Loading...
HomeMy WebLinkAboutPENINSULA FLOOD MITIGATION IMPROVEMENTS/20102010 cdIC�YI ve 10 P� a-N, . � ) -�,, pC'_ -C _ `� � Ck Or i Vl I o %ZeSo�uiie, /O-d ?(. se�l ;nq k(�pu-9/;c. h2c,.rx, c-m Twurn /5 M2010 on ��av,S� SP��i�.c2� :o*`SO, form o� Co rac� PS�:r+irc�i ofi ^.os4- -tor -44u, t(1�er nsK a/�,'on �m�>rotde/mo -n �rLVJe-t,, d;r�/1n� [`. v `ler� 7 �u6�; /sly ncY:c� .i(1icL AtevYng , b d.PeG.i -. n4 `-,� L O;'PRth• �o r7[4GL .�i. C✓; ��fa N.S wt,(;ce- 40 9, elders RPSa)u -ko„ CCF fa i e7 ��cn� Seed �;ca� S or ob7L o�l I cW ((4-r Pic) COaS�f'tnc�� Dri l •z 1't'hin Su �C -- 77"pr'e�J,�h-�e( O\p s-ecur;4, cC(O C'Qc� p a7 Ier� dU P(A6 no-)-Ycq -10 larS n r .o (` /� Nom! -,c, of �t<1�%;c >�ec.r-) ri) �- ` Y`OU'I p'1' P� C1, z 4 -T) ; 6�1�Vs - r � n-f R� b (, C-0.4 V�- 170 0.uJtzfd 1C CurjH(t cif- Gnu Clll'(hcv��_i rlC� 4/, I�("Ov QnJ 4L, `'I Cl�)k �o a1ie5� rt �4Ji1��c�c � -I©c cortsjrc,,4/,Vt �4� (e ti0.5cAc,- PA i -;�Q ,vY�r7cern¢, T ctjp�(; �Qy ✓a'l'e ^" (' l� o n Q• l dtr �1urS %� ' so �c.c_�,m ll- ate - Rcce 5 nip 114 F: = 00 PHoward R. Green Company May 17, 2010 Mr. Ed Moreno Iowa City Water Division 80 Stephen Atkins Drive Iowa City, IA 52245 Re: Peninsula Flood Mitigation Improvements Project Dear Ed: 2010r1AY 19 Nlf 2:24 CH y CI_I --ir 10V/A CI'fY.104' i Enclosed are six sets of final plans, specifications, and contract documents for the project. Please place one set of these documents on file at City Hall as the official project documents, and distribute the remaining five sets among City staff as their own working documents. Our final opinion of probable construction cost (OPCC) is $871,300.00, broken down by facility as follows: Facility 1. Peninsula MV Loop and 2. Collector Well CW 4 3. Collector Well CW 3 4. Silurian Well SW 4 5. Jordan Well JW 2 6. TOTAL Generator Terminal Site Sincerely, HOWARD R. GREEN COMPANY Mark Duben, P.E. Senior Project Manager Enclosures OPCC $282,400.00 $204,900.00 $318,300.00 $37,700.00 $28.000.00 $871,300.00 0APROJ1529190J01 \CORRMIr- 051710- Duben _lo_Moreno- F11e_B1d_Documents and OPCC.doc progress. Innovation. expertise. 5525 Mede Hay Road, Suite 200 1 Johnston, IA 501:11 Plwa:515.278.2913 I Fax:516.278.1846 I www.hrgroen.com Specification No. OWNERSHIP OF DOCUMENT This document, and the ideas and designs incorporated herein, as an instrument of professional service, is the property of Howard R. Green Company and is not to be used, in whole or in part, for any other project without the written authorization of Howard R. Green Company. SPECIFICATIONS FOR PENINSULA FLOOD MITIGATION IMPROVEMENTS IOWA CITY, IOWA 2010 N O U I L, N UI PENINSULA FLOOD MITIGATION IMPROVEMENTS IOWA CITY, IOWA 2010 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa City, Iowa c� I hereby certify that this engineering document was prepared by me or under my FESSfO N,9 direct personal supervision and that I am a duly licensed Professional Engineer PO Q < and r e la o to of a. Dater z MARK A MARK A. DUBEN, P.E. W DUBEN m License No. 10800 O 10900 m a My renewal date is December 31, 2011 License No. 18269 U 18269 Pages or sheets covered by this seal: My renewal date is December 31, 2010 /Ow A Bidding Requirements Contract Forms Conditions of the Contract. Divisions 1. 2. 9. and 15 ;_ /Ow A Divisions 3.4. 5. and 8 c� I hereby certify that this engineering document was prepared by me or under my FESSfo N,9 direct personal supervision and that I am a duly licensed Professional Engineer �O ,M.«« C�2 unde Laws of thg> State of Iowa. --03 COQ (s Dale: Z DENNIS L. G1 DENNIS L. NEUMANN, P.E. w NEUMANN m License No. 18269 U 18269 aT My renewal date is December 31, 2010 Pages or sheets covered by this seal: ;_ /Ow A Divisions 3.4. 5. and 8 tN c� I hereby certify that this engineering document was prepared by me or under my ES S/ OF ON direct person erv1s1 . oDAnd that a duly licensed Professional Engineer QP q� under the the Sta e o Iowa. life _ Dater Co STEVEN R. G sr R. oD, z W JUNOD m License No. 13829 U 13829 am My renewal date is December 31, 2010 Pages or sheets covered by this seal: n /Ow A eF Division 16 c� d� N u•r Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa City, Iowa SPECIFICATIONS TABLE OF CONTENTS TITLE SHEET CERTIFICATIONS TABLE OF CONTENTS NOTICE OF PUBLIC HEARING . ............................... NOTICE TO BIDDERS ................ ............................... NOTE TO BIDDERS .................... ............................... FORM OF PROPOSAL ................ ............................... BIDBOND .................................... ............................... FORM OF AGREEMENT ............. ............................... PERFORMANCE AND PAYMENT BOND .................. CONTRACT COMPLIANCE (ANTI- DISCRIMINATION REQUIREMENTS) ....... GENERAL CONDITIONS ............. ............................... SUPPLEMENTARY CONDITIONS ............................. Table of Contents Page Number 00031 ............. ............................... CC -1 ............. ............................... GC-1 ................................. I.......... SC -1 N CJ c7 C i Y f > U1 Howard R. Green Company Project No. 529190J01 TECHNICAL SECTION DIVISION 1 — GENERAL REQUIREMENTS Peninsula Flood Mitigation Improvements Iowa City, Iowa Section 01025 Measurement and Payment ................. ............................... 01025 -1 Section 01100 Summary ................................. ............................... 01100 -1 Section 01300 Administrative Requirements ........ ............................... 01300 -1 Section 01310 Progress and Schedules ...................... ............................... 01310 -1 Section 01400 Quality Requirements .................. ............................... 01400 -1 Section 01500 Temporary Facilities and Controls .. ............................... 01500 -1 Section 01570 Traffic Control and Construction Facilities ........................... 01570 -1 Section 01600 Product Requirements ................. ............................... 01600 -1 Section 01700 Execution Requirements .............. ............................... 01700 -1 Section 01740 Cleaning ............................................... ............................... 01740 -1 Section 01780 Closeout Submittals .................... ............................... 01780 -1 DIVISION 2 — SITE WORK Section 02050 Demolitions, Removals and Abandonments ........................ 02050 -1 Section 02100 Site Preparation .................................... ............................... 02100 -1 Section 02220 Earth Excavation, Backfill, Fill and Grading ......................... 02220 -1 Section 02270 Slope Protection and Erosion Control .. ............................... 02270 -1 Section 02317 Trenching for Site Utilities ........................................... 02317 -1 Section 02468 Drilled Concrete Piers (Caissons) ........ ............................... 02468 -1 Section 02520 Portland Cement Concrete Paving ....... ............................... 02520 -1 Section 02700 Sewers .................................................. ............................... 02700 -1 Section 02900 Landscaping ........................................ ............................... 02900 -1 DIVISION 3 — CONCRETE Section 03300 Cast -in -Place Concrete ..................•.,... ............................... 0340 -1 DIVISION 4 — MASONRY Section 04065 Mortar and Masonry Grout ................................................. r?= b415, -1 g _a c� DIVISION 5 — METALS Section 05500 Metal Fabrications ................................ ............................... . 05500 -1 DIVISION 8 — DOORS AND WINDOWS Section 08301 Side Hinged Flood Door ....................... ............................... 08301 -1 DIVISION 9 — FINISHES Section 09900 Paints and Coatings .......................................................... DIVISION 15— MECHANICAL Section 15106 Ductile Iron Pipe ................................... ............................... 15106 -1 Table of Contents Howard R. Green Company Project No. 529190J0l DIVISION 16 —ELECTRICAL Peninsula Flood Mitigation Improvements Iowa City, Iowa Section 16050 Basic Electrical Materials and Methods ............................... Section 16060 Grounding and Bonding ....................... ............................... Section 16070 Hangers and Supports ......................... ............................... Section 16095 Minor Electrical Demolition ................... ............................... Section 16121 Medium Voltage Cable ......................... ............................... Section 16123 Low - Voltage Electrical Power Conductors and Cables ....... Section 16131 Conduit ................................................. ............................... Section16138 Boxes .................................................... ............................... Section 16321 Pad Mounted Distribution Transformers .............................. Section 16361 Load Interrupter Switchgear (Air Interrupter Switches) ....... Section 16415 Generator Terminal Docking Station .... ............................... Section 16423 Enclosed Motor Controllers .................. ............................... Section 16425 Variable Frequency Drive Controllers ... ............................... Section 16443 Panelboards ......................................... ............................... Section 16500 Lighting ................................................. ............................... Table of Contents 16050 -1 16060 -1 16070 -1 16095 -1 16121 -1 16123 -1 16131 -1 16138 -1 16321 -1 16361 -1 16415 -1 16423 -1 16425 -1 16443 -1 16500 -1 N d d —w Et C') N cis Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa City, Iowa NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE PENINSULA FLOOD MITIGATION IMPROVEMENTS PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the Peninsula Flood Mitigation Improvements Project in said city at 7:00 p.m. on the 15th day of June, 2010, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. o Any interested persons may appear at said meeting of the City Council for the purpose of r� u making objections to and comments concerning said plans, specifications, contract�� or the cost of making said improvement. Fri This notice is given by order of the City O. Council of the City of Iowa City, Iowa and as N provided by law. N MARIAN K. KARR, CITY CLERK 00031 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa City, Iowa NOTICE TO BIDDERS PENINSULA FLOOD MITIGATION IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 8th day of July, 2010. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 12th day of July, 2010, or at special meeting called for that purpose. The Project will involve the following: For four of the City's water supply well facilities elevate exterior electrical equipment on a new compacted earth fill berm at two facilities; harden and floodproof the well house building at two facilities; elevate electrical equipment inside the well house N building at four facilities; and construct one new portable generator terminal site. _ �y All work is to be done in strict compliance r with the plans and specifications prepared by Howard R. Green Company, of Johnston, 6n Iowa, which have heretofore been approved '< by the City Council, and are on file for public �' P examination in the Office of the City Clerk. ro u, Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and AF -1 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa City, Iowa maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100 %) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) years from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: July 26, 2010 Completion Date: December 31, 2010 Liquidated Damages: $1,000 per day The plans, specifications and proposed contract documents may be examined at the e�j = = CA office of the City Clerk. Copies of said plans � �= —° and specifications and form of proposal Cl- blanksmay be secured at the Office of C..) F— ...e¢ Howard R. Green Company, 5525 Merle Hay Road, Ste. 200, Johnston, Iowa 50131, by bona fide bidders. ° °— No fee is required for each set of plans and © specifications provided to bidders or other interested persons. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242 -4721 and the Iowa Department of Transportation Contracts Office at (515) 239 -1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of AF -2 Howard R. Green Company Project No. 529190J0l Peninsula Flood Mitigation Improvements Iowa City, Iowa work and approximate subcontract amount(s), The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF -3 N O O = <rT-t TJ d a 1 — N U1 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190JOI Iowa City, Iowa NOTE TO BIDDERS The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal NB -1 N O C] O -fir —n UI NB -1 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa City, Iowa FORM OF PROPOSAL PENINSULA FLOOD MITIGATION IMPROVEMENTS PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder a Address of Bidders v y TO: City Clerk City of Iowa City ;` --o t� City Hall 410 E. Washington St. r� Iowa City, IA 52240 u, The undersigned bidder submits herewith bid security in the amount of $,, in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda , and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. Item No. Bid Item Descriptions Unit 1 Peninsula MV Loop and Generator Terminal Site, Com lete LS 2 Collector Well CW 4, Com lete LS 7Quantit MPriceExtended 3 Collector Well CW 3, Com lete LS 4 Silurian Well SW 4, Com lete LS 5 Jordan Well JW 2, Com lete LS Total of Bid Items 1 - 5 $ The basis of contract award, if awarded, will be the lowest responsive, responsible bidder of the total bid. The owner reserves the right to reject any and all bids. FP -1 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa City, Iowa The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -2 r� E�i Vic; LUp_ lLl n YY ol C_) }- �' c C� N Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -2 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa City, Iowa BID BOND , as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these N obligations shall bind our heirs, executors, administrators, and successors jointly aid severally. C-D � < This obligation is conditioned on the Principal submission of the accompanyiril 5id, fo�Peni�r J a Flood Mitigation Improvements Project. C-) _qc r n NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, �> (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this A.D., 20_ Witness Witness 351 day of (Seal) Principal By (Title) (Seal) Surety By (Attorney -in -fact) Attach Power -of- Attorney Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa City, Iowa FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ( "City "), and ( "Contractor "). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the day of , 20_, for the Peninsula Flood Mitigation Improvements Project ('Project'), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documeal of the 0 Contractor for the Project, and for the sums listed therein. o 2. This Agreement consists of the following component parts which-are incorporated herein by reference: a. Addenda Numbers b. "Standard Specifications for Highway and Bridge Construction," Series of 2001, Iowa Department of Transportation, as amended; C. Plans; d. Specifications and Supplementary Conditions; e. Notice to Bidders; f. Note to Bidders; g. Performance and Payment Bond; h. Restriction on Non - Resident Bidding on Non - Federal -Aid Projects; Contract Compliance Program (Anti- Discrimination Requirements); Proposal and Bid Documents; and k. This Instrument. AGA Howard R. Green Company Project No. 529190J0l Peninsula Flood Mitigation Improvements Iowa City, Iowa The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of City in M C Q1 � 'r V �R n — U Mayor N ATTEST: City Clerk AG -2 20_ Contractor (Title) ATTEST: (Title) (Company Official) Approved By: City Attorney's Office Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa City, Iowa PERFORMANCE AND PAYMENT BOND (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) as as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of ($ ) for the payment for which Contractor and Surety hereby bind ttoemselves, their heirs, executors, administrators, successors and assigns, jointly and several WHEREAS, Contractor has, as of entered intoia•> tD (date) written Agreement with Owner for Peninsula Flood Mitigation Improvements Pro eet; and. WHEREAS, the Agreement requires execution of this Performance and Paymenp'Bond, to be completed by Contractor, in accordance with plans and specifications prepared by Howard R. Green Company, which Agreement is by reference made a part hereof, and the agreed -upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient la Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J0l Iowa City, Iowa funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and /or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of Five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS IN THE PRESENCE OF: F: DAY OF (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) 20_ c� iv .a/(litness LJ c -cD L n _ UJ ° WWhess N F: DAY OF (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) 20_ Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 629190J01 Iowa City, Iowa o v(ii [o) [I pi n c ' 11Q o era nij CITY OF IOWA CITY N a ^i7 G frll II I, � II m o v(ii [o) [I pi n c ' 11Q o era nij CITY OF IOWA CITY Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa City, Iowa SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants in designing and implementing equal employment opportunity so that all citizens will be afforded equal aggessibility and opportunity to gain and maintain employment. ° PROVISIONS: n 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 1 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about 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. 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. CC -1 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa City, Iowa 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 CC2 AND CC3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et sec.) 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? .;, r� cat 4. f , Wh4t is the name, telephone number and address of your business' Equal Employment Opportunity pOfiicer ;fir_ 5. —, _ c-) `(Please OLD � O Phortre number Address The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. CC -2 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190JOl Iowa City, Iowa 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. CC -3 N O_ O Business Name Phone Number -Tc h -C Signature Title r- ' T w Print Name Date N tJt CC -3 Howard R. Green Company Project No. 529190J01 3. 4. Peninsula Flood Mitigation Improvements Iowa City, Iowa SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 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. 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. 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) Vse 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. jc� Aplyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Sele6f:4rid train persons involved in the employment process to use objective standards and to sdpp5pt*lual employment opportunity goals. (e) X_� Viewl'eriodically job descriptions to make sure they accurately reflect major job functions. Review `68ucation and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job - related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non - biased promotion, transfer and training policies to increase and /or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC-4 Howard R. Green Company Project No. 529190J0l Peninsula Flood Mitigation I _r '001 City or 0�A C� Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under l contract with the City. 0 ;fir n Vic, <15 CC -5 1 Howard R. Green Company Project No. 529190J01 2 -3 -1 CHAPTER 3 Peninsula Flood Mitigation Improvements Iowa City, Iowa 2 -3 -1 DISCRIMINATORY PRACTICES SECTION: 2 -3 -1: Employment; Exceptions 2 -3 -2: Public Accommodation; Exceptions 2 -3 -3: Credit Transactions; Exceptions 2 -3 -4: Education 2 -3 -5: Aiding Or Abetting; Retaliation; Intimidation 2 -3 -1: EMPLOYMENT( EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, upgrade or refer for employ- ment, or to otherwise discriminate in employment against any other person or to discharge any employee be- cause of age, color, creed, disability, gender Identity, marital status, nation- al origin, race, religion, sex or sexual orientation. a in o, L m LL 0 N It shall be unlawful for any labor orga- nization to refuse to admit to member- ship, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprentice- ship or training or any member In the privileges, rights or benefits of such membership, apprenticeship or train- ing because of age, color, creed, disability, gender Identity, marital status, national origin, race, religion, sex or sexual orientation of such ap- plicanl or member. LL)>= _v 0 C. It shall be unlawful for any employer, employment agency, labor organiza- tion or the employees or members thereof. to directly or indirectly adver- tise or in any other manner indicate or publicize that individuals are unwel- come, objectionable or not solicited for employment or membership be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95 -3697, 11 -7 -1995) D. Employment policies relating to preg- nancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy Is a prima facie violation of this Title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- riage, childbirth and recovery there- from are, for all job - related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available In connection with employment or any written or unwrit- ten employment policies and practices Involving terms and conditions of employment as applied to other tem- porary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or pro- Iowa City CC -6 687 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J0l Iowa City, Iowa 2-3-1 2-3 -1 spective employee a test for the pres- ence of the antibody to the human immunodeficiency virus. An agree- ment between an employer, employ- ment agency, labor organization or their employees, agents or members and an employee or prospective em- ployee concerning employment, pay or benefits to an employee or pro- spective employee in return for taking a test for the presence of the antibody to the human Immunodeficiency virus, Is prohibited. The prohibitions of this subsection do not apply if the State epidemiologist determines and the Director of Public Health . declares through the utilization of guidelines established by the Center for Disease Control of the United States Depart- ment of Health and Human Services, that a person with a condition related to acquired Immune deficiency syn- drome poses a significant risk of transmission of the human immunode- ficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this Section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifica- tions are related to a bona fide reli- gious purpose. A religious qualifica- tion for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or rell- gious institution shall be presumed to be a bona fide occupational qualifica- tion. (Ord. 94 -3647, 11 -8 -1994) 897 Iowa City CC -7 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employ- ment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, mari- tal status, national origin, race, reli- gion, sex or sexual orientation. (Ord. 95 -3697, 11 -7 -1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such em- ployment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. S. To employ on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted nar- rowly. 6. A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub- lic purpose. 7. To employ on the bast "f disability in those certain Instances' where pres- ence of disability fs'a bona,fide'ocQ'u- pational qualiflcatipnr"reasohably nec- essary to the normal'oprrgtlon'I of a particular business -or enterprise,. The bona fide occupational ggalificafidn shall be interpreted narr?vyly, (Ord. 94 -3647, 11 -8 -1994) n� c,i Howard R. Green Company Project No. 529190J02 GENERAL CONDITIONS Iowa River Water Main Crossings Iowa City, Iowa Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended, shall apply except as amended in the Supplementary Conditions. Review document at: htto: / /www.iowadot.00v /eri /archives /2009[aoriVGS /frames.htm GC -1 N c7 C)c O N GC -1 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa City, Iowa SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S -1 Definitions S -2 Limitations of Operations S -3 Insurance o S -4 Supervision and Superintendence o S -5 Concerning Subcontractors, Suppliers and Others ° n y ' S -6 Compliance with OSHA Regulations S -7 Employment Practices S -8 Contract Compliance Program (Anti- Discrimination Requirements) S -9 Measurement and Payment rn (t" S -10 Taxes S -11 Construction Stakes S -12 Restriction on Non - Resident Bidding on Non - Federal -Aid Projects Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S -1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the ]DOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended. S -2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. SC -1 Howard R. Green Company Project No. 529190J01 S -3 INSURANCE, Peninsula Flood Mitigation Improvements Iowa City, Iowa Add to or change the following within 1107.02 of the IDOT STANDARD SPECIFICATIONS: A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION 1. Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and /or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his /her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Each Occurrence Aggregate Bodily Injury & Property Damage* $1,000,000 $2,000,000 Automobile Liability Combined Single Limit Bodily Injury & Property Damage $1,000,000 Excless Liability $1,000,000 $1,000,000 VV&er's Compensation Insurance as required by Chapter 85, Code of Iowa. ILI;.+ *Property ' amage liability insurance must provide explosion, collapse and underground cov Y ge w r4n determined by City to be applicable. [J- The Gity t8 res that the Contractor's Insurance carrier be A rated or better by A.M. Best. N SC -2 Howard R. Green Company Project No. 529190JO1 Peninsula Flood Mitigation Improvements Iowa City, Iowa In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self - insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self- insured retention. 3. If 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. 0 e, �_5n 4. The City prefers that Contractor provide it with "occurrence form-liability-I-insuranee coverage. If Contractor can only provide "claims- made" insurance Edv"eragg, therj tfie Contractor must comply with the following requirements: • r a. If the Contractor changes insurance carriers, or if Contractor'stAnsurancia coverage is canceled, during the contract period or within two years ialiter City's acceptance of the work, Contractor agrees to immediately notify the G`ity of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self- insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. SC -3 Howard R. Green Company Project No. 529190J0l Peninsula Flood Mitigation Improvements Iowa City, Iowa 6. 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 reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2.c. