Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
FIRE STATION #1 APPARATUS BAY SLAB RECONSTRUCTION PROJECT 2024
FIRE STATION #1 APPARATUS BAY SLAB RECONSTRUCTION PROJECT 07-May-2024 Plans, Specs, & Project Manual 07-May-2024 Res No. 24-125: Setting a Public Hearing on Project Manual & Estimate of Cost 13-May-2024 Notice of Public Hearing 21-May-2024 Res No. 24-144: Approving Project Manual & Estimate of Cost for Construction 23-May-2024 Notice to Bidders 18-Jun-2024 Res No. 24-167: Awarding Contract for Construction 28-Jun-2024 Agreement 19-Nov-2024 Engineer's Report 19-Nov-2024 Res No. 24-282: Accepting the work 23-Dec-2024 Performance, Payment & Maintenance Bond 2924 MAY - 7 AN 9: 79 i;ITY CLERK 10Y,'A CITY, IOWA wages ur ,ER CITY OF IOWA CITY UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE FIRE STATION 1 APPARATUS BAY SLAB RECONSTRUCTION PROJECT IOWA CITY, IOWA May 7, 2024 ,O�ESSIQAI 111z,,ff��i TARA Alt =N LAWRENC= 1:1. P27743 !1 -- EDWARD (TED) rM KRAUSMAN P2442522 'ram/�///i •�'IOWA�` • ����\\``,• 0001 05 CERTIFICATIONS PAGE 2024 MAY -7 AM 9: 29 I hereby certify that this enginerft;.�l{ht,was prepared by me or under my direct, s��r� I's �6r�lion and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. �AP-ZA*N1 4fM— 5/06/2024 Tara Lawrence Date License Number: P27743 My license renewal date is December 31, 20 25 Pages or sheets covered by this seal: Front Ends 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. E� /� 5/06/2024 Ted Krausman Date License Number: P2442522 My license renewal date is December 31, 20 25 Pages or sheets covered by this seal: Div 22 Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 01 05 — Page 1 of 1 0001 10 TABLE OF CONTENTS nq MAY -1 AM 9: 29 PROJECT MANUAL �.1 lY l,)rlrRK 00 01 05 CERTIFICATIONS PAGE 10',NA CITY, IOWA 00 01 10 TABLE OF CONTENTS 00 11 60 NOTICE TO BIDDERS 00 11 70 NOTICE OF PUBLIC HEARING 0021 10 INSTRUCTIONS TO BIDDERS 00 42 10 PROPOSAL 00 43 05 BIDDER STATUS FORM 00 43 10 BID BOND FORM 00 45 10 CONTRACT COMPLIANCE 00 45 20 WAGE THEFT POLICY 00 52 10 AGREEMENT 00 61 10 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 00 72 00 GENERAL CONDITIONS 00 73 00 SUPPLEMENTARY CONDITIONS DIVISION 22 - PLUMBING 22 0500 COMMON WORK RESULTS FOR PLUMBING 22 0529 HANGERS & SUPPORTS FOR PLUMBING PIPING & EQUIPMENT 221316 SANITARY WASTE, Storm & VENT PIPING 22 1319 SANITARY WASTE & STORM PIPING Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 01 10 — Page 1 of 1 0011 60 NOTICE TO BIDDERS ����qq qq ��gg FIRE STATION 1 APPARATUS BAY SLAB RECONSMM fr�N A*,?ECT Sealed proposals will be received by the City Clerk of the City of Iowa Gify; IP" Aj0 Ljl�:o0 P.M. on the 12" day of June 2024. 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 18t" day of June, 2024, or at special meeting called for that purpose. The Project will involve the following: removal and replacement of structural concrete slab, floor drains, sand -oil separator, sanitary sewer connection and associate piping and paving. The project is located at Fire Station 1, 410 East Washington Street, Iowa City, IA 52240. All work is to be done in strict compliance with the Project Manual prepared by Shive-Hattery, Inc., of Iowa City, Iowa, 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 00 61 10) 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 00 61 10) 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 00 61 10, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of One (1) year(s) from and after its completion and formal acceptance by the City Council. Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 11 60 — Page 1 of 2 AILED The following limitations shall apply to this Project: Specified Start Date: July 8', 2024 � � _-� g. 2� Substantial Completion: August 26th, 2024 Liquidated Damages: $240 per day . Ti( The Project Manual may be examined at the office of the City Clerk' opies hereof nd 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 GRACE, CITY CLERK Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 11 60 — Page 2 of 2 0011 70 ILED1 NOTICE OF PUBLIC HEARING Z02A MAY -7 Ali 9= 30 NOTICE OF PUBLIC HEARING ON PROJECT MANUA,t ! Y CLERK AND ESTIMATED COST FOR THE FIRE STATIOQWA CITY- IOWA APPARATUS BAY SLAB RECONSTRUCTION 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 Fire Station 1 Apparatus Bay Slab Reconstruction Project in said city at 6:00 p.m. on the 215t day of May, 2024, 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. The Project will involve the following: removal and replacement of structural concrete slab, floor drains, sand - oil separator, sanitary sewer connection and associate piping and paving. The project is located at Fire Station 1, 410 East Washington Street, Iowa City, IA 52240. 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. Grace, City Clerk Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 11 70 — Page 1 of 1 FILED 0021 10 INSTRUCTIONS TO BIDDERS 7UZ4 MAY -1 AM 9' 30 Fire Station 1 Apparatus Bay Slab Reconstruction PROJECT; RK L,k ; i i,'-` ,OV,A G,TY.IOWA ARTICLE 1 - DEFINITIONS 1.1 Bidding documents include the bidding requirements and the contract documents. The bidding requirements include the Advertisement or Invitation to bid (Section 00 11 60 Notice to Bidders), Instructions to Bidders, the Bid Form (Section 00 42 10 Proposal), other sample bidding and contract forms, and the Contract Forms including addenda issued prior to receipt of bids. 1.2 The contract documents for the work consist of the Owner/Contractor Agreement (Section 00 52 10 Agreement), the Conditions of the Contract (Section 00 72 00 General Conditions and Section 00 73 00 Supplementary Conditions), the Drawings, the Specifications and all addenda issued prior to and all modifications issued after execution of the Contract. 1.3 Definitions set forth in AIA document A201, "General Conditions of the Contract for Construction", 2007 edition, or in other Contract Documents are applicable to the bidding documents. A. Addenda are written or graphic instruments issued by the Architect prior to execution of the Contract which modify or interpret the Bidding Documents by addition, deflection, clarifications or correction. B. A bid is a complete and properly signed proposal to do the work or designated portion thereof for the sums stipulated therein, submitted in accordance with the bidding documents. C. The base bid is the sum stated in the bid for which the Bidder offers to perform the work described in the bidding documents as the Base, to which work may be added, or from which work may be deducted for sums stated in alternate bids. D. An alternate bid (or Alternate) is an amount stated in the bid to be added to or deducted from the amount of the base bid if the corresponding change in the work, as described in bidding documents, is accepted. E. A unit price is an amount stated in the bid as a price per unit of measurement for materials or services as described in the bidding documents or in the contract documents. F. A bidder is a person or entity who submits a bid. G. A sub -bidder is a person or entity who submits a bid to a bidder for materials, equipment or labor for a portion of the work. ARTICLE 2 — BIDDER'S REPRESENTATIONS 2.1 The bidder by making a bid represents that the bidder has read and understands the bidding documents, and the bid is made in accordance with those documents. Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 21 10 — Page 1 of 8 2.2 The Bidder has read and understands the bidding documents or contraEt,docw AW.As, to the extent that such documentation relates to the work for which the bid isAbr utt co. 2.3 The bidder has visited the site, has become familiar with local conditions under which the work is to be performed, and has correlated the bidder's personaVQ6JWat13nsA0itRi4 requirements of the contract documents. CITY CLERK 2.4 The bid is based upon the materials, equipment and systems regq(tj 44,'-;b91fhV g documents without exception. ARTICLE 3 — BIDDING DOCUMENTS 3.1 Copies A. Complete sets of the bidding documents may be obtained from 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. B. Bidders shall use complete sets of bidding documents in preparing bids. Neither the Owner nor the Architect assumes responsibility for errors or misinterpretations resulting from the use of incomplete sets of bidding documents. No partial sets will be issued. C. In making copies of the bidding documents available on the above terms, the Owner and the Architect do so only for the purpose of obtaining bids for the work and do nor confer license or grant permission for any other use of the bidding documents. D. Copies of the reports and drawings that are not included with the bidding documents may be examined at Engineering Division at City Hall, Iowa City, Iowa during regular business hours, or may be obtained from the Owner at Owner's reproduction cost, plus handling charge. These reports and drawings are not part of the contract documents, but the "technical data" contained therein upon which the bidder may rely as identified and established above, are incorporated therein by reference. 3.2 Interpretation or Correction of Bidding Documents A. The bidder shall carefully study and compare the bidding documents with each other, and with other work being bid concurrently or presently under construction to the extent that it relates to the work for which the bid is being submitted, shall examine the site and local conditions, and shall at once report to the Architect errors, inconsistencies or ambiguities discovered. B. Bidders and sub -bidders requiring clarification or interpretation of the bidding documents shall make a written request which shall reach the Architect at least nine days prior to the date for receipt of bids. C. Interpretations, corrections and changes of the bidding documents will be made by addendum. Interpretations, corrections and changes to the bidding documents made in any other manner will not be binding, and bidders shall not rely upon them. Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 21 10 — Page 2 of 8 3.3 Substitutions N A. The materials, products and equipment described in the bidding do is establish a standard of required function, dimension, appearance and quality to be met by any proposed substitution. Substitutions must be suf ;M, o-fpe M%nO and Architect in writing. i i Y WERK B. If the Architect approves a proposed substitution prior to recoi approval will be set forth in an addendum. Bidders shall not rely upon approvals made in any other manner. 3.4 Addenda A. Addenda will be mailed or delivered to all who are known by the Architect to have a complete set of bidding documents. B. Copies of addenda will be made available for inspection wherever bidding documents are on file for that purpose. C. No addenda will be issued later than four (4) days prior to the date for receipt of bids, except for any one or more of the following reasons: 1. An addendum withdrawing the request for bids. 2. An addendum which includes postponement of the date for receipt of bids. 3. An addendum issued after receipt of bids and prior to execution of the contract. D. Each bidder shall ascertain prior to submitting a bid that he has received all addenda issued, and the bidder shall acknowledge their receipt in the proper location on the bid form. ARTICLE 4 — BIDDING PROCEDURES 4.1 Form and Style of Bids A. A separate copy of the bid form is contained with this document. B. Fill in all blanks on the bid form by typewriter or manually in ink. C. Where so indicated by the makeup of the bid form, sums shall be expressed in both words and numerals, and in case of discrepancy between the two, the amount written in words will govern. D. Interlineations, alterations or erasures shall be initialed by the signer of the bid. E. All requested alternates shall be bid. If no change in the base bid is required, enter "No Change". F. Where two or more bids for designated portions of the work have been requested, the bidder may, without forfeiture of the bid security, state the bidder's refusal to accept award of less than the combination of bids stipulated by the bidder. The bidder shall make no additional stipulation on the bid form, nor qualify the bid in any other manner. G. Each copy of the bid shall include the legal name of the bidder and a statement that the bidder is a sole proprietor, a partnership, a corporation or some other legal Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 21 10 — Page 3 of 8 entity. Each copy shall be signed by the person or persons legally authorized to bind the bidder to a contract. A bid by a corporation shall further give the state of incorporation and have the corporate seal affixed. A bid submitted by an agent shall have a current power of attorney attached certifying the agent's authority to bind the bidder. H. No bid may be withdrawn for a period of 30 calendar days after the date of opening. 4.2 Bid Security A. Each bid shall be accompanied by a bid security in the amount of ten percent (10%) of the base bid and in the form of surety bond pledging that the bidder will enter into a contract with the Owner on the items stated in his bid and will, if requested, furnish bonds covering the faithful performance of the contract and the payment of all obligations arising there under. Should the bidder refuse to enter into such contract or fail to furnish such bond if required, the amount of the bid security shall be forfeited to the Owner as liquidated damages, not as a penalty. B. Surety bond shall be written on enclosed Bid Bond Form (Section 00 43 10) bound within the project manual and the attorney -in -fact who executes the bond on behalf of the surety shall affix to the bond a certified and current copy of power of attorney. C. The Owner will have the right to retain the bid security of bidders to whom an award is being considered until either: 1. The contract has been executed and bonds have been furnished. 2. The specified time has elapsed so that the bids may be withdrawn. 3. All bids have been rejected. 4.3 Bidder Status Form A. Bidder Status Form (Section 00 43 05) shall be submitted with the bid, in a separate envelope. 4.4 Submission of Bids A. All copies of the bid, the bid security and other documents required to be submitted with the bid shall be enclosed in sealed opaque envelopes. All envelopes shall be addressed to the party receiving the bids ("City Clerk, City of Iowa City"), and shall be identified with the project name, the bidder's name and address, and the envelope's contents. If the bid is sent by mail, the sealed envelopes shall be enclosed in a separate mailing envelope with the notation "SE/LFD BID ENCLOSED" on the face of that envelope. c-s s B. Submittals include two separate sealed envelopes: y.�, 5- Envelope 1: Bid Security and Bidder Status Form " Envelope 2: Proposal r— C. Bids shall be deposited at the designated location prior to the ft a69 datC9r receipt of bids. > 0 1. Location: Office of City Clerk, City Hall 410 East Washington Street Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 21 10 — Page 4 of 8 Iowa City, Iowa 52240 2. Time and Date BEFORE: 3:00 PM on Wednesday, June 12'", 2024. D. Bids received after the time and date for receipt of bids will be returned unopened. E. The bidder shall assume full responsibility for timely delivery at the location designated for receipt of bids. F. Oral, telephonic, or telegraphic bids are invalid and will not receive consideration. 4.5 Modification or Withdrawal of Bid A. A bid may not be modified, withdrawn or cancelled by the bidder after the stipulated time and date designated for the receipt of bids, and each bidder so agrees in submitting its bid. B. Prior to the time and date designated for receipt of bids, a bid submitted may be modified or withdrawn by notice to the party receiving bids at the place designated for receipt of bids. Such notice shall be in writing, signed by the person or persons legally authorized to bind the bidder to a contract. If written notice is electronic, written confirmation from the person or persons legally authorized to bind the bidder to a contract shall also be mailed and postmarked on or before the date and time set for receipt of bids, and it shall be so worded as not to reveal the amount of the original bid. C. Withdrawn bids may be resubmitted up to the time designated for the receipt of bids provided that they are then fully in conformance with these Instructions to Bidders. D. Bid security shall be in an amount sufficient for the bid as modified or resubmitted. ARTICLE 5 — CONSIDERATION OF BIDS 5.1 Opening of Bids A. The properly identified bids received on time will be opened publicly and will be read aloud. 5.2 Rejection of Bids A. The Owner will have the right to reject any or all bids, and to reject a bid not accompanied by the required bid security or by another data required by the bidding documents, or to reject a bid which is in any way incomplete or irregular. 5.3 Acceptance of Bid (Award) A. It is the intent of the Owner to award a contract to the lowest r"ponsive responsible bidder provided the bid has been submitted in accardanc ;_with "the requirements of the bidding documents and does not exceed thy -fiat ds'�vailabte The Owner will have the right to waive informalities or irregulw ties.�n a f id received, and to accept the bid which, in his judgment, is in his Mw _. i, interp B. The Owner will have the right to accept bid alternates in any orde cbinati, and to determine the low bidder on the basis of the sum of the' base pj, and the accepted alternates. CD Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 21 10 — Page 5 of 8 ARTICLE 6 — POST -BID INFORMATION 6.1 Submittals A. The names of those persons, firms, companies or other parties with whom the bidder intends to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsible bidder. B. The bidder shall, within seven (7) days of notification of selection for the award of a contract for the work, submit the following information to the Architect: 1. A designation of the work to be performed by the bidder with the bidder's own forces. 2. The proprietary names and the suppliers or principal items or system of materials and equipment proposed for the project. C. The bidder will be required to establish to the satisfaction of the Architect and the Owner the reliability and responsibility of the persons or entities proposed to furnish and perform the work described in the bidding documents. D. Prior to the award of the contract, the Architect will notify the bidder in writing if either the Owner or Architect, after due investigation, has reasonable objection to any such proposed person or entity. If the Owner or the Architect has reasonable objection to such proposed person or entity, the bidder may, at the bidder's option: 1. Withdraw the bid. 2. Submit an acceptable substitute person or entity with an adjustment in the bid price to cover the difference in cost occasioned by such substitution. E. The Owner may accept the adjusted bid price or may disqualify the bidder. In the event of either withdrawal or disqualification, bid security will not be forfeited. F. 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 00 45 10. G. 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 00 45 20. H. 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. References shall be addressed to the City Engineer and include the name, address and phone nu)*er of the contact person, for City verification. I. The Contractor must demonstrate an active subscription to DoC"1=xpres5 (program by Info Tech, Inc.) is maintained. Doc Express will be -used prfcess documentation, including, but not limited to, contract documeptt!Cr:chagge o rs, shop drawings, certificates, equipment lists, progress pay _ ts,:-`�bnd rether electronic submittals. `°`�.�. `•n Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 21 10 - Page 6 of 8 J. Record documentation is required on all projects. Liquidated damages will be considered if adequate record documentation is not submitted by the Final Completion Date. 1. Contractor shall submit Record Documents including: a. Store Record Document separately and do not use Record Documents in the field for construction purposes. b. Protect Record Documents from deterioration and loss in a secure, fire -resistance location. C. Provide access to Record Documents for the reference of the Engineer, or their designee, during normal working hours. d. Record information concurrent with approved schedule, not less than weekly. 2. Furnish a complete set of Plans to be utilized by Contractor and all Subcontractors for recording all changes from the Contract Documents. a. Mark the Plans to show the actual installation where the installation varies from the Contract Documents, including, but not limited to: i. Northing, easting, and elevations. All submitted spatial data will meet the State of Iowa Minimum Standards for Land Surveying using the Iowa State Plane South coordinate system — NAD83 and units in US Foot. ii. RTK Survey -Grade GPS Technology will be utilized. iii. Horizontal and vertical accuracy will be within two centimeters. 3. Mark which drawing is most capable of showing conditions fully and accurately. 4. Where Shop Drawings are used, record a cross-reference at the corresponding location on the Plans. a. Give particular attention to concealed elements that would be difficult to measure and record at a later date. 5. Mark record sets legibly in red. a. Use other colors to distinguish between variations in separate categories of the Work. 6. Mark new information that is important to the Engineer but was not shown on Plans or Shop Drawings. r-J 7. Note related Change Order numbers where applicable. 8. Organize Record Documents into manageable sets. a''-+ c-) -< a. Bind sets with durable paper cover sheets; ant suitbble rtles, dates, and other identification on the cover of eet se b-- M y i Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 21 10 — Page 7 of 8 9. Give particular attention to substitutions and selection of options and information on concealed construction that cannot otherwise be readily discerned later by direct observation. 10. Identify and date each Record Document; include designation "PROJECT RECORD DOCUMENT" in a prominent location. 11. Upon completion of the Work, submit Record Documents to the Architect and Engineer. ARTICLE 7 — PERFORMANCE BOND AND LABOR & MATERIAL PAYMENT BOND 7.1 Bond Requirements A. The bidder shall furnish bonds covering the faithful performance of contract and the payment of all obligations arising there under. Bonds may be secured through the bidder's usual sources. The cost of furnishing such bonds shall be included in the bid. B. If the Owner requires that bonds be obtained from other than the bidder's usual source, all change in cost will be adjusted as provided in contract documents. 7.2 The Time of Delivery and Form of Bonds A. The bidder shall deliver the required bonds to the Owner not later than three (3) days following the date of execution of the contract. If the work is to be commenced prior thereto in response to a letter of intent, the bidder shall, prior to commencement of the work, submit evidence satisfactory to the Owner that such bonds will be furnished and delivered. B. The bonds shall be written on the "Performance, Payment and Maintenance Bond" form bound within the project manual, or a copy thereof. Both bonds shall be written in the amount of the contract sum. C. The bonds shall be dated on or after the date of the contract. D. The bidder shall require the attorney -in -fact who executes the required bonds on behalf of the surety to affix a current and certified copy of power of attorney. ARTICLE 8 — PRE -BID CONFERENCE 8.1 Conference A. There is a recommended pre -bid meeting. This will start at 10;00 AM. local time on Wednesday, June 5th, 2024, in the Helling Conference Room, City Hall, 410 East Washington Street, Iowa City, IA 52240. C 8.2 Parking 10 A. Parking available at the site. C-) I �--- -=�c1 r ;<M M a� r� Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 21 10 — Page 8 of 8 00 42 10 PROPOSAL FIRE STATION 1 APPARATUS BAY SLAB RECONSTRUCTION PROJECT CITY OF IOWA CITY BIDDERS PLEASE NOTE: 1. PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE PROJECT MANUAL. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITH THIS DOCUMENT. Name of Bidder: Address of Bidder: BIDS RECEIVED BEFORE: 3:00 PM, local time on June 12t", 2024 TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 In response to your request for bids, and in compliance with the Procurement and Contracting Requirements, the undersigned proposes to furnish all labor, tools, materials, equipment, transportation, deliveries, services, taxes, insurance, supervision, coordination, and all related incidentals necessary to perform the work to complete FIRE STATION 1 APPARATUS BAY SLAB RECONSTRUCTION strict accordance with the Project Manual and the Drawings dated April 1st, 2024, including Addenda numbered , and inclusive, prepared by Shive-Hattery, Inc. and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplat- ed, at unit prices or lump sums to be agreed upon in writing prior to starting such work. BASE BID: Dollars ($ ca �` r r aa- bra CA) C-) Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 42 10 — Page 1 of 3 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. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. In submitting this Proposal, the undersigned agrees that the Bid will not be withdrawn for a period of thirty (30) consecutive calendar days following the date of the Bid Opening. Further, that if a Notice to Proceed or a prepared Agreement provided by the Owner is received at the business address identified below within the thirty (30) day period, the undersigned will, within ten (10) days of receipt, acknowledge acceptance of the contract award. The undersigned will then execute and deliver to the Owner address the Agreement, the Procurement, Labor and Material Payment Bonds, and the certificates of insurance, and will proceed in accordance with requirements of tlContract Documents for this project, and have the Project at Substantial Completion or r-befge Aug4l 23rd, 2024 and Final Completion 30 days thereafter. r— Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 42 10 — P.age 2 of 3 CD Firm's Name Bidder's Name Signature Printed Name Title Street Address City, State, Zip Code Telephone Number NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. C7 "� 1 GJ Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 42 10 — Page 3 of 3 00 43 05 BIDDER STATUS FORM All bidders must submit the following completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chanter 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) City, State, Zip Code: Dates: to Address: (mm/dd/yyyy) City, State, Zip Code: You may attach additional sheet(s) if needed. To be comDleted by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer 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 r-, =It I certify that the statements made on this document are true and complete to the best of my knowlcQc-alnd I tow thlIny failure to provide accurate and truthful information may be a reason to reject my bid. _< 1 t") Firm Name: Signature: > .. c.� Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 43 05 — Page 1 of 2 WORKSHEET: AUTHORIZATION TO TRANSACT BUSINESS This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ 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 other than Iowa, has received a certificate of authority to transact business i n -=� C' -� ;<M MR M D � co Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 43 05 — Page 2 of 2 00 43 10 BID BOND FORM FIRE STATION 1 APPARATUS BAY SLAB RECONSTRUCTION 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 Fire Station 1 Apparatus Bay Slab Reconstruction 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. The Principal and the Surety hereto execute this bid security this of , A. D. , 20_. Witness Witness day _ (Seal) Principal By: — {T ]e) Suret r- M By: 5 C) =C (Attorney -in act) w Attach Power -of -Attorney, if applicable C.) Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 43 10 — Page 1 of 1 -LED 004510 SECTION I - GENERAL POCT LICY STATEMENT LIANCE M� _7 �'30 S CITY CLERK It is the policy of the City of Iowa City to require equal employment oppor NO Ciefl NC q tW_ntract 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 00 45 10 — Pages 2 and 3) or other required material must be received and approved by the City. 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. Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 45 10 — Page 1 of 6 SECTION II - ASSURANCE OF COMPLIANCE E " C" The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEj#' #SET-LijFtf P B 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. Li f " CLERK l;IWA CITY, 10WA 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 Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 45 10 — Page 2 of 6 5. The undersigned agrees to display, in conspicuous places at the wPfk;site, ZJl P.osters required by federal and state law for the duration of the contract. N'0T'TUi)y can provide assistance in obtaining the necessary posters. 204MAY -7 Ali 9: 30 6. How does your business currently inform applicants, employees, and( y Vie hrurces (including unions) that you are an Equal Employment Opportunity'97 �Y. loYA The above responses are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Print Name Title Date Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 45 10 — Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYRNT f` OPPORTUNITIES kM e COMPANY POLICY 11 a, 1acti ^f Ail �� Determine your company's policy regarding equal employment opportunities 'r Dock. i nt the policy and post it in a conspicuous place so that it is known to aII ,wiiKlbes.° 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 ensure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job -related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 45 10 — Page 4 of 6 discrimination. �— (h) Improve hiring and selection procedures and use non -biased prom©tio araFis and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for sejtira 31 id for promotion, transfer and training are based upon a fair assessment o�a' employee's ability and work record. Furthermore, all companies shouid.pPt otherwise publicize all job promotional opportunities and encourage lr lifl 11 VA employees to bid on them. For your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment can be found at: https://codelibrary.amlegal.com/codes/iowacitVia/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. Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 45 10 — Page 5 of 6 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY FOLIC To all employees of ?M MAY -7 QM 9: 11 CITY CLERK This Company and its employees shall not discriminate against any eniQl*(CbT'A0,�J t 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. Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 45 10 — Page 6 of 6 00 45 20 FILED WAGE THEFT POLICY M MAY - 7 AM 9: 3 i 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 d" 't dui, 6q economic development assistance to, any person or entity (including an owner of mbrb t�" 2W40tyA 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. I. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 45 20 — Page 1 of 3 Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or 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. c� +:Z ) C t` M M > Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 45 20 — 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 71 4 M r M a" Z +«sF Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 45 20 — Page 3 of 3 005210 AGREEMENT FIRE STATION 1 APPARATUS BAY SLAB RECONSTRUCTION PROJECT CITY OF IOWA CITY THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). WHEREAS the City has prepared certain Contract Documents dated the 7th day of May, 2024, for the Fire Station 1 Apparatus Bay Slab Reconstruction 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 agreement for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. 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 Agreement consists of the Contract Documents, as defined in the Section 00 72 00 General Conditions, 1.1.1, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; pursuant to Section 00 43 05 attached hereto; and b. Contractor's Completed Contract Compliance Program (Anti - Discrimination Requirements) Assurance, if applicable, pursuant to Section 00 45 10, attached hereto; and C. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 00 45 20, attached hereto. The above components are deemed complementary and what is called for by one shall be as binding as if called for by all. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. E5rn - Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 52 00 — 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: By: City Clerk (for Formal Projects only) APPROVED BY: City Attorney's Office Printed Name of Contractor Officer Title of Contractor Officer ATTEST: CD -` Bv. 71 (CompanNLOffiicial) =� M sa rn � � ca Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 52 00 — Page 2 of 2 0061 10 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND FIRE STATION 1 APPARATUS BAY SLAB RECONSTRUCTION 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: The Project will involve the following: removal and replacement of structural concrete slab, floor drains, sand -oil separator, sanitary sewer connection and associate piping and paving. The project is located at Fire Station 1, 410 East Washington Street, Iowa City, IA 52240. 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 agree., p; y all just claims submitted by persons, firms, subcontractors, and corporations futaiasing<ymatenail for or performing labor in the performance of the Contract on account ofwhich (his Bond is given, including but not limited to claims for all amounts due for-f+abor, -rAaterla lubricants, oil, gasoline, repairs on machinery, equipment, and tools, (564;6meid or by the Contractor or any subcontractor, wherein the same are not satisfiedut oPhe portion of the contract price the Jurisdiction is required to retain untiFomplRon of -the improvement, but the Contractor and Surety shall not be liable to said persoh-9, firms, or Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 61 10 —Page 1 of 4 corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of One year(s) (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(s) (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 haveen in had the Contract been performed in the first instance as required. Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 61.F- Pgge 2 Of t � 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. --s -< -=� c-) r- ZC E5 w Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 61 10 — Page 3 of 4 PRINCIPAL: SURETY: Printed Name of Contractor Officer Surety Company Name By By Signature of Contractor Officer Signature of Attorney -in -Fact Officer Title of Contractor 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 NOTE: 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. r-•-.. rn x� Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 61 10 — Page 4 of 4 00 72 00 GENERAL CONDITIONS "General Conditions of the Contract for Construction" AIA DOC A201-2007 amended, shall apply except as amended in the Supplementary Conditions. ca rw M o Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 72 00 — Page 1 of 1 00 73 00 SUPPLEMENTARY CONDITIONS PART 1 - GENERAL 1.1 INTRODUCTION A. The following supplements modify the "General Conditions of the Contract for Construction", AIA Document A201-2007. Where a portion of the General Conditions is modified or deleted by these Supplementary Conditions, the unaltered portions of the General Conditions shall remain in effect. B. Terms used in these Supplementary Conditions will have meanings assigned to them in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings indicated below, which are applicable to both the singular and plural thereof. C. Deletions from the AIA A201 are indicated as �+r�at and additions to the AIA A201 are indicated as "bold italic". D. The OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Law or Regulations in respect to any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to any dispute arising between the parties or under the Contract Documents. E. Delete all references to mediation and arbitration in their entirety. 