR P SURFACE ELEVATION - 642. V -- STA. 0+96 07, OFFSET 39.85' L STA.1+47.43,OF .43, OFFSET T L -. o.v ori ory SURFACE ELEVATION W.30 STA 1+51.09, OF e �•. -- � -- � ACK OF CURB T24.66'L STA 0+97.10, OFFSET 12+00'L �` - - O - SURFACE ELEVATI rz� EDGE OF ROADWAY ,., - - r -. > i3 1TY CCE A o SURFACE ELEVATION =644.71 STA. 1+51.45, OFFSET 24.31' LI O vT ri. CITY,�y !"1"�`°••`s"�" - .. UTTER LINE + O SURFACE ELEVATION = 641.27 ' STA. 0+86.66, OFFSET 12.00'L - e- Fri END OF RADIUS STA. 1+47.74, OFFSET 20.89'L = UTTER LINE r644. ELEVATION 644.71 644. 5.30 - - SURFACE ELEVATION =64148 ..` _. ,- s 644.77 ui STA 1+43.37, OFFS T 18.36' L ST 0+69.5 OFFSET 12.06' L DGE OF ROADWA E GE OFROADWAY - V S -'- SURFACE ELEVATI N=641.67---- - SUR ACE E EVATION = 644.71 - 1 644.77 STA. 1+49.10, OFFSET 11.93'R 644.8 644.80 $�'` �"'. m UTTER LINE 1+95�w t t 4n o SURFACE ELEVATION = 641.57 STA. 0+56, OFF T 34.67'L 644.77 4.76 +--- EDGE OF ENE TOR PA 644 - --•- SURFACEE ATI =645.30 0) \ _ �, STA 1+49.05, OF ET 12.42' R O 64464 . i ° r STA 1 44.04, OF SET 12.00' R ACK OF CURB p �-644.80 644.76��'� �' °= EDGE FROADWAY SURFACE EL EVA ION =642.07v STA 0+56.32, 20.6T L + B` •l SURFA E ELEV TION = 641.55 EDGE OFIS �E A OR �" �� .80 _ SURFACE ELE ATION 645.30 - SW • \ \ - - STA. 1+85.26, OFFS 20.09' STA. 0+51.65, OFFS; 11.98' L .. 645.30 0e�4F 644.80 44.76.76 / T ', � -- � - - - - - _ _ _ - Op ---5 F\ACE ELEVATI =64 66 E EGFR ADWAY 4- -- - EL ATI =644.58 j Y STA. 1+64:91; -OFFSET 20.44' -_- _ --- - --- ----BACK OF CURB 1 Q SURFACE 5.30 _ _ " STA 1+0743, OFFSET 12.00' R I O I _ _ --_ - ND OF RADIUS SURFACEELEVATION-60.2,. �1 I STA 0+30.68, OFFSET 9.80' L - _ " - ____--� - SURFACE ELEVATION z644.14 - L -L -- -J _ ^ EDGE OF ROADWAY - _ _---• SURFACE ELEVATION = 642.96 - _ - _ _ - _ 7�i - �" `- �I CD-" STA 0+97.12 OFFSET Ti 1�,60�' t-I-Ei)--- - ?3g • DGE OF ROADWAY -- ,- •� - T 0+19,52,-OFFSE116i-SURFACE ELEVATION =644.23-- EOBEOFROADWAY A r STA. 1+74.07, OFFSET 41.01'R SURFACEELEVATION =642.07 - STA. 0+86.81, OFFSET 12.00'R BACK OF CURB ND OF RADIUS SURFACE STA.0+1466OFFSET8.14'1. • - SURFACE ELEVATION =644.23 , BACK OF CUR (M „) ELEVATION fi42 28 OFFSET4098'-r-, SURFAC ELEVATION=642.13 + BTA (M ,`) 1+74.66R I STA 0+6.9.58, OFFSET 12.W R -- GUTTER LINE •STA. Ors 43, DGE G 200 1 ROADWAY (/ y - SURFACE ELEVATION I' STA 0+1473 OFFSET 7.64'L / GUTTER LIN SURFACE ELEVATION 644.23 SURFACE ELEVATION =641.81 - OFFS / ^ ISSUED FOR BID �JAOSDGE OF / - DW�l TA 0+09.18, OFFSET 7.59'L SURFACE Ay STA, BCKOFCU SURFACE ELEVATION =642STA 0+31.71,0 FS . R 113 Juh I \ DGE OF AY �AGQ - - (M, ) BTA. 0+09.2 � SET 7.09'L SURF ATION=642.859-_ 0+20.24, OFFSET 8.64'R DGE OF ROADWAY SURFACE ELEVATION =641.77 (s• (s s) (s .e) s, � ( TREcm oFIOWA-IavAcm.0 0+00 (S,8) -' WASTEWATER iREATMEM FACILITY 6) TS 8) wwNwO(s,9) ili„1 %u' _ &,IXUPGENERATIONANDELECTRICAL ( r s,8) Sl'AU+15.20, OFFSET 8.12'R a,4 DISTweuna+uPcwwE PRaecT TSTA 0+10 27, OFFSET 7.12' R CK OF -CURB � � �-� ��3 ,. � _ -- - - - _tom- C4FGENERALCONSTROCnC T SURFAC TiUN-e9't20 r GUTTER LINE +15.25, FSET 7.63R (1) (1) () o -._.__.._ GENEMTORACCESS ROAD 1)`SIRFACE ELEVATION =641.60- - -% - PAVEMENT ELEvanoru -� UTTER LINE --11 STA 0+10.29, OFFSET 7.63'R SURFACE ELEVATION -641.70 ^`BACK OF CURB m I } SURFACE ELEVATION =642.10 TREATMENT PLANT ENTRY ROAD p CU13 a PRVNCGNBULTAN1Y,IR 110 PACNA PARNWAI,SWIE NGIRN LIBER TV, IA52311 oemaker — JlShoeMaker Haai,nl L Haaland ED o +s w — - III amwiownCm -6 AM 9: EXISTING I] wEss DISINFECTION ( - I*EJ AA 1 cox*nu.w.a w.nvvulvx.vmw r .N. STORAGE EXISTING 'l m � WN CITY. Y. I�'�t - .cocXowcEwrM lcasw.eos..• m BUILDING SODIUM N HYPOCHLORITE vwwsEosoemu! O BUILDING '/ �wssvP.uExrm N °I ELLS�MI�INIEM!°X3 I / (12" EW)� " (6IRW). w YYY I m I F (6" IRW)--• l � m v 1 I SDS In u n m v 14.7 14.8. L 12" CLS) _. - _. _" ST -3 i � p f I i u 2 3c EF1 �DJ 124' 13.4' to.B' 2 BT -3 BT -3 CO u m ^W I -{1 1/4" FE o _ i r i o N- N ^ e 3.CD ..._._ _ v .. m u u — :E — I G7 I I y0 IBJ 3�� � • I I / (j� O= � a �• I � � T (Ti 12.0' 12.G' p \ I •N.• I ^ p ♦ QJ m CD g -i EWD) (B" E ) B" EWD) N T _ 4x :.0..12.0' Nu= t20' .`Y III _ � m! � g v m 9 N (7J N o4 `1.0' CmJ (V Co A .27 v ' --- ---" ISSUED FOR 81D m NEW 8' THICK ati° o ry m PCC PAVEMENT (8EWD __ 5" EWD) I z - 2 " ;� p r � A N ' g < ZJ• g ,> t1 A - ra. �sws m.m are THE C" - m `p $p, •a Im D x AIOWA cm,w ERTREATIC(R Y NEW PAVEMENT BACKUP GENpUPDNDELECTDISTRTN GP PROJECT EDGE (TYP.) n m0 ^ (.yO a N I CO2GENEPAL mNSTRUC110N I „ g z arg I p°g !`2•. v PAVEMENTMNTINGPIAN D xo+m !mluswnnl ' xcs�zan � ami wa n I CU14 0 SS 710 PACNA PLARKNAY, SUREi XORRIOBERiY,USiB11 it Shoemaker ( 7r Haaland ' ° �I°I FLED F� _ m —6 AH 9 I u=vmu a =xa aamw e. comms cN i CITY CLERK E m EXISTING 1 EXISTING !I v I 0'dA CITY- 101' evwrt°msxxe ux me ouo DISINFECTION SODIUM v v»�. mxm..crarosmu°+°asoi 1 STORAGEgym.°.aowncros crus � I 1 HYPOCHLORITE o BUILDING 1 BUDDING N � cn[Po=msmenux (12` EW)� w (6" IRW) FILTER SOCK INSTALL INLET PROTECTION DEVICE (6" IRW)—y _N � 1I -(2" SDS n 1 EDGE OF NEW � DUCT BANK (TMP.)-12" TMP.) I k-� (2,. CLS) �T r MH -1 36 FE, 1 MH -10 LL -JJ_ .... C. —(7 1/4" FE) I ,I ' v I FILTER SOCK -�' -- n (TYPJ + 9 I I i I INSTALLINLET opo F + .. - 1 _ 1 _ t. PROTECTION DEVICE - j) + I �w \ , + h + 5'CIRCULAR to (T)CONRETE "�� RONC + + J �.... OIL .) _; I �. n \ JJ Iv m \ -RCP STORM + SEWERCULVERT a 2 '(g^ )�=1---(6" EWD) (6" E ) r1 EROS" + + ++ + 1 + NE N + + •.Kit 15 / + C> (`3" We r 1 - '� st t+/ / CREATE TEMPORARY SWALE v m j /� - v DRAINING TOWARDS APRON I ISSUED FOR BID EXISTING + + 1 / / / _�•:) I - I INTAKE ON BOTH SIDES C SWALE ' / / I1 _ PROTECT 9 EXISTING TREE cT FILTER SOCK cryp IN ST LOUTLETm I ',-` PR C ON DEVICE 1 + - I1 m THECRYOFIOWA I0WACITrIA Z WASTEWATER TREATMENT FACILITY BACKUP GENERNTIONAND ELECTRrAL DISTRIBUTION UPGRADE PROJECT 1 - NEW ; 1 + + '" ? %�• i 1. cn I DNTRACT CC ENERAL CONSTRUCTION GENERATOR + + /• m PHASE 1 + A n SURFACE RESTORATION PIAN .. I% SLOPE ` _ - + I1+i n ' w-' SHEET N AWAY FROM + ++� + _r + + i + It a T CONCRETE PAD r / A + FILTER SOCK 1. ,i - _ �_ _ _ - _ _ _ _ ro� 1 _ _ _ _ _ ... _ _ (TYP.) _ _ PROTECT EXISTING `" — �« 3.1 SLOPED AREAS- � __ .1 +r mt1 NOAH WEATHER _ .m,, BACK TO EXISTING _ + 1 �` STATION. I T cu 15 10 Y` J (60" EBE) +� n ' - - 1 (60" Em i + 66- EBE) (60" EBE) I PROTECT .111111 _ 4d� (^W) (6" W)- e' W`Y• EXISTING TREE (WD) 12'ST)� it (N'D1 (2" EW) 1 {� INSTALL OUTLET I INLET 1 1 n .. PROTECTION DEVICE i r 11 RESTORE EXISTING 111 (9 S) (6 S) DRAINAGE SWALE 1 1111 E PROTECT II -PROTECT i 1 EXISTING TREE - ..+ 111 E TO BE REMOVED PROTECT ' I� 1 _ EXISTING TREE 111 7 1'1 . 1 + I ,FILTER SOCK RESTORE GRADE ABOVE v) I A 3 DUCT BANK TO EXISTING m CONDITIONS(TYP.) ' A 4 ' - ry}+ Ai m + • v z 11 . 1 � PROTECT 1 11 v EXISTING TREE X11 x + I /PROTECT g 11 EDGE OF NEW / EXISTING TREE I1 DUCT BANK (TYP.) 111 + �1 1I 11 11 ll II 11 NEW UTILITY r I 11 METERING CABINETS I I 11 NEW UTILTIY METERING I 1 CONTRACTOR TO RESTORE CABINET CONCRETE PADS ROUGH BACKFILLED REC CABLE TRENCHES. GRADE BACK TO ' x EXISTING CONDITIONS AND SEED. PROTECT EXISTING TREE 1 ' + I NEW REC CABLE FEEDING ' NEW METERING CABINETS PROTECT EXISTING (TYP-) LIGHT POLE La (60" EBE) ��XGRTX ❑BERTYA 52]1] 6 Shoemaker Haaland BILE ., Li -6 A \?BIBNOY 11 CITY CLE Va�leel OMEIYONMf M1RMRl4eLe IY� WIW Ce1BX1E (WD) x wxEX.«wmEEnEAo.«+ax AR«RgiO XM/e GlFsrtcs wme SC1419tlW 9EEONOIPM. ROSY RNdI 0 ISSUED FOR BID THE CRY OF IOWA - IOWA CNY. IA WASTEWATER TREATMENT FACILITY S P GENERATION AND ELECTRICAL NSTNBUTDNUPGRAOEP ECT PKASEI SURFACE RESTORATION PLNI SHEET CU16 ISSUED FOR BID THE CITY OF IOWA -IOWA CRY, N WASTEWATER TREATMENT FACIIJTY BAIXUP GENERATION AND EIECTNUL DISTRIBUTION UPGRADE PROJEU ROADWAY CROSS SECTIONS SHEET CU17 00 DD 9-21 0080 $ E vxexwrznmwM+v r0l. Z8t8?�Y -6 At NEW SURFACE (TYP.) NEW GENERATOR PAD (TYP.) TEMPORARY PHASE 1 pw DRAINAGE SWALE (TNj4)T CL L EXISTING w uo% a m �SURFACE(TYP.) — B« t m 01330 00 00 REGRADED PHASE w w DRAINAGE SWALE (TYP.) w ------------------ lo 00 20 w 00 DO w w H j w 9� om% w d w 00 o0 00 DO w w e« w .e� 9 QBi% pOM en u c e.z ISSUED FOR BID THE CITY OF IOWA -IOWA CRY, N WASTEWATER TREATMENT FACIIJTY BAIXUP GENERATION AND EIECTNUL DISTRIBUTION UPGRADE PROJEU ROADWAY CROSS SECTIONS SHEET CU17 Oemaker 6J1ShHaaland 9-21 ccll vxexwrznmwM+v r0l. ISSUED FOR BID THE CITY OF IOWA -IOWA CRY, N WASTEWATER TREATMENT FACIIJTY BAIXUP GENERATION AND EIECTNUL DISTRIBUTION UPGRADE PROJEU ROADWAY CROSS SECTIONS SHEET CU17 REGRADED PHASE DRAINAGE SWALE (TYP.) �lJOShoemaker �iHaaland a d Ciw O�Iwvn Cm ISSUED FOR BID THE CITY OF IOWA -10WA CDY, W WASEWATER TREATMENT FACIM BACKUP GENERATION ANO ELECTRrA DISTRIBUTION UPCFADE PROJECT ROADWAY CROSS SECTIONS SHEET 1 CU18 m20 moo FILED ® _ 2010 NOV -6 AM 9: 2 _ CITY CLERK _ W,"A 0ITY.10!W7 w y_ y_ w ww w w b m1. —------- -------------- n 10p ----- w m0 00 DO w w www w -- _ w m00 m00 w w ww _ w w `°61' ---- ---- --Zns---- w _ — — _ 0000 wi 0030 NEW SURFACE NEW GENERATOR TEMPORARY PHASE I _ w _ (TYP.) PAD (TYP.) DRAINAGE SWALE (TYP.) _ EXISTING w anA °d0R aw. arou /-SURFACE(TYP.) w w w w y«+yin w w _ v s REGRADED PHASE DRAINAGE SWALE (TYP.) �lJOShoemaker �iHaaland a d Ciw O�Iwvn Cm ISSUED FOR BID THE CITY OF IOWA -10WA CDY, W WASEWATER TREATMENT FACIM BACKUP GENERATION ANO ELECTRrA DISTRIBUTION UPCFADE PROJECT ROADWAY CROSS SECTIONS SHEET 1 CU18 D i �FM m W 1L I 1 -(z EXISTING DISINFECTION STORAGE m BUILDING � n � A L EXISTING ^' CONDUITS a (ta' EW). (6" IRW) (6" IRW)-- EXISTING 8" DRAIN PIPE -(2" SDS IIG EDGE OF'.DUCT NEW BAN P.) PROTECT EXISTING TREE I EXISTING SODIUM HYPOCHLORITE PIP[ IN Y CASING PIPE 1 EXISTING EXISTING NATURAL GAS S t i ITO BE DEMOLISHED \ I TTT m I I (TYP.) I Y f o ' T 51 i I EXISTING TRANSFER ; 0 SWITCH BOX TO BE o - DEMOL�HED EXISTING B'EFFLUENTS ��J — + WATER DRAIN PIPE 111 IE 1 \\ v ,A1 11 � 11 1� 11 ,1 q 1 EXISTING ABANDONED 4' POTABLE WATER UNE 1 (60" EF♦F{. (60" E 'RPI - 1\ —6 AH 9.21 Y CLERK( CITY, IC`;: EXISTING SWITCHGEAR �^ BOX TO BE DEMOLISHED " EXISTING STEP UP I c' TRANSFORMER BOX \ TO BE DEMOLISHED I EXISTING METERING CABINET BOX TO BE DEMOLISHED o EXISTING GENERATO TO BE RELOCATED AFTER N SYS MIS IN OPERATION. RELOCA TO CO TRACT LAYDOWN SPACE, R! I MO�1FACTURERSRE MEh *TION I� FOR RIGGING THE NEW GENE TOR. Jr7TOBE STINGATSBOX_A DEMOLISHED m J d PCC FOUNDATION I REMOVALAREA PROTECT EXISTING TREE I s m n m I � A Z n V I Z I A I < T -- O D O ti I f/ 4-61" EBE)_. 11Shoemaker 4 Haaland _ia Cmwl.ownCm — ui wwx w Exu owwmw s. cwrna w, WE4xJiF➢OMEFMSE mss. aN@AC.CA,NNLNTBENxW 9Ei oEuauEwx wm xEw cExEwmx E mw sro eo CM1W{ng6YNLE1 NYS iMiM.Vi ggUTM. RELNUFiOUYLOWN SVMF. mcvuux TONuMRIGGNG uW ETM or+Eoaurocwcmexen aErEa,*au > �w,».