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. SUPERVISION AND SUPERINTENDENCE. 6 c ` -Add theollowing paragraph to 1105.05 of the [DOT STANDARD SPECIFICATIONS: CbNTRA` TOR shall maintain a qualified and responsible person available 24 hours per cl' A seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and /or paging service of this individual. S -5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes /intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. SC-4 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa City, Iowa S -6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the [DOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. S -7 EMPLOYMENT PRACTICES. Neither the Contractor nor his /her subcontractors mental condition is such that his /her employment selves or others employed on the project. 0 shall employ any person Wbpg e pc�ysical ;� will endanger the health arjO:spfefyQof toe Contractor shall not commit any of the following employment practices and agr6 to iMIuddt1Q following clauses in any subcontracts: N To discriminate against any individual in terms, conditions, or privileges of a ployment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S -8 CONTRACT COMPLIANCE PROGRAM (ANTI- DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC -1. S -9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S -10 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. Contractor to fill out application for sales tax exemption certificate on Page ST -1. SC -5 Howard R. Green Company Project No. 529190J0l S -11 CONSTRUCTION STAKES. Peninsula Flood Mitigation Improvements Iowa City, Iowa Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re- staking will be at the Contractor's expense and will be charged at a rate of $75 per hour. SC -6 u� Cl, S A m �. U o � n N SC -6 Howard R. Green Company Project No. 529190JOl Peninsula Flood Mitigation Improvements Iowa City, Iowa APPLICATION FOR SALES TAX EXEMPTION CERTIFICATE CITY OF IOWA CITY CITY PROJECT NAME: (Check One) PRIME CONTRACTOR NAME: ADDRESS: FEDERALID #: SUBCONTRACTOR DESCRIPTION OF WORK PERFORMED: ❑ Brickwork ❑ Carpentry ❑ Concrete ❑ Drywall- Plaster - Insulation ❑ Electrical ❑ Excavation/Grading ❑ Flooring ❑ Heavy Construction ❑ Heating - Ventilating -Air Cond. ST -1 N O 0 O ❑ Landscaping ❑ Painting ❑ Paving ❑ Plumbing ❑ Roofing-Siding-Sheet Metal ❑ Windows ❑ Wrecking - Demolition ❑ Other (Please specify) n� N cs+ G a'� ,off Howard R. Green Company Project No. 529190J01 SECTION 01025 Peninsula Flood Mitigation Improvements Iowa City, Iowa MEASUREMENT AND PAYMENT PART 1 -GENERAL 1.01 SUMMARY A. Procedures and submittal requirements for schedule of values, applications for Payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS °� C 0 m; A. Work completed under the contract shall be measured by the Engineer. P69ment I be bV,�yvd on the actual quantity of work performed according to the various classes of warIQ spe iii unless noted in Part 3 of this Section. The Contractor will be given an opportunity to 6e prdss �At during measurement. N 1.03 SCOPE OF PAYMENT .n A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. C. Take all measurements and compute quantities. The Engineer will verify measurements and quantities. D. Unit Quantities: Quantities and measurements indicated in the Bid Form are for contract purposes only. Actual Quantities and measurements supplied or placed in the Work shall determine payment. E. Payment Includes: Full compensation for all required labor, Products, tools, equipment, plant, transportation, services and incidentals; erection, application or installation of an item of the Work; overhead and profit. F. Defect Assessment: The Work, or portions of the Work, not conforming to specified requirements, shall be replaced. If, in the opinion of the Engineer, it is not practical to remove and replace the Work, the Engineer will direct an appropriate remedy or adjust payment. G. Unless specifically noted as a bid item in the Form of Proposal, all other work which must be performed to complete the project shall be considered as 'Incidental Work" and the cost of such work (including furnishing and installing materials) shall be included in the unit prices of items of work. MEASUREMENT AND PAYMENT 01025-1 Howard R. Green Company Project No. 529190J01 1.04 APPLICATION FOR PAYMENT Peninsula Flood Mitigation Improvements Iowa City, Iowa A. Submit Application for Payment to the Owner once each month. Dates to be determined at the Preconstruction Meeting. B. Application for Payment made on the Pay Request Form provided by the Owner. C. Application for Payment based on the valuation of the Work done and materials and equipment not incorporated in the Work, but delivered and suitably stored at the site as of the last day of the preceding month. D. No payment will be made on account of materials and equipment stored at off site locations. Such approval shall contain procedures to establish the Owner's title to and protect the Owner's interest in the materials and equipment including insurance, designate a location for storage, and provide for protection and transportation to the site. Contractor shall submit such data substantiating his right to payment as the Owner /Engineer may require. E. Construction schedule must be updated to reflect actual schedule prior to submitting Application for Payment. 1.05 RETAINAGE A. To insure the proper performance of the contract, the Owner will retain five (5) percent of the , amount due the Contractor on account of progress payments. Cl) B. ci$uch Retainage will be retained by the Owner until final payment C00 PARTIAL'PAYMENT ? cn A. - Payments will be considered by the Owner, and payment will be made within thirty (30) days (n 'following approval. 1.07 FINAL PAYMENT 1" A. When the Engineer has determined that the Work is acceptable under the Contract Documents and the Contract fully performed, the contractor shall prepare and submit his final Application for Payment to the Engineer together with lien waivers, sales tax statements, and other required submittals. Final acceptance of the work will be considered by the City Council at the regular council meeting and final payment made thirty-one (31) days following acceptance 1.08 CHANGE ORDERS A. If the Owner desires a change in the Work, the Engineer and Owner will notify the Contractor and provide a written description, in the form of drawings or otherwise, of the change. B. The Contractor shall promptly submit to the Engineer in writing a firm proposal for changes in the Contract Sum and Contract Time, if any, resulting from the proposed change. C. The Owner shall have 30 days or such other time as may be agreed upon, in which to accept or reject the Contractor's proposal after its submission and the Contractor shall not modify or withdraw the proposal during this period without the Owner's consent. MEASUREMENT AND PAYMENT 01025-2 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa City, Iowa D. The Contractor may also propose changes by submitting a request for change to the Engineer and Owner, describing the proposed change and its full effect on the work. Include a statement describing the reason for the change, and the effect on the Contract Sum /Price and Contract Time with full documentation and a statement describing the effect on Work by the contractor. PART 2 — PRODUCTS 0 2.01 NONE ° PART 3 — EXECUTION 3.01 PROCEDURE �� o A. Payment under this contract shall occur no more than once per month for work` cofd{hleted by the Contractor. Payment is based on an estimate of the total amount and valL[pJ!-?of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 3.02 BID ITEMS A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and /or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused by the Contractor or his/her Subcontractors. Work associated with existing items on private and /or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, MEASUREMENT AND PAYMENT 01025-3 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa City, Iowa bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and /or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental. B. BID ITEM DESCRIPTIONS 1. Peninsula MV Loop and Generator Terminal Site. This item will be paid on a lump sum basis. Included with this item is all work required to complete the Peninsula MV Loop and Generator Terminal Site project elements as ., indicated in the plans, specifications, and contract documents, including the utility service extension from the top of the utility service pole near CW 3 to the generator terminal site, all items of work at the generator terminal site, and the MV loop extension from the generator �r A m terminal site to the existing MV loop connection to the west. 6pllector Well CW 4. This item will be paid on a lump sum basis. Included with this item is all work required to complete the Collector Well CW 4 project elements as indicated in the plans, specifications, v and contract documents, including all items of work at the CW 4 site. 3. Collector Well CW 3. This item will be paid on a lump sum basis. Included with this item is all work required to complete the Collector Well CW 3 project elements as indicated in the plans, specifications, and contract documents, including the new earthen berm, concrete pad, MV switch, and transformer at the SW 4 site; conduit/cables /appurtenances from the MV switch to the existing MV loop connection at the SW 4 site; conduit/cables /appurtenances from the transformer at the SW 4 site to the CW 3 site; and all items of work at the CW 3 site. 4. Silurian Well SW 4. This item will be paid on a lump sum basis. Included with this item is all work required to complete the Silurian Well SW 4 project elements as indicated in the plans, specifications, and contract documents, including all items of work at the SW 4 site except those items described above to be included in the CW 3 bid item. MEASUREMENT AND PAYMENT 01025-4 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa City, Iowa 5. Jordan Well JW 2. This item will be paid on a lump sum basis. Included with this item is all work required to complete the Jordan Well JW 2 project elements as indicated in the plans, specifications, and contract documents, including all items of work at the JW 2 site. END OF SECTION MEASUREMENT AND PAYMENT 01025-5 N O U O a-9 c-� j �i``J N cn MEASUREMENT AND PAYMENT 01025-5 Howard R. Green Company Project No. 529190J01 SECTION 01100 SUMMARY PART1 GENERAL 1.01 SECTION INCLUDES A. Project Information. B. Contract Description. C. Commencement of the Work. D. Owner Occupancy. E. Contractor Use of Site and Premises. F. Layout of the Work. G. Work Sequence. H. Permits, Fees and Notices. 1.02 PROJECT INFORMATION Peninsula Flood Mitigation Improvements Iowa City, Iowa A. Project Name: Peninsula Flood Mitigation Improvements. B. Owner's Name: City of Iowa City. 1. Address: 410 East Washington Street. 2. Telephone: 1-319-356-5166. 3. Fax: 1- 319 - 356 -5167. C. The Project consists of: 0 Tyr\ i n� `m- r o �a 0 0 -9! r,, -o n� N M 0� For four of the City's water supply well facilities elevate exterior electrical equipment on a new compacted earth fill berm at two facilities; harden and floodproof the well house building at two facilities; elevate electrical equipment inside the well house building at four facilities; and construct one new portable generator terminal site. 1.03 CONTRACT DESCRIPTION A. Contract Type: A single prime contract based on a Stipulated Price as described in Document AG - Form of Agreement. 1.04 QUALITY ASSURANCE A. Supervision and Superintendent: 1. The Contractor or competent Superintendent must be on the Project when construction activities are taking place. The Superintendent shall supervise, direct, and control the Contractor's operations, personnel, work and the Subcontractor's operations. The Contractor shall give the Owner and Engineer written notification of the name of the Superintendent. The Superintendent shall be employed by the General Contractor and shall be assigned to the project full -time. The Superintendent shall be incidental to mobilization. A copy of the Drawings and Specifications shall be available on the project site at all times. 2. 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 Engineer the phone number and /or paging service of this individual. 3. Incompetent or incorrigible employees and /or subcontractors shall be dismissed from Work by Contractor or its representative when requested by Engineer, and such persons shall not again be permitted to return to Work without written consent of Engineer. SUMMARY 01100-1 Howard R. Green Company Project No. 529190J01 1.05 COMMENCEMENT OF THE WORK Peninsula Flood Mitigation Improvements Iowa City, Iowa A. The Contractor shall not commence Work nor allow Subcontractors or Sub - subcontractors to commence Work until: 1. The Agreement has been fully executed. 2. The Owner has approved the Contractor's Performance and Payment Bonds. 3. The Owner has approved evidence of the Contractor's Liability Insurance and other insurance required to be purchased by the Contractor. 4. The Engineer, on behalf of the Owner, has issued a Notice to Proceed. 1.06 OWNER OCCUPANCY A. The Owner shall have the right to take possession of and use any completed or partially completed portions of the Work, notwithstanding the time for completing the entire work or such portions as may not have expired; but such taking, possession and use shall not be deemed an acceptance of any Work not completed In accordance with the Contract Documents. 1. If such prior use increases the cost of, or delays the Work, the Contractor shall be entitled to such extra compensation or extension of time, or both, as the Engineer may determine. B. Cooperate with Owner to minimize conflict and to facilitate Owner's operations. C. Schedule the Work to accommodate Owner occupancy and operations. 1.07 CONTRACTOR USE OF SITE AND PREMISES A. Construction Operations: Within property boundaries. B. Limit use of site and premises to allow: 1. Work by Others. 2. Work by Owner. 3. Use of site and premises by the public. C. _Provide access to and from site as required by law and by Owner. � 1.08 LAYOUT OF THE WORK A. The,Owner shall provide information to the Contractor regarding bench marks for the project. The Contractor shall be responsible for all detailed construction staking. •1.09 WORK SEQUENCE A. Con$truct Work in stages to accommodate Owner's occupancy and operational requirements during the construction period. Coordinate construction schedule and operations with Owner. B. -All portions of work under the proposed Contract Documents shall be completed and ready for operation on or before the date set forth in the Notice to Bidders. Provisions for liquidated damages are set forth in the Notice to Bidders. C. The Contractor shall schedule Work so that interruption of existing utilities, including but not limited to: electric, telephone, communication, cable, gas, water, and sewer service will be at a minimum. When it is necessary to interrupt services, the Contractor shall notify the Owner's representative, Engineer, and appropriate utility companies twenty -four (24) hours in advance of the interruption. D. Plan the construction work and carry out with a minimum of interference with the operation of the existing facilities. Prior to starting the construction, confer with the Engineer and Owner's representative and develop a detailed, approved construction schedule which will permit the facilities to function as normally as practical during the construction period. It may be necessary to do certain parts of the construction work outside normal working hours and on Sundays in order to avoid undesirable conditions, and it shall be the obligation of the Contractor to do this work at such times at no additional cost to the Owner. Do not make connections between existing piping and new piping until necessary inspection and tests have been completed on the SUMMARY 01100-2 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa City, Iowa new work and it is found to conform in all respects to the requirements of the drawings and specifications. E. Special notes detailing critical portions of the work involving removal, replacement, tie -in, changeover, etc. have been included in the drawings. These notes describe the work, timing, scheduling, and coordination with the Owner and Engineer necessary to complete the work. The detailed construction schedule shall be developed by the Contractor with consideration of these details and the overall progress of the work. The Engineer and Owner shall have full authority to review this schedule in order to protect the operation of the existing facilities during construction. F. The general sequence of the work shall be as follows: 1. First complete the Peninsula MV Loop and the portions of the Generator Terminal Site involving the MV loop, before beginning any of the work of CW 4, CW 3, and SW 4. Schedule, secure approval, and provide at least 48 hours notice to Owner and MidAmerican Energy Company of the connection of the new MV loop to the existing MidAmerican Energy utility feed point and the connections of the new MV loop to the existing MV loop. Each of these connections shall be completed in a scheduled shutdown of 8 hours or less, total time from de- energizing the MV loop system, making the connections, and re- energizing the MV loop system. 2. Next remove Collector Well CW 4 from service, complete all of the CW 4 work, and return CW 4 to service. 3. Next remove Collector Well CW 3 and Silurian Well SW 4 from service, complete all of the CW 3 and SW 4 work, and return CW 3 and SW 4 to service. 4. The remainder of the Generator Terminal Site work after completion of the MV Loop work may be completed at any time, independent of the sequence and schedule of other project elements. 5. The Jordan Well JW 2 work may be completed at any time, independent of the sequence and schedule of other project elements. 1.10 PERMITS, FEES AND NOTICES A. The Contractor shall secure and pay for all permits and governmental fees, licenses and inspections for the proper execution and completion of the Work which are customarily secured after execution of the Contract and which were legally required at the time bids were received. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION SUMMARY 01100-3 0 ry N u� SUMMARY 01100-3 Howard R. Green Company Project No. 529190J01 SECTION 01300 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa ADMINISTRATIVE REQUIREMENTS PART1 GENERAL 1.01 SECTION INCLUDES A. Preconstruction Meeting. B. Progress Meetings. C. Submittals for Review, Information, and Project Closeout. D. Number of Copies of Submittals. E. Submittal Procedures. 1.02 RELATED REQUIREMENTS A. Document GC -1- Division 11, General Reuirements and Covenants of the [DOT "Standard Specifications for Highway and Bridge Construction" B. Document SC - Supplementary Conditions. C. Section 01100 - Summary: Stages of the Work, Work covered by each contract, and occupancy,. D. Section 01700 - Execution Requirements: Additional coordination requirements. E. Section 01780 -Closeout Submittals: Project record documents. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION N 3.01 PRECONSTRUCTION MEETING _ A. Engineer will schedule a meeting after Notice of Award. " B. Attendance Required: 1. Owner. -tc 2. Engineer. "- 3. Contractor. r.� 4. Contractor's Superintendent. �,) 5. Major Subcontractors. u 6. Utility Companies. C. Agenda: 1. Submission of list of Subcontractors, list of Products, schedule of values, and progress schedule. 2. List and schedule of submittals /shop drawings. 3. Designation of personnel representing the parties in Contract. 4. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, and Contract closeout procedures. 5. Use of premises by Owner and Contractor. 6. Owner's requirements. 7. Facilities and controls provided by Owner. 8. Temporary utilities provided by Owner. 9. Erosion and sediment control - Storm Water Pollution Prevention Plan. 10. Security and housekeeping procedures. 11. Scheduling. d ADMINISTRATIVE REQUIREMENTS 01300-1 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J0l Iowa Ciy, Iowa 12. Procedures for testing. 13. Procedures for maintaining record documents. 14. Scheduling activities of a Geotechnical Engineer. D. Contractor shall record minutes and distribute copies within two days after meeting to participants, with copies to Engineer, Owner, participants, and those affected by decisions made. 3.02 PROGRESS MEETINGS A. Contractor to schedule and administer meetings throughout progress of the Work at maximum monthly intervals. B. Contractor to make arrangements for meetings, prepare agenda with copies for participants, preside at meetings, record minutes, and distribute copies within two days to Engineer, Owner, participants, and those affected by decisions made. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Owner, Engineer, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Address public concerns and complaints. 3. Review of Work progress. 4. Field observations, problems, and decisions. 5. Identification of problems that impede, or will impede, planned progress. 6. Review of submittals schedule and status of submittals. 7. Review of off -site fabrication and delivery schedules. 8. Maintenance of progress schedule. 9. Corrective measures to regain projected schedules. 10. Planned progress during succeeding work period. cA 1. Coordination of projected progress. L= -12. Maintenance of quality and work standards. 13.. Effect of proposed changes on progress schedule and coordination. 14. ..Other business relating to Work. 15.: S�Fedule next meeting. E. ? Contractor shall record minutes and distribute copies within two days after meeting to =f participants, with two copies to Engineer, Owner, participants, and those affected by decisions made. 3.03 SUBMITTALS FOR REVIEW A. When the following are specified in individual sections, submit them for review: 1. Product data. 2. Shop drawings. 3. Samples for selection. 4. Samples for verification. B. Submit for review according to the procedures and purposes described herein. C. Samples will be reviewed only for aesthetic, color, or finish selection. D. After review, provide copies and distribute in accordance with SUBMITTAL PROCEDURES article below and for record documents purposes described in Section 01780 - CLOSEOUT SUBMITTALS. E. Required Submittal Quality 1. Binding a. No loose collection of papers bound by any type of paper clip /staple etc. accepted. ADMINISTRATIVE REQUIREMENTS 01300-2 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa Ciy, Iowa b. 3/8" thickness (or less) of submittal material -- commercial grade reinforced paper /cardboard or plastic cover assembly. c. Greater than 3/8" but less than 1" thickness of submittal material -- commercial grade machine -bound wire or plastic multi - perforation binder. d. Greater than 1" --commercial grade 3 -ring binder. 2. Organization a. Exterior Cover Labeling 1) Supplier name, address, and telephone number. 2) Supplier's designated Project Number. 3) Engineer's designated Project Name, Job Number, and Location. 4)_ Engineer's firm name and location 5) General contractors name and location 6) Specification Section(s) applicable to submittal contents. b. Contents 1) Cover sheet (same as Exterior Cover requirements) with at least a 4" x 4" blank space for Engineers Review Stamp. 2) Table of Contents for all major equipment/devices /components /descriptions specified. 3) Notification of all exceptions taken to the specifications. 4) Order of Contents -- must be the same as order described in the applicable specification sections. 5) Tabs separating each major equipment division. 6) Colored fly sheets separating minor components. 7) All sheets to be 8 -1/2 x 11 (minimum) or individually folded to achieve same dimension when larger sheets required.. 3. Identification of Pertinent Information a. Provide Bill of Materials to indicate (at minimum) series, model number, and r, manufacturer. b. On catalog cut sheets: 1) Identify series and complete model number proposed. 2) Identify information pertinent to proposed model and conformance to ~ specifications by arrow, underline, circular enclosure. �O Y y i 3) Minimize non - specific information that does not indicate conformancs e or cr9ss out non - pertinent information. c. On performance data/curves etc. clearly identify pertinent information toe erossrbLt non - pertinent) data. j:= n3 d. On all documentation provided, illustrate exceptions to the contract documents.' 4. Legible Quality a. Font size no less than 10; minimum character height no less than 1/16 ". b. No faxes accepted. c. No copies of catalog cuts accepted where information is skewed off page or non - linear. d. Basic information to be all type - written; only identification of pertinent information may be hand written. 3.04 SUBMITTALS FOR INFORMATION A. When the following are specified in individual sections, submit them for information: 1. Design data. 2. Certificates. 3. Test reports. 4. Inspection reports. 5. Manufacturer's instructions. 6. Manufacturer's field reports. 7. Other types indicated. ADMINISTRATIVE REQUIREMENTS 01300-3 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J0l Iowa Ciy, Iowa B. Submit for Engineer's knowledge as contract administrator or for Owner. No action will betaken. 3.05 SUBMITTALS FOR PROJECT CLOSEOUT A. When the following are specified in individual sections, submit them at project closeout: 1. Project record documents. 2. Operation and maintenance data. 3. Warranties. 4. Bonds. 5. Other types as indicated. B. Submit for Owner's benefit during and after project completion. 3.06 NUMBER OF COPIES OF SUBMITTALS A. Documents for Review: 1. Submit the number of copies which the Contractor requires, plus three copies which will be retained by the Engineer. B. Documents for Information: Submit two copies. C. Documents for Project Closeout: Make one reproduction of submittal originally reviewed. Submit one extra of submittals for information. D. Samples: Submit the number specified in individual specification sections; one of which will be retained by Engineer. 1. After review, produce duplicates. 2. Retained samples will not be returned to Contractor unless specifically so stated. 3.07 SUBMITTAL PROCEDURES A. Transmit each submittal with Contractor's standard submittal form. B. Submittal number shall be in reference to Engineer's specification section. If there are multiple (submittals to a singular specification section add a hyphen followed by a number. Re- submittals to have original numberwith an alphabetic suffix. 1. Examples: a. ':Two submittals (from same specification section) for Project Review: 16425 -1 & 16425 -2; second submittal (after initial review was rejected): 16425 -2 -A. C. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail A- number Lsj, and specification Section number, as appropriate. D. eTply Contractor's standard certification stamp, signed or initialed certifying that review, approval, verification of Products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with the requirements of the Work and Contract Documents. Submittals without this certification will be returned without review. E. Schedule submittals to expedite the Project, and deliver. Coordinate submission of related items. F. Coordinate submittals with other submittals, related activities, sequential activities and overall performance of the Work. G. For each submittal for review, allow 15 days excluding delivery time to and from the Contractor. H. Identify variations from Contract Documents and Product or system limitations that may be detrimental to successful performance of the completed Work. I. Provide space for Contractor and Engineer review stamps. J. Revise and submit submittals as required, identify all changes made since previous submittal. ADMINISTRATIVE REQUIREMENTS 01300-4 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa K. When revised for resubmission, identify all changes made since previous submission. L. Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report any inability to comply with provisions. M. Clearly identify on the transmittal sheet if the submittal represents "Or Equal" items or substitute items. If the submittal is a substitute, the substitution must result in a decrease in overall cost or result in saving construction time. N. Contractor to investigate and evaluate for items with long lead times or critical path to execution of the contract, and to coordinate at least these items' submittal groupings with the Engineer. The Engineer accepts no burden for project delays where additional submittal cycles are required to ascertain conformance and intent to the contract documents. O. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, give written notice thereof at least 7 calendar days prior to release for manufacture. P. When the shop drawings have been completed to the satisfaction of the Engineer, carry out the construction in accordance therewith and make no further changes therein except upon written Instructions from the Engineer. 3.08 ENGINEER'S REVIEW RESPONSIBILITIES, PROCEDURES AND DEFINITIONS A. General 1. Review of shop drawings, data, and samples will be for general conformance with the design concept and Contract Documents. They shall not be construed: a. As permitting any departure from the Contract requirements; b. As relieving the Contractor of responsibility for any errors, including details, dimensions, and materials; c. As approving departures from details furnished by the Engineer, except as otherwise provided herein; d. As approving substitutions to specified products or manufacturers. 2. The Engineer does not review for verification of quantities, weights, dimensions, or means and methods. 3. Partial review status will not be given to a submittal. Entire submittal shall e eithd -�� acceptable or the entire submittal must be resubmitted with corrections as clarified 6y? status definitions below. 4. Submittals will be reviewed in order received unless Contractor requests a revised order of review, in writing. All submittals shall be submitted sufficiently in advance of construction requirements to provide no less than 21 calendar days for review from the time the - Engineer receives them. No less than 30 calendar days will be required for major equipment that requires review by more than one engineering discipline. B. All submittals that have been reviewed by Engineer will have Engineer's Review Stamp affixed, initialed and dated, indicating Engineer's review action. No submittals shall be used for construction unless they bear the initialed Engineer's Review Stamp. Possible review actions by Engineer are: 1. REVIEWED. Engineer's review did not detect deviations from conformance and intent of the Contract Documents. 2. REVIEWED AS NOTED. Engineer's review did not detect major deviations from conformance and intent of the contract documents; minor discrepancies and /or deficiencies are noted. Corrected copies are not required; however, the item(s) to be furnished are to be furnished in accordance with the Engineer's comments. If the Contractor elects to take exception to any comments, then corrected copies (with supplemental explanatory data) are to be re- submitted to the Engineer similar to a Revise and Resubmit status process. i� J ADMINISTRATIVE REQUIREMENTS 01300-5 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa 3. REVISE AND RESUBMIT. Engineer's review found major discrepancies and /or deficiencies, and corrected submittals (in their entirety) are required to determine conformance and intent to the contract documents. 4. REJECTED. Engineer's review concluded that the item(s) submitted do not meet the requirements of the "Or Equal" allowance, or a "Substitution" has been provided without proper approval process. An additional submittal cycle is required containing suitable items to determine conformance and intent of the contract documents. 5. HOLD. Submittal may be put on "hold" allowing the Contractor an opportunity to provide supplemental data (same number of copies required) to demonstrate conformance and thus avoid a re- submittal. The Engineer will allow 14 calendar days for receipt of corrected /additional data response, after notification to Contractor. This delay does not impact the Engineers allowance of days to review submitted documents. If no acceptable receipt of response is received within the allowed time, the submittals will be returned as a "Revise and Resubmit" or "Rejected" status, as determined by the Engineer. a, Notification of "hold" status shall be initiated (and recorded) by a transmittal letter (to the general contractor) which includes the "hold" status denoted and a copy of the contractors original transmittal attached. 6. REVIEW NOT REQUIRED BY CONTRACT --The Engineers review found that the information submitted is not necessary to evaluate conformance and intent with contract documents. 3.09 RE- SUBMITTALS A. Re- submittals will be handled in the same manner as first submittals. On re- submittals, direct specific attention, in writing on the transmittal letter and on re- submitted shop drawings by use of revision triangles or other similar methods, to revisions other than the corrections requested by the Engineer, on previous submissions. Any such revisions which are not clearly identified shall be made at the risk of the Contractor. Make corrections to any work done because of this type revision that is not in accordance to the Contract Documents as may be required by the Engineer. B. Engineer will review all initial information for each submittal. Contractor shall reimburse Owner for the Engineers charges for review of additional re- submittals. Contractor will be charged for .(review of all re- submittals over 20% of the initial submittals. 1, .EXAMPLE: If the Contractor has a total of 50 initial submittals, there will be no charge for L _ reviewing a combined total of 60 submittals and re- submittals. There will be a charge to �! -- review all submittals and re- submittals in excess of 60. C. fffie need for more than one re- submittal or any other delay in obtaining Engineers review of :submittals, will not entitle Contractor to extension of the contract time unless delay of the Work 1.1!_ :isthedirect result of a change in the Work authorized by a Change Order or failure of Engineer �e reviek -and return any submittal to Contractor within the specified review period. D. W'n assigned review status of REVISE AND RESUBMIT or REJECTED requires the original full number of submittals to be resubmitted free of the Engineers previous correction marks and review status stamp. The Engineer reserves the right to retain the same number of copies for each review cycle. END OF SECTION ADMINISTRATIVE REQUIREMENTS 01300-6 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J0l Iowa City, Iowa SECTION 01310 PROGRESS AND SCHEDULES PART 1- GENERAL 1.01 SUMMARY A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing_ inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS A. The Contractor shall submit prior to the Pre- Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two week intervals throughout the project. PART2- PRODUCTS None. N a PART 3 - EXECUTION C 3.01 MEETINGS PRIOR TO CONSTRUCTIONi? A. A Pre - Construction meeting will be held prior to beginning work. . ri o1 n N 3.02 PROGRESS OF WORK c� A. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. B. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. C. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. 3.03 COORDINATION WITH UTILITIES A. Utility conflicts may occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in any relocation to keep the project on schedule. PROGRESS AND SCHEDULES 01310-1 Howard R. Green Company Project No. 529190J0l 3.04 PRELIMINARY SCHEDULE Peninsula Flood Mitigation Improvements Iowa City, Iowa A. Prepare preliminary schedule in the form of a horizontal bar chart. 3.05 CONTENT A. Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. B. Identify each item by specification section number. C. Identify work of separate stages and other logically grouped activities. D. Provide sub - schedules to define critical portions of the entire schedule. E. Include conferences and meetings in schedule. F. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month. G. Coordinate content with Schedule of Prices specified in the Proposal. H. Provide legend for symbols and abbreviations used. 3.06 BAR CHARTS A. Include a separate bar for each major portion of Work or operation. B. (7 .6ntify the first workday of each week. iv R REVIEW AND EVALUATION OF SCHEDULE ci. _1A. Rrticipate in joint review and evaluation of schedule with Resident Project Representative at each submittal. B. Evaluate project status to determine work behind schedule and work ahead of schedule. N C. After review, revise as necessary as result of review, and resubmit within 10 days. 3.08 UPDATING SCHEDULE A. Maintain schedules to record actual start and finish dates of completed activities. B. Indicate progress of each activity to date of revision, with projected completion date of each activity. C. Update diagrams to graphically depict current status of Work. D. Identify activities modified since previous submittal, major changes in Work, and other identifiable changes. E. Indicate changes required to maintain Date of Substantial Completion. F. Submit reports required to support recommended changes. PROGRESS AND SCHEDULES 01310-2 Howard R. Green Company Project No. 529190J0l 3.09 DISTRIBUTION OF SCHEDULE Peninsula Flood Mitigation Improvements Iowa City, Iowa A. Distribute copies of updated schedules to Contractor's project site file, to Subcontractors, suppliers, Engineer, Resident Project Representative, Owner, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections shown in schedules. END OF SECTION PROGRESS AND SCHEDULES 01310-3 N G� C. J LD PROGRESS AND SCHEDULES 01310-3 Howard R. Green Company Project No. 529190J0l SECTION 01400 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa QUALITY REQUIREMENTS PART1 GENERAL 1.01 SECTION INCLUDES A. References and Standards. B. Field Samples. C. Control of Installation. D. Tolerances. E. Testing Services. F. Manufacturers' Field Services. 1.02 RELATED REQUIREMENTS A. Section 01300 - Administrative Requirements: Submittal procedures. 1.03 REFERENCES AND STANDARDS A. For products and workmanship specified by reference to a document or documents not included in the Project Manual, also referred to as reference standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard by date of issue current on date for receiving bids or date of Owner- Contractor Agreement when there are no bids. C. Obtain copies of standards where required by product specification sections. D. Maintain copy at project site during submittals, planning, and progress of the specific work, until Substantial Completion. E. Should specified reference standards conflict with Contract Documents, request clarification from Architect before proceeding. F. Neither the contractual relationships, duties, or responsibilities of the parties in Contract nor those of Architect shall be altered from the Contract Documents by mention or inference otherwise in any reference document. 1.04 FIELD SAMPLES A. Install field samples at the site as required by individual specifications Sections for review. B. Acceptable samples represent a quality level for the Work. C. Where field sample is specified in individual Sections to be removed, clear area after field sample has been accepted by Engineer. 1.05 TESTING SERVICES A. Contractor shall employ and pay for services of an independent testing agency to perform tests and other testing and inspection specified in individual specification sections and as required by the Engineer. QUALITY REQUIREMENTS 01400-1 0 C")^C • N A. For products and workmanship specified by reference to a document or documents not included in the Project Manual, also referred to as reference standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard by date of issue current on date for receiving bids or date of Owner- Contractor Agreement when there are no bids. C. Obtain copies of standards where required by product specification sections. D. Maintain copy at project site during submittals, planning, and progress of the specific work, until Substantial Completion. E. Should specified reference standards conflict with Contract Documents, request clarification from Architect before proceeding. F. Neither the contractual relationships, duties, or responsibilities of the parties in Contract nor those of Architect shall be altered from the Contract Documents by mention or inference otherwise in any reference document. 1.04 FIELD SAMPLES A. Install field samples at the site as required by individual specifications Sections for review. B. Acceptable samples represent a quality level for the Work. C. Where field sample is specified in individual Sections to be removed, clear area after field sample has been accepted by Engineer. 1.05 TESTING SERVICES A. Contractor shall employ and pay for services of an independent testing agency to perform tests and other testing and inspection specified in individual specification sections and as required by the Engineer. QUALITY REQUIREMENTS 01400-1 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa B. Owner may choose to have Engineer perform certain inspection and testing activities in addition to those specified as required by the Contractor. Payment for initial Owner/Engineer inspection and testing will be by Owner. Payment for Owner /Engineer retesting required because of non- conformance to specified requirements will be charged to the Contractor by deducting inspection and testing charges from the Contract Sum. C. Employment of agency in no way relieves Contractor of obligation to perform Work in accordance with requirements of Contract Documents. 7el:i�'��:ti]011Li1b��f�l�Igy�7 211:4WAW11*01111101 i!I Rill 11K0101 YIZ01 W912Ik, 63IF_1I A_1 iPPI A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Engineer before proceeding. D. Comply with specified standards as minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Have Work performed by persons qualified to produce required and specified quality. F. Verify that field measurements are as indicated on shop drawings or as instructed by the manufacturer. Q-) G. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, and disfigurement. 3102- _'TOLERANCES M ( -i Mcnitdi;46brication and installation tolerance control of products to produce acceptable Work. not? ffnit tolerances to accumulate. i L)" B. Oomply it manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract q�cuments, request clarification from Engineer before proceeding. C. Adjust products to appropriate dimensions; position before securing products in place. R?�iIiil��il�C�7_1�17I� F�7xr1�fi7�l A. See individual specification sections for testing required. B. Testing Agency Duties: 1. Provide qualified personnel at site. Cooperate with Architect and Contractor in performance of services. 2. Perform inspections, sampling, testing, and other services specified in individual specification sections and as required by the Engineer. 3. Ascertain compliance of materials and mixes with requirements of Contract Documents. 4. Promptly notify Engineer and Contractor of observed irregularities or non- conformance of Work or products. 5. Perform additional tests and inspections required by Engineer. QUALITY REQUIREMENTS 01400-2 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa Ciy, Iowa 6. Submit reports of all tests /inspections specified to Engineer, in duplicate, indicating observations and results of tests and indicating compliance or non - compliance with Contract Documents. C. Limits on Testing /Inspection Agency Authority: 1. Agency may not release, revoke, alter, or enlarge on requirements of Contract Documents. 2. Agency may not approve or accept any portion of the Work. 3. Agency may not assume any duties of Contractor. 4. Agency has no authority to stop the Work. D. Contractor Responsibilities: 1. Deliver to agency at designated location, adequate samples of materials proposed to be used which require testing, along with proposed mix designs, equipment, tools, storage, and assistance as requested. 2. Cooperate with laboratory personnel, and provide access to the Work and to manufacturers' facilities. ^� L'7 3. Provide incidental labor and facilities: a. To provide access to Work to be tested /inspected. 7 b. To obtain and handle samples at the site or at source of Products t* &_Jb ! tested/inspected. c. To facilitate tests /inspections. d. To provide storage and curing of test samples. 4. Notify Engineer and laboratory 24 hours prior to expected time for operations requiring testing /inspection services. 5. Make arrangements with testing agency and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. 6. Arrange with Owner's agency and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. E. Re- testing required because of non - conformance to specified requirements shall be performed by the same agency on instructions by Engineer. Payment for re- testing shall be made by the Contractor. 3.04 MANUFACTURERS' FIELD SERVICES A. When specified in individual specification sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, test, adjust and balance of equipment as applicable, and to initiate instructions when necessary. B. Report observations and site decisions or instructions given by Manufacturer's Service Representatives to applicators or installers that are supplemental or contrary to manufacturers' written instructions. C. Submit report in duplicate within 30 days of observation to Engineer for review. D. Contractor shall provide qualified Service Representative(s), as necessary to: 1. Instruct the Contractor's personnel in the installation, startup, and testing of equipment. 2. Inspect equipment after it is installed to assure that all details of installation are correct and that equipment is prepared for operation in accordance with manufacturer's instructions and recommendations. 3. Check connections to equipment and adjust, or supervise adjustment of, control and indicating devices after equipment has been installed and connected. 4. Fully instruct Owner's operating personnel in operation and maintenance of equipment. 5. Provide Engineer with duplicate copies of final alignment and clearance measurements on all rotating or reciprocating equipment. Measurements shall clearly identify each piece of QUALITY REQUIREMENTS 01400-3 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa Ciy, Iowa equipment. 6. Supervise preliminary operation of equipment and necessary adjustments. E. Presence of Service Representative will in no way relieve Contractor of any responsibility assumed under Agreement. F. Work and abilities of Service Representative shall be subject to review of Engineer. If Engineer determines that any Service Representative is not properly qualified, Contractor shall replace Service Representative upon written notification by Engineer. G. Contractor shall provide continuity in assignment of Service Representative to Work. In event substitution of Service Representative is made which is not at request of Engineer, substitute's time for "familiarization" shall be at Contractor's expense. QUALITY REQUIREMENTS 01400-4 c-� 0 N QUALITY REQUIREMENTS 01400-4 Howard R. Green Company Project No. 529190J01 Owner: Eqpt. Tag Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa MANUFACTURER'S CERTIFICATE OF PROPER INSTALLATION Eqpt. Serial Eqpt. /System: Project No.: Spec. Section: I hereby certify that the above- referenced equipment/system has been: (Check Applicable) Installed in accordance with Manufacturer's recommendations. Inspected, checked, and adjusted. o� s --� Serviced with proper initial lubricants. C) Electrical and mechanical connections meet quality and safety standards All applicable safety equipment has been properly installed. System has been performance tested, and meets or exceeds specified performance requirements. (When complete system of one manufacturer). Comments: I, the undersigned Manufacturer's Representative, hereby certify that I am (t) a duly authorized representative of the manufacturer, (ii) empowered by the manufacturer to inspect, approve, and operate his equipment and (iii) authorized to make recommendations required to assure that the equipment furnished by the manufacturer is complete and operational, except as maybe otherwise indicated herein. I further certify that all information contained herein is true and accurate. Manufacturer: By Manufacturer's Authorized Representative: (Authorized Signature) END OF SECTION QUALITY REQUIREMENTS 01400-5 Howard R. Green Company Project No. 529190J01 SECTION 01500 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa TEMPORARY FACILITIES AND CONTROLS PART1 GENERAL 1.01 SECTION INCLUDES A. Temporary Utilities. B. Temporary telephone Service. C. Temporary Water Service. D. Temporary Sanitary Facilities. E. Water Control. F. Protection of Installed Work. G. Security Requirements. H. Vehicular Access and Parking. I. Field Offices. 1.02 TEMPORARY UTILITIES A. Contractor shall provide and pay for all electrical power required for construction purposes. B. Use trigger- operated nozzles for water hoses, to avoid waste of water. 1.03 TEMPORARY HEAT A. Contractor shall provide and pay for heat devices and heat as required to maintain specified conditions for construction operations. 1.04 TEMPORARY TELEPHONE SERVICE A. Provide, maintain, and pay for telephone service to field office at time of project mobilization. B. Provide, maintain, and pay for mobile phone service for the field superintendent or other Contractor field representative. C. A cellular phone shall be acceptable as temporary phone service. Provide phone number to Engineer and Owner. 1.05 TEMPORARY WATER SERVICE A. Make suitable arrangements for temporary water service if water is needed for construction or testing. There will be no cost to the Contractor for water used. 1.06 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures for Contractor's workers, Engineer's personnel, Owner's personnel and testing firm personnel working at project site. Provide at time of project mobilization. B. Portable toilets shall be acceptable. Comply with all applicable codes and regulations. Arrange for regular cleaning and /or replacement of portable toilets. C. Maintain daily in clean and sanitary condition.. TEMPORARY FACILITIES AND CONTROLS 01500-1 r�> u� A. Contractor shall provide and pay for all electrical power required for construction purposes. B. Use trigger- operated nozzles for water hoses, to avoid waste of water. 1.03 TEMPORARY HEAT A. Contractor shall provide and pay for heat devices and heat as required to maintain specified conditions for construction operations. 1.04 TEMPORARY TELEPHONE SERVICE A. Provide, maintain, and pay for telephone service to field office at time of project mobilization. B. Provide, maintain, and pay for mobile phone service for the field superintendent or other Contractor field representative. C. A cellular phone shall be acceptable as temporary phone service. Provide phone number to Engineer and Owner. 1.05 TEMPORARY WATER SERVICE A. Make suitable arrangements for temporary water service if water is needed for construction or testing. There will be no cost to the Contractor for water used. 1.06 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures for Contractor's workers, Engineer's personnel, Owner's personnel and testing firm personnel working at project site. Provide at time of project mobilization. B. Portable toilets shall be acceptable. Comply with all applicable codes and regulations. Arrange for regular cleaning and /or replacement of portable toilets. C. Maintain daily in clean and sanitary condition.. TEMPORARY FACILITIES AND CONTROLS 01500-1 Howard R. Green Company Project No. 529190J0l 1.07 WATER CONTROL Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa A. Conform to the regulations and requirements of legally authorized surface water management agencies. B. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. C. Keep trenches and other areas free from water as required to permit continuous progress of work, to prevent damage to Contractor's work, and to work of others. Refer to Section 02240 for dewatering. D. Conduct operations in such a manner to prevent sediment from reaching existing sewers and storm drains. E. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. F. Cover exposed excavated areas and spoil piles when runoff from rain is likely to cause turbidity to enter local waterways. Suspend work in the rain if such work cannot be performed without causing turbid runoff. G. Prevent solids or turbid runoff from entering local waterways. Cover, secure and /or berm excavated area and spoil piles. H. Where necessary, divert stream through closed pipe system to minimize downstream erosion, sedimentation, and turbidity during construction. 1.06 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification Sections. B. .Provide temporary and removable protection for installed Products. Control activity in immediate Work area:to prevent damage. k— C. _Prohibit!frpffic from landscaped areas. $ SECURITY'— A. ¢ A. Frovid8rskurity and facilities to protect Work, existing facilities, and Owner's operations from a una ot"_,red entry, vandalism, or theft. B. ToordirA?e with Owner's security program. N 1.10 VEHICULAR ACCESS AND PARKING A. Comply with regulations relating to use of streets and sidewalks, access to emergency facilities, and access for emergency vehicles. B. Maintain existing roads. C. Coordinate access and haul routes with governing authorities and Owner. D. Construct and maintain temporary roads accessing public thoroughfares to serve construction area. E. Extend and relocate as Work progress requires. Provide detours necessary for unimpeded traffic flow. F. Provide and maintain access to fire hydrants, free of obstructions. G. Provide means of removing mud from vehicle wheels before entering streets. TEMPORARY FACILITIES AND CONTROLS 01500-2 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa H. Provide temporary parking areas to accommodate construction personnel. When site space is not adequate, provide additional off -site parking. 1.11 FIELD OFFICES A. Field Office: No field office structure is required solely for meeting with Owner and Engineer. Project meetings may be held at Water Plant. Provide field office space as needed for Contractor's operations and coordination with workers, subcontractors, and suppliers. B. Locate offices a minimum distance of 30 feet from existing and new structures. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION TEMPORARY FACILITIES AND CONTROLS 01500-3 N TEMPORARY FACILITIES AND CONTROLS 01500-3 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa City, Iowa SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART 1- GENERAL 1.01 SUMMARY A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on UniMm Traffic Control Devices for Streets and Highways," 1988 Edition, as revised. C. Traffic Control Notes on project plans. =5C) 1.03 SUBMITTALS �� y A. Submit a traffic control plan for all activities requiring traffic control not specifically addressed by the project plans. PART2- PRODUCTS 2.01 MATERIALS A. Traffic control devices may be new or used, but must meet the requirements of the ]DOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 - EXECUTION 3.01 TECHNIQUES A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. Division 25. Miscellaneous Construction. Section 2528. Traffic Control. TRAFFIC CONTROL AND CONSTRUCTION FACILITIES 01570-1 Howard R. Green Company Project No. 529190J0l 3.02 NO PARKING SIGNS Peninsula Flood Mitigation Improvements Iowa City, Iowa A. The City will furnish "NO PARKING' signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non -work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. END OF SECTION TRAFFIC CONTROL AND CONSTRUCTION FACILITIES 01570-2 M C, J UJ a U ®� �- U L) o C, G N TRAFFIC CONTROL AND CONSTRUCTION FACILITIES 01570-2 Howard R. Green Company Project No. 529190J0l �Lzlo I Is] 011141 oil] Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa PRODUCT REQUIREMENTS PART1 GENERAL 1.01 SECTION INCLUDES A. Submittals. B. Warranty. C. General Product Requirements. D. Re -use of Existing Products. E. Transportation, Handling, Storage and Protection. Product Option Requirements. G. Substitution Limitations and Procedures. H. Procedures for Owner - Supplied Products. Spare Parts and Maintenance Materials. 1.02 SUBMITTALS A. Proposed Products List: Submit list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. 1. Submit within 15 days after date of Agreement. 2. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. B. Product Data Submittals: Submit manufacturers standard published data. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project. 1. After review, distribute in accordance with Article on Procedure above and for Record Documents described in Section 01780. C. Shop Drawing Submittals: Prepared specifically for this Project; indicate utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. D. Sample Submittals: Illustrate functional and aesthetic characteristics of the product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. 1. For selection from standard finishes, submit samples of the full range of the manufacturer's standard colors, textures, and patterns. fllrkl4'G1:7[7a1� Y�1 A. All Products as defined below shall be provided with manufacturer's full warranty against defects in materials and workmanship for five years after date of final acceptance by the Owner, including all parts, labor, and expenses, unless otherwise required in individual specification Sections. This manufacturer's warranty shall be in addition to the Contractor's guarantee secured by the Performance and Payment Bond - Section PB. PART2 PRODUCTS 2.01 PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, PRODUCT REQUIREMENTS 01600-1 P n U C-) !y rn zo a A. Proposed Products List: Submit list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. 1. Submit within 15 days after date of Agreement. 2. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. B. Product Data Submittals: Submit manufacturers standard published data. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project. 1. After review, distribute in accordance with Article on Procedure above and for Record Documents described in Section 01780. C. Shop Drawing Submittals: Prepared specifically for this Project; indicate utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. D. Sample Submittals: Illustrate functional and aesthetic characteristics of the product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. 1. For selection from standard finishes, submit samples of the full range of the manufacturer's standard colors, textures, and patterns. fllrkl4'G1:7[7a1� Y�1 A. All Products as defined below shall be provided with manufacturer's full warranty against defects in materials and workmanship for five years after date of final acceptance by the Owner, including all parts, labor, and expenses, unless otherwise required in individual specification Sections. This manufacturer's warranty shall be in addition to the Contractor's guarantee secured by the Performance and Payment Bond - Section PB. PART2 PRODUCTS 2.01 PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, PRODUCT REQUIREMENTS 01600-1 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa Ciy, Iowa conveying and erection of the Work. Products may also include existing materials or components required for reuse. B. Do not use materials and equipment removed from existing premises unless specifically required or permitted by the Contract Documents. C. Existing materials and equipment indicated to be removed, but not to be re -used, relocated, reinstalled, delivered to the Owner, or otherwise indicated as to remain the property of the Owner, become the property of the Contractor; remove from site. D. Reused Products: Reused products include materials and equipment previously used in this or other construction, salvaged and refurbished as specified. �4(1 k' IA'd1;JZ#T71I@10, A. Provide new products unless specifically required or permitted by the Contract Documents. 2.03 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Use any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Use a product of one of the manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 2.04 MAINTENANCE MATERIALS A. Furnish extra materials, spare parts, tools, and software of types and in quantities specified in individual specification sections. B.O7Deliver fo Project site; obtain receipt prior to final payment. t•tPART 3,, EXECUTION 1 SUBSTITUTION PROCEDURES A. -- Instructions to Bidders specify time restrictions for submitting requests for substitutions during p= the�bjdding period. Comply with requirements specified in this section. B. °SubstiQons may be considered when a product becomes unavailable through no fault of the °Contractor. C. Document each request with complete data substantiating compliance of proposed substitution with Contract Documents. D. A request for substitution constitutes a representation that the submitter: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the substitution as for the specified product. 3. Will coordinate installation and make changes to other Work that may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension that may subsequently become apparent. 5. Will reimburse Owner for review or redesign services associated with re- approval by authorities. E. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. PRODUCT REQUIREMENTS 01600-2 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa F. Substitution Submittal Procedure: 1. Submit three copies of request for substitution for consideration. Limit each request to one proposed substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. Burden of proof is on proposer. 3. The Engineer will notify Contractor in writing of decision to accept or reject request. 3.02 OWNER- SUPPLIED PRODUCTS A. Owner's Responsibilities: 1. Arrange for and deliver Owner reviewed shop drawings, product data, and samples, to Contractor. 2. Arrange and pay for product delivery to site. 3. On delivery, inspect products jointly with Contractor. 4. Submit claims for transportation damage and replace damaged, defective, or deficiesat items. 5. Arrange for manufacturers' warranties, inspections, and service. o C) B. Contractor's Responsibilities:n 1. Review Owner reviewed shop drawings, product data, and samples. J> _—! �_ m 2. Receive and unload products at site; inspect for completeness or damage -�Loiptjy wit; Y Owner. _ 3. Handle, store, install and finish products. _. 4. Repair or replace items damaged after receipt. - 3.03 TRANSPORTATION AND HANDLING r.� A. Coordinate schedule of product delivery to designated prepared areas in order to minimize site storage time and potential damage to stored materials. B. Transport and handle products in accordance with manufacturer's instructions. C. Transport materials in covered trucks to prevent contamination of product and littering of surrounding areas. D. Promptly inspect shipments to ensure that products comply with requirements, quantities are correct, and products are undamaged. E. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. F. Arrange for the return of packing materials, such as wood pallets, where economically feasible. 3.04 STORAGE AND PROTECTION A. Designate receiving /storage areas for incoming products so that they are delivered according to installation schedule and placed convenient to work area in order to minimize waste due to excessive materials handling and misapplication. B. Store and protect products in accordance with manufacturers' instructions. C. Store with seals and labels intact and legible. D. Store sensitive products in weather tight, climate controlled, enclosures in an environment favorable to product. E. For exterior storage of fabricated products, place on sloped supports above ground. F. Provide off -site storage and protection when site does not permit on -site storage or protection. G. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to prevent condensation and degradation of products. PRODUCT REQUIREMENTS 01600-3 Howard R. Green Company Project No. 529190J0l Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa H. Store loose granular materials on solid flat surfaces in a well- drained area. Prevent mixing with foreign matter. I. Prevent contact with material that may cause corrosion, discoloration, or staining. J. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. K. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. END OF SECTION PRODUCT REQUIREMENTS 01600-4 rn U F- `- U C.3 .-..- o O_ 0 N PRODUCT REQUIREMENTS 01600-4 Howard R. Green Company Project No. 529190J01 SECTION 01700 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa EXECUTION REQUIREMENTS PART1 GENERAL 1.01 SECTION INCLUDES A. Submittals. B. Coordination. C. Examination, Preparation, and General Installation Procedures. D. Requirements for alterations work, including selective demolition. E. Cutting and Patching. F. Alterations. 0 G. Laying Out the Work. o H. General Installation Requirements. I. Progress Cleaning. n -f J. Starting Systems. :fir. I , I K. Demonstration and Instruction. L. Closeout Procedures. 1.02 SUBMITTALS A. See Section 01300 -Administrative Requirements, for submittal procedures. 1.03 PROJECT CONDITIONS A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. C. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. D. Dust Control: Execute work by methods to minimize raising dust from construction operations. Provide positive means to prevent air -borne dust from dispersing into atmosphere and over adjacent property. 1. Minimize dust nuisance by cleaning, sweeping, vacuum sweeping, sprinkling with water, or other means. The use of water in amounts that result in mud on public streets or roads is not an acceptable substitute for sweeping. Equipment for this operation shall be available at all times. E. Erosion and Sediment Control: Plan and execute work by methods to control surface drainage from cuts and fills, from borrow and waste disposal areas. Prevent erosion and sedimentation. 1. Minimize amount of bare soil exposed at one time. 2. Provide temporary measures such as silt fences, filter fabric, sedimentation ponds, placement berms, dikes, and drains, to prevent water flow. 3. Construct fill and waste areas by selective placement to avoid erosive surface silts or clays. 4. Periodically inspect earthwork to detect evidence of erosion and sedimentation; promptly apply corrective measures. EXECUTION REQUIREMENTS 01700- 1 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa F. Noise Control: Provide methods, means, and facilities to minimize noise produced by construction operations. 1. Restrict construction involving noisy operations, including starting and warming up of equipment, to the hours between 7:00 a.m. and 8:00 p.m. on weekdays. The exception to this requirement includes the need to operate equipment for temporary wastewater pumping. 2. Each internal combustion engine, used for any purpose on the job or related to the job, shall be enclosed and be equipped with a muffler of a type recommended by the manufacturer. No internal combustion engine shall be operated on the project without muffler and enclosure. G. Pest and Rodent Control: Provide methods, means, and facilities to prevent pests and insects from damaging the work. H. Rodent Control: Provide methods, means, and facilities to prevent rodents from accessing or invading premises. Pollution Control: Provide methods, means, and facilities to prevent contamination of soil, water, and atmosphere from discharge of noxious, toxic substances, and pollutants produced by construction operations. Comply with federal, state, and local regulations. 1. Discharge of smoke, dust, and other contaminates into the atmosphere that violate applicable Federal, State and local regulations is not allowed. Internal combustion engines shall not be allowed to idle for prolonged periods of time. The Contractor shall maintain construction vehicles and equipment in good repair. Exhaust emissions that are determined to be excessive by the Engineer shall be repaired or replaced. 1.04 COORDINATION A. Coordinate scheduling, submittals, and work of the various sections of the Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements, kith provisions for accommodating items installed later. r3 B. ,Notify affected utility companies and comply with their requirements. C. Verify that utility requirements and characteristics of new operating equipment are compatible `with building utilities. Coordinate work of various sections having interdependent responsibilities r cfor installing, connecting to, and placing in service, such equipment. D. Coordinate space requirements, supports, and installation of mechanical and electrical work that are dicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, -as closely as practicable; place runs parallel with lines of building. Utilize spaces efficiently to mmaximize accessibility for other installations, for maintenance, and for repairs. E. Coordinate completion and clean -up of work of separate sections. PART2 PRODUCTS 2.01 PATCHING MATERIALS A. New Materials: As specified in product sections; match existing products and work for patching and extending work. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent work. Start of work means acceptance of existing conditions. B. Verify that existing substrate is capable of structural support or attachment of new work being applied or attached. EXECUTION REQUIREMENTS 01700-2 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J0l Iowa Ciy, Iowa C. Examine and verify specific conditions described in individual specification sections. D. Take field measurements before confirming product orders or beginning fabrication, to minimize waste due to over - ordering or misfabrication. E. Verify that utility services are available, of the correct characteristics, and in the correct locations. F. Prior to Cutting: Examine existing conditions prior to commencing work, including elements subject to damage or movement during cutting and patching. After uncovering existing work, assess conditions affecting performance of work. Beginning of cutting or patching means acceptance of existing conditions. 3.02 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner Obr to applying any new material or substance in contact or bond. o 0 3.03 LAYING OUT THE WORK n , n i n --r a A. Verify locations of survey control points prior to starting work. c7 B. Promptly notify Engineer of any discrepancies discovered. <r- _� C. Contractor shall locate and protect survey control and reference points. " - r -> a D. Control datum for survey is that established by Owner provided survey. r') E. Utilize recognized engineering survey practices. F. Establish elevations, lines and levels. Locate and lay out by instrumentation and similar appropriate means. 3.04 GENERAL INSTALLATION REQUIREMENTS A. Install products as specified in individual sections, in accordance with manufacturer's instructions and recommendations, and so as to avoid waste due to necessity for replacement. B. Install equipment and fittings plumb and level, neatly aligned with adjacent vertical and horizontal lines, unless otherwise indicated. C. Make consistent texture on surfaces, with seamless transitions, unless otherwise indicated. D. Materials: As specified in product Section; match existing products and work for patching and extending work. E. Close openings in exterior surfaces to protect existing work from weather and extremes of temperature and humidity. F. Remove, cut, and patch work in a manner to minimize damage and to provide a means of restoring products and finishes to original condition. G. Make neat transitions between different surfaces, maintaining texture and appearance. 3.05 ALTERATIONS A. Drawings showing existing construction and utilities are based on casual field observation and existing record documents only. 1. Verify that construction and utility arrangements are as shown. 2. Report discrepancies to Engineer before disturbing existing installation. EXECUTION REQUIREMENTS 01700-3 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa Ciy, Iowa 3. Beginning of alterations work constitutes acceptance of existing conditions. B. Maintain weatherproof exterior building enclosure except for interruptions required for replacement or modifications; take rare to prevent water and humidity damage. 1. Where openings in exterior enclosure exist, provide construction to make exterior enclosure weatherproof. C. Remove existing work as indicated and as required to accomplish new work. 1. Remove items indicated on drawings. 2. Relocate items indicated on drawings. 3. Where new surface finishes are to be applied to existing work, perform removals, patch, and prepare existing surfaces as required to receive new finish; remove existing finish if necessary for successful application of new finish. 4. Where new surface finishes are not specified or indicated, patch holes and damaged surfaces to match adjacent finished surfaces as closely as possible. D. Services (Including but not limited to HVAC, Plumbing, Fire Protection, Electrical, and Telecommunications,): Remove, relocate, and extend existing systems to accommodate new construction. 1. Maintain existing active systems that are to remain in operation; maintain access to equipment and operational components; if necessary, modify installation to allow access or provide access panel. 2. Where existing systems or equipment are not active and Contract Documents require reactivation, put back into operational condition; repair supply, distribution, and equipment as required. 3. Where existing active systems serve occupied facilities but are to be replaced with new services, maintain existing systems in service until new systems are complete and ready for service. c� .a. Disable existing systems only to make switchovers and connections; minimize �" " duration of outages. DJ " b. See Section 01100 for other limitations on outages and required notifications. c, : Provide temporary connections as required to maintain existing systems in service. —4. i`Verify that abandoned services serve only abandoned facilities. (� `5. , Remove abandoned pipe, ducts, conduits, and equipment, including those above accessible ceilings; remove back to source of supply where possible, otherwise cap stub and tag with identification; patch holes left by removal using materials specified for new construction. E. Protect existing work to remain. 1. Prevent movement of structure; provide shoring and bracing if necessary. 2. - Perform cutting to accomplish removals neatly and as specified for cutting new work. 3. Repair adjacent construction and finishes damaged during removal work. 4. Patch as specified for patching new work. F. Adapt existing work to fit new work: Make as neat and smooth transition as possible. G. When finished surfaces are cut so that a smooth transition with new work is not possible, terminate existing surface along a straight line at a natural line of division and make recommendation to Engineer. H. Where a change of plane of 1/4 inch or more occurs in existing work, submit recommendation for providing a smooth transition for Engineer review and request instructions. I. Patching: Where the existing surface is not indicated to be refinished, patch to match the surface finish that existed prior to cutting. Where the surface is indicated to be refinished, patch so that the substrate is ready for the new finish. EXECUTION REQUIREMENTS 01700-4 Howard R. Green Company Project No. 529190J0l J. Refinish existing surfaces as indicated: Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa K. Where rooms or spaces are indicated to be refinished, refinish all visible existing surfaces to remain to the specified condition for each material, with a neat transition to adjacent finishes. L. Patch or replace portions of existing surfaces which are damaged, lifted, discolored, or showing other imperfections. M. Finish surfaces as specified in individual product Sections. N. If mechanical or electrical work is exposed accidentally during the work, re -cover and refinish to match. Patch as specified for patching new work. O. Clean existing systems and equipment. P. Remove demolition debris and abandoned items from alterations areas and dispose of off -site; do not burn or bury. Q. Do not begin new construction in alterations areas before demolition is complete. R. Comply with all other applicable requirements of this section. 3.06 CUTTING AND PATCHING o .lam A. Whenever possible, execute the work by methods that avoid cutting or patching --A B. See Alterations article above for additional requirements. �n C. Perform whatever cutting and patching is necessary to: � rn 1. Complete the work. < 2. Fit products together to integrate with other work. 3. Provide openings for penetration of mechanical, electrical, and other services. 4. Match work that has been cut to adjacent work. 5. Repair areas adjacent to cuts to required condition. S. Repair new work damaged by subsequent work. 7. Remove samples of installed work for testing when requested. 8. Remove and replace defective and non - conforming work. 1 0 i VE V 11 ry -J D. Execute cutting, fitting, and patching, including excavation and fill, to complete Work, and to: 1. Fit the several parts together, to integrate with other Work. 2. Uncover Work to install or correct ill -timed Work. 3. Remove and replace defective and non- conforming Work. 4. Remove samples of installed Work for testing. 5. Provide openings in elements of Work for penetrations of mechanical and electrical Work. E. Execute work by methods that avoid damage to other work and that will provide appropriate surfaces to receive patching and finishing. F. Cut rigid materials using masonry saw or core drill. Pneumatic tools not allowed without prior approval. G. Restore work with new products in accordance with requirements of Contract Documents. H. Fit work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. I. Patching: 1. Finish patched surfaces to match finish that existed prior to patching. On continuous surfaces, refinish to nearest intersection or natural break. For an assembly, refinish entire unit. 2. Match color, texture, and appearance. EXECUTION REQUIREMENTS 01700-5 Howard R. Green Company Project No. 529190J0l Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa 3. Repair patched surfaces that are damaged, lifted, discolored, or showing other imperfections due to patching work. If defects are due to condition of substrate, repair substrate prior to repairing finish. J. Maintain integrity of wall, ceiling, or floor construction; completely seal voids. K. Refinish surfaces to match adjacent finish. For continuous surfaces, refinish to nearest intersection or natural break. For an assembly, refinish entire unit. L. Make neat transitions. Patch work to match adjacent work in texture and appearance. Where new work abuts or aligns with existing, perform a smooth and even transition. M. Identify any hazardous substance or condition exposed during the Work to the Engineer for decision or remedy. 3.07 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. C. After painting begins or permanent heating system is started, use vacuum cleaning in lieu of broom cleaning methods. D. Collect and remove waste materials, debris, and trash /rubbish from site periodically and properly dispose off -site; do not burn or bury. 3.08 PROTECTION OF INSTALLED WORK A. c- Protect installed work from damage by construction operations. f t B. "Provide special protection where specified in individual specification sections. C. Provide temporary and removable protection for installed products. Control activity in immediate q work area to prevent damage. e" D. >_PrQvide.protective coverings at walls, projections, jambs, sills, and soffits of openings. W E.c Pro feFt finished Floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of N heavyZbjects, by protecting with durable sheet materials. F. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. G. Prohibit traffic from landscaped areas. H. Remove protective coverings when no longer needed; reuse or recycle plastic coverings if possible. 3.09 SYSTEM STARTUP A. Coordinate schedule for start-up of various equipment and systems. B. Notify Engineer seven days prior to start -up of each item. C. Verify that each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, and for conditions that may cause damage. D. Verify tests, meter readings, and specified electrical characteristics agree with those required by the equipment or system manufacturer. E. Verify that wiring and support components for equipment are complete and tested. EXECUTION REQUIREMENTS 01700-6 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa F. Execute start-up under supervision of responsible manufacturer's representative in accordance with manufacturers' instructions. G. When specified in individual specification Sections, require manufacturer to provide authorized representative to be present at site to inspect, check, and approve equipment or system installation prior to start-up, and to supervise placing equipment or system in operation. H. Submit a written report in accordance with Section 01400 that equipment or system has been properly installed and is functioning correctly. I. Perform subsequent testing, adjusting, and balancing of equipment and systems as required to provide operation according to the manufacturer's recommendations and the Contract Documents. 