1.2 ARTICLE 1 - GENERAL PROVISIONS A. Change paragraph 1.1.3 to read as follows: 1.1.3 The term "Work" means the construction and services required by the Contract Documents, whether completed or partially completed, and includes all other labor, tools, materials, equipment, transportation, services, taxes, insurance and all other services provided or to be provided by the Contractor to fulfill the Contractor's obligations. The Work may constitute the whole or a part of the Project. The Contractor shall provide all work and materials required by any part of the Contract Documents. B. Add the following paragraph 1.1.9 Project Manual to read as follows: 1.1.9 Project Manual The bound documentary information prepared for bidding and constructing the Work. The list of the contents of the Project Manual, which may bound in one or more volumes, is contained in the table(s) of contents. The Project Manual is the basis for developing the Contract and Contract Documents. C. Add the following paragraph 1.2.4: 1.2.4 Sections of Division 1 - General Requirements, gov(jrh the !*ecution of all sections of the specifications. C-) Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 73'-00 — Image f. 1.3 ARTICLE 2 - OWNER Change paragraph 2.4 to read as follows: cti 2; - If the Contractor defaults or neglects to carry out the Work in accordance = wrthl.the Contract Documents and fails within a seven-day period after receipt of w.r+iten notice from the Owner to commence and continue correction of such default or -neglect with diligence and promptness, the Owner may without prejudice to other - � pedies the Owner may have, correct such deficiencies. In such case a n the Owner may deduct from Z payments then or thereafter due the Contractor the reaseaable entire cost of hob correcting such deficiencies, including Owner's expenses and compensation for the Architect's and/or Consultant's additional services and expenses and heating, engineering, accounting, consulting services and attorneys' fees and expenses made necessary by such default, neglect, or failure. Seeh-astiGR appFeval of the AFGhiteGt. If payments then or thereafter due the Contractor are not sufficient to cover such amounts, the Contractor shall pay the difference to the Owner. The Owner's actions pursuant to this Subparagraph shall not operate as a release of any obligation of a surety. 1.4 ARTICLE 3 - CONTRACTOR A. Change paragraphs 3.2.2 to read as follows: 3.2.2 Because the Contract Documents are complementary, the Contractor shall, before starting each portion of the Work, carefully study and compare the various Contract Documents relative to that portion of the Work, as well as the information furnished by the Owner pursuant to Section 2.2.3, shall take field measurements of any existing conditions related to that portion of the Work, and shall observe any conditions at the site affecting it. These obligations are for the purpose of facilitating coordination and construction by the Contractor and are not for the purpose of discovering errors, omissions, or inconsistencies in the Contract Documents; however, the Contractor shall promptly report to the Architect any errors, inconsistencies or omissions discovered by or made known to the Contractor as a request for information in such form as the Architect may require. It is recognized that the contractor's review is made in the Contractor's capacity as a contractor and not as a licensed design professional, unless otherwise specifically provided in the Contract Documents. The Contractor shall not be liable to the Owner or Architect for damage resulting from errors, inconsistencies or omissions in the Contract Documents unless the Contractor recognized such error, inconsistency or omission and kRew+egly failed to report it to the Architect. If the Contractor performs any construction activity kRewing it iRV9IVeG involving a recognized error, inconsistency or omission in the Contract Documents without such notice to the Architect, the Contractor shall assume appr-epriate responsibility for such performance and shall bear all costs for correction. The Contractor shall perform no portion of the Work at any time without Contract Documents or, where required, approved Shop Drawings, Product Data or Samples for such portion of the Work. B. Change paragraph 3.3.2 to read as follows: 3.3.2 The Contractor shall be responsible to the Owner for acts and omissions of the Contractor's employees, Subcontractors, Sub -subcontractors, vendors, Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 73 00 — Page 2 of 20 material providers and suppliers and their agents and employees, and other persons performing portions of the Work under a contract with the Contractor or - -, a{iywof its Subcontractors. ~* r�-C A6d the following 3.3.4: 1.3,4 Contractor shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. Contractor shall provide to Owner and Architect the phone number and/or paging service of this individual. D. Change paragraph 3.4.1 to read as follows: 3.4.1 Unless otherwise provided in the Contract Documents, the Contractor shall provide and pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, storage, parking and other facilities and services necessary for proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. Should the Contract Documents require work to be performed after regular working hours or should the Contractor elect to perform work after regular hours, the additional cost of such work shall be borne by the Contractor. E. Add the following paragraphs 3.4.4 through 3.4.6: 3.4.4 Whenever any provisions of the Contract conflict with any agreements or regulation of any kind in force among members of any trade association, unions or councils, which regulate what work shall be included in the work of particular trades, the Contractor shall make all necessary arrangements to reconcile any such conflict without delay or cost to the Owner and without recourse to the Architect or the Owner. 3.4.5 After the Contract has been executed, the Owner and the Architect will consider a formal request for the substitution products in place of those specified only under the conditions set forth in Section 01 60 00 - Post Bid Substitutions. 3.4.6 By making requests for substitutions based on Subparagraph 3.4.4 above, the Contractor. .1 represents that the Contractor has personally investigated the proposed product and determined that it is equal or superior in all respects to that specified. .2 represents that the Contractor will provide the same warranty for the substitution that the Contractor would for that specified. .3 certifies that the cost data presented is complete and includes all related costs under this Contract except the Architect's redesign costs, and waives all claims for additional costs related to the substitution which subsequently become apparent; and .4 will coordinate the installation of the accepted substitute, making such changes as may be required for the Work to be complete in all respects. .5 will adhere to the contract schedule F. Change paragraphs 3.5 to read as follows: Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 73 00 - Page 3 of 20 3.5 The Contractor warrants to the Owner and Architect that materials and equipment furnished under the Contract will be of good quality and new unless the =� Contract Documents require or permit otherwise. The Contractor further warrants O •4c U..rthat the Work will conform with the requirements of the Contract Documents and i11 be free from defects, eXGept fer these inhor 4 in the quality of theVVGFk the i Work, materials or equipment not t--conforming to these requirements may be considered defective. The Contractor's ._Warranty excludes remedy for damage or defect caused by abuse, alterations to =JJJe Work not executed by the Contractor, improper or insufficient maintenance, improper operation, or normal wear and tear and normal usage. If required by the Architect, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. G. Change paragraph 3.6.1 to read as follows: The Contractor shall pay sales, consumer, use and similar taxes for the Work provided by the Contractor that are legally enacted when bids are received or negotiations concluded, whether or not yet effective or merely scheduled to go into effect. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. All such information for said certificates shall be submitted to the City/Owner together in one submission. H. Change paragraph 3.7.2 to read as follows: 3.7.2 The Contractor shall sempiy perform the Work in compliance with and give notices required by applicable laws, statutes, ordinances, codes, rules, regulations and lawful orders of public authorities bearing on performance of the Work. I. Change paragraph 3.7.3 to read as follows: 3.7.3 If the Contractor performs Work knowing it to be contrary to applicable laws, statutes, ordinances, codes, rules and regulations, or lawful orders of public authorities, the Contractor shall assume full apprepFiate responsibility for such Work and shall bear the costs and expenses of correcting or replacing such Work. J. Change paragraph 3.7.4 to read as follows: 3.7.4 Concealed or Unknown Conditions. If the Contractor encounters conditions at the site that are 1) subsurface or otherwise concealed physical conditions that differ materially from those indicated in the Contract Documents or 2) unknown physical conditions of an unusual nature that differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, the Contractor shall promptly provide notice to the Owner and the Architect before conditions are disturbed and in no event later than the next business day 21� after first observance of the conditions. The Architect will promptly investigate such conditions and, if the Architect determines that they differ materially and cause an increase or decrease in the Contractor's costs of or time required for performance of any part of the work, will recommend an equitable adjustment in the Contract Sum or Contract Time, or both. If the Architect determines that the conditions at the site are not materially Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 73 00 — Page 4 of 20 different from those indicated in the Contract Documents and that no change in the cg; terrrts of the Contract is justified, the Architect shall promptly notify the Owner and u Car0,actor in writing, stating the reasons. if either party disputes the ArnhiteG >K. Cb0ge paragraph 3.11 to read as follows: 3'1.1 The Contractor shall maintain at the site for the Owner, one copy of the Drawings, Specifications, Addenda, Change Orders and other Modifications, in good order and marked currently to indicate field changes and selections made during construction, and eee sepy of all approved Shop Drawings, MSDS Sheets, Product Data, Samples and similar required submittals. These shall be available to the Architect and shall be delivered to the Architect for submittal to the Owner upon completion of the Work as a record of the Work as constructed. L. Change paragraph 3.13 to read as follows: 3.13 The Contractor shall confine operations at the site to areas permitted by applicable laws, statutes, ordinances, codes, rules and regulations, and lawful orders of public authorities and the Contract Documents and shall not unreasonably encumber the site with materials or equipment. The Contractor acknowledges that the property on which the Project and Work are located may be occupied and in use by the Owner during the execution of the Work. The Contractor shall perform and coordinate its work in such a manner that the portions of the property occupied and in use will not be encumbered or the use interfered with or interrupted. M. Change paragraph 3.17 to read as follows: 3.17 The Contractor shall pay all royalties and license fees. The Contractor shall defend suits or claims for infringement of patent rights and shall hold the Owner and Architect harmless from loss on account thereof, but shall not be responsible for such defense or loss when a particular design, process or product of a particular manufacturer or manufacturers is required by the Contract Documents, or where the copyright violations are contained in Drawings, Specifications or other documents prepared by the Owner or Architect. However, if the Contractor has reason to believe that the required design, process or product is an infringement of a copyright or patent, the Contractor shall be responsible for such loss unless such information is promptly furnished to the Architect and the Owner in writing. N. Change paragraphs 3.18.1 to read as follows: 3.18 To the fullest extent permitted by law, the Contractor shall indemnify, defend and hold harmless the Owner, Architect, Architect's consultants, and agents and employees of any of them from and against claims, damages, losses and expenses, including, but not limited to attorneys' fees, arising out of or resulting from performance of the Work, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (ether than the Work itseg) but only to the extent caused in whole or in part by intentional or negligent acts or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, Such obligation shall not be construed to negate, abridge, or reduce other rights or Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 73 00 — Page 5 of 20 "- obligations of indemnity that would otherwise exist as to a party or person r; described in this Paragraph 3.18. Nothing in the foregoing Paragraph 3.18.1 is T % fftended or shall be deemed to constitute an indemnification by the Qontractor against the negligence of any of the parties to be otherwise ri *mnified pursuant to Paragraph 3.18.1. r . O Change paragraph 3.18.2 to read as follows: =. 8.2 Contractor is not, and shall not be deemed to be, an agent or employee s of -the City of Iowa City, Iowa. In claims against any person or entity indemnified under this Section 3.18 by an employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under Section 3.18.1 shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Contractor or a Subcontractor under worker's compensation acts, disability benefit acts or other employee benefit acts. 1.5 ARTICLE 4 - ARCHITECT A. Change paragraph 4.1.2 to read as follows: 4.1.2 Duties, responsibilities and limitations of authority of the Architect as set forth in the Contract Documents shall not be restricted, modified or extended without written consent of the Owner, Gontraster and Architect. Consent shall not be unreasonably withheld.. B. Change paragraph 4.2.1 to read as follows: 4.2.1 The Architect will provide administration of the Contract as described in the Contract Documents and will be the Owner's representative as provided herein during construction and until the Architect issues the final Certificate for Payment to the Contractor on the Project. The Architect will advise and consult with the Owner. The Architect will have authority to act on behalf of the Owner only to the extent provided in the Contract Documents. C. Change paragraph 4.2.3 to read as follows: 4.2.3 On the basis of the site visits, the Architect will keep the Owner reasonably informed about the progress and quality of the portion of the Work completed, and report to the Owner 1) known deviations from the Contract Documents and from the most recent construction schedule submitted by the Contractor, and 2) defects and deficiencies observed in the Work. The Architect and the Owner will not be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. The Architect and the Owner will not have control over or charge of and will not be responsible for acts or omissions of the Contractor, Subcontractors, or their agents or employees, or any other persons or entities performing portions of the Work. D. Change paragraphs 4.2.5 through 4.2.6 to read as follows: 4.2.5 Based on the Architect's observations and evaluations of the Contractor's Applications for Payment, the Architect will review and segify recommend to the Owner the amounts due the Contractor and will issue Certificates for Payment in such amounts. 4.2.6 The Architect has authority to reject Work which does not conform to the Contract Documents. Whenever the Architect considers it necessary or advisable Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 73 00 — Page 6 of 20 _ I z w.../ Qr-implementation of the intent of the Contract Documents, the Architect will .�" 'haye authority to recommend to the Owner to require additional inspection or testing of the Work in accordance with Subparagraphs 13.5.2 and 13.5.3, whether or'hot such Work is fabricated, installed or completed. However, neither this authority of the Architect nor a decision made in good faith either to exercise or not to exercise such authority shall give rise to a duty or responsibility of the Architect to the Contractor, Subcontractors, material and equipment suppliers, their agents or employees, or other persons performing portions of the Work. E. Change paragraphs 4.2.10 through 4.2.12 to read as follows: 4.2.10 If the Owner and Architect agree, the Architect will provide one or more project representatives to assist in carrying out the Architect's responsibilities at the site. re rire eRt tiyes hall he a et ferth in aR exhibit to be the i;e Rtra Gt 4.2.11 The Architect will interpret and make recommendations to the Owner regarding decide matters concerning performance under and requirements of the Contract Documents on written request of either the Owner or Contractor. The Architect's response to such requests will be made in writing within any time limits agreed upon or otherwise with reasonable promptness. If no agreement is made concerning the time within which recommendations required of the Architect shall be furnished in compliance with this Paragraph 4.2, then the Architect shall furnish such recommendations within such reasonable time after the request is made that allow sufficient time in the professional judgment of the Architect for review. 4.2.12 Interpretations and recommendations des+siens of the Architect will be consistent with the intent of and reasonably inferable from the Contract Documents and will be in writing or in the form of drawings. When making such interpretations and recommendations deGiSiGR6, the Architect will endeavor to secure faithful performance by both Owner and Contractor, will not show partiality to either and will not be liable for results of interpretations or recommendations deeis+ens rendered in good faith. 1.6 ARTICLE 5 - SUBCONTRACTORS A. Delete paragraph 5.2.1 and add the following: 5.2.1 The CONTRACTOR shall provide, within 24 hours of the bid opening, a list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required on the Bid Form and the Agreement. 1. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. B. Change paragraph 5.3 to read as follows: 5.3 By appropriate agreement, written where legally required for validity, the Contractor shall require each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Contractor by terms of the Contract Documents, and to assume toward the Contractor all the obligations and responsibilities which the Contractor, by these Documents, assumes toward the Owner and Architect. Each subcontract agreement shall preserve and protect the Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 73 00 — Page 7 of 20 rights of the Owner and Architect under the Contract Documents with respect to c� the Work to be performed by the Subcontractor so that subcontracting thereof will 01 prejudice such rights, and shall allow to the Subcontractor, unless specifically 3= :provided otherwise in the subcontract agreement, the benefit of all rights, remedies _,�d redress against the Contractor that the Contractor, by the Contract _-J C-) Documents, has against the Owner. Where appropriate, the Contractor shall require each Subcontractor to enter into similar agreements with " `5ub-subcontractors. The Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract agreement, copies of the Contract Documents to which the Subcontractor will be bound, and, upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of the proposed subcontract agreement which may be at variance with the Contract Documents. Subcontractors shall similarly make copies of applicable portions of such documents available to their respective proposed Sub -subcontractors. All warranties provided by the Subcontractors, including all express and implied warranties in the Contract Documents and the agreements between the Contractor and the Subcontractors and all warranties provided by law, shall run to and be for the benefit of the Owner, and the Owner shall have a direct right of action against the Subcontractors for any breach of said warranties. 1.7 ARTICLE 6 - CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS A. Delete paragraph 6.1.4 in its entirety. B. Change paragraph 6.2.4 to read as follows: 6.2.4 The Contractor shall promptly remedy damage the Contractor why causes to completed or partially completed construction or to property of the Owner or separate contractors as provided in Subparagraph 10.2.5. 1.8 ARTICLE 7 - CHANGES IN THE WORK A. Change paragraph 7.2.1 to read as follows: 7.2.1 A Change Order is a written instrument prepared by the Architect and signed by the Owner and Contractor and approved by the Architect, stating their agreement upon all of the following: B. Add paragraph 7.2.2 as follows: 7.2.2 A Change Order is conclusively presumed to include all adjustments in Contract Time and Contract Sum necessary to complete the change to the Work and related parts of the Work. C. Add paragraph 7.2.3 as follows: 7.2.3 In all Change Orders or Construction Change Directives, the allowance for Overhead and profit to be included in the total cost to the Owner shall not exceed the following amounts: .1 For the Contractor, for any Work performed directly by the Contractor's employees, not including oversight of such work performed by subcontractor, fifteen percent (15%) of the cost. .2 For the Contractor, for Work performed by Subcontractor, ten percent (10%) of the amount due the Subcontractor. Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 73 00 — Page 8 of 20 .3 For each Subcontractor, or Sub -subcontractor involved, for any Work _ performed by such contractor's own forces, fifteen percent (155/o) of the cost. .4 ,__ For each Subcontractor, for Work performed by the Sub - ;s�ubcontractors, five percent (5%) of the amount due the Sub -subcontractor. S In order to facilitate checking of quotations for extras or credits, all r- t. proposals, except those so minor that their propriety can be seen by • -inspection, shall be accompanied by a complete itemization of costs including labor, materials and Subcontracts. In no case will a change revolving over $200.00 be approved without such itemization. .6 Unless otherwise agreed, costs to which overhead and profit are to be applied shall be those costs listed in Subparagraph 7.3.6. 1.9 ARTICLE 8 - TIME A. Change paragraph 8.2.3 to read as follows: 8.2.3 The Contractor shall proceed expeditiously with adequate forces and shall achieve Substantial Completion within the Contract time. The Contractor shall bear all costs for overtime and all additional expense which may arise in order to achieve Substantial Completion within the Contract Time. B. Add paragraph 8.2.4 to read as follows: 8.2.4 If, upon the recommendation of the Architect, it becomes necessary at times during construction for the Owner to accelerate the work, each Contractor or subcontractor when ordered and directed by the Owner, shall cease work at any point and shall transfer its workers to such points and execute such portion of its work as may be required to enable others to properly engage in and carry on their work. C. Change paragraph 8.3.1 to read as follows: 8.3.1 If the Contractor is delayed at any time in progress of the Work by an act or neglect of the Owner or Architect, or of an employee of either, or of a separate contractor employed by the Owner, or by changes ordered in the Work, or by labor disputes, fire, unusual delay in deliveries, unavoidable casualties or other causes beyond the Contractor's control, Ar OrnhiteGt determiRes mo„ justify do� then the Contract Time shall be extended by Change Order for such reasonable time as the Owner, with the advice of the Architect, may determine. Such delays shall not be a basis for damages. An extension of the Contract Time is the Contractor's sole remedy for such delay. D. Delete paragraph 8.3.3 in its entirety. E. Add paragraph 8.4 LIQUIDATED DAMAGES to read as follows: Since the actual monetary value of damages sustained by the Owner as a result of delayed completion of the Work is extremely difficult or impractical to assess, the Owner and Contractor agree as follows: 1. Upon failure of the Contractor to achieve "Substantial Completion" of the Work in compliance with requirements of the Contract Documents: The Contractor shall pay as liquidated damages, and not as a penalty, the sum of amount as listed in the Notice to Bidders (or Instruction to Bidders) for each calendar day that "Substantial Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 73 00 — Page 9 of 20 1.10 Completion" is delayed beyond the date written in the Agreement, subject to adjustments of the Contract Time as provided for in the Contract Documents. 2. The Owner shall give written notice to the Contractor of intent to assess liquidated damages pursuant to provisions of this Article. Calculation of the amount of liquidated damages shall commence on the date the Owner notifies the Contractor of this intent. 3: Liquidated damages assessed in accordance with these provisions are exclusive of other monetary damages to which the Owner may be entitled as a direct result of the Contractor's failure to achieve final completion of the Work in accordance with requirements of the Contract Documents. These liquidated damages are not intended to be exclusive of Owner's right 'to terminate this Contract based on Contractors' failure to comply with the terms and provisions of the Contract. 4. Partial performance of the Work of this Contract shall not relieve the Contractor from liability for liquidated damages. 5. Contractor's liability for liquidated damages shall cease upon issuance of Substantial Completion Certificate for the Work of the Contract. 6. Notwithstanding anything in the Contract Documents to the contrary, amounts assessed to the Contractor as liquidated damages may be deducted by the Owner from any money payable to the Contractor pursuant to this Contract. The Owner shall notify the Contractor in writing of a claim for liquidated damages prior to the date. the Owner deducts such sum from money payable to the, Contractor. ARTICLE 9 - PAYMENTS AND COMPLETION A. Add the following paragraph 9.3.1.3. .3 The first payment application shall be accompanied by Contractor's partial waiver of lien only, for the full amount of the payment. Each subsequent monthly payment application shall be accompanied by the Contractor's partial waiver and by the partial waivers of Subcontractors and Suppliers who were included in the immediately preceding payment application to the extent of that payment. Application for final payment shall be accompanied by final waivers of lien from the Contractor, Subcontractor and Suppliers who have not previously furnished such final waivers. B. Change paragraph 9.4.1 to read as follows: 9.4.1 The Architect will, within seven days after receipt of the Contractor's Application for Payment, either issue to the Owner a Certificate for Payment, with a copy to the Contractor, for such amount as the Architect determines is properly due, or.notify the Contractor and Owner in writing of the Architect's reasons for withholding certification in whole or in. part as provided in Subparagraph 9.5.1. Nothing herein shall be construed as requiring the Architect to reduce the retainage to be applied to payment applications., All certifications and payments, including those pursuant to a pending claim, shall be tentative Fire Station 1 Apparatus Bay. Slab Reconstruction Project 00 73 00 — Page 10 of 20 J kOxf.. conditional and it shall not be necessary for the Architect to make any w, �E statement to this effect. Add paragraph 9.4.2.1: 9.4.2.1 The Architect's determination as to the issuance of or withholding of orthe amount of payment reflected on Certificates of Payment shall subject .; the Architect to no liability whatsoever to the Owner, Contractor, Surety, or any other person. D. Change paragraph 9.6.1 to read as follows: 9.6.1 The Owner shall make partial payments to the Contractor within 30 days after the Owner has received a Certificate for Payment from the Architect. To insure proper performance of the Contract, the Owner will retain 5% of each payment amount or such larger amount as will insure that there always remains a sufficient balance to complete the work, such retainage to be held until Final Acceptance of Work and shall so notify the Architect. Payment in the maRRer and Within the time nrevided in the i;entra Gt E. Change paragraph 9.8.4 to read as follows: When the Work or designated portion thereof is substantially complete, the Architect will prepare a Certificate of substantial Completion that shall establish the date of Substantial Completion, shall establish responsibilities of the Owner and contractor for security, maintenance, heat, utilities, damage to the Work, and insurance, and shall fix the time within which the contractor shall finish all items on the list accompanying the Certificate. designated POFtieR theFeef URIeSS ethepNi; e—provided—fn the Gertifisate—o F. Add paragraph 9.10.6: 9.10.6 Notwithstanding any provision to the contrary in this Contract, final payment of the retainage due the Contractor will be made not earlier than 31 days from the final acceptance of the work by the Owner, subject to the conditions and in accordance with the provisions of Chapter 573 of the Code of Iowa (2009), as amended. G. Add paragraph 9.10.7: 9.10.7 Warranties required by the Contract Documents, including those stated in the performance and payment bond, shall commence on the date of final, formal acceptance of the work by the City. 1.11 ARTICLE 10 -PROTECTION OF PERSONS AND PROPERTY A. Add paragraph 10.1.1: 1. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Owner prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 73 00 — Page 11 of 20 QJ r (Z) w ,compliance with applicable OSHA and State laws regarding hazardous rr` tf pfnicals and right -to -know. Y w. B Cbange paragraph 10.2.4 to read as follows: I. -.,'When use or storage of explosives or other hazardous materials or equipment or unusual methods are necessary for the execution of the Work, the Contractor shall give the Owner reasonable advance notice and shall exercise utmost care and carry on such activities under supervision of properly qualified personnel. C. Add paragraph 10.2.9: 10.2.9 When required by law or for the safety of the Work, the Contractor shall shore up, brace, underpin and protect foundations and other portions of existing structures which are in any way affected by the Work. The Contractor, before commencement of any part of the Work, shall give any notices required to be given to adjoining landowners or other parties. The Owner shall be notified once these notices have been served and before the work is performed. 1.12 ARTICLE 11 -INSURANCE AND BONDS A. Change paragraph 11.1.1.5 to read as follows: .5 claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including explosion, collapse and damage to underground utilities and loss of use resulting therefrom; B. Change paragraph 11.1.2 to read as follows: 11.1.2 The insurance required by Subparagraph 11.1.1 shall be written for not less than limits of liability specified in the Contract Documents or required by law, whichever coverage is greater. Coverage whethe shall be written on an occurrence basis and shall be maintained without interruption from the date of commencement of the Work until the date of final payment and termination of any coverage required to be maintained after final payment, and, with respect to the contractor's completed operations coverage, until the expiration of the period for correction of Work or for such other period for maintenance of completed operations coverage as specified in the Contract Documents. C. Change paragraph 11.1.3 to read as follows: 11.1.3 Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior to commencement of the Work and thereafter upon renewal or replacement of each required policy of insurance. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. These certificates and the insurance policies required by this Section 11.1 shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least 30 days' prior written notice has been given to the Owner. An additional certificate evidencing continuation of liability coverage, including coverage for completed operations, shall be submitted upon final Application for Payment as required by Section 9.10.2 and thereafter upon renewal or replacement of such coverage until the expiration of the time required by Section 11.1.2. Information concerning reduction of coverage on account of revised limits or claims paid under the General Aggregate, or both, shall be furnished by the Contractor with reasonable promptness. Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 73 00 — Page 12 of 20 D. Delete paragraph 11.1.4 in its entirety and add the following paragraphs 11.1.4 through 11.1.14: 11.1.4 Any policy or policies of insurance purchased by the Contractor to Cn safisfy his/her responsibilities under this contract shall include contractual C'-N-1ility coverage, and shall be in the following type and minimum amounts: r`, Q #hype of Coverage >` iOomprehensive General Liability Each Occurrence Aggregate Bodily Injury & Property Damage* $1,000,000 $Z000,000 "Automobile Liability Combined Single Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Employer's Liability Each Accident $500,000 Each Employee $500,000 Policy Limit $500,000 Professional Liability (if applicable) $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. Property Damage liability insurance must provide explosion, collapse and underground coverage. Comprehensive General Liability using Insurance Services Office CG0001 or equivalent, shall include Contractual, Premises & Operations, Products & Completed Operations, Independent Contractors, Personal & Advertising Injury coverages, and Aggregate Limits of Insurance (Per Project) endorsement. Automobile Liability shall include all owned, non -owned and hired autos and also coverage for Contractual Liability. Excess Liability shall provide no less than following form coverage to the primary underlying policies. Workers Compensation shall include the Alternative Employer and Waiver of Subrogation endorsements in favor of the Owner. Professional Liability, if applicable: The Contractor shall procure and maintain, during the life of this Agreement, Professional Errors and Omissions Liability Insurance. The Contractor will notify the Owner if claims made erode the policy limits below those required above. All liability policies above, except for Workers Compensation and Professional Liability, shall include the Owner's Governmental Immunities Endorsement. 11.1.5 The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 11.1.6 The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and in the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 73 00 — Page 13 of 20 N indemnity agreement herein contained, and such coverage amount shall not C") be subject to reduction or set off by virtue of investigation or defense costs t vi k► erred by Contractor's insurer. ,1 WX t,,1, 9.7 The entire amount of the Contractor's liability insurance policy a coverage limits shall be payable by the Contractor's insurer, with no `�- ,-deductible to be paid by, or self -insured retention to be attributed to, the .ry ---Contractor unless this requirement is waived by the City. Contractor's =' Certificate of Insurance must set forth the nature and amount of any such deductible or self -insured retention. 11.1.8 If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance and copies of such shall be attached thereto. 11.1.9 The Contractor shall include the City as additional insured on all policies except workers compensation. The Contractor shall include the Owner (City of Iowa City, including its employees, agents and assigns) as additional insured on all policies, except worker's compensation and professional liability. Such additional insured endorsement(s) shall make the Contractor's liability insurance primary to the Owner's and, furthermore, shall not be contributing with any other insurance or similar protection available to the Owner, whether such available protection be primary, contributing or excess. Owner shall be an Additional Insured with respect to all required aforementioned coverages, which shall be stated on all Certificates of Insurance. Such Certificates shall also state that the Governmental Immunities Endorsement apply and said endorsements shall be attached thereto. The Contractor shall require any of its agents and subcontractors who perform work and/or services pursuant to the provisions of this Agreement to purchase and maintain the same types of insurance as are required of the Contractor. 11.1.10 The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims - made" insurance coverage, then the Contractor must comply with the following requirements: A. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. B. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 73 00 - Page 14 of 20 tv coverage from its new carrier, covering prior acts during the period of M this Contract from and at its inception. Ic ci� (TMO. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this �-- Contract, and shall not be subject to any further limitations or h exclusions, or have a higher deductible or self -insured retention than { the insurance which it replaces R1.11 The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and seek specific performance or termination, as the case may be. 11.1.12 In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses exhaust the aggregate limits of Contractor's liability insurance, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 11.1.13 In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 11.1.14 Contractor shall be responsible for any deductible amounts; including but not limited to the owner's deductible on the owner's builder's risk. E. Delete paragraphs 11.3 in its entirety and add paragraphs 11.3 as follows: 11.3 PROPERTY INSURANCE 11.3.1 OWNER shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: .1 include the interests of OWNER, CONTRACTOR, Subcontractors, Owner's Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an additional insured; .2 be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, false work, and materials and equipment in transit, and shall insure against at least the following perils or Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 73 00 — Page 15 of 20 r, .;, cause of loss: fire, lightning, extended coverage, theft, vandalism and ' malicious mischief, earthquake, collapse, debris removal, water damage, and su#h,other perils or causes of loss as may be specifically required by the Supplementary Conditions; "= 3 include expenses incurred in the repair or replacement of any insured property, .4 include $100,000 for materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by OWNER; .5 allow for partial utilization of the Work by OWNER; .6 include testing and startup; and .7 be maintained in effect until final payment is made. .8 Such coverage shall not include coverage for loses or damage caused by the negligent acts or omissions of Contractor or Subcontractors, or for damage to material or equipment while under the control of or stored by Contractor prior to installation or prior to inclusion of such material or equipment in construction. Contractor shall maintain appropriate insurance for such risks or occurrences 11.3.2 OWNER shall purchase and maintain such boiler and machinery insurance which shall specifically cover such insured objects or additional property insurance as may be required by Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, OWNER's Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured. 11.3.3 All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured to whom a certificate of insurance has been issued and will contain waiver provisions. 11.3.5 If CONTRACTOR requests in writing that other special insurance be included in the property insurance policies provided under paragraph 5.06, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the Site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. F. Delete section 11.4 in its entirety and add paragraph 11.4 to read as follows: 11.4.1 The Contractor shall furnish a Performance Bond and Labor and Material Payment Bond from a surety using the form included in the Contract Documents, each in an amount equal to the Contract Price. Cost of such Bonds shall be included in the base bid. Each alternative bid shall include Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 73 00 - Page 16 of 20 the additional Bond cost. Contractor shall deliver the required Bonds to the Owner prior to the signing of the Agreement. The Performance, Labor and Material Bond shall be executed in x ^ conformity with the American Institute of Architect's Document A-312 (1984 Edi7ion), with coverage provided by a surety having a financial rating from Affl' Best of A, VII or higher. fir Whenever the Contractor shall be and is declared by the Owner to be in default under the Contract, the Surety and Contractor are each responsible to make full payment to the Owner for any and all additional services of the Architect as defined in the Owner/Architect Agreement which are required as a result of the Contractor's default and in protecting the Owner's right under the agreement with the Contractor to remedy the Contractor's default or honor the terms of the Performance Bond. .3 These Bonds shall be maintained by the Contractor and shall remain in full force and effect until final acceptance of the Work by the Owner. The Contractor agrees and will cause the Surety to agree to be bound by each and every provision of all the Contract Documents. .4 The Surety shall give written notice to Owner, within seven (7) days after receipt of a declaration of default, of the Surety's election either to remedy the default or defaults promptly or to perform the work promptly or to pay to Owner the penal sum of the bond, time being of the essence. In said notice of election, the Surety shall indicate the date on which the remedy or performance will commence, and it shall then be the duty of the Surety to give prompt notice in writing to Owner immediately upon completion of (a) the remedy and/or correction of each default, (b) the remedy and/or correction of each omitted item of work, (c) the furnishing of each omitted item of work, and (d) the performance of the work. The Surety shall not assert solvency of its Principal or its Principal's denial of default as justification for its failure to promptly remedy the default or defaults or perform the work. .5 The Principal and Surety further agree as part of this obligation to pay all such damages of any kind to person or property that may result from a failure in any respect to perform and complete the Work including, but not limited to, all repair and replacement costs necessary to rectify construction error, architectural and engineering costs and fees, all consultant fees, all testing and laboratory fees, and all legal fees and litigation costs incurred by the Owner. .6 The Surety agrees that other than as is provided in the Bond it may not demand of the Owner that the Owner shall (a) perform any thing or act, (b) give any notice, (c) furnish any clerical assistance, (d) render any service, (e) furnish any papers or documents, or (0 take any other action of any nature or description which is not required of the Owner to be done under the Contract Documents. 11.4.2 Surety shall be satisfactory to the Owner and shall be authorized to do business in the state of Iowa. 1.13 ARTICLE 13 - MISCELLANEOUS PROVISIONS Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 73 00 - Page 17 of 20 Change paragraph 13.1 to read as follows: The Contract shall be governed by the laws of the State of Iowa of the Ap .place where the Project is located except that, if the parties have selected r� arbitration as the method of binding dispute resolution, the Federal Arbitration Act vshall govern Section 15.4. - C_ MYr'T B. £hange paragraph 13.3.1 to read as follows: '13.3.1 Written notice shall be deemed to have been duly served if delivered in person to the individual, to a member of the firm or entity or to an officer of the corporation for which it was intended, or if sent by registered or certified mail to the last business address known to the party giving notice. C. Change paragraph 13.5.1 to read as follows: 13.5.1 Tests, inspections and approvals of portions of the Work shall be made as required by the Contract Documents and by applicable laws, statutes, ordinances, codes, rules, and regulations or lawful orders of public authorities. Unless otherwise provided, the Contractor shall make arrangements for such tests, inspections and approvals with an independent testing laboratory or entity acceptable to the Owner, or with the appropriate public authority, and shall bear all related costs of tests, inspections and approvals. The Contractor shall give the Architect and Ownertimely notice of when and where tests and inspections are to be made so the Architect and Owner may observe such procedures. The Owner shall bear costs of 1) tests, inspections or approvals that do not become requirements until after bids are received or negotiations concluded and 2) tests, inspections or approvals where building codes or applicable laws or regulations prohibit the Owner from delegating their cost to the Contractor. Copies of all reports, data and other documents related to tests, inspections and approvals shall be provided to the Architect as soon as practicable. D. Delete paragraphs 13.7. E. Add the following Section 13.8: 13.8 The Contractor shall maintain policies of employment as follows: .1 The Contractor and the Contractor's subcontractors shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance. The Contractor shall take affirmative action to insure that applicants are employed, and that employees are treated during employment without regard to their race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the policies of non-discrimination. .2 The Contractor and the Contractor's subcontractors shall, in all solicitations or advertisements for employees placed by them or on their behalf, state that all Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 73 00 — Page 18 of 20 qualified applicants will receive consideration for employment without regard to ..y rac6„ religion, color, sex, age, disability or national origin or otherwise as may be re' 'red by local or state ordinance �--.. Add the following Section 13.9: The Contractor shall maintain CONTRACT COMPLIANCE PROGRAM (ANTI DISCRIMINATION REQUIREMENTS) forall contracts of $25,000ormore, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC-1. 1.14 ARTICLE 14 -TERMINATION OR SUSPENSION OF THE CONTRACT A. Add the following paragraph 14.2.1.5: .5 fails or refuses to provide insurance or proof of insurance as required by the Contract Documents. B. Change paragraph 14.2.4 to read as follows: 14.2.4 If the unpaid balance of the Contract Sum exceeds costs of finishing the Work, including compensation for the Architect's services and expenses made necessary thereby, and other damages incurred by the Owner and not expressly waived, such excess shall be paid to the Contractor. If such costs exceed the unpaid balance, the Contractor shall pay the difference to the Owner. The amount to be paid to the Contractor or Owner, as the case may be, shall be certified by the Initial Decision Maker, upon application, and this obligation for payment shall survive termination of the Contract. The Contractor shall bear all testing, engineering, accounting, and legal expenses made necessary as a result of termination of the Contract. 1.15 ARTICLE 15- CLAIMS AND DISPUTES A. Change paragraphs 15.1.1 through 15.1.3 to read as follows: 15.1.1 Definition. A Claim is a demand or assertion by one of the parties seeking, as a matter of right, payment of money, or other similar relief with respect to the administration terms of the Contract during the performance of the Work. The term "Claim" also includes other disputes and matters in question between the Owner and Contractor arising out of or relating to the Contract. The responsibility to substantiate Claims shall rest with the party making the Claim. Nothing in this Article is intended to limit claims by the Owner related to the performance of or quality of the Work. 15.1.2 Notice of Claims. Claims by either the Owner or Contractor must be initiated by written notice to the other party and to the Initial Decision Maker with a copy sent to the Architect if the Architect is not serving as the Initial Decision Maker. Claims by either party must be initiated within 21 days after occurrence of the event giving rise to such Claim or within 21 days after the claimant first recognizes the condition giving rise to the Claim, whichever is later. An additional Claim relating to the same subject matter made after the initial Claim has been implemented by Change Order will not be considered and is deemed waived by the Contractor. 15.1.3 Continuing Contract Performance. Pending final resolution of a Claim, except as otherwise agreed in writing or as provided in Section 9.7 and Article 14, Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 73 00 — Page 19 of 20 N rn he "4"*'ractor shall proceed diligently with performance of the Contract and the hOwri{shall continue to make payments for sums not in dispute in accordance �•.. wifih'4he Contract Documents. The Architect will prepare Change Orders and issue Certl&Eates for Payment in accordance with the decisions of the Initial Decision MIt¢F. B. Change paragraph 15.2.5 to read as follows: 15.2.5 The Initial Decision Maker will render an initial decision approving or rejecting the claim, or indicating that the Initial Decision Maker is unable to resolve the claim. This initial decision shall 1) be in writing, 2) state the reasons therefore, and 3) notify the parties and the Architect, if the Architect is not serving as the Initial Decision Maker, of any change in the Contract Sum or Contract Time or both. The the parties but subjeGt tG FnediatiOR and, if the parties fail to reselve their disputes C. Delete paragraphs 15.2.6 and 15.2.6.1 in their entirety. D. Delete Section 15.3 MEDIATION in its entirety. E. Delete Section 15.4 ARBITRATION in its entirety. F. Add the following paragraph 15.5 to read as follows: 15.5 The Owner and Contractor may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to any dispute arising between the parties or under the Contract Documents. Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 73 00 — Page 20 of 20 DRAWINGS G0N VER SHEET C1 'ENERAL NOTES C100 PAVEMENT REPLACEMENT PLAN C300 SANITARY PLAN AND PROFILE C500 CIVIL DETAILS C600 TRAFFIC CONTROL PLAN C601 TRAFFIC CONTROL PLAN P100 PLUMBING DEMOLITION AND NEW WORK PLANS S100 EXISTING FOUNDATION AND SLAB DEMO PLAN S101 SLAB PLAN, NOTES, AND DETAILS Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 73 00 — Page 1 of 1 SECTION 22 0500 .,; COMMON WORK RESULTS FOR PLUMBING PART 1 GE�tRAL'i w 1.1 SEjQ7FIOM4CLUDES Tfta work shall include the furnishings of systems, equipment and materials specified in this Division and as called for on the Plumbing Drawings to include supervision, quality control, operation, methods and labor for the fabrication, installation, start-up and tests for the complete plumbing installation. The work shall also include the furnishing of necessary hoisting facilities to set materials and equipment in place and the furnishing of any scaffolding and transportation associated with this work. B. Examine the project site and become familiar with existing conditions which will affect the work. Review the drawings and specifications of other trades and take note of conditions to be created which will affect the work. All conditions shall be considered in the preparation of bids; no additional compensation will be made on the behalf of this Contractor. Where noted on the drawings or where called for in other sections of the specification, the Contractor for this division shall install equipment furnished by others, and shall make required service connections. Verify with the supplier of the equipment the requirements for the installation. This contractor shall be responsible for the removal and installation of railings, piping, ductwork, louvers, etc. as required to install new equipment. 1.2 DAMAGE A. The Contractor shall be responsible for damage to the work of other trades, or to the building and its contents, caused by equipment installation. 1.3 PERMITS AND INSPECTIONS A. Obtain and furnish necessary permits and inspection certificates for material and labor furnished. Permits and certificates shall be obtained from the proper inspection authorities. The cost of permits, certificates and fees required in connection with the installation shall be borne by the Contractor, unless otherwise noted in the detailed contractual description preceding these specifications. Where applications are required for the procuring of utility services to the building, see that such application is properly filed with the utility, and that information required for such an application is presented to the extent and in the form required by the utility company. 1.4 CODES AND STANDARDS A. Applicable provisions of the following codes and standards are hereby imposed on a general basis for the mechanical work in addition to specific applications specified by individual work sections of these specifications ASHRAE/IES 90.1 - Code for Energy Efficiency ANSI Pressure Piping Standards (631) 3. ASHRAE Safety Code for Mechanical Refrigeration (ANSI 69.1) 4. AWWA Standards Fire Station 1 Apparatus Bay Slab Reconstruction COMMON WORK RESULTS FOR PLUMBING Project No. 2112205330 May 7, 2024 22 0500-1 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 5. American Gas Association...s - AWS Standards for Welding National Electrical Code 70?4 MAY _7 AID! 9' 32 Local and/or State Plumbing, Mechanical and Buildin GodbY CLERK OWA CITY. IOWA Occupational Safety and Health Act (OSHA) 10. Uniform Plumbing Code and City of Iowa City additions (State of Iowa) 12. NFPA Standards and Pamphlets 13. If any work indicated on the drawings or specified herein conflicts in any way with any of the rules and regulations of the above authorities, the Contractor shall notify the Architect/Engineer in writing 72 hours before bids are opened. In the event the Contractor fails to notify the Architect/Engineer and changes are required by said conflicts, the Contractor shall make such changes as are required without additional cost to this Owner. 14. Installations must be safe in every respect, and must not create a condition which will be harmful to building occupants; to operating, installing or testing personnel; to workmen; or to the public. The contractor for each installation shall be solely responsible for providing installations which will meet these conditions. If the Contractor believes that the installation will not be safe for all parties, report these beliefs in writing to the Architect/Engineer before any equipment is purchased or work is installed, giving recommendations. The Architect/Engineer will work out required changes and adjustments in contract price where adjustments are warranted. 15. See Lead -Free requirements under 2.3 Standards of Materials and Workmanship. 1.5 DRAWINGS A. A complete set of drawings including civil, architectural, structural, mechanical, and electrical drawings shall be on the site at all times. Prior to installing any of the work, check the drawings for dimensions and see that the work does not interfere with clearance required for ceilings, beams, foundations, finished columns, pilasters, partitions and electrical equipment as shown on the drawings and details. After work is installed and it develops that interferences occur which have not been called to the Architect/Engineer's attention before the installation, the Contractor shall, at his own expense, make such changes in his work as directed by the Architect/Engineer. B. The contract drawings for plumbing work are in part diagrammatic, intended to convey the scope of work and indicate general arrangement and approximate sizes and locations of equipment and materials. Where job conditions require reasonable changes in indicated locations and arrangement, the Contractor shall make such changes as directed by the Architect/Engineer, without additional cost to the Owner. C. Because of the scale of the drawings, certain basic items such as pipe fittings, access panels, and sleeves may not be shown; but where such items are required by other sections of these specifications or where they are required by the nature of the work, they shall be furnished and installed. Rough -in dimensions and locations shall be verified with the supplier of equipment furnished by other trades, or by the Owner, prior to the time of roughing -in. COMMON WORK RESULTS FOR PLUMBING 22 0500-2 May 7, 2024 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 D. Equipment specification may not deal individually with minute items required Much„ s components, parts, controls and devices which may be required to produce the equipment performance specified, or as required to meet the equipment warranties. Where such items are required, they shall be included by the si13ia Y ttrgegprn2 whether or not specifically called for. CITY CLERK E. The drawings and the specifications are cooperative and supplem �VN. IrTth901VAt of both said drawings and specifications to cover all mechanical requirement in ilieir entirety as nearly as possible. The Contractor shall closely check the drawings and specifications for any obvious errors or omissions and bring any such condition to the attention of the Architect/Engineer prior to the receipt of bids, in order to permit clarification by means of a mailed Addendum. If there is no question prior to the bid proposal date, the Architect/Engineer shall assume that the drawings and specifications are complete and correct and will expect the intent of said documents to be complied with, and the installation to be complete in all respects, according to said intent. Locate equipment which must be serviced, operated or maintained in fully accessible positions. Minor deviations from the contract drawings may be made to allow for better accessibility, but changes of magnitude, or which involve extra cost, shall not be made without prior approval. Ample space shall be allowed for removal of parts that may require replacement or service in the future. 1.6 RESPONSIBILITY A. The Contractor's responsibility shall not end with the installation and connecting of the various apparatus. It shall include the services of an experienced superintendent, who shall be constantly in charge of the work, together with the qualified journeymen, helpers and laborers required to properly unload, install, connect, adjust, start, operate and test the work involved, including equipment and materials furnished by other trades or by the Owner, until such time as the entire plumbing installation functions properly in every detail. 1.7 COORDINATION A. Coordinate the work with other trades prior to installation. B. No piping or equipment foreign to the electrical equipment or architectural appurtenances shall be run over the top of any electrical panels or electrical equipment, in accordance with NEC 110-16 and 384-4. This does not prohibit sprinkler protection for the installation. C. The determination of quantities of material and equipment required shall be made from the drawings. Schedules on the drawings and in the specifications are completed as an aid, but where discrepancies arise, it shall be the Contractor's responsibility to provide the required quantity. D. Where the specifications state that equipment shall be furnished, installed or provided, it shall be understood to mean this Contractor shall furnish and install completely, unless it is specifically stated that the equipment is to be furnished and installed by others. E. The Architect/Engineer reserves the right to determine space priority of the contractors in the event of interference between the piping and equipment of the various contractors. Conflicts between the drawings and specifications, or between requirements set forth for the various trades, shall be called to the attention of the Architect/Engineer. If clarification is not asked for prior to the taking of bids, it will be assumed that none is required, and that the Contractor has submitted his bid in conformance with plans and specifications as issued and that no interference exists. COMMON WORK RESULTS FOR PLUMBING May 7, 2024 22 0500-3 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 1.8 GUARANTEE AND MAINTENANCE H "" A. Materials and equipment shall be guaranteed to be free from defects and to be new equipment; no secondhand, used or salvaged equipment will be? is M II1P ��12 existing equipment which is to be relocated or reinstalled under t con ract shall be refurbished, cleaned and repaired, and made subject to the guarantee ppd• mairtt_ once as herein specified, unless specifically noted otherwise. jitri CIT Y, YVA B. Keep the entire portion of the work in repair, without additional cost to the Owner, so far as defects in workmanship, apparatus, material or construction are concerned for one (1) year from the date of final acceptance, except as otherwise specified herein. C. Equipment which fails to meet performance ratings as specified and shown on the drawings shall be removed and replaced by new equipment that meets the specified requirements, without additional cost to the Owner. D. Materials and workmanship shall be subject to the review of the Architect/Engineer, in whose presence various tests shall be made as required by these specifications. E. Each equipment supplier shall have a service office within 100 miles of the project site and provide 24-hour response by factory -trained technical representative in the event of customer call. PART 2 PRODUCTS 2.1 SUBMITTALS B. Submittal data for plumbing equipment shall consist of shop drawings and/or catalog cuts showing technical data necessary to evaluate the material or equipment to include dimensions, wiring diagrams, performance curves, rating, and other descriptive data necessary to describe fully the item proposed and its operating characteristics. Shop drawings shall be submitted on equipment and materials as required by the specifications. C. Approval of materials, including alternate or substitute items, shall be obtained in writing from the Architect/Engineer, verbal approval will not be considered binding. D. Shop drawings shall be submitted and shall have been signed, checked, approved, and initialed by the Contractor prior to submittal to the Architect/Engineer. The Architect/Engineer will review shop drawings to aid in interpreting the plans and specifications, and will in so doing assume that the shop drawings conform to specified requirements set forth in this specification. The approval of the shop drawing by the Architect/Engineer does not relieve the Contractor of the responsibility of complying with elements of the specification. The name of the job, Architect/Engineer, location, and specification section shall appear on all pages of shop drawings. Equipment marks (such as S-1, WH-1) shall be indicated for each item. E. At the completion of the job, furnish three (3) copies of parts lists, operating and maintenance instructions, and manuals organized and bound, in three books. F. At the completion of the project, prepare and submit to the Owner record drawings showing the location of piping and valves. Drawing shall give accurate dimensions of such equipment for future use by the Owner. This drawing shall be submitted as soon as work is completed and before authorization of final payment. COMMON WORK RESULTS FOR PLUMBING 22 0500-4 May 7, 2024 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 2.2 SUBCONTRACTORS AND MATERIALS A. Submit to the Architect/Engineer for review, when requested, a list of subcontractors, materials and equipment proposed to be used. The list must be re e�I,p,)r the t� Architect/Engineer before this Contractor may enter into any sub -co allotll adreAi k 12 Equipment, materials, and devices, etc. shall be subject to the review of the-..., Architect/Engineer, whether or not said items are herein specified. LA �i I' CLERK IOWA' CITY, IOWA 2.3 STANDARDS OF MATERIALS AND WORKMANSHIP B. Materials shall be new, complete with manufacturer's guarantee or warranty, and shall be as listed by Underwriters Laboratories (UL), Inc., American Water Works Association (AWWA), American Gas Association (AGA), etc., if a standard has been established by that agency for the type of material. C. Materials shall also comply with applicable standards of the National Electrical Manufacturer's Association, National Board of Fire Underwriters, National Fire Protection Association, National Safety Council, National Bureau of Standards, the National Electrical Code and the Williams -Steiger Occupational Safety and Health Act of 1970. Such standards are hereby made a part of these specifications. D. Work shall be performed by workmen skilled in the particular craft, shall be executed in a workmanlike manner, and shall present a neat mechanical appearance when completed. Align, level and adjust equipment for satisfactory operation, and install so that connecting and disconnecting of piping and accessories can be made readily and so that parts are easily accessible for inspection, operation and maintenance. Methods and techniques of installation shall be subject to the review of the Architect/Engineer. E. Materials shall be the standard product of a reputable manufacturer regularly engaged in the manufacture of the specific product. Materials of the same type of class shall be the products of one manufacturer. For example, faucets shall be from the same manufacturer. F. Materials shall be protected from damage, and stored indoors or protected from the weather at all times, unless other storage arrangements are approved by the Architect/Engineer. G. Bearing lubrication fittings shall be as recommended by the manufacturer and shall be extended, where necessary, to an accessible location. H. Material and equipment shall be installed in strict accordance with the manufacturer's recommendations. 2.4 MATERIAL SUBSTITUTIONS A. Proposals as submitted shall be based on the products specifically named in the specification or on the drawings. Material or equipment by manufacturers other than those specified may be used only by permission of the Architect/Engineer. Such permission for substitution must be requested, in writing, in accordance with Division 1. B. The Architect/Engineer reserves the sole right for the approval of proposed material or equipment, and the phrase, "or approved equivalent", used in these specifications, or on the drawings, shall be interpreted to mean an equivalent approved by the Architect/Engineer. C. Changes required by alternate equipment shall be made at no additional cost to the Owner; and costs incurred by other trades, public utilities or the Owner, as a result of the use of such equipment, shall be the responsibility of the Contractor. COMMON WORK RESULTS FOR PLUMBING May 7, 2024 22 0500-5 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 D. Furnish to the Architect/Engineer, when requested, samples of proposed material or t " equipment substitutions. These samples shall remain with the Architect/Engineer astc ng a•� as needed. �? � E. Identify the differences in alternate material or equipment as compared P'th�TpeJieAM 9»' 32 and indicate the benefits to the project as a result of selecting the alternative-, ITY CLERK F. The Architect/Engineer reserves the right to refuse approval of equipmen'Q1W& 6 SWIDWA meet the specification, in their opinion, or of equipment for which no local experience of satisfactory service is available. The Architect/Engineer further reserves the right to reject equipment for which maintenance service and the availability of replacement parts is questionable. 2.5 JOINING MATERIALS A. Refer to individual Division 22 piping sections for special joining materials not listed below. B. Pipe -Flange Gasket Materials: Suitable for chemical and thermal conditions of piping system contents. ASME B16.21, nonmetallic, flat, asbestos -free, 1/8-inch (3.2-mm) maximum thickness unless thickness or specific material is indicated. Full -Face Type: For flat -face, Class 125, cast-iron and cast -bronze flanges. Narrow -Face Type: For raised -face, Class 250, cast-iron and steel flanges. 1) AWWA C110, rubber, flat face, 1/8 inch (3.2 mm) thick, unless otherwise indicated; and full -face or ring type, unless otherwise indicated. C. Flange Bolts and Nuts: ASME B18.2.1, carbon steel, unless otherwise indicated. D. Plastic, Pipe -Flange Gasket, Bolts, and Nuts: Type and material recommended by piping system manufacturer, unless otherwise indicated. E. Solder Filler Metals: ASTM B 32, lead-free alloys. Include water-flushable flux according to ASTM B 813. F. Brazing Filler Metals: AWS A5.8, BCuP Series, copper -phosphorus alloys for general - duty brazing, unless otherwise indicated; and AWS A5.8, BAg1, silver alloy for refrigerant piping, unless otherwise indicated. G. Welding Filler Metals: Comply with AWS D10.12 for welding materials appropriate for wall thickness and chemical analysis of steel pipe being welded. H. Solvent Cements for Joining Plastic Piping: ABS Piping: ASTM D 2235. CPVC Piping: ASTM F 493. PVC Piping: ASTM D 2564. Include primer according to ASTM F 656. 4. PVC to ABS Piping Transition: ASTM D 3138. Fiberglass Pipe Adhesive: As furnished or recommended by pipe manufacturer. COMMON WORK RESULTS FOR PLUMBING 22 0500-6 May 7, 2024 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 2.6 TRANSITION FITTINGS A. AWWA Transition Couplings: Same size as, and with pressure rating at least equal t and with ends compatible with piping to be joined. 7024 MAY -1 AM 9: 3� 1. Available Manufacturers: CITY CLERK a. Cascade Waterworks Mfg. Co. IOV+A CITY, iONVA b. Dresser Industries, Inc.; DMD Div. C. Ford Meter Box Company, Incorporated (The); Pipe Products Div. d. JCM Industries. e. Smith -Blair, Inc. f. Viking Johnson. 2. Underground Piping NPS 1-1/2 (DN 40) and Smaller: Manufactured fitting or coupling. 3. Underground Piping NPS 2 (DN 50) and larger: AWWA C219, metal sleeve -type coupling. 4. Aboveground Pressure Piping: Pipe fitting. B. Plastic -to -Metal Transition Fittings: CPVC, PVC, or CPVC and PVC one-piece fitting with manufacturer's Schedule 80 equivalent dimensions; one end with threaded brass insert, and one solvent -cement -joint end. 1. Available Manufacturers: a. Eslon Thermoplastics. C. Plastic -to -Metal Transition Adaptors: One-piece fitting with manufacturer's SDR 11 equivalent dimensions; one end with threaded brass insert, and one solvent -cement -joint end. 1. Available Manufacturers: a. Thompson Plastics, Inc. D. Plastic -to -Metal Transition Unions: MSS SP-107, [CPVC] [PVC] [CPVC and PVC] four- part union. Include brass end, solvent -cement -joint end, rubber O-ring, and union nut. 1. Available Manufacturers: a. NIBCO INC. b. NIBCO, Inc.; Chemtrol Div. E. Flexible Transition Couplings for Underground Nonpressure Drainage Piping: ASTM C 1173 with elastomeric sleeve, ends same size as piping to be joined, and corrosion - resistant metal band on each end. 1. Available Manufacturers: a. Cascade Waterworks Mfg. Co. b. Fernco, Inc. COMMON WORK RESULTS FOR PLUMBING May 7, 2024 22 0500-7 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 C. Mission Rubber Company. d. Plastic Oddities, Inc. 2.7 DIELECTRIC FITTINGS A. Products: Victaulic Style 47 Waterway or equivalent by Anvil. 2.8 GROUT A. Description: ASTM C 1107, Grade B, nonshrink and nonmetallic, dry hydraulic -cement grout. Characteristics: Post -hardening, volume -adjusting, nonstaining, noncorrosive, nongaseous, and recommended for interior and exterior applications. Design Mix: 5000-psi (34.5-MPa), 28-day compressive strength. Packaging: Premixed and factory packaged. PART 3 EXECUTION 3.1 INTERRUPTION OF SERVICE A. Changes in service shall be made so as to provide a minimum of interference with the operation of services in the building. When changes require shutdown of building services, such shutdowns shall be scheduled for weekends or holidays: all associated costs for shutdowns shall be the responsibility of the contractor. Notify the owner in writing (14) days in advance of shutdown, also providing duration, systems affected and nature of shutdown. Temporary arrangements shall be approved by the Architect/Engineer and/or Owner. 