��.aasx�.oEH.ou.E»sroxc mxouns mr NDER NTNoTN E s uavr wxw wosx Eusr xc mes owx u. viurm owEEemwExrieuxu ISSUED FOR BID THECITYOFMA IOWACRYIA WASTEWATER TREATMENT FACILITY BACKUP GENERATION AND ELECTRICAL DISTRIBUTION UPGRADE PROJECT PHASE 2 SURFACE DEMOLI PLM! EXISTING 60' (60" ESE)I ' (60" EBE) CUie O v i I �� -----+ r r , i I 1 } , I EWD *k II OF / X\ /A 4r / / \ 5 QN 9.27 CLERK TY, 101.',' PROTECT GRADE ENTIRE AREAV PHASE 2 PROJECT LIQTS TO THE SWALE TO THE VtST EXTEND SWALE TOE TO THE EAST (T) I' IrwDI(B' EWD) (6. I ti EXISTING TREE � I I I A n x 9 Ur N,- z I � I r� h �J Z z �•� m z z � 0 IS L N I_.... I s r� D v c� EXISTING EXISTING -; DISINFECTION SODIUM j STORAGE ' HYPOCHLORITE' N BUILDING ,BUI ING (6' TRW) (6' IRW) i ''0 �) (6^ D) -(2" SDSI N 12" CLS) ---- MH -10 -i -(1 1/4^ FE) \� I I _ I a -N + O v i I �� -----+ r r , i I 1 } , I EWD *k II OF / X\ /A 4r / / \ 5 QN 9.27 CLERK TY, 101.',' PROTECT GRADE ENTIRE AREAV PHASE 2 PROJECT LIQTS TO THE SWALE TO THE VtST EXTEND SWALE TOE TO THE EAST (T) I' IrwDI(B' EWD) (6. I ti EXISTING TREE � I I I A n x 9 / X\ /A 4r / / \ 5 QN 9.27 CLERK TY, 101.',' PROTECT GRADE ENTIRE AREAV PHASE 2 PROJECT LIQTS TO THE SWALE TO THE VtST EXTEND SWALE TOE TO THE EAST (T) I' IrwDI(B' EWD) (6. I ti EXISTING TREE � I I I A n x 9 Ur N,- z I � I r� h �J Z z G� �. x m z z I s r� D v c� _NORTH LIBERTY, A 52111 JlShoemaker d Haaland ....9mM..-IaalaJ.rwn .2 CrtY.lows CrtY �b,EOP,�wg Di s .. . ..L �Aax� ya P mmlu.IFFIa Ewr 0 ISSUED FOR BID THE CITY OF IOWA -IOWA CITY W WASTEWATER TREATMENT FACILITY BACKUP GENERATION AND ELECTRICAL OISTTUBUFON UPGRADE PROJECT PHASE SURFACE RESTORATION PUN EBE) I (60" EBE)I ' (60" EBF) CU20 0 PCC GENERATOR PAD RAISED 6" ABOVE GROUND SURFACE ON ALL SIDES. LEVELSLOPE TV - ML - 6w III III III -III ,111,;,111, 6" SUBDRAIN 18' PCC GENERATOR PAD 6-9" COMPACTED SUBBASE GRAVEL 2.0% III. III I IIIIIIIII III II III— III III -1 I L .:III -III I III I I I-_ GRAVEL D NAGE SWALE TO PIPE IOULD ON INLET (NORTH) LELA 2.B• Z�10 Piny 9: 21 Ac�(R/F S -III III : I I-1 I I ILII I I LL6" COMPACTED SUBBASE INSTALL GEOGRID UNDER SUBBASE TYPICAL ROADWAY CROSS SECTION r31 NOT TO SCALECII21 STA. 0+52.39 TO STA 1+07.52 GRAVEL CURB RUNOUT FROM FULL HEIGHT CURB TO NO CURB. STA. 0+14.73 TO STA. 0+19.52 MATCH BACK TO EXISTING 6' STANDARD CURB 6' SUBDRAIN (SOUTH) / 6" SUBDRAIN CROSSES UNDER ROADWAY PERPENDICULARLY J AT STA 0+14.68 TYPICAL ROADWAY CROSS SECTION rz1 NOT TO SCALEc Lel STA. 0+20.24 TO STA. 0+52.39 -Ii III 8 PCC PAVEMENT III— II — IIIIII 6 COMPACTED SUBBASE INSTALL GEOTEXTILE UNDER SUBBASE TYPICAL ROADWAY CROSS SECTION 1 NOT TO SCALE cuzi STA. 0+10.00 TO STA. 0+20.24 CURB RUNOUT FROM FULL HEIGHT CURB TO NO CURB. STA 0+15.25 TO STA 0+20.24 MATCH BACK �-' TO EXISTING ;__6"STANDARD CURB 6" SUBDRAIN SUBDRAIN IC 710 PAC NAPAMA , IR NO NORTH LIB RTY,R Y,AOITE NORTH LISERTY,NMIT 11 Shoemaker d Haaland ...elmmde.-ladad.�.m e Mf cl oOFI nOTr NLNgtlI W...N. 6"LONIPM. L4 wEssrmrna�wnw o .ec�n"w�e �T ISSUED FOR BID THE CITY OF IOWA "IOWA CITY, IA WASTEWATER TREATMENT FAGIITY B IJP GENERATION AND ELECTRICAL DISTRIBUTION OPGILIDE PROJECT WTRACTCO2GENERALCONSTRUCTH TYPICAL CROSS SECTIONS SNEETI CU21 MATCH BACK TO EXISTING PAVEMENT JOINT CURB RUNOUT FROM NO CURB TO FULL HEIGHT CURB. STA 1+43.37 TO STA. 1+47.74 VARIES SLOPE VARIES �1 I III III__11 i —1 1; I 11 —illy III- 8" PCC PAVEMENT 6' COMPACTED SUBBASE INSTALL GEOTEXTILE UNDER SUBBASE TYPICAL ROADWAY CROSS SECTION iD1 NOT TO SCALE STA. 1+51.46 TO 1+61.28 1II— I I11 1 6'STANDARD CURB DRAINAGE SWALE TO PIPE INLET (SOUTH) FILED EaREs 2016 NO + —6 AM 9.2 ) � /APR0,N V CITY CLERK II 'III-II��' IMAM CITY.Iol�iA 11I-i-i1III 11 111=6'STANDARD CURB CURB RUNOUT FROM NO CURB TO FULL HEIGHT CURB. STA. 1+84.04 TO STA. 1+49.10 DRAINAGE SWALE TO PIPE VARIES `APRON INLET (SOUTH) 8" PCC PAVEMENT—III COMPACTED SUBBASE LLL GEOTEXTILE UNDER SUBBASE 6' STANDARD CURB TYPICAL ROADWAY CROSS SECTION %21 NOT TO SCALE STA. 1+43.37 TO STA. 1+51.45 GRAVEL GRAVEL DRAINAGE SWALE TO PIPE SHOULDER SHOULDER APRON INLET (SOUTH) 1.01 VARIES VARIES 2.0' SLOPE VARIES SLOPE VARIES 3:15�OP>< _ S/OPf os —III III -Ill III =111 111 III III =111 III s I I I I i I I I III—III III _ PAR/ESPEV �% :VIII II 1111LIIII IIIIIIILLIIIIIIII - IIL, II — — —III 111111 1 SPCC PAVEMENT I I II 111 6' COMPACTED SUBBASE INSTALL GEOTEXTILE UNDER SUBBASE 6" SUBDRAIN TYPICAL ROADWAY CROSS SECTION T NOT TO SCALE STA. 1+17.52 TO STA. 1+43.37 Shoemaker (0 Haaland d+� an or lawn Crtr u�vma r�cvumwerwxm.W+c� VIEV MIF➢0lXER�Ig LEGPD'. mwartr�reExr ISSUED FOR BID THE CRY OF IOWA IOWA CRY, N WASTEWATER TREATMENT FAGLRY 9 UPGENERATIONPNOELECTRIG& DISTRIBUTION UPGRADE PROJECT TYPICAI. CROSS SECTIM SHEET2 CU22 PCC GENERATOR EQUIPMENT PAD 12' 14'.0' FILED _,z -- -- � 9:21 - ERK VARIES -= I ---- _ --- -; T.IF S' PERFORATED SUBDRAIN COMPACTED DEEP FOUNDATION PER SUDAS DETAIL 4040.231 GRANULAR SUBBASE (TYP.) CASE B TYPE 1 PCC GENERATOR PAD SUBDRAIN �zl NOT TO SCALE R] RAll411101114,1 q [ll z -i- _ MIN. TYPICAL ROADWAY SUBDRAIN I NOT TO SCALE B'PERFORATED SUBDRAIN -NORTH LIBERTY, A U3I7 1)Shoemaker 6 Haaland CT'Of IOWP CItt wreoav¢xiv ISSUED FOR BID THE CITY OF IOWA - IOWA CDY, N WASTEWATER TREATMENT FACILITY BACKUP GENERATION AND ELECTRICAL DISTRIBUTION UPGRADE PROJECT SUSDMN DETAILS CU23 EEn.uEx m..r� 1I- Eil 1FwULECD MAIL 1LYI51 fdN•� I�I' END. Ela[E[EiPml� 9.1CFASBv: HE.. y lEMfr ,FF ff P1-.E;xrV W �EnuWxu � FVO f 6GMwxooxrWt e L..y:R Yr�MMYIyLw x,uortnurt yMfA 4 - YrvnmxMsnrM Txa6AiO,n `A'Iw YMMM61,f Vq YIINOR.,f< fOLMIi DETAIL btU81 E�mxrza� WLiMY Ela'sM:EEEIin)� MNN�LN ®YiP r YW TYME&NRC 'fes ®"SHr. wleCHu2 rJ�4 OJ P{ mwHu9v,v,nx �f j CM Of IOWA CM YNW ML 2 Y t CONDUIT 1MELL ltyy FLEMIUMALRUCTILIUM DETAIL 81 5 EaTia[EE(:ro.l� mmm 2 -Mi •:sv�roE WSGs F.�CECSm,am u�uh/�II�r RP:YSURFP[P— ma.aeExPro.:� Q DID DEM IPR NGME. EIPMWMM&MyP.M391FMi TEE ,1g11FEL4v➢E E:YYBMIWZBfYA1Nll ElFsraewEmTA ° 6° 6° 6 6 6° Q6 6 P ° 6 6 awn onyo.E '"� 8 So °g 888 WMAN616 °6 ° Pb `Vas,uEn rw � o°o Illiilll ��� �udnwnxt � TYPICAL TRENCH EXCAVATION ANI) BACKFILL FON R Y 1 ] LELL ELELTGI[AL pIILT9ANIL OELIL 3CUSl 6CU51 AEUL SC1151 Efflm END. Ela[E[EiPml� y lEMfr ,FF ff P1-.E;xrV W vRVN CONSULTANTS. INC. 0rY00L 10EMrf L..y:R Yr�MMYIyLw NA 1 � m^ a��NENN Txa6AiO,n .W}YY:CIYM YMMM61,f Vq fOLMIi � E�mxrza� WLiMY MNN�LN ®YiP r YW TYME&NRC 'sl mmm 2 -Mi •:sv�roE WSGs F.�CECSm,am u�uh/�II�r RP:YSURFP[P— ma.aeExPro.:� Q DID DEM IPR NGME. EIPMWMM&MyP.M391FMi TEE ,1g11FEL4v➢E E:YYBMIWZBfYA1Nll ElFsraewEmTA ° 6° 6° 6 6 6° Q6 6 P ° 6 6 awn onyo.E '"� 8 So °g 888 WMAN616 °6 ° Pb `Vas,uEn rw � o°o Illiilll ��� �udnwnxt � TYPICAL TRENCH EXCAVATION ANI) BACKFILL FON R Y 1 ] LELL ELELTGI[AL pIILT9ANIL OELIL 3CUSl 6CU51 AEUL SC1151 Efflm W:OL W YllWll I IuyFE eA9t DUAL 7{N51 ISSUED FOR BID THE CRY OF IOWA -IOWA CITY, IA WASTEWATERTREATNENTFACILItt BACKUP GENERATION AND ELECTRICALOISTRIBUTION UPGRADE PROJECT CONRACT CO2- GENERAL CONSTRUCTKIN DUCTBWK SECTIONS SHEETI r.w rml :mwNne.m �w�—owso sc� a.�reost� HDCU51 0 Ela[E[EiPml� 6DM E=xun vRVN CONSULTANTS. INC. 0rY00L 10EMrf NA 1 � pl„R' mlE Txa6AiO,n NORTHLIAP IAY,$U NORTH IM', A 52317lIE YMMM61,f Vq fOLMIi � ¢,fn/eERpsTI WLiMY MNN�LN ®YiP r 'sl CM Of IOWA CM mm E?nxo Y wlESH x-,EEEHSS,ET MM�..ia E Y M,I:, =� K— TERALSDJETDVhR—QH—S�S eNy�� ax MMSETSEEl ox a�MNyN ,.,, EL-0HSOWLL��EMMrL Dorx:r,o.r o FHEDwDx�E.t,» DDES--TEME..�L, �" NNNE Y `NlEaP aw:ATTED11 °FSLyN HSAS I - SEEDMESHE H. US 11 SEE OELIL BCYb1ESunE:um mawv DHHE— vomica W:OL W YllWll I IuyFE eA9t DUAL 7{N51 ISSUED FOR BID THE CRY OF IOWA -IOWA CITY, IA WASTEWATERTREATNENTFACILItt BACKUP GENERATION AND ELECTRICALOISTRIBUTION UPGRADE PROJECT CONRACT CO2- GENERAL CONSTRUCTKIN DUCTBWK SECTIONS SHEETI r.w rml :mwNne.m �w�—owso sc� a.�reost� HDCU51 0 Ela[E[EiPml� 6DM E=xun ysE 0rY00L 10EMrf ,1YE'MMMIEi6YR pl„R' Txa6AiO,n M YMMM61,f Vq fOLMIi � rWPAr WLiMY MNN�LN ®YiP r 'sl W:OL W YllWll I IuyFE eA9t DUAL 7{N51 ISSUED FOR BID THE CRY OF IOWA -IOWA CITY, IA WASTEWATERTREATNENTFACILItt BACKUP GENERATION AND ELECTRICALOISTRIBUTION UPGRADE PROJECT CONRACT CO2- GENERAL CONSTRUCTKIN DUCTBWK SECTIONS SHEETI r.w rml :mwNne.m �w�—owso sc� a.�reost� HDCU51 0 PRM CONSULTAMS, WC. 710 PACNA PAAHWAY, SURE t r< ®i ew ®cerz�rzwrm — -�I NORTH LIBERTY N 52317 rvalwluw0am�rormar li umxx�awart aerw vu* _ � oxew }\J\ w/MZBUI®w.wn o-aeo.. ooeo ml[ti o r/a[duRW6 §� ryx6rtvR9 V9FNO}:IYMxmwi WNglnu f¢ll[VIO 'o ox o• pati e' �kk� w�1. __-.-.... 8 eo 6 eov o �; {z��}{� Ali g' 28 2U❑❑ !f31'm r ! .q 3tQ=�yjdL CITY OF OF IOCiry xwaxfxwxlx xG 0E REDLERwrroz I 1 I I II II 11 II O.GVIMM 1 I 1 1 xaq¢tt4 zumwmv[ I I I 1 I I I I I I I I 'I ; � � 'I ; 'I 1 II .u1aUzxsNswaFSwue[awvotoer•x, amw[f wEvam[mms[wornrto aWxsasxox„ CLERK CtE"' K wE I 1 � I�u�w j i i i i tmrwxcrwtaM11F9J z'M�BxRA oo^ rvwa e w ,� ri I TY,!ra,,,,. v• oE�.aT. R. o .wew rM INCxvVur eo ona n�`q' n w a p $,� 'apo' waxoixcw at7wt airxwvxn uwxwricxusxwspgrsxvw.'I GEEff RED r¢erormrzoED r s z[r Em RE DEforornFl Lwm. w.waraaisaroaVw'owEml xowev,xurs PLM EECLEM sxNmorx ERD Gxmxaw<alo ...EDDQcxtNre.�czwx OETIIL 1LU52 DCYEi �rs�xrsworceuwcewufur wxcwfnx.rxG nwzess,rs¢xzx/ cop roewnaw.Now rcaa+oix„eu,«ixcnrnl �xoo-r w.mrver rwum xoxmvAr amxE r Y� RFEREF lxn=x E rowwrexwN.rm¢mm, i ww.rumom srmmlansxm aaiwNxum�. ¢rexlwxe¢xx® ercawroam om ma en x¢ouns.lx - mohw.oE.w..rxw �.wrNwxlraw� wraa � I xw8 WwiPIDwxxr: falx pVJp cwA w'.l0 a.x 1 meao.alvowfmm w.x wlxo.o'�wn l Ill; srsmnerlmswmn es.m xxrrwon ��.!� wnafcexooxTaxlrvf. I wLcxxvx Nxw w ¢f xxrEn s. EDE.. mxwowewux.wx�x¢ mwwou.®l¢rvew i xx ruawncw rnlxounsu. rxm¢ewnxaxoxuuwae AUAL SCU52 m L emi rnN eenxelxe euxxlxn MAIL 4CU52 EQ�u mlGl eOnuxolxe xoo eAul SCU52 AFORTHECmN10WA-IMACITYw WASTEWATER TRMIMEW FACILITY BACKUP GENERATION ANO ELECTRICALOISTRIBUPON LPGPME PROJECT CW MCT C-02.GENERXCONSTRUCIgN OUCTBMK SECTIONS SHEET2 r xP.eaysme �CU52 0 TABLE 170 2,2 TABLE17853 ween REQUIRED VERIFICATION AND INSPECTION OF STEEL CONSTRUCTION OTHER THAN STRUCTURAL STEEL seaunMxo cMllelnR le[Mc mXrxuws wAmoc Ixweedx mEsr>neruam �.n� ]Amv A]. 149RtIM,/R Rtlafb AIeBEIGIe �naru�MM1 ya,t[n Nev.eae mnax4mvumrv. RBYBREgION9% ,MMi �Ef 4Y1 76171] ArMXMn vYYaxb1 n..Xan. 1 N mwSmlgavryYM1WYy .,n®abn R e� xwlrxbrnwe 3Xgx�wJa wSar, r X MBUII X mrt[iEl v kmxek rIMMe % r mpaxuv % nq N 1 �i M14Y% l l�.pa xaoe n�lavxnNbrmvr watiN N.�,WVM1Byv MYB � Pweef MbinebbN[mmp srMnYtenlvpbryvu�y vFNaPYbXmvNewwrbriM. R m]n n3Y MxF x� Nm NxlnnM.N M M. X mwmy mvm4syaa:sXvysp�a MY4Yf mdA by,YE % PeY MY.lI c Mvvlar6nMmawa! vYvpYq,,.laCvy, � SNMemfvYb YTmY. r mrt[Oe eY1.RW, r r YMe M W. n am Senn �M11, IExY bpYv b Nr elm . xb.sxm,sx.xx.,�rmas.M1ee.+.mbwM1xwuM1 !� .ympbML geMWbM:YFd,vvbMvbFXvvM1vbxpwaww.mYniNrYYm)Rv YeIYRM]4xefWML MvxM�bmmmmnlPeNs1� Y�M�WNxMbM"yMMMvAYe11�1.^V+]bhxW TABLE N552 INSPECTION TASKS WRING BOLTING rw4crwx,.%vswMcenTxC a a vlPvavxev,aewJY mai]Ma+MeNtieP 0 MlbuglbbvwYeurrven s.� rwaexrrrr rx.M1n..beM1. rxW, nllv0e9b mbei M5Y be:N1n MYVV NN TABLE N5.48 INSPECTION TASKS AFTER WELDING TABLE17853 ween IMEcrcx iuYu,EvwE�Nlx REOUPEDSPECIALINSPECTIONSANOTESTSOFCONCRETECONSTRUCTKW a seaunMxo cMllelnR le[Mc Iee[xwrtxno Ixweedx R `X9Ee:w�rwe:9Prr9w. v ]Amv A]. 