3.10 DEMONSTRATION AND INSTRUCTION A. Demonstrate operation and maintenance of products to Owner's personnel prior to date of Substantial Completion. B. Demonstrate start-up, operation, control, adjustment, trouble- shooting, servicing, maintenance, and shutdown of each item of equipment at scheduled time, at designated location. C. Utilize operation and maintenance manuals as basis for instruction. Review contents-of manual with Owner's personnel in detail to explain all aspects of operation and mainance D. Prepare and insert additional data in operations and maintenance manuals v "eettfior 6 additional data becomes apparent during instruction. 3.11 ADJUSTING —IC :r - -'�'� A. Adjust operating products and equipment to ensure smooth and unhindered operation' 3.12 FINAL CLEANING N J A. Execute final cleaning prior to final project assessment. B. Use cleaning materials that are nonhazardous. C. Clean interior and exterior glass, surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, D. Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the surface and material being cleaned. E. Clean filters of operating equipment. F. Clean debris from roofs, gutters, downspouts, and drainage systems. G. Clean site; sweep paved areas, rake clean landscaped surfaces. H. Remove waste, surplus materials, trash /rubbish, and construction facilities from the site; dispose of in legal manner; do not burn or bury. 3.13 CLOSEOUT PROCEDURES A. Make submittals that are required by governing or other authorities. 1. Provide copies to Engineer. B. Notify Engineer when work is considered ready for Final Completion. C. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. EXECUTION REQUIREMENTS 01700-7 Howard R. Green Company Project No. 529190J0l Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa D. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. E. Submit Contractors Statement listing all the State in which the Project is located sales /use taxes, waivers of liens from all Subcontractors and suppliers, and other items required by the Contract Documents. END OF SECTION EXECUTION REQUIREMENTS 01700 -8 c=, d t_< o N EXECUTION REQUIREMENTS 01700 -8 Howard R. Green Company Project No. 529190J01 SECTION 01740 CLEANING I:7e1 iri we] 411 =I0.1ra f Rol t.9x011B7I IILI ENIke]0 *] Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa A. Cleaning during progress and at the completion of the Work as required by General Conditions. 1.02 DISPOSAL REQUIREMENTS A. Conduct cleaning and disposal operations to comply with codes, ordinances, regulations, and anti - pollution laws. 1.03 RESPONSIBILITIES AND COORDINATION BETWEEN PRIME CONTRACTORS A. Contractor is responsible for cleaning their own installed materials and equipment, both during and at the completion of construction. Each Contractor is responsible for removing and disposing waste, rubbish, and debris off the site in an approved landfill area. B. If Contractor fails to clean exposed surfaces and /or remove debris from site, the Owner may clean up and charge the cost to the Contractor responsible as the Owner deter�tjnes to be just. C. Contractor is responsible for final cleaning of floors, walks, and grounds. PART 2 PRODUCTS n u7 2.01 MATERIALS A. Use only those cleaning materials which will not create hazards to health or property and.\vhich will not damage surfaces. rV B. Use only those cleaning materials and methods recommended by manufacturer of the surface material to be cleaned. C. Use cleaning materials only on surfaces recommended by cleaning material manufacturer. PART 3 EXECUTION 3.01 DURING CONSTRUCTION A. Execute periodic cleaning to keep the work, the site, and adjacent properties free from accumulations of waste materials, rubbish and windblown debris, resulting from construction operations. B. Remove waste materials, debris, and rubbish from the site periodically and dispose of at legal disposal areas away from the site. C. After painting begins or permanent heating system is started, use vacuum cleaning in lieu of broom cleaning methods. 3.02 FINAL CLEANING A. In addition to the requirements for clean -up as specified in the General Conditions, the Contractor shall remove to the Owner's satisfaction, all asphalt or concrete spilled on or around the buildings. Dispose of all rubbish and debris from the site in an approved landfill area. B. Employ skilled workmen for final cleaning. C. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels, and other foreign materials from sight- exposed interior and exterior surfaces. D. Wash and shine glazing and mirrors. CLEANING 01740-1 Howard R. Green Company Project No. 529190J0l Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa E. Polish glossy surfaces to a clear shine. F. Broom clean exterior paved surfaces; rake clean other surfaces of the grounds. G. Prior to final completion, or Owner occupancy, the Contractor shall conduct an inspection of sight- exposed interior and exterior surfaces, and all work areas to verify that the entire work is clean. END OF SECTION CLEANING 01740-2 r> LIJ [L v o � o N CLEANING 01740-2 Howard R. Green Company Project No. 529190J01 SECTION 01780 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa CLOSEOUT SUBMITTALS PART1 GENERAL 1.01 SECTION INCLUDES A. Project Record Documents. B. Operation and Maintenance Data. , a C. Instruction of Owners Personnel. p � �. -.till D. Warranties and Bonds. X— 1.02 SUBMITTALS �C-) W A. Project Record Documents: Submit documents to Engineer with claim for final — Payment. for 6m9J Payment. B. Operation and Maintenance Data: ry 1. Submit two copies of preliminary draft or proposed formats and outlines of contents before start of Work. Engineer will review draft and return one copy with comments. 2. Submit three copies of approved data in final form prior to final inspection or acceptance. C. Warranties and Bonds: 1. For equipment or component parts of equipment put into service during construction with Owners permission, submit documents within 10 days after acceptance. 2. Make other submittals within 10 days after Date of Substantial Completion, prior to final Application for Payment. 3. For items of Work for which acceptance is delayed beyond Date of Substantial Completion, submit within 10 days after acceptance, listing the date of acceptance as the beginning of the warranty period. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 PROJECT RECORD DOCUMENTS A. Maintain on site one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. 6. Manufacturer's instruction for assembly, installation, and adjusting. B. Ensure entries are complete and accurate, enabling future reference by Owner. C. Store record documents separate from documents used for construction. D. Record information concurrent with construction progress. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured depths of foundations in relation to finish main floor datum. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. CLOSEOUT SUBMITTALS 01780-1 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa Ciy, Iowa 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 4. Field changes of dimension and detail. 5. Details not on original Contract drawings. Submit documents to Engineer prior to claim for final Application for Payment. 3.02 OPERATION AND MAINTENANCE DATA A. For Each Product or System: List names, addresses and telephone numbers of Subcontractors and suppliers, including local source of supplies and replacement parts. B. Product Data: Mark each sheet to clearly identify specific products and component parts, and data applicable to installation. Delete inapplicable information. C. Drawings: Supplement product data to illustrate relations of component parts of equipment and systems, to show control and flow diagrams. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. Do not use Project Record Documents as maintenance drawings. D. Typed Text: As required to supplement product data for particular installation. Organize in consistent format under separate headings for different procedures. Provide logical sequence of instructions for each procedure, incorporating manufacturer's instructions. E. Copy of each warranty, Bond, and service contract issued. Provide information sheet for Owner's personnel, giving proper procedures in event of failure and instances which might affect validity of warranties or Bonds. 3.03 INSTRUCTION OF OWNER'S PERSONNEL A. Prior to final inspection or acceptance, fully instruct Owners designated operating and maintenance personnel in operation, adjustment and maintenance of products, equipment and systems. B. Mpnual for equipment and systems shall constitute basis of instruction. Review contents of Mpnuatwith personnel in full detail to explain all aspects of operations and maintenance. 4' OPIffATJQN NAND MAINTENANCE DATA FOR EQUIPMENT AND SYSTEMS �A. &r Each Item of Equipment and Each System: -t Description of unit or system, and component parts. r4 Identify function, normal operating characteristics, and limiting conditions. o Include performance curves, with engineering data and tests. 2t Complete nomenclature and model number of replaceable parts. N B. Panelboard Circuit Directories: Provide electrical service characteristics, controls, and communications; typed. C. Operating Procedures: Include start -up, break -in, and routine normal operating instructions and sequences. Include regulation, control, stopping, shut -down, and emergency instructions. Include summer, winter, and any special operating instructions. D. Maintenance Requirements: Include routine procedures and guide for preventative maintenance and trouble shooting; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and checking instructions. E. Provide servicing and lubrication schedule, and list of lubricants required. F. Include manufacturers printed operation and maintenance instructions. G. Include sequence of operation by controls manufacturer. CLOSEOUT SUBMITTALS 01780-2 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa Ciy, Iowa H. Provide original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance. Include predicted life of parts subject to wear and list of items recommended to be stocked as spare parts. I. Provide control diagrams by controls manufacturer as installed. J. Provide Contractor's coordination drawings, with color coded piping diagrams as installed. K. Provide charts of valve tag numbers, with location and function of each valve, keyed to flow and control diagrams. L. Provide list of original manufacturer's spare parts, current prices, and recommended quantities to be maintained in storage. M. Content for each electrical and electronic system, as appropriate. 1. Description of system and component parts: a. Function, normal operating characteristics, and limiting conditions. b. Performance curves, engineering data, and tests. c. Complete nomenclature and commercial number of replacement parts ° 2. Circuit directories of panel boards: CD a. Electrical service. n nr b. Controls. c. Communications. �r kn 3. As- installed color coded wiring diagrams. _ _0 y� 4. Operating procedures: it E, a. Routine and normal operating instructions. b. Sequences required. ry c. Special operating instructions. 5. Maintenance procedures: a. Routine operations. b. Guide to "trouble- shooting ". c. Disassembly, repair, and assembly. d. Adjustment and checking. 6. Manufacturer's printed operating and maintenance instructions. 7. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage. N. Prepare and include additional data when need for such data becomes apparent during instruction of Owners personnel. O. Include test and balancing reports. P. Additional Requirements: As specified in individual product specification sections. 3.05 OPERATION AND MAINTENANCE MANUALS A. Prepare instructions and data by personnel: 1. Trained and experienced in maintenance and operation of described products. 2. Familiar with requirements of this section. 3. Skilled as technical writers to extent required to communicate essential data. 4. Skilled as draftsmen competent to prepare required drawings. B. Prepare data in the form of an instructional manual for use by Owner's personnel. C. Format: 8 -1/2 x 11 inch paper with 20 lb. minimum, white, for typed pages. D. Binders: Commercial quality, 8 -1/2 by 11 inch binders with durable and cleanable plastic covers; 3 inch maximum ring size. When multiple binders are used, correlate data into related consistent groupings. CLOSEOUT SUBMITTALS 01780-3 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa Ciy, Iowa 1. Label spine of binder with identity of general subject matter covered in manual. E. Cover: Identify each binder with typed or printed title OPERATION AND MAINTENANCE INSTRUCTIONS; identify: title of Project, identity of separate structure as applicable, and identity of general subject matter covered in manual. Provide tabbed dividers for each separate product and system, with typed description of product and major component parts of equipment. G. Text: Manufacturer's printed data, or typewritten data on 20 pound paper. H. Drawings: Provide with reinforced punched binder tab. Bind in with text; fold larger drawings to size of text pages. Contents: Neatly typewritten table of contents for each volume, arranged in systematic order with consecutive page numbers. 1. Contractor, name of responsible principal, address, and telephone number. 2. List of each product required to be included, indexed to content of volume. 3. List, with each product, name, address, and telephone number of: a. Subcontractor or installer. b. Maintenance contractor, as appropriate. c. Identify area of responsibility of each. d. Local source of supply for parts and replacement and list of recommended spare parts. 4. Identify each product by product name and other identifying symbols as set forth in Contract documents, including nameplate information and shop order numbers for each item of equipment furnished. 5. Three -hole punch data for binding and composition; arrange printing so that punched holes do not obliterate data. 6. Material shall be suitable for reproduction, with quality equal to original. Photocopying of material will be acceptable, except for material containing photographs. J. Provide 30 days prior to actual start-up. 3.06 WARRANTIES AND BONDS A. Obtain warranties and bonds, executed in duplicate by responsible Subcontractors, suppliers, and manufacturers, within 10 days after completion of the applicable item of work. Except for items put into use with Owner's permission, leave date of beginning of time of warranty until the Date of Substantial completion is determined. B. Verify that documents are in proper form, contain full information, and are notarized. C. U- executb submittals when required. &` D. Retain Watranties and bonds until time specified for submittal. ° ,i?= END OF SECTION o n 0 N CLOSEOUT SUBMITTALS 01780-4 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa City, Iowa SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART 1- GENERAL 1.01 SUMMARY A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. 1.02 REFERENCES A. [DOT Standard Specifications. 1.03 QUALITY ASSURANCE A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or debris resulting from work on the project. 1.04 SUBMITTALS A. Locations of disposal sites. N PART 2 - PRODUCTS 2.01 MATERIALS A. Explosives shall not be used for demolition. ^° N PART 3 - EXECUTION. N J 3.01 TECHNIQUES A. Except as amended in this document, the work in this section will conform to the following divisions and sections of the IDOT Standard Specifications: Division 24. Structures. Section 2401. Removal of Existing Structures. Division 25. Miscellaneous Construction. Section 2510. Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Sidewalks. Section 2515. Removal and Construction of Paved Driveways. 3.02 INSPECTION A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to revise demolition limits if required by the nature of construction. DEMOLITIONS, REMOVALS AND ABANDONMENTS 02050-1 Howard R. Green Company Project No. 529190J01 3.03 PROCEDURES Peninsula Flood Mitigation Improvements Iowa City, Iowa A. Utilities 1. Notify all corporations, companies, individuals and state or local authorities owning pipelines, water lines, gas mains, buried and overhead electric facilities, telephone, cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. 3. If active utilities are damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Contractor's expense. 4. Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shall be relocated in accordance with instructions from the Engineer. Generally, the respective utility owners shall be responsible to perform relocation work for their facilities. The Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. B. Site Protection Measures 1. Barricade and fence open excavations or depressions resulting from work during non- working hours and when not working in immediate area. Provide suitable warning devices adjacent to excavations and work areas. 2. Warning devices shall be kept operational during all non - working and non- active periods. C. Site Access Measures 1. Pedestrian access to buildings and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. s D. 161sposafs: 2 W p material or debris shall be buried within the project work area. All unsuitable material rL resr{fing from demolitions and removals shall be hauled to and disposed of at a Contractor- U-1 fLLrorslecl site approved by the Engineer or to the landfill. The Contractor shall pay the Q1 curfllt tipping fee at the landfill. M.4 DE 0LLCjF3N AND REMOVALS o r> A. Zansformer and Switchgear Concrete Pad Removals 1. Removal shall be to the limits noted on the plans ores directed by the Engineer. 2. Removal shall include P.C. Concrete slabs and rebar steel. 3. Removal operations shall conform to construction phasing noted on the plans or specifications, or as directed by the Engineer. END OF SECTION DEMOLITIONS, REMOVALS AND ABANDONMENTS 02050-2 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa City, Iowa SECTION 02100 SITE PREPARATION PART 1- GENERAL 1.01 SUMMARY A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES A. IDOT Standard Specifications. PART 2 — PRODUCTS — NOT USED PART 3 - EXECUTION 3.01 TECHNIQUES 3.02 EXISTING TREES, SHRUBS AND VEGETATION A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. C. Contractor is responsible for damage to trees, shrubs and vegetation not designated for removal. The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 3.03 EXISTING STRUCTURES AND PROPERTY A. Remove existing signs and posts within the construction area as directed by the Engineer. All permanent traffic signs that are owned by the City of Iowa City will be removed, stored, and replaced by the City of Iowa City. Contractor shall provide 48 hour minimum advance notice for sign removal and for sign replacement. Permanent signs will be replaced prior to concrete pours. 3.04 EXISTING FENCING A. Only fencing designated by the Engineer shall be removed. B. Sections of fence removed for construction shall be replaced per the applicable bid item. If not SITE PREPARATION 02100-1 0 A. Except as amended in this document, the work in this section will confor5with the following divisions and sections of the [DOT Standard Specifications: �� g Division 21. Earthwork, Subgrades and Subbases. C--) Section 2101. Clearing and Grubbing. fir- 1� Division 25. Miscellaneous Construction. r,_) Section 2519. Fence Construction. 3.02 EXISTING TREES, SHRUBS AND VEGETATION A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. C. Contractor is responsible for damage to trees, shrubs and vegetation not designated for removal. The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 3.03 EXISTING STRUCTURES AND PROPERTY A. Remove existing signs and posts within the construction area as directed by the Engineer. All permanent traffic signs that are owned by the City of Iowa City will be removed, stored, and replaced by the City of Iowa City. Contractor shall provide 48 hour minimum advance notice for sign removal and for sign replacement. Permanent signs will be replaced prior to concrete pours. 3.04 EXISTING FENCING A. Only fencing designated by the Engineer shall be removed. B. Sections of fence removed for construction shall be replaced per the applicable bid item. If not SITE PREPARATION 02100-1 Howard R. Green Company Project No. 529190JO1 addressed, replace with new materials. 3.05 EXISTING UTILITIES Peninsula Flood Mitigation Improvements Iowa City, Iowa A. Contact appropriate utility representative to verify the presence and location of buried utilities in the construction area. 3.06 EROSION CONTROL A. Comply with Iowa City Code and Section 02270, Slope Protection and Erosion Control. END OF SECTION SITE PREPARATION 02100 -2 .._r C7 •�i. 14,E �a. :V U z o O s o N SITE PREPARATION 02100 -2 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa City, Iowa SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART 1- GENERAL 1.01 SUMMARY A. Excavating, placing, stabilizing and compacting earth, addition of borrow and backfill, disposal of excavated material, and topsoil, strip, salvage and spread. 1.02 REFERENCES A. [DOT Standard Specifications. 1.03 QUALITY ASSURANCE A. Whenever a percentage of compaction is indicated or specified, use percent of maxirfillm density at optimum moisture as determined by ASTM D698 -91, unless noted otherwise. �c> iI B. Borrow sites and materials shall be approved by the Engineer prior to use. C-) — PART 2 - PRODUCTS n -• 2.01 MATERIALS r) N A. Granular backfill material shall consist of Class A Crushed Stone, [DOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. PART 3 - EXECUTION 3.01 TECHNIQUES A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. All sections 3.02 TOPSOIL A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity of material for placement of a minimum of 9 inches of topsoil for surface restoration and landscaping. Protect topsoil from mixture with other materials such as aggregate and from erosion. Removal of topsoil from the site is not permitted. 3.03 DRAINAGE AND DEWATERING A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and /or remove promptly and dispose properly of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be EARTH EXCAVATION, BACKFILL, FILL AND GRADING 02220-1 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J0l Iowa City, Iowa floated or otherwise damaged. B. Dispose of all pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site. C. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be overland or by groundwater. 3.04 UNAUTHORIZED EXCAVATION A. When the bottom of any excavation is taken out beyond the limits indicated or specified, backfill, at Contractor's expense, with Class A crushed stone compacted to 95% Standard Proctor Density. END OF SECTION EARTH EXCAVATION, BACKFILL, FILL AND GRADING 02220-2 Cl) (`) r LL laJ _' .." CJ C) O N EARTH EXCAVATION, BACKFILL, FILL AND GRADING 02220-2 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190JOl Iowa City, Iowa SECTION 02270 SLOPE PROTECTION AND EROSION CONTROL PART 1- GENERAL 1.01 SUMMARY A. Placement of silt fence. 1.02 REFERENCES A. IDOT Standard Specifications. B. Iowa Department of Transportation Highway Division "Standard Road Plans Manual ", latest edition. 1.03 QUALITY ASSURANCE pp No A. Engineering Fabrics (geotextile) shall be of a non -woven material an(paanfoerl to y requirements of ]DOT Engineering Fabric for Embankment Erosion Control. —i �-- 1.04 STORAGE A. Prior to use; geotextile shall be stored in a clean dry place, out of direct sunlight, not ,subject to''' extremes of either hot or cold, and with the manufacturer's protective cover in plbce. [Aceiving, storage, and handling at the job site shall be in accordance with the requirements in -ASTM D 4873. PART2- PRODUCTS 2.01 MATERIALS A. Except as amended in this document, the materials in this section will conform to the following divisions and sections of the ]DOT Standard Specifications: Division 41. Construction Materials. Section 4169. Erosion Control Materials. PART 3 - EXECUTION 3.01 TECHNIQUES A. Except as amended in this document, the work in this section will conform to the following divisions and sections of the ]DOT Standard Road Plans: RC -16 Silt Fence 3.02 SCHEDULE A. Silt fence shall be installed at locations indicated on the plans immediately upon completion of grading. END OF SECTION SLOPE PROTECTION AND EROSION CONTROL 02270-1 Howard R. Green Company Project No. 529190J01 SECTION 02317 Peninsula Flood Mitigation Improvements Iowa City, Iowa TRENCHING FOR SITE UTILITIES PART1 GENERAL 1.01 SECTION INCLUDES A. Excavation classification of materials, backfill and bedding materials, excavation for trenches, structures, and appurtenances, rock and rubble excavating, sheeting, shoring, and bracing, dewatering, backfill for structures and trenches, utility crossings and standard trench section requirements. 1.02 A. ASTM D698 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft- Ibf /ft3 (600 kN- m /m3)). B. ASTM D2922 - Standard Test Methods for Density of Soil and Soil- Aggregate Place by Nuclear Methods (Shallow Depth). a C. Iowa Department of Transportation "Standard Specifications for Hig Ynd Brt Construction," latest edition and current supplements thereto. D 1.03 DEFINITIONS nZ n A. Trenching and backfilling: All excavation and backfilling to desired elevatiMi'andrdimensiorfs indicated in the Drawings, compacting, disposal of surplus material, furnishing additional backfill material, and all other work incidental to the construction of trenches, including any additional excavation. B. Material Classification. 1. Earth: All materials not classified as rock or rubble includes: clay, silt, sand, gravel, hardpan, disintegrated shale and rock debris, junk, brick, loose stones, and boulders less than 1/3 cubic yards in volume. 2. Rock: Buried boulders larger than 1/3 cubic yards in volume or materials so hard and dense that continuous loosening by pneumatic tools is required for removal. 3. Rubble: Buried concrete foundations, beams, walls, and other materials which require continuous use of pneumatic tools. 4. Topsoil: a. Topsoil removed from the site: Upper portion of the soil profile containing a good supply of humus and a high degree of fertility; free of rocks, clods and other debris larger than 2" in diameter. b. Topsoil brought onto the site: Fertile, agricultural soil, typical for locality, capable of sustaining vigorous plant growth, taken from drained site; free of roots, rocks larger than 1", subsoil, debris, large weeds, clay or impurities, plants; pH value of minimum 5.4 and maximum 7.0. C. Excavation Type. 1. Earth Excavation: Material that can be excavated by means other than pneumatic tools, such as a ripper. 2. Rock Excavation: Rock requiring the continual use of pneumatic tools for removal. 3. Rubble Excavation: Rubble requiring the continual use of pneumatic tools for removal. D. Percent maximum density shall mean a soil density no less than the stated percent of optimum density for soil as determined by ASTM D698, Standard Proctor Density. TRENCHING FOR SITE UTILITIES 02317-1 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190JOl Iowa City, Iowa 1.04 SUBMITTALS A. Submit under provisions of Section 01300. B. Proposed methods to handle water encountered during construction. C. Project Record Documents. 1. Accurately record actual locations of utilities placed or encountered using horizontal dimensions, elevations or inverts, and slope gradients. 