3.2 PIPING SYSTEMS - COMMON REQUIREMENTS A. Drawing plans, schematics, and diagrams indicate general location and arrangement of piping systems. Indicated locations and arrangements were used to size pipe and calculate friction loss, expansion, pump sizing, and other design considerations. Install piping as indicated unless deviations to layout are approved on Coordination Drawings. B. Install piping in concealed locations, unless otherwise indicated and except in equipment rooms and service areas. C. Install piping indicated to be exposed and piping in equipment rooms and service areas at right angles or parallel to building walls. Diagonal runs are prohibited unless specifically indicated otherwise. D. Install piping above accessible ceilings to allow sufficient space for ceiling panel removal. E. Install piping at indicated slopes. F. Install fittings for changes in direction and branch connections. ZIF vr..t = h G. Install piping to allow application of insulation. H. Select system components with pressure rating equal to or greater th,�.s'ystem operating pressure. C7Lo " Ftl v; �. ry COMMON WORK RESULTS FOR PLUMBING 22 0500-8 May 7, 2024 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 3.3 OPENINGS, CUTTING, AND PATCHING A. The trade contractors shall coordinate the placing of openings in the new structure, as required for the installation of plumbing work. The trade contractors shall coordinate new piping, utilities, etc. through existing openings in the existing structure (PEMB precast) as required for the installation of plumbing work. B. Furnish to the building contractor the accurate locations and sizes for required openings within new portions of the building. This shall not relieve this Contractor of the responsibility of checking to assure that proper size openings are provided within new portions of the building. When additional patching is required due to this Contractor's failure to inspect this work, this Contractor shall make arrangements for the patching required to properly close the opening, to include patch painting. This Contractor shall pay any additional cost incurred in this respect. C. When cutting and patching of the structure is made necessary due to this Contractor's failure to install piping, sleeves or equipment on schedule, or due to this Contractor's failure to furnish, on schedule, the information required for the leaving of openings, it shall be this Contractor's responsibility to make arrangements for this cutting and patching. This Contractor shall pay any additional cost incurred in this respect. D. Provide cutting and patching and patch painting in the existing structure, as required for the installation of the work. Furnish lintels and supports as required for openings. Cutting of structural support members will not be permitted without prior approval of the Architect/Engineer. Extent of cutting shall be minimized. Use core drills, power saws or other machines which will provide neat, minimum openings. Patching shall match adjacent materials and textures and shall be performed by craftsmen skilled in the respective craft required. 3.4 EXCAVATION AND BACKFILL A. See Division 31 for requirements for trench excavation, backfill, and compaction. 3.5 CONCRETE AND MASONRY WORK A. Coordinate required concrete saw cutting, removal and reinstallation with concrete and/or general contractor. B. Furnish equipment anchor bolts and be responsible for their proper installation and accurate location. 3.6 ROOF OPENINGS A. Roof openings required by this Contractor that are not shown on the Structural or Architectural Drawings shall be cut and If necessary reinforced by an experienced roofing contractor. B. Roof penetrations for piping shall be through curbed roof openings. Equipment supports shall be by curbed and flashed runners meeting current National Roofing Contractor Association (NRCA) standards and details. Pitch pockets, pitch pans, and wood,41ocking are not acceptable.:? C. All roof work shall be completed such that it does not void any roof war at -^ ---I c-) . 1 C r-- COMMON WORK RESULTS FOR PLUMBING May 7, 2024 22 0500-9 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 3.7 PAINTING A. The finish of any item that has been marred, scratched or damaged in any way by this Contractor shall be repainted at the expense of this Contractor, and to the satisfaction of the Architect/Engineer and the Owner. 3.8 CLEANING A. Keep the premises clean of all debris caused by the work at all times, and keep materials stored, in areas designated by the Owner, in such a manner as not to interfere with the progress of the work of other Contractors or with the operation of existing facilities. B. At the conclusion of the construction, the site shall be thoroughly cleaned of all rubble, debris and unused material and shall be left in good order. Closed off spaces shall be cleaned of waste such as material, cartons, and wood frame members used in the construction. 3.9 SUSPENSION FROM WOOD STRUCTURAL MEMBERS A. In general, concentrated or other loads shall not be suspended directly from the bottom of wood structural members, unless approved by the Architect/Engineer. Loads suspended from open web joists or trusses may be transferred to the bottom chord of the structural member at the panel points. Loads suspended from solid web joists shall be transferred to the joists only through the top flange or web. Suspension systems shall be reviewed by the Architect/Engineer. 3.12 PROTECTION A. Special care shall be taken for the protection of equipment furnished by this Contractor. Equipment and material shall be protected from elements such as weather, painting, and plastering until the project is completed. Damage from rust, paint, or scratches shall be repaired as required to restore equipment to original condition. B. Protection of equipment during the plastering and painting of the building shall be the responsibility of the contractor performing that work, but this shall not relieve this Contractor of the responsibility of checking to assure that adequate protection is being provided. C. Where the installation or connection of equipment requires this Contractor to work in areas previously finished by other contractors, this Contractor shall be responsible that such areas are protected and are not marred, soiled or otherwise damaged during the course of such work. This Contractor shall arrange with the other contractors for repairing and refinishing of such areas which may be damaged. D. When heavy materials must be placed upon or transported over the roof deck, sheeting shall be placed to distribute the weight and support such materials. Any damage shall be immediately corrected at no cost to the Owner. 3.13 NOISE AND VIBRATION Be responsible for the installation of all equipment in such a manner aBo conl the transmission of noise and vibration from any installed equipment or sy", s&,, at the, sound level does not exceed NC35 in any occupied space. Be respont- teJor-the correction of any objectionable noise in any occupied area due to imp erly ir�tallec equipment. r -, {fir A COMMON WORK RESULTS FOR PLUMBING 22 0500-10 May 7, 2024 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 3.14 TESTS AND DEMONSTRATIONS A. Systems shall be tested and placed in proper working order prior to demonstrating systems to the Owner. B. Prior to acceptance of the plumbing installation, demonstrate to the Owner or his designated representatives essential features and functions of all systems installed, and instruct the Owner in the proper operation and maintenance of such systems. C. Furnish the necessary trained personnel to perform the demonstrations and instructions, and arrange to have the manufacturer's representatives for the system present to assist with the demonstrations. The Owner and Contractor shall each sign a certification stating that the training has been performed and the Owner accepts same. 3.16 WARRANTY A. At a minimum, warranties for all Sections of this Division shall comply with a two year warranty period. Exception: Any warranties within this Division explicitly stipulating longer warranty periods shall be held to the longer warranty period. END OF SECTION 22 0500 h-x-. w C r.... CA) tV COMMON WORK RESULTS FOR PLUMBING May 7, 2024 22 0500-11 SECTION 22 0529 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT PART 1 GENERAL 1.1 SECTION INCLUDES A. Provide equipment, materials, labor and supervision necessary to install pipe hangers and supports. B. Pipe support systems shall secure pipes in place, prevent pipe vibration, provide vertical adjustment for maintaining required grades, and provide for expansion and contraction. C. Where supports are attached to concrete or other structural members, care shall be taken to prevent damage or weakening of the structural members. D. Where concrete inserts are to be used, it shall be this Contractor's responsibility to accurately locate and attach inserts to concrete forms. 1.2 REFERENCES A. American National Standards Institute, ANSI: 1. ANSI B31.9: Building Services Piping B. Manufacturers Standardization Society of the Valve and Fittings Industry, MSS, 1815 North Fort Myer Drive, Arlington, VA 22209. 1. MSS SP-58: Pipe Hangers and Supports - Materials, Design and Manufacturer. 2. MSS SP-69: Pipe Hangers and Supports - Selection and Application. 1.3 SUBMITTALS A. Submit manufacturer's product data. PART 2 PRODUCTS 2.1 HANGERS AND SUPPORTS A. Hangers and support devices shall be Anvil International Inc., Tolco, Fee and Mason, Michigan, B-Line or approved equivalent. Figure numbers based on Anvil. PART 3 EXECUTION 3.1 INSTALLATION - HORIZONTAL PIPE SUPPORTS A. Hanger rods for steel, wrought iron and brass pipe shall be installed in accordance with MSS SP-69 Tables 3 and 4 and the following schedule: Pipe Size Up to 1 1 /4" 1 1 /2" and 2" 2" 2 1 /2", 3", and 3 1 /2" Fire Station 1 Apparatus Bay Slab Reconstruction Project No. 2112205330 Rod Diameter Maximum S acinr> 3/8" 7'-0„ t 3/8" 91-01, --t c-a v 3/8" 10'-01, 1 /2" 10'-0" -,o h.; HANGERS & SUPPORTS FOR PLUMBING PIPING & EQUIPMENT May 7, 2024 22 0529-1 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 B. Hanger rods for copper pipe and tube shall be installed in accordance with MSS-SP-69 Tables 3 and 4 and the following schedule: Pipe Size Rod Diameter Maximum Spacing 1/2" and 3/4" 3/8" 5-0" ill 3/8" 6'-0" 1 1/4" 3/8" 7'-0" 1 1/2" 3/8" 8'-0" 2" 1 3/8" 8'-0" 2 1/2" 1 1/2" 9'-0" C. Support horizontal cast iron soil pipe with two hangers for each pipe length. Locate hangers close to couplings. D. In addition to the above specified spacings, install additional hangers at change in pipe direction and at concentrated loads, large valves and strainers. E. Where more than one pipe is to be run parallel together, they may be supported on trapeze type hangers. Trapeze bar angles and hanger rods shall be of sufficient size to support the particular group of pipes. Trapeze hanger spacing shall be based on the smallest pipe on the rack. When hanging from light gauge metal trusses, coordinate pipe hanger spacing and hanger rod connection points with the truss manufacturer. F. For suspending hanger rods from brackets attached to walls, use welded steel brackets; Fig. 194 for loads up to 750 Ibs; Fig. 195 for loads up to 1500 Ibs; Fig 199 for loads up to 3000 lbs. G. Where pipes are to be racked along walls, use "Unistrut" pipe racks or 12 gauge steel strut channel, 1-5/8" x 1-5/8" minim. H. Attach all pipe hangers from support rods using double locknuts tightened to prevent loosening. 3.2 INSTALLATION - VERTICAL PIPE SUPPORTS A. Support vertical steel, wrought iron, copper and brass pipe at every other floor line. B. Support vertical cast iron soil pipe at every floor line. C. In addition to the above, support vertical pipes at base of riser with base fitting set on concrete or brick pier, or by hanger located on horizontal connection close to riser. D. Where pipe sleeves extend above floor, place pipe clamps at ceiling below and support clamp extensions from inserts or other approved attachment. 3.3 PIPE ATTACHMENTS A. For horizontal steel and wrought iron pipe, use carbon steel adjustable clevis hanger, Fig. 260. For floor support or support directly above steel beams, use pipe EBII stangig. 177. B. For horizontal copper pipe and tube, use copper -plated malleable irod'r'r; i piq ring with turn buckle adjuster, Figs. CT-109 and 114 combined.' i r� b HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT-: 22 0529-2 May 7, 2024 N 3.4 3.5 w 3.7 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 C. When thermal expansion for horizontal pipe is in excess of/z" axially, use adjustable swivel pipe roll, Fig. 174, or pipe roll stand, Fig. 177. D. For horizontal cast iron soil pipe, use clevis hanger, Fig. 260. E. For vertical steel, wrought iron and cast iron pipe, use extension pipe clamps, Fig. 261. F. For vertical copper pipe and tube, use copper -plated extension pipe clamp, Fig. CT-121 or Fig. CT-121C. INTERMEDIATE ATTACHMENTS A. Hanger rods: use carbon steel single or double end threaded, Figs. 140, 141, 253, 254 as required. Continuous threaded rod: Fig. 146 may be used wherever possible. B. Chain wire or perforated strap hangers will not be permitted. One pipe shall not be suspended from another pipe. STRUCTURALATTACHMENTS A. For attaching steel or copper plated hanger rods to reinforced concrete, use galvanized malleable iron concrete inserts; Fig. 282 for loads up to 1140 lbs. B. For attaching steel hanger rods to structural steel beams, use malleable iron C-clamps; Fig. 92, Fig. 93 or Fig. 94 with retaining clip Fig. 89 or Fig. 89X for loads up to 500 lbs-, Fig. 218 with extension piece for loads up to 1,365 lbs. For copper plated hanger rods, use copper plated malleable iron C-clamps; Fig. CT-138R for loads up to 180 lbs. C. Vertical expansion shields or toggles shall not be used for suspending hanger rods, except with permission in cases where inserts have been omitted or cannot be used. If permitted, use expansion shields; for rod sizes up to'/2", 320 lbs. max. load. For hanger rods larger than'/z" use attachment plate, Fig. 52, with wedge anchors. D. Powder actuated anchoring methods shall not be used. E. Piping and equipment shall be supported from structure and not from metal deck. PIPE COVERING PROTECTION A. Hangers and supports for insulated piping shall not injure or pierce insulation. Provide insulation protection shields in conjunction with hanger or roll device. Use Fig. 160 and 165, Protection Saddles. SUPPLEMENTALSTEEL A. Provide supplemental steel required to hang or support plumbing equipment or piping. A END OF SECTION 22 0529 --< � , cD Zr w� �i HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT May 7, 2024 22 0529-3 SECTION 22 1316 SANITARY WASTE, STORM AND VENT PIPING PART GENERAL 1.1 SECTION INCLUDES A. Provide equipment, materials, labor, and supervision necessary to install soil, waste, and vent system. 1.2 CODES AND STANDARDS A. Current issue of building code. B. Current issue local and International Plumbing Code. 1.3 SUBMITTALS A. Submit product and performance data for equipment specified herein. PART 2 PRODUCTS 2.1 SANITARY SEWERS, SOIL, WASTE AND VENT MATERIALS A. Materials MATERIAL SERVICE Edge HP Extra Heavy Cast iron soil pipe, service weight, bell and spigot, ASTM A74. Edge HP Iron Hub and Spigot Below grade sanitary and storm sewers Uncoated. Aboveground soil, waste, vent, and downspouts 3" diameter and over Cast iron soil pipe, service weight, no hub, Aboveground sanitary and storm sewers. Soil, waste, CISPI 301, ASTM A888 vent, and downspouts as permitted by code. Copper water tube, hard temper, ASTM B88. Aboveground soil, waste vent, and downspouts up to Type M and including 3" diameter Copper drainage tube, hard temper, Type Aboveground soil, waste, vent, and downspouts up to DWV. ASTM B306. and including 2-1/2" diameter, as permitted by Code. B. Fittings 1. Material and strength of fittings for cast sewer pipes, clay sewer pipes, and concrete sewer pipe shall conform to pipe as per ASTM Standards. 2. Copper drainage tube (M) - Cast bronze fittings, solder joint fittings. ANSI B.16, 23-69. C. Joints 1. Cast iron bell and spigot soil pipe compatible with Charlotte Ec#i� HP I ra Heavy Cast iron soil pipe — meet pipe manufacturer's standarcftMforr sd, preset plastic or rubber joint, installed in accordance with man ufactu is -inst Tctions. y/ •�» ,, 0 1 Fire Station 1 Apparatus Bay Slab Reconstruction SANITARY WASTE, STORM AND VENT PIPING Project # 2112205330 May 7, 2024 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 2.2 VENTS A. Vents through the roof shall be cast iron and shall extend at least above the highest possible water level on the roof but in no case less than 12 inches. B. Provide a flashing of 4 pound sheet lead for each vent through the roof. The flashing shall extend up around the pipe and turn down into it at least 2 in. and shall extend over the roof deck at least 1 ft. in each direction from the base. C. Coordinate flashing of vents through the roof with the roofing contractor. D. Where vents through the roof are subject to frost or snow closure the vent termination shall be increased beginning at least 12 in. under the roof with a cast iron long increaser. Size increasers as follows: Vent Size Increase To 1-1/4 in. and 1-1/2 in. 3 in. minimum 2 in. and 2-1/2 in. 4 in. minimum 3 in. 4 in. 4 in. 4 in. 2.3 SLEEVES A. Sleeves passing through non -load bearing walls and partitions shall be galvanized sheet steel with lock seam joints of minimum gauges as follows: For pipes 2-1/2" in size and smaller - 24-gauge; 3 in. to 6 in. - 22-gauge; over 6 in. - 20-gauge. B. Sleeves passing through load bearing walls, concrete beams, fireproof walls, foundations, footings, and waterproof floors shall be Schedule 40 galvanized steel pipe or cast iron pipe. C. Sleeves for insulated piping shall be of sufficient internal diameter to take pipe and insulation and to allow for free movement of pipe. Waterproof sleeves shall be of sufficient internal diameter to take pipe and waterproofing material. D. In finished areas where pipes are exposed, sleeves shall be terminated flush with wall, partitions and ceilings, and shall extend 1/2 in. above finished floors. Extend sleeves 1 in. above finished floors in areas likely to entrap water and fill space between sleeves and pipe with graphite packing and caulking compound. E. Sleeves passing through membrane waterproofing or roofing shall be flashed and sealed. 2.4 PIPE ESCUTCHEONS A. Provide pipe escutcheons with inside diameter closely fitting pipe outside diameter, or outside of pipe insulation where pipe is insulated. Select outside diameter of escutcheon to completely cover pipe penetration hole in floors, walls, or ceilings; ed piperr�eeve extensions, if any. Furnish pipe escutcheons with chrome finish for o ied leas, prime paint finish for unoccupied areas. -z B. Pipe Escutcheons for Moist Areas: For waterproof floors, and areas-yVaere vbater and,_` condensation can be expected to accumulate, provide cast brass oX eet bT�ass escutcheons, solid or split hinged. 1 C. Pipe Escutcheons for Dry Areas: Provide sheet steel escutcheon s, solid �9 split hinged. SANITARY WASTE, STORM AND VENT PIPING 22 1316-2 May 7, 2024 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 D. Manufacturer: Chicago Specialty; Producers Specialty; or Sanitary -Dash. 2.5 GUARDS A. Where exposed insulated piping extends through floor, provide sheet metal guard around insulation to extend up from floor 60 inches. Guard to be galvanized sheet steel not less than 26-gauge. 2.6 FIRE SAFING A. Metal piping and sleeves passing through floors, roof, partitions and fire walls, shall be provided with firestop by packing space between pipe and sleeve with UL listed non -sag and self -leveling fire safing insulation per manufacturer's instructions. B. Cracks, Voids, or Holes Up to 4" Diameter: Use non -sag or self -leveling putty or caulking, one-piece intumescent elastomer, non -corrosive to metal, compatible with synthetic cable jackets, and capable of expanding 10 times when exposed to flame or heat, UL listed. C. Openings 4" or Greater: Use sealing system capable of passing 3-hour fire test in accordance with ASTM E814, consisting of wall wrap or liner, partitions, and end caps capable of expanding when exposed to temperatures of 250 to 350oF (121 to 177oC), UL listed. D. Seal all holes or voids made by penetrations to ensure an effective barrier against smoke, fire, toxic and combustible gases. E. Unless protected, from possible loading or traffic, install firestopping materials in floors having void openings or four (4) inches or more to support the same floor load requirements. F. Manufacturer: Subject to compliance with requirements, provide non -sag and*lf- leveling fire barrier caulk, wrap/strip, moldable putty and sheet forms V,?e otibe following: 1. 3M Brand. C-) _J 2. Flame Stop. 'ern rn 3. Dow Corning. 4. Metacaulk. PART 3 EXECUTION 3.1 INSTALLATION A. Install underground building drains as shown and in accordance with the Uniform Plumbing Code. Lay underground building drains beginning at low point of systems, true to grades and alignment indicated with unbroken continuity of invert. Place bell ends of piping facing upstream. Install required gaskets in accordance with manufacturer's recommendations for use of lubricants, cements, and other special installation requirements. Clean interior of piping of dirt and other superfluous material as work progresses. Maintain swab or drag in line and pull past each joint as it is completed. Place plugs in ends of uncompleted piping at end of day or whenever work stops. B. Follow indicated lines generally, but make exact layout on the job to work actual fitting dimensions, align piping, and avoid interference. Provide proper support to maintain uniform fall of 1/4 in. per ft. for lines. Protect openings against the entrance of dirt. SANITARY WASTE, STORM AND VENT PIPING May 7, 2024 22 1316-3 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 C. No soil or waste pipe shall be covered by earth or construction without first being proved free of leaks by a hydrostatic test of at least 15-ft. head, witnessed by Arch itect/Engineer. Contractor to submit result (including date, duration and result) of test to Engineer and City of Iowa City for review. D. Install vents in practical alignment and supported with constant pitch back to the drainage system, concealed from finished spaces, unless shown or directed otherwise. E. Soil, waste and vent connections to fixtures shall be accurately located and concealed from finished spaces, unless shown otherwise. F. Refer to Division 31 for excavating, trenching, and backfilling. G. Contractor shall verify existing tie-in invert elevations of sanitary sewer piping prior to installation of new piping. Coordinate the site sewer tie-in invert elevation with the site utility contractor. Existing tie-in inverts that are discovered to be different from the information on the bid documents shall be reported to the Site Contractor and the Engineer immediately. 3.2 SLEEVES A. Install sleeves for piping passing through floors, roof, walls, concrete beams, and foundations. B. Install fire -proofing per manufacturer's written instructions. 3.3 ESCUTCHEONS A. Install escutcheons for pipes entering finished spaces. 3.4 PIPE PENETRATIONS A. Penetrations shall be free of debris and dirt. Dam the penetration (when required) with an acceptable material. Apply fire stop material to the penetration per manufacture's 1.installation instructions. Use a caulking gun, putty knife or other normal -trade twIs. Remove damming materials where necessary after cure. Clean up wit 3.5 FIRE SAFING C-D t J A. Install fire safing at all penetrations through walls, floors, etc. per manu er'�, t installation instructions as required to meet UL listing.ED 3.6 TESTING AND CLEANING y' W A. Flush out piping system with clean water before proceeding with required tests. f spect each run of each system for completion of joints, supports and accessory items. B. Hydraulically pressure test each section or segment of the system prior to backfilling, encasing, enclosing or otherwise preventing visual observation of the section or segment being tested. C. Water test soil, waste and vent system at 10 feet of head for 4 hours. Test standpipe to be a minimum of 10 feet above the highest point of section being tested. D. Testing shall be done in compliance with the International Plumbing Code. SANITARY WASTE, STORM AND VENT PIPING 22 1316-4 May 7, 2024 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 3.7 FINAL CLEANING A. At substantial completion for all trades, jet new sanitary lines to clean out any construction debris. END OF SECTION 22 1316 r..t CD — - . ". 3> ��; �. T— 7 r CrJ SANITARY WASTE, STORM AND VENT PIPING May 7, 2024 22 1316-5 SECTION 22 1319 SANITARY WASTE AND STORM PIPING SPECIALTIES PART 1 GENERAL 1.1 SUMMARY A. This Section includes the following sanitary drainage piping specialties: 1. Cleanouts. 4. Drain pit grates 6. Through -penetration firestop assemblies. 7. Miscellaneous sanitary drainage piping specialties. 8. Sand Oil Interceptors 1.2 CODES AND STANDARDS A. Local and/or State Plumbing, Mechanical and Building Codes B. Uniform Plumbing Code C. International Mechanical Code D. NFPA Codes and Standards 1.3 SUBMITTALS A. Product Data: For each type of product indicated. Include rated capacities, operating characteristics, and accessories. B. Shop Drawings: Indicate dimensions of installed product, including statement that coordination has occurred between installing Div. 22 contractor and associated contractors. For example, coordination must occur between Div. 22 and concrete contractor in drain pit grate system. B. Operation and Maintenance Data: For drainage piping specialties to include in emergency, operation, and maintenance manuals. 1.4 QUALITY ASSURANCE A. Drainage piping specialties shall bear label, stamp, or other markings of specified testing agency. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. 1.5 COORDINATION o A. Coordinate size and location of concrete bases. Cast anchor -bolt insetmto 'ses.. Concrete, reinforcement, and formwork requirements are specified in Oiwsior463. B. Coordinate size and location of roof penetrations. __J ;Crr"7i zw''j' w w w Fire Station 1 Apparatus Bay Slab Reconstruction SANITARY WASTE AND STORM PIPING SPECIALTIES Project # 2112205330 May 7, 2024 22 1319-1 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 PART 2 PRODUCTS 2.1 CLEANOUTS B. In floors of unfinished areas — cast iron with tapered body for caulking into soil pipe hub, with brass countersunk plug. D. In walls of unfinished areas — cast brass raised head, iron pipe size male threads. Provide with caulking ferrule where installed in iron soil pipe. 2.4 DRAIN PIT GRATE SYSTEM (FRAMES, COVERS, GRATES) A. Drain pit grates shall be type and model number as scheduled on Drawings, or engineer approved equal based on size/dimension and performance and furnished by this Contractor. B. Basis of design: Neenah R-4990-HX unbolted grate, Type A opening. C. Drain pit grate frames, grates/lids shall be unpainted gray iron, meeting ASTM-A48 Class 35-B for heavy duty use. D. Individual grate sections shall be maximum 2'-0" in length and weigh less than 150 lbs. per section. Coordinate exact grate width required to fit over 2'-0" concrete drain pit. E. Provide frame end pieces at extents of drain pit grate system. F. Coordinate installation of drain pit grate system with concrete contractor. 2.6 THROUGH -PENETRATION FIRESTOP ASSEMBLIES A. Through -Penetration Firestop Assemblies 1. Standard: UL 1479 assembly of sleeve and stack fitting with firestopping plug. 2. Size: Same as connected soil, waste, or vent stack. 3. Sleeve: Molded PVC plastic, of length to match slab thickness and with integral nailing flange on one end for installation in cast -in -place concrete slabs. 4. Stack Fitting: ASTM A 48/A 48M, gray -iron, hubless-pattern, wye branch with neoprene 0-ring at base and gray -iron plug in thermal -release harness. Include PVC protective cap for plug. 5. Special Coating: Corrosion resistant on interior of fittings. 2.7 MISCELLANEOUS SANITARY AND STORM DRAINAGE PIPING SPECIALTIES A. Deep -Seal Traps 1. Description: Cast-iron or bronze casting, with inlet and outlet matching connected piping and cleanout trap -seal primer valve connection. 2. Size: Same as connected waste piping. a. NPS 2 (DN 50): 4-inch- (100-mm-) minimum water sal. 7'.7 b. NPS 2-1/2 (DN 65) and Larger: 5-inch- (125-mm-) mkn _r , m water se8l. B. Air -Gap Fittings f" Ir SANITARY WASTE AND STORM PIPING SPECIALTIES 22 1319-2 May 7, 2024 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 1. Standard: ASME Al 12.1.2, for fitting designed to ensure fixed, positive air gap between installed inlet and outlet piping. 2. Body: Bronze or cast iron. 3. Inlet: Opening in top of body. 4. Outlet: Larger than inlet. 5. Size: Same as connected waste piping and with inlet large enough for associated indirect waste piping. C. Vent Caps 1. Description: Cast-iron body with threaded or hub inlet and vandal -proof design. Include vented hood and setscrews to secure to vent pipe. 2. Size: Same as connected stack vent or vent stack. D. Expansion Joints 1. Standard: ASME Al 12.21.2M. 2. Body: Cast iron with bronze sleeve, packing, and gland. 3. End Connections: Matching connected piping. 4. Size: Same as connected soil, waste, or vent piping. 2.8 SAND OIL INTERCEPTORS A. Provide prefabricated sand oil interceptors SOI-1 as indicated on sheet P100 B. Provide complete dimensioned submittal, meeting requirements of local AHJ and UPC. C. Coordinate required invert elevations with Civil Site contractor. PART 3 EXECUTION 3.1 INSTALLATION A. Refer to Division 22 Section "Common Work Results for Plumbing" for piping joining materials, joint construction, and basic installation requirements. B. Install cleanouts in aboveground piping and building drain piping according to the following, unless otherwise indicated: 1. Size same as drainage piping up to NPS 4 (DN 100). Use NPS 4 (DN 100) for larger drainage piping unless larger cleanout is indicated. r••.z 2. Locate at each change in direction of piping greater than 41tilegree-: 3. Locate at minimum intervals of 50 feet (15 m) for piping 1\101&4 DN�100) and " smaller and 100 feet (30 m) for larger piping. 4. Locate at base of each vertical soil and waste stack. .<rT r ! C. For floor cleanouts for piping below floors, install cleanout deck pla@aith4op flush with finished floor. C.+.' SANITARY WASTE AND STORM PIPING SPECIALTIES May 7, 2024 22 1319-3 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 D. For cleanouts located in concealed piping, install cleanout wall access covers, of types indicated, with frame and cover flush with finished wall. E. Install floor drains/grates at low points of surface areas to be drained. Set grates of drains flush with finished floor, unless otherwise indicated. Position floor drains/grates for easy access and maintenance. All other floor drains shall be flush with finished floor. 4. Install floor -drain flashing collar or flange so no leakage occurs between drain and adjoining flooring. Maintain integrity of waterproof membranes where penetrated. Install individual traps for floor drains connected to sanitary building drain, unless otherwise indicated. F. Install deep -seal traps on floor drains and other waste outlets, if indicated. H. Install wood -blocking reinforcement for wall -mounting -type specialties. I. Install traps on plumbing specialty drain outlets. Omit traps on indirect wastes unless trap is indicated. J. Install escutcheons at wall, floor, and ceiling penetrations in exposed finished locations and within cabinets and millwork. Use deep -pattern escutcheons if required to conceal protruding pipe fittings. L. Drain pit grates shall butt together snugly, leaving as little gap as possible. Place a 90- degree bent #4 rebar through the holes in the anchor lugs to provide anchorage in the concrete. Verify the space between the edges of the grate and frame so grates will fit properly — a gap of no greater than 3/16" is acceptable. K. Install sand oil interceptors, including trapping, venting and flow control fitting, according to AHJ and with clear space for servicing. 1. Install cleanouts up & downstream of SOI-1 per SUDAS Figure 4010.203, sheet SW-203. 2. Cleanout shall be standard duty casting complying with AASHTO M306. Mark lid "Sand/Oil Interceptor C.O.". 3.2 FIELD QUALITY CONTROL A. Tests and Inspections: 1. Leak Test: After installation, charge system and test for leaks. Repair leaks and retest until no leaks exist. 2. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. 3.3 PROTECTION --c A. Protect drains during remainder of construction period to avoid cloong with dirt of debris and to prevent damage from traffic or construction work. - '_J ~ O=to s " B. Place plugs in ends of uncompleted piping at end of each day or �,vvo p END OF SECTION 22 1319 - w SANITARY WASTE AND STORM PIPING SPECIALTIES 22 1319-4 May 7, 2024 SECTION 22 0500 COMMON WORK RESULTS FOR PLUMBING PART 1 GENERAL 1.1 SECTION INCLUDES A. The work shall include the furnishings of systems, equipment and materials specified in this Division and as called for on the Plumbing Drawings to include supervision, quality control, operation, methods and labor for the fabrication, installation, start-up and tests for the complete plumbing installation. The work shall also include the furnishing of necessary hoisting facilities to set materials and equipment in place and the furnishing of any scaffolding and transportation associated with this work. B. Examine the project site and become familiar with existing conditions which will affect the work. Review the drawings and specifications of other trades and take note of conditions to be created which will affect the work. All conditions shall be considered in the preparation of bids; no additional compensation will be made on the behalf of this Contractor. Where noted on the drawings or where called for in other sections of the specification, the Contractor for this division shall install equipment furnished by others, and shall make required service connections. Verify with the supplier of the equipment the requirements for the installation. This contractor shall be responsible for the removal and installation of railings, piping, ductwork, louvers, etc. as required to install new equipment. 1.2 DAMAGE A. The Contractor shall be responsible for damage to the work of other trades, or to the building and its contents, caused by equipment installation. 1.3 PERMITS AND INSPECTIONS A. Obtain and furnish necessary permits and inspection certificates for material and labor furnished. Permits and certificates shall be obtained from the proper inspection authorities. The cost of permits, certificates and fees required in connection with the installation shall be borne by the Contractor, unless otherwise noted in the detailed contractual description preceding these specifications. Where applications are required for the procuring of utility services to the building, see that such application is properly filed with the utility, and that information required for such an application is presented to the extent and in the form required by the utility company. .a c 1.4 CODES AND STANDARDS C A. Applicable provisions of the following codes and standards are hereby4ni► bsed-bn a general basis for the mechanical work in addition to specific application Specif�d by individual work sections of these specifications1. rTM€ r* t 3n• 1. ASHRAE/IES 90.1 - Code for Energy Efficiency E5 °t W 2. ANSI Pressure Piping Standards (B31) W w 3. ASHRAE Safety Code for Mechanical Refrigeration (ANSI B9.1) 4. AWWA Standards Fire Station 1 Apparatus Bay Slab Reconstruction COMMON WORK RESULTS FOR PLUMBING Project No. 2112205330 May 7, 2024 22 0500-1 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 5. American Gas Association 6. AWS Standards for Welding 7. National Electrical Code 8. Local and/or State Plumbing, Mechanical and Building Codes 9. Occupational Safety and Health Act (OSHA) 10. Uniform Plumbing Code and City of Iowa City additions (State of Iowa) 12. NFPA Standards and Pamphlets 13. If any work indicated on the drawings or specified herein conflicts in any way with any of the rules and regulations of the above authorities, the Contractor shall notify the Architect/Engineer in writing 72 hours before bids are opened. In the event the Contractor fails to notify the Architect/Engineer and changes are required by said conflicts, the Contractor shall make such changes as are required without additional cost to this Owner. 14. Installations must be safe in every respect, and must not create a condition which will be harmful to building occupants; to operating, installing or testing personnel; to workmen; or to the public. The contractor for each installation shall be solely responsible for providing installations which will meet these conditions. If the Contractor believes that the installation will not be safe for all parties, report these beliefs in writing to the Architect/Engineer before any equipment is purchased or work is installed, giving recommendations. The Architect/Engineer will work out required changes and adjustments in contract price where adjustments are warranted. 15. See Lead -Free requirements under 2.3 Standards of Materials and Workmanship. 