Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
WATER TREATMENT PLANT CHLORINE FEEDER SYSTEM UPGRADE PROJECT
Water Treatment Plant Chlorine Feeder System Upgrade Project 14-Oct-2022 Plans, Specs, Estimate of Cost 18-Oct-2022 Res. 22-264 Setting Public Hearing 24-Oct-2022 Notice of Public Hearing 01-Nov-2022 Res. 22-277 Approving Project Manual & Estimate of Cost 03-Nov-2022 Notice to Bidders 06-Dec-2022 Res. 22-294, Awarding Contract 22-Apr-2024 Engineer's Report 07-May-2024 Res No. 24-113: Accepting the Work for the Project 02-Jan-2025 Performance, Payment & Maintenance Bond ENGINEER'S ESTIMATE October 14, 2022 City Clerk City of Iowa City, Iowa Re: Water Treatment Plant Chlorine Feeder System Upgrade Project Dear City Clerk: The engineer's estimate of probable construction cost for the Water Treatment Plant Chlorine Feeder System Upgrade Project is $192,000. Sincerely, Scott Sovers, P.E. Assistant City Engineer cr r l� ..� M1 ..u.0 •imo-mae„+u: a f„1 CITY of town CITY UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE FORMAL WATER TREATMENT PLANT CHLORINE FEEDER SYSTEM UPGRADE PROJECT IOWA CITY, IOWA October 14, 2022 Co 4k %0 0F E 5 S lC 41 1,,�,, �� • STEVEN B ��� s : z c KLUESNER z i w' P1825910 0005 CERTIFICATIONS PAGE 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. Steven B. Kluesner, P.E. Date License Number: 18259 My license renewal date is December 31, 2022 Pages or sheets covered by this seal: Entire Bound Document N -, co :R Water Treatment Plant Chlorine Feeder System Upgrade Project 0005 — Page 1 of 1 0010 TABLE OF CONTENTS PROJECT MANUAL 0005 CERTIFICATIONS PAGE 0010 TABLE OF CONTENTS 0100 NOTICE TO BIDDERS 0110 NOTICE OF PUBLIC HEARING 0200 INSTRUCTIONS TO BIDDERS 0400 PROPOSAL 0405 BIDDER STATUS FORM 0410 BID BOND FORM 0500 CONTRACT 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 0520 CONTRACT COMPLIANCE 0530 WAGE THEFT POLICY SUDAS STANDARD SPECIFICATIONS GENERAL SUPPLEMENTAL SPECIFICATIONS SUPPLEMENTAL SPECIFICATIONS SPECIAL PROVISIONS TECHNICAL SPECIFICATIONS SECTION 02 41 00 - DEMOLITION SECTION 40 05 00 - PIPING AND APPURTENANCES SECTION 43 32 76 - CHLORINATION EQUIPMENT PLANS c �c.r+ Water Treatment Plant Chlorine Feeder System Upgrade Project 0010 — Page 1 of 1 0100 NOTICE TO BIDDERS WATER TREATMENT PLANT CHLORINE FEEDER SYSTEM UPGRADE PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3 P.M. on the 29th day of November 2022. 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 6:00 P.M. on the 6th day of December 2022, or at special meeting called for that purpose. The Project will involve the following: Demolition of existing ammonia feed equipment and upgrading the existing chlorine gas feed equipment and eve washes. All work is to be done in strict compliance with the Project Manual prepared by Strand Associates, Inc °, of Madison, Wisconsin, which has 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 bond satisfactory to the City (in the form shown in Section 0510) 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 has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) 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 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 Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a pgriod of one (1) year from and after its completion and formal acceptance by the City Council. C? Water Treatment Plant Chlorine Feeder System Upgrade Project 0100 — Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: January 3, 2023 Substantial Completion: May 15, 2023 Final Completion Date: June 12, 2023 Liquidated Damages: $100 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240. Phone: (319) 354-5950 Fax: (319) 354-8973 Toll -Free: (800) 779-0093 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 list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK r, (7) ry 1i+MMxx..6�6�i � i � •I _rr; f ca X.-- Water Treatment Plant Chlorine Feeder System Upgrade Project 0100 — Page 2 of 2 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE WATER TREATMENT PLANT CHLORINE FEEDER SYSTEM UPGRADE PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on the Project Manual, including the plans, specifications, contract, and estimated cost for the construction of the Water Treatment Plant Chlorine Feeder System Upgrade Project in said city at 6 p.m. on the 18 day of October, 2022, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 East 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 demolition of ammonia feed equipment and upgrading the chlorine feed equipment and eyewashes and is located at the City of Iowa City Water Treatment Plant. Said Project Manual 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 Project Manual 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 K. Fruehling, City Clerk - - c- C) r~ 17 *c CO �M. Water Treatment Plant Chlorine Feeder System Upgrade Project 0110 - Page 1 of 1 0200 INSTRUCTIONS TO BIDDERS WATER TREATMENT PLANT CHLORINE FEEDER SYSTEM UPGRADE PROJECT Optional Pre -Bid Meeting: a. Time, Date, and Location: November 22, 2022 at 10 A.M. 80 Stephen Atkins Drive Iowa City, IA 52240 2. Bid Submittals: a. Time, Date and Location: November 29, 2022 at 3 P.M. 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 C. See Section 1020, as may be supplemented, for complete descriptions of proposal requirements and conditions. 3. Bidder Status: a. Use the Bidder Status Form included in Section 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 Chapter 156 (73A), found at the following website: ***********.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). d. See Section 1020, as may be supplemented, for a completgAescripyon of the bid security requirements. - 5. Progress and Schedule: = ,� a. Contract Times: 3:20 a Specified Start Date: January 3, 202�; .Q r 4x Substantial Completion: May 15, 2023 "" co � Final Completion Date: June 12, 2023 " y Liquidated Damages: $100 per day b. Work Restrictions: i. No work shall be done between 3:30 P.M. and 7 A.M. without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. ii. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. iii. No Work shall be completed on the weekends. Water Treatment Plant Chlorine Feeder System Upgrade Project 0200 — Page 1 of 2 iv. The Contractor shall work with Owner to allow routine carbon dioxide (CO2) deliveries and trash pickups. -°- Loading dock use will be limited during chemical deliveries. Cotlimunity Events: The Contractor should look at community calendars to determine potential ;-c.). conflicts with planned construction activities and schedule. t 'Jis The Contractor should make sure their activities are not impacting community events. 6. Perrrormance, 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 one (1) year after its completion and formal acceptance by the City Council. b. Use the Performance, Payment, and Maintenance Bond Form included in Section 0510. C. See Section 1070, Part 3, as may be supplemented, for a complete description of the bonding requirements. 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 Section 1070, Part 3, as may be supplemented, for a complete description of the insurance requirements. 8. Taxes: a. Sales Tax Exemption Certificates will be issued according to Section 1020, 1.08 of the Supplemental Specifications. 9. Contract Compliance: a. For all contracts of $25,000 or more, the successful bidder shall abide 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 successful bidder shall abide by the requirements of the City's Wage Theft Policy, as described in Section 0530. 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. 12. Contract Documentation: a. The Contractor must demonstrate an active subscription to Doc Express (program by Info Tech, Inc.) is maintained. Doc Express will be used to process documentation, including, but not limited to, contract documents, change orders, shop drawings, certificates, equipment lists, progress payments, and other electronic submittals. Water Treatment Plant Chlorine Feeder System Upgrade Project 0200 — Page 2 of 2 INSERT IN ENVELOPE 2 .r! 0400 �- PROPOSAL WAJ�ER,fiR�ATMENT PLANT CHLORINE FEEDER SYSTEM UPGRADE PROJECT r CITY OF IOWA CITY Please DO NOT USE the proposal included in the bound volume of the specifications. Separate copies of this form are contained with this document. The following documents must be submitted as printed. No alterations, additions, or deletions are allowed. If the Bidder notes a requirement in the contract documents that the Bidder believes will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the Engineer in writing. The Engineer will issue any necessary interpretation by an addendum. Name of Bidder: Address of Bidder: TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 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, 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. The undersigned bidder further proposes to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract and agrees that, in the event of any discrepancies or differences between the various items included in the Contract, Supplemental Specification Section 1040, 1.03 shall govern. Water Treatment Plant Chlorine Feeder System Upgrade Project 0400 — Page 1 of 5 INSERT IN ENVELOPE 2 Item Descriptior No. Chlorine -Feeder. System Upc 1. derheraf-1Uork: Bid iter t , M661lization, Demobili2 necessary?iping, Fittir 1 L-k'htswitcht Installation Qisplayanstallation, an c�yer nec6' sary projec c,Qmponerits not includ j itj'ns necessary to cor Work 2. Provide and install Car Controls Floor Mounter + Feeder Cabinet, 500-p 3. Provide and install Chl Ejectors, 1,000-ppd 4. Provide and install Chl Ejectors, 500-ppd 5. Provide and install On( Chlorine Gas Regulatc 500-ppd 6. Provide and install Atrr Chlorine Gas Detector; 7. Provide and install Bot Eyewashes 8. Provide and install Por Mounted Eye Wash 9. Provide and install Air 10. ! Demolition —Ammonia I Room Equipment / Am Scrubber / Ammonia S Ducts / Eyewash / Exi: Chlorine Gas Feed Eqi and Accessories 11. Site Restoration Future Upgrades for Increas 12. Furnish Only Automatic Switchover Module 13. Furnish Only Chlorine Ejector, 1,000-ppd 14. Furnish Only One -Ton Gas Regulator, 500-pp 15. Furnish Only PM Kit fo Ejector 16. Furnish Only PM Kit fo 1 1,000-ppd Ejector Quantity Unit —Unit Cost Extension _-- I rades n includes 1 LS $ $ ation, all ig, Valves, Residual J any t ;d in other iplete the lital 3 EA $ $ i Manual )d )rine Gas 2 EA $ $ )rine Gas 1 EA $ $ -Ton 4 EA $ $ rs, ospheric EA $ 2 $ le 2 EA $ $ .able Wall 2 EA $ $ ntake Grill 1 EA $ $ Teed 1 LS $ $ ,nonia DADA/ ting aipment )d Capacity (500-ppd to 1,000-ppd) 1 EA L $ $ 3as 1 EA $ $ Chlorine 2 EA $ $ d 500-ppd - 1 EA _ $ $ 2 EA $ $ Water Treatment Plant Chlorine Feeder System Upgrade Project 0400 — Page 2 of 5 INSERT IN ENVELOPE 2 COMPUTED TOTAL BASE BID- CHLORINE FEEDER SYSTEM UPGRADE (ITEMS 1 THROUGH 16) Dollars $ .00 (Words) (Numbers) The Bid ,!@r may -submit computer -generated unit price table in accordance with the Special ProVisionss .; ) �— CD Water Treatment Plant Chlorine Feeder System Upgrade Project 0400 — Page 3 of 5 INSERT IN ENVELOPE 2 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City of Iowa City. Water Treatment Plant Chlorine Feeder System Upgrade Project 0400 — Page 4 of 5 INSERT IN ENVELOPE 2 The undersigned Bidder is a/an: ❑ Individual, Sole Proprietorship ❑ Partnership ❑ Corporation ❑ Limited Liability Company ❑ Joint venture ❑ Other Its Public Registration Number issued by the Iowa Commissioner of Labor, pursuant to Section 91 C.5 of the Iowa Code is: Failure to provide said Registration Number shall result in the bid being read under advisement. A contract will not be executed until the Contractor is registered to do business in the State of Iowa. Bidder's Name Signature Printed Name Title Street Address City, State, Zip Code Telephone Number �w CD ^ s C:) C ', Y p. NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. Water Treatment Plant Chlorine Feeder System Upgrade Project 0400 — Page 5 of 5 INSERT IN ENVELOPE 1 0405 BIDDER STATUS FORM All bidders must submit the following completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. To be completed by all bidders Part A ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the Worksheet: Authorization to Transact Business). ❑ 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 non-resident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B Dates: to Address: (mm/dd/yyyy) City, State, Zip Code: Dates: to Address: (mm/dd/yyyy) Dates: to (mm/dd/yyyy) City, State, Zip Code: Address: City, State, Zip Code You may attach additional sheet(s) if needed.= 'd To be completed by non-resident bidders c bx.�" Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: �- t� 2. Does your company's home state or foreign country offer preference to bidders who are residents? ❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Signature: Date: Water Treatment Plant Chlorine Feeder System Upgrade Project 0405 — Page 1 of 2 INSERT IN ENVELOPE 1 WORKSHEET: AUTHORIZATION TO TRANSACT BUSINESS This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa Secretary of State, has filed its most recent biennial report with the Secretary of State, and has neither received a certificate of withdrawal from the Secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No 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 organizati is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa ,and tfte certificate has not been revoked or canceled. CO Water Treatment Plant Chlorine Feeder System Upgrade Project 0405 — Page 2 of 2 INSERT IN ENVELOPE 1 0410 BID BOND FORM WATER TREATMENT PLANT CHLORINE FEEDER SYSTEM UPGRADE PROJECT CITY OF IOWA CITY , as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the amount of 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 Water Treatment Plant Chlorine Feeder System 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 security 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 security shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the security, as provided in the Project Manual or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its security 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. of The Principal and the Surety hereto execute this bid security this , A.D., 20 N o (Seal) Witness Principa -11 By: d- (T a) (Seal) Surety ry_., By: Witness (Attorney -in -fact) day Attach Power -of -Attorney, if applicable Water Treatment Plant Chlorine Feeder System Upgrade Project 0410 — Page 1 of 1 0500 CONTRACT WATER TREATMENT PLANT CHLORINE FEEDER SYSTEM UPGRADE PROJECT CITY OF IOWA CITY THIS CONTRACT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the 14th day of October, 2022, for the Water Treatment Plant Chlorine Feeder System Upgrade Project ("Project"), and WHEREAS, the City publicly solicited bids for construction of said Project; and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; and WHEREAS, the parties hereto now wish to enter into this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: The Contractor hereby agrees to perform the Project for the sums listed in its Proposal including the total extended amount of $ which sums are incorporated herein by this reference. 