1.05 QUALITY ASSURANCE A. Contractor shall appoint and employ services of an independent firm to perform tests and other services as required by Engineer. Retesting required because of non - conformance to specified requirements shall be performed by the same independent firm on instructions by the Engineer. All testing is considered incidental to pipe or cable installation. B. Determine moisture density relations of soils encountered during construction in accordance with Standard Proctor Method. Provide graph of Proctor soil density versus water content for each soil encountered. C. Test trench backfill soil density and moisture. The number of tests required shall be as many as necessary to satisfy that the specified density has been obtained, or as required by the Engineer. 1. If trench backfill or pavement subgrade fail density tests, rework backfill or subgrade and retest until specified density is obtained. D. Jacking, boring, or tunneling Contractor shall be a company specializing in the applicable jacking, boring or tunneling work with a minimum of 5 years and 25 jobs of satisfactory documented experience. 1.06 c PROJECT /SITE CONDITIONS Cl) A c�Exis-tigg'Utilities . '-`bfore sta rting operations in an area in the vicinity of utility facilities, notify each utility of � 1a`Iry operation which may affect their facilities. Provide notice to each utility sufficiently in m ` *ance of such operations to allow the utility time to mark the location of, relocate, r i- adjust, or otherwise protect their facilities. Reach an agreement with each utility on _ p >_ L:Qpropriate action necessary to protect or relocate the utility facilities. The cost of such o action to protect the facilities, except for locates, shall be borne by the Contractor. Utilize p One -Call System (Iowa: 1- 800 - 292 - 8989), for locates for those utilities which subscribe to this service. Contact all other utilities that do not subscribe to the One -Call System. 2. At all times conduct operation so that necessary clearances are maintained and said utility facilities are protected. Comply with all Local, State, and Federal, or other regulations in performing work near utility facilities. 3. Should the Contractor damage any of the utility facilities during Contractor's operations or determine the work cannot be performed safely, immediately notify the utility involved and cease work until arrangements are made to prevent further damage or a serious accident. 4. Failure of the Contractor to provide timely notice to the utility or to conduct his operations in such manner that proper clearances are maintained and the utility facilities are protected at all times will be grounds for the issuance of a Stop Work Order. 5. Notify Engineer of unexpected subsurface conditions and discontinue Work in area until Engineer provides notification to resume work. TRENCHING FOR SITE UTILITIES 02317-2 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa City, Iowa B. Owner shall identify on site a location to deposit excess topsoil and excavated material suitable for backfill. 1. Grade disposal areas periodically to reasonably neat surface to provide for drainage and access by others. C. Contractor is responsible for providing adequate fencing, barricades, and protection around excavation and work areas. D. Maximum length of trench opening at any time: 300' (100 m). E. Trees, Hedges and Shrubbery: 1. Minimize damage caused by construction operations. Exercise care in operating equipment beneath or adjacent to trees to prevent damage. 2. Trim and repair trees, hedges, and shrubbery damaged by construction operations; remove broken branches. 3. Cut no tree roots larger than 3" diameter (75 mm). 4. Notify Engineer prior to removing trees larger than 2" (50 mm) diameter; and hedges and shrubbery. 5. Dispose of all items to an off -site location obtained by Contractor. 1.07 SEQUENCING /SCHEDULING A. Operations shall conform to construction sequence /schedule note&§�� thsm plans Ulr specifications, or as directed by the Engineer (see Section 01100). SchgM!ih wok to avoid property owner inconvenience insofar as practicable during construction. - —' W �; PART2 PRODUCTS ri _ CJ� N 2.01 BACKFILL AND BEDDING MATERIALS ry A. Select Backfill: Select backfill and bedding for pipe or cable and structures shall be approved select material obtained from site or from off -site borrow areas. Material shall be free of foreign substance, debris, large stones, rocks (1V2", 37 mm.), roots, organic or frozen material, expansive material and other deleterious materials. B. Topsoil 1. Upper 9" of soil profile removed prior to excavation containing a good supply of humus and a high degree of fertility. Topsoil is free of rocks, clods and other debris larger than 2" in diameter. 2. Fertile, agricultural soil, typical for locality, capable of sustaining vigorous plant growth, taken from drained site; free of roots, rocks larger than 1 ", subsoil, debris, large weeds, clay or impurities, plants; pH value of minimum 5.4 and maximum 7.0. C. Granular pipe bedding: clean crushed stone; comply with following gradation, dependent upon pipe diameter. Sieve Pipe 4" -18" Diameter (Percent Passing) Pipe Over 18" Diameter (Percent Passing) 1 -1/2" -- 100 1" 100 95 -100 314" 80 -95 35 -70 1/2" 35 -60 25 -50 3/8" 20 -40 10 -30 TRENCHING FOR SITE UTILITIES 02317-3 Howard R. Green Company Project No. 529190J01 F E. Peninsula Flood Mitigation Improvements Iowa City, Iowa Sieve Pipe 4" -18" Diameter (Percent Passing) Pipe Over 18" Diameter (Percent Passing) No. 4 0 -5 0 -5 Alternate granular pipe bedding material: ]DOT 4120.04 Class A crushed stone may be used in stable trench conditions as approved by Engineer. Stabilizing Material: Sharp, clean crushed stone; comply with following gradation: Sieve Percent Passing 2 -1/2" 100 2" 90 -100 1 -1/2" 35 -70 1" 0 -15 1/2" 0 -5 PART 3 EXECUTION 3.01 EXAMINATION A. Verify that survey benchmark and intended elevations for the Work are as indicated on Drawings. 3.02 PREPARATION A. Obstructions. Cl) 1. Remove trees, brush, rubbish, spoil, and other obstructions as necessary for Cl) construction. 2. Remove, replace and repair fences, signs and other obstructions as necessary for Construction; return all items to equal or better than original conditions. 9 u . 3. Provide and remove adequate temporary fencing for any fences that are disturbed by construction operations. 4. Remove waste material promptly as it is generated by construction operations; do not >- permit it to accumulate. See also "Cleanup," this Section. B. ° Topsoil: Strip 9" and stockpile topsoil for use in surface restoration. 0 N C. Haul routes. 1. Determine haul roads with approval of agency having jurisdiction over proposed roadway. 2. Make condition survey of haul roads prior to use and document with necessary photographs and written descriptions. 1 Keep reasonably free from dirt, dust, mud, and other debris from construction operations. 4. Clean a minimum of twice a week. 5. Repair any damaged haul routes to match existing conditions before use. 3.03 EXECUTION A. Earth Excavation. 1. Excavate all material encountered to depth and dimensions indicated on Drawings. a. Comply with OSHA and all other governmental regulations. Contractor is solely responsible for complying with the regulations. TRENCHING FOR SITE UTILITIES 02317-4 Howard R. Green Company Project No. 529190J0l Peninsula Flood Mitigation Improvements Iowa City, Iowa b. Pile excavated material suitable for backfill in an orderly manner a sufficient distance from edge of excavation to avoid rollbacks, slides, or cave -ins. C. Remove spoil not suitable for backfill; waste at disposal area obtained by the Contractor at no cost to the Owner. 2. Excavate to full depth by machine; level trench bottom to provide uniform bearing and support for full length of pipe or cable. 3. Excavate by hand: a. Under and around utilities. b. Where overhead clearance prevents use of machine. C. Under trees and shrubs where shown on Drawings. 4. Keep sides of trench as nearly vertical as practicable within the limits of excavation codes and safety requirements; maintain vertical walls of excavation below top of pipe or cable. Provide trench wall support as needed. 5. Minimize the width of trench below the top of the pipe or cable, but maintain trench width of no less than pipe or cable O.D. plus 24" (max). 6. Conform to best trench bottom construction practices as recommended by pipe or cable manufacturer. 7. Backfill trench bottoms carried below required grade to proper elevation with crushed stone as specified for granular pipe bedding at no expense to the Owner. 8. When unstable material is encountered this may not provide a suitable foundation for pipe or cable. a. Notify Engineer immediately. b. Engineer will investigate questionable material to determine its 9uit�kilityfor pipe or cable foundation. C. If material is considered unsuitable for pipe or cable foundatjons,� Engineer wilh specify and authorize remedial measures in writing. d. If removal of unsuitable material is authorized replace with trench stabilizing material. Provide minimum of 4" (100 mm) of bedding material on top of stabilizing material to prevent point load. Bedding material graded sulliciently (coarse to prevent movement and loss of bedding into trench stabilizing material. ry 9. When the material being excavated is such that it is physically impossible to statlilize the trench bottom or secure a uniform bearing using dewatering and a granular foundation and in the judgment of the Engineer concrete encasement, concrete cradling or pilings are necessary to support the pipe or cable, provide such support when directed in writing by the Engineer. 10. Concrete encasement, concrete cradling and pilings, if not shown on the Drawings or indicated in these specifications will be paid for as extra work. 11. Provide cradling or strengthening if trench width exceeds pipe or cable O.D. plus 24" at no cost to Owner. B Rock Excavation 1. When rock is encountered at locations generally indicated on the Drawings, excavate and haul all rock to an approved site obtained by the Contractor at no additional cost to the Owner. Where unanticipated rock is encountered, notify Engineer prior to removal. 2. Excavate all rock encountered to depth and dimensions indicated on Drawings using pneumatic tools. Rock excavated beyond the limits as shown on the Typical Details will not be considered rock excavation. Provide for pipe or cable bedding cushion for pipeline structures and appurtenances in accordance with Typical Detail Drawings herein. a. Comply with OSHA and all other governmental regulations. Contractor is solely responsible for complying with the regulations. b. Pile excavated material suitable for backfill in an orderly manner a sufficient distance from edge of excavation to avoid rollbacks, slides, or cave -Ins. C. Remove spoil not suitable for backfill; waste at disposal area obtained by the Contractor at no cost to the Owner. C. Rubble Excavation TRENCHING FOR SITE UTILITIES 02317-5 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa City, Iowa Removal: As specified for rock. Remove and dispose of excavated rubble not suitable for backfill. D Dewatering 1. Do all work in dry conditions; obtain the Engineer's approval of proposed methods of dewatering. 2. Provide for handling water encountered during construction. a. Divert stream flow and sewage away from areas of construction. b. Prevent surface water from flowing into excavation; remove water as it accumulates. C. If groundwater is encountered, provide sumps in the trench or some other methods for removal of water and stabilization of trench bottom. d. Do not pump water to existing sanitary sewers or onto adjacent property without approval of the Engineer and adjacent property owner. 3. Lay no pipe or cable in, and place no concrete on, excessively wet soil. 4. Protect against settlement or damage to adjacent property. 5. Dewatering is incidental to the project. E. Bedding and Backfill for Trenches 1. Place bedding from bottom of pipe or cable trench to pipe spring line or top of cable as indicated on applicable Typical Detail Drawings as shown on plans. Bedding includes material below bottom of pipe or cable as specified. Compact bedding below bottom of pipe or cable prior to installation of pipe or cable to minimize settlement. 2. Provide bell holes at each pipe joint; allow access completely around circumference of pipe for proper jointing operations. 3. Bedding for Pipe Fittings a. Granular pipe bedding material. b. Thickness of bedding material below the bottom of pipe barrel: 1/8 pipe O.D., 4" (100 mm) minimum. r, C. Compact in 6" (150 mm) lifts from trench bottom to pipe spring line Cl) d... Compact to a minimum of 95 % Standard Proctor Density (ASTM D698). 6�A. � - 13edding for Gravity Pipe: =a.- Granular pipe bedding material. UJ .'.Jib` Thickness of bedding material below the bottom of pipe barrel: 1/8 pipe O.D., 4" (100 mm) minimum. Compact in 6" (150 mm) lifts from trench bottom to pipe spring line r 'a H:: Compaction shall conform to applicable Typical Detail Drawings as shown on ' plans, and to minimum Standard Proctor Density (ASTM D698) as specified. Bedding for Pressure Pipe and Electrical Cable: a. Native select backfill material (as described in 2.01 A.). b. Where rock or other unyielding material is encountered in trench bottom, provide a cushion of granular pipe bedding with thickness as shown on Typical Detail Drawing as shown on plans. C. Compact Bedding and cushioning materials in 6" (150 mm) lifts from trench bottom to spring line of pipe or top of cable. d. Compaction shall conform to minimum Standard Proctor Density (ASTM D698) of 95 %. 6. Construct structures and appurtenances and perform backfilling as work progresses. 7. Initial Backfill. a. Native select backfill material (as described in 2.01 A.). Conform to applicable Typical Detail Drawings as shown on plans. b. Compaction shall conform to minimum Standard Proctor Density (ASTM D698) of 95 %. 8. Backfill trench after locations of connections and appurtenances have been recorded. 9. Placement of Backfill: TRENCHING FOR SITE UTILITIES 02317-6 Howard R. Green Company Project No. 529190J0l Peninsula Flood Mitigation Improvements Iowa City, Iowa a. Place initial backfill material only after installation of pipe or cable and bedding material has been completed. b. Place all initial backfill in such a manner so not to damage or displace pipe or cable. C. Backfill simultaneously on both sides of pipe or cable to prevent displacement. d. Compact to minimize settlement of trench backfill and provide optimum support of pipe or cable. 10. Place trench backfill only after initial backfill has been placed, compacted, and approved. Trench backfill material and compaction requirements depend on what area the pipe or cable is located beneath as specified. Trench backfill begins V -0" (1/3 m) above top of pipe or cable and terminates at final grade or subgrade. 11. Trench Backfill. a. Grass Parking Areas and Unpaved Areas: Select material as previously defined. Compact backfill material to a minimum of 90% Standard Proctor Density (ASTM D698). Fill upper portion of trench in grass areas with 9" minimum of topsoil. b. Paved Areas: Select material compacted in 6" (150 mm) lifts with pneumatic or mechanical tampers to finish grade or subgrade. Compact to a minimum of 95% Standard Proctor Density (ASTM D698). 12. Backfill with material removed from excavation except where imported backfill is specified; use no debris, frozen earth, large clods, stones, or other unsuitable material. If native material is too wet or dry to achieve specified compaction, Contractor is required to dry or wet material or replace with approved imported material at no additional cost to the Owner. 13. Place backfill into the trench at an angle to minimize impact on installedpipe oroable. F. Existing Utility Crossings 1. Notify utility companies before excavating; utilize Iowa One -Call system; 99Tform, to' current utility notification requirements. 2. Where new construction crosses or closely parallels existing utilities'.or utility ldervices,9 excavate in advance of pipe or cable laying to determine location and crossing arrangement, including exact construction line and grade. 3. Utility mains shown on Drawings, in conflict with new facilities: Perform reI60ption or make arrangements with utility to perform Work at no additional cost to Owner. 4. Utility mains not shown on Drawings, in conflict with new facilities: Notify Engineer immediately. 5. Provide compacted sand or granular material under all existing utilities or service lines that are located above the new pipeline or cable. Compact material to a minimum of 95% Standard Proctor Density. 6. Repair any drainage tile interrupted during the course of construction with Engineer approved repair couplings. 3.04 FIELD QUALITY CONTROL A. Complete as indicated in Part I - Quality Assurance, this Section. B. If tests indicate work does not meet specified requirements, remove work, replace, and re -test at no cost to Owner. C. Frequency of Tests: Perform soil density tests uniformly throughout the placing of the fill to maintain quality control at all times. Testing in accordance with ASTM D2922 and D698. 3.05 CLEANUP A. Cleanup each portion of construction as it is completed. 1. Restore obstructions removed to accommodate construction equipment or to facilitate excavation. TRENCHING FOR SITE UTILITIES 02317-7 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J0l Iowa City, Iowa 2. Cleanup and remove rubbish, debris, and surplus material. B. Leave site in neat condition. END OF SECTION 02317 TRENCHING FOR SITE UTILITIES 02317-8 M Cl) CV � o o N TRENCHING FOR SITE UTILITIES 02317-8 Howard R. Green Company Project No. 529190J0l SECTION 02468 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa DRILLED CONCRETE PIERS (CAISSONS) PART1 GENERAL 1.01 SECTION INCLUDES A. Machine drilled shaft. B. Concrete and reinforcement. C. Shaft liner, if required. 1.02 REFERENCE STANDARDS A. ACI 336.1 - Standard Specification for the Construction of Drilled Piers; American Concrete Institute International; 2001. B. ASTM A 36/A 36M - Standard Specification for Carbon Structural Steel; 2005. C. ASTM A 283/A 283M -Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates; 2003 (Reapproved 2007). D. ASTM A 929/A 929M - Standard Specification for Steel Sheet, Metallic- Coated by the Hot -Dip Process for Corrugated Steel Pipe; 2001 (Reapproved 2007). ro 0 1.03 SUBMITTALS p °� A. See Section 01300 - Administrative Requirements, for submittal procedures. A—{ B. Project Record Documents: Record actual locations of piers, pier diameter, ainlipigr le'Oth. Accurately record the following: - r 1. Sizes, lengths, and locations of piers. 2. Final base and top elevations. 3. Deviation from indicated locations. v 4. Placement and configuration of reinforcement deviations. 1.04 QUALITY ASSURANCE A. Installer Qualifications: Company specializing in performing the work of this section with minimum 3 years of documented experience. PART 2 PRODUCTS 2.01 MATERIALS A. Casing: Temporary casings of steel conforming to ASTM A 283, Grade C; ASTM A 36; or ASTM A 929; of sufficient strength to withstand handling and drilling stresses, concrete pressures, and surrounding earth and water pressures. B. Concrete Materials and Mix: Specified in Section 03300. C. Reinforcement: Specified in Section 03300. D. Equipment: Appropriate for dewatering excavated shaft. PART 3 EXECUTION 3.01 PREPARATION A. Use placement method which will not cause damage to nearby structures. B. Protect structures near the work from damage. DRILLED CONCRETE PIERS (CAISSONS) 02468-1 Howard R. Green Company Project No. 529190J0l Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa C. Prepare to place piles from excavated working elevation. 3.02 INSTALLATION A. Construct piers in accordance with ACI 336.1. B. Drill vertical pier shafts to diameters and depths indicated. C. Place steel casings immediately after drilling. Set firmly in place. If casing is to be temporary, install shaft liner with sufficient strength to withstand concrete pressures. 1. Withdrawal of temporary casings is at option of Contractor. D. Clean shaft and bottom of loose material. Maintain shafts free of water E. Allow inspection of shaft and liner prior to placement of reinforcement and concrete. F. Place reinforcing steel in accordance with Section 03300. G. Place concrete in single pour, in accordance with Section 03300 with equipment designed for vertical placement of concrete. H. Coordinate casing withdrawal with concrete placement so that concrete pressure head exceeds anticipated outside soil and water pressure above bottom of casing at all times during withdrawal. I. Set tops of piles to elevations indicated. 3.03 TOLERANCES A. Install piers with maximum variation from location, plumbness, bottom area, diameter, and anchorage locations as specified in ACI 336.1. B. Maximum Variation From Vertical: 1 in 48. C. Maximum Variation From Design Top Elevation: Plus 3 inches, minus 1 inch. D. Maximum Out -of- Position: 2 inches. 3.04 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of Section 01400. 3.06 UNACCEPTABLE PIERS A. Unacceptable Piers: Piers that fail, are placed out of position, are below elevations, or are damaged. B. Provide additional piers or replace piers failing to conform to specified requirements. "J C:2� END OF SECTION cr% o 0 N DRILLED CONCRETE PIERS (CAISSONS) 02468-2 Howard R. Green Company Project No. 529190J01 SECTION 02520 Peninsula Flood Mitigation Improvements Iowa City, Iowa PORTLAND CEMENT CONCRETE PAVING PART1 GENERAL 1.01 SECTION INCLUDES A. Standard or slipform Portland Cement Concrete Pavement, reinforced or nonreinforced, including sidewalks, integral curbs, parking areas, roads, and streets. B. Reinforcing. C. Work to replace existing pavement removed or damaged during construction. 1.02 REFERENCE STANDARDS A. ASTM A 615/A 615M - Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. B. ASTM C 39/C 39M - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. C. ASTM C 94/C 94M - Standard Specification for Ready -Mixed Concrete. 0 D. ASTM C 150 - Standard Specification for Portland Cement. o E. ASTM C 260 - Standard Specification for Air - Entraining Admixtures for Concr$ie; F. ASTM C 494/C 494M - Standard Specification for Chemical Admixtures for Concrete , G. ASTM C 618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural'Portolah for Use in Concrete. H. ASTM D 1752 - Standard Specification for Preformed Sponge Rubber Cork and RegKGled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction. - I. ASTM D 3405 - Standard Specification for Joint Sealants, Hot - Applied, for Concrete and Asphalt Pavements. J. Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," latest edition and current supplements thereto. 1.03 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Design Data: Indicate pavement thickness, designed concrete strength, reinforcement, and typical details. C. Certificates: Provide certificates that materials comply with specification requirements, signed by concrete producer and Contractor. 1. Certify that reinforcing steel meets applicable Specifications. 2. Certify that sources of Portland cement and aggregates for concrete are Iowa DOT approved. Provide analysis of materials used. 1.04 QUALITY ASSURANCE A. Contractor shall employ and pay for services of the independent laboratory for tests required to show compliance with the specifications. Test results shall be submitted directly to Owner /Engineer. Selection of testing laboratory is subject to approval of Owner /Engineer. B. Provide samples of materials, job -mix design, gradations and other data for compliance with Section 4100 and 2301 of the Iowa DOT Specifications. C. Certificates: Provide certificates that materials comply with specification requirements, signed PORTLAND CEMENT CONCRETE PAVING 02520-1 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa City, Iowa by concrete producer and Contractor. 1. Manufacturer's certification that materials meet specification requirements. 2. Material content per cubic yard of concrete furnished: dry weight of cement, saturated surface -dried weights of fine and course aggregate, quantities, type and name of admixtures, and weight of water. 3. Ready -mix delivery tickets, ASTM C94. D. Maturity Method 1. In order to expedite the work, the Contractor will be allowed to use the Maturity Method to determine when newly placed concrete is sufficiently mature to support traffic. Maturity testing shall be conducted in accordance with the procedures outlined in Iowa DOT Instructional Memorandum "Material Office Instructional Memorandums 383 ". Concrete shall be defined as sufficiently mature to receive traffic when its maturity corresponds to a compressive strength of 2,750 psi. 2. Maturity test shall not constitute verification of conformance to the specifications. Conformance to the specified compressive strength requirement shall be verified by ASTM C39 as specified previously. 3. Contractor shall provide all ASTM C39 compressive strength testing, including field casting of cylinders, for demonstrating conformance to the specifications. 4. Contractor shall be responsible for providing all equipment, labor and materials necessary for maturity testing, including all initial laboratory work to determine maturity- strength relationship. Results of initial laboratory work shall be submitted to Engineer and Owner prior to using Maturity Method in the field. Contractor shall not open traffic on newly placed concrete without allowing Engineer and /or Owner to witness maturity test. E. Compressive Strength Method 1. If Contractor chooses to forego the opportunity to utilize Maturity Method, time for opening pavement for use will be determined by results of tests on cylinders taken during concrete placement. ..1 2. Prepare at least two concrete compression cylinder or flexural beam strength specimens i foreach 500 CY placed; prepare at least three strength specimens each day concrete is -- 460red; provide seven day and twenty -eight day tests in accordance with Iowa Department ,-. of transportation Office of Materials - Instructional Memorandum. The testing laboratory will .cure and test the concrete test specimens. e 9 ! . 7irpe for opening pavement for use will be determined by results of tests on cylinders taken dOng concrete placement. �1. Pavement may be opened to Contractor's forces after seven (7) days for purpose of removing coverings and building shoulders if tests of cylinders from section show compressive strength of three thousand (3,000) psi or higher. 5. Open pavement to general traffic when authorized by Engineer. 6. Concrete placed in cold weather may require additional curing time, as directed by Engineer; keep all vehicles off pavement until such curing time has been completed. F. Contractor shall provide for slump and air content tests during construction. 1.05 DELIVERY, STORAGE, AND HANDLING A. Aggregates: Store and handle aggregates to avoid contamination and frequent variations in specific gravity, gradation or moisture content of materials used. 1. Store fine and coarse aggregates in separate piles or bins. 2. Minimize changes in aggregates with different specific gravities or gradations in working day. 3. Handle aggregates to prevent variations of more than 0.5% in moisture content of successive batches. 