149RtIM,/R Rtlafb AIeBEIGIe Mv9lpr✓aL RBYBREgION9% ,MMi �Ef 4Y1 76171] v 2FaMxpYM6 1 N mwSmlgavryYM1WYy .,n®abn v e� xwlrxbrnwe vM WNgJnYMsiM61MYb%M', r X MBUII X mrt[iEl v cbv�vxq^onMwY,mMunYlP,r % r r SMascb+mhmeb minNn:bum. mn...ePM.iO mll[ny M14Y% l l�.pa xaoe n�lavxnNbrmvr TABLEH5.S3 INSPECTION TASKS AFTER BOLTING MYB � Pweef MbinebbN[mmp srMnYtenlvpbryvu�y vFNaPYbXmvNewwrbriM. R m]n n3Y x� Nm NxlnnM.N .Mqp mne'.I,Y. MY4Yf w % PeY MY.lI c Mvvlar6nMmawa! vYvpYq,,.laCvy, � SNMemfvYb YTmY. r mrt[Oe eY1.RW, r r e1;L1 fY2161 [rrx®XEpbnrblumm.. r.wp] Yncm . arb.Merber.b XM lxEv sy9i9:.rrtr•erwMxw.M1 R m»vtiaa mo;o ,.�� MxvYMwIbIP X MAIf �q&OM1, 91! IMNMYe+rilMyY{alx % m110.R1.ffi1.9 MI MWpM1 MYB V,mav^�mmPYvlepb Wl X I MrPMvlwvl[ 1 aYc MNYwM.d %M %M MllY.Yf]d . MPo+xaPrreber;r ba.. nrr.s.,ePrnrxr.. x m]n Nezi mvixvv mviaaE bM1.nmr..oM1bxgrbrea rr�:rmwbrrbb:Mwa X minxenz m..arrr 6 Y W bvalbMp xVwraM1MwaM1 ]II: e]0.; N ivbxXi b.LL . xb.sxm,sx.xx.,�rmas.M1ee.+.mbwM1xwuM1 !� .ympbML geMWbM:YFd,vvbMvbFXvvM1vbxpwaww.mYniNrYYm)Rv YeIYRM]4xefWML MvxM�bmmmmnlPeNs1� Y�M�WNxMbM"yMMMvAYe11�1.^V+]bhxW TABLE N552 INSPECTION TASKS WRING BOLTING rw4crwx,.%vswMcenTxC a a vlPvavxev,aewJY mai]Ma+MeNtieP 0 MlbuglbbvwYeurrven s.� rwaexrrrr rx.M1n..beM1. rxW, nllv0e9b mbei M5Y be:N1n MYVV NN TABLE N5.48 INSPECTION TASKS AFTER WELDING ween IMEcrcx iuYu,EvwE�Nlx a a WNtivtl 0 0 .w,bMrbxnare r v mmrbn.M1b pEwmr°`�r wro�r" 149RtIM,/R Rtlafb AIeBEIGIe I�IM RBYBREgION9% ,MMi �Ef 4Y1 v v 1 N mwSmlgavryYM1WYy .,n®abn v e� xwlrxbrnwe . r:wnX,nb..xa:m r bwMe. v v eroxxarrpw..M1. r r wrn.IOaamrewnnMlervr.Er.we.MraYr.., .:ufd}IwMM1sd.. b.m.Mu m"•IaM1r minNn:bum. mn...ePM.iO % M14Y% v pgweilrq. TABLEH5.S3 INSPECTION TASKS AFTER BOLTING MYB � Pweef MbinebbN[mmp MrnMr%n¢unxbE.nm a a M11C vnmpci TABLE NOT INSPECTION OF STEEL ELEMENTS OF COMPOSITE CONSTRUCTION PRIOR TO CONCRETE PLACEMENT .Mqp eY+clnxa]rmBleensar v]woaiemiairunax IwmmmloE]Ex%mmi MY4Yf w % PeY MY.lI c Mvvlar6nMmawa! vYvpYq,,.laCvy, � wmwrbuxxewbxxrx+MX r v mxrmmx arr.x r r TABLE 5.12 MASONRY- LEVEL B OUMM ASSURANCE ween N4NlyeplxaEYvaLaWEMarygIvYVNbbxytl mAoiiYlYieMMY11YbMmWelery vnbMa: veF[ n .n MdimMYYuepebmXeeMvrav.MerFvvrbixfr YY9®ILeBYIM 149RtIM,/R Rtlafb AIeBEIGIe I�IM RBYBREgION9% ,MMi �Ef 4Y1 xXM1ryvvvrY - 1 N mwSmlgavryYM1WYy .,n®abn . r:wnX,nb..xa:m % Ms],ut b rMupmtlnW pn % MLi c M1N®tlPrvM1Xrur MY\YM minNn:bum. mn...ePM.iO % M14Y% v pgweilrq. % MYB � Pweef MbinebbN[mmp M11C vnmpci .Mqp x MY4Yf brMMbvvN+.1^W rv~ % PeY MY.lI c Mvvlar6nMmawa! vYvpYq,,.laCvy, � 1 M.61.121. MYEf]. Izalu uE • xm.e.barMrebrMxwer bNMYOn x MYaamE • MYMJNVY MYB l YYm Mfa . arb.Merber.b MYr s nnmrbaxa.e.%rwer �:wMn� brvrmM% x ai'Ytw - c wM91M4bvY x I.IYK I33M1 b r�x.w,w.wxrlM1w auvun upWwevpyXrewu'ENa'clly �MA�Mv^MeYi{VZCX % MY4110 •. pbanNimvveapereb¢ % MYB V,mav^�mmPYvlepb Wl X M1EYC 1 aYc MNYwM.d %M %M MllY.Yf]d .mom "°°eybv'vbxvav' x .1ua�Y11'x umu Po 4xb4umY.r1®4veXYb+MLnuMrmvwno^9s�nauPa.vina+�.xavn..� y i}FIAM1M Wvp.YalingxvMblNLmmry. NOTES FOR TIBLES N561. N5.42. NS.dd, N5.6-1. NS.63. N562.6 NL.i: rwx. nCwxuexn EdmmEsriw�msmucwu uioiwsl�FwREF�� wwsEcnwrsY nwu:wnarcrr,oNn:wsseiessaws:..:scm;N.mcawE � XEw3XEYxr3 ;xlnxrci]wx].wssxuEeEwwwXEner mEruwrrCXsmdncMai a�::iairouwxEco-aGnws,xuwuwxcaw;nw:IXxn.wss.nn..wor,Y wa mME n]rEcmx enowho b mE od io ExaxE Twr nn waxu av� ICN:rwEcnoxrtsYduueEVEnr.oxCauortavMxMVR.ar¢esvEcrat w]ccamwcEm]xsE ROMIxvsXmYW3f.iTei]MxAidrs navr aMoanw6ltEFPECIf451E¢s5rEw9WLrt Mtn*]xs omBrglE. bw.0 41EF1wEVECIW 9WLLBExK[WpW4NTry TE Ix91E5 x5E0LLpv5 O CYEAE�9EIIEM W.10.W WN WnrPFMTNY.'sXEF➢MTBEHIAYEOPENdXErhEE wii%owi%vwrwl'I`Tlaks F XCNuo-ew"C`oETECC�XCviR � x wn ialE�a � wrwx. slEe ru%a mX Yw sn¢ E,leNs Fid ED 2018 NOV -5 AM 9.28 CITY CLERK ;''A CITY. 101.+1,, _ NORTH LIBERTY, 1A 52517 Haalantl 1 CITY Or IOWACItt ISSUED FOR BID THE CITY OF IOWA CITY W WASTEWATER TREATMENT FACILITY BACKUP GENERATION AND ELECTRICAL DISTFURUTION UPGRADE PROJECT STRUCTURALSPECNLINSPECTION TABLES SGO2 10 i1 XEW 80011 BLAB PIAN � �� MHLxn RfiMln6tOE f11®FtxMpnxtq W lvlxYN Wip F)6nG4F1®Wx'\MX!@MO WAnw FILED -5 AM 9: 28 Y CLERK CITY.!CI".'>I tb��b pR9i11tlryR WQIWFIN IRM 0.C1BiM B t¢•10 a) Shoemaker 67 Haaland cm a kmn Cin N�ruxamTawwmm�wcrcm ISSUED FOR BID THE CITY OF IOWA CITY, IA WASTEWATER TREATMENT FACILRY BACXUP GENERATION AND ELECTRICAL DISTRIBUTION UPGRADE PROJECT CONIRACTM-GE1ERk CONSTRUCTION DISINFECTION WILDING FOUNDATION RAN Y lnl® p tAUISYNfiIt Itg4pl! SF01 0 PRVXCOA 110 PARI IIAY.3 THUSPARI(WAY.BYIIE1 NORTH UBERIY, N9N1 a) Shoemaker 67 Haaland cm a kmn Cin N�ruxamTawwmm�wcrcm ISSUED FOR BID THE CITY OF IOWA CITY, IA WASTEWATER TREATMENT FACILRY BACXUP GENERATION AND ELECTRICAL DISTRIBUTION UPGRADE PROJECT CONIRACTM-GE1ERk CONSTRUCTION DISINFECTION WILDING FOUNDATION RAN Y lnl® p tAUISYNfiIt Itg4pl! SF01 0 i (rSEw �mrnrza wxR �-PNNWN�q ISExWP pMFISO 1i FfM0.Vrt0AEINNI am, PEE CAPRIO PIAN m=Im m r� 2W1R.W r -z I t-r•r B9QEWggi&. R�NYAiB®KAiRO � \i liGluO0411xM. 11 N11XLW4 �� WPNBfi NN I Fi xvnwmuu FILE 5 r.rw Ijl Ijl - -+-F------- -----a f F e -i_—. ~ �� 1—+------------- ------------1--� 1YU9 'U I.II uoI�EIFA.gwiKi `>aP� I \ i 71TY I I 7!1 Rig I w.P I I. \ 'I I mmgml ,\ \ \ `x IEIEPAG G9Ki([t03'r Ili 1.51EF1tlgliSF011MWE �\`�!! I m m I ,PgETWe4Pwms]mJe 60]LUiTTOKIi0az S61 j � -M]AK1rtMM (]]9 WC1 GNCY •jjI f0.Wq ERWRXEIEG]WCLL I —��F 1 e glCp.&ERi4 IS9 cn?115[(Irq r . vlEmNm mWq.¢nnuworw iw NwNKggx INIWOI WI04LL(Mt -f-' ®IBEX. ¢XI9®IIIWI 6FE LfrKr�SW � W-1054 @M0162d SICGMNWIM a v meK]mNvnWWml �-PNNWN�q ISExWP pMFISO 1i FfM0.Vrt0AEINNI am, PEE CAPRIO PIAN m=Im m r� /1 ME m t-r•r �iSK liGluO0411xM. 11 N11XLW4 �� �W»NSOWam1 �� xvnwmuu 5 r.rw Ijl Ijl IL!<wWRixgCl Saxx I.II uoI�EIFA.gwiKi I I I I I Rig \ \ \ \ `x IEIEPAG G9Ki([t03'r \;�S! 1.51EF1tlgliSF011MWE �\`�!! cn?115[(Irq �-PNNWN�q ISExWP pMFISO 1i FfM0.Vrt0AEINNI am, PEE CAPRIO PIAN m=Im q \9 moNuwreounaxNl /1 ME m KiFPoXC �iSK liGluO0411xM. 11 N11XLW4 �� �W»NSOWam1 �� xvnwmuu 5 r.rw �-PNNWN�q ISExWP pMFISO 1i FfM0.Vrt0AEINNI METERING CABINET SECININ B=ra Yl WIWII]fi9ESrEEt FlN Gp EO ,D M 9= 28 RK '1�4 fA PRVN CONSULTANTS, INC 710 PACHA PARKWAY, SIA NORTH LIBERTY, IA 53I17 Il Shoemaker (�7 Haaland .a..>kmMa-Ir�aW.um :p.I.CI,r ISSUED FOR BID THE CRY OF IOWA CITY, M WASTEWATER TREATMENT FACILITY BACKUP GENERATION AND ELECTRICAL DISTRIBUTION UPGRADE PROJECT %N/TRACTC 02 -GENERA CONSTRUCTION GENERATOR B UTRITY METERING FOUNDATION PLANS NNT®-1ANI5N1N1] - MAHKKLIDIS Nn 0.W aeon YA SF02 0 am, PEE CAPRIO PIAN m=Im q \9 moNuwreounaxNl rEN4NmgwwEcn METERING CABINET SECININ B=ra Yl WIWII]fi9ESrEEt FlN Gp EO ,D M 9= 28 RK '1�4 fA PRVN CONSULTANTS, INC 710 PACHA PARKWAY, SIA NORTH LIBERTY, IA 53I17 Il Shoemaker (�7 Haaland .a..>kmMa-Ir�aW.um :p.I.CI,r ISSUED FOR BID THE CRY OF IOWA CITY, M WASTEWATER TREATMENT FACILITY BACKUP GENERATION AND ELECTRICAL DISTRIBUTION UPGRADE PROJECT %N/TRACTC 02 -GENERA CONSTRUCTION GENERATOR B UTRITY METERING FOUNDATION PLANS NNT®-1ANI5N1N1] - MAHKKLIDIS Nn 0.W aeon YA SF02 0 I U YANNOLE IO VAULT tt00R U YANNOLE IOVAULT LID 4.fV u� •>P mW.r rnwM, NM T %1 SECTION LOOKING EAST u 2•ra O1 MMINOLE V _ 11 rowuumxl T SSI W%E u93AL6®MIM IS .1. WPR iXG'OEYrtMie'WA[x Y�xM/F,uOYU E"fEEWrtF PaW,IXGwt�iG w1RAMOMiM' wRNu ILNxp4MMlwA NFMavS d p,ISVIS IXMPFF➢EW4 6WMRPPFOOEiW u'pr R3ExIdpIE11XG X 0 �SMPT.IVE �MglxO,ry ISM TY pI DDCTBANK TERMINATION 0 MTKO PlI ONWILOYNA 000 00 00 00 NxwnmMv awMe�+ / .{I, rasreNmMn ` ' fl ra P.cllWrt gmu elsrc MUNNawMxv.v %1 SECTNIN LODKR�e04Bm NM T %1 SECTION LOOKING EAST u 2•ra O1 MMINOLE V _ (1 BmCIIONV m N PRVN CONSULTANTS, INC 1 110 PACK PARKWAY, SUITE ie NORTH LIBERTY, IA 53511 oemaker dJ)ShHaaland _2 a,. or NlWncm Muwuamscew.scnmxawcrcnuum xulm011¢MM un.cwmo a�mn�iuc Bio m� mnexmlume��reiP.v. suwWamaclwxox0lmalraoulNR eM1MronKosllMRaxoRm ISSUED FOR BID THE CITY OF IOWA CITY, W WASTEWATER TREATMENT FACILITY BACKUP GENERATION AND ELECTRICAL DISTRIBUTION UPGRADE PROTECT M""uMmm-nourewmn En s.me v Nw �SF10 0 N1R rowuumxl irwnrcoaMwrixclsPmstx�Oxwsnxs E,cc�wrxvw.s imus SSI W%E u93AL6®MIM IS .1. WPR iXG'OEYrtMie'WA[x Y�xM/F,uOYU E"fEEWrtF PaW,IXGwt�iG w1RAMOMiM' wRNu ILNxp4MMlwA NFMavS d p,ISVIS IXMPFF➢EW4 6WMRPPFOOEiW u'pr R3ExIdpIE11XG T ttfiLLM'WIOPC! TRM Mq v PROAHB'ONI 89KIUY4M0.GeRMW.TM �SMPT.IVE �MglxO,ry ISM TY pI DDCTBANK TERMINATION 0 MTKO PlI ONWILOYNA & TYPN:ALWCTRANKTERTBINAPON-@ EXISTING ELECTRICAL VAULT (1 BmCIIONV m N PRVN CONSULTANTS, INC 1 110 PACK PARKWAY, SUITE ie NORTH LIBERTY, IA 53511 oemaker dJ)ShHaaland _2 a,. or NlWncm Muwuamscew.scnmxawcrcnuum xulm011¢MM un.cwmo a�mn�iuc Bio m� mnexmlume��reiP.v. suwWamaclwxox0lmalraoulNR eM1MronKosllMRaxoRm ISSUED FOR BID THE CITY OF IOWA CITY, W WASTEWATER TREATMENT FACILITY BACKUP GENERATION AND ELECTRICAL DISTRIBUTION UPGRADE PROTECT M""uMmm-nourewmn En s.me v Nw �SF10 0 �WwL1 +.r aramrwiwsrcw` r 4 Igti w45®zOC T+I�MWZaW ®0'04 "C:• �' wxr;�ru�E ' r m � z'W.. edEw awraoasue nrraw WFNM O. SECTION THROUGH TRENCH i .va �-mnWMLffM1FMW5 - xIN,r W.BFWMFNMNOE ]Al t 1f] mn rwWrtE �cc e�vaENCWaE xnxmxxrnm -F-J mgr rasa W W WMs,Ws.'IMms M9 �1 TYPIGLREPLAOEMENT SLAB PLAN 0rRENCX IR. ra rvmmEWlueW: lOM�! WE9FB''XO WO+M w1JN11rq CVriV r01IXAaM aramrwiwsrcw` �T�1�T �IC RNE9N �'l�rillri� .IEGWRNINF Igti w45®zOC T+I�MWZaW ®0'04 "C:• �' wxr;�ru�E ' r m � z'W.. edEw awraoasue Ivn im„r1+W'1 WFNM O. SECTION THROUGH TRENCH i VN699EE0.W o w.WLPPn a uW.R u•as. AEL T G)lPEW W. OR.AEIEP I HOKEEPING PAD RMNFORGEMEMT Cw�•USEra PWILL ,w.+cxPmrEl ]IORNCN.V.iI� PEXM. SEE[fluLller+l �Eowa., 3 REPLACEMENT SLAB ELAN ®TRENCH V -6 AM 9: 28 rY CLERK CITY, IC1'`a. a wTIONTXRWGX TRENCH ++PRmesia+ +m�NsrW R+racpxoEm � aramrwiwsrcw` ^yY moEmEruxria�'nfl �' WAEYBFNOitl W T OfadrIXN.LR '�, Ivn im„r1+W'1 i .va u vn+imPir 4 V9W f]PIDSONIIE ®vac Rma'nl 11 SDPPORT FppME SEOl10N 4m� amPv.Swsx XOUSENEEM+'a NGPAOPIAN z= 1 f a]oxo N o o- , STEM WALL CONDUR PENETRATION �rnooxaN flxs:iir - rrer.Nxu �9W lM E.. EEPINOPA.OPLAN. US�CTIONOCONOUTTCROSSOVER RIM CONSULTANTS, INC 7RPACHAPARKWAY,SUTE NORTH USERTY, IA5231T oemaker dAShHaaland arr onavn orr W+H�OMPWIYpUWIN09Y0CiRCfE021MIF9 ISSUED FOR BID THE CITY OF IOWA CITY, IA WASTEWATER TREATMENT FACILITY BACKUP GENERATION AND ELECTRICAL DISTRIBUTION UPGRADE PROJECT CONTRACT C-0 - GENERAL CONSTRUCTION s ELECTRICAL TRENCH DETAILS DISINFECTION BUILDING Exmm 'lmxrFwrHn ' xasRMAN+s PWw+E_m ESM 0 aramrwiwsrcw` '�, n `fes �mwnnm�v.ss �-mnWMLffM1FMW5 - xIN,r W.BFWMFNMNOE ]Al 1f] mn rwWrtE �cc e�vaENCWaE xnxmxxrnm mgr rasa W W WMs,Ws.'IMms i �waxsu] sEmErmxslu wa Flxis�mm+xcmr nwxro En1010 BPBR[CFd! IW6.M ]SRS n DOOR HEADER SECTION w�eon'S v 4m� amPv.Swsx XOUSENEEM+'a NGPAOPIAN z= 1 f a]oxo N o o- , STEM WALL CONDUR PENETRATION �rnooxaN flxs:iir - rrer.Nxu �9W lM E.. EEPINOPA.OPLAN. US�CTIONOCONOUTTCROSSOVER RIM CONSULTANTS, INC 7RPACHAPARKWAY,SUTE NORTH USERTY, IA5231T oemaker dAShHaaland arr onavn orr W+H�OMPWIYpUWIN09Y0CiRCfE021MIF9 ISSUED FOR BID THE CITY OF IOWA CITY, IA WASTEWATER TREATMENT FACILITY BACKUP GENERATION AND ELECTRICAL DISTRIBUTION UPGRADE PROJECT CONTRACT C-0 - GENERAL CONSTRUCTION s ELECTRICAL TRENCH DETAILS DISINFECTION BUILDING Exmm 'lmxrFwrHn ' xasRMAN+s PWw+E_m ESM 0 rrpa®Cllwl rpm. FUNRAL OAs SEW w. .eaxrawvleEE CiTY CLERK o 107!A CITY, 101,, r . APEEI c� .rzlim.i earvee xvair w.iwa. rauveas PEEEEEPT PEI N. Wne�cwc.wmona ammao.wwo.u. w.. __ Mipcm awls[ wIFA'L Cpi wmuMm pwo. N TI lcn CM.pdaniw'x �Hl'fENmT ml� ri..I EI E- PEI ,� waaolaEEEAEAE­ DE.