2. This Contract consists of the Contract Documents, as defined in the Section 1010, 1.03, 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, pursuant to Section 0200, attached hereto; and C. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 0200, attached hereto. The above components are deemed complementary and what is calledJQr Done shall be as binding as if called for by all. .<' r r co > " CP Water Treatment Plant Chlorine Feeder System Upgrade Project 0500 — Page 1 of 2 3 The names of those persons, firms, companies or other parties, acknowledged by the City, 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 (or shown on an attachment): DATED this day of 20 (The City of Iowa City will date this Contract after all signatures are obtained) City Contractor By: By: Signature of City Official Signature of Contractor Officer Printed Name of City Official ATTEST: City Clerk (for Formal Projects only) APPROVED BY: City Attorney's Office Printed Name of Contractor Officer Title of Contractor Officer ATTEST: By: (Companj ,:gfficig r..,� C-5 YA CO � Water Treatment Plant Chlorine Feeder System Upgrade Project 0500 — Page 2 of 2 PERFORMANCE, PAYMENT, AND MAINTENANCJ� fB4ON'G ... WATER TREATMENT PLANT CHLORINE FEEDER SYS`TE`M'RAbr 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: Demolition of existing ammonia feed equipment and upgrading the existing chlorine gas feed equipment and eye washes. 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. 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: 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. 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 Water Treatment Plant Chlorine Feeder System Upgrade Project 0510 — Page 1 of 4 improvement, but the Contractor and Surety shall not be liable to said persons firms;,; 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 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.th6r 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 one year (1) 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 than one year (1) 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 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. Water Treatment Plant Chlorine Feeder System Upgrade Project 0510 — Page 2 of 4 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 Contraq�, �Prtrqyt T,gts, 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',,$ur,0VA 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. Water Treatment Plant Chlorine Feeder System Upgrade Project 0510 — Page 3 of 4 PRINCIPAL: Printed Name of Contractor Officer Signature of Contractor Officer Title of Contractor Officer SURETY: ,.- f � as �• ur4ty C ompany Name ,, , t tip,'il 6' Signature of Attorney -in -Fact Officer Printed Name of Attorney -in -Fact Officer Company Name of Attorney -in -Fact Company Address of Attorney -in -Fact City, State, Zip Code of Attorney -in -Fact Telephone Number of Attorney -in -Fact Water Treatment Plant Chlorine Feeder System Upgrade Project 0510 - Page 4 of 4 0520 CONTRACT COMPLIANCE _ SECTION I - GENERAL POLICY STATifidI AM 8 46 'Cl El It is the policy of the City of Iowa City to require equal employment opportunit att City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on 0520 — Pages 2 and 3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code Section 2-3-1. Water Treatment Plant Chlorine Feeder System Upgrade Project 0520 — Page 1 of 6 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE'REMJRN, PA615$ t2_ THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR to t'I-ff `` EXECUTION OF THE CONTRACT. ,# i ' ;L M-f 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 age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. 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 Street Address City, State, Zip Code Water Treatment Plant Chlorine Feeder System Upgrade Project 0520 — Page 2 of 6 5 0 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. Id11 OCT 14 AMI How does your business currently inform applicants, employees, and recruitF ,4 t,souFees (including unions) that you are an Equal Employment Opportunity empioyer. The above responses are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date Water Treatment Plant Chlorine Feeder System Upgrade Project 0520 — Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYM-tNT,- OPPORTUNITIES t �� COMPANY POLICY rj co r Determine your company's policy regarding equal employment opportunities: --Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth 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 Water Treatment Plant Chlorine Feeder System Upgrade Project 0520 — Page 4 of 6 and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. For your information is a copy of Section 2-3-1 of the City Code which prohibits certain discriminatory practices in employment can be found at: ********codelibrary.amlegal.com/codes/iowacityia/latest/iowacity ia/0-0-0-631#JD 2-3-1. 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. C) Water Treatment Plant Chlorine Feeder System Upgrade Project 0520 — Page 5 of 6 Water Treatment Plant Chlorine Feeder System 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, gender identity, marital status, national origin, 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 Equal Employment Opportunity (EEO) officer or legal counsel to formulate a policy which specifically meets the needs of your company. ; CD . < r u.n `, CO __J Water Treatment Plant Chlorine Feeder System 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. 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:61ore than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or li5hle in any judicial or administrative proceeding of committing a repeated or willful violation of the aa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor-Stand-�,rrds Actor 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 violatyon shalf't;onstitOte a default under the contract. .z IV. Waivers. If a person or entity is ineligible to contract with the City as a result of -the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); Water Treatment Plant Chlorine Feeder System Upgrade Project 0530 — Page 1 of 3 C. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or d. Other factors that the person or entity believes are relevant. The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. a d Water Treatment Plant Chlorine Feeder System Upgrade Project 0530 — Page 2 of 3 WAGE THEFT AFFIDAVIT I, , certify under penalty of perjury and pursuant to the laws of the State of Iowa that the following is true and correct: 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 ca �" Y CO Water Treatment Plant Chlorine Feeder System Upgrade Project 0530 — Page 3 of 3 SUDAS STANDARD SPECIFICATIONS The City of Iowa City has adopted the SUDAS Standard Specifications for use on all public improvement projects and construction within the public right-of-way. The SUDAS Standard Specifications are incorporated herein by reference. Copies of the current version of the SUDAS Standard Specifications Manual can be obtained from the SUDAS website at: ********iowasudas.org/manuals/specifications-manual/. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. Previous editions of the SUDAS Standard Specifications can be found here: ********iowasudas.ora/archived-specifications/. 0 Co .:. :.:..,�. p �'� ,Fr .,,,,1 Water Treatment Plant Chlorine Feeder System Upgrade Project Page 1 of 1 GENERAL SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the General Supplemental Specifications for use on all public improvement projects and construction within the public right-of-way. The General Supplemental Specifications are incorporated by reference. Copies of the General Supplemental Specifications can be obtained from the website at: https://iowasudas.org/supplemental-specifications/. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. o Cl Water Treatment Plant Chlorine Feeder System Upgrade Project Page 1 of 1 SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the Supplemental Specifications to the 2022 Edition of the SUDAS Standard Specifications Manual for use on all public improvement projects and construction within the public right-of-way. The Supplemental Specifications are incorporated herein by reference. Copies of the current version can be obtained at: .iowa-city.org/weblink/0/edoc/1845668/CIC%2OSupplemental%2OSpecs.pdf or are available in the City Engineering Division Office. r `w,. M� .y: co i J Water Treatment Plant Chlorine Feeder System Upgrade Project Page 1 of 1 SPECIAL PROVISIONS The City of Iowa City allows bidders to submit a computer -generate attachment, hereinafter referred to as unit price attachment, in lieu of completing that portion of the Proposal identifying the bid items, description, unit, quantity, and unit prices. See Section 1020, 1.09.13, for details on preparing a computer -generated unit price attachment. This project includes several additional modifications to the SUDAS Standard Specifications beyond the Supplemental Specifications referenced earlier in this Project Manual. Definitions: A. For the purposes of the Special Provisions and Technical Specifications: 1. CONTRACTOR shall have the same meaning as Contractor. 2. OWNER and Owner shall have the same meaning as City (City of Iowa City). 3. ENGINEER shall have the same meaning as Design Engineer Consultant. 4. Drawings shall have the same meaning as Plans. Design Engineer Consultant: Strand Associates, Inc.® is acting as the City of Iowa City's Design Engineer Consultant for this project. Strand Associates, Inc.° has prepared the drawings and project manual on behalf of the City. If design questions arise during construction, Steve Kluesner, P.E. at Strand Associates, Inc.® can be contacted at (608) 251-4843 or at steve.kluesner@strand.com. Construction Sequence: The following construction sequence is provided as a general guideline for the information and for the benefit of the Contractor. This construction sequence is not intended to dictate means, methods of construction, or direct construction activities. It is not intended to be all inclusive and does not list all work elements or details that are required to complete the Work. Contractor shall be responsible for implementing any additional details required, including temporary piping and temporary paving at no additional cost to the City. Construction processes shall not interfere with any of the water treatment processes occurring daily at the water treatment plant including chlorine gas feed. Construction processes cannot interfere with supply produced. CONTRACTOR can begin removal of the ammonia feed equipment and scrubber upon Contract execution, but shall not remove any chlorine feed equipment before receiving replacement equipment. Safety and Protection - Site Access: A. All employees of the CONTRACTOR who enter the Iowa City Water Treatment Plant for the purposes of using it as a work location to provide services shall participate in a site specific safety orientation and pass a written examination prior to working on the site. The safety orientation is administered by Gatefeed, and is available via the internet. There is a cost for the'',4aining of approximately $25 per person. The safety orientation can be arranged by calling (312f,467-9884 or visiting the Gatefeed website at https://app.gatefeed.com/sessions/new (Name QLTraining: Iowa City Water Purification Treatment Facilities). The contractor safety orientation training must be completed on an annual basis. rI. B. All CONTRACTOR and subcontractor employees who enter the Iowa City,'UVater�:treatment Plant will be required to wear Access Badges." To obtain an Access Badgd', Contg5S* tors and Subcontractors are to bring their OSHA 10 documentation, along with a picture ID and documentation of current Gatefeed site specific Safety Orientation, to Water Treatment Projects. Water Treatment Plant Chlorine Feeder System Upgrade Project Page 1 of 7 Access Badges will be issued by the Owner at no cost. Replacements for lost, stolen, or damaged badges will issued at a cost of $15.00 per badge. Each employee is required to badge in, each time he/she enters or exits the site whether on foot or in a vehicle. All employees shall wear Access Badges so they are visible at all times. All employees shall turn in their Access Badges to the Owner when they are done working on the project. C. Lockout/Tagout: CONTRACTOR shall coordinate all lockout/tagout activities with OWNER's Operations Supervisor. OWNER's personnel will perform the actual lockout of any equipment, after which CONTRACTOR shall apply their own personal lock. Each CONTRACTOR employee, including subcontractors and suppliers, shall have their own personal locks. Tagout is NOT permitted. Contractor Use Of Site: A. The "area of the site" referred to in these Specifications shall be as shown on the Drawings. If the "area of the site" is not shown, OWNER's property lines, the Project right-of-way and/or any easements obtained for the Project shall be considered the "area of the site." Construction activities shall be confined within the "area of the site" limits. B. From the start of work to completion CONTRACTOR is responsible for the care of the site and the premises which are affected by operations of Work of this Contract. Except for permanent site improvements provided under the Contract, CONTRACTOR shall restore property disturbed during the Work, to the conditions which previously existed. C. Work in occupied spaces shall be restricted to specified Work and essential activities, such as making necessary connections and extending services or constructing temporary access ways. Such work shall be scheduled in advance with OWNER. D. Project involves work adjacent to chlorine gas and ammonia processes. 