4. Thoroughly wet and allow to drain for at least one hour coarse aggregate having absorption greater than 0.5 %. 5. Drain fine aggregate at least twenty -four hours after washing and before batching. PORTLAND CEMENT CONCRETE PAVING 02520-2 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa City, Iowa B. Cement: Store in suitable weather tight enclosures and handle to prevent loss. 1. If lumps develop in cement, cement must be reprocessed, retested, and reapproved prior to use. 2. Cement in storage at site or local warehouses for more than sixty days must be retested prior to use. C. Admixtures: Store in suitable weather tight enclosures which will preserve quality. D. Reinforcing Steel: Store off ground on timbers or other supports. PART 2 PRODUCTS 2.01 REINFORCEMENT A. Reinforcing Steel: ASTM A 615/A 615M Grade 40 (280); deformed billet steel bars; unfinished finish. B. Dowels: ASTM A 615/A 615M Grade 40 (280); deformed billet steel bars; unfinished finish. C. Epoxy coated reinforcement: AASHTO M 284 and Iowa DOT 4151.03B, use on all deformed bars and dowel bars and as shown on Drawings. D. Supports for reinforcing steel: 1. Support tie bars as required to place and maintain correct location during construction. 2. Support dowel bars at expansion and contraction joints as shown on Standard Drawings. 3. Epoxy coated reinforcement: Support with metal chairs and supports coated va epoxy or other inert material reviewed by Engineer; tie with plastic coated tie wires, CD 2.02 CONCRETE MATERIALS A. Portland Cement: ASTM C150, Type 1. c-) ` �9 mac.) B. Fine aggregate: Iowa DOT 4110. 1(fi n C. Coarse aggregate: u :_'J. r..a 1. Clean, hard, durable particles of crushed limestone free from inju`fj 6' a*unts of objectionable materials; minimum Class 2 durability limestone; Iowa DOT"4115. - 2. Gradation: Iowa DOT 4115, Gradation Number 5. D. Fly Ash: ASTM C 618, Class C; Iowa DOT 4108. E. Water: Clean and clear, free from salt, oil, acid, strong alkalis, vegetable matter, or other substances injurious to concrete. F. Water: Clean, and not detrimental to concrete. If water from a non - potable source is used for mixing, the Engineer may require certification that the water meets the requirements of the appropriate IDOT Specification. G. Air Entrainment Admixture: ASTM C 260. 1. Retarding: A suitable retarding admixture may be used during hot weather, with approval of Engineer. 2. Calcium chloride shall not be used. 3. Water Reducing Agents: ASTM C 494; Iowa DOT IM 529. 4. Other admixtures may be used subject to approval of Engineer. 2.03 ACCESSORIES A. Liquid curing compound: 1. Use white curing compounds on all pavements not receiving ACC overlay, as per Iowa DOT 4105. 2. Use dark colored compounds an all pavements receiving ACC overlay, as per Iowa DOT 4105. B. Joints: PORTLAND CEMENT CONCRETE PAVING 02520-3 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa City, Iowa 1. Joint Sealer: Hot poured joint filler composed of petro polymers, ASTM D 3405 with 90- 150 penetration at 77 °F. and passing 3 cycles, 200% extension bond test at — 20 °F for all regular concrete. 2. Backer Rope: Cellulose or plastic foam suitable for use with hot - poured sealer; size and compression such that it maintains position during filling operation. 3. Preformed Expansion Joint Filler: Asphalt saturated fiber strips; AASHTO M213; furnish in strips of plan dimensions. C. Plastic film: Opaque, white pigmented polyethylene plastic, 0.00085' minimum thickness, use only once if less than 0.0034" thick. D. Plastic Subgrade Film: Conform to Iowa DOT Specification Section 4107. 2.04 CONCRETE MIX DESIGN A. Mix No. C -4 in accordance with Iowa DOT 2301.04. 1. Air Entraining Admixture: Produce 6.5% + 1.5% air voids in fresh concrete measured by pressure method. 2. Water Reducing Admixture: Furnish at Contractor's option; Iowa DOT IM 529, but shall not be used in color- conditioned concrete. 3. Fly Ash: Furnish at Contractor's option; Type C Fly Ash up to 15 %; Iowa DOT IM 529; use in accordance of Iowa DOT 2301.04E. B. Mix No. M -4 in accordance with Iowa DOT 2301.04E; use as directed by Engineer. 1. Air Entraining Admixture: Produce 6.5% + 1.5% air voids in fresh concrete measured by pressure method. c-� C. r "F Proportion of adjustments: "'I. Basis: When actual quantity of concrete is more than 101% or less than 99 % of calculated quantity or if combination of materials does not produce quality of concrete specified. I 2. Fine aggregate shall not exceed 50% of total aggregate in any adjustment. (,3. Do not exceed maximum water- cement ratio specified. D. >yVat' r quality and concrete consistency: h'. 4ie proper amount of mixing water to produce concrete of uniform consistency; adapt to mix; characteristics of materials used, methods of consolidation, weather conditions and slope of finished surface. 2. Modify proportion if maximum water - cement ratio does not produce workability; increase cement to aggregate proportion to produce specified degree of workability without exceeding maximum water - cement ratio. E. Tests on concrete placed at project site: 1. Slump: ASTM C 143; 1 -1/2" to 3" for machine finished concrete; 4" maximum, for hand finished concrete and color- conditioned concrete. 2. Air voids of fresh concrete, by pressure method: ASTM C 231; 6.5% + 1.5 %. PART 3 EXECUTION 3.01 EXAMINATION A. Verify compacted subgrade is acceptable and ready to support paving and imposed loads. B. Verify gradients and elevations of base are correct. 3.02 CONCRETE PROPORTIONING AND MIXING EQUIPMENT A. Plant hatching and mixing equipment shall be Iowa DOT calibrated and approved. B. Equipment may be either stationary central plant mixer or central plant - proportioned with truck mounted transit mixer. C. If concrete is central mixed, it may be transported in agitating or non - agitating units. PORTLAND CEMENT CONCRETE PAVING 02520-4 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J0l Iowa City, Iowa 1. Concrete must be placed on grade within thirty minutes after mixing if transported in non - agitating units. 2. Concrete must be placed on grade within ninety minutes after mixing if transported in agitating units. D. When concrete is mixed on truck mounted transit mixers and agitated thereafter, concrete must be handled in accordance with Iowa DOT 2301.13.D.2. E. Truck Mounted Transit Mixers: Capacities and mixing capability as defined in ASTM C 94 with attached plate containing required information. 1. Equipment shall include reliable reset - revolution counter which will register the number of revolutions at mixing speed. 2. Unit must have signed certifications that concrete producer or authorized representative has inspected unit within previous thirty day period and that interior of mixing drum is clean and reasonably free of hardened concrete, that fins or paddles are not broken or worn excessively, and that other parts are in proper working order. F. Plant or transit mixers must produce concrete with consistent quality; if uniformity, entrained air or slump varies, concrete producer must take corrective action. G. Each truck load of concrete must be identified by an acceptable plant charge ticket showing plant name, Contractor, project name, date, quantity, class, time batched, and water added at site. 3.03 PLACEMENT EQUIPMENT N O � a A. Subgrade finishing equipment: use mechanical excavating equipment designed for thi$ purpose, approved by Engineer. 1. Form line or path area for slip -form paving machine shall be constructQd fo'finabgrade by form -line excavating equipment with automatic grade controls. 2. Subgrade between forms or between path areas for slip -form machines cQnstructed to final grade with steel shod template or automatically controlled subgrade excavating machine. B. Side Forms: Steel, minimum thickness: five gauge, height at least equal to design thj�kness of pavement, base width at least 6 ". 1. Minimum Section Length: 10', joint connections designed to permit horizontal and vertical adjustment with locking device to hold abutting sections firmly In alignment when set. 2. Bracing, support, and staking must prevent deflection or movement of forms from pressure of concrete or weight or thrust of machinery operating on forms. 3. Forms must be free from scale and surface irregularities; coat with form oil prior to concrete placement. C. Flexible Forms: Use steel or wood flexible forms for curves with radius less than 100'. 1. Bracing, support, and staking must prevent deflection or movement of forms from pressure of concrete or weight or thrust of machinery operating on forms. 2. Forms used to form back of curbs at returns shall have height at least equal to design thickness of pavement and curb height. 3. Forms must be free from scale and surface irregularities; coat with form oil prior to concrete placement. D. Consolidating and finishing equipment: fixed form or slip form paving machines specifically designed for placing, striking off, consolidating, and finishing in single passage to required cross section. 1. Consolidation of concrete by single pass of approved surface, tube or internal vibrator operated in accordance with Manufacturer's recommendations. 2. Slip form equipment: automatic horizontal and vertical controls required; equipment must spread concrete to uniform depth prior to striking off. 3. Air screeds and vibrating screeds are approved consolidating and finishing equipment for cul -de -sacs and drives only. 4. Equipment subject to approval of Engineer. PORTLAND CEMENT CONCRETE PAVING 02520-5 Howard R. Green Company Project No. 529190J0l Peninsula Flood Mitigation Improvements Iowa City, Iowa E. Hand finishing equipment: Contractor shall provide tools including wood or magnesium floats, wood hand floats, pointing trowels, edgers, or other equipment necessary for proper finishing of concrete. 1. Provide two light straightedges, 10' long, with handles not less than 12' long for use in detecting irregularities in surface; provide two heavy straightedges of similar size for use in correcting surface; provide two light straightedges 6" long for checking curb and gutter line. 2. Provide approved vibrators for consolidating concrete. 3. Provide metal or wood screed true to crown. F. Curing equipment: use pressure sprayer capable of applying a continuous uniform film of curing compound. G. Concrete saws: power operated concrete saws capable of cutting hardened concrete neatly. H. Joint sealing equipment: equipment capable of heating and installing sealant in joints in accordance with Manufacturer's recommendations. 3.04 PAVEMENT CONSTRUCTION A. General: 1. Place, strike off, consolidate, and finish concrete with fixed form or slip form mechanical paving equipment to cross section shown on Drawings. 2. Use paving machine for all uniform width slabs 8" or more in width and 200' or more in length. 3. Use hand placing, consolidating, and finishing in areas of irregular dimensions or narrow widths. 4. Set paving stakes at 25' maximum spacing on curves, 50' maximum spacing on tangents. 131. Setting and removing forms: c,-� 1. Use form line excavating machine to establish subgrade for forms used to support C! mechanical subgrader, mechanical spreader or finisher, or other similar equipment. E� a 2. Set base of forms at or below subgrade elevation with top of forms at pavement surface u elevation at edge of slab. Q,3. ( -Extra height forms may be used to back up integral curb; set base at or below subgrade %. elevation with top of form at top of curb elevation. �7A. ' Set forms accurately to required grade and alignment and secure in place to maintain m = ' gtade and alignment during concrete placement and finishing. �5. If-voids occur under forms, remove forms and rework subgrade to proper elevation and density. 6. If soil supporting form is softened by rain or standing water so that form is inadequately supported, remove forms and rework subgrade to proper elevation and density. 7. Check form joints with 10' straightedge prior to paving; adjust as necessary to proper grade and alignment; maximum deviation of top surface is 1/4" in 10'. 8. Coat forms with form oil before concrete is placed to prevent adherence to concrete. 9. Leave side forms in place not less than six hours after concrete is placed; if form removal damages concrete, Engineer may require remaining forms to remain in place more than six hours. 10. Remove forms with care to prevent cracking, spalling, or overstressing concrete; remove form stakes prior to raising forms. 11. Clean forms before resetting. C. Concrete and steel placement: 1. Uniformly moisten subgrade just prior to concrete placement or place plastic film on prepared subgrade, lap joints 12 ". 2. Adjust manhole castings, valve boxes, or other fixtures within pavement to finished surface grade; clean outside of castings. See Section 02310 - Grading for Fixture Adjustment. 3. Place dowel and tie bars as shown on Standard Drawings or specified; support and secure bars by approved chairs and wire assemblies. Place steel centered in the pavement a minimum of 300' ahead of paving operation. PORTLAND CEMENT CONCRETE PAVING 02520-6 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa City, Iowa 4. Place concrete to full depth in single operation; do not pile concrete more than 8" above design elevation of surface. 5. Carefully place concrete on subgrade to prevent segregation of materials and at locations which require minimum rehandling; do not displace reinforcing. 6. Vibrate and consolidate to prevent formation of voids; do not displace reinforcing. D. Finishing: 1. Begin finishing operations promptly after concrete has been placed and consolidated. 2. Screed surface to grade and crown as shown on Drawings. 3. Do not add free water to surface. 4. Finish surface with wood or magnesium floats; finish from both sides simultaneously if pavement is placed to full width with one pass of paving machine. 5. Check surface longitudinally with 10' long straightedge while concrete is still plastic; correct any surface deviations greater than 1/8" in 10'. 6. Provide uniformly gritty surface with AstroTurf drag; round edges of pavement to 1/8" radius. 7. Check pavement surface longitudinally after concrete has hardened with 10' long straightedge; grind high spots over 1/8" with approved grinding device or devioe>consisting of multiple saw blades. ° E. Joints: c? 1. Round edges of concrete adjacent to header boards and preformed joint material to 1/6" radius. 2. Provide supplemental vibration adjacent to header boards and preformed joint materiall�s required. 3. Construct "CD" joint when delays caused by weather conditions, end of day's work,_ar when concrete placement is interrupted for thirty minutes. 4. Construct double width expansion joint in curb over expansion joint in pavement.:'. 3.05 CURING AND PROTECTION A. Apply liquid curing compound in fine spray to form continuous, uniform film on surface and vertical edges of pavement and curbs immediately after bleeding stops. B. Apply compound with power sprayer; rate of application not less than 0.067 gallon per square yard (15 square yards per gallon); do not dilute compound. C. Apply to pavement surface after finishing and after surface moisture has disappeared; apply to pavement edges within thirty minutes after forms are removed. D. Protect concrete pavement during cold weather for at least seventy -two hours after placement as follows: (Forecast based on National Weather Service 3:00 p.m. forecast for overnight low.) 1. Temperature of 350 to 32 °F: One layer of burlap. 2. Temperature of 31° to 25 °F: Two layers burlap or one layer plastic film on one layer burlap. 3. Temperature Below 25 °F: 6" layer of straw or hay on top of one layer plastic film. Protect straw or hay from disturbance with a second layer of plastic or burlap. 4. Burlap: AASHTO M182, Class 3. 5. Commercial insulation may be substituted for straw or hay, when approved by Engineer. 6. Protect straw, hay, or insulation from disturbance by wind; leave in place for five days, minimum, or until pavement is opened to traffic. 7. Lap plastic film 18" at junctions. E. Provide cold weather protection as specified for temperature below 25 °F. for all concrete. F. Provide burlap, paper, or plastic film, and planks and stakes at or near job site to cover and protect fresh concrete and to construct temporary forms for protection against rain. G. Contractor responsible for pavement protection against effects of weather; failure to properly protect pavement may result in removal and replacement of damaged pavement. PORTLAND CEMENT CONCRETE PAVING 02520-7 Howard R. Green Company Project No. 529190J01 3.06 PAVING REPLACEMENT Peninsula Flood Mitigation Improvements Iowa City, Iowa A. Saw cut edges of removal with saw, concrete cutter, or other equipment which will produce vertical edge; cut pavement full depth. B. Break up and remove existing concrete or asphalt pavement through use of pneumatic hammer or other suitable equipment; do not damage remaining pavement; remove pavement to existing joint when required to maintain joint spacing greater than two feet (2') and when required by Engineer. C. Provide temporary granular surfacing on streets and driveways immediately following completion of backfill. Should weather condition or traffic preclude the option of immediately installing the permanent repairs, temporary measures may be taken upon approval of the Engineer. D. Install and maintain dust abatement control measures until surface replacement is complete. E. Concrete Driveway Removal and Replacement: Remove existing driveways and replace with new concrete driveways as shown on Standard Drawings and as directed by the Engineer; score or saw cut driveway to match existing driveway; protect from traffic for 7 days after the concrete is placed. F. Concrete Sidewalk Removal and Replacement: Remove existing sidewalk and replace with new concrete sidewalk as shown on Standard Drawings and as directed by Engineer; score sidewalk to match existing sidewalk in sections not less than 9 nor more than 36 sq ft in area; construct expansion joints where sidewalk meets other sidewalk, curb, or fixtures in the surface; construct expansion joint by installing a 1/2 inch, full depth of approved premolded joint material. G.,, ,Asphalt Pavement: Remove existing asphaltic concrete pavement full depth and replace with "'new asphaltic concrete material and compact as directed by the Engineer; use asphaltic concrete only to match existing material and only where allowed by the Engineer. J' .1. Clean and apply tack coat to edges of existing pavement and adjacent 1 foot of subgrade; ` tack coat bitumen: SS-1, SS -1 H, CSS -1, CSS -1 H; Iowa DOT 2303.02A. cr2. Pace asphaltic concrete mixture in layers with the upper 5 inches in at least two layers; o� minimum temperature of mixture during placement: 245 degrees F. U- :-,3. Compact each layer thoroughly with vibratory compactor; final patch shall have smooth riding surface and be level with or not more than 1/8 inch above adjacent pavement. a . Allow mixture to cool sufficiently to provide stability prior to opening to traffic; schedule work for removal of barricades at end of each working day. 3.07 JOINTS A. Saw cut transverse and longitudinal joints in pavement and integral curb as shown on Drawings. B. Begin saw cutting as soon as concrete can be sawed without objectionable tearing of sawed edges; complete work within 24 hours after concrete is placed. C. Saw cutting operation may be conducted at any time. Maintain dust abatement control measures until saw cutting operation is completed. D. Clean wet sawed joints by water blasting; clean dry sawed joints by air blasting. Resawing of joints may be required if joints are not cleaned adequately. E. Do not seal joints until concrete is at least three days old and only when pavement and air temperature is 40 °F. or higher. F. Lightly sandblast joint surfaces and clean joint by air blasting as shown on Standard Drawings. G. Place backer rope and seal as shown on Standard Drawings. H. Seal all joints before pavement is opened to Contractors forces and general traffic, PORTLAND CEMENT CONCRETE PAVING 02520-8 Howard R. Green Company Project No. 529190J01 3.08 RESTRICTIONS ON OPERATIONS Peninsula Flood Mitigation Improvements Iowa City, Iowa A. Do not place concrete when stormy or inclement weather or temperature prevents good workmanship. B. Use no aggregates containing frozen lumps and do not place concrete on frozen subgrade. C. With favorable weather conditions, begin concrete mixing and placement when ambient temperature is at least 34 °F. and rising or as directed by Engineer. D. Concrete delivered to subgrade must have temperature of at least 40 °F. E. Stop concrete mixing and placement when ambient temperature is 38 °F. and falling or as directed by Engineer. F. Stop concrete mixing and placement when ambient temperature exceeds 95 °F. or as directed by Engineer. G. Pavement damaged by inclement weather shall be removed and replaced. Night operation: 1. Place no concrete when darkness prevents good workmanship in placing and Apishing as determined by Engineer. 2. Do not place or finish concrete under artificial light, o ° -ma c-) Use of pavement: 33— i < F� 1. Time for opening pavement for use will be determined by results of_�'s`ts o�-jcylincdyg,, beams or maturity meter taken during concrete placement. ---i C- ! ' 2. Pavement may be opened to Contractor's forces after seven days for pl oble oTremdv4 coverings and building shoulders or if tests of cylinders, beams or Thai ity M,—eter frorja section show compressive strength of 3,000 psi or higher, or flexural strength or 500 psi or higher. N 3. Open pavement to general traffic when approved by authorized authority. 4. Concrete placed in cold weather may require additional curing time, as directed by Engineer; keep all vehicles off pavement until such curing time has been completed. 3.09 GRADING A. After the back of the curbs have been cured and the concrete set, fill the area back of the curbs and grade to the level of the top of the curb. The top four (4) inches of backfill shall be approved soil; free of rocks and concrete. B. The fill back of the curbs shall blend in smoothly with the undisturbed sod in the parking area and shall provide drainage onto the finished pavement. C. Perform incidental grading on site to eliminate erosion gullies and ruts. Show proper cross section for drainage as directed by the Engineer. 3.10 DEFECTS OR DEFICIENCIES A. Pavement containing excessive cracks, fractures, spalls, or other defects shall be removed and replaced, or repaired, at no cost to Owner. Severity of defects and remedy, determined by Engineer. B. Pavement thickness: determined by random cores; one 4" diameter core taken for each section of approximately 1,000 SY. C. Restore core holes by tamping non shrink cement grout into hole and finish by texturing surface. D. If the concrete cores taken are less than the specified thickness, remove and replace pavement at no cost to Owner. Deficient thickness pavement will not be accepted. E. Area represented by each core is one -half of distance to next core or to end of pavement. PORTLAND CEMENT CONCRETE PAVING 02520-9 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J0l Iowa City, Iowa F. Additional core samples may be made and measured at Contractor's expense to determine the extent and severity of pavement deficiency. 3.11 PROTECTION A. Immediately after placement, protect pavement from premature drying, excessive hot or cold temperatures, and mechanical injury. END OF SECTION PORTLAND CEMENT CONCRETE PAVING 02520-10 M Cl) Cn 0 N PORTLAND CEMENT CONCRETE PAVING 02520-10 Howard R. Green Company Project No. 629190J0l SECTION 02700 SEWERS PART1 GENERAL 1.01 SUMMARY Peninsula Flood Mitigation Improvements Iowa City, Iowa A. Construction of piping and structures for the collection and transmission of storm water. 1.02 REFERENCES A. Reinforced Concrete Pipe - For Storm Sewers 1. ASTM C76, latest edition, Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe. 2. ASTM C443, latest edition, Standard Specification for Joints for Circular Concrete Culvert and Sewer Pipe, Using Rubber Gaskets. 3. ASTM C361, latest edition, Standard Specification for Reinforced Concrete Low -Head Pressure Pipe. B. Reinforced Concrete Arch Pipe - For Storm Sewers 1. ASTM C506, latest edition, Specification for Reinforced Concrete Arch Culvert, Storm Drain and Sewer Pipe. 1.03 QUALITY ASSURANCE A. All products will meet or exceed the minimum standards specified in the applicable( references listed in the previous subsection. B. All suppliers of reinforced concrete pipe and manholes must be certified by the Iowa impartment of Transportation. C. Reinforced concrete pipe shall be manufactured by such means to minimize cage twist. Pipe displaying cage twist in excess of 30 degrees, as demonstrated by the form seam, willibe rejected. D. Details of gasket installation and joint assembly are subject to acceptance by the Engineer. E. All materials judged to be of poor quality will be marked by the Engineer and promptly removed from the site by the Contractor and replaced with new. 1.04 SUBMITTALS A. Concrete Pipe: Submit current Iowa Department of Transportation certification. B. Shoring: Submit plans for all shoring, excluding trench boxes, certified by a professional engineer registered in the State of Iowa. This submittal will not be reviewed for structural adequacy by the City. PART PRODUCTS 2.01 MATERIALS A. Reinforced Concrete Pipe - For Storm Sewers 1. Joints a. Circular pipe: All joints will be confined O -ring or profile gasket meeting ASTM C443. All pipe 36 -inch diameter and smaller will have bell and spigot joints. Pipe larger than 36- inch diameter may have tongue and groove joints. b. Arch pipe: All joints will be sealed with mastic butyl rubber -based sealant meeting the requirements of AASHTO M198 -75, Type "B ". Wrap exterior of each joint with engineering fabric. 2. Wall Thickness a. Circular pipe: Minimum wall thickness will be B -wall as defined in ASTM C76. b. Arch pipe: Minimum wall thickness as defined for in ASTM C506. SEWERS 02700-1 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa City, Iowa 3. Pipe Strength a. Circular pipe: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III as defined in ASTM C76. b. Arch pipe: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III A as defined in ASTM C506. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on the outside of the pipe. 5. Lift holes are not allowed. 6. Minimum Bedding — Type B per ASTM C 12 with compacted granular material to the springline of the pipe. B. Bedding 1. Granular bedding material shall consist of porous backfill material, [DOT Standard Specification Section 4131 and Section 4109, Gradation No. 29. PART 3 EXECUTION 3.01 INSTALLATION OF PIPE A. Inspect before installation. Remove and replace defective sections. B. Alignment and Grade 1. Install to line and grade indicated on plans using laser and check elevation as required to maintain grade. 2. Driving down to grade by striking or with excessive force from excavating equipment is not allowed. 3. Blocking the pipe to grade with wood, stones or other materials is not allowed. C. Aedding . - �1, Support on compacted granular bedding material using the type of bedding specified on the plana. If no bedding is specified, use the minimum bedding specified in Part 2 of these L1I a §pecifications. P Place bedding material to ensure that there are no voids under or alongside the length of the pipd.)Slice with shovel to remove voids. Compact with pneumatic equipment. 