— :sr � �'E�Wc:s.JPrswl� a �QED­PTEEI EI to EPIEEPIIII A'... 4'araaepR ms rrlrw Wa m�nssw p IPI I uvwrLLawl uwiu�wuw wNXr wEwa~EI P NANR11L fiIiB vl�w n we.rar�unnaruw o aewc.rrw 'ELL, mr�in EE,.EmI 11E I EI aurin D. � wlwaw: c FILED D r SEW 2010 NOV -6 AM 9.28 ° CiTY CLERK o 107!A CITY, 101,, r . APEEI c� .rzlim.i earvee xvair c1 d r.Cavlwl pocpt mtiM4mnwa PWS SEW a�anriva ww+IPEI rwlorwi ALL. APEEI .rzlim.i earvee xvair smm.a PEEEEEPT PEI N. Wne�cwc.wmona .1E Mipcm awls[ wIFA'L Cpi wmuMm XMI: N TI lcn CM.pdaniw'x �Hl'fENmT ml� ri..I PI TOMMEB1618M"MESI.�ANDCRff�AU�R�ftII7.�l� El- EIELIPEI­E�EIPEEI —I ITI—SEEPLEEIRESSE0.1— caaaw.oro.m mw DE.— :sr � �'E�Wc:s.JPrswl� a to III W�..TEEPPELECP.PI 4'araaepR ms rrlrw Wa m�nssw p uvwrLLawl uwiu�wuw wNXr '—•'IELE, n we.rar�unnaruw o aewc.rrw c1 d r.Cavlwl pocpt mtiM4mnwa SEW a�anriva rwlorwi ALL. rwwiaw: .rzlim.i earvee xvair smm.a EPI WB.rIG�CbnPMMw/.m N. Wne�cwc.wmona mlpl: Mipcm awls[ wIFA'L Cpi wmuMm XMI: N TI lcn CM.pdaniw'x �Hl'fENmT ml� ri..I eww.EPEE auv caaaw.oro.m mw eummr :sr � �'E�Wc:s.JPrswl� a III W�..TEEPPELECP.PI PiNGANDEP­RPEGca wacPE,,PE - o aewc.rrw w+ wwe..ari..w.m,ES w uol.waxe.m+r D. � wlwaw: rrlcmeWIFE - uw.wu re�.ms�oiwxoalp ­EEm 5 PEE_EP,El .I.rw CEEP,ECTEI vw.maxannwsoccmumr P. cwnpnox PEIwua sun 1 �wmaaiwuarpmor.ra �.wlnonwcalocam. ISSUED FOR BID THE M OF IOWA-IOWACRY, A WASTEWATERTREAT EWFACILRY BACKUP GENERATION AND MECHANICAL SPECIFICAFM 1004 M30M S1081NOO NOI1v1 nntl1SNIOM/ONl NOiINeIMIUM IHL] ONV NOI1vd300 dDOYS AlnOv31N3fty &HKVM WM VI'UOVMD VWIAO"33W 018If0303nssi �Wornn O yQ� are O srulMTn F�9 o-� LLww°mxau3en �! KKnnYuram3u �`�^�-s11na��nanggpi��lflt I.varww amoxuru� roa awoswin ��'� riusw� cz .6 4,v -aae� ro a,--�t ronauss nna�aso �: aOtl � my wsuonmsaw (— rvmu�o°Nirii3n4w wuamaewuuraaww ❑ .aam,wassmee + m�wareeim v mwmmr un�me e aoem a vuwemwim n xaoo morin irvws xuv .v Q mruaen mrmw� [— ® e ® maan 4— ® e rom e axewewo ® e ® e anenu u ®O®o JV Sx LVdo nNn NOI1tl0131mmov1 L wnmm ni aroma �(�i YNry a,L% mlva»°uNxnw � Jtwffi + � ���•�XXXXXXOo V3a111Atln VbIJ 3lnnmm® ��S ®lnBwaWIIW � tlane153aU1 { F-�{� mrvaoaummae f�f 3mx e3aW]umnnu �' oru+na,w rewwauwavie r� ��XX�•�mo meaname raw,uaumnau as�»3erW rJVL� rowanmm,m �—�-� msvwama mwu>ximmae auxins mwam,m anv.ax+a row vnnamr �� eaoiwua�;r�rnv s� arnmx }---�—� amnuou+n xir�am laa;•,wnamn �— —j NWA(MrN°a0 OMo sus nmsa✓anamm+aua VKjVLI�' lowrmmson s---�7-� TMs nwawnss wr.laum�as,us rmorwnvr ,----�� � 53180S53TJ9rJFdIdLX6SBA19R Wnm –.,pq E.3:J•t•1 �J rvmu�o°Nirii3n4w wuamaewuuraaww ❑ .aam,wassmee + BXOIltl mwmmr un�me e Q 89tl11N w X1s� XI vel IvNolllaav ® e ® e v dl�°umi ® e ® e axewewo ® e ® e anenu u ®O®o JV Sx LVdo nNn NOI1tl0131mmov1 L wnmm ni ��XXXXXXXX�•�XXmo ���•�XXXXXXOo ��XX�•�mo PIPING CNGNSTRDMENTATGNGSA!. EEA`BMI AU N CONSULTANTS, INC. PACHA PARKWAY, SUITE '.TH LIBERTY, M 52317 CRY OF IOWA CITY Nam, �Ww awnoEOE.oN ioxxmFm wliL'xanw A'TMMExR SRG4m3, vOO�HP E W R i WXLW vILYESi49xNEtlEIMPd5vd4ffl�➢ ELLEpinu� cF mixt Eic�¢S.ul ASttMEEp iM2RmiwxO EgnNEMEiOIE WN tuau B Iq.1EKxfMFiA ® �FMMNNN1BfD ISSUED FOR BID THE CITY OF IOWA -IOWA CITY, W WASTEWATER TREATMENT FACILITY BACKUP GENERATOR AND ELECTRIC& DISTRIBUTION UPGRADE PROJECT MECH0IMM SCHEMATCS SHEET PBNB:M1RN1F1b Sw�WYN 9S1 Y �L n POTARL WATER PFOCESS GMR NtTNLMGMTIT ON RI�RN�N --�1k tlyIe:INIGINIP •vle Ll m oaNaaNGnan m e Riwrtxle3l ® i1B6rOPE[Btl14® aebeaux G,tawa awwaaw m m n POTARL WATER PFOCESS GMR NtTNLMGMTIT ON RI�RN�N --�1k tlyIe:INIGINIP •vle Ll m e UMUNfiRLWAGUY F1LIZD 2018119y -6 AN 9: 28 CITY CLERK CITY,10V:'1 'N CONSULTANTS, INC. PACM PA AY, MITE LTH LIBERTY. A M17 NOTE& N 1 ° l ,,r I m�WCIMfWLNN>WGYOHaRNEGSMR iMMEMaY6b1F¢M®fimN[R lrt lkNf Evu.¢pNNAIIE WOYN1BGmZ. lL0ltlY e Riwrtxle3l ® i1B6rOPE[Btl14® R� O �Mbm� �m aGbaR W m W W R W W e UMUNfiRLWAGUY F1LIZD 2018119y -6 AN 9: 28 CITY CLERK CITY,10V:'1 'N CONSULTANTS, INC. PACM PA AY, MITE LTH LIBERTY. A M17 NOTE& N 1 ° l ,,r I m�WCIMfWLNN>WGYOHaRNEGSMR iMMEMaY6b1F¢M®fimN[R lrt lkNf Evu.¢pNNAIIE WOYN1BGmZ. lL0ltlY e Riwrtxle3l ® i1B6rOPE[Btl14® R� O �Mbm� �m aGbaR ISSUED FOR BID THE CITY a IOWA -IOWA CRY, w WASTEWATER TREATMENT FACILITY BACKUP GENERATION AND ELECIRICkUSiRIBUTION IIPGFAOE PROJECT CONTRACT COY- GENERAL CONSTRUCTION MECHPRICAL SCIffw4TICS SNTSET2 SCO2 i 41 1 i �oCM0.1C�T5UNEss oMdwiPS'MO IN� t EAS`IU01. F1£'.1T"MExs,F£* . % . w ce. TrCH rt'ni� Im mvvtanEuw.avvf u, ��u.Ax,w.A fm xw,mx amort carat�rzmwfwu.ucewmnx WMI wD]t VM Eo .--ECT THE CITY OF IOWA -Iowa Cm, W WASTEWATER TREATMENT FACIEDV BACKUP GENERATION AND ELECTRKC DISTRIBUTON UPGRADE PROUECT HVAC PVN DISINFECTION STORAGE BUILDING GROUND ROOR 6 ROOF - MH01 ■ ollll � I I�I III q 1�1 i 41 1 i �oCM0.1C�T5UNEss oMdwiPS'MO IN� t EAS`IU01. F1£'.1T"MExs,F£* . % . w ce. TrCH rt'ni� Im mvvtanEuw.avvf u, ��u.Ax,w.A fm xw,mx amort carat�rzmwfwu.ucewmnx WMI wD]t VM Eo .--ECT THE CITY OF IOWA -Iowa Cm, W WASTEWATER TREATMENT FACIEDV BACKUP GENERATION AND ELECTRKC DISTRIBUTON UPGRADE PROUECT HVAC PVN DISINFECTION STORAGE BUILDING GROUND ROOR 6 ROOF - MH01 Jr� BBQ BJMRID'+�P�an mum c4ylu wl TYIE M M f6 NECEIN pAP 4T1 TME' Mp NVACPIMM.OSNFECTOM STORAGEBULLRING BeTTEYYROOM Wei. ERM3niF uoFwuu» WaF_ &MPfpu[i niuuwue YwiW tvdrt 60tN[IMh w4l M—W I FM wpm wRW R WN t faBMi WIEPPIYPRINMORIf AOi Mt4 MT W In�F ICwV02rY Wa41wi YE (PM1nMrt RIOi1NFY�Tunm IaW NRYTIXW TMMffPUE1FF ¢WfSSioIFOOnEFM2 Td Fmmw PWlYfknWMIw�YFW awwFoxmemenpnwnn M MszEowwYw MrvPxpim pn LEGENR »SRi[ar M! RIPAIFUI6� O ISSUED FOR BID THE CRY OF IOWA IOWACm, W WASTEWATER TREATMENT FACRRY BACKUP GENERATION AM ELECTRICAL MMBURON UPGRADE PROJECT WAC" OISINFECTIONSTORAGEBUIU]ING SECCONS Grra bWMCm xi.mamPr�EFF Yr«M Mmao nawxiwcr.wmo�nFnwue nonrto �u�..www rnonya.. [� _ pMniowcmrmwMn'owu., ��rt3gtl¢wYF I it•J^� PP�P�, .I nRBi.WP6tWNWMEv Wei. ERM3niF uoFwuu» WaF_ &MPfpu[i niuuwue YwiW tvdrt 60tN[IMh w4l M—W I FM wpm wRW R WN t faBMi WIEPPIYPRINMORIf AOi Mt4 MT W In�F ICwV02rY Wa41wi YE (PM1nMrt RIOi1NFY�Tunm IaW NRYTIXW TMMffPUE1FF ¢WfSSioIFOOnEFM2 Td Fmmw PWlYfknWMIw�YFW awwFoxmemenpnwnn M MszEowwYw MrvPxpim pn LEGENR »SRi[ar M! RIPAIFUI6� O ISSUED FOR BID THE CRY OF IOWA IOWACm, W WASTEWATER TREATMENT FACRRY BACKUP GENERATION AM ELECTRICAL MMBURON UPGRADE PROJECT WAC" OISINFECTIONSTORAGEBUIU]ING SECCONS AIR CONDITIONING SCHEDULE FAN SCHEDULE TAG EF -1 ME UPBLASTCENTRIFUGAL MILMIFAC It LOREN COOK MODEL ACRU-B uRPLOW(6FA) 70 ESP. (F M20) 0.65 RPM 1523 BHP 0.077 MMP 0.17 VOLTAGE 20&230/60/1 DRIVE TYPE BELT SPEEDOONTROL SINGIESPEED MAX SOUND LWA 78.0 NOTES 1. COUNTERBALANCE 9ACKORAIT DAMPER SHALL BE PROVIDED. AIR CONDITIONING SCHEDULE TAR MANUFACTURER MODEL BxLLER REusTExx FxP wmxE---- ACCU-01 ACCU-02 ACCU-03 aB RGYI $GUN $Gdi PG03 RGp }Gpl TG LOCATION POIINOGPoIIE YIWIYGRIIIE YJPRYGRILIE RUURNGPoUE REM.GMUE TRAMNR.. TMMFM" MRM{ICIIIIBi TMTEANOMILEY TUrtLE ANO BAILL TURLEIVIDBAIIEY TIJ L ANDMIEY TUTU! AND SOVIET TURIEMDMmY TURIEANDBAUY MODE RAW A. ASD AHI AM ADXFR EDXFR RAFENOF [DXDMLIMN .LL R M AWMINUM AWMINIIM AIINAINUM AAMINUM AWMINUM MUMIHUM x111ENS gMM1 ANDDNNAYLICPAIM ANWICACRYUCPAIM ANMICACRWCPAIM AWDICXCRYIKpNM AXODICACRYIICPAINT AN001CAGYUCpA1M RNDOMACRIICPAIM RYIMMNMOW V nG In 30.0 15.0 M M MAXMIN AmX 1M 1/2 574 1 710 EK 1M MAVMM AAM PRE4RMF MW am am am am 0.10 am a10 MM KKIEVD Mg1UMUM OWREURREMPROTELTON AMP6 16 N 1.0 1.0 41 3B MCXi¢F S /,r n-vlP UP 11- 4'XSdN' 37 VVxl? P V-3/1%PU4-14 %W tr %8 FADEME L7/Y n-3/10- 4' E VVXI.V4' M9WCX21-Vr 31. VXn-3/4' n-y4'%S3/4' S f.11P 7. LGRIUEORREGIMRSNAUBESIIITA MMROURMDUN W. 208-230/1/60 MAXIMUM OVERCURRENT PROTECTION (AMPS) 31.0 31.0 AIR CONDITIONING SCHEDULE TAR MANUFACTURER MODEL TAG ACCU-01 ACCU-02 ACCU-03 MANUFACTURER MITSUBISHI ELECTRIC MITSUBISHI ELECTRIC MITSUBISHI ELECTRIC MODEL PUY-A36NKA7 PUY-AMNJKA7 PUZ-Al2NKA7 LOCATION DISINFECTION STORAGE BUILDING ROOF DISINFECTION STORAGE BUILDING ROOF DISINFECTION STORAGE BUILDING ROOF REFRIGERANT R -410A R-0IOA R -410A TOTAL COOLING CAPACITY(BTUH) 36,000 36,000 12,000 TOTAL HEATING CAPACITY(BTUH) N/A-COOUNGONLY N/A-COOLINGONLY 18,000 SENSIBLE HEAT FACTOR 0.75 0.75 0.75 OUTSIDE AIR DRY BULB TEMPT) 95.0 95.0 95.0 OUTSIDE AIR WET BULB TEMA(-F) 75.0 75.0 75.0 SPACE DESIGN DRY BULB TEMP ('Fl 80.0 80.0 80.0 SPACE DESIGN RELATIVE HUMIDITY (%) 50% 50% 5096 SEER/EER 18.8/10.8 18.8/10.8 20.8/12 RECOMMENDED BREAKER SIZE (AMPS) 30.0 30.0 15.0 CONNECTED ACU ACU -01 ACU -02 ACU -03 1/2 MANUFACTUERER MITSUBISHI ELECTRIC MITSUBISHI ELECTRIC MITSUBISHI ELECTRIC 2.9 MODEL PKA-A36KA7 PKA-A36KA7 PKA-Al2HA7 GCOMPRESSOR LOCATION MCC ROOM MCC ROOM BATTERY ROOM Mg1UMUM OWREURREMPROTELTON AMP6 MINIMUM CIRCUIT AMPACFTY(AMPS) 1.0 1.0 1.0 ACU (INTERIOR UNIT) FANMOTOROUTPUT(W) 56 56 30 31M- 3/60 FAN MOTOR FULL LOAD AMPS (FLA) 0.57 1 0.57 0.33 NOTES: 1. UNITS SHALL HAVE SINGLE POINT POWER CONNECTION 2. FACTORY SUPPLIED DISCONNECT SHALL BE PRONDED 3. FARORYSIIPPUEDTHERMO5 AT5HALLBESUMUED MAX SOUND(dSA) 49 49 43 VOLTAGE 208-230/1/60 208-230/1/60 208-230/1/60 MAXIMUM OVERCURRENT PROTECTION (AMPS) 31.0 31.0 28.0 MINIMUM CIRCUIT AMPACITY(AMPS) 25.0 25.0 11.0 FAN MOTOR OUTPUT (W) 148.0 148.0 46.0 ACCU (CONDENSING UNIT) FAN MOTOR FULL LOAD AMPS (FLA) 1.00 1.00 0.50 MAX SOUND (dBA) 53 53 46 COMPRESSOR HATED LOAD/LOCKED ROTOR AMPS 8/31 8/13 7/12 VOLTAGE 208-230/1/60 208-230/1/60 208-230/1/60 ROOfT01 DR M VAC UMT SCHEDUF TAR MANUFACTURER MODEL MU-03 TMN 6YCYW2M LOCATION ALTERROO ROD MITCHGOREROOM ROOF REFRIGERANT RAIGA R41M WPPLYARFIOWMTE CFM 815 1A20 pA51DEAR(CFM( EXTERNAL STATIC PRESSURE IN WC 6 ALTER MEW RATING 8 8 IMFf COILONY BUIBTFMP IBE 77.0 1 70D 2IMETHUMIDMRATIO(GRAB) 70.0 N p y OUTLET COIL DRV BUIBTEMP ' OUFIET MUMIOITY MTIO GR/IB) 5 +++L .0 EER/SEER 12.0/15.0 10.6/20.1 INLET ORY BULB TEMP( -F1 Sao fi0.0 OUTUL DRYM3UTEMPI'A 93.5 93.5 M. INDIRECT FIRED BURNER INPUT M 68.0 W.0 i INDIRECT FIRED BURNER OMMT IMM) 40.0 48.0 MIMMUM MAKER EFFICIENCY BLUR 81.0% NUMBER OF FANS 1 1 SUPPLY FAN MOTOR POWER MP 1/2 6 S SUPPLY FAN MOTOR NLL WADAMPS 4.3 2.9 'a: NUMBER OFCOMPRESSORE 1 1 GCOMPRESSOR MTED LOADAOOEW ROIMAMPS ]0.5/63 lA w Mg1UMUM OWREURREMPROTELTON AMP6 15.0 100 MINIMUM CIREUITAMPACT'(AMP6) 18.4 14.0 VOLTAGE/PMASF/FREDUENLY T08-330/1/60 31M- 3/60 MAX SOUND IdMI 65 65 NOTES: 1. UNITS SHALL HAVE SINGLE POINT POWER CONNECTION 2. FACTORY SUPPLIED DISCONNECT SHALL BE PRONDED 3. FARORYSIIPPUEDTHERMO5 AT5HALLBESUMUED ROOFTOP NVAG UNIT BFDUFMeE OF OPERATION mIIIx°uecxwx u1rtf felrviwnrtwsFaMlwwe,.