1. OWNER Responsibilities: a. Obtain and evaluate information regarding CONTRACTOR's safety performance and programs to include but not limited to: OSHA 300 Log, Experience Modifications Rate, and list of written safety policies and procedures. b. Provide MSDS that informs CONTRACTOR of the known potential fire, explosion, or toxic release hazards related to CONTRACTOR's work and the process. c. Develop and implement safe work practices consistent with 40 CFR 68.69(d), to control the entrance, presence, and exit of the Contract owner or operator and Contract employees in covered process areas. d. Periodically evaluate the performance of the CONTRACTOR in fulfilling its obligations as specified in this section. e. Maintain records of CONTRACTOR's employees' training records. 2. CONTRACTOR Responsibilities: a. Contract employee shall be trained in the work practices necessary to safely perform his/her job. b. Contract employee shall be instructed in the known potential fire, exp"ion, or toxic release hazards related to his/her job and the process,:, and tPJ applicable provisions of the emergency action plan. c. Document that each Contract employee has received and u*'rstoW the training required by this section and prepare a record which contains the identity of the Contract employee, the date of training, and the means used:`to vrify that the employee understood the training. co . d. Contract employee shall follow the safety rules of the stationary soace including the safe work practices required by 40 CFR 60.69(d). Water Treatment Plant Chlorine Feeder System Upgrade Project Page 2 of 7 e. Advise OWNER of any hazards presented by CONTRACTOR's work, or of any hazards found by CONTRACTOR's work. f. Provide record of training of each employee working on site to OWNER. E. Parking and Deliveries: The perimeter of the Water Treatment Plant is fenced. CONTRACTOR vehicle access to and from site shall be through the main entrance gate along Dubuque St NE. CONTRACTOR is responsible for control of traffic by vehicles and persons within the limits of its operation. CONTRACTOR vehicles shall be clearly identified as such and a current list of vehicles and license plate numbers shall be given to resident inspector. OWNER reserves the right to limit number of CONTRACTOR vehicles on -site and to tow unidentified vehicles from the site. F. Parking for employees, subcontractors, and agents of the CONTRACTOR shall be in areas subject to approval of OWNER. Additional parking in the parking lot at the center Water Treatment Plant entrance will be subject to approval of OWNER. G. Access to the site for delivery of construction materials or equipment shall be subject to approval of OWNER. CONTRACTOR shall make arrangements for deliveries, loading, and unloading. OWNER employees and/or equipment will not unload CONTRACTOR's deliveries. CONTRACTOR shall maintain log of delivery personnel entering and leaving plant site. All vehicles must be logged in and out, and be restricted to only those permitted deliveries and vehicles. If CONTRACTOR does not have a representative to receive truck shipments, that truck will not be allowed on plant site. Deliveries will be allowed between the hours of 7 A.M. to 3:30 P.M. Shop Drawings: A. Shop drawings shall include specially prepared technical data for this project including drawings, diagrams, performance curves, data sheets, schedules, templates, patterns, reports, calculations, instructions, measurements, and similar information not in standard printed form for general application to a range of similar projects. Shop drawings shall be submitted for all manufactured or fabricated items. See individual technical sections for special requirements. B. Contractor shall make all shop drawings accurately to scale and sufficiently large to show all pertinent aspects of the item and its method of connection to the work. C. Shop drawings shall be checked, approved, and stamped by Contractor before transmittal to City and Design Engineer Consultant for review and approval. D. Complete shop drawings and descriptive data shall be submitted on all manufactured or fabricated items prior to 50% completion of the Work. Applications for payment beyond 50% of the Contract amount will not be recommended for payment until all shop drawings are submitted, including the required hard copies, or a revised schedule for any remaining submittals is agreed to by OWNER and ENGINEER. E. Shop drawings submitted to City and Design Engineer Consultant will be reviewed and stamped "Approved," "Approved as Noted," "Approved as Noted Resubmit," _or "No(,r'&proved." Contractor shall resubmit the corrected shop drawings for all shop drawings �tampeApproved as Noted Resubmit" and "Not Approved" and will continue this process until -shop df5wings are stamped "Approved" or "Approved as Noted." If drawings are stamped 'Approve -'as Noted Resubmit," fabrication may proceed in accordance with the marked up shop dr"a*ipgs0nstallation shall not proceed until shop drawings have been resubmitted and stampe{17 "Approved" or "Approved as Noted." CO Water Treatment Plant Chlorine Feeder System Upgrade Project Page 3 of 7 F. If shop drawings are stamped "Approved as Noted" or "Approved as Noted Resubmit" and Contractor does not agree with revisions or cannot conform with revisions, fabrication shall not proceed and shop drawings shall be resubmitted with explanation of Contractor's position. G. All shop drawings used for construction site activities shall bear the "Approved" or "Approved as Noted" stamp of City and Design Engineer Consultant. H. PDF Submittal Procedures: 1. Summary: Shop drawing and product data submittals shall be transmitted to OWNER and ENGINEER in electronic (PDF) format. The intent of PDF submittals is to expedite the construction process by reducing paperwork, improving information flow, and decreasing turnaround time. The PDF submittal process is not intended for color samples, color charts, or physical material samples. 2. Procedures: CONTRACTOR shall review and apply a stamp certifying that the submittal complies with the requirements of the Contract Documents including verification of manufacturer/product, dimensions and coordination of information with other parts of the work. CONTRACTOR shall transmit each cover letter and submittal to ENGINEER as an e-mail attachment. ENGINEER will return the reviewed shop drawing via e-mail with a transmittal letter, after review, indicating the status of the shop drawing review. Distribution of reviewed submittals to subcontractors and suppliers is the responsibility of CONTRACTOR. Electronically submitted shop drawings shall follow the following format: a. All files shall be delivered in PDF format with a minimum resolution of 300 dpi unless otherwise requested by ENGINEER. Scanned in material shall be scanned in color and any markings by CONTRACTOR shall be made in red. Pages shall be rotated to the appropriate position for easy reading on a computer monitor such that the majority of text is vertical. b. Files shall be delivered without security features activated. c. Shop Drawings shall be uploaded as individual files. Files combined into a zip drive are not acceptable. All pages of one submittal should be contained in one file. d. The file shall open to a cover page containing, at a minimum, the following information: 1. CONTRACTOR's stamp. 2. Name, e-mail, and telephone number of the individual who may be contacted for further information. 3. Project number. 4. Submittal number. 5. Submission date, if resubmittal, all previous submission dates. 6. Index detailing contents and the total number of pages in the submittal. 3. Once a shop drawing has been "Approved" or "Approved as Noted," CONTRACTOR shall provide three hard color copies of the "Approved" or "Approved as Noted," shop drawings to ENGINEER. CONTRACTOR is responsible for the hard..,_Gopy color replication of ENGINEER's "Approved" or "Approved as Noted,".. shop "wings for use by CONTRACTOR. Hard copy shop drawings shall be submi6ti in 3-6ng binders or 3-tab report covers. " ,.... I. Shop drawings shall include verification that the item meets applicable codes',di 'd sfandards.t :4• --m CO ZEE - Water Treatment Plant Chlorine Feeder System Upgrade Project Page 4 of 7 Maintenance Manual: A. Prior to 75% completion of the Contract or at a minimum of 45 days prior to the scheduled start-up date of any individual item of equipment, whichever is earlier, CONTRACTOR shall furnish to ENGINEER one complete hard copy and one electronic copy of a maintenance manual for all equipment furnished. Applications for payment beyond 75% of the contract amount will not be recommended for payment until all maintenance manuals are submitted or a revised schedule for remaining maintenance manuals is agreed to by OWNER and ENGINEER. B. The manuals shall include manufacturer's instructions for maintenance and operation for each item of mechanical and electrical equipment. Manuals shall be specific for the equipment as installed; provide project specific inserts as required. Manuals shall contain: operation instructions, lubrication schedules, types and quantities, preventative maintenance program, spare parts list, parts lists, I.D. No. and exploded views, assembly instructions, parts supplier location, trouble shooting and startup procedures and, where applicable, test data and curves. C. CONTRACTOR is responsible for producing an electronic version of the Equipment Operations and Maintenance (O&M) Manuals Manual. The Electronic Equipment O&M Manual shall be delivered in Portable Document Format (PDF). The entire manual may be converted to PDF via scanning or other method of conversion. Drawings or other graphics must be converted to PDF format and made part of the PDF document. CONTRACTOR shall provide all Equipment O&M Manuals in the electronic format as defined below. D. CONTRACTOR shall reprocess any portion of the document that does not view or print to OWNER's satisfaction. E. CONTRACTOR is fully responsible for obtaining any and all copyright permissions associated with conversion of this information to electronic format. Protect Record Documents: A. CONTRACTOR shall maintain on Site one set of the following record documents to record actual revisions to the Work: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change orders and other modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. 6. Manufacturer's instruction for assembly, installation, and adjusting. B. CONTRACTOR shall make entries that are complete and accurate, enabling future reference by OWNER. C. CONTRACTOR shall store record documents separate from documents used for construction. D. CONTRACTOR shall record information concurrent with construction progress. E. Specifications: CONTRACTOR shall legibly mark and record at eacb> prodaet section description of actual products installed, including the following: ` ' o " 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. r) .�- 3. Changes made by addenda and modifications. r CO Water Treatment Plant Chlorine Feeder System Upgrade Project Page 5 of 7 F. Record Drawings: CONTRACTOR shall legibly mark each item to record actual construction including: 1. Field changes of dimension and detail. 2. Details not on original Contract Drawings. Equipment and System Installation: A. Competent and experienced technical personnel shall represent the manufacturers of all equipment and systems for as many days as may be necessary to provide proper installation and to resolve assembly or installation problems at the site that are attributable to, or associated with, the equipment furnished. This requirement applies to manufacturers for all equipment furnished, whether or not specifically set forth in the Specifications. B. Where a Certificate of Proper Installation is called for in this Specification Section, the manufacturer's representative shall provide the attached Certificate of Proper Installation stating that the equipment or system has been installed in accordance with the manufacturer's instructions and has been inspected by a manufacturer's authorized representative, that it has been serviced with the proper initial lubricants, that applicable safety equipment has been properly installed, that the proper electrical and mechanical connections have been made, and that any other manufacturer requirements have been met. This certification shall be provided to ENGINEER and OWNER prior to the start-up. This certificate is in addition to the manufacturer's standard startup reports, checklists, and other pertinent information. C. Functional (or run) testing is required for all equipment and systems. The manufacturer's representative shall supervise the functional test, which shall include checking for proper rotation, alignment, speed, excessive vibration, and noisy operation. The Manufacturer's Certificate of Proper Installation shall state that proper adjustments have been made and that the equipment or system is ready for start-up. D. Manufacturer shall demonstrate that the installed equipment has been aligned properly. Final acceptance of equipment will not be granted until manufacturer has demonstrated to ENGINEER that acceptable alignment to tolerances have been achieved. For pumps with motors 7.5 hp and larger, the acceptable shaft alignment tolerances shall be as recommended in the pump manufacturer's written instructions and shall include parallel offset and angular gap measurements. Starting Equipment and Systems: A. Where field testing and start-up services are called for in the Specifications, or when technical assistance is necessary as a result of any malfunction of the equipment or system furnished, the manufacturer's representative shall provide such services. B. Manufacturer's representative shall also conduct and/or assist with performance testing, as required by the Specifications. These services shall continue until such times as the applicable equipment or system has been successfully tested for performance and has