1.5 DRAWINGS A. A complete set of drawings including civil, architectural, structural, mechanical, and electrical drawings shall be on the site at all times. Prior to installing any of the work, check the drawings for dimensions and see that the work does not interfere with clearance required for ceilings, beams, foundations, finished columns, pilasters, partitions and electrical equipment as shown on the drawings and details. After work is installed and it develops that interferences occur which have not been called to the Architect/Engineer's attention before the installation, the Contractor shall, at his own expense, make such changes in his work as directed by the Arch itect/Engineer. B. The contract drawings for plumbing work are in part diagrammatic, intended to convey the scope of work and indicate general arrangement and approximate sizes and locations of equipment and materials. Where job conditions require reasonable changes in indicated locations and arrangement, the Contractor shall make such changes as directed by the Architect/Engineer, without additional cost to the Owner. CD C. Because of the scale of the drawings, certain basic items such as pi:Pa '� Tiltinrnr access panels, and sleeves may not be shown; but where such items are rpmed gother sections of these specifications or where they are required by the nWir� of the work, they shall be furnished and installed. Rough -in dimensions and location."Q11 be-�erified with the supplier of equipment furnished by other trades, or by the Owr ex_r rior-U the true of roughing -in. ' '7 w o<� COMMON WORK RESULTS FOR PLUMBING 22 0500-2 May 7, 2024 M cn �31-1 Fire Station 1 Apparatus Bay Slab Reconstruction UJ -VC W Project # 2112205330 —J i-C7 D. >- qadpment specification may not deal individually with minute items required such as X Coyr*nonents, parts, controls and devices which may be required to produce the egdl 3ment performance specified, or as required to meet the equipment warranties. Where such items are required, they shall be included by the supplier of the equipment, whether or not specifically called for. E. The drawings and the specifications are cooperative and supplementary. It is the intent of both said drawings and specifications to cover all mechanical requirements in their entirety as nearly as possible. The Contractor shall closely check the drawings and specifications for any obvious errors or omissions and bring any such condition to the attention of the Architect/Engineer prior to the receipt of bids, in order to permit clarification by means of a mailed Addendum. If there is no question prior to the bid proposal date, the Architect/Engineer shall assume that the drawings and specifications are complete and correct and will expect the intent of said documents to be complied with, and the installation to be complete in all respects, according to said intent. F. Locate equipment which must be serviced, operated or maintained in fully accessible positions. Minor deviations from the contract drawings may be made to allow for better accessibility, but changes of magnitude, or which involve extra cost, shall not be made without prior approval. Ample space shall be allowed for removal of parts that may require replacement or service in the future. 1.6 RESPONSIBILITY A. The Contractor's responsibility shall not end with the installation and connecting of the various apparatus. It shall include the services of an experienced superintendent, who shall be constantly in charge of the work, together with the qualified journeymen, helpers and laborers required to properly unload, install, connect, adjust, start, operate and test the work involved, including equipment and materials furnished by other trades or by the Owner, until such time as the entire plumbing installation functions properly in every detail. 1.7 COORDINATION A. Coordinate the work with other trades prior to installation. B. No piping or equipment foreign to the electrical equipment or architectural appurtenances shall be run over the top of any electrical panels or electrical equipment, in accordance with NEC 110-16 and 384-4. This does not prohibit sprinkler protection for the installation. C. The determination of quantities of material and equipment required shall be made from the drawings. Schedules on the drawings and in the specifications are completed as an aid, but where discrepancies arise, it shall be the Contractor's responsibility to provide the required quantity. D. Where the specifications state that equipment shall be furnished, installed or provided, it shall be understood to mean this Contractor shall furnish and install completely, unless it is specifically stated that the equipment is to be furnished and installed by others. E. The Architect/Engineer reserves the right to determine space priority of the contractors in the event of interference between the piping and equipment of the various contractors. Conflicts between the drawings and specifications, or between requirements set forth for the various trades, shall be called to the attention of the Architect/Engineer. If clarification is not asked for prior to the taking of bids, it will be assumed that none is required, and that the Contractor has submitted his bid in conformance with plans and specifications as issued and that no interference exists. COMMON WORK RESULTS FOR PLUMBING May 7, 2024 22 0500-3 Fire Station 1 Apparatus Bay Slab Reconstruction Project 112205330 1,8 GEAR_ 0:7EE AND MAINTENANCE Aix L-1M. erials and equipment shall be guaranteed to be free from defects and to be new r , c_egaipment; no secondhand, used or salvaged equipment will be allowed. The Owner's I ;.emoting equipment which is to be relocated or reinstalled under this contract shall be ):-.Teforbished, cleaned and repaired, and made subject to the guarantee and maintenance . erein specified, unless specifically noted otherwise. B Keep the entire portion of the work in repair, without additional cost to the Owner, so far as defects in workmanship, apparatus, material or construction are concerned for one (1) year from the date of final acceptance, except as otherwise specified herein. C. Equipment which fails to meet performance ratings as specified and shown on the drawings shall be removed and replaced by new equipment that meets the specified requirements, without additional cost to the Owner. D. Materials and workmanship shall be subject to the review of the Architect/Engineer, in whose presence various tests shall be made as required by these specifications. E. Each equipment supplier shall have a service office within 100 miles of the project site and provide 24-hour response by factory -trained technical representative in the event of customer call. PART 2 PRODUCTS 2.1 SUBMITTALS B. Submittal data for plumbing equipment shall consist of shop drawings and/or catalog cuts showing technical data necessary to evaluate the material or equipment to include dimensions, wiring diagrams, performance curves, rating, and other descriptive data necessary to describe fully the item proposed and its operating characteristics. Shop drawings shall be submitted on equipment and materials as required by the specifications. C. Approval of materials, including alternate or substitute items, shall be obtained in writing from the Architect/Engineer, verbal approval will not be considered binding. D. Shop drawings shall be submitted and shall have been signed, checked, approved, and initialed by the Contractor prior to submittal to the Architect/Engineer. The Architect/Engineer will review shop drawings to aid in interpreting the plans and specifications, and will in so doing assume that the shop drawings conform to specified requirements set forth in this specification. The approval of the shop drawing by the Architect/Engineer does not relieve the Contractor of the responsibility of complying with elements of the specification. The name of the job, Architect/Engineer, location, and specification section shall appear on all pages of shop drawings. Equipment marks (such as S-1, WH-1) shall be indicated for each item. E. At the completion of the job, furnish three (3) copies of parts lists, operating and maintenance instructions, and manuals organized and bound, in three books. F. At the completion of the project, prepare and submit to the Owner record drawings showing the location of piping and valves. Drawing shall give accurate dimensions of such equipment for future use by the Owner. This drawing shall be submitted as soon as work is completed and before authorization of final payment. COMMON WORK RESULTS FOR PLUMBING 22 0500-4 May 7, 2024 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 CC) <f 2.2 S C T.ACTORS AND MATERIALS c," 4I'D A. snit to the Architect/Engineer for review, when requested, a list of subcontractors, trials and equipment proposed to be used. The list must be reviewed by the ArOT,5tect/Engineer before this Contractor may enter into any sub -contractual agreement. �.- equipment, materials, and devices, etc. shall be subject to the review of the &hitect/Engineer, whether or not said items are herein specified. 2.3 STDARDS OF MATERIALS AND WORKMANSHIP 77, B. Materials shall be new, complete with manufacturer's guarantee or warranty, and shall be as listed by Underwriters Laboratories (UL), Inc., American Water Works Association (AWWA), American Gas Association (AGA), etc., if a standard has been established by that agency for the type of material. C. Materials shall also comply with applicable standards of the National Electrical Manufacturer's Association, National Board of Fire Underwriters, National Fire Protection Association, National Safety Council, National Bureau of Standards, the National Electrical Code and the Williams -Steiger Occupational Safety and Health Act of 1970. Such standards are hereby made a part of these specifications. D. Work shall be performed by workmen skilled in the particular craft, shall be executed in a workmanlike manner, and shall present a neat mechanical appearance when completed. Align, level and adjust equipment for satisfactory operation, and install so that connecting and disconnecting of piping and accessories can be made readily and so that parts are easily accessible for inspection, operation and maintenance. Methods and techniques of installation shall be subject to the review of the Architect/Engineer. E. Materials shall be the standard product of a reputable manufacturer regularly engaged in the manufacture of the specific product. Materials of the same type of class shall be the products of one manufacturer. For example, faucets shall be from the same manufacturer. F. Materials shall be protected from damage, and stored indoors or protected from the weather at all times, unless other storage arrangements are approved by the Architect/Engineer. G. Bearing lubrication fittings shall be as recommended by the manufacturer and shall be extended, where necessary, to an accessible location. H. Material and equipment shall be installed in strict accordance with the manufacturer's recommendations. 2.4 MATERIAL SUBSTITUTIONS A. Proposals as submitted shall be based on the products specifically named in the specification or on the drawings. Material or equipment by manufacturers other than those specified may be used only by permission of the Architect/Engineer. Such permission for substitution must be requested, in writing, in accordance with Division 1. B. The Architect/Engineer reserves the sole right for the approval of proposed material or equipment, and the phrase, "or approved equivalent", used in these specifications, or on the drawings, shall be interpreted to mean an equivalent approved by the Architect/Engineer. C. Changes required by alternate equipment shall be made at no additional cost to the Owner; and costs incurred by other trades, public utilities or the Owner, as a result of the use of such equipment, shall be the responsibility of the Contractor. COMMON WORK RESULTS FOR PLUMBING May 7, 2024 22 0500-5 Fire Stator� 1 Apparatus Bay Slab Reconstruction Project *411220,5330 D-,,�„ C �,:..,., dihish to the Architect/Engineer, when requested, samples of proposed material or pment substitutions. These samples shall remain with the Architect/Engineer as long catMeeded. A E Hde:Otify the differences in alternate material or equipment as compared to that specified, Cfindicate the benefits to the project as a result of selecting the alternative. =r .._ F. The Architect/Engineer reserves the right to refuse approval of equipment which does not meet the specification, in their opinion, or of equipment for which no local experience of satisfactory service is available. The Architect/Engineer further reserves the right to reject equipment for which maintenance service and the availability of replacement parts is questionable. 2.5 JOINING MATERIALS A. Refer to individual Division 22 piping sections for special joining materials not listed below. B. Pipe -Flange Gasket Materials: Suitable for chemical and thermal conditions of piping system contents. ASME B16.21, nonmetallic, flat, asbestos -free, 1/8-inch (3.2-mm) maximum thickness unless thickness or specific material is indicated. Full -Face Type: For flat -face, Class 125, cast-iron and cast -bronze flanges. Narrow -Face Type: For raised -face, Class 250, cast-iron and steel flanges. 1) AWWA C110, rubber, flat face, 1/8 inch (3.2 mm) thick, unless otherwise indicated; and full -face or ring type, unless otherwise indicated. C. Flange Bolts and Nuts: ASME B18.2.1, carbon steel, unless otherwise indicated. D. Plastic, Pipe -Flange Gasket, Bolts, and Nuts: Type and material recommended by piping system manufacturer, unless otherwise indicated. E. Solder Filler Metals: ASTM B 32, lead-free alloys. Include water-flushable flux according to ASTM B 813. F. Brazing Filler Metals: AWS A5.8, BCuP Series, copper -phosphorus alloys for general - duty brazing, unless otherwise indicated; and AWS A5.8, BAg1, silver alloy for refrigerant piping, unless otherwise indicated. G. Welding Filler Metals: Comply with AWS D10.12 for welding materials appropriate for wall thickness and chemical analysis of steel pipe being welded. H. Solvent Cements for Joining Plastic Piping: ABS Piping: ASTM D 2235. 2. CPVC Piping: ASTM F 493. PVC Piping: ASTM D 2564. Include primer according to ASTM F 656. 4. PVC to ABS Piping Transition: ASTM D 3138. Fiberglass Pipe Adhesive: As furnished or recommended by pipe manufacturer. COMMON WORK RESULTS FOR PLUMBING 22 0500-6 May 7, 2024 cn Fire Station 1 Apparatus Bay Slab Reconstruction .. Project # 2112205330 €µ. cry wc 2.6 r TWSITEC4w FITTINGS .., 1 �� c A. > AVVAA/A Transition Couplings: Same size as, and with pressure rating at least equal to '' and:,*th ends compatible with piping to be joined. N 1. Available Manufacturers: cam: a. Cascade Waterworks Mfg. Co. b. Dresser Industries, Inc.; DMD Div. C. Ford Meter Box Company, Incorporated (The); Pipe Products Div. d. JCM Industries. e. Smith -Blair, Inc. f. Viking Johnson. 2. Underground Piping NPS 1-1/2 (DN 40) and Smaller: Manufactured fitting or coupling. 3. Underground Piping NPS 2 (DN 50) and larger: AWWA C219, metal sleeve -type coupling. 4. Aboveground Pressure Piping: Pipe fitting. B. Plastic -to -Metal Transition Fittings: CPVC, PVC, or CPVC and PVC one-piece fitting with manufacturer's Schedule 80 equivalent dimensions; one end with threaded brass insert, and one solvent -cement -joint end. 1. Available Manufacturers: a. Eslon Thermoplastics. C. Plastic -to -Metal Transition Adaptors: One-piece fitting with manufacturer's SDR 11 equivalent dimensions; one end with threaded brass insert, and one solvent -cement -joint end. 1. Available Manufacturers: a. Thompson Plastics, Inc. D. Plastic -to -Metal Transition Unions: MSS SP-107, [CPVC] [PVC] [CPVC and PVC] four- part union. Include brass end, solvent -cement -joint end, rubber O-ring, and union nut. 1. Available Manufacturers: a. NIBCO INC. b. NIBCO, Inc.; Chemtrol Div. E. Flexible Transition Couplings for Underground Nonpressure Drainage Piping: ASTM C 1173 with elastomeric sleeve, ends same size as piping to be joined, and corrosion - resistant metal band on each end. 1. Available Manufacturers: a. Cascade Waterworks Mfg. Co. b. Fernco, Inc. COMMON WORK RESULTS FOR PLUMBING May 7, 2024 22 0500-7 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 C. Mission Rubber Company. .< d. Plastic Oddities, Inc. 2,1,7_# D LEO EF;TC FITTINGS A 7,0,,'; ducts: Victaulic Style 47 Waterway or equivalent by Anvil. 7 2 GRiOUT� >_ �". -'-M A. ftription: ASTM C 1107, Grade B, nonshrink and nonmetallic, dry hydraulic -cement grout. 1. Characteristics: Post -hardening, volume -adjusting, nonstaining, noncorrosive, nongaseous, and recommended for interior and exterior applications. 2. Design Mix: 5000-psi (34.5-MPa), 28-day compressive strength. 3. Packaging: Premixed and factory packaged. PART 3 EXECUTION 3.1 INTERRUPTION OF SERVICE A. Changes in service shall be made so as to provide a minimum of interference with the operation of services in the building. When changes require shutdown of building services, such shutdowns shall be scheduled for weekends or holidays: all associated costs for shutdowns shall be the responsibility of the contractor. Notify the owner in writing (14) days in advance of shutdown, also providing duration, systems affected and nature of shutdown. Temporary arrangements shall be approved by the Architect/Engineer and/or Owner. 3.2 PIPING SYSTEMS - COMMON REQUIREMENTS A. Drawing plans, schematics, and diagrams indicate general location and arrangement of piping systems. Indicated locations and arrangements were used to size pipe and calculate friction loss, expansion, pump sizing, and other design considerations. Install piping as indicated unless deviations to layout are approved on Coordination Drawings. B. Install piping in concealed locations, unless otherwise indicated and except in equipment rooms and service areas. C. Install piping indicated to be exposed and piping in equipment rooms and service areas at right angles or parallel to building walls. Diagonal runs are prohibited unless specifically indicated otherwise. D. Install piping above accessible ceilings to allow sufficient space for ceiling panel removal. E. Install piping at indicated slopes. F. Install fittings for changes in direction and branch connections. G. Install piping to allow application of insulation. H. Select system components with pressure rating equal to or greater than system operating pressure. COMMON WORK RESULTS FOR PLUMBING 22 0500-8 May 7, 2024 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 3.3 CUTTING, AND PATCHING r • C.:J !JTtie trade contractors shall coordinate the placing of openings in the new structure, as qui _red for the installation of plumbing work. The trade contractors shall coordinate new fFing, utilities, etc. through existing openings in the existing structure (PEMB precast) as -_r ired for the installation of plumbing work. EF ish to the building contractor the accurate locations and sizes for required openings within new portions of the building. This shall not relieve this Contractor of the responsibility of checking to assure that proper size openings are provided within new portions of the building. When additional patching is required due to this Contractor's failure to inspect this work, this Contractor shall make arrangements for the patching required to properly close the opening, to include patch painting. This Contractor shall pay any additional cost incurred in this respect. C. When cutting and patching of the structure is made necessary due to this Contractor's failure to install piping, sleeves or equipment on schedule, or due to this Contractor's failure to furnish, on schedule, the information required for the leaving of openings, it shall be this Contractor's responsibility to make arrangements for this cutting and patching. This Contractor shall pay any additional cost incurred in this respect. D. Provide cutting and patching and patch painting in the existing structure, as required for the installation of the work. Furnish lintels and supports as required for openings. Cutting of structural support members will not be permitted without prior approval of the Architect/Engineer. Extent of cutting shall be minimized. Use core drills, power saws or other machines which will provide neat, minimum openings. Patching shall match adjacent materials and textures and shall be performed by craftsmen skilled in the respective craft required. 3.4 EXCAVATION AND BACKFILL A. See Division 31 for requirements for trench excavation, backfill, and compaction. 3.5 CONCRETE AND MASONRY WORK A. Coordinate required concrete saw cutting, removal and reinstallation with concrete and/or general contractor. B. Furnish equipment anchor bolts and be responsible for their proper installation and accurate location. 3.6 ROOF OPENINGS A. Roof openings required by this Contractor that are not shown on the Structural or Architectural Drawings shall be cut and If necessary reinforced by an experienced roofing contractor. B. Roof penetrations for piping shall be through curbed roof openings. Equipment supports shall be by curbed and flashed runners meeting current National Roofing Contractor Association (NRCA) standards and details. Pitch pockets, pitch pans, and wood blocking are not acceptable. C. All roof work shall be completed such that it does not void any roof warranty. COMMON WORK RESULTS FOR PLUMBING May 7, 2024 22 0500-9 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 3.7 RNTING P6N e finish of any item that has been marred, scratched or damaged in any way by this Y ''l�ntractor shall be repainted at the expense of this Contractor, and to the satisfaction of be Arch itect/Engineerand the Owner. 3:6 CLEANia`d.Ci �-- . < cAgap the premises clean of all debris caused by the work at all times, and keep materials sired, in areas designated by the Owner, in such a manner as not to interfere with the progress of the work of other Contractors or with the operation of existing facilities. B. At the conclusion of the construction, the site shall be thoroughly cleaned of all rubble, debris and unused material and shall be left in good order. Closed off spaces shall be cleaned of waste such as material, cartons, and wood frame members used in the construction. 3.9 SUSPENSION FROM WOOD STRUCTURAL MEMBERS A. In general, concentrated or other loads shall not be suspended directly from the bottom of wood structural members, unless approved by the Architect/Engineer. Loads suspended from open web joists or trusses may be transferred to the bottom chord of the structural member at the panel points. Loads suspended from solid web joists shall be transferred to the joists only through the top flange or web. Suspension systems shall be reviewed by the Architect/Engineer. 3.12 PROTECTION A. Special care shall be taken for the protection of equipment furnished by this Contractor. Equipment and material shall be protected from elements such as weather, painting, and plastering until the project is completed. Damage from rust, paint, or scratches shall be repaired as required to restore equipment to original condition. B. Protection of equipment during the plastering and painting of the building shall be the responsibility of the contractor performing that work, but this shall not relieve this Contractor of the responsibility of checking to assure that adequate protection is being provided. C. Where the installation or connection of equipment requires this Contractor to work in areas previously finished by other contractors, this Contractor shall be responsible that such areas are protected and are not marred, soiled or otherwise damaged during the course of such work. This Contractor shall arrange with the other contractors for repairing and refinishing of such areas which may be damaged. D. When heavy materials must be placed upon or transported over the roof deck, sheeting shall be placed to distribute the weight and support such materials. Any damage shall be immediately corrected at no cost to the Owner. 3.13 NOISE AND VIBRATION A. Be responsible for the installation of all equipment in such a manner as to control the transmission of noise and vibration from any installed equipment or system, so that the sound level does not exceed NC35 in any occupied space. Be responsible for the correction of any objectionable noise in any occupied area due to improperly installed equipment. COMMON WORK RESULTS FOR PLUMBING 22 0500-10 May 7, 2024 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 M 3.14 TES AN* DEMONSTRATIONS j A. Wems shall be tested and placed in proper working order prior to demonstrating sjls�ems to the Owner. B. I FriV to acceptance of the plumbing installation, demonstrate to the Owner or his de nated representatives essential features and functions of all systems installed, and fnr get the Owner in the proper operation and maintenance of such systems. C. Furnish the necessary trained personnel to perform the demonstrations and instructions, and arrange to have the manufacturer's representatives for the system present to assist with the demonstrations. The Owner and Contractor shall each sign a certification stating that the training has been performed and the Owner accepts same. 3.16 WARRANTY A. At a minimum, warranties for all Sections of this Division shall comply with a two year warranty period. Exception: Any warranties within this Division explicitly stipulating longer warranty periods shall be held to the longer warranty period. END OF SECTION 22 0500 COMMON WORK RESULTS FOR PLUMBING May 7, 2024 22 0500-11 M c-) SECTION 22 0529 ♦• + .HAIRS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT PA'AT"11 G E*IE R4—L 1.1 SEC°TIOWILUDES A. ` Provide equipment, materials, labor and supervision necessary to install pipe hangers and supports. B. Pipe support systems shall secure pipes in place, prevent pipe vibration, provide vertical adjustment for maintaining required grades, and provide for expansion and contraction. C. Where supports are attached to concrete or other structural members, care shall be taken to prevent damage or weakening of the structural members. D. Where concrete inserts are to be used, it shall be this Contractor's responsibility to accurately locate and attach inserts to concrete forms. 1.2 REFERENCES A. American National Standards Institute, ANSI: 1. ANSI B31.9: Building Services Piping B. Manufacturers Standardization Society of the Valve and Fittings Industry, MSS, 1815 North Fort Myer Drive, Arlington, VA 22209. 1. MSS SP-58: Pipe Hangers and Supports - Materials, Design and Manufacturer. 2. MSS SP-69: Pipe Hangers and Supports - Selection and Application. 1.3 SUBMITTALS A. Submit manufacturer's product data. PART 2 PRODUCTS 2.1 HANGERS AND SUPPORTS A. Hangers and support devices shall be Anvil International Inc., Tolco, Fee and Mason, Michigan, B-Line or approved equivalent. Figure numbers based on Anvil. PART 3 EXECUTION 3.1 INSTALLATION - HORIZONTAL PIPE SUPPORTS A. Hanger rods for steel, wrought iron and brass pipe shall be installed in accordance with MSS SP-69 Tables 3 and 4 and the following schedule: Pioe Size I Rod Diameter I Maximum S Up to 1 1/4" 3/8" T-0" 1 1/2" and 2" 3/8" 9'-0" 2" 1 3/8" 1 10'-0" 2 1 /2", 3", and 3 1 /2" 1 1 /2" 1 10'-0" Fire Station 1 Apparatus Bay Slab HANGERS & SUPPORTS FOR PLUMBING PIPING & EQUIPMENT Reconstruction May 7, 2024 22 0529-1 Project No. 2112205330 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 B. Hanger rods for copper pipe and tube shall be installed in accordance with MSS-SP-69 Tables 3 and 4 and the following schedule: Mq w -1 Am 9' 33 Pipe Size Rod Diameter Maximum Spacing 1/2" and 3/4" 3/8" 5'-0" 1" 3/8" 6'-0" 1 1/4" 3/8" 7'-0" 1 1/2" 3/8" 8'-0" 2" 3/8" 8'-0" 2 1/2" 1/2" 9'-0" 1TY CLERK A CITY. IOWA C. Support horizontal cast iron soil pipe with two hangers for each pipe length. Locate hangers close to couplings. D. In addition to the above specified spacings, install additional hangers at change in pipe direction and at concentrated loads, large valves and strainers. E. Where more than one pipe is to be run parallel together, they may be supported on trapeze type hangers. Trapeze bar angles and hanger rods shall be of sufficient size to support the particular group of pipes. Trapeze hanger spacing shall be based on the smallest pipe on the rack. When hanging from light gauge metal trusses, coordinate pipe hanger spacing and hanger rod connection points with the truss manufacturer. F. For suspending hanger rods from brackets attached to walls, use welded steel brackets; Fig. 194 for loads up to 750 Ibs; Fig. 195 for loads up to 1500 Ibs; Fig 199 for loads up to 3000 lbs. G. Where pipes are to be racked along walls, use "Unistrut" pipe racks or 12 gauge steel strut channel, 1-5/8" x 1-5/8" minim. H. Attach all pipe hangers from support rods using double locknuts tightened to prevent loosening. 3.2 INSTALLATION - VERTICAL PIPE SUPPORTS A. Support vertical steel, wrought iron, copper and brass pipe at every other floor line. B. Support vertical cast iron soil pipe at every floor line. C. In addition to the above, support vertical pipes at base of riser with base fitting set on concrete or brick pier, or by hanger located on horizontal connection close to riser. D. Where pipe sleeves extend above floor, place pipe clamps at ceiling below and support clamp extensions from inserts or other approved attachment. 3.3 PIPE ATTACHMENTS A. For horizontal steel and wrought iron pipe, use carbon steel adjustable clevis hanger, Fig. 260. For floor support or support directly above steel beams, use pipe roll stand, Fig. 177. B. For horizontal copper pipe and tube, use copper -plated malleable iron split pipe ring with turn buckle adjuster, Figs. CT-109 and 114 combined. HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT 22 0529-2 May 7, 2024 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 C. When thermal expansion for horizontal pipe is in excess of/2" axially, taseadjusliab6, swivel pipe roll, Fig. 174, or pipe roll stand, Fig. 177. D. For horizontal cast iron soil pipe, use clevis hanger, Fig. 260. ?Rq MAY -I AM 9: 33 CITY CLERK n E. For vertical steel, wrought iron and cast iron pipe, use extension pip6ip,ji1A F. For vertical copper pipe and tube, use copper -plated extension pipe clamp, Fig. CT-121 or Fig. CT-121 C. 3.4 INTERMEDIATE ATTACHMENTS A. Hanger rods: use carbon steel single or double end threaded, Figs. 140, 141, 253, 254 as required. Continuous threaded rod: Fig. 146 may be used wherever possible. B. Chain wire or perforated strap hangers will not be permitted. One pipe shall not be suspended from another pipe. 3.5 STRUCTURAL ATTACHMENTS A. For attaching steel or copper plated hanger rods to reinforced concrete, use galvanized malleable iron concrete inserts; Fig. 282 for loads up to 1140 lbs. B. For attaching steel hanger rods to structural steel beams, use malleable iron C-clamps; Fig. 92, Fig. 93 or Fig. 94 with retaining clip Fig. 89 or Fig. 89X for loads up to 500 lbs; Fig. 218 with extension piece for loads up to 1,365 lbs. For copper plated hanger rods, use copper plated malleable iron C-clamps; Fig. CT-138R for loads up to 180 lbs. C. Vertical expansion shields or toggles shall not be used for suspending hanger rods, except with permission in cases where inserts have been omitted or cannot be used. If permitted, use expansion shields; for rod sizes up to '/2", 320 lbs. max. load. For hanger rods larger than'/z" use attachment plate, Fig. 52, with wedge anchors. D. Powder actuated anchoring methods shall not be used. E. Piping and equipment shall be supported from structure and not from metal deck. 3.6 PIPE COVERING PROTECTION A. Hangers and supports for insulated piping shall not injure or pierce insulation. Provide insulation protection shields in conjunction with hanger or roll device. Use Fig. 160 and 165, Protection Saddles. 3.7 SUPPLEMENTAL STEEL A. Provide supplemental steel required to hang or support plumbing equipment or piping. END OF SECTION 22 0529 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT May 7, 2024 22 0529-3 SECTION 22 1316 SANITARY WASTE, STORM AND VENT PIPING LJ { MAY -1 AM 9: 33 PART GENERAL CITY CLERK 1.1 SECTION INCLUDES iO A CITY, A. Provide equipment, materials, labor, and supervision necessary to install soil, waste, and vent system. 1.2 CODES AND STANDARDS A. Current issue of building code. B. Current issue local and International Plumbing Code. 1.3 SUBMITTALS A. Submit product and performance data for equipment specified herein. PART 2 PRODUCTS 2.1 SANITARY SEWERS, SOIL, WASTE AND VENT MATERIALS A. Materials MATERIAL SERVICE Edge HP Extra Heavy Cast iron soil pipe, service weight, bell and spigot, ASTM A74. Edge HP Iron Hub and Spigot Below grade sanitary and storm sewers Uncoated. Aboveground soil, waste, vent, and downspouts 3" diameter and over Cast iron soil pipe, service weight, no hub, Aboveground sanitary and storm sewers. Soil, waste, CISPI 301, ASTM A888 vent, and downspouts as permitted by code. Copper water tube, hard temper, ASTM B88. Aboveground soil, waste vent, and downspouts up to Type M and including 3" diameter Copper drainage tube, hard temper, Type Aboveground soil, waste, vent, and downspouts up to DWV. ASTM B306. and including 2-1/2" diameter, as permitted by Code. B. Fittings 1. Material and strength of fittings for cast sewer pipes, clay sewer pipes, and concrete sewer pipe shall conform to pipe as per ASTM Standards. 2. Copper drainage tube (M) - Cast bronze fittings, solder joint fittings. ANSI B.16, 23-69. C. Joints 1. Cast iron bell and spigot soil pipe compatible with Charlotte Edge HP Extra Heavy Cast iron soil pipe — meet pipe manufacturer's standard preformed, preset plastic or rubber joint, installed in accordance with manufacturer's instructions. Fire Station 1 Apparatus Bay Slab Reconstruction SANITARY WASTE, STORM AND VENT PIPING Project # 2112205330 May 7, 2024 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 i dµ 2.2 VENTS A. Vents through the roof shall be cast iron and shall extend at least above the hi hest possible water level on the roof but in no case less than 12 inchq 1 Y CLERK ,' Y� A B. Provide a flashing of 4 pound sheet lead for each vent throug r . he' lashing shall extend up around the pipe and turn down into it at least 2 in. and shall extend over the roof deck at least 1 ft. in each direction from the base. C. Coordinate flashing of vents through the roof with the roofing contractor. D. Where vents through the roof are subject to frost or snow closure the vent termination shall be increased beginning at least 12 in. under the roof with a cast iron long increaser. Size increasers as follows: Vent Size Increase To 1-1/4 in. and 1-1/2 in. 3 in. minimum 2 in. and 2-1/2 in. 4 in. minimum 3 in. 4 in. 4 in. 4 in. 2.3 SLEEVES A. Sleeves passing through non -load bearing walls and partitions shall be galvanized sheet steel with lock seam joints of minimum gauges as follows: For pipes 2-1/2" in size and smaller - 24-gauge; 3 in. to 6 in. - 22-gauge; over 6 in. - 20-gauge. B. Sleeves passing through load bearing walls, concrete beams, fireproof walls, foundations, footings, and waterproof floors shall be Schedule 40 galvanized steel pipe or cast iron pipe. C. Sleeves for insulated piping shall be of sufficient internal diameter to take pipe and insulation and to allow for free movement of pipe. Waterproof sleeves shall be of sufficient internal diameter to take pipe and waterproofing material. D. In finished areas where pipes are exposed, sleeves shall be terminated flush with wall, partitions and ceilings, and shall extend 1/2 in. above finished floors. Extend sleeves 1 in. above finished floors in areas likely to entrap water and fill space between sleeves and pipe with graphite packing and caulking compound. E. Sleeves passing through membrane waterproofing or roofing shall be flashed and sealed. 2.4 PIPE ESCUTCHEONS A. Provide pipe escutcheons with inside diameter closely fitting pipe outside diameter, or outside of pipe insulation where pipe is insulated. Select outside diameter of escutcheon to completely cover pipe penetration hole in floors, walls, or ceilings; and pipe sleeve extensions, if any. Furnish pipe escutcheons with chrome finish for occupied areas, prime paint finish for unoccupied areas. B. Pipe Escutcheons for Moist Areas: For waterproof floors, and areas where water and condensation can be expected to accumulate, provide cast brass or sheet brass escutcheons, solid or split hinged. C. Pipe Escutcheons for Dry Areas: Provide sheet steel escutcheons, solid or split hinged. SANITARY WASTE, STORM AND VENT PIPING 22 1316-2 May 7, 2024 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 D. Manufacturer: Chicago Specialty; Producers Specialty; or Sanitary -Dash: 2.5 GUARDS _,? ` -7 A. Where exposed insulated piping extends through floor, provide sheet metal quard,a pn insulation to extend up from floor 60 inches. Guard to be galvanized sheeUtb(4l " than 26-gauge. ion cl 1', r�{NN 2.6 FIRE SAFING A. Metal piping and sleeves passing through floors, roof, partitions and fire walls, shall be provided with firestop by packing space between pipe and sleeve with UL listed non -sag and self -leveling fire safing insulation per manufacturer's instructions. B. Cracks, Voids, or Holes Up to 4" Diameter: Use non -sag or self -leveling putty or caulking, one-piece intumescent elastomer, non -corrosive to metal, compatible with synthetic cable jackets, and capable of expanding 10 times when exposed to flame or heat, UL listed. C. Openings 4" or Greater: Use sealing system capable of passing 3-hour fire test in accordance with ASTM E814, consisting of wall wrap or liner, partitions, and end caps capable of expanding when exposed to temperatures of 250 to 350oF (121 to 177oC), UL listed. D. Seal all holes or voids made by penetrations to ensure an effective barrier against smoke, fire, toxic and combustible gases. E. Unless protected, from possible loading or traffic, install firestopping materials in floors having void openings or four (4) inches or more to support the same floor load requirements. F. Manufacturer: Subject to compliance with requirements, provide non -sag and self - leveling fire barrier caulk, wrap/strip, moldable putty and sheet forms of one of the following: 3M Brand. 