¢wmwu[°eYsxxuRrl6fut"n f7mwrsAEMavluresuowam. emu FK'xrx9wir". wun¢:xMrorNEW%irM WIm4WfN111E1YNrEYTdANE RIRAIXmISTNNM MdIMr74+®rIBEFd Ysroxs RrwmumMHNlutEiPw, S�'f rONFI. rcx»co�7w°x°...�aEraxlm�m.mm«IM.Ion.r rw.mFarmMrrw�rLrwwwwmo u.�wEwmFmm�BFsram.YorllFanLmmrwsMlaEwwa°I�nl..w.�wFw".wrescwreue°°acn.. xunwl+yL ixsmia.NUN!mmn.rlEaramunwlLwtw AreowrvEn.vF..wlawnarswXVYumswLYwrrxR3BF4..ruarcmF nx�r:x�`PFw..RCSRr�wiN°n�s=RIE7p� :L:.Fl� R�" cNTxNbJUS,cs�aoxnFr°v.r ro,R°°Fr°Rommxu.eEcwrl%�axnxaArlAwwn.r TMEroLxxw7.7�wrxenlamlwwrouXrwuELoaav N3ENn.RmllarlERRLBaMrasRPURRPNTMSAVGxuxmEvwl�M.unowEnLr. rE�G'NMEm MB Aro NYa,xowruRwmwnaNNs. aFuccarvcmmrmxuEwMwRMuwuw.wvwrsew3Neasaeulwlm.m. �IR�FcwwL m.wn:rs�INsswuee rawN�7naw.RM.�ro.. °omRwa. my cwmuamaNMP7NnIE mrEEanEarso.rMEUMxmMFneaMwnmalanaa.xrzmrl. rEaRawswrsmwsFr�.7swu xess7r°mEossw,El..MwrcmmelNssRaermllmrosrN M OD�nnxNn n[uiinwwilmwux"mmcvwiuo MEilmuurcm°FrMExEW ^N aNRYiNYuxlrSxsmr°eEw5EON0&4tlY3En WMIIIIDnWNNLN 0.N91Po41M+ iMcco�IwwMBsi°xiw N.w TMLnarsNnssNAANurweMrMrl rhNmW xPDPw CONSULTANTS, INC. win RHrPW EMTT®TM1 1. RxIPICf. WEMM�✓.IYFdf h0. I(--T1111:11M -Itt THE COY OF OWA-IOWACITY, N WASTEWATER TREAThIENT FACILITY BACKUPGENERATION PNU ELECTRIC OISTRIBUIION UPGRADE PROJECT CONTRACT C42- GENOULCONSiRUCiDN HVACSCHEOULES XOTEk GRILLE CONNECTIONS NOTES: a ��rsuoxsrwx �rrawwrvnomsaeuurtoawao wrww� nwmraaeur +er:nx a� �t:mwoixox owiwaia NOiF.S: w�rsr.�wunwa "roaemnare� YKs: uT ox OrTA L NOTEk iawwcee:rsmw ve vs� m � m.arw+cvvEasw�r iii uvvrxwmcucrurtvoma PRVN CONSULTANTS. PIC. 7 10 FACHA WAY.SURE I NORTH UBERtt,4 1 Cln or lorvn Cln wmssmmvucwmr�rv,xe �. r�o:m�icrwwmiawawcsc ISSUED FOR BID iXE Cf 1Y OF IDWA - IOVYA CITY, U WASTEWATERTRFATNENT FACILITY BACKUP GENERATION AND ELECTRICALUISTRIBIRION UPGRADE PROJECT --i CONTRACT CO2- GENERAL CONSTRUCTI MH2O HVAC DETAILS SHEET vwTwrun�w.uc � �nx:aewwo<�x. smmom :ee m .t. � t•.:r Vit. r.• ; ,t1a:�%� :;� �. l C r �iTY, wa �rst NOTES: rt.sac.swnxuxwwrorne xvss OMLPST FYI MM ve,wrvxoxxa i L ��i.aeow e r�.vc� �rxwn, wn , wcr xmmcuwnr mwc � m.arw+cvvEasw�r iii uvvrxwmcucrurtvoma PRVN CONSULTANTS. PIC. 7 10 FACHA WAY.SURE I NORTH UBERtt,4 1 Cln or lorvn Cln wmssmmvucwmr�rv,xe �. r�o:m�icrwwmiawawcsc ISSUED FOR BID iXE Cf 1Y OF IDWA - IOVYA CITY, U WASTEWATERTRFATNENT FACILITY BACKUP GENERATION AND ELECTRICALUISTRIBIRION UPGRADE PROJECT --i CONTRACT CO2- GENERAL CONSTRUCTI MH2O HVAC DETAILS SHEET 710 PACAPARWNAY,SU. i1O PARKWAY, SURE 1 UB NORTH LIBERTY, N52Bti NORTH Iwvr '; �ImAA,xoc Cmorlrn clu _ ___ _ /momumamlA -- !i yD7Ey �' I - - a�YM�ar.M ♦IY 1 .�•v� II.K 144 ' — �yyj IIS ISIMP KNA®WIEIMX eTm R e G S ! _ KILTgF.M WM'EM.uiRIEM1MKIKxm1 .nY,.x.r�l^TTr.a^r,.. s .,- Lg FR SIA , � -7Q Q m Ml M= ROOM WALUMOHMIlUD INDOOR UNTT INSTALLATION MAIL FILTER ROOM ROOFTOP UMAC METRIC F � m - Y k a -I P _ wr nw wo-o,TXxr lYl}H6 i _aw. .xiXOA.a �yfryVy1 I e t 3 - < ! M..IKiw. - wMA.oK,KrMK �. aTK� waorewc II MMNM1FPmW/IfIR KiLW➢WKCRM S f �6ftlY �IVf,W MIX ,i�j !!1!L/ / KEi anmAM 0.C, PENAV M.al0. WIVLIUE am.q MaE¢Mld �.:� 9ftt 4, lY.x15�K 9YKMC w.RCq I �� _ fuawemE wNUF HI�iYTKX�' .K,� s,Mrywl Wf—WI,MNrB RMRCHOEAR ROOM ROOFTOP OR NPRC DETRIL ISSUED FOR BID Mw�.M.w M6SI7m®I .rla.�eKAx •.. oMr rllcMrwKAre 'i O O rrrK O1R �hY �t � - I.T HHMNW4 ramxr BWA>®' MMI PJ]f�/IA .MT NOIEk r lcorlwan TcwaX«hwu,Ar.ciwMmrKM,.mn.mwa p^• 6.: aem� w Tp xTXxcmnmiml 8 j._,. ��""YX'r °JP°'" .'l .�Y. ... a: '}:L'.-:-; ^. .d ._ �-- 6 h - -y • : : :^ !A w'"�' rrawuwMxfle rix rxm umrMlxelvnKw M>�u MrnizPA,— ou�i mxwneune..s.Tlrrx.m.Ivxr wgnaa^Mllvw,w �Im¢a a°MI IF.A w THECDYOFIOWA IOWACITY,N FACILITY WASTEWATE GENERATION BACKUP GENERATION PND EIECTRICAl01STRIEUTION UPGRADE PROJECT CWRACT CQ- GENERAL CONSTRUCTION HVACOETARS SHEET2 '•5:..— R%J?::I TKA Inn. xre�AMu . GENERRTORERHAURTRAINCV 8<OUCTIYRLLSUPPORT 33- DUCT ROOFEUPPORT DUCT PENETNRTION THROUGH ROOF �MH21 WN CONSULTANTS. INC. "N"®POA 710WMPARRWAY,SUnI NORTN LIBIERW. A M17 ! ! YELL'®FPoa rYYr AE�9bO �GVn WG IN1®MT�eE uxr sr cyp x _ _ ni.o wvssuiw. :��.• Cm arintvA[Iry rsmmz�sxxe rwrusxxcmu T vaArncwwE, iwweaw E ar��+¢.menawxrwv®nron L1 Na�L Nd�MI� �. mmw:r.vuumrauielocam. , IT Intl ,.. fi.^ A�.IY.'�t �eL ��.•. znrar.c �: s..x.rxzc�sucsurt � � ucxox.r& uvro sur ..{I .k r¢a sRa nmr¢ a�� xo.wmm.mmn NOTES: I zxnrs�awof ocrvNyWR [[ ixxn xs.uuwwcxoss MwEre� mom. �.4rwvrmvuYrtwvo�remrm way ®unmv � z cvawirtmwzscwrnototctm�mrarnmr.'o PIPE ROOF PENEFRATION MILL 600RORAItlOESAIL R eeR !F esNnt�T eEiu! PiRU 0ET11L "�vw1 YYLL uxnx 1i l4llntflOO, w¢urvfY m£rc,wi[ i�4uV.s�rzrrui[min uuw.uun'�.xweE wmEDcm�hiE uurm wiFAw ♦i �vx.�xssww.t mwro.msuv ac.w..onEEL su.E ® '.:;�'.: � amn om ua X NOTES: iiu.rozosA..re fl00R ouxav®�wi wxmnwe. w^ar. NOTES: wmc LNONE BmMAUL 1199EI1TAHAUJIL EXSF FLOOR OWN YETNL MULTIPLE PIPE THROUGH SINGLE ROOF P%111T TIOM RETAIL II ISSUED FOR BID «e THE CITY OF IOWAIOWA CffY,Npm WASTEWATERTREATMENTFACILITY BACKUP GENERATION AND ELECTNCAL DISTRIBUTION UPGRADE PROJECT CCNTRACTCOR-GENERALCONSTRUCTION PLUMBING DETAOS role m4 MH22 lz LIGHTING FIXTURES 10+m 0 m`mTr�`ro�TREowm.-s xcm QuTrery —E.—'—EYoC—F GIG O [� m.nrFu°wn®mrv�a. cm ❑N,upv�m s.mwrnr..wx°wuaTwS dw Oq omE.Eo.11 4' p ❑j O C7 uunx. m°w.wniwsv OUTLETS MD RECERACLES IRMMFS AND SEMSORA MOTORIZED AND MVAC E0UIPMEIIT - CONTROLS w ED -J —NECT— �Lr .s NEnamu.narn rvn �� exaoeE°cwaiaerexxv. Qrn.nraEsemrers 4 -- -- o- --- 0 0 xcm QuTrery —E.—'—EYoC—F GIG osEa�cE aEUT-. ❑N,upv�m s.mwrnr..wx°wuaTwS dw 'r 1E omE.Eo.11 4' xcru�vu.cmcxrornw ❑j VIRIGEIWXI®MYIE IRMMFS AND SEMSORA MOTORIZED AND MVAC E0UIPMEIIT - CONTROLS w ED -J —NECT— �Lr .s NEnamu.narn rvn �� exaoeE°cwaiaerexxv. Qrn.nraEsemrers 4 -- -- o- --- RACEWAYS � w.ECTm.ieTr. T°Eomau. 3CMEI11111 ONLINE DIAGRAM SriG0L5 0 0 rcrvn.mvoms. QuTrery rwrvarnrEx GIG axmrcnTiwsam.wwxwx ❑N,upv�m s.mwrnr..wx°wuaTwS dw —5 Aft 9: 28 YAT warorzsxr..nwronwwiew w,r.Tw © a, YAT W.MTb.RNM6b. OI IDSTNI Ma4°ETECIC0. © RdI MTtXGINRTM ;A riTY, fov4; a. �,fr a,aaa RACEWAYS � w.ECTm.ieTr. T°Eomau. 3CMEI11111 ONLINE DIAGRAM SriG0L5 E L4.✓sTT �— wurteuexn NaRn. 9 r0 —<< —5 Aft 9: 28 YAT a, YAT —I1IX, .". TY CLERK ;A riTY, fov4; �ieeee a"° ---.mo— �iw°ssa�o'K.no ���mSmvewEw sso w �c� °rte°wAEu. H` 4 SYST�MOwE� PI D wimn,m.raar> — ams —.a°° Imps IT aw�vrTrwscaxaA il' aw¢.mame.:w�Rm. PIj�'eo MRn �wdn.Vw v..,E..memEr�em� ..Tama �� WJIxB WSS4m1aRT�vlv�im PRVN CONSULTANTS.II 710 PACNA PARKWAY, SUITE J NDRTH LIBERTY. IA SZB1T ISSUED FOR BID THE CRY OF Iowa IOWA DRY,W WARTEWATERTREATMENTFACILRV aACHUP GENERATION AND ELECTRICAL DI$TRIBIRIDN UPGRADE PROJECT ELECTRICAL LEGEND >YIOIW �iY YbOILt fY1i Fa-ILED ... , no W;ww supe i____...� 0 wmnro� mvAtm NS FMffMiMIDYLLTTMnEfpY 0.4�FYM2M9�L94FM'UXf6iM.GMie I Fi FNn. 8 pfxcxUrtB,fvfc PUYDMWn�Fµ Is56690FET8RR9®D THE CTY OF IOWA -IOWA QTY, R WASTEWATERTREATMENTFACILRT RACMUP GENERATDN PND EIECTRIC&DIGTRIRlITION UPGRADE PROTECT ELECTRIC&CNE{INE DIAGRAM PHASE 1 nmu� oaeuv INC. � ��u a orree.�%wl�®rvMb �eRnm ISSUED FOR BID THE CRYOF IOWA -IOWA GTY, N WASTEWATER TREATMENT FACILITY WQPGENERATIONAND ELECTRICALDISTRIBIRION LYGWNE PROJECT ELECTRICAL ME LINE VAGRN.I PHASES 364 0 D IM PRVN CONSULTANTS, INC. 710 PACHA PARKWAY, SUGE1 NORTH LIBERTY, IA U317 `mnv�v. �uw�"ms'om`rw:"isiimirw�wmrnn �tsnurw ISSUED FOR BIO THE CITY OF IOWA -IOWA CTTY, N WASTEWATERTREATNENTFACIM BACNUPGENERATIONAND ELECTRICAL DIGTRIBUNON UPGRADE PROJECT CONTRACT CU] -GENERAL CONSTRUCTION EIECMCAL ONE{INE DIAGRAM PNASE 5 ema, �nw, j �— I II II I is II I IL i I <, FT I �li li I I I II �� 3— I roma,m v = I l I uvtl I 1/� Ntl[YIMi 'I �a 2013 FOO —6 AM 9: 29 CITY CLERKS ;A CITY, lol °; gra I w«�,w I y�ml roues NC. ur„os"� w�. rcuaamaamrmum"u ISSUED FOR BID THE CRYOF IOWA -IOWA CITY, IA WASTE INATER TREATMENT FACILITY BACRUPGENERATIONAND ELECTRICAL DISTRIBUTION LIRGRAOE PROJECT ELECTRICAL ONE LINE DIaGRMI PHA E6 nittTy -5 ISSUED FOR BID THE CITY OF MV IOWA CDY, N WASTEWATER TREATMENT FACILITY BACKUP GENERATION AND CONTROL CABINET LAYOUT Yw. WNpn1Va4NN.lwxwTNmaliN M II FINED 20111tA`flY -6 AM 9� 29 CITY CLERK N N ID 8 M Y ! ! N • i O ! % L ! IA % ! l\I \\I \I 1 \I \I \I \I \I tI 1 1 \I \1 \I \I \I 1 \1 I I II INC. Crtv OF Town Cm I wm681H*Nvulmmv®rvM ISSUED FOR BID THECITYOFIWIA-MACTTT, A WASTEWATERTREATAENT FACILITY BACEP GENERATION PNO ELECTRICAL DISTRIBUDON UPGRADE PROJECT CONTRACT CO2- GENERAL CONSTRUCTION MCCIETECTRICA1 ONEA-INE DIAGRAM AND ELEVATION DISINFECTION STORAGE BUILDING DEMO i ___-.---------- . _____._....-------------- __.-------- ___- ___G M. W.flOra�ws.K MMR@I�CBmm PRVN CONSULTANTS. INC. ] 10 PACHA PARKWAY, SUITE NORTH LIBERTY, AMIi gg p Y yg m p ISSUED FOR BID unw P ex.:1 vn. vxa xwxn ®..mm lerem eaw ea o THE CITY OF IOWA. IOWA DTTY, A� WASTEWATER TREATMENT FACILNY rxw. vue aaau r BACKUP GENERATION ANO ems ELECTRICAL DISTRISUOON UPGRADE PROJECT rxac,vo CONTRACT COI. GENERAL CONSTRICR( . MLCJELECTRCALONE{NEDACAAM AND ELEVATION DISMFECPON MI FLnATM w BUILOING Em IA5231T pL E D ,.INFNN16Y.glp"AT]KW NAY zolBP'oy -6 AM 9: 29 CITY CLERK 10':" A CITY, Inv,,1, ME ISSUED FOR BID THE CITY OF IOWA.IOWA CITY, N WASTEWATER TREATMENT FAcum BAMUP GENERATION AND ELECTRICAL DISTRIBUTION UNDERGROUND CARIES ONELNE DEMO E009 amwma Numrr® eemam� .a.eee.,mn vowA.wmwa.mro� ua,uarmm A. AILED 2018 V-Qy -5 AM 9.29 CITY CLERK (0!,",n, CITY, ISSUED FOR BID THE CItt OF IOWA IOWA CRY, N WASTEWATER TREATMENT FACILRY MCKUPGENERATIONANO ELECTRICAL DIS1RIBUTION UNDERGROUND CABLES ONEiINE NEW E010 � FENlnwugpmn xlwrvr+rdx ea isa.¢.avo® N FIdED 2oIoroy -6 AM 9: CITY CLERK in 'A r,ITYa 10VIA '�oeiwwo> LIBER7Y.IAM17 Orr of IOWA CITY w,Isaexwxerwmnnms mnaa .ua®orw�.m�aoorm x amuanmaazwmlwnar. ISSUED FOR BID THE On XIDWA - IOWA CITY, IA WASTEWATER TREATMENT FACILITY MMPGENERATIGNA ELECTRICAL DISTWBITTION ElECIRICAI PIAN DISINFECTIDN 90RAGE BWLMNG p EP01 0 Col w 0 ISSUED FOR BID THE CITY OF MA -IOWA CITY. N WASTEWATERTREATMENTFACIM BACKUP GENERATION AND EECTRIMDISTRIBURON EECTRICALDLCiBANK UTILRY METERING CABINETS AT.. , -EU03 0 �IIN 710 RAI PARKWAY. SUITE 1 NCRTHLIBERTY.AMI? I, t � UTralown(m FD E I I ILL. F n" uw=sso wc.rsn. 211t411tt0 Ali 9: CI Y C ERK 11 IT ISSUED FOR BID THE CITY OF MA -IOWA CITY. N WASTEWATERTREATMENTFACIM BACKUP GENERATION AND EECTRIMDISTRIBURON EECTRICALDLCiBANK UTILRY METERING CABINETS AT.. , -EU03 0 ATF „ TWIG 1fQD I` r ♦�� NEW FjECSH I' f\ A ♦� 'SEfMCf, SFE l- ♦ ♦ 1 T fT SC1AI I ift �1 PSUTA C ] - li i ^i� z MFSWIM��,DPI,GNCE \\ Ia1A N \\ I R I I ' _J_JJJI Lo- I 10\`\ Y�j ICWR AEN-C3101A \\\ /C,.ARIFIER 1 V PIOAPY Sum AEf-C3>_OIA nMANMOL4N "�— F OMA II �S. R-al'01A NF3 iIALR i ,I1 C1 _I ♦ ♦ ei ♦ s2 ♦♦ ♦i f � lh MARS ♦♦� LMIFIE � ♦ ,SOU / SPMX \ I ♦ ♦ PUMP77 i o: l I) LFI-[3a01A PMRI li fl[RIF� 11 Ll 1390 d -K% `� \� PRS LIPRIfIjR AIXl \ >>>> A •� CMA �_ /nHa UT U330 Di UT -MW IB dN I ❑ �_—r-HOX - li i ^i� z MFSWIM��,DPI,GNCE \\ Ia1A N \\ I R I I ' _J_JJJI PRMMY \\\ I 10\`\ Y�j ICWR AEN-C3101A \\\ /C,.ARIFIER 1 V PIOAPY Sum AEf-C3>_OIA nMANMOL4N "�— F OMA II �S. R-al'01A NF3 iIALR i ,I1 C1 _I (P i3OA_I tP..'SWA.I \l 1 nl d I I I I I I I I I I I I I I I PRINAR]I v ARIFlE iz00 1 I I I I I I I I z� I Fu1URE SW CLLRIf IER ISSUED FOR BID THE M GF IMA -Iowa CITY, N WASTEWATER TREATMENT FACILRY BACKUP GENERATION AND ELECTRCN DUCTS 7 FROM MT DEWATERING BUBOWG ra w>ff T a f x MATCH LINE SEE SHEET EU04 11 ----------- - - - - ------ I I � 1 I I I I 1 ---------------- W - ____ _______Ep_ _________� ❑ I I lu I LIT{� np 1 IF -01a Kr-CSIOIA ��SI RHIO ///- LR -02 C501A -NHv / 1 II 11// �: $FCON)AIEY 1 �' IFlEv � 1 AA I i44 i�� 1 I 1 � �ax-c401a 1 }�/y AEL-C520tA .4.1 ILCP-P50;2. A 1- I\ I NS-Pi0i& / " ��%IRlutv,��CONNJEY I iUS- P PiO12ARA�/ I I � 1 I p I 1 I I I I I' I J -00x- I II - II I I I I I LII{[yjlA II II I Lf -[5V LR-CSb IA \, cm HE 1 0.