been accepted by OWNER for full-time operation. c c C. Coordinate schedule for start-up of various equipment and systems. Coordination inludes, but is not limited to, communication with subcontractors, suppliers, OWNER, --end ENGINEER. CONTRACTOR shall confirm that all necessary work is complete and that tt�3equfpment_and systems can be operated in conjunction with all associated processes. a :. ;9 co Water Treatment Plant Chlorine Feeder System Upgrade Project Page 6 of 7 D. Notify ENGINEER and OWNER a minimum of 7 days prior to start-up of each item using the attached Equipment Startup and O&M Training Scheduling form. CONTRACTOR shall submit form to ENGINEER. E. Verify that each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, or for other conditions that may cause damage. F. Verify that tests, meter readings, and specified electrical characteristics agree with those required by the equipment or system manufacturer. G. Verify wiring and support components for equipment are complete and tested. H. Execute start-up under supervision of applicable manufacturer's representative and CONTRACTOR's personnel in accordance with manufacturers' instructions. I. Require manufacturer to provide authorized representative to be present at site to inspect, check, and approve equipment or system installation prior to start-up and to supervise placing equipment or system in operation. Authorized representative shall provide approval for starting of systems in writing where specified. J. Equipment manufacturer shall provide a written report covering checkout, testing, inspections, and start-up and shall identify any deficiencies noted. Report shall be submitted to ENGINEER. CONTRACTOR shall be responsible for correcting all deficiencies noted in report. Start -Up and Testing: A. Prior to acceptance of any portion of the Work, start-up and testing of all equipment and testing of all materials furnished on the Project by CONTRACTOR shall have been conducted in the presence of representatives of CONTRACTOR, OWNER, and ENGINEER and also manufacturer if requested by OWNER or ENGINEER. B. CONTRACTOR shall provide whatever temporary installations and conditions are necessary in order to perform start-up and testing operations on all equipment and materials furnished under the Contract. Temporary connections and equipment necessary during start-up and testing operations shall include, but not be limited to, temporary piping and electrical power and control equipment and devices, temporary connection from various parts of the systems and any other labor, materials, fuel, devices, or items that may be required for start-up and testing operations. Temporary conditions shall include filling with water, if necessary, to check equipment and materials. C. All temporary installations and conditions shall be removed by CONTRACTOR upon completion of start-up and testing. Ci t r- ::. CO ... ✓y 4_ Water Treatment Plant Chlorine Feeder System Upgrade Project Page 7 of 7 TECHNICAL SPECIFICATIONS -: ca Water Treatment Plant Chlorine Feeder System Upgrade Project Page 1 of 1 SECTION 02 41 00 DEMOLITION PART 1—GENERAL 1.01 SUMMARY A. Work Included: All demolition, removal, and salvage work as shown on the drawings or specified herein of specified equipment located within the ammonia feed room, chlorine feed room, chlorine storage room, and surrounding areas along the exterior. B. Related Sections and Divisions: Applicable provisions of SUDAS 2022 shall govern work in this section. 1.02 SUBMITTALS A. CONTRACTOR shall submit permits and notices, if required, authorizing building demolition. 1.03 QUALITY ASSURANCE A. CONTRACTOR shall perform demolition, removal, and salvage in conformity with applicable federal, state, and local safety practices and code requirements. B. CONTRACTOR shall contact all public utilities and shall shut off, cut and cap all utility services in accordance with utility requirements, codes, rules and regulations. C. Obtain and pay for all necessary permits, licenses and certificates required. 1.04 SEQUENCE A. No demolition, removal, or salvage work shall commence until approval to proceed has been granted by OWNER. Such work shall be completed in accordance with the construction sequence and in accordance with the construction phases of this project and work to be done by other contractors. B. CONTRACTOR shall notify OWNER of any additional equipment within the Ammonia Feed Room that is not listed in Paragraph 1.01. CONTRACTOR shall commence demolition only after approval to proceed has been granted by OWNER. PART 2—PRODUCTS _..> r.y 2.01 GENERAL A. Pipe fittings and materials shall meet the requirements of Section'?( :05 00—Piping and Appurtenances. co cry Section 02 41 00-1 3604.010 PART 3—EXECUTION 3.01 BREAKING DOWN AND REMOVING STRUCTURES A. General: 1. All existing structures, with all attached parts and connections, shown on the drawings or specified to be removed or that interfere with the new construction, shall be entirely removed within the limits shown or specified, unless otherwise provided. 2. When a portion of any existing structure is to be retained, CONTRACTOR shall take care during construction operations so as not to impair the value of the retained portion. a. Complete all operations necessary for the removal of any existing structure which might endanger the new construction prior to the construction of the new work. b. Do not use any equipment or devices which might damage structures, facilities, or property which are to be preserved and retained. 3. When existing reinforcing is exposed at the surface of removal areas, CONTRACTOR shall burn back the reinforcing bars 2 inches and patch with nonshrink grout, unless noted otherwise. 3.02 EQUIPMENT A. During the removal of the chlorine gas detectors, CONTRACTOR shall provide temporary chlorine gas monitoring for any work completed while the existing monitor is out of service longer than one working day. B. CONTRACTOR shall remove all equipment specified herein or indicated. C. CONTRACTOR shall remove associated exposed conduit, power wiring, controls, switches, instrumentation, control wiring, control boxes, appurtenances, and their supports serving equipment to be removed. Electrical items shall be removed to their junction with motor control center, control panel, or their junction with conduit serving other equipment that is to remain. CONTRACTOR to annotate and document terminations in panels or junction boxes to update wiring diagrams. D. Where existing wiring being removed is routed through conduits with wiring that shall remain, and removal of wiring will damage the remaining wiring, the wiring being removed shall be removed back to the nearest junction box possible. Wires shall be individually capped with spring wire connectors, bundled together, and labeled as remaining spare including the existing wire numbers/labels, originating panel, and date of partial removal. Provide an additional nameplate on the junction box indicating that capped wiring unable to be removed is located therein, along with the date and originating panel. E. CONTRACTOR shall remove all piping and appurtenances and their supports serving equipment indicated to be removed. Piping shall be removed to its junction with the main service header serving other equipment that is to remain or new equipment as indicated. Remaining piping and tubing shall be fitted with an appropriate blind flange or plug and insulated as required. CD F. CONTRACTOR shall remove equipment bases, anchor bolts, and other supports .serving equipment to be removed. Concrete bases shall be removed to 1 in6h below floor elevation and repaired with nonshrink grout plus surfacing to match existing. Fioor anchors shall be cut flush with floor. - CID Section 02 41 00-2 3604.010 G. CONTRACTOR shall patch floors, walls, and ceilings as required to match existing or as indicated where equipment, piping, electrical, bases, or supports are removed. H. CONTRACTOR shall remove the following major equipment items or systems. The following list is not intended to be all-inclusive. CONTRACTOR shall remove all items indicated or specified to be removed. 1. Ammonia Feed equipment within the Ammonia Feed Room, including: a. Ammonia leak detection probe. b. Gas Leak indicator. c. 5,000 pound Ammonia Storage Tank. d. Ejectors (2). e. Flowmeters (2). f. Wall mounted feeders with rotameters (2). g. Vacuum Regulators (2). h. Electronic scale. i. Plastic storage tank. j. Softening system. k. 2-inch sch-80 PVC from outside to the ammonia storage tank. I. 1 1/4-inch SCH-80 PVC from outside to the ammonia storage tank. m. 1-inch copper from outside the room to the softener. n. 1-inch PVC from softening system to ejectors. o. Alarm Buzzer. p. Plant Service Water (PSW) piping from feed station to main shutoff ball valve. 2. Exterior vent fan and scrubber control as shown on Drawings on the west exterior wall outside of ammonia room. 3. Ammonia Scrubber outside. 4. Ducts from the Ammonia Feed Room to the outside of the building. 5. One exterior eyewash and shower station between the Ammonia Feed Room and Chlorine Feed Room on the west side of the building. 6. Chlorine gas feeder cabinets (5). 7. Automatic chlorine feeder control panels (2). 8. Atmospheric chlorine gas detectors (2). 9. Chlorine gas ejectors (3). 10. One -ton cylinder chlorine gas regulators (4). 11. Two-inch Solvent Welded Ball Valves (2). 12. Existing PVC piping and fittings connecting chlorine gas feeders to automatic switchover as shown on drawing sheet D3.1 detail 4. 13. Existing PVC piping and fittings connecting chlorine gas feeders to existing 1,000 ppd ejectors as shown on drawing sheet D3.1 detail 4. 14. Two-inch globe valve for CT influent No. 1 and No. 2 (2). 15. Two-inch full union Ball Valves for CT influent No. 1 and No. 2 (2). 3.03 INTERIOR PIPING, DUCTWORK, AND APPURTENANCES A. CONTRACTOR shall remove all piping, ductwork, and appurtenances as i.noicated. The location and elevations of existing piping are approximate. B. CONTRACTOR shall remove all supports for piping, ductwork, and app�ena4es indicated to be removed. Repiping and connections to new piping shall be as specifiedpr new.,piping. Remaining piping and tubing, not reconnected for new piping, skaH be fitted with an appropriate blind flange or plugged and insulated as required. cis t' w, 00 Section 02 41 00-3 3604.010 C. CONTRACTOR shall patch all holes resulting from removal of piping, ductwork, appurtenances, and their supports. Patches throughout the chlorine storage room and chlorine feed room walls shall be airtight and able to withstand the differential pressure caused by the scrubber actuation. This design pressure shall be tested by actuating the scrubber. Patching of concrete shall be with nonshrink grout and as indicated. Patching of masonry shall be with matching material toothed in. Patch other material as indicated. 3.04 SALVAGE A. OWNER has first right of refusal to all material, piping, and equipment removed. B. All equipment, material, and piping, except as specified hereinafter, within the buildings and structures to be demolished and additional items as noted shall be removed by CONTRACTOR. CONTRACTOR shall inspect each structure and determine the type and amount of equipment, materials, and piping to be removed. C. All equipment, material, and piping, except as specified hereinafter, within the limits of the demolition and additional items noted to be removed, will become the property of CONTRACTOR if OWNER does not claim under first right of refusal and shall be removed from the project site. Comply with State and local ordinances and regulations for disposing of materials. D. The following equipment and materials shall be removed and turned over to OWNER: 1. 500 ppd gas rotometer assemblies. 2. All union PVC valves. 3. All Ejector solenoid valves. 4. All existing one -ton cylinder chlorine gas regulators. 5. All tank one -ton adapters. 6. All tank vaporizers. 7. Exterior Push Button Vent Fan and scrubber controls (as shown on drawings). END OF SECTION ESI J r'1 Ci_X f CO M Section 02 41 00-4 3604.010 SECTION 40 05 00 PIPING AND APPURTENANCES PART 1—GENERAL 1.01 SUMMARY A. Work Included: 1. All piping, valves, and appurtenances of every description. 2. Piping connections to all equipment, whether furnished under this section or not. B. Related Sections and Divisions: Applicable provisions of SUDAS shall govern work in this section. 1.02 SUBMITTALS A. Applicable provisions of the Special Provisions cover requirements for shop drawings and Operation and Maintenance Manuals. B. Fittings shall be referred to on arrangement drawings and product submittals, and be identified by the manufacturer's listed model or series designation. PART 2—PRODUCTS 2.01 MATERIALS OF CONSTRUCTION A. Materials of Construction: All materials used in the manufacture, assembly, and painting of piping and valves in contact with water shall be compatible with potable water supplies and in contact with chemical feed systems shall be compatible with the chemicals being used. All glues, solvents, solders, etc., shall likewise be compatible. For instance, no lead -base solders shall be used. Products used in potable water systems shall be UL classified or NSF certified in accordance with ANSI/NSF-61 for potable water service and shall meet the low -lead requirements of NSF-372. B. Size and Type: 1. All materials shall conform to the size and type shown on the Drawings or called for in the specifications. 2. In joining two dissimilar types of pipe, standard fittings shall be used when available. In the event standard fittings are not available, the method of joining shall be selected by CONTRACTOR and submitted for review by ENGINEER. C. Piping appurtenances shall be made of the materials specified. All appurtenances not designated as to type shall be subject to approval of ENGINEER. All gr&6ved jgh�t couplings and fittings shall be of the same manufacturer. --+ 2.02 PIPE AND PIPE FITTINGS��` A. PVC Piping —Chemical Feed and Potable Water Piping: - 1. Except as otherwise specified, all chemical feed piping and chemi Cal sol[Wion piping, shall be constructed of PVC. Section 40 05 00-1 3604.010 2. PVC material shall conform to ASTM D1784, Class 12454-B. PVC piping and fittings shall be PVC 1120, Schedule 80, high impact pipe conforming to ASTM D1785 with bells conforming to ASTM D2672. Solvent weld fittings shall conform to ASTM D2467, and for threaded, ASTM D2464. 