2. Flame Stop. 3. Dow Corning. 4. Metacaulk. PART 3 EXECUTION 3.1 INSTALLATION A. Install underground building drains as shown and in accordance with the Uniform Plumbing Code. Lay underground building drains beginning at low point of systems, true to grades and alignment indicated with unbroken continuity of invert. Place bell ends of piping facing upstream. Install required gaskets in accordance with manufacturer's recommendations for use of lubricants, cements, and other special installation requirements. Clean interior of piping of dirt and other superfluous material as work progresses. Maintain swab or drag in line and pull past each joint as it is completed. Place plugs in ends of uncompleted piping at end of day or whenever work stops. B. Follow indicated lines generally, but make exact layout on the job to work actual fitting dimensions, align piping, and avoid interference. Provide proper support to maintain uniform fall of 1/4 in. per ft. for lines. Protect openings against the entrance of dirt. SANITARY WASTE, STORM AND VENT PIPING May 7, 2024 22 1316-3 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 C. No soil or waste pipe shall be covered by earth or construction without first being proved free of leaks by a hydrostatic test of at least 15-ft. head, witnessed by Architect/En 3 Contractor to submit result (including date, duration and result) of te�M 4A4irreIr City of Iowa City for review. CITY CLERK D. Install vents in practical alignment and supported with constant pitch bJ tlVJq :nVQWA► system, concealed from finished spaces, unless shown or directed oth ise. E. Soil, waste and vent connections to fixtures shall be accurately located and concealed from finished spaces, unless shown otherwise. F. Refer to Division 31 for excavating, trenching, and backfilling. G. Contractor shall verify existing tie-in invert elevations of sanitary sewer piping prior to installation of new piping. Coordinate the site sewer tie-in invert elevation with the site utility contractor. Existing tie-in inverts that are discovered to be different from the information on the bid documents shall be reported to the Site Contractor and the Engineer immediately. 3.2 SLEEVES A. Install sleeves for piping passing through floors, roof, walls, concrete beams, and foundations. B. Install fire -proofing per manufacturer's written instructions. 3.3 ESCUTCHEONS A. Install escutcheons for pipes entering finished spaces. 3.4 PIPE PENETRATIONS A. Penetrations shall be free of debris and dirt. Dam the penetration (when required) with an acceptable material. Apply fire stop material to the penetration per manufacturer's installation instructions. Use a caulking gun, putty knife or other normal trade tools. Remove damming materials where necessary after cure. Clean up with Xylene. 3.5 FIRE SAFING A. Install fire sating at all penetrations through walls, floors, etc. per manufacturer's installation instructions as required to meet UL listing. 3.6 TESTING AND CLEANING A. Flush out piping system with clean water before proceeding with required tests. Inspect each run of each system for completion of joints, supports and accessory items. B. Hydraulically pressure test each section or segment of the system prior to backfilling, encasing, enclosing or otherwise preventing visual observation of the section or segment being tested. C. Water test soil, waste and vent system at 10 feet of head for 4 hours. Test standpipe to be a minimum of 10 feet above the highest point of section being tested. D. Testing shall be done in compliance with the International Plumbing Code. SANITARY WASTE, STORM AND VENT PIPING 22 1316-4 May 7, 2024 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 3.7 FINAL CLEANING t A. At substantial completion for all trades, jet new sanitary lines to clean out any construction debris. MAY _I Ali 9: 33 END OF SECTION 22 1316 CITY CLERK {QWA CITY, IOWA SANITARY WASTE, STORM AND VENT PIPING May 7, 2024 22 1316-5 SECTION 22 1319 SANITARY WASTE AND STORM PIPING SPECIALTIES t-' PART 1 GENERAL MAY —7 Aid 9: '_15 1.1 SUMMARY � F�K A. This Section includes the following sanitary drainage piping specialties: ioCI CITY CL RK IOWA 1. Cleanouts. 4. Drain pit grates 6. Through -penetration firestop assemblies. 7. Miscellaneous sanitary drainage piping specialties. 8. Sand Oil Interceptors 1.2 CODES AND STANDARDS A. Local and/or State Plumbing, Mechanical and Building Codes B. Uniform Plumbing Code C. International Mechanical Code D. NFPA Codes and Standards 1.3 SUBMITTALS A. Product Data: For each type of product indicated. Include rated capacities, operating characteristics, and accessories. B. Shop Drawings: Indicate dimensions of installed product, including statement that coordination has occurred between installing Div. 22 contractor and associated contractors. For example, coordination must occur between Div. 22 and concrete contractor in drain pit grate system. B. Operation and Maintenance Data: For drainage piping specialties to include in emergency, operation, and maintenance manuals. 1.4 QUALITY ASSURANCE A. Drainage piping specialties shall bear label, stamp, or other markings of specified testing agency. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. 1.5 COORDINATION A. Coordinate size and location of concrete bases. Cast anchor -bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified in Division 03. B. Coordinate size and location of roof penetrations. Fire Station 1 Apparatus Bay Slab Reconstruction SANITARY WASTE AND STORM PIPING SPECIALTIES Project # 2112205330 May 7, 2024 22 1319-1 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 PART 2 PRODUCTS a 2.1 CLEANOUTS --}} B. In floors of unfinished areas — cast iron with tapered body for caulking M �ipC hub 9. 35 with brass countersunk plug. CLERK C��Y D. In walls of unfinished areas — cast brass raised head, iron pipe size male 118sCJT Y' IowA Provide with caulking ferrule where installed in iron soil pipe. 2.4 DRAIN PIT GRATE SYSTEM (FRAMES, COVERS, GRATES) A. Drain pit grates shall be type and model number as scheduled on Drawings, or engineer approved equal based on size/dimension and performance and furnished by this Contractor. B. Basis of design: Neenah R-4990-HX unbolted grate, Type A opening. C. Drain pit grate frames, grates/lids shall be unpainted gray iron, meeting ASTM-A48 Class 35-B for heavy duty use. D. Individual grate sections shall be maximum 2'-0" in length and weigh less than 150 lbs. per section. Coordinate exact grate width required to fit over 2'-0" concrete drain pit. E. Provide frame end pieces at extents of drain pit grate system. F. Coordinate installation of drain pit grate system with concrete contractor. 2.6 THROUGH -PENETRATION FIRESTOP ASSEMBLIES A. Through -Penetration Firestop Assemblies 1. Standard: UL 1479 assembly of sleeve and stack fitting with firestopping plug. 2. Size: Same as connected soil, waste, or vent stack. 3. Sleeve: Molded PVC plastic, of length to match slab thickness and with integral nailing flange on one end for installation in cast -in -place concrete slabs. 4. Stack Fitting: ASTM A 48/A 48M, gray -iron, hubless-pattern, wye branch with neoprene 0-ring at base and gray -iron plug in thermal -release harness. Include PVC protective cap for plug. 5. Special Coating: Corrosion resistant on interior of fittings. 2.7 MISCELLANEOUS SANITARY AND STORM DRAINAGE PIPING SPECIALTIES A. Deep -Seal Traps 1. Description: Cast-iron or bronze casting, with inlet and outlet matching connected piping and cleanout trap -seal primer valve connection. 2. Size: Same as connected waste piping. a. NPS 2 (DN 50): 4-inch- (100-mm-) minimum water seal. b. NPS 2-1/2 (DN 65) and Larger: 5-inch- (125-mm-) minimum water seal. B. Air -Gap Fittings SANITARY WASTE AND STORM PIPING SPECIALTIES 22 1319-2 May 7, 2024 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 1. Standard: ASME Al 12.1.2, for fitting designed to ensure fixed, posit v�"e Ji ga . D between installed inlet and outlet piping. 2. Body: Bronze or cast iron. 7113 4 MAY —1 AM 9' 35 3. Inlet: Opening in top of body. �I t l.(_tR 4. Outlet: Larger than inlet. 5O A CITY, 10tNA 5. Size: Same as connected waste piping and with inlet large enough for associated indirect waste piping. C. Vent Caps 1. Description: Cast-iron body with threaded or hub inlet and vandal -proof design. Include vented hood and setscrews to secure to vent pipe. 2. Size: Same as connected stack vent or vent stack. D. Expansion Joints 1. Standard: ASME All 12.21.2M. 2. Body: Cast iron with bronze sleeve, packing, and gland. 3. End Connections: Matching connected piping. 4. Size: Same as connected soil, waste, or vent piping. 2.8 SAND OIL INTERCEPTORS A. Provide prefabricated sand oil interceptors SOI-1 as indicated on sheet P100 B. Provide complete dimensioned submittal, meeting requirements of local AHJ and UPC. C. Coordinate required invert elevations with Civil Site contractor. PART 3 EXECUTION 3.1 INSTALLATION A. Refer to Division 22 Section "Common Work Results for Plumbing" for piping joining materials, joint construction, and basic installation requirements. B. Install cleanouts in aboveground piping and building drain piping according to the following, unless otherwise indicated: 1. Size same as drainage piping up to NIPS 4 (DN 100). Use NIPS 4 (DN 100) for larger drainage piping unless larger cleanout is indicated. 2. Locate at each change in direction of piping greater than 45 degrees. 3. Locate at minimum intervals of 50 feet (15 m) for piping NPS 4 (DN 100) and smaller and 100 feet (30 m) for larger piping. 4. Locate at base of each vertical soil and waste stack. C. For floor cleanouts for piping below floors, install cleanout deck plates with top flush with finished floor. SANITARY WASTE AND STORM PIPING SPECIALTIES May 7, 2024 22 1319-3 Fire Station 1 Apparatus Bay Slab Reconstruction Project # 2112205330 D. For cleanouts located in concealed piping, install ceanout wall access c _ r of types indicated, with frame and cover flush with finished wall. E. Install floor drains/grates at low points of surface areas to be drained. Set grates of drains flush with finished floor, unless otherwise indicated. 73 M41 _1 AM 9: 35 1. Position floor drains/grates for easy access and maintenC�nce. TY CLERY, 3. All other floor drains shall be flush with finished floor. IoWp, CJJY,100 4. Install floor -drain flashing collar or flange so no leakage occurs between drain and adjoining flooring. Maintain integrity of waterproof membranes where penetrated. 5. Install individual traps for floor drains connected to sanitary building drain, unless otherwise indicated. F. Install deep -seal traps on floor drains and other waste outlets, if indicated. H. Install wood -blocking reinforcement for wall -mounting -type specialties. I. Install traps on plumbing specialty drain outlets. Omit traps on indirect wastes unless trap is indicated. J. Install escutcheons at wall, floor, and ceiling penetrations in exposed finished locations and within cabinets and millwork. Use deep -pattern escutcheons if required to conceal protruding pipe fittings. L. Drain pit grates shall butt together snugly, leaving as little gap as possible. Place a 90- degree bent #4 rebar through the holes in the anchor lugs to provide anchorage in the concrete. Verify the space between the edges of the grate and frame so grates will fit properly — a gap of no greater than 3/16" is acceptable. K. Install sand oil interceptors, including trapping, venting and flow control fitting, according to AHJ and with clear space for servicing. Install cleanouts up & downstream of SOI-1 per SUDAS Figure 4010.203, sheet SW-203. Cleanout shall be standard duty casting complying with AASHTO M306. Mark lid "Sand/Oil Interceptor C.O.". 3.2 FIELD QUALITY CONTROL A. Tests and Inspections: Leak Test: After installation, charge system and test for leaks. Repair leaks and retest until no leaks exist. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. 3.3 PROTECTION A. Protect drains during remainder of construction period to avoid clogging with dirt or debris and to prevent damage from traffic or construction work. B. Place plugs in ends of uncompleted piping at end of each day or when work stops. END OF SECTION 22 1319 SANITARY WASTE AND STORM PIPING SPECIALTIES 22 1319-4 May 7, 2024 A B CONSTRUCTION PLANS FOR: 2024 E ���>j■ tiM■■�FIRE STATION #1 APPARATUS BAY SLAB JOHNSON COUNTY RECONSTRUCTION PROJECT THE PROPOSED IMPROVEMENTS INCLUDED IN THESE DRAWINGS HAVE BEEN DESIGNED IN ACCORDANCE WITH THE IOWA STATEWIDE URBAN DESIGN AND SPECIFICATIONS MANUALS (SUDAS) AND THE CITY OF IOWA CITY SUPPLEMENTAL SPECIFICATIONS TO SUDAS STANDARD SPECIFICATIONS (LATEST EDITIONS) WITH NO DESIGN EXCEPTIONS. CITY OF IOWA CITY THIS ENGINEERING DOCUMENT IS RECOMMENDED FOR FILING WITH THE CITY CLERK CITY ENGINEER OR DESIGNEE DATE IOWA ONE CALL 1-800-292-8989 The Utilities as shown on this drawing were developed from the information available. This is not implied nor intended to be the complete inventory of utilities in this area. It is the clientslcontrectors responsibility to verify the location of all utilities (whether shown or not) and protect said utilities from any damage. PROJECT ADDRSS: 410 E WASHINGTON STREET IOWA CITY, IA 52240 CITY OF IOWA CITY, IOWA -' s 9wr. :rlwr 0 4W IOWAA >•i w w • ,� �.� + E WASHINGTON STREE Tf PR v ! d s PROJECT LOCATION MAP NOT TO SCALE PLANS PREPARED FOR: I � 1 II Ik ,� CITY OF IOWA CITY CITY COUNCIL: MAYOR: BRUCETEAGUE AT LARGE: LAURA BERGUS AT LARGE: MEGAN ALTER AT LARGE: ANDREW DUNN DISTRICT A: PAULINE TAYLOR DISTRICT B: SHAWN HARMSEN DISTRICT C: JOHN THOMAS TOTAL SHEETS: 10 F 7M MAY --7 AN g: 35 CITY CLRK IOWA CITY,IOA Index of Sheets G000 COVER SHEET C001 GENERAL NOTES C100 PAVEMENT REPLACEMENT PLAN C300 SANITARY PLAN AND PROFILE C500 CIVIL DETAILS C600-C601 TRAFFIC CONTROL PLAN P100 PLUMBING DEMOLITION AND NEW WORK PLANS S100 EXISTING FOUNDATION AND SLAB DEMO PLAN S101 SLAB PLAN, NOTES, AND DETAILS STRUCTURAL ENGINEER NEREBY CERTFY MAT TRR3 ENGINEERING DOCUMENT WAS 'REA OU11 LICENSED PROF —ONO W ENGEER UNDER THE LAWS OFT'E `�PQQpFE5510H��/�/'' STATE OF w.w N2024 DSDATE iMaMTwE PRINTEuoR TrPm NAME AAATTHEW R BARRON MAT EW R r2M BARRON _ 22359 - LICENSE MBER 223SB w /��//// n�OWP•t \`p ` LICENSE RENEWAL DATE IS DECEMSER 3,_ 1915 PAGES. sIEETS OH OmsbNS COVERED sv TNIS SEAL s-SERIES ///I/I/IIIIII1111T\1\ MECHANICAL ENGINEER \\�RpFESSIOH///ii� `2y�Q •,.•FZcf%.i//; a j EDWARD :TED, Z = KRAUSMAN = I HEREBY ENGMEEER —ENT WASRREFARED RREPARED Br ME GR TuoM MY DIRECT SUPERMSION AND TIMTI AM A AMaPAROaoN.L ENDINEERwTHESTATE LICENSED, uws O� E2024 sK;NATDRE PRINTSDTED KRAUSMAN ORTYFEO NA ME R2.2522 = LK:ENSE wMBER P2442S22 MY LICENSE RENEWAL DATF IS DECEMSER 3, ID , ETS oR D-0. GOVERED IIIT PSESEu CIVIL ENGINEER \\\\11011111q!/! ENDINEERING DDCLMENT WAS OHS�Noi FETATEpssENDINeaNDER THE UWs • % ` ( ;�NloyWu 05107=24 ?�"�•'• TANA :yC m DATE ALLEN =..NAT-E c 7UMWAtT _ S IAWRENCF F27743LICENSE—EIER27743 PRINTEDOR TYPED NAME TARA A Z LAMENCE MY LICENSE RENEWAL DATE Is DECEMBER 313 PAGES. SIEETS OR DIN51ON5 COVERED BY THS BEwL C-SERIES rll`\ zIF Z O F- U F- U a Z O LLJ O m F— O U� (n W O N >- 00 3 Q o m CL i "T N CD N M 4 �O Q L N m CDUj N K O 1-- f 00 z w W t- ZD � w (n U � � a A B D �I ) 1. ANY DAMAGE TO AREAS INSIDE OR OUTSIDE OF THE PROJECT AREA SHALL BE REPAIRED TO THE STATUS PRIOR TO CONSTRUCTION AT NO COST TO OWNER. 2. THE GENERAL CONTRACTOR SHALL BE ULTIMATELY RESPONSIBLE FOR ALL CUTTING, SUPPORTING, AND PATCHING IF NOT COVERED BY A SPECIFIC TRADE. 3. EACH TRADE SHALL PROVIDE TESTED FIR STOPP NG ASSEMBLIES FOR PENETRATIONS OF THEIR WORK THROUGH F R -RA E I I E TIN SWHE AND FLOOR/CEI AING CCORDANCE I H ASTM ASSEMBLIES ARE TO BE OF DESIGNS THAT PROVIDE THE SCHEDULED FIR RAT INGS nNGS WHEN TESTED IN ACCORDANCE WITH SSEM LIE ASTM PROVIDE B IT 1479 AND ARE TO BE INSTALLED E INDIVIDUALS TRAINS AN D DEXPERIENCED WITH INSTALLATION T SUCH ASSEMBLIES. PROVIDE SUBMITTALS TO LOCAL AUTHORITIES AS REQUESTED. 4. IF COMPLIANCE WITH TWO OR MORE STANDARDS IS SPECIFIED , CO THE STANDARDS ESTABLISH DIFFERENTRE CONFLICTING UNCERTAINTIES FOR MINIMUM OUANTTES OR DIFFER LEVELS, COMPLY WITH THE MOST STRINGENT REQUIREMENT. REFER UNCERTAINTIES AND REQUIREMENTS THAT ARE DIFFERENT, BUT APPARENTLY EQUAL, TO ENGINEER FOR A DECISION BEFORE PROCEEDING. 5. ABATEMENT WORK FOR THE BUILDING 1 N BE UNDER SEPARATE CONTRACT. TA T LONG INTENDED DEMOLITION WILL EOBTAIN ANDMAIN AIR N SITEA COMPLETE SET OF ABATEMENT DOCUMENTS, INCLUDING ADDENDA AND STANCES AFTER START OF CONSTRUCTION. FOR REFERENCE AND COORDINATION By ALL TRADES. COORDINATE ALL DEMOLITION AND CONSTRUCTION WORK WITH THE ABATEMENTCONTRACTOR.CHANGES AFTER 6. OBTAIN AND MAINTAIN A COMPLETE SET OF OWNER -PROVIDED EQUIPMENT DOCUMENTS, INCLUDING ADDENDA AND R ON INS AFTER START OF CONSTRUCTION, FOR REFERENCE AND COORDINATION BY ALL TRADES. COORDINATE MATH EQUIPMENT INSTALLER ON INSTALLATION OF ALL EQUIPMENT. 7. THE INDICATION OF TYPE AND LOCATION OF EXISTING CONDITIONS AND MATERIALS IN THE DRAWINGS IS NOT INTENDED AS EXALT DOCUMENTATION OF IN -PLACE CONDITIONS. THE CONTRACTOR IS RESPONSIBLE FOR VERIFYING EXISTING CONDITIONS BEFORE SUBMISSION OF BIDS. EXISTING CONDITIONS VARYING FROM THOSE SHOWN IN THE DRAWINGS WALL NOT BE JUSTIFICATION FOR ADDITIONAL ALLOWANCE TO THE CONTRACTOR. NOTIFY THE ENGINEER IMMEDIATELY IF ANY CONDITIONS CONFLICT WITH THE DRAWINGS. 8. ALL DISSIMILAR METALS SHALL BE ISOLATED FROM EACH OTHER EVEN IF NOT SPECIFICALLY IDENTIFIED IN THE CONTRACT DOCUMENTS. 9. ALL CODE -REQUIRED LABELS SUCH AS "UL",'FACTORY MUTUAL'. OR ANY EQUIPMENT IDENTIFICATION, PERFORMANCE RATING. NAME, OR NOMENCLATURE PLATES SHALL REMAIN READABLE AND NOT PAINTED OR COVERED BY OTHER CONSTRUCTION. 10. ARCHITECTURAL DIMENSIONS AND DESIGN INTENT ARE INDICATED ON ARCHITECTURAL DRAWINGS. IF THE INSTALLATION OF EQUIPMENT FROM OTHER TRADES INTERFERES WITH COMPLIANCE OF THE DESIGN INTENT, NOTIFY THE ARCHITECT BEFORE PROCEEDING. 11. 00 NOT SCALE DRAWINGS, DIMENSIONS GOVERN LOCATION OF BUILDING ELEMENTS. IF DIMENSIONS ARE NOT AVAILABLE, CONTACT THE ARCHITECT. 12 MEN DIMENSIONS ON SMALL SCALE DRAWINGS CONFLICT WITH THOSE ON LARGE SCALE DRAWINGS, THE LARGE SCALE DRAWINGS GOVERN. GENERAL NOTES I. ALL CONSTRUCTION PUBLIC OR PRIVATE SHALL BE IN ACCORDANCE WTH IOWA STATEWIDE URBAN DESIGN AND SPECIFICATIONS (SUDAS) AS AMENDED BY THE CITY OF IOWA CITY ORDINANCE AND SUPPLEMENTAL SPECIFICATIONS, UNLESS OTHERWISE NOTED ON THE DRAWINGS. 2. ALL DIMENSION ARE TO BACK OF CURB UNLESS OTHERWISE NOTED. 3. THE LOCATIONS OF UTILITY MAINS. STRUCTURES. AND SERVICE CONNECTIONS PLOTTED ON THESE DRAWING ARE APPROXIMATE ONLY AND WERE OBTAINED FROM RECORDS MADE AVAILABLE TO SHIVEHIATTERY, INC. THERE MAY BE OTHER EXISTING UTILITY MAINS. STRUCTURES AND SERVILE CONNECTIONS NOT KNOWN TO SHIVE-HATTERV, INC. AND NOT SHOWN ON THIS DRAWING. THE VERIFICATION OF EXISTENCE OF, AND THE DETERMINATION OF THE EXACT LOCATION OF, UTILITY MAINS, STRUCTURES AND SERVICE CONNECTIONS SHALL BE THE RESPONSIBILITY OF THE CONSTRUCTION CONTRACTOR(S). 4. NOTIFY UTILITY COMPANIES VMOBE FACILITIES ARE SHOWN ON THE PLANS OR KNOWN TO BE WITHIN CONSTRUCTION LIMITS OF THE SCHEDULE PRIOR TO EACH STAGE OF CONSTRUCTION. NOTIFY THE APPROPRIATE PRIVATE UTILITY A MINIMUM OF 48 HOURS PRIOR TO BEGINNING CONSTRUCTION ON ANY FACILITIES OWNED OR OPERATED BY THAT UTILITY. 5. PRIOR TO CONSTRUCTION. THE CONTRACTOR SHALL FIELD VERIFY ALL DIMENSIONS, COORDINATES, ELEVATIONS. AND UTILITIES AT CRITICAL LOCATIONS TO VERIFY EXACT HORIZONTAL AND VERTICAL LOCATIONS. IMMEDIATELY NOTIFY THE ENGINEER OF ANY DISCREPANCIES SO THE CONFLICT MAY BE RESOLVED. 6. ALL UTILITY CONNECTIONS TO EXISTING LINES SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE RULES AND REGULATIONS AND TO THE SATISFACTION OF THE APPLICABLE Un TTY OWMERIS). 7. IOWA LODE 480, UNDERGROUND FACILITIES INFORMATION, REQUIRES VERBAL NOTICE TO IOWA ONE -GALL 1300-2923989, NOT LESS THAN 40 HOURS BEFORE EXCAVATING, EXCLUDING WEEKENDS AND HOLIDAYS. B. NOTIFY THE APPROPRIATE GOVERNING AUTHORITY 4S-72 HOURS PRIOR TO BEGINNING CONSTRUCON WITHIN PUBLIC RIGHT-0E-WAY. THE CITY OF IOWA CITY SHALL BE THE PUBLIC AGENCY RESPONSIBLE FOR INSPECTION DURING CONSTRUCTION OF THE PUBLIC PORTIONS OF THE PROJECT. 9. CONTRACTOR SHALL COORDINATE WITH PRIVATE UTILITIES REGARDING RELOCATION. ADJUSTMENT. OR TEMPORARY SUPPORT OF THEIR FACILITIES. 10. THE MEANS OF THE WORK AND THE SAFETY OF THE CONTRACTOR'S EMPLOYEES ARE SOLELY THE RESPONSIBILITY OF THE CONTRACTOR. 11. NO WORK SHALL BE PERFORMED BEYOND THE PROJECT LIMITS WITHOUT PRIOR AUTHORIZATION FROM THE OWNER'S REPRESENTATIVE. 12A PRE -CONSTRUCTION MEETING SHALL BE HELD FOLLOWING ISSUANCE OF THE NODE TO PROCEED BUT PRIOR TO COMMENCING WORK. 13. THE SAFE AND ORDERLY PASSAGE OF TRAFFIC AND PEDESTRIANS SHALL BE PROVIDED WHERE CONSTRUCTION OPERATIONS ABUT PUBLIC THROUGHJARES AND ADJACENT PROPERTY, NORMAL LANDFILL OPERATIONS SHALL NOT BE INTERRUPTED WITHOUT APPROVAL BY THE CRV OF IOWA CITY. 14. ALLAREAS DISTURBED BY THE GENERAL CONTRACTOR OR SUB -CONTRACTORS SHALL BE RETURNED TO THE ORIGINAL CONDITION OR BETTER, EXCEPT MERE PROPOSED CONSTRUCTION IS INDICATED ON THE PLANS. 15. CONTRACTOR SHALL PROVIDE TRAFFIC AND PEDESTRIAN CONTROL MEASURES (SIGNS, BARRICADES, FUGGERS. ETC.) IN COMPLIANCE WITH THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) LATEST EDITION. 16. CONSTRUCTION STAKING SHALL BE PERFORMED BY CONTRACTED PRIME. 17. PROTECT ALL EXISTING FEATURES (INCLUDING BUT NOT LIMITED TO WALLS, TREES, LANDSCAPING, DRIVEWAYS, SIDEWALKS, CURBS, PAVEMENT, UTILITIES. ETC.) NOT SPECIFICALLY NOTED FOR REMOVAL. FEATURES NOT DESIGNATED FOR REMOVAL THAT ARE DAMAGED OR REMOVED BY THE CONTRACTOR SHALL BE REPLACED BY THE CONTRACTOR AT THE CONTRACTOR'S EXPENSE. 18. CONTRACTOR SHALL MAINTAIN POSITIVE DRAINAGE ON THE SITE THROUGHOUT CONS TFi UCTION. ANY DAMAGE CAUSED BY A FAILURE TO MAINTAIN POSITIVE DRAINAGE SHALL BE REPAIRED AT THE CONTRACTOR'S EXPENSE. 19. CONTRACTOR SHALL ADJUST ALL VALVES, MANHOLES. CASTINGS, CAS VENTS. ETC.. TO MATCH THE NEW SURFACE. ADJUSTMENT SHALL BE COORDINATED WITH THE UTILITY COMPANIES AND THE COST FOR ALL ADJUSTMENTS SHALL BE INCIDENTAL TO THE CONSTRUCTION. AT NO ADDITIONAL LOST TO THE OWNER, REPAIR ANY DAMAGE TO SAID STRUCTURES AND APPURTENANCES THAT OCCUR DURING CONSTRUCTION. 20.SITE CLEAN-UP SHALL BE PERFORMED DNA DAILY BASIS. SIDEWALKS, PARKING LOTS, ROADWAYS. ETC. SHALL BE KEPT CLEAN AT ALL TIMES. 21.KEEP ADJACENT PUBLIC STREETS AND IMPROVED LAND FREE FROM SOIL AND DEBRIS GENERATED BY THE PROJECT. 22.CONTROL DUST FROM ALL WORK AND STAGING AREAS. 23ALL OPEN EXCAVATIONS SHALL BE PROTECTED IN ACCORDANCE WITH REGULATORY REQUIREMENTS. 24.REPLACE ANY PROPERTY MONUMENTS REMOVED OR DESTROYED BY CONSTRUCTION. MONUMENTS SHALL BE SET BY A LAND SURVEYOR REGISTERED TO PRACTICE IN THE STATE OF IOWA. 25,CONSTRUCTION ACTIVITIES ARE TO BE LIMITED TO THE DESIGNATED WORK ZONE. IF ADDITIONAL AREAS ARE NEEDED FOR STAGING, STORAGE. ETC., IT IS THE CONTRACTOR'S RESPONSIBILITY TO OBTAIN WRITTEN PERMISSION FROM THE PROPERTY OWMER(S). CONTRACTOR OPERATIONS ON CONDUCTED TO NOT IMPACT IOWIA CITY LANDFILL PUBLIC USE OF OVERALL FACILITY AND COMPOST OPERATION AREA EAST OF PROJECT SITE. 26.ALL TESTING AND INSPECTIONS REQUIRED FOR PUBLIC OR PRIVATE IMPROVEMENTS SHALL BE FACILITATED BY THE CONTRACTOR. 27.REPAIR OR REPLACE EXISTING FACILITIES (CURBS. PAVEMENT, UTILITIES, ETC.) TO REMAIN, IF DAMAGED DURING DEMOLITION OR CONSTRUCTION, AT NO ADDITIONAL EXPENSE TO THE OWNER. 2S.1T M INTENDED THAT ALL COSTS OF MATERIALS, EQUIPMENT, TOOLS, LABOR, AND INCIDENTALS BE PAID FOR UNDER THE ITEMS LISTED ON THE BIDDER'S PROPOSAL. BEFORE SUBMITTING A BID ON THIS PROJECT, THE CONTRACTOR SHALL EXAMINE ALL DRAWINGS. SPECIFICATIONS, SPECIAL PROVISIONS, AND THE JOB SITE. IF ANY DISCREPANCIES OR DELETIONS OCCUR IN THE CONTRACT DOCUMENTS. THE CONTRACTOR SHALL REPORT SAME TO THE CITY OF IOWA CITY, GENERAL CONTRACTOR AND SHIVE-HATTERY, INC. IN WRITING AND OBTAIN WRITTEN CLARIFICATION AND/OR INSTRUCTIONS ON IOW TO PROCEED. 29.WORK WHICH DOES NOT CONFORM TO THE REQUIREMENTS OF THE CONTRACT WILL BE CONSIDERED UNACCEPTABLE. UNACCEPTABLE WORK, WHETHER THE RESULT OF POOR WORKMANSHIP, USE OF DEFECTIVE MATERIALS, DAMAGE THROUGH CARELESSNESS OR ANY OTHER CAUSE, FOUND TO EXIST PRIOR TO THE FINAL ACCEPTANCE OF THE WORK, SHALL BE REMOVED AND REPLACED IN AN ACCEPTABLE MANNER, AS REQUIRED BY CITY OF IOWA CITY AND SHIVE-HATTERY. INC, AT THE CONTRACTOR'S EXPENSE. WORK DONE CONTRARY TO THE INSTRUCTIONS OF CITY OF IOWA CITY AND SHIVE-HATTERY, INC., WORK DONE BEYOND THE LINES SHOWN ON THE PLANS, OR ANY EXTRA WORK DONE WITHOUT AUTHORITY WILL NOT BE PAID FOR, 30.1T IS THE CONTRACTORS RESPONSIBILITY TO ASCERTAIN SUBSURFACE INFORMATION THAT MAY AFFECT COSTS, IF ADVERSE SUBSURFACE CONDITIONS ARE ENCOUNTERED. THE CONTRACTOR SHALL NOTIFY THE OWNER REPRESENTATIVE IMMEDIATELY. THE CONTRACTOR SHALL VISIT THE SITE AND ACQUAINT HIM/HERSELF NTH ALL EXISTING CONDITIONS P T Q WI L n WTI TO SITE O BID SUBSURFACE ONDI ANYPOTEINVTIALESTIGATION CONTRACTORS MAY MAKE DSUBSURFACE INVESTIGATION TO SATISFY THEMSELVES AS TO SITE AND SUBSURFACE CONDITIONS. ANYIRPRIOR SHALL BE CLEARED THROUGH THE OWNER PRIOR TO COMMENCEMENT. A JOINT UTILITY MEETING AND LOCATE WILL BE REQUIRED PRIOR TO ANY EXCAVATION OPERATIONS. SITE PREPARATION NOTES 1. PROVIDE WASTE AREAS OR DISPOSAL SITES FOR EXCESS MATERIAL (TRENCH EXCAVATED MATERIAL OR BROKEN CONCRETE) WHICH IS NOT DESIRABLE TO BE INCORPORATED INTO THE WORK INVOLVED ON THIS PROJECT. NO PAYMENT FOR OVERHAUL WILL BE ALLOWED FOR MATERIAL HAULED TO THESE SITES. NO MATERIAL SHALL BE PLACED WITHIN THE EASEMENTS, UNLESS SPECIFICALLY STATED IN THE PLANS OR APPROVED BY THE ENGINEER. DISPOSAL SITES MUST BE APPROVED BY THE ENGINEER. CONTRACTOR SHALL APPLY NECESSARY MOISTURE TO THE CONSTRUCTION AREA AND TEMPORARY HAUL ROADS TO PREVENT THE SPREAD OF DUST. DISPOSAL SHALL BE IN ACCORDANCE WITH THE APPLICABLE GOVERNMENTAL REGULATIONS. 2. WHERE A SECTION OF PAVEMENT, CURB AND GUTTER, OR SIDEWALK IS CUT OR OTHERWISE DAMAGED BY THE CONTRACTOR, THE ENTIRE SECTION SHALL BE REMOVED AND REPUCED. PAVEMENT, CURBS, GUTTERS, AND SIDEWALKS SHALL BE REMOVED A MINIMUM OF TWO FEET BEYOND THE EDGE OF THE TRENCH CUT AND TO THE NEAREST JOINT. 3. DOUBLE SAWCUT EDGES OF PAVEMENT FULL DEPTH PRIOR T FIXTURES. E O TO REMOVAL TO PREVENT DAMAGE E TAREA F SUBS ANDO 4. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROTECT P F T OTEC E TREES B AND SHRUBS IN PROJECT FROM DAMAGE DUE O CONSTRUCTION ACTIVITY' UNLESS SHOWN ON THE PLANS OR DIRECTED T THE OWNER'S REPRESENTATIVE. 5. OF THE RANDODE DISPOSAL OF EXISTING TREES AND SHRUBS WITHIN CONSTRUCTION LIMITS TREES T A INCIDENTAL TO THE GRADING PORTION OF THE PROJECT. FELLS ARE TO E BE GROUND TO TWO FEET BELOW FINISHED GRADE. TREES THAT QUALIFY FOR ENDANGERED BAT HABITAT ES TO BE FELLED BETWEEN THISOCTOBER HST AND TORCH REMOVED 6. ALL FENCES WHICH ARE IMPACTED BY THIS PROJECT OF TO BE REMOVED AND REPLACED TO AN EQUAL L BETTER CONDITION. SALVAGED MATERIALS MAYBE USED UPON APPROVAL OF THE OWNER'S REPRESENTATIVE, FENCES SMALL NOT REMOVED UNTIL PROPERTY OWNER HAS BEEN NOTIFIED, TEMPORARY FENCING T4V BE REQUIRED OVERNIGHT DURING CONSTRUCTION AND SHOULD BE INCIDENTAL TO THE PROJECT. ]. THE PURPOSE OF THIS DRAWING IS TO CONVEY THE OVERALL SCOPE OFACCEPTED DEMOLITION WORKAND A IS NOT INTENDED TO COVER ALL DETAILS OR SPECIFICATIONS REQUIRED WCOMPLY WITH GENERALLYOF WOK.AND DEMOLITION PRACTICES. CONTRACTOR SHALL THOROUGHLY O MI ENCII THEMSELVES WITH THE SITE, SCOPE OF WORK, AND ALL EXISTING CONDITIONS AT THE JOB SITE PRIOR TO BIDDING AND COMMENCING THE WORK. THE DEMOLITION CONTRACTOR SWILL BE SOLELY RESPONSIBLE FOR MEANS, METHODS. TECHNIQUES, OR PROCEDURES USED TO COMPLETE THE WORK IN ACCORDANCE WITH THE CONSTRUCTION DOCUMENTS AND IS LIABLE FOR THE SAFETY OF THE PUBLIC AND CONTRACTOR'S EMPLOYEES DURING THE COURSE OF THE PROJECT. S. THE PAVING PUN IS INTENDED TO SHOW REMOVAL OF KNOWN SITE FEATURES AND UTILITIES AS SHOWN ON THE SURVEY PROVIDED TO THE ENGINEER FOR DESIGN. THERE MAY BE OTHER SITE FEATURES, UTILITIES, STRUCTURES, AND MISCELLANEOUS ITEMS BOTH BURIED AND ABOVE GROUND THAT ARE WITHIN THE LIMITS OF WORK THAT MAY REQUIRE REMOVAL FOR THE PROPOSED SITE IMPROVEMENTS BUT THAT ARE NOT SHOWN HEREIN. THE CONTRACTOR IS RESPONSIBLE FOR THE REMOVAL OF SUCH ITEMS AT NO ADDITIONAL COST TO THE OWNER. 9. CONTRACTOR SHALL CONTACT THE RESPECTIVE UTILITY COMPANIES PRIOR TO COMMENCING ANY SITE DEMOLITION OPERATIONS TO COORDINATE DISCONNECTION AND REMOVAL OF EXISTING UTILITIES WITHIN THE PROPOSED AREA OF WORK. 1DCONTRACTOR SHALL COORDINATE ANY SHUTDOWNS OF EXISTING ROADWAYS AND UTILITIES WITH THE NECESSARY GOVERNING AUTHORITIES. 11. ALL EXISTING BUILDINGS, FOUNDATIONS. CONCRETE OR ASPHALT PAVEMENT OR WALKS, CURB AND GUTTER, AND MISCELLANEOUS STRUCTURES (INCLUDING, BUT NOT LIMITED TO FENCES, POLES, YARD LIGHTS, ELECTRICAL PANELS, WHEEL STOPS, AND MISCELLANEOUS DEBRIS) NOTED TO BE REMOVED SHALL BE DEMOLISHED, REMOVED FROM THE SITE, AND LEGALLY DISPOSED OF BY THE CONTRACTOR. 12. VOIDS LEFT BY ANY REM REMOVED UNDER ANY PROPOSED BUILDINGS. PAVEMENTS. OR WALKS OR WITHIN 24INCHES THEREOF SHALL BE TION AND THE PR SPECIFICATIONS. BACKFILLED IAA R OAS COMPLETED, PROJECT EC ACCORDANCE WITH SUMS ECT SP TIED. FINAL GRADE IN DEMOLITION AREAS SHALL BE COMPACTED PER 13. AS SOON AS DEMOLITION K BEEN T, WELL OF ILL DE L ON NOR HAS BACKF DRAINED PREVENT WATER FROM DRAINING UNNECESSARILY SUDAS SPECIFICATIONS TO PRESENTA NEAT, WELL ACE, AND TO ONTO ADJACENT PROPERTIES. CONTRACTOR SHALL PROVIDE TEMPORARY DIVERSION SWALES OR OTHER MEANS OF MAINTAINING ADEQUATE SITE DRAINAGE. 14. CONTRACTOR SHALL UTILIZE CARE WHEN WORKING NEAR EXISTING UTILITIES TO REMAIN. ANY DAMAGE TO EXISTING UTILITIES NOT NOTED TO BE REMOVED SHALL BE REPAIRED AT CONTRACTOR'S EXPENSE AND TO THE SATISFACTION OF THE OWNER AND/OR ENGINEER. 15. ALL FIRE ACCESS LANES WITHIN THE PROJECT AREA SHALL REMAIN IN SERVICE, CLEAN OF DEBRIS. AND ACCESSIBLE FOR USE BY EMERGENCY VEHICLES. 16. ALL EXISTING SANITARY SEWERS, STORM SEWERS. WATER MAINS OR IRRIGATION LINES AND APPURTENANCES NOTED FOR REMOVAL 1MTNIN THE AREA OF THE PROPOSED CONSTRUCTION SHALL BE DISPOSED OF BY THE CONTRACTOR. ALL ABANDONED SEWER UNES SHALL BE PLUGGED AT BOTH ENDS WITH A MINIMUM OF TWO (2) FEET LONG NON -SHRINK CONCRETE MORTAR PLUGS UNLESS OTHERWISE NOTED. 17.THE CONTRACTOR SHALL NOTIFY THE ENGINEER IF AFIELD OR DRAIN TILE IS ENCOUNTERED AND SHALL INDICATE THE METHOD OF RESOLVING THE CONFLICT. THE ENGINEER SHALL APPROVE THE PROPOSED METHOD. A RECORD OF THE LOCATION OF ALL FIELD TILE OR DRAIN PIPE ENCOUNTERED SHALL BE KEPT BY THE CONTRACTOR AND TURNED OVER TO THE OWNER AND/OR ENGINEER UPON COMPLETION OF THE PROJECT AND ACCURATELY SHOWN ON THE RECORD DRAWINGS. EXISTING FIELD TILE LINES ENCOUNTERED IN THIS PROJECT SHALL BE REPAIRED BY THE CONTRACTOR IN ONE OF THE FOLLOWING WAYS 17.1. CONNECT TILE TO THE NEAREST STORM SEWER. 172. DAYLIGHT TO FINISHED GROUND. 17.3. REPAIR TILE AND MAINTAIN SERVICE. GRADING NOTES 1. NO ROCK EXCAVATION IS ANTICIPATED ON THIS PROJECT, SHOULD ROCK BE ENCOUNTERED DURING CONSTRUCTION. NOTIFY THE OWNER'S REPRESENTATIVE. 2. STRIP EXISTING VEGETATION AND REMOVE AND DISPOSE OF GRAVEL AND SURFACE MATERIAL WITHIN THE PROJECT LIMITS AND AREAS TO RECEIVE FILL. CORRDINATE DISPOSAL OF THESE MATERIALS WITH CITY OF IOWA CITY. 3. STRIP EXISTING TOPSOIL WITHIN THE PROJECT LIMITS AND AREAS TO RECEIVE FILL. STOCKPILE TOPSOIL FOR REUSE. EXCESS TOPSOIL MAY BE STOCKPILED ON SITE AT LOCATION APPROVED BY THE OWNER'S REPRESENTATIVE. ESTIMATED TOP SOIL DEPTH IS P IN EXISTING LANDSCAPED AREAS. PLEASE NOTE TOP SOIL DEPTHS MAY VERY ON -SITE. 4. PROOFROLL ALL FILL AREAS TO IDENTIFY SOFT OR DISTURBED AREAS IN THE SUBGRADE. ALL UNSUITABLE MATERIAL IDENTIFIED SHALL BE REMOVED AND REPLACED WITH STRUCTURAL FILL AND RECOMPACTED TO 95%STANDARD PROCTOR DENSITY. PROOFROLL WITH 25 TON MINIMUM GROSS VEHICLE WEIGHT. 5. REMOVE AND RECOMPACT AREAS OF SUBGRADE MICH ARE SOFT OR UNSTABLE TO MEET SPECIFIED LIMITS FOR DENSITY AND MOISTURE CONTENT. PAVED AREAS TO BE COMPACTED TO 95%STANDARD PROCTOR DENSITY AND 98%STANDARD PROCTOR DENSITY FOR BUILDING PADAREAS. B. SCARIFY AND RECOMPACT THE TOP 12 INCHES OF SUBGRADE IN ALL CUT AREAS AFTER ROUGH GRADING IS COMPLETED. COMPACT THE ENTIRE PAVING SUBGRADE TO 9S% STANDARD PROCTOR DRY DENSITY TO WITHIN 12 INCHES OF FINAL SUBGRADE. THE FINAL 12 INCHES OF FILL TO BE COMPACTED TO 90S STANDARD PROCTOR DRY DENSITY (ASTM D698) FOR BUILDING PAD AREAS. 7. DO NOT PLACE, SPREAD, OR COMPACT ANY FILL MATERIAL DURING UNFAVORABLE WEATHER CONDITIONS AND DO NOT RESUME COMPACTION OPERATIONS UNTIL MOISTURE CONTENT AND DENSITY OF IN -PLACE FILL MATERIAL ARE WITHIN SPECIFIED LIMITS. 8. PUCE FILL MATERIAL IN 91NCH MAXIMUM LIFTS AND COMPACTED TO 95%STANDARD PROCTOR DENSITY IN PAVED AREAS AND 98% STANDARD PROCTOR DENSITY FOR BUILDING PAD. FILL MATERIAL SHALL BE FREE FROM ORGANIC MATTER, DEBRIS, AND OTHER DELETERIOUS SUBSTANCES. 9. FILLS PLACED BELOW LAWN AREAS SHALL BE COMPACTED TO 90%OF MATERIALS MAXIMUM STANDARD PROCTOR DRY DENSITY (ASTM DS98). 10.FILL MATERIAL OBTAINED FROM OFFSTTE SOURCES SHALL BE SOIL OR SOIL AND ROCK MIXTURE FREE FROM ORGANIC MATTER AND OTHER DELETERIOUS SUBSTANCES. IT SHALL CONTAIN NO ROCKS OR LUMPS OF 61NCHES IN GREATEST DIMENSION AND NOT MORE THAN 15% OF THE ROCKS OR LUMPS SHALL BE LARGER THAN 2-1/2 INCHES IN GREATEST DIMENSION. 11. MAINTAIN OPTIMUM MOISTURE CONTENT OF FILL MATERIALS TO ATTAIN REQUIRED COMPACTION DENSITY. PLACE FILL MATERIAL OF LOW PLASTICITY COHESIVE SOILS WITHIN -1%TO •3% OF OPTIMUM MOISTURE CONTENT. FOR GRANULAR MATERIAL, THE ACCEPTABLE RANGE IS 2 TO *3%OF OPTIMUM MOISTURE CONTENT. 12.ALL DISTURBED AREAS NOT PAVED OR HARD SURFACE ON THE SITE SHALL RECEIVE MINIMUM B INCHES OF TOPSOIL. SCARIFY AREAS TO RECEIVE TOPSOIL TO A DEPTH OF a INCHES. REMOVE ALL STONES, WOOD AND OTHER DEBRIS LARGER THAN 21NCHES FROM AREAS TO RECEIVE TOPSOIL. DO NOT COMPACT TOPSOIL. 13.GRADING TOLERANCES'. GRADE AREAS ADJACENT TO BUILDING LINES AND DRAIN AWAY FROM STRUCTURES TO PREVENT PONDING. FINISH SURFACES FREE FROM IRREGULAR SURFACE CHANGES, AND AS FOLLOWS 13.1. UN PAVED AREAS NEAR BUILDINGS, PARKING AREAS AND SIDEWALKS:N-0.IO FEET 132. UNPAVED AREAS AWAY FROM BUILDINGS, PARKING AREAS AND SIDEWALKS:•/-0.15 FEET 133. GRADING SURFACES OF FILL UNDER BUILDING SLAB �0.04 FEET TO 4).10 FEET 13A. SUBGRADE SURFACES: •I-0.15 FEET 14.CONTRACTOR STALL CAREFULLY PRESERVE ALL SITE BENCHMARKS AND REFERENCE POINTS DURING CONSTRUCTION OPERATIONS. 15. CONTRACTOR SHALL MAKE SURE POSITIVE DRAINAGE TO ALL STORM DRAINAGE STRUCTURES EXIST. AREAS OF SURFACE PONDING SHALL BE CORRECTED BY THE CONTRACTOR AT NO ADDITIONAL EXPENSE TO THE OWNER. 16.MAXI MUM CROSS SLOPES AND LONGITUDINAL SLOPES FOR ALL CONCRETE SIDEWALKS AND ADA ACCESSIBLE ROUTES SHALL NOT EXCEED 1.5%AND 5%.RESPECTIVELY. 17W IMUM SLOPES WITHIN THE ADA ACCESSIBLE PARKING AREAS SHALL NOT EXCEED 1.5% IN ANYDIRECTION. 15. MAXIMUM GRADE DIFFERENCE BETWEEN PAVEMENT SURFACES AND ADJACENT CONCRETE SIDEWALKS FOR THE ACCESSIBLE ROUTE TO THE BUILDING SHALL NOT EXCEED 1I41NCH VERTICAL OR 121NCH WIZEN BEVELED. 19. ALLADA ACCESSIBLE EXTERIOR DOORWAY LOCATIONS REQUIRE AN EXTERIOR LANDING THAT IS A MINIMUM OF FIVE (5) FEET IN LENGTH WITH A SLOPE NOT EXCEEDING I.S% IN ANY DIRECTION. 20.EXCAVATON SHORING SHALL BE DONE AS NECESSARY FOR THE PROTECTION OF THE WORK AND FOR THE SAFETY OF PERSONNEL. SHORING SHALL BE IN ACCORDANCE WITH ALL O.S.HA AND LOCAL REGULATIONS. 21.IV ALL UNSUITABLE OR EXCESS MATERIAL SHALL BE DISPOSED OF LEGALLY OR AS DIRECTED BY THE PROJECT RE IN THE FIELD. 22ALL TESTING, INSPECTION AND SUPERVISION OF SOIL QUALITY, UNSUITABLE SOIL REMOVAL AND ITS REPLACEMENT AND OTHER SOILS RELATED OPERATIONS SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. 23.CONTRACTOR SHALL PROVIDE SMOOTH VERTICAL CURVES THROUGH THE HIGH AND LOW POINTS INDICATED BY SPOT ELEVATIONS ON THE PLANS. CONTRACTOR SHALL PROVIDE UNIFORM SLOPES BETWEEN NEW AND EXISTING GRADES AND AVOID ANY RIDGES AND/OR DEPRESSIONS. 24.ALL PROPOSED GRADING, PAVEMENT, APRONS, CURBS, WALKS. ETC. SHALL MATCH EXISTING GRADES FLUSH. 