°`L rsn-v50a2A Il I ,,-alp ua-PSonv, SC L4JiSIN1N xnn wnx�LF Lt-cSw IA I HH15 11I-CSb1A SLCONER- RICTURE 1 yUN:I10 cN ,IgUCtyRj _ -(TT-BE RE 1 _I-.. -1 - _ PUMP PSOn2l IYW C1ROM (IO BE RCMMfOJ 1 I n -aa. sEE Dxc noz I II I II f I i I EI I i H112 - L CHLORN HLII rl_ �t l� �I L T" TAN% 53i q 1 i I Es r I I � 1 I ® II I 11 DULL HOLDING IBMw ISSUED FOR BID THE CITY OP ZONA-IDWACITY, M WASTEWATEBTREATMENTFACnm BACWPGENERATIONAND ELECTRICPl DISTRIBUTION ELECTRICAL WCIHWR TI FROM SLUDGE PROCESSING FACIL0 aroma¢ yp, 0 a ro EUO6 I rw<M.eR°""tp1�.cssa »Ex�s�,ocn.n "" 9±i ossa-ou �Xi SE, 0.G ESA z HH5 ----------- _ �..,E ZQ1B NOY —6 AM 9129 71NEAT- xu � . � E a�,a 11 o- TaHH=UP 6 � I STAON$Ef OKWC :5, CITY ULMR T, ' _- mnwrwwNl,o� C 1 NP[RY ' I- li 11 L I L3 Lwc -c wowxw: mrvs,Fnuw xom[RwuEip/�w. 1 1 I 4ND2 C&RE -. `rrt I'I I I J}IriLI' xJ xiuCaL�E 1 "B4� �1 I .vawrusrawm°O�iveerxw`iaa� I� H2^_ j I 9A104:_ cn RliFpdFUONfxISL',mxo wvmwmawq[cuewmroire¢m I I ' I �� i I i � I �wtti w�Mxx�l�n5 wurcw u.[ct,eox,� II I 11 9.1 wnnui II I I I t ]K3 Sel - I iT ;I I1 I 'ii II 1� 1 I I 11 DULL HOLDING IBMw ISSUED FOR BID THE CITY OP ZONA-IDWACITY, M WASTEWATEBTREATMENTFACnm BACWPGENERATIONAND ELECTRICPl DISTRIBUTION ELECTRICAL WCIHWR TI FROM SLUDGE PROCESSING FACIL0 aroma¢ yp, 0 a ro EUO6 it I L3 Lwc -c n II 1 �1 II Ii 9A104:_ II -I I� II I %[fQ4MkY [�fY' NST ,N ay0.':-yjlyn„�- II I xS3 I I 11 tt to ,I II oll;� I I 1 I_ FO -Til II ,Ht __---`O_.-------._-EC4. ___________IP__I_______-H •�` I I I i 1 I � I J ! AOCCE PBLCP55'NC iACL1Y � of `I I I II ID 1 1 ' ! DULL HOLDING IBMw ISSUED FOR BID THE CITY OP ZONA-IDWACITY, M WASTEWATEBTREATMENTFACnm BACWPGENERATIONAND ELECTRICPl DISTRIBUTION ELECTRICAL WCIHWR TI FROM SLUDGE PROCESSING FACIL0 aroma¢ yp, 0 a ro EUO6 ,1 11 n r - 1' I I i p � I rv" it I 1 ,I I i fl I CtNCRATIN,I I MATCH LINE SEE SHEET EU06 p� n INQ ""a^ I I A1�K 0111 I I � 8.91 FACltltt '- ," 2010 Nov —6._;# Fl y 2 TYAERK 101r11A CITY' 1011'.° IL -- SECIICw 2 \ � 1�F9 I Ci81rvf' \ :-ABANDONED IELEPHONE LINE l Ufa \\y I I I I I I I I I 1 I I WI 1 I, I I I I I I I I ES EISTNC MTATHER I DATA ME 12� 9 BELOW CRADE --_. I I ul W1 Iln i l y l ' 11111 -1 I „I -_-_- '-_ -- — - —_ , — — ——— I�I 11 II. I II 1 I � I, II I 1 BJNTENY.10Ei ¢NX A/VmIR M1IN,N SSE 1 910 � 'I HEQ i I I I 1 -- - ._ -�iry 1 I I I 1 0l wl: I 11 p I 11 I I i 11 I 1 - I 1 1 - i1 1 p� 1 � w i II - 1 A iQ. : I , Hill _... _� ul I 1 I 1 I , PRVN CONSULTANTS, INC. nO PACHA P~AY. SURE1 NORTH LIBERTY, A\ 11 MOM DESTO :eA.�µeWE,W IE�,o � e�.N. ED . DD — D ISSUED FOR BID THECRYOFIDWA Iowa CITY,N WASTEWATERTREATMENTFACILRY BACKUP GENERATION AND ELECTRICAL DISTRIBUTION ELECTRICAL DUCTBANK TB FROM ADAON BUILDING AND GENERATOR ezwsu o _ a l zle i e e rze. �EU07 0 0 0 0 0 0 O =, O 0 O EEtui 000000 MAILFXM NTE„ eM i� Wp)fgfiP4 offrALLM ZI:M1M 0000 00000 000000 IZ):IieE 000000000 [I.CdPZ100YC �lzz 0 0 EEICA I . 00 00 oETULEEM :icaommo.c MAILFXM NTE„ eM i� Wp)fgfiP4 offrALLM ZI:M1M 0000 00000 IY,.CMe1M11P IZ):IieE 000000000 [I.CdPZ100YC �lzz ,:Exa n:E a 0000 IIKMLJ� NTE„ eM i� Wp)fgfiP4 offrALLM ZI:M1M 0000 00000 IY,.CMe1M11P IZ):IieE 00 00 0 0 00 FILED X300 SCI VIA -CITY, I \11A 0000 MAIL o.Eunt 000000000 IIKMLJ� NTE„ eM i� Wp)fgfiP4 offrALLM ZI:M1M I,S:fNB 00000 IY,.CMe1M11P IZ):IieE 000000000 [I.CdPZ100YC �lzz ,:Exa n:E a � eETaI �EUEe n�. rua-rerrwovac mwrw zxs swff x,.aa x+sa xe.wa 00000 IIKMLJ� NTE„ eM i� Wp)fgfiP4 offrALLM ZI:M1M I,S:fNB 00000 IY,.CMe1M11P IZ):IieE I21 Vya 00 00 MErAill.amms ),):e101 IIKMLJ� NTE„ eM i� Wp)fgfiP4 offrALLM ZI:M1M I,S:fNB IY,.CMe1M11P IZ):IieE I21 Vya [I.CdPZ100YC �lzz ,:Exa n:E a m:Ewa n..wa neEwe uwa ,e. Ewa.revroaroovwzry „F 6wE :M PPo WAY,SME1 11BERTY, IA5211T MOM w�ssoa�G,� .1.1�WeUMF�W Ku�, ISSUED FOR BID THE CRYOF MA- IOWACm, W WASTEWATER TREATMENT FACILITY BACKUPGENENATIMMD EIFCTRIM DIBTRIBMON DUMWKDML N 0 no C N D 19: 30 o I v CONSULTANTS.INC. mum �a E LEGEND wawwr.c�aax ISSUED FOR BID THE CRY DF MA -10WA CITY, A WASTEWATER iREAiMENT FACILITY BACKUPGENEWONMA ELECTRICAL DISTRIBUTION UPGRADE PROJECT ELECTRICAL GROUNDING GRID UTILITY METERING CABINETS 21i19'Igv MA 9: lOC'l Cii CONSULTANTS. INC. tlGII1 Me ISSUED FOR BIO TNECIITGFIGWA-Iowa Cm,w I, WASTEWATERTREATNENT FACILRY BACNUPGENERATION ANO ELECTRCAL InsIRIBLrrION UPGRADE PflOJECT UG"NG PLAN DISINFECTION STORAGE BUILDING GROUNDROOR ♦iws¢ yAp pEL01 ! L y1 OWWMACIM `m�wn.u�mvnewee�omm 709MV-6 AM 9:30 CITY CLERK 10'?A CITY. IO::r+ THE C"CF IOWA -IOWA COY, IA WAST ATERTREATNENTFACIM BACKUP GENERATION AND E CMICALoISTRIBUTION UPGRADE PROJECT CABtE SCHEfXAE EW01 PANELSCHEDULE: PANELSH mnrvwsvxAwavnE �wcwloEn suxonxo nax. ax Euc wE: aownxx wEAce u1c ww wurusno - v=sva =rest am o M I6nu���xvu vanN n4�erinyvumv s M utrknm van.. vRunvwmv s MC 5lren SM1um 1 m M[ M m M worxa.mee ev e1 w< m m<o.0 m 1d ss m � M wnuwmo v.mo v sn m s v snm� .xoemu o n � M n wm vus s ll a M A [il M t20 2 x s A A. sso-nn•�uQm. s n ss s A A[NW u a m m v w11 ro... sv a sv cdmamn<s uu vaar a n v � n � v s PRVN CONSMTANTS, INC. TIB PACHA PARKWAY. SUM NORTH LIBERTY, A5219 1 L E ^ G C17 01 IOW CIiY E Rnfi MGMEIWIeImrtMa M OfA axElff ifY. 20101!0V -6 AM 9: 30 CITY CLERK 0'.''.A CITY, 101!, ISSUED FOR BID THE CRY OF IOWA -IOWA COY. N WASTEWATER TREATMENT FACILITY SACKUPGENERATIONANG ELECTRICAL DIS71BJIION PANEL SCHEDULES EW02 AYOIIY WOiY -5 AM 9* 3 20ttiNOW �. CITY CLERK N1YIF16YpY. I I I I I I OII swnnier..an I I I , � I , I , I 9m � Nv I I , I , I « I srz I I , >-MI ��ov �Iw �ax �y Ablllll- vn� .wa rri b. . l \ Ido• I I .. _ rsirs 1 m REFERENCE DRAWING o)m. 2�.. Yu. THE CITY OF IOWA - IOWA CITY. A WASTEWATER TREATMW FACILITY BACINPCENERATONAND RECTRKA CIBiRIB000N UPGRADE PROJECT OiEPAJ19ECTWCAO 4JEDMCPNA �E001 �1LED 2018 x±08 —6 nM 9: 30 CITY CLERK M'.11A CITY, 10 V.71� A M17 REFERENCE DRAWING TNECIT O IOWA-CWACM,N WASTEWATERTREATMENTFACIM BACKUP GENE+ MN PND KECTRIC DISTRIBUTIDN UPGWE MWECT X)NIRAC M GENEMCDNBTRUC EIFCMCA WD lNEDLWRPM BUSS � I IIYtLIDiI eo�3L�ow11{UL e E002 2vrml -6 Nt'1 9.30 c�S TCCL6� MA CONSULTA ,INC. 71O MM PA AY, SUNE1 NCNTH LISEM, w M1] REFERENCE DRAWING THE CITY OF IOWA IOWA CITY, IA WASTEWATER TREATMENT FACILDY BACKUP GENERAPON PND ELECTRICAL ONE -LINE DIAGRAM GEN BUS E003 fs� 2019 flov -6 Ari 9: 30 CITY CLERK 1OV1A CITY,10V!A mxresn �� swan uvn MPAN AY,SUIIEI LIBERTY, A5n17 REFERENCE DRAWING TKE CITY GF IOWA -IOWA CRY, W WASIEWATERMR WENTFACIIJTY BACKUP GENERATIONAND ELECTRICN M -UNE DIAGRAM WS] wu.P.r. arc ------------- MmP.r. ® Do GC B o �o �Pwo 0 G4FB m O 00 Io 00 Do �o 9 IV/ sIW m�o 4rl ]LVC E1 .s< ru �e®e®-®eeeem r o:v MOONeeeeso t^�C ml..v.r. 0e -------------- �o �Pwo 0 G4FB moo BMC t^�C au0 wu.vr. 0e -------------- MPL o �o m00000eneneeeeem' 0 :n o BIC ee ommooReeneeeeee� au0 wu.vr. 0e -------------- MPL o �o aer.ve� 0 w,�«o B4C o BIC �emfmmmee ee m 2018 VOY -6 AM g: 30 CITY CLERK •01VA CITY, aer.ve� �sr.se!0n-� ®ease©esE ee ommooReeneeeeee� 2018 VOY -6 AM g: 30 CITY CLERK •01VA CITY, SUREI oemaker 4iiShHaaland wr.alvnnu'vn-IvMdren THE UNNE16rIY OF IOWA REFERENCE DRAWING THE CNY Dr IOWA IOWA Cif Y, IA WASTEWATERMEATMEMPACUTY BACKUP GENERATION AND ELECRi DISTRIBUTION UPGRADE SWRCHGEAR ELEVATION PLAN ANO EP.AME EWLE �sr.se!0n-� ommooReeneeeeee� SUREI oemaker 4iiShHaaland wr.alvnnu'vn-IvMdren THE UNNE16rIY OF IOWA REFERENCE DRAWING THE CNY Dr IOWA IOWA Cif Y, IA WASTEWATERMEATMEMPACUTY BACKUP GENERATION AND ELECRi DISTRIBUTION UPGRADE SWRCHGEAR ELEVATION PLAN ANO EP.AME EWLE i y NVIOIWOUNM1fO.Ni w= ]M &VNI A LEN ® manwnrt,e . REFERENCE DRAWING TE COY OF IOWA - IOWA CRY, A WASTEWATER TREATMENT FACILITY BACNUPGETERATONPND ELECRUCALOISTUBUTION UPGRADE AC THREE UNE DWGRAM TYPICAL MN BRE R INC. SUITE s avmmere�ramm REFERENCE DRAWING IIEC"Ill-wWACm,u WASTEWATER TREATMENTFACILRY SACNUP GENEMTONANO ELECTRICAL DIBIRBUTgN UPGRADE CGNIMCTC5l- GENERPL CCN5IRUCTCN ACTXREEi NE DIAGRAM TYPICLLff RSREA(ER EW11 -6 AM 9: 30 'Y CLERK CITY,10VIA PRVNCONSULTANTS, INC. 710 PACHAPARRWAY, SUITE 1 NORTH UBERTP, AU31T U REFERENCE DRAWING TECRYOPIOWA IOWAG ,K WASTEWATERTRENTMENTFACILITY BACKUP GENERVVON OND ACTHREELNEDLAGRVJ TYPICAL TIE BREAKER I r I xvawovm .av � �ra Vxa -aN� 9t 3 , • I r I I I TI !J LEM :HA PARKWAY. SURE 1 LIOER .lA5 17 I I� � � I I sx%2wLL�rcx xxvvt I I x� I nx I 1 ER -11 ER — I ' I ua M ply I •II-� w I I I REFERENCE DRAWING TIE CITY OF IOWA -IOWA CIY. W WASTEWATER TREATMENT FACRM BACKW GENERATION AND ELECTRICAL DSTRIBUTION UPGRADE CONTRACT U1- GENERAL CONSiR11CTI0N AC TNREE{INE DRG TYPICAL GENERATOR BREANER m '31 CITY CLEO in"14A rl", O:.A :HA PARKWAY, SHITE I LIBERTY A52317 Za7Bsro -6 tIF4 REFERENCE DRAWING THECOY of IOWA -MA CKY, A WASTEWATERTREATNENTFACIIITY BACKUP GENERATION AND Yvaiu Ywa ��+a Yv�a'm' Yiri� �v�im ��� C0NTRACTC-0I- GENERAL CONST �dl OC CONTROL SCHEMATIC TYPICAL SEL -700G RELAY re�nurw hEW20 a� a� :HA PARKWAY, SHITE I LIBERTY A52317 Za7Bsro -6 tIF4 REFERENCE DRAWING THECOY of IOWA -MA CKY, A WASTEWATERTREATNENTFACIIITY BACKUP GENERATION AND Yvaiu Ywa ��+a Yv�a'm' Yiri� �v�im ��� C0NTRACTC-0I- GENERAL CONST �dl OC CONTROL SCHEMATIC TYPICAL SEL -700G RELAY re�nurw hEW20 AVI34 LM3S MWAL OI MHOS IOULNOO W OWWSNW J. 30VaOdn NOLLEISl W WOW31NW LInSIU NJ0110313 ONY O d aivw ^ NWuvaN30 ALL1" 1N3WLV3W b JO VI'AIIO Vm01-VML)Ia0 ALp 3N1 d p .rot p p ,w1 � mi aul p �S m,uoY DNIMtlNa 3ON3V3M LICMV,AM IKWN 4 W16'AVm dWOW OlL SNI WWIWI WNd `vli to',I 3 V�ytU� 9- 8102 El �c'ier `1 ujp1mau °. as °waxy . �a.•� aee sum i IAb1.8rNMl�i@ Mw 1�1.T Nrti49 � ° aiem �re m.r mlrn.a�. REFERENCE DRAWING neCmarowA iMACnr.m WASTEWATERTREAIMEMFACRRY UMPGENEMflONANO OC CONTROL SCNEMAM TYPICAL SR451 RELAY EW21 Prepared by Ben Clark, Public Works, 410 E. Washington Sl., Iowa City, IA 52240, (319)3555436 Resolution No. 18-308 Resolution setting a public hearing on November 20, 2018 on project manual and estimate of cost for the construction of the Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said plans on file for public inspection. Whereas, funds for this project are available in the Backup Generator and Electrical System Upgrade account # V3143. Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa, that: A public hearing on the project manual and estimate of cost for the construction of the above-mentioned project is to be held on the 20th day of November 2018, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. The City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. A copy of the project manual and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 6th day of November , 2018 Ma or Approved by ¢ QI City Attorney's Office �l')lig- It was moved by Salih and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Cole Mims Salih Taylor Teague Thomas Throgmorton 0 t Peiedia PRESS -CITIZEN MEDIA PARTOFTHE USATODAY NETWORK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWA CITY IA 522401825 AFFIDAVIT OF PUBLICATION State of Wisconsin County of Brown, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and that an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in Iowa City Press Citizen on the following dates: Nu no. boar[ uate: Hun Dates: Cost: F0 003243979 11/13/18 11/13/18 $43.65 Copy of Advertisement Exhibit "A" MSN � ce.g , — Subscribed and sworn to beforea by said id aRant this 13th day of November. 2018 Commission expires nt Facility ld Electrical leProject If the City of and to other )by the1VCittyythof ll conduct a onthe rrject iding the pans contract an a for the construction water Treatment Generation and n ution Upgrade city at 7:00 p.m. on 3f November, 2018 to be held in the ;at Hall in the City ashington Street in if said meeting is he neat meeting of acil thereafter as of (a from to 15kV up a new root iupment ana )e renovated to sry room and Manual and now on file in ty Clerk in the tty, Iowa, and ed by any tea persons may I meeting of the City to purpose of making ;o and comments id Project Manual or of making said given by order of the of the City of Iowa as provided by law. �g, City Clerk ti Prepared by Ben Clark, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)3565436 Resolution No. 18-325 Resolution approving project manual and estimate of cost for the construction of the Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project, establishing amount of bid security to accompany each bid, directing City Clerk to post notice to bidders, and fixing time and place for receipt of bids. Whereas, notice of public hearing on the project manual and estimate of cost for the above- named project was published as required by law, and the hearing thereon held; and Whereas, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and Whereas, funds for this project are available in the Backup Generator and Electrical System Upgrade account # V3143. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: 1. The project manual and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 2:30 p.m. on the 19th day of December 2018. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 8th day of January 2019, or at a special meeting called for that purpose. Passed and approved this 20th day of November _'2018. Attest: City Clerk M yor rov d by City Attorney's Office 15 IN Resolution No. 18-325 Page 2 It was moved by Thomas and seconded by Cole the Resolution be adopted, and upon roll call there -were: Ayes: Nays: Absent: x Cole x Mims x Salih X- Taylor x Teague x Thomas x Throgmorton 0 ' . IOWA LEAGUE QfCITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS Notice to Bidders - Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Classified ID: 113742 A printed copy of which is attached and made part of this certificate, provided on 11/21/2018 to be posted on the Iowa League of Cities' internet site on the following date: November 21 , 2018 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 11/21/2018 Alan Kemp, Executive Director Notice to Bidders Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 191 day of December 2018. Sealed proposals will be opened immediately thereafter. 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 8'" day of January 2019, or at special meeting called for that purpose. There is a recommended pre-bid meeting to be held at the Iowa City Wastewater Treatment Facility, 4366 Napoleon Street, SE, Iowa City, Iowa at 10:00 A.M. on the 51 day of December 2018. The Project will involve the following: This project includes upgrading the backup generation and electrical distribution system and is located at the City of Iowa City Wastewater Treatment Facility, 4366 Napoleon Street, SE, Iowa City, Iowa. This includes installation of owner -furnished equipment (a packaged engine generator and associated equipment and 15kV electrical switchgear). The project also includes installing electrical ductbank from the utility metering cabinets to and from the new packaged engine generator and switchgear. An existing building will be upgraded with a new roof, new HVAC equipment and plumbing and will be renovated to house a new battery room and switchgear. All work is to be done in strict compliance with the Project Manual prepared by PRVN Consultants, Inc. of North Liberty, IA and Shoemaker & Haaland of Coralville, IA, 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 submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security 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 security 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. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a security has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's securities of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a security in an amount equal to one hundred percent (100%) of the contract price, said security to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: ............................................................. February 4, 2019 Final Completion: .................................................................... October 4, 2019 Liquidated Damages: ................................................................... $250 per day The Project Manual may be examined at the office of the City Clerk. Copies of said Project Manual may be secured at the Office of Rapids Reproductions/Technigraphics/Tri-State Blueprint, 415 Highland Ave, Suite 100, Iowa City, IA 52240, Telephone: (319) 354-5950, www.rapidsrel)ro.com, by bona fide bidders. A $25 fee is required for each set of the Project Manual provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Rapids Reproductions. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. 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 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 Agreement of the proposed subcontractors, with the type of work and approximate value of the subcontractor work associated with the project. 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. Posted upon order of the City Council of Iowa City, Iowa Kellie Fruehling, City Clerk Julie Voparil From: Kelsey Hutchison <khutchison@mbionline.com> Sent: Monday, November 26, 2018 1:50 PM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 11.26.18 notice to bidders.pdf Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS West Riverbank Stabilization in Iowa City Wastewater Treatment Facility Backup Generation and Electrical Distribution in Iowa City A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): November 26, 2018 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. November 26, 2018 Date President/CEO of The Construction Update Plan Room Network Kelsey Hutchison Master Builders of Iowa • Administrative Assistant 221 Park Street • PO Box 695 • Des Moines • Iowa • 50306 [d] 515.657.4381 • lo] 515.288.8904 • [fl 515.288.2617 le]khutchisonanmbionline.com • Iwl hlty1w m-rnbionline.coml Stay Connected _ [16 n TOY DRIVE Accepting donations through December 14! fticS row tors Eu IVOV 201II Notice to Bidders > . Wastewater Treatment Facility Backup Generation'and Electrical Distribution Upgrade Project . , _ Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 19d' day of December 2018. Sealed proposals will be opened immediately thereafter. 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 8t' day of January 2019, or at special meeting called for that purpose. There is a recommended pre-bid meeting to be held at the Iowa City Wastewater Treatment Facility, 4366 Napoleon Street, SE, Iowa City, Iowa at -10:00 A.M. on the 5th day of December 2018. The Project will Involve the following: This project includes upgrading the backup generation and electrical distribution system and is located at the City of Iowa City Wastewater Treatment Facility, 4366 Napoleon Street, SE, Iowa City, Iowa. This includes installation of owner -furnished equipment (a packaged engine generator and associated equipment and 15kV electrical switchgear). The project also includes installing electrical ductbank from the utility metering cabinets to and from the new packaged engine generator and switchgear. An existing building will be upgraded with a new roof, new HVAC equipment and plumbing and will be renovated to house a new battery room and switchgear. All work is to be done In strict compliance with the Project Manual prepared by PRVN Consultants, Inc. of North Liberty, IA and Shoemaker & Haaland of Coralville, IA, 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 submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security 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 security 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. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a security has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's securities of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, Whichever is sooner. The successful bidder will be required to furnish a security in an amount equal to one hundred percent (100%) of the contract price, said security to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: ............................................................. February 4, 2019 Final Completion: .................................................................... October 4, 2019 Liquidated Damages: ................................................................... $250 per day The Project Manual may be examined at the office of the City Clerk. Copies of said Project Manual may be secured at the Office of Rapids Reproductionsffechnigraphics/Tri-State Blueprint, 415 Highland Ave, Suite 100, Iowa City, IA 52240, Telephone: (319) 354-5950, www.rapidsrepro.com, by bona fide bidders. A $25 fee Is required for each set of the Project Manual provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Rapids Reproductions. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. 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 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 Agreement of the proposed subcontractors, with the type of work and approximate value of the subcontractor work associated with the project. 