3. All piping shall be approved for use by the National Sanitation Foundation. All pipe delivered to the job site shall be properly marked for type, grade, and design stress rating. Expansion joints shall be provided where needed. In general, all joints shall be solvent weld, except where flanges are required or as shown on the Drawings or where transition to another pipe material is required. Underground gravity pipe shall be installed in compliance with ASTM D2321 except as otherwise specified herein. Underground pressure piping shall be installed in compliance with ASTM D2774. 4. Solvents shall be compatible with chemicals carried in piping. Submit solvent information with shop drawings. 5. Pipe Markers: a. Manufacturers: Marking Services, Inc., Seton Name Plate Company, W.H. Brady Company, or equal. b. Pipe markers shall conform to ANSI A13.1. Arrow markers must have same ANSI background colors as their companion pipe markers or be incorporated into the pipe identification marker. c. Plastic Pipe Markers: Factory -fabricated, flexible, semirigid plastic, preformed to fit around pipe or pipe covering; minimum information indicating flow direction arrow and identification of fluid being conveyed. d. Pipe markers and arrow markers also shall be provided for all piping systems. e. Use Seton Setmark type SNA or Brady Snap -on type identification for all piping systems, up through 6 inches. Self-adhesive labels are not acceptable. Provide lettering in accordance with the following table Outside Pipe Diameter (Including Covering) Minimum Length of Label Field Color Inch Minimum Height of Letters Inch 3/4 inch to 1 1/4 inch 8 1/2 1 1/2 inch to 2 inch 8 3/4 B. Tubing: Existing Chlorine Gas Chemical Tubing is Florinated Ethylene Propylene (FEP) material. Chemical tubing shall be FEP tubing, unless otherwise shown or specified. All tubing bends, tees, adapters, and unions shall be clear compatible with the tubing and solution, or equal. Tubing inserts shall be used at all fittings. Tubing and fittings shall be rated for operating pressures of 120 psi, minimum. Tubing runs in excess of 10 feet shall be run in adequately supported minimum 2-inch ID Schedule 40 PVC conduits. Conduit runs shall be broken at all fittings and bends to allow easy access to interior tubing. Conduit shall be supported as specified for PVC piping. Vacuum rating for tubing shall be 20 psig. 2.03 VALVES A. Ball Valves: Shutoff valves in PVC piping shall be hand -operated 150 psi union -type PVC ball valves, Chemtrol TU Series Tru-bloc. Valves and all components including O-rings shall be compatible with chemicals in piping. PVC valves and union shall not be painted. B. Globe Valves: Throttle valves in PVC piping shall be hand-opeted psi 2-inch PVC globe Valves manufactured byAsahi. Valve shall be full vacuum selvice_cl (aIves and all components including FKM seals shall be compatible with chem icals1n- pi pin#. PVC -valves and unions shall not be painted. Globe Valves shall be full union or-0.ion"'on ea,cla side. Globe valves shall be on the plant service water pressure side of fIo4ri1eters 00 Section 40 05 00-2" 3604.010 ° PART 3—EXECUTION 3.01 GENERAL A. Refer to requirements specified in SUDAS for equipment installation, quality control, testing, supervision, start-up, and operator training. 3.02 INSTALLATION A. Interior or Exposed Piping: 1. Provide pipe supports for all piping. Pipe support spacing and type shall, at a minimum, conform to manufacturer's recommendations unless more restrictive requirements are specified or shown on the Drawings. All interior or exposed pipelines shall be securely supported by adjustable saddles, brackets, or adjustable hangers supported directly by concrete, masonry work, or tile. Strap hangers, tin clips, or U-hooks will not be acceptable. Piping shall be supported, even though not shown on the Drawings, using base fittings and concrete pads to 6 inches above the floor, Anvil 264, B-line, or equal, adjustable pipe saddle stand with floor flange to 6 feet above the floor, and supporting clamps or inserts more than 6 feet above the floor. In general, the maximum spacing of supports shall not exceed 10 feet on centers. Except as specified for plumbing system, all PVC piping shall be supported using galvanized supports for flexible piping except as indicated. Piping in chemical feed rooms shall be supported with a plastic support system, Aickinstrut, or equal. Piping shall be adequately supported and braced to resist thrust at bends, rubber expansion joints, and joints. Insulation saddles shall be used at supports of insulated piping. 2. All supports and parts shall conform to the latest requirements of ASME B31 and shall have a structural safety factor of 5. Accurate weight balance calculation shall be made by CONTRACTOR to determine the required supporting force at each hanger location and the pipe weight load at each equipment connection. CONTRACTOR shall be responsible for the installation and application of the supports. Pipe hangers shall be capable of supporting the pipe weight load in all conditions of operation. The hangers shall allow free expansion and contraction of the piping to prevent excessive stress in the piping. Where vertical movement up to 1/8 inch is anticipated, a precompressed variable spring support shall be used. Rigid hangers shall be provided with a means of vertical adjustment after erection. Where horizontal piping movements are greater than 1 /2 inch, or where the hanger rod angularity from vertical is greater than 4 degrees from hot to cold position of the pipe, the hanger pipe and structural attachments shall be offset in a manner that the rod is vertical in the hot position. Hangers and supports shall be spaced in accordance with ASME B31 and as indicated in this specification. Pipe supports shall be placed before and after a valve, expansion joint, or equipment so stress will not be transferred to them. 3. CONTRACTOR shall provide calculations of pipe supports if requested by ENGINEER. 4. The following maximum spacings shall be provided for supports: MAXIMUM HORIZONTAL PIPE HANGER AND SUPPORT. SPAIG CD Nominal Pipe or Tube Size PVC Pipe (See N te) =-+ ft�" -� 1/4 3/8 Continuous• 1/2 Continuous,'.-r 3/4 Continuous. 1 4� Section 40 05 00-3 3604.010 Nominal Pipe or Tube Size PVC Pipe (See Note) ft 1 1/4 4 1 1/2 4 2 4 Note: Spacing is based on Schedule 80 at 100°F. For Schedule 40 or higher temperatures, provide shorter span. Consult local plumbing code and manufacturer's recommendations as required. Minimum spacing requirements shall govern. 5. The length of hanger span and support spacing in the above table refers to straight lengths of pipe. When there are changes of direction in pipe, two supports shall be placed less than three -fourths the full span in the table. When practical, a hanger shall be located immediately adjacent to a change in direction of piping. Where there are concentrated loads between supports such as valves, spacing shall be based on load calculations rather than this table. 6. Exposed piping shall run straight, in neat parallel lines, and shall be located far enough from walls, ceilings, and floors to permit access for covering of pipe and painting work. Care shall be taken in laying out piping so that there is no interference with the proper location of piping for other purposes or other equipment and shall be run with regard to the requirements of each service. 7. Piping shall not interfere with headroom or clear floor space. Unless otherwise shown, piping shall run exposed in buildings, except in finished areas. Unless otherwise shown, small water piping in finished areas shall be concealed in interior walls, above suspended ceilings, or under floors where possible. Water piping shall not be installed in exterior walls, unless otherwise shown or noted on the Drawings. Plates shall be provided on all uncovered pipes passing through floors, walls, and ceilings constructed of materials other than poured concrete. Plates shall be on exposed sides and shall be chrome -plated, spring and snap type. 8. Except for flanged piping, an ample number of standard weight ground joint unions and a shutoff valve shall be provided in all pipelines and at all equipment. 9. The appropriate number, size, and lengths of spool pieces and flange fillers needed for plumbing and leveling any existing piping shall be included in the price bid. 10. The locations and elevations of existing piping are approximate. Any changes in the pipe location or elevation shall be reviewed by ENGINEER. 11. CONTRACTOR shall submit shop drawings showing new pipe routing and existing pipe removal. CONTRACTOR shall be responsible for final pipe routing and shall route new piping as required to minimize conflicts. Piping shown on the Drawings is approximate only. Not all existing piping, conduit, equipment, etc., are shown on the Drawings. CONTRACTOR shall field -verify locations. CONTRACTOR shall reroute existing piping, conduit, etc., as indicated or as required to install new piping or equipment. CONTRACTOR shall remove and relocate existing pipe supports as required to install new piping. CONTRACTOR shall provide all piping, fittings, flange fillers, and other appurtenances as required to provide functional system at no additional cost to OWNER. 12. All connections of pipes and fittings that contain hazardous orl-6brrosi�g chemicals, except those adjacent to storage or feeder areas, shall have guards_that ill direct any leakage away from space occupied by workers. c-a -- 13. Pipe Marker: a. CONTRACTOR shall label and number all new piping. pi C* cx Section 40 05 00-4 3604.010 b. CONTRACTOR shall label and number all existing lines from tank regulators into the feed room. c. Install pipe markers in accordance with manufacturer's instructions. d. Install in clear view and align with axis of piping. e. All pipes shall be labeled with a minimum of two labels in each room, crawl space, or compartment. Locate identification at maximum 20-foot centers on straight runs, including risers and drops adjacent to each valve and tee, at each side of penetration of structure or enclosure, and at each obstruction. Labels shall be abbreviated as noted under fluid abbreviations on Drawings. f. All piping containing or transporting hazardous or corrosive chemicals shall be identified with labels every 10 feet and with at least two labels in each room, closet, or pipe chase. g. Labels shall identify fluid being conveyed and include flow direction arrow. h. CONTRACTOR shall include a schedule in its submittal identifying the various pipe designations, abbreviations, and labeling scheme. Colors, text, and piping abbreviations are to be selected by OWNER, with the following piping marker scheme used where applicable. Pipe Contents Label Colors (Background/Text Chlorine (gas and solution) Orange/Black B. Cleaning and Disinfection: All equipment and materials shall be clean before installation. CONTRACTOR shall disinfect and flush the potable water system before it is put online. Water main shall be disinfected according to AWWA C651. 3.03 FIELD QUALITY CONTROL A. CONTRACTOR shall include the cost of all testing, cleaning, and disinfection in the price Bid. B. Work shall be tested as specified in this section. Unless indicated by ENGINEER in writing before testing begins, tests shall be witnessed by ENGINEER and others as necessary. Test results shall be recorded, and reports or appropriate certificates shall be submitted to ENGINEER in triplicate. C. New piping shall be tested. Piping, interior or exposed, shall be subject to test before being covered with insulation or paint or before caulking of any gaps at flanges of ductile iron piping. Piping and appurtenances shall be watertight or airtight and free from visible leaks. D. Piping shall be flushed or blown out after installation and prior to testing. CONTRACTOR shall provide all necessary piping connections, water, air, test pumping equipment, water meter, bulkheads, valves, pressure gauge and other equipment, materials, and facilities necessary to complete the specified tests. CONTRACTOR shall provide all temporary sectionalizing devices and vents for testing. E. Gauges used for testing shall have increments as follows: 1. Tests requiring a pressure of 10 psi or less shall use a testing gauge having increments of 0.10 psi or less. 2. Tests requiring a pressure of greater than 10 psi but less than or, t�a,100 psi shall use a testing gauge having increments of 1 psi or less. —4 3. Tests requiring a pressure of greater than 100 psi shall use attesting -gauge. having increments of 2 psi or less. a FTTi Section 40 05 00-5 CO CD 3604.010 co F. Pressure Tests: The test pressure in all lines shall be held for one hour during which time the leakage allowance shall not exceed that specified. In case repairs are required, the pressure test shall be repeated until the pipeline installation conforms to the specified requirements. Pumps, air compressors, instrumentation, and similar equipment shall not be subjected to the pressure tests. All piping conveying a combination of fluids, such as SCM/WAS, shall be tested at the higher test pressure. Fluid Minimum Leakage Abbreviation Test Pressure Test Allowance or Name in psi Medium Designation Chlorine Gas (CG), Under Pressure 300 Dry Nz Gas "A" Chlorine Gas (CG), Under Vacuum 15 inches Hg Vacuum "A" ' Leakage allowance Designation "A" shall mean zero leakage. 3.04 DEMOLITION A. All interior piping removals, including appurtenances and abandonment, shall be by CONTRACTOR. The locations and elevations of existing piping are approximate. Any change in pipe location or elevation shall be reviewed by ENGINEER. B. CONTRACTOR shall remove or abandon all existing piping and appurtenances as noted. Unless otherwise shown or specified, piping and appurtenances to be removed shall become the property of CONTRACTOR and shall be removed from the site for salvage or disposal. C. Exposed valves and operators on piping to be abandoned shall be removed. All concrete surfaces to remain shall be patched as required to provide a smooth surface. Repiping and connections to new piping shall be as specified for new piping. 