25.ALL EXISTING AND PROPOSED TOP OF RIM ELEVATIONS FOR STORM. SANITARY, WATER AND OTHER UTILITY STRUCTURES SHALL BE ADJUSTED TO MEET FINISHED GRADE WITHIN THE PROJECT LIMITS. 26.FINISH CONTOURS AND SPOT ELEVATIONS SHOWN ARE TO TOP OF PAVEMENT OR TO TOP OF TOPSOIL, UNLESS OTHERWISE NOTED. GENERAL UTILITY NOTES - CITY OF IMA CITY 1. ALL PUBLIC IMPROVEMENT CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE STATEWIDE URBAN DESIGN AND SPECIFICATIONS (SUDAS) STANDARD SPECIFICATIONS. GENERAL SUPPLEMENTAL SPECIFICATIONS, AND SUPPLEMENTAL SPECIFICATIONS. 2. TRENCH BEDDING AND BACKFILL SHALL BE IN ACCORDANCE WITH FIGURE 30102M, SHEETS 13, OF THE CITY OF IOWA CITY SUPPLEMENTAL SPECIFICATIONS, ALL PIPE TRENCHES LOCATED UNDER AND WITHIN S-FEET OF PAVED SURFACES SHALL BE BACKFILLED WITH CUSS 11 BACKFILL. SAND BACKFILL IS NOT ALLOWED. 3. PRIOR TO CONSTRUCTING PROPOSED SANITARY SEWERS, THE CONTRACTOR SHALL UNCOVER EXISTING UTILITIES AT LOCATIONS OF POTENTIAL CONFLICTS TO VERIFY EXACT HORIZONTAL AND VERTICAL LOCATION. 4. CONTRACTOR SHALL BE RESPONSIBLE TO VERIFY CONDITION, SIZES, AND ELEVATIONS OF ALL CONNECTION POINTS TO EXISTING UTILITIES PRIOR TO COMMENCING CONSTRUCTION, INCLUDING FABRICATION OF STRUCTURES OR COMPONENTS. THE ENGINEER SHALL BE MADE AWARE OF ANY DISCREPANCIES. 5. IOWA CODE 480, UNDERGROUND FACILITIES INFORMATION, REQUIRES VERBAL NOTICE TO IOWA ONE -CALL 1300-2928969, NOT LESS THAN 48 HOURS BEFORE EXCAVATING, EXCLUDING WEEKENDS AND HOLIDAYS. 6. ADJUST ALL VALVES, MANHOLES, CASTINGS, HYDRANTS, ETC., TO MATCH THE NEW SURFACE FOR UTILITIES THAT ARE NOT TO BE ABANDONED OR REMOVED. COORDINATE NTH PR P TY DINNER. I TE WI THE AP O DESTROYED UTILI ]. REPLACE ANY PROPERTY MONUMENTS REMOVED OR DESTROYED BY CONSTRUCTION. MONUMENTS SHALL BE SET BY A LAND SURVEYOR REGISTERED TO PRACOE IN THE STATE OF IOWATHE CONTRACTORS EXPENSE. 6. CONTRACTOR SHALL BE RESPONSIBLE FOR DOCUMENTING NTING AS -BUILT SHOW CONDITIONS OF BOTH ORMA CONSTRUCTED UTILITIES AND EXISTING UTILITIES WHERE THE EXISTING UTILITIES DIFFER FROM THAT SHOWN ON THE PUN. THE INFORMATION SHALL INCLUDE THE HORIZONTAL AND VERTICAL LOCATIONS, SIZE, MATERIAL DATA, AND OTHER PERTINENT INFORMATION. 9. CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL LOCAL UTILITIES NOT IDENTIFIED By ONECALL. TRENCH, EXCAVATION AND BACKFILL NOTES 1. TRENCH, EXCAVATION AND BACKFILL SHALL FOLLOW DIVISION 3 SUDAS SPECIFICATION SECTIONS, AS AMENDED BY CITY OF IOWA CITY SUPPLEMENTAL SPECIFICATIONS. 2. THE CONTRACTOR SHALL MAKE PROVISIONS TO HANDLE WATER ENCOUNTERED DURING CONSTRUCTION. THE CONTRACTOR SHALL OBTAIN APPROVAL FROM THE OWNER'S REPRESENTATIVE OF THE PROPOSED METHOD OF DEWATERING. 3. HOPE AND PVC STORM SEWER PIPE BEDDING SHALL BE PER CITY OF IOWA CRY SUPPLEMENTAL SPECIFICATIONS, IOW, CITY ENGINEERING DIVISION DETAIL FIGURE 3010201 PAGES 5 & S UNLESS NOTED OTHERWISE ON THE PLANS. 4. RCP STORM SEWER PIPE BEDDING SHALL BE PER CRY OF IOWA CITY SUPPLEMENTAL SPECIFICATIONS, IOWA CITY ENGINEERING DIVISION N OTHERWISE ON THE PLANS. DETAIL FIGURE 301 SANITARY 1 PAGES I UNLESS NOTED SHALL BE PER CRY OF ISE O CITY S. PVC TRUSS SANITARY SEWER PIPE BEDDINGSUPPLEMENTAL SPECIFICATIONS IOWA CITYENGINEERING C DIVISION DETAIL FIGURE 3010201 PAGES 5, UNLESS NOTED OTHERWISE ON THE PLANS. 6. DIP OR PVC (C-900) WATER PIPE BEDDING SHALL BE PER CITY OF IOWA CITY SUPPLEMENTAL SPECIFICATIONS. IOWA CITY ENGINEERING DIVISION DETAIL FIGURE Wl0201 PAGES 3, UNLESS NOTED OTHERWISE ON THE PLANS. 1. WATER MAIN SHALL BE LOCATED AT LEAST 10 FEET HORIZONTALLY FROM ANY EXISTING OR PROPOSED SANITARY OR STORM SEWER. 2. SEPARATE SEWER MAINS FROM WATER MAINS BY A HORIZONTAL DISTANCE OF AT LEAST 10 FEET UNLESS: a. THE TOP OF A SEWER MAIN IS AT LEAST 18 INCHES BELOW THE BOTTOM OF THE WATER MAIN. AND b. THE SEWER IS PLACED IN A SEPARATE TRENCH OR IN THE SAME TRENCH ON A BENCH OF UNDISTURBED EARTH AT A MINIMUM HORIZONTAL SEPARATION OF 3 FEET FROM THE WATER MAIN. c WHEN IT IS IMPOSSIBLE TO OBTAIN THE REQUIRED HORIZONTAL CLEARANCE OF 3 FEET AND A VERTICAL CLEARANCE OF 18 INCHES BETWEEN SEWERS AND WATER MAINS, THE SEWERS MUST BE CONSTRUCTED OF WATER MAIN MATERIALS MEETING THE REQUIREMENTS OF THE CITY OF IOWA CITY WATER DISTRIBUTION SPECIFICATIONS. HOWEVER, PROVIDE A LINEAR SEPARATION OF AT LEAST 2 FEET. 3. VERTICAL SEPARATION OF SANITARY AND STORM SEWERS CROSSING UNDER ANY WATER MAIN SHOULD BEAT LEAST 18 INCHES WHEN MEASURED FROM THE TOP OF THE SEWER TO THE BOTTOM OF THE WATER MAIN. IF PHYSICAL CONDITIONS PROHIBIT THE SEPARATION, THE SEWER MAYBE PLACED NOT CLOSER THAN 61NCHES BELOW A WATER MAIN OR IS IN CHES ABOVE A WATER MAIN. MAINTAIN THE MAXIMUM FEASIBLE SEPARATION DISTANCE IN ALL CASES. THE SEWER AND WATER PIPES MUST BE ADEQUATELY SUPPORTED AND HAVE WATERTIGHT JOINTS. USE A LOW PERMEABILITY SOIL FOR BACKFILL MATERIAL WITHIN 10 FEET OF THE POINT CROSSING. WHERE THE SANITARY SEWER CROSSES OVER OR LESS THAN A INCHES BELOW A WATER MAIN, LOCATE ONE FULL LENGTH OF SEWER PIPE OF WATER MIN ARTERIAL SO BOTH JOINTS AREAS FAR AS POSSIBLE FROM THE NITER MAIN. a. WHERE THE STORM SEWER CROSSES OVER OR LESS THAN 18 INCHES BELOW A WATER MAIN, LOCATE ONE FULL LENGTH OF SEWER PIPE LL OF WATER MAIN MATERIAL OR REINFORCED CONCRETE PIPE (RCP) WITH FLEXIBLE O-RING GASKET JOINTS SO BOTH JOINTS AREAS FAR AS POSSIBLE FROM THE WATER MAIN. .- . • . u M. MERE THE SANITARY SEWER CROSSES OVER OR LESS THAN 18 INCHES BELOW A WATER MAIN, LOCATE ONE FULL LENGTH OF SEWER w PIPE OF WATER MAIN MATERIAL SO BOTH JOINTS ARE AS FAR AS POSSIBLE FROM THE WATER MIN. Z i_ r SANITARY SEWER CONSTRUCTION NOTES -CITY OF IOWA CITY jfj 1. REFER TO GENERAL CITY UTILITY SFORA CI T I NOTES INFORMATION. FORMATION. Z 0 E ,!b . SHALL BE CHLORIDE PVC PER SECTION 40 (PVC) SANITARY SEWER PIP FITTINGS HA 10 OF SUDAS. 2. SA EWE SERVOS E AND I GS SHALL BE SDR 2A.5OINT C R n TY 3. ALL SANITARY SEWER SERVICE LINES SHALL BE EXTEND THE RIGHT -OF -My LINE OR THE OUTS U LI EXTENDED TO A POINT 10 FEET BEYOND E RIG 10 E a jN2 EASEMENT LINE, IS GREATER. o I ' ZEQUAL 4. FOR ALL MANHOLES TO BE TURNED OVER TO THE CITY, MANHOLE FRAME AND LID TO BE NEEJOL R-1642 SELF SEALING OR APPROVED ES TO BE T WITH CITY OF IOWA CITY LOGO AND A MINIMUM OF ONE CONCEALED PICKHOLE. MANHOLE FRAMESINPAVING tNONROCKING. ALL OTHER MANHOLES ARE CONSIDERED PRIVATE AND SHALL FOLLOW SUDAS DESIGN AND STANDAR'^iJ� I1 0NMANHOLES SHALL NOT INCLUDE INTERNAL STEPS. '" i-NN P P R UDAS SECTION 4080. CLFA G. INS EECCT N. S. ALL TESTASANITARYG SEWER AND SERVICE LINES SHALL PASS AIR TEST AND DEFLECTION TEST E S EWE TARP I� 0 F, gAAN 35= � A6SANITARY i�- SEW R SEWERS. SEWER MAINSONO SERVICES CAN BE INSTALLED BY DIRECTIONAL DRILLING ACCORDING TO SUDAS STANDARD SPECI TIQ.Nm3mSECTION3020 AND THET REQUIREMENTS: J A. USE RESTRAINED JOINT PVC PIPE MANUFACTURED BY CERTAFLO GREENLINE SDR 21, LERTAINTEED CORPORATION, MA N i Y j(',t PVCPIPE ORAPPROVED EO UAL yj/E�p� "' PHE I`+ �+ PR POSED GREATER. V B. THE PROPOSED PIPE SLOPE MUST BE f.J,{j t(/ P BY INCLINOMETER. RIOEVIDP C. SANITARY SEWER MAINLINE SHALL BE INSPECTED B VIDEO CAMERA WITH INCLI iD INS ECT TAPE RECORDING OF THE ENTIRE PIPE LENGTH WITH SLOPE INFORMATION DISPLAYED. RESULTS SHALL BE DELIVERED TO THE CITY ` 1 IS I.Sf A ��i W INSPECTOR/ENGINEERING. fff f� D. CONTRACTOR SWILL COORDINATE DIRECTIONAL DRIVING WITH THE IMAINS CITY ENGINEERING DEPARTMENT. 8. SERVICE TAPS DRILLED SANITARY SEWER SHALL BE INSTALLED USING CORE DRILL AND STYLE SEWER SADDLE CWITH O OMPLETED. STAINLESS STEEL CLAMPS BY ROMAC INDUSTRIES, OR APPROVED EQUAL. COUPONS TO BE TURNED OVER TO THE CITY ONCE COMPLETED. EL CLAMPSON ROW CORE DRILLING AT PIPE JOINTS IS NOT ALLOWED. 9. THE CONTRACTOR WILL BE REQUIRED TO MAINTAIN A RECORD DRAWING SET SHOWING LOCATIONS OF ALL WYES FROM THE DOWNSTREAM MANHOLE AND OTHER PERTINENT INFORMATION REGARDING THE SEWER MAIN CONSTRUCTION. WITNESS DIMENSIONS TO ENDS OF SERVICE RUNS WILL BE REQUIRED. IO.000PUNGS FOR DISSIMILAR PIPE CONNECTIONS SHALL BE 1000 OR S000 SERIES STRONG BACK (RC) AS MANUFACTURED BY FERNCO OR ENGINEER APPROVED EQUAL 11. PIPE CONNECTIONS TO MANHOLES SHALL BE A FLEXIBLE WATERTIGHT SEAL. ALLOWABLE PREMANUFACTURED SEALS INCLUDE LINKSEAL, A-LOK. PSX-DIRECT DRIVE BOOTS OR ENGINEER APPROVED EQUAL. 12.ENTRY INTO EXISTING CITY MANHOLE REQUIRES CORE DRILL HOLE AND USE OF UNK-SEAL WALL PENETRATION SEAL OR ENGINEER APPROVED EQUAL CORE TO BE TURNED OVER TO CITY. 13.ALL FIELD CONSTRUCTED MANHOLE OR STRUCTURES SHALL USE WATER STOP ON ALL CONSTRUCTION JOINTS. 14.MANHOLE ADJUSTMENT RINGS TO BE CRETEX PRO -RING OR STANDORD PCC. IF PCC RINGS ARE USED, SHIMS TO LEVEL MANHOLE FRAME MADE OF MATERIALS OTHER THAN PCC OR THE RING MATERIAL DISCUSSED ABOVE WILL NOT BE ALLOWED, I.E.: WOOD, BRICK, ROCKS, ETC. I5.MANHOLE CHIMNEY SEALING SHALL BE EXTERNAL INFMSHIELD UNIBAND, CRETEX OR APPROVED EQUAL. INTERNAL CHIMNEY SEALS By CRETEX OR APPROVED EQUAL WILL BE ALLOWED ONLY IN PROPOSED PAVED AREAS WHERE SLIP -FORM PAVING WILL BE UTILIZED FOR CONSTRUCTION. HOLES PLACED IN PAVEMENT OR N THE PARKWAY BETWEEN THE SIDEWALK A STREET)FLUSH TH THE FINISH GRADE. 16 MA MANHOLES IN NONPAVED AREAS OUTSIDE OF THE RIGHT-OF4WAY SHALL HAVE A RIM ELEVATION 02LFOOT ABOVE FINISH GRADE. ITPROTECT SEWER PIPE FROM THE ELEMENTS AND SOIL MILE IN STORAGE AND DURING INSTALLATION. EXCESSIVE SOIL MATERIAL FOUND IN �+ <�1�Y U THE COMPLETED LINES DURING TELEVISED INSPECTION, WILL CAUSE THE INSTALLATION TO BE REJECTED BY THE CITY. m -, i B. CAS PLACE CONSTRUCTION MANHOLES AND STRUCTURES: ALL CONSTRUCTION JOINTS ARE TO BE WATER TIGHT BY USE OF WATER STOP OR OTHER CONSTRUCTION METHODS. '^ O (n 19.MANHOLE OPENING TO BE ORIENTED OVER THE INVERT OUT. n/ o 20.ALL SANITARY SEWER CONSTRUCTION SHALL BE PERFORMED IN ACCORDANCE WITH THE NOTES IN THE PLANS NS AND THE STANDARDS. SPECIFICATIONS, CODES AND ORDINANCES OF THE LOCAL GOVERNING AUTHORITIES. IN CASE OF CONFLICT, THE MORE STRINGENT CODE ^f 2 � LL SHALL TAKE PRECEDENCE. 21.ALL SANITARY SEWER PIPE AND STRUCTURES SHALL BE FURNISHED AND INSTALLED IN ACCORDANCE WITH SUDAS DIVISION 4 AND S. AS AMENDED BY CITY OF IOWA CITY SUPPLEMENTAL SPECIFICATIONS. Z w 22 M ALL SANITARY CLEANOUTS SHALL FOLLOW SUDAS SPECIFICATION SW.203. 23.MONITOR LINE AND GRADE USING INSTALLATION LASER LEVEL. CALIBRATION OF EQUIPMENT SHOULD BE VERIFIED BEFORE ITS USE IN O Q - ACCORDANCE WITH THE EQUIPMENT MANUFACTURER'S RECOMMENDATIONS. a- 24.CASTINGS FOR SANITARY SEWER MANHOLES PER CRY OF IOWA CITY SUPPLEMENTAL SPECIFICATIONS, IOWA CITY ENGINEERING DIVISION DETAIL FIGURE 6010.501 I _ V 25.NTERNAL DROP CONNECTION FOR SANITARY SEWER MANHOLE PER CITY OF IOWA CITY SUPPLEMENTAL SPECIFICATIONS, IOWA CITY �( Q ENGINEERING DIVISION DETAIL FIGURE 0010.308. <N PAVEMENT GENERAL NOTES I, -Of U 1. ALL SLOPES IN PAVEMENT SHALL BE UNIFORM TO AVOID PONDING. 2. ALL DIMENSIONS TO BACK -OF -CURB UNLESS NOTED OTHERWISE. 3. REMOVE AND REPLACE OR RESTORE ALL STREET SIGNS. PAVEMENT MARKINGS, SIDEWALK LAMPS. SIDEWALKS, STEPS, LANDSCAPE O _ STRUCTURES. CURB AND GUTTER, STREETS. DRIVES, AND ALL OTHER SURFACE STRUCTURES REMOVED OR OTHERWISE DAMAGED DURING O N THE COURSE OF THE WORK. - O 4. ALL PAVEMENT AND SIDEWALKS SHALL BE REMOVED AND REPLACED TO NEAREST JOINT BEYOND CONSTRUCTION AREA. 5. COMPACT SUBGRADE BENEATH PAVEMENTS IN ACCORDANCE WITH GRADING NOTES. r U } O if F 6. CLASS A CRUSHED STONE SUBBASE FOR PAVEMENTS SHALL MEET THE LIMITS OF GRADATION NO. 11 IOWA DOT STANDARD SPECIFICATION < - FOR HIGHWAY AND BRIDGE CONSTRUCTION SECTION 4120.04. r W Q Z ]. ALL SIDEWALKS SHALL BE CONSTRUCTED PER SUDAS SECTION 7030. r/Y LL E J 8. ALL PCC PAVEMENT SHALL BE PROTECTED ACCORDING TO SUDAS SECTION 70103.04, M Q U) PAVEMENT MARKING NOTES ui Q O LU 1. PAINT PARKING STRIPING AND SIDEWALK CURBS TRAFFIC YELLOW WHERE SHOWN ON PLANS, MINIMUM CURING TIME FOR PAVING SHALL BE W -i Fyy O 7 DAYS. U ' < 2. PAINT ADA SYMBOLS AND STRIPING BLUE AND WHITE PER LOCAL CODES WHERE SHOWN ON PLANS. 3. PAVEMENT MARKINGS SHALL HIGHBWLD WATERBORNE PAINT PAVEMENT MARKINGS COMPLYING WITH IOWA DOT 25Z7. IF REQUIRED. REFLECTORIZED SPHERES FOR TRAFFIC PAINT SHALL MEET THE REQUIREMENTS OF IOWA DOT STANDARD SPECIFICATION FOR HIGHWAY AND BRIDGE CONSTRUCTION, LATEST EDITION, SECTION 4162. 4. PAINTING SHALL NOT BEGIN UNTIL PAVEMENT SURFACE HAS BEEN POWER GROOMED AND HAND SWEPT AS NECESSARY TO REMOVE LOOSE MATERIALS AND DIRT, AND NOT BEFORE ADEQUATE CURING TIME HAS BEEN OBTAINED ON THE PAVEMENT. 5. APPLY PAINT AT MANUFACTURER'S RECOMMENDED RATES IN TWO SEPARATE COATS FOR ALL PAVEMENT MARKINGS. ALL STRIPES ARE 4 INCHES WIDE UNLESS OTHERWISE INDICATED. ADA SYMBOLS SHALL CONFORM TO APPLICABLE ADA REGULATIONS. 3 PCC PAVEMENT NOTES 1. CONCRETE SHALL BE APPROVED "IX FOR STREET REPAIRS, SIDEWALK. AND BUILDING DRIVEWAY REPLACEMENT. PROVIDE JOINTS IS' O/C MAXIMUM (B" PAVEMENT), 16' OIC MAXIMUM (8" PAVEMENT), 1/' O/C MAXIMUM (T PAVEMENT) OR 10 OMMAXIMUM (5" PAVEMENT) UNLESS NOTED OTHERWISE. MATERIALS AND CONSTRUCTION FOR PORTLAND CEMENT CONCRETE PAVEMENTS SHALL MEET THE REQUIREMENT OF IOWA DOT STANDARD SPECIFICATIONS FOR HIGHWAY AND BRIDGE CONSTRUCTION, LATEST REVISION, SECTION 2301. THE PARAGRAPHS FOR MEASUREMENT AND PAYMENTSHALL NOT APPLY. 2. CURBS SHALL BE CAST INTEGRAL WITH CONCRETE PAVEMENT UNLESS NOTED OTHERWISE. EDGES SHALL BE ROUNDED BUT NOT ROLLED. 3. THE CONTRACTOR SHALL PROWDE THE ENGINEER A PAVEMENT POURING DIAGRAM TO THE OWNER AND ENGINEER FOR APPROVAL PRIOR TO PAVEMENT OPERATIONS. DESIGN FILE AND ADDITIONAL PAVEMENT ELEVATIONS AT JOINTS CAN BE COORDINATED WITH ENGINEER TO FACILITATE STAKING. LAYOUT, AND DESIGNED DRAINAGE PATTERNS UPON REQUEST. 4. JOINTS SHALL MATCHING EXISTING WHERE MATCHING INTO EXISTNG PAVEMENT PANELS. 5. THE CONTRACTOR SHALL PROVIDE THE ENGINEER A FINAL PAVEMENT JOINTING PLAN FOR REVIEW AND APPROVAL PRIOR TO 6 y < O m I 1 CONSTRUCTION. 6. ALL JOINT TYPES REFERRED TO IN THE FOLLOWING NOTES OR ELSEWHERE ON THE PLANS ARE DETAILED IN IOWA SUDAS STANDARD DETAIL 7W 0.101. IY 7. WIEREACCESSDRIVES INTERSECT EACH OTHER WHERE ACCESS DRIVES INTERSECT PARKING AREAS, THE JOINING PLAN SHALL BE O w COAST CONSTRUCTED PER A SUDAS STANDARD DETAIL 7010.904. IL O ,Q1 as DIN 8. PAVEMENT LONGITUDINAL JOINTS SHALL BE TYPE'BT-Y OR "L-Y FOR WAND 8" PAVEMENT SECTIONS AND "BT-1"AND'L-1"FOR 7" PAVEMENT j SECTIONS TYP. W 9. PAVEMENT TRANSVERSE JOINTS SHALL BE TYPE "CD" FOR 9" AND r PAVEMENT SECTIONS AND'C" FOR T 55' PAVEMENT SECTIONS TYP. IDALL JOINTS, INCLUDING "BT" OR -V TYPE JOINTS, SHALL BE SEALED PER IOWA SUDAS STANDARD DETAIL 7010.101 DETAIL W AND OWA SUDAS STANDARD SPECIFICATION SECTION 3.02 K II INSTALL 1 INCH EXPANSION JOINT AT ALL LOCATIONS WHERE PAVEMENT ABUTS A BUILDING. WALL, STOOP, OR BACK -OF -CURB. UNLESS OTHERWISE NOTED, INSTALL 1 INCH EXPANSION JOINT BETWEEN BOTH SIDES OF SIDEWALK AND DRIVEWAY PAVEMENT. 12. PROPOSED SIDEWALK ADJACENT TO FLUSH DRIVEWAY OR PARKING PAVEMENT SHALL BE FURNISHED WITH A THICKENED EDGE. 13. PROPOSED SIDEWALK ADJACENT TO INTEGRAL CURB SHALL BE FURNISHED WITH A THICKENED EDGE COMPLYING WITH DETAIL 1 OR CURB NOTCH PER DETAIL 2 OF CURB DETAILS FOR CUSS A SIDEWALK SUDAS FIGURE 70M.202. 14. DETECTABLE WARNING PANELS SHALL BE CAST IRON. THE COLOR OF THE DETECTABLE WARNING PANELS SHALL BE BRICK RED. CONTRACTOR TO CONFIRM PRODUCT AND COLOR WITH CITY PRIOR TO FURNISHING OR CONSTRUCTION. . m O LL U m EXISTING SIDEWALKS SHALL BE PER CITY OF IOWA CITY SUPPLEMENTAL SPECIFICATIONS IOWA 15. PROPOSED EKING DIVISION CRY ENGINEERING DIVISION DETAIL FIGURE 7030.301. 0 '.1 0 > > 12_ O o SURFACE RESTORATION O < 4 1. ALL DISTURBED AREAS NOT PAVED OR HARD SURFACE ON THE SITE SHALL RECEIVE A MINIMUM OF B INCHES OF TOPSOIL SCARIFY AREAS TO RECEIVE TOPSOIL TO A DEPTH OF a INCHES. REMOVE ALL STONES, WOOD, AND OTHER DEBRIS URGER THAN 21NCHES FROM AREAS TO W RECEIVE TOPSOIL. DO NOT COMPACT TOPSOIL, LANDSCAPE ARCHITECTURE SPECIFICATIONS SHALL SUPERCEDE. 2. ALL DISTURBED AREAS SHALL BE SEEDED, FERTILIZED, AND MULCHED IN ACCORDANCE WITH SUDAS SPECIFICATION SECTION 9010. SPRING SEEDING SHALL BE COMPLETED BETWEEN MARCH 1 AND MAY 31. FALL SEEDING SHALL BE COMPLETED BETWEEN AUGUST 10 AND O SEPTEMBER 30. LANDSCAPE ARCHITECTURE SPECIFICATIONS SHALL SUPERCEDE. Z J 9 UTILITY NOTE Z MKNe 0 coo IN 11 A B I 1 I JuN � EXISTING 16' WATER MAIN III _ i p C-- 0 5 10 20 SCALE IN FEET D LEGEND g' PCC FULL DEPTH PATCH BPCC DRIVEWAY I IOWA CITY FIRE STATION NO. 1 v.,Y SEE STRUCTURAL AND PLUMBING SHEETS FOR INTERIOR OF BUILDING ED SAND OIL INTERCEPTOR LOCATION 22,50' \ EXISTING MATCH EXISTING PAVEMENT AT � i TELECOM AND � µ PHASE 1 -NORTH AND NEAREST JOINT, ALL EDGES, TVP. ELECTRIC LINES #>.� CENTER BAY CLOSURE , I A / I PHASE 2 -SOUTH BAY A CLOSURE I I I� I j I 1 `fix. i I rl IY I I II I t ; II w I I I ICPD PARKING "U J I I U i 3 � i I o i i I \/ I 4 aim I t A B E—T F PROJECT PHASING NOTES u w CONSTRUCTION WILL INCLUDE 2 PHASES OF WORK TO ALLOW FOR THE FIRE STATION TO REMAIN IN OPERATION. ` 02 PHASE 1 WILL REQUIRE THE SOUTH BAY TO REMAIN OPEN FOR FIRE STATION USE. DURING THIS PHASE, WORK WILL OCCUR IN THE NORTH AND CENTER BAYS AND 1 WORK TO INSTALL THE SEWER DRAIN THROUGH THE STREET. PHASE 2 WILL REQUIRE THE CENTER AND NORTH BAYS TO REMAIN OPEN FOR FIRE STATION USE. DURING THE PHASE, WORK WILL OCCUR ON THE SOUTH BAY AND ACCESS WALL BE MAINTAINED FOR THE NORTH AND CENTER BAYS. �y� LL - > � w 2 a 0 o_ N ACCESS TO FIRE STATION TO BE AVAILABLE AT ALL TIMES FOR EMERGENCY 'j`j�jL/ VEHICLES. 7 _ 1 -, i 0 Wn; ClSEAL 10I-q C/ Rk o lxli-i MQ U W W I..L 2 Z Q Z a LL ~ U Z C o Z OO 11-5 F-U oZ � H 3 (l) m O J LU IL U) G i a 3 7 Z F w - ZLu ww � U wgZ w I' g N 0 0 D F F A B C D E 3 I I i EXISTING 16" WATER MAIN 1 1 I + I 1 I i I I I I I I o I 1 1 1 I I EXISTING TELECOM AND ELECTRIC LINES 1 1 I I I I \EX SMH021) %l'I-I IOWA CITY FIRE Nsnllzeo E 2178627:86 RIM=665.21 :3 - STATION N0. 1 IE = 659.62 P02 E � IE=1550.97 EX P03S OZ O LF I S I P - �I j I \ 1 SEE STRUCTURAL AND PLUMBING SHEETS FOR INTERIOR OF BUILDING - - PO13 LF 6"pl@2.00 3*00 �I \ I y PROPOSED SAND OIL PROPOSED W O] SMH0I (SW4203) O O O INTERCEPTOR LOCATION I � 3 N 8 21679 05 E 8679 I 2 % \ RIM =665.5. 0 I f IE=660.67 POLE IF= 660.67 P02 W / 670 670 m i m 4-7TELECOM mm dd ww - bS z iu _ _ -- - -- ._. ... - _- __._ - UNDERGROUND .. _.. -----__._.__ 1-2' UNDERGROUND .... . ........ _.._.. .... =mry s .. -ww w i w ELECTRIC INSTALL CLASS 11 MATERIAL UNDER ALL NEW POC 1 - Z' TELECOM PAVEMENT FOR PIPE TRENCH 665 - �__. __-__ -_ 665 _ 3 1I SEE STRUCTURAL AND SHEETS FOR IPLUMBING Ii INTERIOR OF BUILDING -- 1 P01316"DI@2.00% 680 @ 2.00% Z 660 P02 50 LF 6' DI I f P038"VCP CORE NEW SANITARY INTO THE EXISTING 2-Z' TELECOM MANHOLE TO COMPLETE PIPE CONNECTION. PIPE PENETRATIONS INTO STRUCTURE SHALL BE _ - A FLEXIBLE WATERTIGHT SEAL ALLOWABLE --------------- --------------- .--__-_--.......... _-_.---...- - - PREMANUFACTUREDSEALSINCLUDE UNKSEAL A-LOK, OR PSX-DIRECT DRIVE BOOTS. EXISTING 16" WATER MAIN 656 656 - - $ 2-00 3.00 A B C D 1 E F � a uW _ jj L(1 `may r- , U (�1j (j(j 7 0 25 5 2024 MAY — I � Jl EET IOWA CITY, IQWA SEAL LEGEND 9" PCC FULL DEPTH PATCH 9" PCC DRIVEWAY Q U m Nw LL 2 � � Z 0_ I..L Q � yQ y Z U U Z o o O Q W (7 O_ NW If Q LL O W U I v F 3 W K N'l O 0 z o 'a C300 A B C D E SEE PLAN FOR PAVEMENT SLOPE. RECEIVING CURB SHOVA. SLOPE MAY BE AWAY FROM CURB. %1 6" STANDARD CURB (SODAS DETAIL PV-102) I Rol To scale 11'rR 9" PCC PAVEMENT 17MODIFIED SUBBASE 17COMPACTED SUBGRADE FILL TO 95%STANDARD PROCTOR DENSITY DETAIL 2A n PCC PAONS � Ro1 To scarfVEMENT SECTI- - f. a .peatw° in me wnVaU axumenl. Q *rm,ana., me yam nail m n �nrn.. a..ne m oamnamaa n.., nw f,nnr aeaa m amwaf. baaa.4 w.a e.,a�n.a nwr. a..au.aaw.M. ResMnual' Cgnmernai aM �M°Yrrol ] nwMs I 1 rams. r�) �n»n°m Q. se«ae N�o�aar mroven °n.. r,r m,mn .a�awaaaa,.�.,ay IRmWrlYeuaaNwW Oy) Wvwrrer°. © wan rclKanaes a aga��l .wooer. Z i CUU C°rma®lMalbul �_ 'trr Fwrae F'pma Ma.aaab ruaeen 8' wra sa°ecamc (DOE S�waw _ _ _. __ .. 5 Fa alleys. even me. vemenl crown 19:loaarn ren,c of alley / Drweway J 1B' 1Z ] O ummss ak�Die'W 0° it soealiell m 11 ww.e ;� rwuLSEenoR �a � ,�. n,� a.smal w�ea io ear.e a.a n9 Ware � vX aoas.ioce of ea�arenl sNewalx parer ao,n a.�aa � abewaw ,n R°awak m.w,a, n9a.�° ear row.zos fA UNev'I]�IB warrvnp pariei wnn frmawer O,� lraef � mmaman „ alwe m On. (DR z l��eaaao.e '-KD % 9erAi s FI MA Y - 7 AM q' 35 tO CITY ITY' IOWty,1�j fTA S' PCC PAVEMENT 12" MODIFIED SUBBASE 12" COMPACTED SUBGRADE FILL TO 95%STANDARD PROCTOR DENSITY DETAIL 2B NOTES: 1. REFER TO THE CONTRACT DOCUMENTS FOR SPECIFIC MATERIAL AND PLACEMENT REQUIREMENTS. 2. CONSOLIDATE AND MODERATELY COMPACT BY SLICING WITH A SHOVEL OR USING OTHER APPROVED TECHNIQUES. 3. COMPACT TO AT LEAST 65% RELATIVE DENSITY. 4. PROTECT PIPE. ACCESSORIES, AND APPURTENANCES DURING PLACEMENT AND COMPACTION OF BEDDING AND BACKFILL MATERIALS. KEY: OD = OUTSIDE DIAMETER OF PIPE D = INSIDE DIAMETER OF PIPE TW = MINIMUM TRENCH WIDTH AT TOP OF PIPE = OD-18" OR 1.25XOD-12" (WHICHEVER IS GREATER) d DEPTH OF BEDDING MATERIAL BELOW PIPE 2 3 I.L 4 Uw �z i 0 Q � U a �Ei N a N o ;; SEAL U LU 7 0 LL Z O U � Q (n 3 Z 0 N U o W u z ��' a W O a Q $ 3 J � w O U) U i e c � I 7 c m rc E. w J LU J_ U C500 A 8 i C i D E I F A -- -- B C D E F- TRAFFIC CONTROL GENERAL NOTES _ w r, �lp":7 > PHASE 1 -FULL CLOSURE WITH DETOUR 1. ONLY MAJOR STAGE. OF CONSTRUCTION ARE SHOWN IN THE STAGING AND TRAFFIC CONTROL PLAN. THE CONTRACTOR SHALL r .n ' n r ill SUBMIT A WORK SCHEDULE AT THE PRE -CONSTRUCTION MEETING CONTAINING TARGET DATES FOR CRITICAL ITEMS AND � � •° � � FULL CLOSURE OF GILBERT STREET AND DETOUR OF TRAFFIC TO WIN STREET. t y ESTIMATED DATES FOR THE VARIOUS TRAFFIC CONTROL STAGING. THE CONTRACTOR IS RESPONSIBLE FOR PROVIDING ONE FULL LANE TO REMAIN OPEN IN BOTH THE NORTHBOUND AND SOUTMBOUND DETAILED TRAFFIC CONTROL PLANS FOR ANY OTHER STAGES THAT MAY BE REQUIRED. CHANGES TO STAGING PLAN MUST BE � DIRECTIONS FOR EMERGENCY VEHICLE ACCESS ONLY. APPROVED BY ENGINEER. 2. CONTRACTOR IS RESPONSIBLE FOR ALL TRAFFIC CONTROL AND WORK SITE SAFETY. TRAFFIC CONTROL ON THIS PROJECT SHALL ' DURING THIS PHASE, COMPLETE REMOVAL OF PAVEMENT. INSTFREPL I{O i :. i '. SANITARY S R NNECT ON TOBE IN ACCORDANCE WITH SPECIFIC LAYOUTS SHOWN ON THESE PLAN.OR THE IOWA DOT STANDARD ROAD PLANS TC SERIES ry�; EWE AND CO I EXISTING MANHOLE IR�T DETAILS REFERENCED FOR OTHER MINOR OR INCIDENTAL WORK THAT DOES NOT SPECIFICALLY FALL WITHIN THE TRAFFIC ' r STREET PAVEMENT REOPEN TO ALLOW ONE LANE IN EACH DIRECTION (PHIS CONTROL STAGING DETAIL PROVIDED. TRAFFIC CONTROL DEVICES. PROCEDURES. AND LAYOUTS SHALL BE PER THE MANUAL ON '. TRAFFIC CONTROL) ONCE PAVEMENT CURE IS ACHIEVED. MAY CONTINUE WORK ON UNIFORM TRAFFIC CONTROL DEVICES FOR STREETS AND HIGHWAYS, AS ADOPTED BY THE DEPARTMENT PER 761 OF THE IOWA : "°^' - APPROACH PAVEMENT, SIDEWALK, AND WORK INSIDING DURING PHASE 2. r . ADMINISTRATIVE CODE (IAC), CHAPTER 130. PLUMBING AND STRUCTURAL DRAWINGS FOR P O K 1 1 3. ALL TRAFFIC CONTROL DEVICES SHALL BE FURNISHED. ERECTED, MAINTAINED AND REMOVED BY THE CONTRACTOR. REMOVAL "�°�� C ♦ T OF TEMPORARY TRAFFIC CONTROL DEVICES SHALL BE INCIDENTAL TO THE TRAFFIC CONTROL PAY ITEM. EXISTING ROADWAY ✓ /?� SIGNS WHOSE MESSAGE CONFLICTS WITH PROJECT SIGNING SHALL BE COVERED FOR THE DURATION OF THE CONFLICT .. "' �''F.y - ". n, {v • �' ' (INCIDENTAL TO TRAFFIC CONTROL). k T .. E JEFFERSON ST �. �; t i CL 4. ALL TEMPORARY PAVEMENT MARKINGS AND TEMPORARY SYMBOLS SHALL BE REMOVABLE MARKING TAPE. ALLPERMANENT ©CrCV w, - kF SIGNING AND STRIPING SHALL BE PLACED BEFORE ROADWAYS ARE OPEN TO TRAFFIC, UNLESS OTHERWISE NOTED. ..- A HEA �. "2 �� f ; } 6. THE CONTRACTOR SHALL MAINTAIN ACCESS TO ALL BUSINESSES AND RESIDENCES AT ALLTIMES DURING CONSTRUCTION. 6. CONTRACTOR SHALL ADD "ROADWORK AHEAD" SIGNS ON ALL ROADS THAT INTERSECT THE PROJECT. PLACEMENT SHALL ¢ " CONFORM TO IOWA DOT STANDARD ROAD PLANS TC SERIES. ° s t 7. THE CONTRACTOR SHALL PROVIDE WRITTEN NOTICE TO THE CITY OF IOWA CITY AT LEAST 1 WEEK IN ADVANCE OF INITIATING , �. vCAD END "' " "v TRAFFIC CONTROL STAGING AND SUBSEQUENT TRANSITIONS BETWEEN STAGES : WORK DETOUR .. 8. D' THE SPACING OF ALL SIGNS AND THE DISTANCE BETWEEN SIGNS SHOWN IN THIS PLAN SHALL MEET THE REQUIREMENTS OF THE _/ + MUTCD AND THE IOWA DOT STANDARD ROAD PLANS TC SERIES. IF THE MINIMUM SPACING BETWEEN SIGNS CANNOT BE AH,y rw. "�. ! �# E f r m MAINTAINED. THE SIGN LOCATIONS SHALL BE ADJUSTED TO PROVIDE THE LARGEST SPACING AVAILABLE. C '' 9. THE LOCATION FOR STORAGE OF EQUIPMENT BY THE CONTRACTOR DURING NON -WORKING HOURS SHALL BE AS APPROVED BY THE ENGINEER. " _ - ' 10 DURING ALL PHASES. ONE NORTHBOUND AND ONE SORTHBOUND LANE FOR FIRE TRUCK ACCESS MUST REMAIN OPEN AT ALL S 3'LB :E718 $ lf'LB'-P'Y $r4jGACVVO THE CONTRACTOR MAV CONDUCT SEVERAL OPERATIONS CONCURRENTLY. PROVIDED THAT TRAFFIC IS MAINTAINED AND APPROVALT�RKHAS BEEN GIVEN BY THE PROJECT ENGINEER. ���®��AHEA_�IT I. NOTTHEINTENTTOCONFINE THE CONTRACTOR'S ACTMTIES TO THE AREAS OF SUGGESTED STAGES ALONE. IT IS��$ GILBERT $T # UNDERSTOOD THAT SOME OF THE VARIOUS STEPS THOUGH POSSIBLY LISTED IN NUMERICAL ORDER, MAY OCCUR SIMULTANEOUSLY. J / �. 40 F® IOWA AVE u ,N 4.0 ROAD aI _0 S '-LEER-- E7 T^i7U'RAFFK: � Y S GILBERT STI r' Ilk SMEWALK GAD CLOSED DETOUR ®0_u[� DA � D T ' . D i h D-RK OL _ E WASHINGTON ST N. t' AHE ,, a � r • S GILBERT ST S 31LBER7 ST i� z DETOUR =7OLJR! y r s r • r _ DMD ;# MEA LEGEND MI DIRECTION OF TRAFFIC DETOUR ROUTE 3 TYPE III BARICADE • BARRELS ig o TRAFFIC CONTROL SIGN - - 42" CHANNELIZERS M€ A B ° # E COLLEGE ST '° ate@ w �!►... +. ` k Yup A' f MOM Alm D 13 r - qw- t >• rl k 1 IsE E B 2 3 a U LlJ Ni LL Z U a r^ � U cn 0 O U o LLI u O a z coa Q o 3 � � W 0 W UIa o � I o m 1' LL 0 w er .m w� — F 4 Z — g UO U_lL �O i I_0 A C600 F A B PHASE 2 - CLOSE EAST LANES AND MAINTAIN ONE LANE IN EACH DIRECTION CLOSURE OF THE EAST TWO LANES AND ALLOW ONE LANE OF TRAFFIC IN EACH DIRECTION AFTER THE COMPLETION OF THE CONNECTION TO THE EXISTING SANITARY MANHOLE. �► ACCESS TO FIRE STATION TO BE AVAILABLE AT ALL TIMES FOR EMERGENCY VEHICLES. '+I DURING THIS PHASE, COMPLETE WORK IN AS NECESSARY FOR THE APPROACH PAVEMENT SIDEWALK AND WORK INSIDE BUILDING REOPEN STREET TO FULL . TRAFFIC ONCE EXTERIOR PAVEMENT HAS CURED AND SPACE IS NOT REQUIRED TO COMPLETE WORK INSIDE BUILDING SEE PLUMBING AND STRUCTURAL DRAWINGS FOR PHASING OF INTERIOR WORK, 3 a 4 4 LEGEND g DIRECTION OF TRAFFIC DETOUR ROUTE TYPE III BARICADE • BARRELS g3 _._ o TRAFFIC CONTROL SIGN 42" CHANNELIZERS A C D E F ROAD SODIEVVa*�U� p • uW WORK CLOSED Z AHEAD �� EFF _ o LAN F p� CLOSED _ Y k. AD-0EAfC ! dol r _ a= I D I E F Q U m LLI cn O Z� �a �z QO IL � � U z � o Z 00 U O U) 3 g 4 m a W Q o 3 of J w 0 LL cn U I v o m � i e o o m ^q B n 1 • / EXISTING UTILITY CRAWL SPACE CONCRETE TO BE DEMOLISHED - PHASE I SHOWN HATCHED EXISTING SANITARY LINES (SERVE LOCKER ROOMS) (D) DRAN ORATE (IYP.) _= _. (E) FLOOR GRATE Li yl() 1 1 1 PHASE 1: 1 SAN N AREA OF PHASE 1 CO AREA CONCRETE DEMOLRKMI(I I 2 DEMOLITION SUB CUTOUT 1 IN PHASECONCRETE). 1 N CONSTALLA. it 1 FOR NSTALL uc'E' OF NEW PIPING IN ICINOFPREPARE W P PING IN 1 NEW CONSTIIULTM]N PHASE. I 1 1 �• REMAIN IN SERVICE DURING PHASE 1. i PHASE 2: 4. SAN SERVING LOCKER ROOM AT LIJ Al J LATEST POSSIBLE DATE IN I IZEE 2 - TO BE ASAP TO MINIMIZE PHASE 2: OOWNTNRE OF LOCKER ROOMS. DOWNTIME O (D)6'SAN NCRETE AREA ARFA OFPHASE 2 CONCRETE DEMOLITION. PREPARE I SUB -GRADE FOR INSTALLATION OF NEW 1 PHASEA PIPING INNEW CONSTRUCTION PHASE. \ i A,f(E) 1016' BAN SERVNG (EI FLOOR GRATE __________PRO (El FLOOR GMTE VIDE VIDEO FOOTAGE OF INTERIOROF S' BAN, ST PIPES DURING TO BE IEI4'ST DEMOLISHEDCAP DEMOLITIONPFMSEANDSUBMITCONCRETE TO ENGINEER FOR REVIEW. EXSTING 6- SAN. ST PIPE. PHASE ISHOWWITHOUT HATCH -SAN N Uf1LfIY' CRA.L S lyT CRAWL SPACE / IIKCJMJGq 1 UNDERSLAB PLUMBING PLAN -DEMOLITION (]� I,� YtC.'_ N LINES CCRR�WLSPALTINELLE� In LOCKEXERVE ROOMS)PV SE I LE. = 860.76 OF 6' SAN UP TO EGO.1, AT BIAIDING EXIT TYP. FC 11 a' SAN (E) FLOOR GRATE APPROX.EASTANDI JOINT B/T EAST AND WEST PARS. SEEIONALC S FOR gDDITIONAL CONC. SOFt JOINT DETAIL 6' SAN ` ROUTE3- V PIPES IA. .IORI TOGETHERABOVE GRADE AND ROUTE TO 4' V111 RECONNECT EXISTING a' BAN SERVING LOCKER ROOM TO <' SAN AS SHOWN. AREA TO BE T/SUB = 100'-0' - 686.68RECONSTRUCTED - PHASE 2 CONNECT El 4' SAN SERVING LEI FLOOR FGt GRATES TO 4' SAN AS SHOWN. 4' SAN I LEI FLOOR GRATE EX. UTILI UTILITY CFAINL CMWL SPACE ' 2 UNDERSLAB PLUMBING PLAN FLUSH WITH GROUND PVC SDR ENCASEM 1/8 BEND X X X WYE FLUSH WITH GROUND PVC SDR 35 CAP CONCRETE ENCASEMENT t6' 1/8 BENDS -Y- m u IN LINE CLEANOUT DETAIL END LINE CLEANOUT DETAIL n CLEANOUT DETAILS A3 NOT TO SCALE INTERIOR SECTION SAND OIL INTERCEPTOR 4 NOT TO SCALE n VENT TO ROOF DETAIL NOT TO SCALE PLUMBING GENERAL NOTES: SAND OIL INTERCEPTOR EpAt PRE E-ZTEO V CAP EXISTING PIPE S NEW CONNECTION INTO EXISTING PIPE SAN SANITARY SEWER ----V --- SANITARY VENT EXISTING TO RENW ------------ TO BE DEMOLIS,j r I.E. -l'.6 3/4' .^r FG-1 NEENAH R-4990-HX TYPE A PROVIDE GRATE SIZE OPENING SHOWN ON STRUCTURAL DETAIL 2/S701. FCO-1 ZURN ZS1400-HD. PROVIDE LINE SIZE FCO WITH EXTRA -HEAVY DUTY VENEER. VENT PIPE CONCRETE FLOOR SEAL PIPE SLEEVE AT FLOOR PENETRATION METAL PIPE SLEEVE -SIZE TO SUIT PIPE OUTER DN. CUT PIPE ENDS SMOOTH PENETRATION NOTES: 1. EXTEND PIPE SLEEVES 2' ABOVE FLOORS. CAULK ALL AROUND. `A NOT TO SCALE 5LOOR PENETRATION DETAIL PLUMBING DEMOLITION NOTES: 1. DECONNECTAND REMOVE ALL PREVIGNSLYMANDONED PIING. REMOVE EXISTNGMANDONED HANGERS AND SUPPORTS F DEEMED NOT REUSABLE 2. ALL PIHNG SHOWN S BASED ON ORIGNAL DRAWINGS AND FIELD VERIFICATION OF IAAWS THE CONTRACTOR SHALL BE RESPONSIBLE TO DETERMINE ROUTE AND TO VERIFY ALL EXISTING CONDRIONS OF BRANCH PIING TO NDIV OU •L AND GANGFIXTURE LOCATIONS. ALL DEMOLSHED PIPING SHALL SE REMOVED AND DISPOSED OF BY THE CONTRACTOR. 3. CONTRACT SHALLBERESPONSIBLEFGNDRAININGRRNGSYBTEMSTOBECUT.TAPPED.ORREMOVEDDISGWRGE FROM SUCH SYSTEMS SHALL BEAPPROPRNTELY DISPOSED PER FEDERAL. STATE µD LOCAL REQUIREMENTS. 4. THE CONTRACTOR SHALL COOHDINAIE WITR THE OWNER FOR ANY EOUPMENT THE MAINTENANCE OEPARTMENT LAY WISH TO RETAIN AFTER REMOVAL THE CONTRACTOR SHALL BE RESPONSIBLE TO DISPOSE OF ALL REMOVED µDIOR DEMOLISHED EQUIPMENT THE OWNER CHOOSES NOT TO RETAIN. 5. COORDINATE WITH GENERAL CONTRACTOR FOR FLOOR, WALL AND ROOF PATCHING REOU RED DUE TO PENETRATIONS RESULTING FROM DEMOLITION OF EXISTING AND NSTALUTX N OF NEW MECHANKAL EQUIPMENT AND COMPONENTS. S REFER TOSPECIFICAPONS FOR UTIUTY TIE-IN AND DISRUPRON REQUIREMENTS. 7. (4B)FDIt IGHTHOUR WRITTENNOTICESMLLBEGNENTOTHEOWNERPRKWTODSRUPTRNOFUTILRIESM SERVICES TO OR WITHIN THE BUILDING , SUBJECT TO THE OWNER'S APPROVAL. WE SPEGFMATION SECTION 01 X) GENERAL RE(JIIIREMENTS. B. COOROINATEPRNSNGANDSHUTDON'NOFNVO NSYBTE MW BUILpWG ER.ANDGENERALMO CTOR. 9. THE OVINER WILL SURVEY AND TEST FOIt ASBESTOS CONTANNG MATERIALS WITHIN EXISTING PIING INSULATION AND WILL ABATE IF NECESSARY. , 10*4 I— U LLJ L^L L.L Z O U I�—/� > VJ V 3 z <° O U LLI a H Uo 1. UNLESS NOTED OTHERWISE. LIGHT LINES DENOTE EXISTING PIPING, OR EQUIPMENT WHICH IS TO REMAIN. BOLD LINES INDICATE NEW WORK TO BE INSTALLED UNDER THIS CONTRACT. 2. PLUMBING SHOWN IS IN SCHEMATIC FORM. NOT ALL RISERS AND DROPS ARE SHOWN. PROVIDE OFFSETS AS REQUIRED TO MEET SPACE REQUIREMENTS AND TO AVOID INTERFERENCE WITH OTHER TRADES. THE CONTRACTOR SHALL PROVIDE COMPLETE FULLY FUNCTIONAL SYSTEMS. 3. ALL EQUIPMENT AND ACCESSORIES SHALL BE INSTALLED TO BE EASILY ACCESSIBLE. 4. PLUMBING WORK SHALL BE COORDINATED WITH OTHER TRADES, INCLUDING BUT NOT UNITED TO DUCTWORK, ELECTRICAL EQUIPMENT, PIPING AND FIRE PROTECTION. SPACE ABOVE CEILING IS LIMITED AND SHALL BE COORDINATED WITH OTHER TRADES. S. ALL WORK WITHIN THE CONTRACT DOCUMENTS, WHICH INCLUDE THIS ORAWMNG, SHALL BE COMPLETED IN A SAFE WORKMANLIKE MANNER AND IN ACCORDANCE WITH ALL APPLICABLE STATE, LOCAL AND NATIONAL CODES, REGULATIONS AND ORDINANCES. IF ANY CONFLICTS ARISE BETWEEN THE CONTRACT DOCUMENTS AND THE APPLICABLE CODES, REGULATIONS OR ORDINANCE, THE CONTRACTOR SHALL BE RESPONSIBLE TO HAVE ALL WORK CONFORM TO THE STRICTER OF SAID REQUIREMENTS. K 6. THE CONTRACTOR IS RESPONSIBLE FOR OBTAINING ALL PERMITS AND INSPECTIONS AS REQUIRED FOR ELECTRICAL, FIRE PROTECTION, PLUMBING, MECHANICAL AND BACKFLOW PREVENTION INSTALLATIONS. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE BOTH A COMPLETE AND COMPLIANT INSTALLATION AS MAY BE o N I[Q i DETERMINED BY THE AUTHORITY(S) HAVING JURISDICTION. m O 8 U 7. CONTRACTOR SHALL NOT PROCURE OR FABRICATE ANY PIPING OR OTHER EQUIPMENT WITHOUT FIRST VERIFYING ALL DIMENSIONS AND CONDITIONS WHETHER O j a CURRENTLY EXISTING OR NOT. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL WORK, INCLUDING ANY REQUIRED REWORK. Rd m m ¢� - 8. MAINTAIN ALL MANUFACTURER RECOMMENDED EQUIPMENT SERVICE AND SAFETY CLEARANCES. DO NOT LOCATE ANY EQUIPMENT OR RUN MATERIALS ABOVE ANY ELECTRICAL PANELS OR SWITCHGEAR. MAINTAIN ALL NFPAMEC CODE REQUIRED CLEARANCES. Q 9. EACH CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATING, SCHEDULING AND SEQUENCING OF THEIR WORK WITH ALL OTHER TRADES. PROVIDE OFFSETS, EASEMENTS, OR RELOCATE TO AVOID CONFLICTS WITH WORK OF OTHER TRADES. FURNISH SUFFICIENT Q RESOURCES TO MEET ALL PROJECT MILESTONES AND DEADLINES. Z 10. CONTRACTOR SHALL BE RESPONSIBLE FOR MAINTAINING THE WATERTIGHT AND WEATHER-PROOF INTEGRITY OF ROOFS, WALLS AND FLOORS DURING CONSTRUCTION. Y C7 O (r EACH TRADE SHALL LOCATE/DIMENSION/COORDINATE THEIR ROOF, FLOOR AND WALL OPENINGS WETH THE GENERAL CONTRACTOR. Z 11. PROTECT NEW WORK FROM DAMAGE OR DECONTAMINATION. PROVIDE TEMPORARY PROTECTIVE CAPPING OR TAPED POLYETHYLENE ENCLOSURES OVER OPEN PIPING >Q> Do > 0 ENDS AND EQUIPMENT. CONTRACTOR SHALL BE RESPONSIBLE FOR CLEANING MECHANICAL SYSTEMS PRIOR TO PLACING THEM IN SERVICE. j O > Q 12. IN A NEAT AND WORKMANLIKE MANNER: PATCH ANY REMAINING OPENINGS AND FILL EXCESSNE GAPS: REWORK AND REFINISH TO MATCH ADJACENT STRUCTURES: J ILJ LLJJ J FLASH AND SEAL ALL MECHANICAL AND ELECTRICAL PENETRATIONS THRU WALLS. CEIUNGS AND FLOORS WITH METAL FRAMEWORK OR ESCUTCHEONS. ALL OPENINGS D_ o z D_ SHALL BE PROPERLY SEALED SO AS TO MEET FIRE RATING NEEDS. 13. ROUTE ALL BELOW GRADE PLUMBING PIPING REQUIRING A SLOPE AT 1/4' DROPPER 11-0' RUN OF PIPING. Pi 00 I • I I , TIFTG 9B-0- i ijr— — L------------------------- -,� r I L _ — — _ _ _ — -----�'� -------------------- 1 __/ 1 � TIF1G 93'nPJ I ---------Y==- ----- J TffTGN•-S I I r------ Fr - T -- I TFTG-1 —_ TIFTG B9-,V I I II I TM'ALL 99•s rrrtG Ws I I I I I +•-0" FOUNDATION WALL I ASSUMED. CONTRACTOR TOVERIYFOUNDATION WALL CONSTRUCTOR I II II II II I I I I II 11 II II II II I I I I I 11 I I 11 I I II I I II II TANALLwa it II I I II II I I II II I I it roPrG W6 L II I� I II II I II II I I �II I I I II I I I II I I II II II II I �— II II I II II I II II I TIFTG 9T$ TIM 91'-3- 11 I I TW9Au 99•.z rITTG 9s-z Ti G B IL J I TFTG acr I I I ---- I I I — r — — _ _ — — — _ _ — — -L _ _ L _ J _ — — — — L _ J _ - - EXISTING FOUNDATION PLAN I I r+lr. ra FI VQ 14AY -7 AM 9= 35 IQCITY CLERK WA CITY, IoWA Q Q d Q ri I. ..TING UTILITY CRAWL SPACE LOCATE EIL WALL BELOW. WALO EAN SAWCUT W SLABDOWELING T® TO ALLOW NEW6m SLAB LL 3o'a --- ENID /RMEKPILFAD�CE GRA :I / r _ ( _ �✓� %�i/ 9^ / /� 5TNGI-AB FJ9 AREA TO BE DEMOLISHED - PHASEISHOWN WITCHED REMOVE EXISTING MEP DRAIN PIPE FROM EXISITNG FLOOR DRAMS SLAB IN PHASE 1 FOR PPE DEMOLITION ATION WITH PHASE 3 WORK. FINAL SL1E UNACTOR. BACKHLL CUTOUT WITH GRAVEL AFTER PIPING WORK I COMPLETE __—___-- ------ „__—__._T L REMOVE AND REPACE GRATING W-KIND, � VW _ AREA TO BE PHASE2HED- SHOWN WRHOUT HATCH WITHOUT --� ---� LOCATE E%ISTNG WALL BELOW. CLEANSAWCUT LAB ®WALL TO ALLOW DOWELING TO NEW SLAB ':_ ,. r ---------- ------------ N EXISTING (1)U LRY / CRAWL SPACE ��JJJ PPVC•J71 fILJ1NI IIV((1��d �1SLAB PLAN -DEMO DEMOLDION NOTES +. FIELD VERIFY EXISTING CONDITIONS PRIOR TO START OF DEMOLITION WORK. SOME EXISTING CONDITIONS ARE UNKNOWN INCLUDING BELOW GRADE CONSTRUCTION AND ELEVATIONS. ALL BELOW GRADE ELEVATIONS ARE ASSUMED AND MUST BE VERIFIED. NOTIFY ENGINEER OF ANY DISCREPANCIES BETWEEN FIELD CONDITIONS AND DRAWINGS. 2. MANTAIN EXISTING BUILDING IN A WEATHER -TIGHT CONDITION. THE EXISTING BUILDING SHALL NOT BE OPEN TO THE EXTERIOR AT ANY TIME, CONTRACTOR TO PROVIDE TEMPORARY BARRIERS PRIOR TO ANY MODIFICATION THAT AFFECTS THE EXISTING BUILDING ENVELOPE. 3. ALL REMAINING CONSTRUCTION WHICH IS AFFECTED BY DENOLRION SHALL BE PATCHED, PROPERLY ALIGNED, AND FINISHED BO AS TO LEAVE NO EV IDENCE OF PATCHING OR REPAIR. REPAIR OR REPLACE ANY EXISTING CONSTRUCTION. MATERIALS OR EQUIPMENT DAMAGED DURING DEMOLITION TO LIKE NEW CONDITION. 0. CONTRACTOR SHALL ENSURE THATOUSTAND DEBRMARE PREVENTED FROM ENTERING THE FXISTNG HVAC SYSTEM AND ADJOINING SPACES WITH TEMPORARY BARRERS AS REQUIRED. O 2 Z0 0 �m Q zzmz Dz FOR APPROACH SIRS AND PAVEMENT. SEE CIVIL 5 SIM. mi-AS "OR PoI11T)1arJT MATCH EXISTING I I TISLAB OCH ELEVATION POem wBr LATCH iI iSTING AREA To BE CASTING RECoNSTRUCTED- PHA9E 1 TSLAB (LOW PCNNT) 9M-tO 1w.TYP. � TBLAB "GH r-------1 T.-(NIGH w I I PoINT)l WL(F 9 G gtN NEW GRATING TO MATCH EESTNG CASTING 2 TYP. S101 TmLA6 (Moll g SIM 7!�� BE RECONSTRUCT®- _ RMSE2 TISUB (HIGH PoNTI tar-0' 1's +�� I6 ®8' OC FA.WAV e e a d a d MI6 NB'OC (2). COORD► M GRAN OPENING WITH PLUMBING DRAWINGS 2 DRAIN TROUGH DETAIL MATCH EXIS NG SIM. ELEVATION b ? 