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. Posted upon order of the City Council of Iowa City, Iowa. Kellie Fruehling, City Clerk Prepared by: Ben Clark, Public Works, 410 E. Washington St., Iowa City, IA 52240 319356-5436 Resolution No. 19-4 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project. Whereas, Woodruff Construction, LLC. of Tiffin, Iowa, has submitted the lowest responsible bid of $1,395,000 for construction of the above-named project; and Whereas, funds for this project are available in the Generator Relocation & Emissions Upgrade fund account #V3143; and Whereas, the City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above- named project. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: The contract for the construction of the above-named project is hereby awarded to Woodruff Construction, LLC, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 8th day of January _,2019 Ma4i6r A roved Attest: / - Z-15 City Clerk City Attorney's Office It was moved by salih and seconded by trims the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Cole Mims Salih Taylor Teague Thomas Throgmorton ENGINEER'S REPORT 0 Power Source for Dewatering MayLZ, 2(� o CO -003 � -J >= CO -004 Raise Metering Pad CO -005 CY: City Clerk.,: '= Iowa City,lowa RE: Wastewater Treatment Facility Project Addental Ductbank at Admin Bldg. Dear City Clerk: � r 1 ®�rx CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240 - 1826 (319) 356 - 5000 (319) 356 - 5009 FAX www.icgov.org Backup Generation and Electrical Distribution Upgrade I hereby certify that the Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project has been completed by Woodruff Construction, LLC of Tiffin, Iowa, in substantial accordance with the plans and specifications prepared by PRVN Consultants, Inc., of North Liberty, Iowa. The project was bid as a lump sum contract and the final contract price is $1,467,101.00. There was a total of ten (10) change or extra work orders for the project as described below: CO -001 Power Source for Dewatering CO -002 Voided CO -003 Additional Block Infill on Building CO -004 Raise Metering Pad CO -005 Label & Termination of SWGR wiring CO -006 Additional Cable & Fiber CO -007 Raise Ductwork in Building CO -008 Addental Ductbank at Admin Bldg. CO -009 Repair Collapsed Pipe Chase CO -010 Additional Site Seeding $ 0.00 $ 995.00 $ 3,980.00 $ 16,630.00 $ 6,212.00 $ 827.00 $ 21,370.00 $ 11,553.00 $ 3,436.00 Total $ 72,101.00 I recommend that the above -referenced improvements be accepted by the City of Iowa City. Sincerely, Jason Havel, P.E. City Engineer Bond No.: 54224587 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND WASTEWATER TREATMENT FACILITY BACKUP GENERATION AND ELECTRICAL DISTRIBUTION UPGRADE PROJECT CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, Woodruff Construction, LLC, as Principal (hereinafter the "Contractor" or "Principal') and United Fire & Casualty Company, as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of One Million Three Hundred Ninety Five Thousand dollars ($1,395,000), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Con ractor entered into a contract with the Jurisdiction, bearing date the _q?'—h day of 2019 , (hereinafter the "Contract") wherein said Contractor undertakes b d agrees to construct the following described improvements: backup generation and electrical distribution system upgrades at the City of Iowa City Wastewater Treatment Facility, 4366 Napoleon Street, SE, Iowa City, Iowa. This includes installation of owner -furnished equipment (a packaged engine generator and associated equipment and 15kV electrical switchgear). The project also includes installing electrical ductbank from the utility metering cabinets to and from the new packaged engine generator and switchgear. An existing building will be retrofitted with a new floor, new roof, new HVAC equipment and plumbing. N and to faithfully perform all the terms and requirements of said Contract within'the time therein specified, in a good and workmanlike manner, and in accordance with the Contrtl- fiMoccments. It is expressly understood and agreed by the Contractor and Surety in this bond ti j e Dowing provisions are a part of this Bond and are binding upon said Contractor and Surek�+�tb-wi{; 4 1. PERFORMANCE: The Contractor shall well and faithfully observe, peiCgr , fulfil, and abide by each and every covenant, condition, and part of said Contract, by4tference made a part hereof, for the above referenced improvements, and shall indemnify a`id save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the WWTF Backup Generation and Electrical Distribution Upgrade Project 0510 — Page 1 of 4 improvement, but the Contractor and Surety shall not be liable to said persons, fines, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of two year(s) (2) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20% of the total contract price, and that this bond shall then be released as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to less that five years after the acceptance of the work under the Contract the,,right to sue on this Bond. U E. That as used herein, the phrase "all outlay and expense" is not to be limitee_in any way, but shall include the actual and reasonable costs and expensgsincGaed by the Jurisdiction including interest, benefits, and overhead wha"- potable. Accordingly, "all outlay and expense" would include but not be limiteatViall 66htract or employee expense, all equipment usage or rental, materials, tofffig, outside experts, attorneys' fees (including overhead expenses of the Jur(stiiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and ihdemf* the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by WWTF Backup Generation and Electrical Distribution Upgrade Project 0510 — Page 2 of 4 the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond orto collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract is hereby made a part of this Bond. WWTF Backup Generation and Electrical Distribution Upgrade Project 0510 — Page 3 of 4 N O t\l 1 Co 6 —o )tj c� 0 WWTF Backup Generation and Electrical Distribution Upgrade Project 0510 — Page 3 of 4 PRINCIPAL: Woodruff Construction LLC Contractor By Slgnatur r 1145 f2- find ��Printed NameC.a C &al n Title NOTE: SURETY: A Company Attorney -in -Fact Officer Anne Crowner, Attorney -in -Fact Printed Name of Attorney -in -Fact Officer Holmes Murphy and Associates LLC Company Name P.O. Box 9207 Company Address Des Moines, IA 50306.9207 City, State, Zip Code (515)223.6800 Company Telephone Number 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. WWTF Backup Generation and Electrical Distribution Upgrade Project 0510 — Page 4 of 4 N O N O C7 � r co O WWTF Backup Generation and Electrical Distribution Upgrade Project 0510 — Page 4 of 4 UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA Cedar Rapids, lA 52401 INSURANCE CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company — See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly 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 Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint CRAIG E. HANSEN, JAY D. FREIERMUTH, BRIAN M. DEIMERLY, CINDY BENNETT, ANNE CROWNER, TIM MCCULLOH, STACY VENN, SHIRLEY BARTENHAGEN, DIONE R. YOUNG, KEVIN J. KNUTSON, MICHELLE GRUIS, KATHLEEN BREWER, SETH D. ROOKER, SYDNEY BURNETT, EACH INDIVIDUALLY their tete 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 $100,000,000.00 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 rated and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fre & 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 Undertakinel Section 2, Appointment of Attomey-in-Fact. `The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attomcys-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 so used, 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 attomeys-in-fact, stoct to the limitations set of forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of my such instrif"i.0ts and to attach the seal the Companies thereto. The President or my Vice President, the Board of Directors or my other officer of the Companies may at any time mvotd; all power and authority previously given to any attorney -m -fact .rani"^I4o unnetingi. rorv1, urn; . p IN WITNESS WHEREOF, the COMPANIES have each caused these reseuis to be signed by its vc INSUqW1 vtce president and its corporate seal to be hereto affixed this 15t h, daY o' :,January, 2014 59 mwRAre 'y coRroRAsr. i= _� 3°wrrrz "° o_ UNITED FIRE & CASUU��y COMPANY p`' s aur ; ` UNITED FIRE & INDEMN COMPANY g`S` ' S ' c' ff"; FINANCIAL PACIFIC Rig .NCF.. COMPANY 14111RAn� 1 "4111111\1`1``" nl1 O,vI /��j\fes V � State of Iowa, County of Linn, ss: By: Vice President On 15th day of January, 2014, before me personally came Dennis J. Richmann to me known, who being by me duly sworn, did depose and say; that he resides in 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 therein pursuant to like authority, and acknowledges same to be the act and deed of said corporations. p e Paid Waddell ^ L lova Notarial Seal 'I W / s commission number 713274 Notary Public osa My Comrnisslon Expires 1026/2019 My commission expires: I0/262019 I, Mary A. Bertsch, Assistant 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 comet 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 day of , 2019 . \t\11111114/ \\U\`1�i4Y�M1 4y ``"� �Q\G INSU��hk �ASPOaAIE .'� =gr� )\IlY 2} =SU-4 • Z saAr is" S s i''. ''..1[/FOP' F� ��� NS x1,1111\ BPOA0049 1217 By A. Bi " Assistant Secretary, OF&C & OF&I & FPIC Prepared by: Ben Clark, Senior Engineer, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5436 Resolution No. 20-152 Resolution accepting the work for the Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project Whereas, the Engineering Division has recommended that the work for construction of the Wastewater Treatment Facility Backup Generation and Electrical Distribution Upgrade Project, as included in a contract between the City of Iowa City and Woodruff Construction, LLC of Tiffin, Iowa, dated January 18th, 2019, be accepted; and Whereas, the Engineer's Report and the performance, payment and maintenance bond have been filed in the City Clerk's office; and Whereas, funds for this project are available in the Generator Relocation & Emissions Upgrade account #V3143; and Whereas, the final contract price is $1,467,101.00. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 16th day of June , 2020 May Attest: City Jerk Approved %byy (%.0"u, / / ` City Attorney's Office (Sara Greenwood Hektoen — 5/27/2020) It was moved by Salih and seconded by Weiner the Resolution be adopted, and upon roll call there were: Ayes: x Nays: Ir_16TITIA Bergus Mims Salih Taylor Teague Thomas Weiner sj