3.05 CLEANING AND DISINFECTION A. All equipment and materials shall be clean before installation. CONTRACTOR shall disinfect and flush the system before it is put on line. B. Broken concrete, rubble fill, and other excess material shall be removed from the site and wasted. C. All surplus material, tools, and equipment shall be removed and the premises shall be left free of everything of the kind. C:J END OF SECTION F --s c-) Section 40 05 00-6 3604.010 SECTION 43 32 76 CHLORINATION EQUIPMENT PART 1—GENERAL 1.01 SUMMARY A. Work Included: This section includes furnishing, installing, and placing into successful operation one chlorination system. New chlorination equipment shall be integrated into remaining existing equipment for a complete system. The equipment and appurtenances shall be furnished by the same supplier. 1.02 REFERENCES A. NEMA—National Electrical Manufacturers Association Standard. 1.03 SUBMITTALS A. Shop drawings showing system installation shall be submitted. B. Schematic diagram for installation must be reviewed by ENGINEER before approval of equipment will be made. 1.04 WARRANTY A. Standard 1-Year Warranty: Unless otherwise stated below, manufacturer shall warrant the equipment to be free from defects in material and workmanship for a period of 1 year from the earlier of either the date established for partial utilization or Substantial Completion of the project. 1.05 PREINSTALLATION MEETING A. CONTRACTOR shall convene a preinstallation meeting at Work Site prior to commencing Work. B. CONTRACTOR shall require attendance of parties directly affecting or affected by work of the specific section. C. CONTRACTOR shall notify ENGINEER seven days in advance of meeting date. D. CONTRACTOR shall prepare agenda and preside at meeting: 1. Review conditions of installation, preparation, and installation procedures. 2. Review coordination with related work. 3. Process Safety Management procedures and plan to maintain chorine ed throughout work without interruption. If interruption of chlorine feed is required -by eONTRACTOR, a discussion with OWNER for suitable outage lengths and freg6e'66y viill be required. E. CONTRACTOR shall record minutes and distribute copies to participants within, two days after meeting; two copies to ENGINEER, participants, and those affected' by cisions made. Section 43 32 76-1 3604.010 PART 2—PRODUCTS 2.01 MANUFACTURERS A. Capital Controls: The Drawings and Specifications were prepared based on Capital Controls. CONTRACTOR shall include in the Bid and shall be responsible for the cost of any changes, including engineering changes, to accommodate the other Base Bid equipment including, but not limited to, structural, mechanical, and electrical work. 2.02 EQUIPMENT A. Design requirements: 1. Floor mounted chlorine gas feeder cabinets shall be equipped for a design feed of 500 pounds per 24 hours and capability of up to 3,000 pounds per 24 hours, with a 20:1 feed range and automatic cylinder switchover. 2. System discharge pressure will be less than 20 psi. 3. Feed water pressure will vary from 85 psi to 89 psi. 4. Chlorine gas feed cabinets shall be manually operated. 2.03 ACCESSORIES A. Provide three Capital Controls floor mounted chlorine gas feeder cabinets Model No. 4110B, or equal. 1. Shall supply adequate quantity and pressure to properly operate chlorine feed system with a residual chlorine concentration of 2 mg/L, as specified by Ten States Standards. 2. The minimum capacity of each cabinet shall be 2,000 pound per day with the capabilities of servicing a 500 pound per day chlorine gas feed rate. 3. All cabinets are to be manual operation. 4. Cabinets are to come equipped with 500 pound per day rotameters on the unit. B. Provide three De Nora chlorine ejectors, or equal. 1. One ejector shall be Series EJ17, or equal, and have a capacity of 500 pounds per day. The ejector shall attach to a 1.5-inch PVC line. CONTRACTOR to provide all additional equipment and appurtenances to install ejector. 2. Two ejectors shall be the Series 806EO63U 4400 Sonic, or equal, and have a capacity of 1,000 pounds per day. The ejectors shall attach to a 2-inch PVC line. CONTRACTOR to provide all additional equipment to install ejector. C. Provide four Capital Controls chlorine gas vacuum Series 200 regulators, or equal. 1. Regulators shall have a capacity of 500 pound per day. 2. Regulators shall have capability to mount on to one ton cylinders. D. Chlorine Leak Detector: Provide two Capital Controls atmospheric chlorine leak detector Series 1620B, or equal. One in the Chlorine Feed Room and one in the Chlorine Storage Room. Chlorine detectors to replace existing units. Leak doctor shall be wired into emergency shutoff valve control panel. �., C) E. Provide necessary 1.5-inch and 2-inch SCH 80 PVC carrier pipingrLFEP tubing sized to match pump and injector, couplings, valves, and fittings to connect eh�,rin&-feeder to the point of chlorination, as show on Drawings. :`iY7_„ - Section 43 32 76-2 3604.010 F. Provide all necessary tubing, hose, couplings, fittings, adapters, and valves for a complete installation, as specified in Section 40 05 00—Piping and Appurtenances. 1. CONTRACTOR shall use Stainless Steel (SS) barb fittings for panels and SS hose clamps on all barb fittings. 2. CONTRACTOR shall replace all existing tubing and PVC that is in poor condition. Point of application for chlorine shall remain as is. G. Provide two electronic indicators for visual indication of chlorine residual. The electronic indicators shall be 6-digit LED type. LED lights shall be a minimum of 0.56 inch. The instrument shall accept a 4-20 mAdc input signal. The meter accuracy shall be ±0.01 % of full scale. Scales shall be as required. 2.04 SPARE PARTS A. Furnish one De Nora 2,000 ppd automatic vacuum switchover module for chlorine gas regulators, or equal. B. Furnish one 1,000 pound per day ejector; shall remain a spare for future upgrade. 2-inch ejector shall be Series 806EO63U 4400 Sonic, or equal. C. Furnish two Capital controls chlorine gas vacuum Series 200 regulators, or equal. Regulator shall have a capacity of 500 pounds per day and the capability to mount on to one ton cylinder. D. Furnish one 500-ppd ejector PM kit for future use by OWNER as needed. E. Furnish two 1,000-ppd ejector PM kit for future use by OWNER as needed. 2.05 AIR INTAKE GRILL A. Replace air intake grill on southeast corner of the chlorine feed room. B. Dimensions of the grill are 37.625 inches long by 25.75 inches wide. 2.06 EMERGENCY EYE WASH A. Chlorine Feed Room: 1. Provide one Honeywell 32 oz. Eyesaline Double Personal bottle Eye Wash Wall Station (MPN: 320004620000), or equal. 2. Provide one Haws Model 7501 Portable wall mounted Eyewash with 9-pound tank, or equal, in accordance OSHA Standard 1910.151(C). 3. Both eyewashes shall be mounted in the same location with the portable tank eyewash mounted above the bottle eye wash. The portable tank eyewash station shall be mounted 33 inches to 45 inches from the floor, per manufacturer. Mount as shown on drawing Sheet ASM 1.1. This location may require the existing fire extinguisher to be relocated, per OWNER approval. B. Chlorine Storage Room: 1. Provide one Honeywell 32 oz. Eyesaline Double Personal bottle E}r Writ~ Wail Station (MPN: 320004620000), or equal. 2. Provide one Haws Model 7501 Portablewall mounted Eyewash'wiffi 9-pound eta"nk, or equal, in accordance OSHA standard 1910.151(C). �... c Section 43 32 76-3 3604.010 3. Both eyewashes shall be mounted in the same location with the portable tank eyewash mounted above the bottle eye wash. The portable tank eyewash station shall be mounted 33 inches to 45 inches from the floor, per manufacturer. Mount as shown on drawing Sheet ASM 1.1. This location may require the existing fire extinguisher to be relocated, per OWNER approval. 2.07 FINISHES A. Provide factory -applied paint finish to all fabricated items; color to be selected by ENGINEER. B. Piping, insulation, valves, fittings, and other items shall be delivered to site with a factory finish. PART 3—EXECUTION 3.01 INSTALLATION A. Mount atmospheric chlorine gas detector no higher than 2 feet 0 inch above floor level in the Chlorine Feed Room NW corner and in the Chlorine Storage Room along the west wall shown on the Drawings. B. CONTRACTOR shall furnish and install all equipment as specified by manufacturer for a complete system. 3.02 TESTING AND START-UP A. Provide manufacturer's services for the following: 1. Start-up for each item of equipment. 2. Field testing for each item of equipment. END OF SECTION r..a CO •♦ �.v Section 43 32 76-4 3604.010 PLANS C M r4 rn � y W Water Treatment Plant Chlorine Feeder System Upgrade Project Page 1 of 1 WATER TREATMENT PLANT CHLORINE FEEDER SYSTEM UPGRADES 80 STEPHEN ATKINS DR. ■A\S/ A 0%07w ■ A I - AA AA 910 West Wingra Drive Madison, WI 53715 �ESSIW � 608-251-4843STEWN B. 608-251-8655 fax BE, KLUESNER ..T" www.strand.com '`'I/III 1111T1�` FOR THE CITY OF IOWA CITY IOWA CITY, IOWA SHEET NO. DRAWING NO. TITLE ?"?I OCT 1 cf A}� �: �, 4 10 'lw'i� C I T Y. ? 0 4,;r',$', LIST OF DRAWINGS 1 GOA TITLE SHEET, LOCATION MAP AND LIST OF DRAWINGS 2 C1.1 SITE PLAN 3 D1.1 DEMOLITION PLAN VIEW 4 D3.1 DEMOLITION SECTION VIEW 5 ASM1.1 PROPOSED PLAN VIEW 6 ASM3.1 PROPOSED SECTION VIEW 7 M7.1 P81D PROJECT LOCATION MAPS NO SCALE y I HEREBY CERTIFY THAT THIS PLAN, SPECIFICATION, OR REPORT WAS PREPARED BY ME OR UNDER MY DIRECT PERSONAL SUPERVISION AND AM A DULY LICENSED PROFESSIONAL CITY OF IOWA CITY ENGINEERING ENGINEER UNDER THE LAWS OF THE STATE OF IOWA. DIVISION SIGNED: DATE:WrMVLU /POy/ z 1� IOWA LICENSE NO. 18259 Ej// STRAND MY LICENSE RENEWAL DATE IS 11g112022 CI T� ENGINEER DAt PAGE OR SHEETS COVERED BY THIS SEAL: ALL ASSOCIATES I M Final Design, 10/14/2022 � •. t . _ ..rs t �. -:cam � �'� s•+; �i' i� '�1'=,,� ��. -r s i dr "� •' �FC.`� q M1�F. - ... ,.,� •� _ a #;"` �• 1�.ytt`�° ; {„ "�'Y �''*': ,f �> 7 r � s t , _ • * ;s �d at-+- ^ ...�� - �..j'� `^ i. .~ - �r'�f„4 q•P nY" .y;r," t� Lei". � {�'� ' ,rR''' . °�, ,��. *, ,,. • �' '-+llw'. h:- i. , - ., - .� t .4_••,/t - 1", "y:. r•. 9fa ;a S. •+J .7 1 z� '. .-F• ry,: �; _ �,t " •?4y s " }�� lj / � s- a A?� �� �Nw •� #�• �•"�^ PEA" fit• .r .,. �� +�- 'Lri`. J - r.' �� • �l k Y „a ju. �'�r•'�: , • J i f`4''"' ` 'i � "�_` Vow P ,. •1�.�,Ak CONTRACTOR IS ,11 ay.•x ,�✓, PERMITTED TO.. USE FOUR OF THE PARKING �"q'Tilr r•, 0 ' • SPOTS LOCATED STAGING ARA ALEA f .t HERE, AS NEEDED .6 = CITY W _ _ slowA CITY WATER - t j: k �dct•�� _V f � : L------- I I I I i i lk-ti. rl• r- IONr AREA OF SITE f ._ GENERAL NOTES: 1. CONTRACTOR TO PROTECT THE EXISTING FACILITY AND PROJECT SITE DURING THE DURATION OF THE PROJECT CONTRACT. CONTRACTOR SHALL RESTORE SITE CONDITIONS. UPON COMPLETION OF THE CONTRACT AS SPECIFIED IN SWAS 2022 DIVISION 1 SECTION 1076-2.08. - 2. THE PROJECT IS LOCATED WITHIN AN ACTIVE WATER TREATMENT MPLL1AfN`TT..4ICONTRACTOR SHALL NOT INTE0 THE WATER TREAT Ri:AdI A� UEpff �pf IN yup `�' 022 DIVISION 1 SECTION 1050-1.bA. 3. PROJECT STAGING AREA SHALL -BE .FULLY RESTORED TO PRECONStRIUCTION dOt�DI�TONS. '3i'HIS INCLUDES ALL G GUR8,Sa(j�ID Wt ENtS. , GRASS SHALL BE G AND•SEEDCD Pf.� YDASr 2022 DIVISION 2 SECTION 2010. - - KEY NOTES: O7 AMMONIA SCRUBBER, CHLORINE SCRUBBER, CO2 STORAGE TANK ARE LOCATED ABOVE CT TANKS. CONTRACTOR SHALL RECEIVE APPROVAL FROM THE OWNER BEFORE USING HEAVY EQUIPMENT IN THIS AREA. 0 z 0 W z UBBER AND STO GE j •'., 3 < OUTSIDE AREA i JECT LOCATION` > 0) it W G Q _ I.- V O r a h H O 1..+gam W Q C C O Q J ;_ Ix J I U OL a �• I c ...�.., . JOB NO. 3604.010 PROJECT MGR. •# STEVE KLUESNER STRAND t ASSOCIATES 3 + . - 1 SHEET 2 GENERAL NOTES: 1. EXISTING INFORMATION SHOWN ON DRAWINGS IS BASED ON RECORD DRAWINGS OF THE STRUCTURES PROVIDED BY OWNER. ORIGINAL DRAWINGS FROM "IOWA CITY WATER FACILITY IMPROVEMENTS, 1999" DRAWING SET BY HOWARD R. GREEN COMPANY CONSULTING ENGINEERS. CONTRACTOR IS RESPONSIBLE FOR VERIFYING EXISTING INFORMATION AS REQUIRED FOR BIDDING AND NEW CONSTRUCTION. 2. EQUIPMENT WITHIN THE AMMONIA FEED ROOM AND DUCTS LEADING OUT OF THE ROOM IS TO BE REMOVED AND DISPOSED OF. AMMONIA SCRUBBER DUCTWORK IN THE CHLORINE STORAGE ROOM IS TO BE REMOVED AND DISPOSED OF WHILE PROTECTING ALL ONE -TON CHLORINE GAS CYLINDERS AND HOIST. FULL LIST OF EQUIPMENT IS SPECIFIED IN THE SPECIAL PROVISION SECTION 02 41 00. ANY EQUIPMENT WITHIN THE ROOM NOT SPECIFIED TO BE REMOVED SHALL BE BROUGHT TO THE OWNER'S ATTENTION AND SHALL BE DECIDED UPON BY THE OWNER. 1" PVC TO QH PLANT SERVICE WATER (PSW) PIPING-,_ 3. ALL WORK COMPLETED BY THE CONTRACTOR SHALL NOT INTERFERE WITH DAILY OPERATION OF THE WATER TREATMENT PLANT, AS SPECIFIED IN SUDAS 2022 DIVISION 1 SECTION 1050-1.04. 4. PATCHES TO THE CHLORINE STORAGE ROOM WALLS SHALL BE AIR TIGHT AND ABLE TO WITHSTAND THE DIFFERENTIAL PRESSURE CAUSED BY THE SCRUBBER ACTUATION. WALL PENETRATIONS SHALL BE TESTED BY ACTUATING THE SCRUBBER. 5. PROCESS SAFETY MANAGEMENT PROCEDURES AND PLAN TO MAINTAIN CHLORINE FEED THROUGHOUT WORK WITHOUT INTERRUPTION. IF INTERRUPTION OF CHLORINE FEED IS REQUIRED BY CONTRACTOR, A DISCUSSION WITH OWNER FOR SUITABLE OUTAGE LENGTHS AND FREQUENCY WILL BE REQUIRED. 2" AND 1 1/4" SCH-BO STEEL FILL/EQUALIZATION WALL MOUNTED FRESH AIR IN AMMONIA LEAK DETECTION PRI GAS LEAK INDICATOR 1" COPPER PSW TO SOFTENER, SOFTENING SYSTEM\ ALARM BUZZER-\ X MAIN PSW x SHUTOFF BALL VALVE:::::,3 'x VACUUM REGULATORS x AMMQ 1i8 FEED ROOtiO x J K EXTERIOR VENT FAN AND FLOOR DRAIN (TYP.)� SCRUBBER CONTROLS — ©EXISTING EYEWASH-' WALL MOUNTED FEEDERS WITH ROTAMETERS—G.!