9 EXISTING GARAGE DOOR JAMB U DOWELS I3la' OC FOR APPROACH SLAB DRILL AND EPDXY IRTO RE -CEMENT DETAILS, EXISTING CMU GEE CML FOUNDATION WALL WN • ,4-EMBED / GENERAL NOTES 1. THE GENERAL STRUCTURAL NOTES ARE INTENDED TO SUPPLEMENT THE DRAWINGS AND CLIENT STANDARD SPECIFICATIONS. SHOULD CONFLICTS EXIST BETWEEN THESE DRAWINGS AND THE SPECIFICATIONS NOTIFY THE ENGINEER OF ANY SUCH CONFLICTS. 2. STRUCTURAL DRAWINGS SHALL BE USED IN CONJUNCTION WITH ALL PROJECT DRAWINGS AM SPECIFICATIONS. REFER TO ALL DRAWINGS FOR THE COORDINATION OE THE WORK IN THIS PROJECT. k3. THENFENT IL THESE PLANS AIDNOTES IB TO PRESENT THE PROJECTREQUIREMENTS. i� ) MAJORDE ORKED OUT BEEN INT SHOWEFIEL ON THE DRAWINGS. HOWEVER, THECOERTAIN TRAC OR. €+cm'u. d MUST BE WORKED OUT N THE FEUD OR SHOP DRAWING PROCESS BY THE CONTRACTOR. 4. ELEVATIONS GNEN ON PLANS ARE IN REFERENCE TO THE RNWIED FLOOR ELEVATION (-I W{ ) WHICH IS EQUAL TO THE CIVIL DATUM OF 4NII�,•, _� E. UNLESS NOTED OTHERWISE. DETAILS SHOWN ON DRAWINGS ARE TO BE CONSIDERED TYPICAL MAYO SIMILAR CONDITIONS. �. l S NOTED OTHERWISE, THE DRAWINGS DO NOT INDICATE ME MEANS AND METHODS OF TRUCMN. R IS SOLELY THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE THE ERECTION PROCEDURE AND SEQUENCING TO ENSURE THE SAFETY OF THE BUILDING AND ITS CITY-q^ ` j COMPONENT PARTS DURING ERECTION. IRIS INCLUDESTIE ION PRO ESTEMPORARY fCJ 7} )j {y' (A� BRACING. GUYSRTS USING R NECESSARY FORTHE ERECTION PROCESS. CITY,SOLELY THE CONTRACTORS SIBILITY TO FOLLOW THIS APPLICABLE SAFETY CODES IOWA 10 TION •B.* CONTRRACTOR'S CONS RUCTION AND SERELnON SEQUENCE SMALL CONSIDER THE EFFECTS OF THERMAL MOVEMENTS OF THE STRUCTURAL ELEMENTS DURING THE CONSTRUCTION PERIOD. 9. EXISTING CONDITIONS: A. THE CONTRACTOR IS RESPONSIBLE FOR VERIFYING ALL DMENSIONE AND CONDITIONS RELATING TO EXISTING CONSTRUCTON AND EXISTING SERVICES ON SITE. THE CONTRACTOR SHALL VERIFY ALL DIMENSIONS AND LOCATIONS OF EXISTING COLUMNS. WALLS. OPENINGS, ETC, PRIOR TO PROCEEDING WITH THE WORK. ANY DISCREPANCIES WITH THE CONTRACT DOCUMENTS SHALL BE REPORTED TO THE ENGINEER BEFORE PROCEEDING WITH THE AFFECTED PART OF THE WORK. B. DURING CONSTRUCTION RE CONTRACTOR MAY ENCOUNTER EXISTING CONDITIONSWHICH ARE NOT KNOWN OR ARE AT VARIANCE WITH PROJECT DOCUMENTATION (DISCOVERY). SUCH CONDITIONS MAY INTERFERE WITH THE NEW CONSTRUCTION OR REQUIRE PROTECTION AND/OR SUPPORT OF EXISTING WORK DURING CONSTRUCTION. IT MAY ALSO CONSIST OF DAMAGED OR DETERIORATION OF STRUCTURAL MATERIALS OR COMPONENTS WHICH CW LD JEOPARDQE THE STRUCTURAL INTEGRITY OF RE BUILDNG(S). THE CONTRACTOR SHALL NOTIFY THE ENGINEER OF ALL DISCOVERES WHICH MAY INTERFERE WITH THE PROPER EXECUTION OF THE WORK M JEOPMd2E RE STRUCTURAL INTEGRITY OF THE BUILDING(S) PRIOR TO PROCEEDING WITH THE WORK RELATED TO SUCH DISCOVERIES. C. DURING THE CONSTRUCTION PROCESS, IT SHALL BE SOLELY THE CONTRACTORS RESPONSIBILITY TO MAINTAIN THE INTEGRITY OF THE EXISTING STRUCTURE AND TO PROTECT IT FROM DAMAGE ANY PORTIONS THAT ARE TO REMAIN. D. CONTRACTOR SHALL INVESTIGATE THE SITE DURING EARTHWORK OPERATIONS FOR FILL MATERML OR BORED STRUCTURES. IMMEDIATELY, NOTIFY THE ENGINEER F ANY SUCH MATERIALS OR STRUCTURES ARE DISCOVERED. t0. SRUCTURALCOORDINATION A. MECHANICAL, ELECTRICAL OR PLUMBING LOADS. OPENINGS AND SUPPofRT FRAMING ARE SHOWN FOR BIDDING PURPOSES ONLY. CONTRACTOR SHALL OBTAIN APPROVAL OF THE MECHANICAL. ELECTRICAL OR PLUMBING CONTRACTOR BEFORE PROCEEDING WITH SUCH PORTION OF THE WORK, B. THE CONTRACTOR SHALL VERIFY THE S AND LOCATION OF ALL OPENINGS. HOLES AND SLEEVES THROUGH FOUNDATIONS AND OTHER STRUCTURAL ELEMENTS WITH THE MECHANICAL. ELECTRICAL AND PLUMBING CONTRACTORS. NO OPENINGS SHALL PASS THROUGH STRUCTURAL MEMBERS UNLESS SHOWN LN TIE DRAWNGS M APPROVED BY THE ENGINEER. C. EXCESS COST ME TO VARIATION IN THE STRUCTURE TOACCOMMO MA SUBSTITUTION OR ALTERNATE MANUFACTURER(S) FROM THE LISTED BASIS OF DESIGN SHALL BE BORNE BY THE CONTRACTOR. 11. BEFORE SUBMITTING A BID. EACH BIDDER SHALL VISIT THE SITE AND BECOME FULLY ACQUAINTED WITH THE EXISTING CONDITIONS. CONSTRUCTION REQUIREMENTS. RESTRICTIONS. GUANTITIES AND EOUIPMENT NECESSARY TO COMPLETE THE WORK. THE BID SHALL INCLUDE ALL ITEMS REQUIRED TO COMPLETE THE WORK WITHIN THE EXISTING CONDITIONS. DISRUPTION OF THE OWNERS NORMAL ACTIVITIES AROUND THE CONSRL1CTgN SITE SHALL BE KEPT TO A MINIMUM. 12. THE COST OF ADDITIONAL DESIGN WORK DUE TO ERRORS AND OMISSIONS BY THE CONTRACTOR DURING CONSTRUCTION SHALL BE SCENE BY THE RESPONSIBLE CONTRACTOR. 13. MY ENGINEERING DESIGN PROVIDED BY OTHER AND SUBMITTED FOR RENEW OR RECORD NEW SLAB SHALL BEAR THE STAMP AND SIGNATURE OF A PROFESSIONAL STRUCTURAL ENGINEER • N6NB-OC REGISTERED N THE STATE WHERE THE PROJECT EXISTS. EA. WAY 14. CONTRACTORSHALLCOORDINAME KSC ME ESWITHTHEOWIERTO ESTABUSH CONSTRUCTION SEOUENLING AROUND ANY OCCUPIED AREAS. CONTRACTOR SHALL NOT b PROCEED TO OCCUPIED AREAS UNIT AUTHM-D BY RE OWNER, 15. ALL ELEMENTS AND SURFACES DAMAGED BY DEMOLITION, BUT HOT SCHEDULED FOR REMOVAL SHALL BE REPAIRED AND REFINISHED TO MATCH RE ADJACENT SURFACES AT NO ADDITIONAL COST TO THE OWNER. 16. CONTRACTOR SHHALL REMOVE ALL DEBRIS AND WASTE MATERIALS RESULTING FROM EXSTNG CCNSTRULT`M FROM RE SITE. UNLESS NOTED OTHERWISE. FOUNDATION e FOOTING 17. CONTRACTOR SHALL MINIMIZE CREATION OF GIST, DIRT AND WINGBORNE DEBRIS FROM SLOWING ACROSS THE SITE AND ONTO ADJACENT SITES. 18. CONTRACTOR SHALL PROVIDE TEMPORARY BARRIERS PRIOR TO ANY MODIFICATION THAT AFFECTS THE EXISTING BUILDING ENVELOPE. BARRIERS SHALL PROTECT THE EXISTING INTERIOR SPACES FROM WEATHER. INSECTS. RODENTS AND INTRUDERS. THE EXISTING BUILDING SHALL HOT BE OPEN TO THE EXTERIOR AT ANY TIME. 19. THE INTENT OF THE PROJECT STAGING PROPOSED IN THESE DOCUMENTS IS TO PRESERVE \ THE USE OF ONE BAY (MINMUM) FOR THE OWNER, THROUGHOUT THE ENTRETYOF THE \ SLAB SECTION THRU OVERHEAD DOOR CONSRMTON PERIOD. ACCESS TO AM FROM THE BAY(S) IS INTENDED TO M OPEN FOR • TV OWNER USE SHALL NOT BE OBSTRUCTED BY THE CONSTRMTKN PROCESS AT ANY TIME. SEE DETAIL 4I5101 FOR REIN, . H EXISTING SLAB OR SLAB POOR IN NEW SLAB, BEE PREVIOUS STAGE NOTES FOR INFO. a 1' 18' LONG SMOOTH BARD DOWEL REPLAN COATED). IN 16' OL. DRILL ANEFOXY D INTO EXISTING SLABWl9'9' EMBED (D EXISTING SLAB DOWEL DETAIL (2I1/x/'-0- ". TOP REINF MAT FTYP) (EXTRA REINFORCING AT RE-ENTRANT CORNERS) NOTE THESE REINFORCING BARS SHALL NOT GROSS CONTROL, CONSTRUCTION, OR ISOLATION JOINTS. S SLAB CORNER REINFORCING {T.T:311 EXISTING FOUNDATION NEW FOOTING ® PIPE WALL8 FOOTING TO FROM SANOpIL REMAIN NTERCEFTOR IF PIPE ELEVATION INTERFERES WITH E%ISTNG FOOTING � 1 (3) N BARS OR MACROFIBER MIX TOM R APPROVED BY ENGINEER 8 OF RECORD gt9t 2- � -1 0SLAB SECTION THRU OVERHEAD DOOR BF EXISTING FOOTING S sfE1LEE___ W cp SANWON. INTERCEPTOR, SEE MEP I I d I 4 NEW FOOTING CAST BELOW e ^, EXISTING FOOTING IF PIPING . d 8 INTERFERER WITH EXISTING PROVIDE R'-0. GRANULAR FILLL BELOW BELOW SOI EXTEIN GPMINIMUM F e -1. SO FOFOOTPRINTRIRINT OTING SECTION S SLAB SECTION 14r __.- X1e• FOUNDATIONS - SLAB ON GRADE 1. EXISTING SLAB-0N1iRADE SUBBASE IS ANTICIPATED TO BE SAND, BUT IS CURRENTLY UNKNOWN. ALL ORGANIC MATERIAL AND UNACCEPTABLE FULL MATERIAL SHALL BE REMOVED FROM BENEATH THE SLAB ON GRADE AS DIRECTED BY THE OWNEJYS DESIGNATED REPRESENTATIVE. EXPOSED SUBGRADE SHALL BE PROOF ROLLED WITH A HEAW WEIGHTED VEHICLE OR ROLLED IN THE PRESENCE OF THE GEOTECHNICAL SPECIAL INSPECTION AGENCY. AREAS EXHIBITING RUTTING, PUMPING OR WUKNESS SHALL M REMOVED A W REPLACED WADI LO.+PACTED ACCEPTABLE FILL MATERIAL 2. COMPACTION SHALL BE TESTED AND VERIFIED TO MEET 98%STANDARD PROCTOR MAXIMUM DRY DENSITY ACCORDANCE WITH ASTM D698. FOR RELATIVELY COHESIONLESS GRANULAR FILL WHICH HAS A PERCENT PASSING THE I200 SIEVE LESS THAN 10 PERCENT AND HAS ONLY A SLIGHT SENSITIVITY TO MOISTURE CHANGES. COMPACTION SWILL BE 75 PERCENT RELATIVE DENSITY N ACCORDANCE WITH ASTM D4253 AND D4254. F COMPACTION DOES NOT COMPLY. CONTRACTOR SHALL RECOMPACT AREA AND UNTIL TEST RESULTS ARE PASSING. AN AREA EXHIBITING WEAKNESS SUCH AS RUTTING OR PUMPING SHALL BE REMOVED AMID REPLACED WITH COMPACTED GRANULAR FILL. 3. BACK ILL AROUND SANDIOIL INTERCEPTOR AND WHERE REOUIRED UNDER S NEGRADE WITH STRUCTURAL GRANULAR FILL MEETING IOWA DOT GRADATION 11A (SECTION 412G) REOUIREMENTS. PLACE FILL IN MAXIMUM 8' LIFTS AND COMPACT AS NOTED ABOVE. 4. PLACE SLASOSEGRADE WITH JOINT PATTERNS AS SHOWN ON DRAWINGS. CONTRACTOR MAY SUBMIT ALTERNATE PATTERNI STAGING PLAN FOR APPROVAL BY THE ENGINEER OF RECORD. CONSTRUCTION JOINTING MUST ALLOW FOR A MINIMUM OF ONE BAY TO REMAIN OPEN AND OPERABLE AT ALL TIMES DURING THE CONSTRUCTION PERIOD. 5. IF CONTROL JOINTS ARE APPROVED FOR USE, THEY SHALL BE SAW CUT OR TOOLED. LOCATE JOINTS ACCORDING TO THE APPROVED PATTERN. WITH NTERMEDIATE JOINTS AT A MAXIMUM SPACING OF 36 TIMES THE SLAB THICKNESS. UNLESS NOTED OTHERW ISE. SLAB PANELS SHALL HAVE A MAXIMUM LENGTH TO WIDTH RATIO OF 1.5:1. DO NOT STAGGER OR OFFSET JOINTS. AT RE-ENTRANT CORNERS. PROVIDE ADDITIONAL REINFORCING COMPRISED OF G)N MRS. 4'-0', PLACED IN RE CENTER OF THE SLAB, DIAGONAL TO THE RE-ENTRANT CORNER CONDITION. PROVIDE SHOP DRAWINGS OF ALL JONT PATTERNS AND SLAB REINFORCEMENT . INCLUDING CORNER %NFORLING. 6. SAW UT JOINTS AS SOON AS SURFACE WILL ALLOW WITHOUTEDGES RAVELING BUTPRIOR TO THE NEXT DAY AFTER THE FOUR. T. FLOOR FINISHES SHALL BE STEEL ROWELED. 8. UTILITY TRENCH BACKFILL UNDER THE SUB ON GRADE SHALL MEET THE SAME COMPACTION REQUIREMENTS AS THE 0R 3NAL SUBGRADE LISTED ABOVE. 9. SLOPE SLABS TO GRANS AS SHOWN ON THE DRAWINGS TO CREATE POSITIVE DRAINAGE DESIGN INFORMATION 1. CODES: A. KIFERNATONALBUILDNGCODEIISC)2018. B. ANERICAN CONCRETE INSTITUTE- BUILDING CODE REMMEAENTS FOR STRUCTURAL CONCRETE(ACI 318) C. AMERICAN SOCIETY OF CML ENGNEERS AND STRUCTURAL ENGINEERING NSTffUTE (ASCEISEI T)- MINIMUM DESIGN LOADS FOR BUILDINGS AND OTHER STRUCTURES 2. DESIG LOADS PER THE 2015IBC (RISK CATEGORY 11) A. DEAD LOADS STRUCTURE SELF WEIGHT B, ASSUMED LIVE LOADS LADOER TRUCK (RUCK 1) 60 TONS AXLE WEIGHT 28 KIP$ INNER WHEEL CENTER TO CENTER SPACING 50INCHES DUAL WHEEL SPACING 14INCHES CAST -IN -PLACE CONCRETE I. ALL CONCRETE SHALL CONFORM TO THE LATEST REOUIREMENTS OF THE AMERICAN CONCRETE INSTITUTES PUBLICATIONS: ACI M. ACI 305.1, ACI306.1. ACI 315. AND ACI 318 UNLESS NOTED OTHERWISE. 2. CONCRETE COMPRESSIVE STRENGTH (28 DAYNPc` FOOTINGS ODD PSI FOUNDATION WALLS AND PIERS -PSI SLAB ou GRADE 'I PG GRADE BEAMS 4000PS 3. CONCRETE REINFORCEMENT STANDARDS: DEFORMEDBARS ASTM A615 Fy•60KSI WELDED WIRE RENFORCEMEHTIWWR) ASTMA1084 Fy•65 KSI WELDABLE REINFORCING BARS ASTM AT06 Fy•80KSI SYNTHETIC MACRO FIBER REINFORCING ASTM CI IS EPDXY COATED REINFORCING ASTM ATT5 Fy • 60 KSI 4. ALL CONCRETE SHALL BE STONE AGGREGATE UNLESS NOTED OTHERWISE. SUBMIT MIX DESIGN AND DOCUMENTATION FOR APPROVAL PER ACI 318. 5. REINFORCEMENT PROTECTION A. CONCRETE PLACEDAGAINSTENR -3' B. CONCRETE PLACED IN FORMS BUT EXPOSED TO WEATHER OR EARTH: a. BARS IS AND SMALLER -1 12- E. BARS LARGER THAN O-2- 6. ALL SPLICES, STANDARD HOOKS. AND DEVELOPMENT LENGTHS TO BE PER THE REFERENCED EDITION OF ACI 31 B. MAKE BARS CONTINUOUS AROUND CORNERS. ALL SPLICES SHALL BE BY CONTACT LAR. T. ALL SPLICES SHALL BE A CLASS'W TENSION BRUCE AS DEEMED IN ACI 318. PROVIDE LAP SPLICES LENGTHS AS FOLLOWS: 40DD PSI BAR SIZE TYPICAL TOP BARS I8 1P 2S N 25• 33• IS 31' 41' I8 3" 4W IT 54' T1' a w el- m ZLT 9t' I10 TB' 102' p11 BT 11/' LAP SPLICE LENGTHS GM:N. ASSUME CLEAR SPACNG BETWEEN BARS OF 2 BAR DIAMETERS, AND A MINIMUM CLEAR COVER OF 1 BAR DIAMETER. TOP BARB ARE DEFINED AS HORIZONTAL BARS WITH MORE THIN 12' ON FRESH CONCRETE BENEATH THE BARS. 8. THERE SHALL BE NO ADOTIONAL OPENINGS LARGER THAN 10• IN CONCRETE SLAB$ NOT SHOWN. REFER TO CONCRETE OPENING DETAIL FOR ADDITgNAL REINFORCEMENT AROUND OPENINGS. 9. REINFORCING STEEL SHALL BE SECURELY FASTENED PRIOR TO POURING CONCRETE. WET SETTING OF REINFORCING STEEL WILL NOT BE ACCEPTED PER ACL 10. CONCRETE MO(- SLAB ON GRADE-NTERIOR COARSE AGGREGATE 10DANPAS$ING1-SIEVE FINE AGGREGATE 100% PASSING 3IB' SEVE WATERICEMENTRATIO 0.5 SLUM JWITH WATER REDUCER) 4•T08' AIR CONTENT LESS THAN 31 11. CONCRETE CURING: CURE CONCRETE ACCORDING TO ACI 306R. BY ONE OR A COMBINATION OF THE FOLLOWING METHODS. A. MOISTURE -RETAINING LOVER: ASTM C111. PoLYETHYIJ:NE FILM OR WHITE BURLAP -POLYETHYLENE SHEET. MOISTURE -RETAINING COVER 15INTENDED FOR USE ON SLABS DIRECTLY EXPOSED TO EXTERIOR WEATHER CONDITIONS AND DIRECT SUNLIGHT DURING CURING PERIOD. COVER CONCRETE SURFACES WITH MOISTURE -RETAINING COVER FOR CURING CONCRETE. PLACED IN WIDEST PRACTICABLE WIDTH, WITH SIDES AND ENDS LAPPED AT LEAST 12 INCHES (3W MM) AND SEALED BY WATERPROOF TAPE OR AMESNE. CURE FOR NOT LESS THAN SEVEN DAYS, IMMEDIATELY REPAIR ANY HOLES OR TEARS DURING CURING PERIOD USING COVER MAMEMLANDWATERPROOFTAPE. B. WATER: POTABLE. C. CLEAR,WAMRSOLUBLE.SODIUMSIU TESASED HARDENING, DUST PROOFINGMD CURINGCOMPOUND. MATERIALSHOULDLEAVE NORESDUETOALLOWFORFUTURE SURFACE TREATMENTS WITHOUT NEED FOR MEMBRANE OR SURFACE REMOVAL. THIS OPTION IS INTENDED AS THE BASIS OF DESIGN CURING METHOD. SLAW RECEIVING THISTREATMENT MUST BE GENERALLY PROTECTED FROM DIRECT SUNLIGHT AND EXTERIOR WEATHER BY THE BUILDING ENVELOPE. APPLY UNIFORMLY IN CONTINUOUS OPERATION BY POWER SPRAY OR ROLLER ACCORDING TO MANUFACTURER'S WRITTEN INSTRUCTIONS. MAINTAIN CONTINUITY OF COATING AND REPAIR DAMAGE DURING CURING PERIOD. t. MANUFACTURERS: SUBJECT TO COMPLIANCE WITH REQUIREMENTS.AVAILABLE PRODUCTS THAT MAY BE INCORPORATED INTO THE WORK INCLUDE BUT ARE NOT LIMITED TO THE FOLLOWING: 1.1. BASF CONSTRUCTION CHEMICALS- MASTER BUILDERS SOLUTIONS. MMTERKURE NO 1 W WE. (BASS OF DESIGN) 12. SPECCHEM: CUREHARD 1.3. MEADOWS. W.R., INC.: MEDCURE 12. LgUp FLOOR TREATMENTS A. PENETRATING LIQUID FLOOR TREATMENT: CLEAR. CHEMICALLY REACTIVE. WATERBORNE SOLUTION OF INORGANIC SILICATE MATERIALS AND PROPRIETARY COMPONENTS: COORLESS: THAT PENETRATES, HMOENS AND DENSFIES CONCRETE SURFACES. PREPARE.APPLYMDFINISHM ETRATINGLIDUIDELOORTREATMENT ACCORDING TO MANUFACTURER'S WRTREN INSTRUCTIONS. DO NOT APPLY TO CONCRETE THAT IS LESS THAN 28 DAYS MD. THIS TREATMENT SHALL BE USED N ALL INTERIOR CONCRETE SLABSOA GRADE 1. MANUFACTURERS: SUBJECT TO COMPLIANCE WITH REOUREMENTE.PROVIDE ONE OF THE FOLLOWING: 1.1. EUCLID CHEMICAL COMPANY (THEN: EUCO DIAMOND HARD 12. MEADOWS, W.R., INC.: LIOUMHARD 1.3. SASE CONSTRUCTION CHEMICALS- MASTER BUILDERS SOLUTIONS: MASTERKURE HD 200 W S (BASIS OF DESIGN) 13. WATERPROOFING ADMIXTURE: ADMIXTURE FORMULATED TO REDUCE PERMEABILITY TO LIQUID WATER. WITH NO ADVERSE EFFECT ON CONCRETE PROPERTIES. WATERPROOFING TU ADMIXRE SMALL BE USED IN ALL NTEROR CONCRETE SIABEJN-GRADE. A. ADMIXTURE COMPOSITION: CRYSTALLINE. FUNCTIONING BY GROWTH OF CRYSTALS IN CAPILLARY PORES. B. PERMEABILITY OF CURED CONCRETE: NO MEASURABLE LEAKAGE WHEN TESTED IN ACCORDANCE WITH LICE CROC 48 AT 350 FEET (10E M) OF HEAD: PROVIDE TEST REPORTS. C. POTABLE WATER CONTACT APPROVAL: NSF CERTIFICATION FOR USE ON STRUCTURES HOLDING POTABLE WATER. BASED DIN TESTING IN ACCORDANCE WITH NSF 61. D. MANUFACTURERS. SUBJECT TO COMPLIANCE WITH REQUIREMENTS. PROVIDE PRODUCTS BY ONE OF THE FOLLOWING: 1. AGUAFN. ING: AOUAFIN4G ADMIX. 2. KRYTON: KRYSTOL INTERNAL MEMBRANE. 3. TREMCO: PERMAQUIK 2W CRY$TALLNE WATERPROOFING. 4. W.R.MEADOWS, INC.: ADECON CWPLUS. 5. XYPEXCHEMICALCORPORATKM: XYPEKADMIXCSERES. Z Q a J 1_ U W 0 I^.L I..L Z 0L 1_ U �D L.L V/ Z 0 W Prepared by: Ben Clark, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319)356-5436 M Resolution No. 24-1 25 Resolution setting a public hearing on May 21, 2024 on project manual and estimate of cost for the construction of the Fire Station 1 Apparatus Bay Slab Reconstruction 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 Fire Station 1 Apparatus Bay Slab Reconstruction account #Z4409. Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa, that: 1. 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 21st day of May, 2024, 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 7th day of May , 2024 l Mayor Approved by Attest: 1 uQ., )?)I -CC City Clerk City Attney's Office (Liz Craig — 05/01/2024) It was moved by Moe and seconded by Dunn adopted, and upon roll call there were: Ayes: x X X X X x X Nays: Absent: Alter Bergus Dunn Harmsen Moe Salih Teague the Resolution be LocaliQ Iowa PO Box 631851 Cincinnati, OH 45263-1851 GANNETT AFFIDAVIT OF PUBLICATION NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTI- MATED COST FOR THE FIRE City Clerk's Office STAAPPARATUS BAY SLABION 1 RECONSTRUCTION City Of Iowa City PROJECT IN THE CITY OF IOWA 410 E Washington ST CITY, IOWA TO ALL TAXPAYERS OF THE Iowa City IA52240-1825 ty CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: STATE OF WISCONSIN, COUNTY OF BROWN Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public The Iowa City Press Citizen, a newspaper printed and published in hearing on the Project Manual, the city of Iowa, Johnson County, State of Iowa, and personal including the plans, specifications, knowledge of the facts herein state and that the notice hereto contract, and estimated cost for the construction of the Fire Station 1 annexed was Published in said newspapers in the issue: Apparatus Bay Slab Reconstruction Project in said city at 6:00 p.m. on 05/13/2024 the 21st day of May, 2024, said meet- ing to be held in the Emma J. Harvat Hall in the City Hall, 410 and that the fees charged are legal. East Washington Street in said city, Sworn to and subscribed before on 05/13/2024 or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. The Project will involve the follow- ing: removal and replacement of structural concrete slab, floor drains, sand -oil separator, sanitary sewer connection and associate piping and paving. The project is located at Fire Station 1, 410 East Washington Street, Iowa City, IA 52240. Said Project Manual and estimated Legal Clerk 61 cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be Notary, State of WI, County of Br wn inspected by any interested persons. Any interested persons may appear at said meeting of the City Council all, for the purpose of making objections to and comments concerning said My commission expires Project Manual or the cost of making said improvement. Publication Cost: $41.80 This notice is given by order of the City Council of the City of Iowa City, Order No: 10166097 # of Copies: Iowa and as provided by law. Kellie K. Grace, City Clerk Customer No: 1249729 0 PO #: THIS IS NOT AN INVOICE! Please do not use this form for payment remittance VICKY FELTY Notary Public State of Wisconsin Page 1 of 1 Prepared by: Ben Clark, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319) 356-5436 Resolution No. 24-144 Resolution approving project manual and estimate of cost for the construction of the Fire Station 1 Apparatus Bay Slab Reconstruction 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 Fire Station 1 Apparatus Bay Slab Reconstruction account #Z4409. 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 City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above -named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 3:00 p.m. on the 12th day of June, 2024. 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 18th day of June, 2024, or at a special meeting called for that purpose. Passed and approved this 21st day of I rCity Clerk�.� May 2024 Mayor Approved by City Atto ey s Office (Liz Craig - 05/15/2024) Resolution No. 24-1 4 Page 2 It was moved by Moe adopted, and upon roll call there were: Ayes: ►A and seconded by Nays: Salih Absent: Alter Bergus Dunn Harmsen Moe Salih Teague the Resolution be o 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 Fire Station 1 Apparatus Bay Slab Reconstruction Classified ID: 111716400759 A printed copy of which is attached and made part of this certificate, provided on 05/23/2024 to be posted on the Iowa League of Cities internet site on the following date: 2024-05-23 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 05/23/2024 1 Alan Kemp, Executive Director NOTICE TO BIDDERS FIRE STATION 1 APPARATUS BAY SLAB RECONSTRUCTION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 121h day of June 2024. 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 18th day of June, 2024, or at special meeting called for that purpose. The Project will involve the following: removal and replacement of structural concrete slab, floor drains, sand -oil separator, sanitary sewer connection and associate piping and paving. The project is located at Fire Station 1, 410 East Washington Street, Iowa City, IA 52240. All work is to be done in strict compliance with the Project Manual prepared by Shive-Hattery, Inc., of Iowa City, Iowa, 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 00 61 10) 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 00 61 10) 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 00 61 10, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of One (1) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: July 8th, 2024 Substantial Completion: August 26th, 2024 Liquidated Damages: $240 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 GRACE, CITY CLERK Ashley Platz From: Cindy Adams <CAdams@mbi.build> Sent: Thursday, May 23, 2024 8:47 AM To: Ashley Platz Subject: Certificate for Notice to Bidders Attachments: We sent you safe versions of your files; 05.23.24 Notice to Bidders.pdf i 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 —Asphalt Resurfacing 2024 Project Iowa City — Fire Station 1 Apparatus Bay Slab Reconstruction Project Iowa City — Landfill Equipment Building Replacement Project A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): May 23, 2024 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. May 23, 2024 Date President/CEO of The Construction Update Plan Room Network Cindy AdaProject information ms Master Builders of Iowa P (515) 402-9858 E CAdamsaMBI Build I W wwwMBI.Build Daily Notice 40 to Bidders Master Builders of Iowa The Project Source This report is brought to you through on exclusive partnership between ConstructConnect and the Master Builders of Iowa. NOTICE TO BIDDERS FIRE STATION 1 APPARATUS BAY SLAB RECONSTRUCTION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 121h day of June 2024. 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 181h day of June, 2024, or at special meeting called for that purpose. The Project will involve the following: removal and replacement of structural concrete slab, floor drains, sand -oil separator, sanitary sewer connection and associate piping and paving. The project is located at Fire Station 1, 410 East Washington Street, Iowa City, IA 52240. All work is to be done in strict compliance with the Project Manual prepared by Shive-Hattery, Inc., of Iowa City, Iowa, 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 00 61 10) 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 00 61 10) 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 00 61 10, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of One (1) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: July 811, 2024 Substantial Completion: August 26t', 2024 Liquidated Damages: $240 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 GRACE, CITY CLERK Prepared by: Ben Clark, Engineering Division, 410 E. Washington St., Iowa City, IA 52240 (319)356-5436 Resolution No. 24-167 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Fire Station 1 Apparatus Bay Slab Reconstruction Project. Whereas, Woodruff Construction of Fort Dodge, Iowa has submitted the lowest responsive, responsible bid of $239,100 for construction of the above -named project; and Whereas, funds for this project are available in the Fire Station 1 Apparatus Bay Slab Reconstruction account #Z4409. 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 Woodruff Construction of Fort Dodge, Iowa, 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 18th day of June , 20 24 KAX4_4__( _14� Mayor Approved b Attest City Clerk City A rney's Office (Liz Craig - 06/13/2024) It was moved by Harmsen adopted, and upon roll call there were: Ayes: and seconded by Nays: Moe the Resolution be Absent: X Alter X Bergus X Dunn X Harmsen X Moe Salih Teague 005210 AGREEMENT FIRE STATION 1 APPARATUS BAY SLAB RECONSTRUCTION PROJECT CITY OF IOWA CITY THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and Woodruff Construction ("Contractor"). WHEREAS the City has prepared certain Contract Documents dated the 7th day of May, 2024, for the Fire Station 1 Apparatus Bay Slab Reconstruction 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 agreement for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Proposal including the total extended amount of $239,100.00, which sums are incorporated herein by this reference. 2. This Agreement consists of the Contract Documents, as defined in the Section 00 72 00 General Conditions, 1.1.1, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; pursuant to Section 00 43 05 attached hereto; and b. Contractor's Completed Contract Compliance Program (Anti - Discrimination Requirements) Assurance, if applicable, pursuant to Section 00 45 10, attached hereto; and C. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 00 45 20, attached hereto. The above components are deemed complementary and what is called for by one shall be as binding as if called for by all. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. FILED JUN 2 8 2024 City Clerk Iowa City, Iowa Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 52 00 — 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): NAME OF APPROXIMATE SUBCONTRACTORS TYPE OF WORK COSTS McClure Surveying $1,123.00 Pipe Pro Plumbing $95,124 Dennis Spencer Const Site Utilities $31,446.00 Advanced Electric Signage $8,423.00 Ace Concrete Cutting Saw Cutting $842.00 IRT Services Striping $562.00 DATED this -UL day of T.0'.Vie, 12024 (The City of Iowa City will date this Contract after all signatures are obtained) City B: Signature of City Offi .wkci ut . 01 ai-I (�. vi Printed Name of -)City Official ATTEST: APPROVED BY: City Attor Vy Office Co for B - Signa ure of Contractor Officer Jason Rechkemmer Printed Name of Contractor Officer Chief Operating Officer Title of Contractor Officer ATTE T: Bv: (C n1pp�y Official) r o. KK�� ✓ J}d FILED JUN 2 8 2024 City Clerk Iowa City, Iowa Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 52 00 — Page 2 of 2 Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: ❑✓ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). ✓❑ Yes ❑ No My company has an office to transact business in Iowa. 0 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. Q Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: 08 / 01 / 1990 to Now / / Address: 1890 Kountry Lane City, State, Zip: Fort Dodge, IA 50501 Dates: 05 / 25 / 1996 to Now / / Address: 1920 Phildelphia Street Suite 102 City, State, Zip: Ames, IA 50010 Dates: 02 / 08 / 2016 to Now / / Address: 501 Greenfield Drive You may attach additional sheet(s) if needed. City, State, Zip: Tiffin IA 52340 To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor force preferences or any other type of preference to bidders or laborers? Yes ❑ No 3. If you answered "Yes" to question 2, identify each prefrIfEED offered by your company's home state or foreign country and the appropriate legal citation. Iowa City, Iowa 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: Woodruff Construction, Inc. Signature: Jason Rechkemmer, Date: 6/12/24 You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code' Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 (09-15) Additional Sheet for Bidder Status Form (continued) My company has maintained offices in Iowa during the past 3 years at the following addresses: Oates: 7 / 17 / 2017 to Present / / Address: 1717 Falls Avenue City, State, Zip- --Waterloo, IA 50701 FILED JUN 2 8 2024 City Clerk Iowa City, Iowa Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ✓❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. FILED JUN 2 8 2024 City Clerk Iowa City, Iowa 309-6001 (09-15) SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their 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? On our company intranet and mailed to the employeees ever six months and the EEC) police is posted in all offices and at all jobsites. 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Sara Orr 515-232-4535 x22 1920 Philadelphia Street Suite 102 Phone Number Street Address FILED Ames, IA 50010 City, State, Zip Code JUN 2 8 2024 City Clerk Iowa City, Iowa Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 45 10 — Page 2 of 6 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? On our company intranet and mailed to employees every six months and the EEO policy is posted in all offices and at all jobsites The above responses are true and correctly reflect our Equal Employment Opportunity policies. Wroodruff Construction Business Name Signature Sara Orr Print Name 515-232-4535 x22 Phone Number Vice President of Operations Title 6/20/24 Date FILED JUN 2 8 2024 City Clerk Iowa City, Iowa Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 45 10 — Page 3 of 6 To: All Employees From: Sara Orr Date: June 1, 2023 Re: Equal Employment Opportunity Officer Sara Orr is the Equal Employment Opportunity Officer for Woodruff Construction. She will handle all complaints which allege discrimination because of race, color, religion, sex, age, national origin, disability or any other classification protected by federal, state or local laws. This company is bound to live up to the provisions of the Civil Rights Act of 1964, Executive Order 11246, as amended and other laws or regulations relating to equal employment opportunity. Anyone who believes he or she has been discriminated against should report this fact promptly to the assigned Company EEO Representative. Sara can be reached at 1920 Philadelphia St. Ste 102, Ames, IA 50010 or (515) 232-4535 X22. FILED JUN 2 8 2024 City Clerk Iowa City, Iowa WAGE THEFT AFFIDAVIT 1, Sara Orr , 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 Vice President of Operations [position] of Woodruff Construction ["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 Woodruff Construction ["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 FILED JUN 2 8 2024 City Clerk c,va City, Iowa Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 45 20 — Page 3 of 3 _► r 1 �11M11» tq N. CITY OF IOWA CITY UNESCO CITY OF LITERATURE 410 East Washington Street Iowa City, Iowa 52240-1826 (319) 356-5000 (319) 356.5009 FAX ENGINEER'S REPORT www,1cgov.org November 19, 2024 City Clerk Iowa City, Iowa Re: Fire Station 1 Apparatus Bay Slab Reconstruction Project Dear City Clerk: I hereby certify that Fire Station 1 Apparatus Bay Slab Reconstruction Project was completed by Woodruff Construction of Tiffin, Iowa, in substantial accordance with the plans and specifications prepared by Shive-Hattery, Inc., of Cedar Rapids, Iowa. The project was bid as a unit price contract and the final contract price is $248,663.27. There was a total of one (1) change or extra work order for the project as follows: Additional PCC pavement removal and patching, replacement of existing sanitary manhole riser, and removal and replacement of existing vinyl base in the areas adjacent to the new slab................................................................... $9,563.27 I recommend that the above -referenced improvements be accepted by the City of Iowa City. Sincerely, 41-0 Jason Havel, PE City Engineer Prepared by: Ben Clark, Engineering Division, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5436 Resolution No. 24-282 Resolution accepting the work for the Fire Station 1 Apparatus Bay Slab Reconstruction Project Whereas, the Engineering Division has recommended that the work for construction of the Fire Station 1 Apparatus Bay Slab Reconstruction Project, as included in a contract between the City of Iowa City and Woodruff Construction of Tiffin, Iowa, dated June 281h, 2024, 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 available in the Fire Station 1 Apparatus bay Sab Reconstruction account #Z4409; and Whereas, the final contract price is $248,663.27. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 19th day of November Ma Attest: ' City Clerk It was moved by Moe and seconded by adopted, and upon roll call there were: Ayes: Nays: 2024 Approved by . City Atto ey's Office (Liz Criag — 11/14/2024) Harmsen the Resolution be Absent: x Alter x Bergus Dunn _x Harmsen x Moe x Salih x Teague Bond No. 190055173 0061 10 ?art m7r% ?l)-'JfE,RFORMANCE, PAYMENT, AND MAINTENANCE BOND IRL g ATION f APPARATUS BAY SLAB RECONSTRUCTION PROJECT CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, Woodruff Construction, Inc. , as Principal (hereinafter the "Contractor" or "Principal") and Liberty Mutual Insurance Company , as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond In the penal sum of Two Hundred Thirty -Nine Thousand, One Hundred and 00/100 -- dollars ($ $239,100.00 ), 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 7th day of May 2024 , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: The Project will involve the following: removal and replacement of structural concrete slab, floor drains, sand -oil separator, sanitary sewer connection and associate piping and paving. The project is located at Fire Station 1, 410 East Washington Street, Iowa City, IA 52240. 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 improvement, but the Contractor and Surety shall not be liable to said persons, firms, or Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 52 00 — Page 1 of 4 corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, 231 w 4c6bj,Jhis 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(s) (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(s) (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. Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 52 00 — 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. r— E;"=a cv _ c. u� Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 52 00 — Page 3 of 4 PRINCIPAL: Woodruff Construction, Inc. Printed Nam f Contrac r icer By �By ignature o Con ractor Officer I,JClSan -,peek Ke oA me- e- Title of C ntractor Offker SURETY: Liberty Mutual Insurance Company �z 1912 3 W i rSAC}N`'T=I Signature of Attorney - Sara Huston, Attorney -in -Fact Printed Name of Attorney -in -Fact Officer Holmes, Murphy and Associates LLC Company Name of Attorney -in -Fact r— "" 2727 Grand Prairie Parkway Company Address of Attorney -in -Fact �5 Waukee, IA 50263 City, State, Zip Code of Attorney -in -Fact w ' �Ma �a (515) 223-6800 Telephone Number of Attorney -in -Fact NOTE: 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. Fire Station 1 Apparatus Bay Slab Reconstruction Project 00 52 00 - Page 4 of 4 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual® SURETY Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8210368-190056 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American In%iPrja"tjeira�y s a cdiprirago�? dp�lyrganized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, cons 1 e and"ap 0, Le CroNmer; Brian M. Deimerly; Cindy Bennett; Craig E. Hansen; Dione R- Young; Jay D. Freiermuth; John Cord; Kate Zanders; Sara.Huston; Seth D.,Rooker; Tim McCulloh all of the city of Waukee state of IA each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 6th day of June 2023 Liberty Mutual Insurance Company lrtsu Div INS& \NSUR The Ohio Casualty Insurance Company 'Spo T'y0 yJP°oaPORvr�y �oP °°RpO`k qy� West American Insurance Company Y(\� 1912 y o 0 1919 n 2 1991 n Y'\9 a) �J SSACHUS�.dD y0y N-MPS�,da !s �N01A104 .d01 r U 7 * >a �yl * >� �M * t� By: Co ns David M. Carey, Assistant Secretary Cr cc State of PENNSYLVANIA ss County of �dOWTGOMERY o y On this 6th day LYi_ June 2023 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance t (6 Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. > IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. co 0 �y�oNtvS,F� Commonwealth of Pennsylvania - NotarySeal > _ 0 tub °a' E9G Teresa Pastella, Notary Public N '( I F- ° Montgomery County /y, 4B_ ` - — _-- - -- .- ---- - - _ _ -- -- ---. -_ -- of - — -- -My -commission .expires March28,.2025--- -- -BY' - - - - ���a - ----- -- -- - - - -- --- - - -d — c Commission �•VP�\PG Member, ennsylv Pennsylvania number Association o} Notaries Teresa Pastella, Notary Public This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: Insurance Company, Liberty Mutual a) ARTICLE IV —OFFICERS: Section 12. Power of Attorney. m Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety C: any and all undertakings, bonds, recogniiances and other surety obligations: Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such :3 instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney ot` which the 1`ar6geing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 7th day of May , 2024 . RV iYSUR4a-J'q'INS, c°RPogyr Qyy 1912 n 1.S1ra 0 r. o s o �y1 sSACHUO�.a°,� V �yhAMP`�a� a oil � °H,t * )•� LMS-12873 LMIC OCIC WAIC Multi Co 02/21 0 1NSUR `VP GO{tP0Lu (ty �yn p3 Foci 1991 0,6y�_. s 3 BY: rs �^D1p1P da. Renee C. Llewellyn, Assistant Secretary O 0 N M M 0 m U a> m a