*� ]ROOFTOP FAN AND VENT ATMOSPHERIC CHLORINE GAS DETECTOR---- CHLORINE GAS FEEDER CABINETS (TYP. OF 5) AND AUTOMATIC j CONTROL PANELS (TYP. OF FLOWMETERS (TYP. OF 7) 1 D3.1 :kxxxxx"/ (TYP.)U >'�— EXISTING TWO 1" PVC AMMONIA FEED LINES TO BE PE )V-D CHLORINE FEED ROOM e2 - 1,000 D3.1 PP��DppEJECTORS- EXISTING TWO 1" PVC AMMONIA FEED LINES TO BE REMOVED STORAGE ROOM APPROXIMATE LOCATION OF EXISTING 1" PVC AMMONIA FEED LINES FLOOR PENETRATIONS 6. REMOVE ALL EXISTING ELECTRICAL EQUIPMENT AND MATERIALS ASSOCIATED WITH THE ITEMS BEING REMOVED AND SHOWN ON THIS DRAWING, AS WELL AS ALL EXISTING ELECTRICAL DEVICES, MATERIALS, AND EQUIPMENT NOT BEING REUSED. /---------- /.i----------- / ` OUTSIDE FILL CONNECTIONS. EYEWASH OUTSIDE OF /`ff GLOBE VALVE AND HOSE CHLORINE STORAGE ROOM f / COUPLING ON EACH LINE ff f,r ff CRANE RAIL i DEMOLITION KEY NOTES: QA AMMONIA SCRUBBER TO BE REMOVED AND DISPOSED OF. CONTRACTOR SHALL ENSURE NO DEBRIS ENTERS THE LARGE AREA DRAIN TO SANITARY SEWER LOCATED NEAR THE SCRUBBER DURING DEMOLITION. © EXISTING CHLORINE SCRUBBER AND LIQUID CO2 STORAGE TANK WITH CHILLER TO BE PROTECTED DURING DEMOLITION OF OTHER EQUIPMENT. © EYE WASH NEAR AMMONIA FEED ROOM ENTRANCE ON WEST SIDE OF BUILDING TO BE REMOVED AND ALL PIPING TO BE CAPPED INSIDE OF ROOM. ❑D ROOFTOP FAN AND VENT TO BE SEALED ON ROOF AND KEEP CURB IN PLACE. OPENING IN THE AMMONIA FEED ROOM CAN REMAIN OPEN. �E AMMONIA SCRUBBER, CHLORINE SCRUBBER, CO2 STORAGE TANK ARE LOCATED ABOVE CT TANKS. CONTRACTOR SHALL RECEIVE APPROVAL FROM THE OWNER BEFORE USING HEAVY EQUIPMENT IN THIS AREA. CHAIN LINK FENCE AND GATE AMMONIA SCRUBBER DUCT PEN7RATION ,//-LADDET ❑E FQ REMOVE ALL BLUE OVERHEAD PIPING FROM FROM THE AMMONIA FEED ROOM AND INTO THE CHLORINE STORAGE ROOM AND REMOVE TEE. THE PIPE CAN BE COMPLETELY ISOLATED DURING THE WORK WITH OWNER APPROVAL. WALL PENETRATION TO BE SEALED (SEE GENERAL NOTE 4). © REMOVE EXIS11NG TWO 1" PVC AMMONIA FEED LINES THROUGH CHLORINE FEED. ROOM AND PATCH WALLS. CAP 1" PVC AMMONIA FEED_LINES. IN THE STORAGE ROOM SOUTH WALL BEFORE 'THE "tiNES PENETRATE THE FLOOR. EXISTING LINES LABELED AMMONIA. nFEED'STA ONTO' &4L L SH F ION MAIN PPING SW SERVICING LOOP, AS SHOWN ON DRAWINGS. ❑J REMQV6 VENT {+N ANJ.7 I,IG}MCONTROL STATION. �K REMOVE INCOMING BRANCH CIRCUIT TO LIGHT FIXTURES IN THIS ROOM FROM VCR. CONDUIT AND WIRE BETWEEN LIGHT FIXTURES SHALL REMAIN FOR REUSE WITH NEW INCOMING BRANCH CIRCUIT FROM NEW LIGHT SWITCH. © REFER TO DEMO 1/0 LIST ON SHEET D3.1 FOR WIRING DEMOLITION IN VCR. CO2 S.'jRA.L_ ' JOB NO. I 3604.010 STEVE KLUESNER 4. STRAND ASSOCIATES ELM 3 D1.1 ELEV. 726.00f RECARB CLEARWELI CLEARWELLSTRANDASSlES INC #3 #1 #2\� WATER TREAM ENT PLANT CH LORINNEE FEEDER SYSTEM UPGRADES 6" DI PLANT WATER 7-2022 CT 1 CT #2 RECARB RECARB - TANK #1 TANK #2 Ali SERVICE LOOP INFLUENT INFLUENT #1 - - qTY OFIOWA CITY #2 } EFFLUENT EFFLUENT L } /-1�P 2�} PVC IOWAgTV.IOWA ( SCADA SYSTEM DEMO VO LISTING -PCP-F 2'0 FULL UNION - - - 1'm PVC FROM PCP EQUIPMENTNAME NUMBER 01 DO AI AO' •V> RE _ QDMMENTS BALL VALVE (TYP. 6)--= ! j' AUTOMATIC FEEDERS F AMMONIA STORAGE TANK WEIGHT FAIL 1 0 0 0 2-#14 F AMMONIA GAS FEEDER #1 FAIL 1 0 0 0 2-#14 F 1 1 F AMMONIA GAS FEEDER #1 HIGH VACUUM 1 0 - 4 , G F AMMONIA GAS FEEDER #1 LOW VACUUM 1 0 jU 4 F AMMONIA GAS FEEDER #2 FAIL 1 0 0 0 2-. 4 1 1 J2'm FULL UNION BALL VALVE L----_—�_..._{ --- - -.� F AMMONIA GAS FEEDER #2 HIGH VACUUM 1 0 - 0 0 2-M4 (TYP 25) „� F AMMONIA GAS FEEDER #2 LOW VACCUM 1 0 0 , •,. 2-K4 5/5-0 PE VACUUM 6x6x4 NEMA BOX F AMMONIA GAS DETECTOR FAIL 1 0 - t 2 ' .e 2'm PVC TYP. 2 3-HOA SWITCHES TO F AMMONIA SCRUBBER NH3 HIGH ( ) TUBING FROM SOLENOID VALVES i 0 MANUAL FEEDERS \ _P J j AMMONIA CONCENTRATION DETECTOR 11 I I F AMMONIA GAS DETECTOR HIGH NH3 ALARM 1 0 0 0 2-#14 t-"1 F AMMONIA SCRUBBER NH3 CONCENTRATION t 0 0 0 2-#14 .~ PRE -ALARM » -..� F AMMONIA SCRUBBER WATER VALVE OPENED r ROTAMETEft REDUCER; ADAPTOR t 0 0 0 2-#t4 C AS NEEDED (TYP.) F AMMONIA SCRUBBBER FAN AUTO SWITCH 1 0 0 0 2—*14 2"m GLOBE (TYP. 7) VALVE (TYP, 2)--__' `x`?" F AMMONIA SCRUBBER WATER VALVE AUTO 1 0 0 0 2-#14 W } SWITCH C 2"o PVC (TYP. 2)-\ F AMMONIA SCRUBBER SYSTEM REQUIRED 1 0 0 0 2-#14 F AMMONIA SCRUBBER FAN RUNNING 1 0 0 0 2-#14 F AMMONIA SCRUBBER FAN FAIL 1 0 0 0 2-#14 FROM 1,000 PFD 't EJECTOR #1 J�)U "a" ( F AMMONIA GAS FEEDER #1 REQUIRED 0 1 0 0 2-#14 j F AMMONIA GAS FEEDER #L REQUIRED 0 1 0 0 2-#14 F AMMONIA GAS FEEDER #1 WATER FEED 0 1 0 0 2-#14 , 11-1/2'0 PVC SOLENOID REQUIRED -1 /2'm F AMMONIA GAS FEEDER 02 WATER FEED FROM 1,000 �� (TYP.) 0 1 0 0 2-#14 SOLENOID SOLENOID REQUIRED C EJECTOR #2- _.__ 500 PFG F AMMONIA STORAGE TANK WEIGHT 0 0 1 0 SH. PR Z EJECTOR F AMMONIA GAS FEEDER #2 GAS FLOW 0 0 1 0 SH. PR _ F AMMONIA SCRUBBER NH3 CONCENTRATION 0 0 1 0 SH PR. X X X X X X X X X X X X X X X,`_'.�__ r~�1 F AMMONIA GAS FEEDER #1 GAS FLOW 0 0 1 0 SH- PR X X X X X X X X X X X X X X X X X X X X X X X X X X X X \ F AMMONIA GAS ROOM CONCENTRATION 0 0 1 0 SH. PR FROM 500 PPD \\- F AMMONIA ROOGAS 125 FEEDER #1 C TAN 0 0 1 0 SM. PR EJECTORX X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X> 1-i/2"0 FULL UNION F AMMONIA GAS FEEDER #i CT TANK 0 0 0 1 SH. PR. BALL VALVE (TYP. 6) INFLUENT FLOW �-1 1/2'4r BAIL VALVE F AMMONIA GAS FEEDER 91 CT TANK #1 (TYP. 7} _... EFFLUENT FREECL2 0 D 0 1 SH PR - F AMMONIA GAS FEEDER 02 CT TANK 02517 0 0 1 SH PR CHLORINE FEED SECTION — - -- INFLUENT FLOW ��CHLOR WALL (BEHIND FEEDERS) CHLORINE FEED SECTION — F AMMONIA GAS FEEDER #2 CT TANK #2 D3.1 (NORTH WALL (BEHIND FEEDERS) EFFLUENT FREEDL2 0 0 1 SH. PR °® °31 °® "'TOTALS"' 4 6 4 6"x2'0 SADDLE ._. _._. ....... ..._ ELEV. 726.00t 2'0 SOLENOID (TYP' 2) 1000 PPD EJECTOR 2'x2' �(TYP. 2) WINDOW - 2% SOLVENT WELDED Go BA' VALVES (TYP. 2) ......__ .,� 2"m PVC ' (TYP.) H - —6x6x4 NEMA BOX 2-HOA SWITCHES TO ,�.�. ...�� .._...... ....__..i SOLENOID VALVES = 2"0 FULL UNION BALL VALVES (TYP. 3)� XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX). XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX> _..— ----- -�-�_ I - 1 ! " m PVC 0 1"0 PVC FROM AUTOMATIC SWITCHOVER -� 1 m:x-X-xx �x� Y YYY:Y'S^Y�Y X..1R'YY K K x " K K K K K # K K x % X % K K k ::.—• EL.EV. 726.00't 6" DI PLANT WATER SERVICE LOOP I I 1"0 PVC FROM !' AUTOMATIC FEEDERS 5/8"m PE VACUUM TUBING FROM TO EJECTORS I/ MANUAL FEEDERS TO EJECTORS CF t1 X X X X_X. X X X.X..XI X X X. X. X. X X X �X X: X. X X X X X X X X X X X Y X: X. X X X X.X..X. X: X X:X. Y..X..JC.X :XXX XXX-X X XX.X.XX YXXXX X"XXX X X X X X X X X X %wX X XX XXXX"X:X X X%"X:R".X 1" 9ALL VALUE OF 7) Y.Y YYYY.XYYY.Y.YX YYYYX Y.Y YYY Y:Y:YYYXYYYYYY XY: X{ t K K { K / K < 1 PVC_/ K K K K n -. i!i!i�i�i�i s�i�i�i�i=i 2000 PPD AUTOMATIC SWITCHOVER UNIT — 6" PVC CONDUIT FROM CHLORINE ----------- STORAGE ROOM IA W_ c f ccZ Q93 d d F Q V 2 1- Q O Lu in F y 0 H Z V W O O LL F O_ Lu V J a i G ; C 2 o W G u Kz3z1R�>:Ta STEVE KLUESNER 69AMI STRAND ASSOCIATES` (CHLORINE EJECTOR SECTION (EAST WALL) ° 1 (CHLORINE FEED SECTION 0 1' 2' 4 D3.1 y� WP Go PROVIDE ONE ATMOSPHERIC CHLORINE GAS DETECTOR TO REPLACE EXISTING� PROVIDE MANUAL CHLORINE GAS 4 5 FEEDER CABINET M3. ASM3. (TYP. OF 3) CHLORINE RESIDUAL DISPLAY 5 PROVIDE PORTABLE EYEWASH AND PROVIDE BOTTLE EYEWASH V \ PROVIDE TWO 1,000 PPD CHLORINE GAS 3 EJECTORS TO REPLACE EXISTING M3. ® EXISTING WALL MOUNTED FLOWMETERS (TYPJ Z072 OCT 14 f -i 0: 50 PROVIDE PORTABLE EYEWASH AND PROVIDE BOTTLE EYEWASH PROVIDE ONE -TON CYLINDER GASEOUS CHLORINE REGULATOR PROVIDE ONE 500 PPD CHLORINE GAS EJECTOR TO REPLACE EXISTING PROVIDE 5/8- DIAL PE VACUUM TUBING FROM FEEDER TO EJECTOR - PROVIDE VACUUM TUBING ( 4 FROM SWITCHOVER TO FEEDERpg��M' CHLORINE FEED ROOM PROVIDE 1 " DAA. VACUUM TUBING FROM FEEDERS TO ' po o 0 0 0---- c—'T ram --------------- PROVIDE PVC MANIFOLD FOR EXISTING FLOWMETERS GENERAL NOTES: 1. ALL CHLORINE EQUIPMENT WILL BE INSTALLED PER MANUFACTURER REQUIREMENT AND AS SPECIFIED IN SECTION 43 32 76. 2. PROPOSED MANIFOLD FOR EXISTING FLOW METERS IN CHLORINE FEED ROOM ON SHEET M7.1. 3. CLEAN AND RESTORE ANY IMPACTED. EXISTING AREAS. 4. ALL WIRING SHALL BE STRANDED COPPER TYPE THHN. 5. ALL CONDUIT SHALL BE RIGID ALUMINUM, ANSI CBO.5 AND ULSA RATED. CONDUIT BODIES SHALL BE APPLETON. FORM 85, OR EQUAL ---------- f f ! -�-C: �..-._._._..._._..----- ------- .. III �l f` _._........._......._... __..................._ !._...--.._.-..... I: I j ' EXISTING AUTOMATIC SWITCHOVER,_..----.._.__....._._... 1 I' _—.........._............ VCP -- ....�... -� ............._........ }`I ....._...........__............ _......----..- . _.............................. PROVIDE ONE ATMOSPHERIC 1:...-------.. ....................::: L._._._......_........... CHLORINE GAS - DETECTOR TO I I REPLACE EXISTING ......_.._.__--- ...._.........._......... I..._....._............ .._ .... . EXISTING TWO 2" PVC1 I! LINES FROM EJECTORS TOFLOWMETERS (SEE ._.....------- -................---...._..._._I..-....................� SHEET ASM3.1) LINE FROM EJECTOR [......._._._._..____�..----..........___.. ... .. �......................_I EXISTING 1-1/2" PVC TO FLOWMETERS (SEE ` .................. .t.......... _............. SHEET ASM3.1)\-PROVIDE AIR INTAKE GRILL (37.625-x25.757 I I CHLORINE STORAGE I I ROOK KEY NOTES: O CHLORINE SCRUBBER IS TO BE PROTECTED DURING ALL CONSTRUCTION PROCEDURES. O2 EYE WASHES TO BE MOUNTED WHERE EXISTING FIRE EXTINGUISHER CABINET IS MOUNTED. EXISTING FIRE EXTINGUISHER TO BE RELOCATED. O CONTRACTOR SHALL REQUEST APPROVAL FROM THE OWNER BEFORE USING HEAVY EQUIPMENT WITHIN AREA. ® PROVIDE A NEW CAST BOX AND LIGHT SWITCH. CAST BOX SHALL BE ALUMINUM OR CAST FERALOY, DEEP -TYPE GASKETED COVER, THREADED HUBS, EATON FD SERIES, OR EQUAL LIGHT SWITCH SHALL BE A-C GENERAL USE INDUSTRIAL SPECIFICATION GRADE, SNAP SWITCH, 20 AMPERES, 277 VOLTS, ONE OF THE FOLLOWING: EATON 122• LEVITON 122. OR PASS AND SEYMOUR PS20AC•. PROVIDE NEW WEATHERPROOF SWITCH COVER, THOMAS AND BETTS, INDUSTRIAL GRAY, TOGGLE SWITCH COVER, MODEL E98TSCN-CAR, EATON S2983 OR EQUAL O PROVIDE CHLORINE RESIDUAL DISPLAY ELECTRONIC INDICATOR AS SPECIFIED IN SECTION 43 32 76. RECONNECT EXISTING SHIELDED PAIR CABLE TO ELECTRONIC INDICATOR FOR CHLORINE RESIDUAL DISPLAY. PROVIDE 2-#12 AND #12 GROUND IN 3/4- CONDUIT FROM c f EXISTING 20A, SINGLE -POLE CIRCUIT BREAKER IN PANEL P6 m CIRCUIT 3 THROUGH NEW LIGHT SWITCH TO INCOMING BRANCH CIRCUIT FOR LIGHT FIXTURES IN THIS ROOM. PANEL P6 IS ��. 277/480V, 30, 4 WIRE. X EXISTING ONE -TON CHLORINE CYLINDER (TYP.) LADDER 101 x x x EXISTING CO2 STORAGE TANK EXISTING CHILLER I JOB NO. I 3604.010 STEVE KLUESNER 6: A imi STRAND ASSOCIATES® PLAN 0 V 2' 4' g' N 5 ASMI A 2"0 FULL UNION BALL VALVE (TYP. 2"0 PVC (TYP. 2) PROVIDE 2'0 FULL UNION GLOBE VALVE (TYP. OF 2) PROVIDE 2"0 PVC (TYP. OF 2)— PROVIDE 2"x 2"0 PVC TEE (TYP. OF 2) PROVIDE 2'0 PVC FULL UNION BALL VALVE (TYP. OF 4)� FROM 1,000 PPD EJECTOR #1 PROVIDE 2'0 PVC FROM 1,000 PPD e EJECTOR #2 PROVIDE 1 1/2"0 PVC FULL UNION FROM 500 PPD EJECTOR BALL VALVE PROVIDE 1 1/2'0 PROVIDE 1 1/2"x PVC FULL UNION 1 1/2"0 PVC TEES BALL VALVE PROVIDE 1 1/2' PVC 6"x2"0 SADDLE '0 VACUUM TUBING CT #1 CT #2 RECARB RECARB INFLUENT INFLUENT #1 #2 RECARB CLEARWELL CLEARWELL #3 #1 #2 TANK #1 TANK #2 EFFLUENT EFFLUENT f �(tt7) 1/2PVC 1 1 1 P. 7) 1 1/2"0 FULL UNIOh$ltLLUY E (TYP. 25) e ^•11 t= PE VACUUM 10 1t1+ V1 { i r ' B ' TUBING FROM MANUAL FEEDER #3 REDUCER/ADAPTOR ROTAMETER AS NEEDED (TYP.) (TYP. 7) I PROVIDE 2'0 FULL UNION BALL VALVE (TYP. OF 2) PROVIDE�2Vxl- ' 1 1/2-0 TEE PROVIDE 1 1/2-0 `1 FEND (TYP. OF 2) (TYP. PROVIDE 1 1/2.0 PVC MANIFOLD WITH TWO 1 1/2"0 OUTLETS (of CHLORINE FLOWMETER SECTION — SOUTH WALL 0 1' 2 2"0 SOLENOID (TYP. 2) 1000 PPD EJECTOR 2'x2' //---(TYP. 2) WINDOW 2'0 FULL UNION e BALL VAL E (TYP. 5) I .. .._._____.._......2"0 PVC..._ j (tt/P.)— IT L_.__.._.._.._—._.__.T W SOLENOID VALVES TO " �1-1/2" 0 PVC (CHLORINE EJECTOR SECTION (EAST WALL 0 1' 2' 1 1/2"0 BALL VALVE (TYP 7) 726.00f ELEV. 726.00'± 6" DI PLANT WATER SERVICE LOOP 1'0 VACUUM TUBING 5/8.0 VACUUM TUBING FROM FROM MANUAL FEEDERS MANUAL FEEDER TO EJECTOR TO EJECTORS (BEHIND (BEHIND FEEDER, SEE DETAIL) FEEDER, SEE DETAIL) 5 5 3. 1'0 VACUUMTUBING M3.1 2-0 VACUUM TUBING FROM AUTTOMATICaM �AUTOMATI SWIT H� " SWTTCHOVER\ � O II 1"0/2"0 " TEE 1/2-0 PVC 1" PVC FULL UNION BALL VALVE 2000 PPD 500 PPD MANUAL 500 PPD MANUAL 500 PPD MANUAL AUTOMATIC GAS FEEDER GAS FEEDER GAS FEEDER SWITCHOVER UNIT MANUAL MANUAL MANUAL FEEDER FEEDER FEEDER #1 #2 #3 �1/2"0 PVC ELEV. 726.00± 6" DI PLANT WATER SERVICE LOOP 1"0 PVC FROM — MANUAL FEEDERS #1 AND #2 (_i) l — BOX III`/' 3—HOA SWITCHES TO SOLENOID V VALVES CHLORINE FEED SECTION — ( � NORTH0®WALL (BEHIND FEEDERS) /SIQ1 , 1'0 PVC FULL UNION BALL VALVES (TYP. OF 3) 1"0 PVC LINE TO BE CAPP POTENTIAL AUTOMATIC SWRL MODULE BYPASS FEED O1 i" BALL VALVE (TYP. OF 7: 1'0 PVC I I 6" PVC CONDUIT FROM CHLORINEI STORAGE ROOM \ `-------_--_—� 1CHLORINE FEED SECTION \------------ ASIO.1 0 1' 2• GENERAL NOTES, 1. ALL PVC REPLACEMENTS ARE TO BE REPLACED IN ONE PIECE TO THE NEXT OCCURRING FITTING. KEY NOTES, O1 CONTRACTOR TO DISCUSS WITH OWNER MOUNTING LOCATION OF 1" PVC AND MANUAL OPERATION 1" PVC BALL VALVES. TOP BALL VALVE SHALL BE 0 HIGHER THAN 7—FEET FROM AFF FOR ACCESSIBLE OPERATION. 1"0 VACUUM TUBING FROM MANUAL FEEDERS #1 AND #2 TO 1,000—PPD EJECTORS. 5/8.0 VACUUM TUBING FROM MANUAL FEEDER #3 TO 500—PPD EJECTOR 1'0 VACUUM TUBING FROM AUTOMATIC SWRCHOVER TO MANUAL FEEDERS #1 AND #2. 1/2.0 VACUUM TUBING FROM AUTOMATIC SWITCHOVER TO MANUAL FEEDER #3 500 PPD GAS VACUUM SHUTOFF VALVE WIRED TO EJECTOR SOLENOID BACK SIDE OF MANUAL FEEDER (BACK SIDE OF MANUAL FEEDER 0 1' 2' W W_ ° % _ !9 Zp ��a F' Z 1- V O Q — W y W W U) W F 0 A. a = C 3 19 0 0 L S V JOB NO. 3604.010 PROJECT MGR. STEVE KLUESNER 4. STRAND ASSOCIATES® SHEET 6 1 e 0 NORMALLY OPEN (NO) NORMALLY CLOSED (NC) POLYVINLY CHLORIDE (PVC) POUNDS PER DAY (PPD) SOLENOID VALVE (S) GENERAL NOTES: 1. ALL PVC SHOWN SCH. 80. 2. VACUUM TUBING SHALL BE FEP TO MATCH EXISTING. CONTRACTOR SHALL REUSE ALL TUBING DEEMED IN GOOD CONDITION AND SAME SIZE AS MANUFACTURER EQUIPMENT SPECIFICATIONS. 3. ALL VALVES SHOWN ARE BALL VALVES UNLESS NOTED OTHERWISE. CAPPED END FOR POTENTIAL AUTOMATIC SWITCHOVER MODULE BYPASS FEED PVC --mot' 11-s-14 a a a ffin m U N L z m U Z PVC 2" LAN WA E PVC 1 1/ PLANT WATER Zti Eli {t„j'ftr•i i > 1/2" PVC — RE ARB. #3 PVC 1/2" PVC— RECARB. 2 PVC 1/2" PVC--- R z Y O PVC H 2" PVC --- TANK 2 EFFLUENT PVC 2" PVG�-- ANK 1 N PVC 2" PVC 0p CLEARWELL #2 PVC 2" PVC LAWLL PVC PVG----m{ U-�2 IN LU Ni PVC PVC --- CT 1 IN L N C 06 d I JOB NO. I 3604.010 STEVE KLUESNER 4. STRAND ASSOCIATES® 7 M7.1 ,b Prepared by: Scott Sovers, P.E., Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319)356-5142 Resolution No. 22-264 Resolution `setting a public hearing on November 1, 2022 on project manual and estimate of cost for the construction of the Water Treatment Plant Chlorine Feeder System Upgrade Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said project manual on file for public inspection. Whereas, funds for this project are available in the Account # W3316 - Chlorine Feeder System Upgrade. 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 1 st day of November, 2022, at 6:00 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 18th day of October , 2022 L Mayo Pr Tern Approved by i Attest: —p G City Clerk City Attorn 's Office (Liz Craig-10/13/2022) It was moved by wei ner and seconded by Tayl or the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: X Alter X Bergus X Harmsen X Taylor X Teague X Thomas X Weiner CITY CLERK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWA CITY IA 522401825 State of Wisconsin County of Brown, ss.: d, 01 PRESS -CITIZEN MEDIA PART OF THE USA TODAY NETWORK This is not an invoice # of Affidavits 1 AFFIDAVIT OF PUBLICATION 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 tha an advertisement, a printed copy of which .is attached as Exhibit "A" and made part of this affidavit, was printed and published in the Iowa City Press Citizen on the issues dated: Ad No. Start Date: Editions Dated: Cost: 0005457438 10/24/22 10/24/2022 $81.69 Copy of Advertisement Exhibit "A" Subscribed and sworn to before me by said affiant this 24 day of October, NOTICE ��gg �Jg Fp �P�UB p C NUJ IAM1ATED COST CFO ATHEG LWAT6tROT BATMENT ALPLANTT BRINE FEEDER SYSTEM UPGRADE PROJECT IN THE CITY OFZ�-- ITY, IpWA 4L TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO FcR INTERESTED PERSONS: U Notary PUbI1C _notice Is. hereby given that, the City Council, of the City of Iowa vet Hall In the City H�IIa 410 old meet ng Is cancel eat after as posted by the City 1 nettle feed eauipmenl and evewashes ono is located a Commission expires p f now on file In the office of Iowa, and may be Inspecled meeting of the City Council I cammeTs concerning said n 11 oTfg'e City of town City, ALLEN KATHLFEN Notary Public State of Wisconsin N Prepared by: Scott Sovers, Asst. City Engineer, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319)356-5142 Resolution No. 22-277 Resolution approving project manual and estimate of cost for the construction of the Water Treatment Plant Chlorine Feeder System 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 Chlorine Feeder System Upgrade account #W3316. 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 3:00 p.m. on the 29th day of November, 2022. 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 6:00 p.m. on the 6th day of December, 2022, or at a special meeting called for that purpose. Passed and approved this 1st day of November , 2022. M yo Approve y Attest: City Jerk City Attor y's Office (Liz Craig - 10/24/2022) Resolution No. 22-277 Page 2 It was moved by Bergus adopted, and upon roll call there were: Ayes: and seconded by Nays: Weiner the Resolution be Absent: Alter Bergus Harmsen Taylor Teague Thomas Weiner A -MAR I I 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 Water Treatment Plant Chlorine Feeder System Upgrade Classified ID: 111667481995 A printed copy of which is attached and made part of this certificate, provided on 11/03/2022 to be posted on the Iowa League of Cities internet site on the following date: 2022-11-03 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 11/03/2022 Alan Kemp, Executive Director 0100 NOTICE TO BIDDERS WATER TREATMENT PLANT CHLORINE FEEDER SYSTEM UPGRADE PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3 P.M. on the 29th day of November 2022. 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 6:00 P.M. on the 6th day of December 2022, or at special meeting called for that purpose. The Project will involve the following: Demolition of existing ammonia feed equipment and upgrading the existing chlorine gas feed equipment and eve washes. All work is to be done in strict compliance with the Project Manual prepared by Strand Associates, Inc ®, of Madison, Wisconsin, which has 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 bond satisfactory to the City (in the form shown in Section 0510) 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 has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) 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 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 Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1) year from and after its completion and formal acceptance by the City Council. Water Treatment Plant Chlorine Feeder System Upgrade Project 0100 — Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: January 3, 2023 Substantial Completion: May 15, 2023 Final Completion Date: June 12, 2023 Liquidated Damages: $100 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240. Phone: (319) 354-5950 Fax: (319) 354-8973 Toll -Free: (800) 779-0093 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 list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK Water Treatment Plant Chlorine Feeder System Upgrade Project 0100 — Page 2 of 2 Ashley Platz From: Cindy Adams <CAdams@mbi.build> Sent: Thursday, November 3, 2022 10:43 AM To: Ashley Platz Subject: Certificate for Notice to Bidders Attachments: We sent you safe versions of your files; 11.03.22 Notice To Bidders.pdf A RISK ** This email originated outside of the City of Iowa City email system. Please take extra care opening any links or attachments. ** Mimecast Attachment Protection has deemed this file to be safe, but always exercise caution when opening files. 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 Iowa City — FY23 Landfill Cell Construction, Recycling Center Pavement Construction And Storm Water Improvements Project Iowa City — Water Treatment Plant Chlorine Feeder System Upgrade Project A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): November 03, 2022 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. November 03, 2022 [<�� Date President/CEO of The Construction Update Plan Room Network Cindy Adams CCU Lead Project Information Specialist Constructgn Update Network M (515) 402-9858 1 E CAdams@M81,WId w wwwlowaConstructionUodate.corr. DAILY NOTICE TO BIDDERS construction update CLI 0100 NOTICE TO BIDDERS WATER TREATMENT PLANT CHLORINE FEEDER SYSTEM UPGRADE PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3 P.M. on the 29th day of November 2022. 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 6:00 P.M. on the 6th day of December 2022, or at special meeting called for that purpose. The Project will involve the following: Demolition of existing ammonia feed equipment and upgrading the existing chlorine gas feed equipment and eve washes. All work is to be done in strict compliance with the Project Manual prepared by Strand Associates, Inc °, of Madison, Wisconsin, which has 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 bond satisfactory to the City (in the form shown in Section 0510) 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 has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) 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 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 Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1) year from and after its completion and formal acceptance by the City Council. Water Treatment Plant Chlorine Feeder System Upgrade Project 0100 — Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: January 3, 2023 Substantial Completion: May 15, 2023 Final Completion Date: June 12, 2023 Liquidated Damages: $100 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240. Phone: (319) 354-5950 Fax: (319) 354-8973 Toll -Free: (800) 779-0093 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 list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK Water Treatment Plant Chlorine Feeder System Upgrade Project 0100 — Page 2 of 2 Water Treatment Plant Chlorine Feeder System Upgrade Project Page 3 of 1 Prepared by: Scott Sovers, Asst. City Engineer, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319)356-5142 Resolution No. 22-294 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Water Treatment Plant Chlorine Feeder System Upgrade Project Whereas, WRH, Inc. of South Amana, Iowa, has submitted the lowest responsible bid of $239,800.00 for construction of the above -named project; and Whereas, funds for this project are available in the Chlorine Feeder System Upgrade account #W3316. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. The contract for the construction of the above -named project is hereby awarded to WRH, Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign 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. 3. 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. Passed and approved this 6th day of December 12022 Attest City Clerk J G (Sara Greenwood rleKtoen - Izw ii��cc� It was moved by Weiner and seconded by Alter the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: X Alter X Bergus X Harmsen X Taylor X Teague X Thomas X Weiner I I 1 ISO !=n 0 CITY OF IOWVA CITY UNESCO CITY OF LITERATURE 410 East Washington Street Iowa City, Iowa 52240-1826 ENGINEER'S REPORT 319-3S6-S000 I www.icgov.org April 22, 2024 City Clerk Iowa City, Iowa Re: Water Treatment Plant Chlorine Feeder System Upgrade Project Dear City Clerk: I hereby certify that the construction of the Water Treatment Plant Chlorine Feeder System Upgrade Project has been completed by WRH, Inc. of South Amana, Iowa in substantial accordance with the plans and specifications prepared by Strand Associates, Inc. The project was bid as a unit price contract and the final contract price is $ 247,054.02. There was one (1) change or extra work order for the project as described below: 1. Equipment pad for the new chlorine feeders and granular surfacing around the exterior of the ammonia scrubber pad. $ 7,254.02 I recommend that the above -referenced improvements be accepted by the City of Iowa City. Sincerely, Jason Havel, P.E. City Engineer Prepared by: Scott Sovers, Engineering Division, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5142 Resolution No. 24-113 Resolution accepting the work for the Water Treatment Plant Chlorine Feeder System Upgrade Project Whereas, the Engineering Division has recommended that the work for construction of the Water Treatment Plant Chlorine Feeder System Upgrade Project, as included in a contract between the City of Iowa City and WRH, Inc. of South Amana, Iowa, dated January 4, 2023, 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 Chlorine Feeder System Upgrade account # W3316; and Whereas, the final contract price is $247,054.02. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 7th day of Ma Attest: - City Clerk It was moved by Moe adopted, and upon roll call there were: Ayes: 1 Ma 2024 Approved by �� City Attor ey's Office (Liz Craig - 05/02/2024) and seconded by Dunn the Resolution be Nays: Absent: Alter Bergus Dunn Harmsen Moe Salih Teague Bond No.: IAC593392 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND WATER TREATMENT PLANT CHLORINE FEEDER SYSTEM UPGRADE PROJECT CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, wRH Inc. , as Principal (hereinafter the "Contractor" or "Principal") and Merchants Bonding Company Iutual0 ,. 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 Two Hundred Thirty Nine Thousand Eight Hundred and No1100 dollars ( 239,800.00 ), 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 V& day of , Zc1_3, (hereinafter the "Contract") wherein said Contractor undertakes and bgrees to construct the following described improvements: Demolition of existing ammonia feed equipment and upgrading the existing chlorine gas feed equipment and eye washes. 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. 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. 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;gerforniing 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 S : i ! A t4e- C, 66tr tier 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 Water Treatment Plant Chlorine Feeder System Upgrade Project 0510 — Page 1 of 4 improvement, but the Contractor and Surety shall not be liable to said persons, firms, 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, Coda, which by this reference is made a part hereof as though fully set out herein. 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 one year (1) 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 than one year (1) 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 fulfilled, and that the Jurisdiction - wi,l'bg fully indemnified so that it will be put into the position it would have been in hac) the Contract been performed in the first instance as required. Water Treatment Plant Chlorine Feeder System Upgrade Project 0510 — Page 2 of 4 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 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. W 6 Water Treatment Plant Chlorine Feeder System Upgrade Project 0510 — Page 3 of 4 PRINCIPAL: WRH. Inc. Printed Name of Contractor Officer By ignature of Contractor Officer yl cr� P 'i2 ig '-T Title of Contractor Officer SURETY: Merchants Bonding Com awe Mutual Surety Company Name - By Sig a re o Attorney -in -Fact Officer Stacy Venn, Attorney -in -Fact Printed Name of Attorney -in -Fact Officer Holmes, Murphy and Associates, LLC Company Name of Attorney -in -Fact 2727 Grand Prairie Parkway Company Address of Attorney -in -Fact Waukee, IA 50263 City, State, Zip Code of Attorney -in -Fact 515 223.6800 Telephone Number of Attorney -in -Fact Water Treatment Plant Chlorine Feeder System Upgrade Project 0510 — Page 4 of 4 IEC Hj 1 rS BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Anne Crowner; Ashlea McCaughey; Ben Williams; Brian M Deimerly; Cameron M Burt; Cindy Bennett; Craig E Hansen; D Gregory Stitts; Dione R Young; Donald E Appleby; Douglas Muth; Ginger Hoke; Grace Rasmussen; Greg Krier; Jay D Freiermuth; Jennifer Marino; Jessica Jean Rini; Jessie Allen; Joe Tiernan; John Cord; Kate L Fineran; Mark R DeWitt; Mark Sweigart; Michelle R Gruis; Sara Huston; Sarah C Brown; Seth D Rooker; Stacy Venn; Tim McCulloh; Todd Bengford their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 18th day of August , 2022 s" �" ti0NA� a" " 401, 01, " 2003 ; + � �G ",�C� , �` � pia •:"�.�' "",r * «µ� 19 ; MERCHANTS BONDING COMPANY (MUTUAL) MERCHANT NATIONAL BONDING, INC" By 74- �PreSddenf STATE OFIOWA' a,ra w0,0 0*00 00 *0 9 COUNTY OF DALLAS ss. On this 18th day of August 2022 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. y"? �, POLLY MASON 0 Commission Number 750576 My Commission Expires w January 07, 2023 OV �N�rary (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and 'has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the soal of the Companies on this day of µ C 0 —0 . �7 21Ja Secretary A w,. POA 0018 (1 /20) "�•.,�«�.«�.�•M. .,