3. Hend:shape bell holes so that only pipe barrel receives bearing pressure. D. 66nnectlobs A -LOK shall be used for all sanitary sewer connections to manholes unless approved by the N Engineer. 2. Subdrains shall be connected to storm sewer intakes and manholes using IDOT standard intake outlet detail RF -19C. CMP outlet shall be used unless approved by the Engineer. E. Jointing 1. Clean and lubricate all joints prior to assembly. 2. Join per manufacturer's recommendations. 3. Suitable couplings shall be used forjointing dissimilar materials. F. Backfill as specified in Section 02220. G. Clean pipeline upon completion. H. Tolerances 1. Any deviation in a sewer pipes section more than 1/8 inch per foot of pipe diameter from the horizontal or vertical alignment, as established by the Engineer, will not be allowed; and all sewer laid incorrectly, as determined by the Engineer, must be retaid at the Contractor's expense. This tolerance in grade will be allowed only if the sewer is designed at a slope sufficient to prevent backfall when its limits are reached. Under no condition will a sewer be accepted when one or more pipe lengths have been installed without "fall'. 2. The completed sewer must be laid so nearly in a perfect line that an ordinary electric lantern held at center of the sewer at a manhole may be wholly visible to the eye at the level of the SEWERS 02700-2 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa City, Iowa sewer at the next manhole. 3. Sags and reverse slope on gravity pipe is prohibited. Remove and relay pipe to proper grade. 3.02 TESTING OF PIPE A. Lamp all pipe to visually inspect for defects and debris. 3.03 MAINTENANCE OF FLOW A. Storm Sewers: At the end of each working day, the Contractor shall reestablish the full capacity of any drainage system affected by construction. Diversion of storm water into the sanitary sewer system is not allowed. 3.04 CONFLICTS A. Provide temporary support for existing water, gas, telephone, power or other utilities or services that cross the trench. B. Compact backfill under the existing utility crossing as specified in Section 02200. END OF SECTION SEWERS 02700-3 N O O < F' N Cs� SEWERS 02700-3 Howard R. Green Company Project No. 529190J01 SECTION 02900 LANDSCAPING PART 1- GENERAL 1.01 SUMMARY Peninsula Flood Mitigation Improvements Iowa City, Iowa A. Plantings (trees, shrubs, seed and sod), Including soil preparation, finish grading, landscape accessories and maintenance, 1.02 QUALITY ASSURANCE A. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer and /or City Forester, have not survived and grown in a satisfactory manner for a period of one year after City Council acceptance of the project. 1.03 SUBMITTALS A. Submit certification of seed mixtures, purity, germinating value, and crop year identification to the Engineer. PART 2- PRODUCTS N O o 2.01 SEED D i, Minimum Proportion Lbs./ Lbsy� -' )r-� Mix by Weight Acre 1 000. Mt ft URBAN MIX* ry w Kentucky Blue Grass 70% 122.0 2.801 N Perennial Rygrass (fine leaf variety) 10% 18.0 0.40 Creeping Red Fescue 20% 35.0 0.80 RURAL MIX* Kentucky 31 Fescue 54% 25 0.57 Switchgrass (Black Well) 17% 8 0.18 Alfalfa (Northern Grown) 11% 5 0.11 Birdsfoot Trefoil (Empire) 9% 4 0.09 Alsike Clover 9% 4 0.09 *A commercial mix may be used upon approval of the Engineer if it contains a high percentage of similar grasses. 2.02 LIME AND FERTILIZER A. Ground agriculture limestone containing not less than 85 percent of total carbonates. B. Fertilizer shall contain the following percentages by weight or as approved by Engineer: Nitrogen* - 15 % Phosphorus - 15% Potash - 15% *At least 50 percent of nitrogen derived from natural organic sources of ureaform. LANDSCAPING 02900 -1 Howard R. Green Company Project No. 529190J01 PART 3 - EXECUTION 3.01 SEED, FERTILIZE, LIME AND MULCH Peninsula Flood Mitigation Improvements Iowa City, Iowa A. Apply lime by mechanical means at rate of 3,000 pounds per acre. B. Apply fertilizer at rate of 450 pounds per acre. C. Seed Areas: 1. Remove weeds or replace loam and reestablish finish grades if any delays in seeding lawn areas allow weeds to grow on surface or loam is washed out prior to sowing seed. This work will be at the Contractor's expense. 2. Sow seed at rate of 175 pounds per acre on calm day, by mechanical means. Sow one -half of seed in one direction, and other one -half at right angles to original direction. 3. Rake seed lightly into loam to depth of not more than''% -inch and compact by means of an acceptable lawn roller weighing 100 to 150 pounds per linear foot of width. 4. Hydro- seeding may be used- upon approval of the Engineer. D. Water lawn area adequately at time of sowing and daily thereafter with fine spray until germination, and continue as necessary throughout maintenance and protection period. E. Seed during approximate time periods of April 1 to May 15 and August 15 to September 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. c -, F�:;AII, areas requiring mulch shall be mulched as soon as seed is sown and final rolling is C completed. Mulch shall be evenly and uniformly distributed and anchored into the soil. The application rate for reasonably dry material shall be approximately 1'% tons of dry cereal straw, ,,twd toms of wood excelsior, or two tons of prairie hay per acre, or other approved material, de e6ding on the type of material furnished. All accessible mulched areas shall be consolidated by - tilling with a mulch stabilizer, and slope areas shall be tilled on the contour. Crawler -type or ° a- -dual- 'wheel tractors shall be used for the mulching operation. Equipment shall be operated in a omannbr to minimize displacement of the soil and disturbance of the design cross section. G. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one -year maintenance period. 3.02 MAINTENANCE -ALL PLANTINGS A. Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, weed, prune, spray, fertilize, cultivate and otherwise maintain and protect all plantings. B. Maintain sod and seed areas at maximum height of 2% inches by mowing at least three times. Weed thoroughly once and maintain until time of final acceptance. Reseed and refertilize with original mixtures, watering, or whatever is necessary to establish, over entire area, a close stand of grasses specified and reasonably free of weeds and undesirable grasses. C. Reset settled trees and shrubs to proper grade and position, and remove dead material. D. All plantings shall be guaranteed for a period of one year after City Council acceptance of the project. E. The Contractor shall supply all water for planting and maintenance. Water may be obtained at the Contractor's expense at the bulk water fill station located at 1200 S. Riverside Drive. All water LANDSCAPING 02900 -2 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa City, Iowa must be paid for in advance at the Civic Center, 410 E. Washington Street. END OF SECTION LANDSCAPING zz _ ;cam -'m s N O O J=am N 02900 -3 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa SECTION 03300 CAST -IN -PLACE CONCRETE PART1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section specifies cast -in -place concrete, including reinforcement, concrete materials, mixture design, placement procedures, curing requirements and finishes. B. Work on this project shall conform to all requirements of ACI 301 -05 published by the American Concrete Institute, Farmington Hills, Michigan, except as modified herein. 1.03 SUBMITTALS A. General: In addition to the following, complywith submittal requirements in ACI 301. B. Product Data: For each type of product indicated. C. Design Mixtures: For each concrete mixture. LD 1.04 QUALITY ASSURANCE A. Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed n etej; j products and that complies with ASTM C 94/C 94M requirements for productionfacihies and 6 equipment. ` -r 1 B. Source Limitations: Obtain each type of cement of the same brand from the safne" manufacturer's plant, obtain aggregate from one source, and obtain admixtures through He source from a single manufacturer. C. Comply with ACI 301, "Specification for Structural Concrete," including the following sections, unless modified by requirements in the Contract Documents: 1. "General Requirements." 2. "Formwork and Formwork Accessories." 3. 'Reinforcement and Reinforcement Supports." 4. "Concrete Mixtures." 5. "Handling, Placing, and Constructing." D. Comply with ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." PART PRODUCTS 2.01 FORMWORK A. Furnish formwork and formwork accessories according to ACI 301. 2.02 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615/A 615M, Grade 60 (Grade 420), deformed. 2.03 CONCRETE MATERIALS A. Cementitious Material: Use the following cementitious materials, of the same type, brand, and source throughout Project: 1. Portland Cement: ASTM C 150, Type I or Type 11. Supplement with the following: a. Fly Ash: ASTM C 618, Class C or F. CAST -IN -PLACE CONCRETE 03300-1 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa B. Normal- Weight Aggregate: ASTM C 33, graded, 1 inch (25 mm) nominal maximum aggregate size. C. Water: ASTM C 94/C 94M; potable. D. Synthetic Fiber: Monofilament or fibrillated polypropylene or polyethylene "Macro Fibers ", engineered and designed for use in concrete pavement, complying with ASTM C 1116, Type III, 1 %to 2Y2 inches long. 1. Manufacturers: a. Grace. b. Forta. c. Novomesh. d. Euclid. 2.04 ADMIXTURES A. Air - Entraining Admixture: ASTM C 260, containing no chlorides. B. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water - soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. 1. Water- Reducing Admixture: ASTM C 494/C 494M, Type A. 2. Water- Reducing and Retarding Admixture: ASTM C 494/C 494M, Type D. 3. High- Range, Water- Reducing Admixture: ASTM C 494/C 494M, Type F. 4. Manufacturers: a. BASF. b. W.R. Grace & Company. c. Euclid. d: GIRT. e. Approved equivalent. `'-72`05 BELATED MATERIALS A., ,Expansion Joint - Filler: Neoprene, closed -cell, expanded, in accordance with ASTM D1056, Type _ 2C5. �_P._ B.'; Floorsepler /hardener: 1. Magnesium fluosilicate -. Manufacturers: a. BASF Sonneborn: Lapidolith b. L &M Construction Chemicals: Fluohard c, Approved equivalent. 2.06 CURING MATERIALS A. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz. /sq. yd. (305 g /sq. m) when dry. B. Moisture - Retaining Cover: ASTM C 171, polyethylene film or white burlap - polyethylene sheet. C. Water: Potable. D. Clear, Waterborne, Membrane- Forming Curing Compound: ASTM C 309, Type 1, Class B. 2.07 CONCRETE MIXTURES A. Comply with ACI 301 requirements for concrete mixtures. B. Normal- Weight Concrete: Prepare design mixes, proportioned according to ACI 301, as follows: 1. Minimum Compressive Strength: Per schedule on drawings. 2. Maximum Water - Cementitious Materials Ratio: Per schedule on drawings. CAST -IN -PLACE CONCRETE 03300-2 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa Ciy, Iowa 3. Slump Limit: Before adding superplasticizers: 1 -3 inches. After adding superplasticizers: 5 -9 inches. 4. Air Content: Per schedule on drawings. C. Synthetic Fiber: Uniformly disperse in concrete mix at manufacturer's recommended rate but not less than a rate of 5.0 lb/cu. yd. 2.08 CONCRETE MIXING A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94/C 94M and ASTM C 1116, and furnish batch ticket information. 1. When air temperature is above 90 deg F (32 deg C), reduce mixing and delivery time to 60 minutes. PART 3 EXECUTION 3.01 PREPARATION A. Prior to placing concrete on ground: 1. Surface- compact existing subgrade to 95% of ASTM D698. o 2. Verify bearing capacity of existing subgrade per requirements on Drawing. 3. Place insulation board where indicated on Drawings. = 4. Place sand layer per Drawings and compact to 95% ASTM D698. ' — -< 3.02 FORMWORK -ic7 `Q A. Design, construct, erect, brace, and maintain formwork according to ACI 301. 3.03 STEEL REINFORCEMENT n� A. Comply with CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement. 3.04 JOINTS A. See drawings for joint information. 3.05 CONCRETE PLACEMENT A. Comply with ACI 301 for measuring, batching, mixing, transporting, and placing concrete. B. Do not add water to concrete during delivery, at Project site, or during placement. C. Consolidate concrete with mechanical vibrating equipment. 3.06 FINISHING UNFORMED SURFACES A. General: Comply with ACI 302.1 R for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Screed surfaces with a straightedge and strike off. Begin initial floating using bull floats or derbies to form a uniform and open- textured surface plane before excess moisture or bleedwater appears on surface. 1. Do not further disturb surfaces before starting finishing operations. C. Nonslip Broom Finish: Apply a nonslip broom finish to surfaces indicated and to exterior concrete steps and stoop slabs. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber- bristle broom perpendicular to main traffic route. CAST -IN -PLACE CONCRETE 03300-3 Howard R. Green Company Project No. 529190J0l Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa 3.07 CONCRETE PROTECTING AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold- weather protection and with ACI 301 for hot - weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h (1 kg /sq. m x h) before and during finishing operations. Apply according to manufacturers written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Begin curing after finishing concrete but not before free water has disappeared from concrete surface. D. Curing Methods: Cure formed and unformed concrete for at least seven days by one or a combination of the following methods: 1. Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials: a. Water. b. Continuous water -fog spray. c. Absorptive cover, water saturated and kept continuously wet. Cover concrete surfaces and edges with 12 -inch (300 -mm) lap over adjacent absorptive covers. 2. Moisture - Retaining -Cover Curing: Cover concrete surfaces with moisture- retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches (300 mm), and sealed by waterproof tape or adhesive. Cure for not less than seven days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturers written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. u_'4. Curing and Sealing Compound: Apply uniformly to floors and slabs indicated in a �ti y continuous operation by power spray or roller according to manufacturers written .. instructions. Recoat areas subjected to heavy rainfall within three hours after initial appjication. Repeat process 24 hours later and apply a second coat. Maintain continuity of coating and repair damage during curing period. 3.08 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified independent testing and inspecting agency to sample materials, perform tests, and submit test reports during concrete placement according to requirements specified in this Article. B. Tests: Perform according to ACI 301. 1. Testing Frequency: One composite sample shall be obtained for each day's pour of each concrete mix exceeding 5 cu. yd. (4 cu. m) but less than 25 cu. yd. (19 cu. m), plus one set for each additional 50 cu. yd. (38 cu. m) or fraction thereof. 3.09 REPAIRS A. Remove and replace concrete that does not comply with requirements in this Section. END OF SECTION CAST -IN -PLACE CONCRETE 03300-4 Howard R. Green Company Project No. 529190J0l SECTION 04065 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa MORTAR AND MASONRY GROUT PART1 GENERAL 1.01 SECTION INCLUDES A. Mortar for masonry. 1.02 REFERENCE STANDARDS A. ASTM C 144 - Standard Specification for Aggregate for Masonry Mortar; 2004. B. ASTM C 150 - Standard Specification for Portland Cement; 2007. C. ASTM C 207 - Standard Specification for Hydrated Lime for Masonry Purposes; 2006. D. ASTM C 270 - Standard Specification for Mortar for Unit Masonry; 2007a. E. ASTM C 404 - Standard Specification for Aggregates for Masonry Grout; 2007. F. ASTM C 979 - Standard Specification for Pigments for Integrally Colored Concrete; 2005. G. IMIAWC (HW) -Recommended Practices & Guide Specifications for Hot Weather Masonry Construction; International Masonry Industry All- Weather Council; current edit[-0-r. 1.03 SUBMITTALS A. See Section 01300 for submittal procedures. B. Product Data: Include design mix and indicate whether the Proportion or Property s ea� ratio of ASTM C 270 is to be used. r.a 1.04 QUALITY ASSURANCE A. Single Source Responsibility for Mortar Materials: Obtain mortar ingredients of uniform quality; including color for exposed masonry, from one manufacturer for each cementitious component and from one source and producer for each aggregate. Mortar ingredients shall be chosen that will not produce effloresense. 1.05 DELIVERY, STORAGE, AND HANDLING A. Maintain packaged materials clean, dry, and protected against dampness, freezing, and foreign matter. G�rZ7�I��ZKiL O"10Z1161 A. Cold Weather Requirements: Comply with recommendations of IMIAWC (CW). B. Hot Weather Requirements: Comply with IMIAWC (HW). PART 2 PRODUCTS 2.01 MATERIALS A. Portland Cement: ASTM C 150, Type I - Normal; standard gray color. B. Hydrated Lime: ASTM C 207, Type S. C. Mortar Aggregate: ASTM C 144. D. Grout Aggregate: ASTM C 404. E. Pigments for Colored Mortar: Pure, concentrated mineral pigments specifically intended for mixing into mortar and complying with ASTM C 979. MORTAR AND MASONRY GROUT 04065-1 Howard R. Green Company Project No. 529190J0l 1. Colors: As required to match existing mortar. F. Water: Clean and potable. G. Bonding Agent: Latex type. 2.02 MORTAR MIXES Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa A. Mortar for Unit Masonry: ASTM C 270, Proportion Specification. 1. Exterior, loadbearing masonry: Type N. 2. Exterior, non- Ioadbearing masonry: Type N. 2.03 MORTAR MIXING A. Thoroughly mix mortar ingredients using mechanical batch mixer, in accordance with ASTM C 270 and in quantities needed for immediate use. B. Maintain sand uniformly damp immediately before the mixing process. C. Add mortar color in accordance with manufacturer's instructions. Provide uniformity of mix and coloration. D. Do not use anti - freeze compounds to lower the freezing point of mortar. E. If water is lost by evaporation, re- temper only within two hours of mixing. F. Use mortar within two hours after mixing at temperatures over 90 degrees F, or two- and- one -half hours at temperatures under 50 degrees F. PART 3 EXECUTION 3.01 PREPARATION A. Apply bonding agent to existing surfaces. END OF SECTION MORTAR AND MASONRY GROUT 04065 -2 M CD Cn PAL g �s 0 0 ° o N MORTAR AND MASONRY GROUT 04065 -2 Howard R. Green Company Project No. 529190J0l Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa METAL FABRICATIONS PART1 GENERAL 1.01 SECTION INCLUDES A. Shop fabricated steel items. 1.02 REFERENCE STANDARDS A. ASTM A 351A 36M - Standard Specification for Carbon Structural Steel; 2005. B. ASTM A 123/A 123M - Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products; 2002. C. ASTM A 153/A 153M - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware; 2005. 0 D. ASTM A 283/A 283M - Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates; 2003 (Reapproved 2007). E. ASTM A 325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength; 2009. F. ASTM A 325M - Standard Specification for Structural Bolts, Steel, Heat Treated-830 MPa Tensile Strength (Metric); 2009. G. ASTM A 500 1A 500M - Standard Specification for Cold- Formed Welded and Seamless :Carbon Steel Structural Tubing in Rounds and Shapes; 2007. H. AWS A2.4 - Standard Symbols for Welding, Brazing, and Nondestructive Examination; American Welding Society; 2007. I. AWS D1.1/D1.1 M - Structural Welding Code - Steel; American Welding Society; 2008. J. SSPC -Paint 20 - Zinc -Rich Primers (Type I, "Inorganic," and Type II, "Organic "); Society for Protective Coatings; 2002 (Ed. 2004). 1.03 SUBMITTALS A. See Section 01300 -Administrative Requirements, for submittal procedures. B. Shop Drawings: Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size and type of fasteners, and accessories. Include erection drawings, elevations, and details where applicable. 1. Indicate welded connections using standard AWS A2.4 welding symbols. Indicate net weld lengths. C. Welders' Certificates: Submit certification for welders employed on the project, verifying AWS qualification within the previous 12 months. PART PRODUCTS 2.01 MATERIALS - STEEL A. Steel Sections: ASTM A 36/A 36M. B. Steel Tubing: ASTM A 500, Grade B cold- formed structural tubing. C. Plates: ASTM A 283. METAL FABRICATIONS 05500-1 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa D. Bolts, Nuts, and Washers: ASTM A 325 (ASTM A 325M), Type 1, galvanized to ASTM A 153/A 153M where connecting galvanized components. E. Welding Materials: AWS D1.1 /D1.1M; type required for materials being welded. F. Touch -Up Primer for Galvanized Surfaces: SSPC -Paint 20, Type I - Inorganic, complying with VOC limitations of authorities having jurisdiction. 2.02 FABRICATION A. Fit and shop assemble items in largest practical sections, for delivery to site. B. Fabricate items with joints tightly fitted and secured. C. Continuously seal joined members by continuous welds. D. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joints butt tight, flush, and hairline. Ease exposed edges to small uniform radius. E. Supply components required for anchorage of fabrications. Fabricate anchors and related components of same material and finish as fabrication, except where specifically noted otherwise. 2.03 FABRICATED ITEMS A. Door Frames for Flood Protection Doors: Angle, HSS, and Plate sections; galvanized finish. 2.04 FINISHES -STEEL A. Clean surfaces of rust, scale, grease, and foreign matter prior to finishing. B. Rome Painting: One coat. ,+ C. dhlvanizing of Steel Members: Galvanize after fabrication to ASTM A 123/A 123M requirements. Q5? FABRICATION TOLERANCES —11A. guar #nus: 1/8 inch maximum difference in diagonal measurements. P _ B. %ximurfi'Offset Between Faces: 1116 inch. C. Wximur` :Misalignment of Adjacent Members: 1/16 inch. 0 D. vMlaximum Bow: 1/8 inch in 48 inches. E. Maximum Deviation From Plane: 1/16 inch in 48 inches. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. KNORM116 /_11IAMWk1 A. Install items plumb and level, accurately fitted, free from distortion or defects. B. Provide for erection loads, and for sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. C. Field weld components indicated. D. Perform field welding in accordance with AWS D1.1/D1.1 M. E. Obtain approval from Engineer prior to site cutting or making adjustments not scheduled. METAL FABRICATIONS 05500-2 Howard R. Green Company Project No. 529190J01 END OF SECTION Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa N O v + N - N E� 1I�Y METAL FABRICATIONS 05500-3 Howard R. Green Company Project No. 529190J01 SECTION 08301 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa SIDE HINGED FLOOD DOOR PART1 GENERAL 1.01 DESCRIPTION A. Provide flood door; factory assembled with frame and all operation components in accordance with Specifications and Drawings. 1.02 RELATED REQUIREMENTS A. 05500 Metal Fabrications B. 09900 Paints and Coatings N 1.03 REFERENCE STANDARDS a C� A. ASTM A 6/A 6M - Standard Specification for General Requirements for Rollgy. trucgal Steel l Bars, Plates, Shapes, and Sheet Piling; 2008. B. ASTM A 36/A 36M - Standard Specification for Carbon Structural Steel; 2001 ro i C. ASTM A 123/A 123M - Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products; 2002. , D. ASTM A 500 /A 500M - Standard Specification for Cold- Formed Welded and Seamleq �arbon Steel Structural Tubing in Rounds and Shapes; 2007. E. ASTM A 501 - Standard Specification for Hot - Formed Welded and Seamless Carbon Steel Structural Tubing; 2007. F. AWS D1.1/D1.1 M - Structural Welding Code - Steel; American Welding Society; 2008. G. AISC - Specification for Structural Steel Buildings; 2005. 1.04 SUBMITTALS A. Shop drawings: Include pertinent details for installation, anchorage of framing members, connections, sealing, dimensional plans and elevations, sections and details for all mounting and connections, and adaptation of system for specific project conditions; include engineering calculations stamped and certified by a Professional Engineer; attesting to the adequacy of system to meet loading and design conditions. B. Manufacturers Data: Submit installation and maintenance manuals for flood barriers. C. Results of penetration and pressure tests shall be submitted to Engineer before delivery and acceptance of product. 1.05 QUALIFICATIONS A. Manufacturer shall present evidence attesting to a minimum of 5 years successful experience in design and manufacture of the door and door seal types specified. 1.06 DELIVERY, STORAGE AND HANDLING A. Deliver and store flood door and components in a method preventing damage to any components or materials according to manufacturer recommendations. 1.07 WARRANTY A. Flood door shall operate satisfactorily and be free of defects in material and workmanship for a period of not less than 5 years from the date of formal acceptance by the Owner. SIDE HINGED FLOOD DOOR 08301 -1 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa Ciy, Iowa PART 2 PRODUCTS 2.01 PRODUCT DESCRIPTION A. Side hinged flood door shall be of lip seal or compression seal gasket system type protecting from flood waters to depth specified. 2.02 MANUFACTURERS A. Walz & Kremer, Inc. B. Presray Corporation. C. Engineer Pre - Approved Equivalent. 2.03 COMPONENTS A. Hinges 1. Shall include bronze oil- impregnated thrust bearing. 2. Stainless steel hinge pins. 3. Stainless steel mounting bolts. A 4._..7 C. ILI 2.04 Grab Handle, Latch Set, and Lock 1. Stainless steel or type 6061 aluminum grab handle. a. Separate grab handle shall be provided on upper door panel 2. Corrosion resistant heavy duty latch set. 3. Corrosion resistant heavy duty deadbolt type door lock. c,4. Corrosion resistant heavy duty deadbolt type or sliding latch type lock to secure upper door 0) to lower door. Lock shall be functional from the outside without opening lower door. N Dogs (for compression seal type door) ' ;1. The spacing of the dogs with stainless steel rollers shall evenly distribute the loads and ar, < gasket compression. The handle shall be provided with an "o" ring seal and two — %oil- impregnated bronze flange bearings to maintain shaft alignment. When not in the '-dodged position, the handles shall be held in the stored position by disk springs. Each dog *41 be equipped with a means for adjusting seal compression after installation in the field. Dogs shall be operable from the exterior of the door. N MATERIALS A. Frame 1. 304 Stainless Steel. 2. Center mullion shall be of same material and specification as door frame. B. Panel 1. Type 6061 aluminum with type 6061 aluminum stiffeners. C. Gasket 1. Gasket shall be molded neoprene with fully molded corners. 2.05 DESIGN A. Door shall be designed with a minimum 2:1 factor of safety based on material yield strength and shall provide effective seal against the design pressure. B. Design of the door shall allow the pressure on the door to be trasmitted to the frame. C. Frame shall be ready for bolting into the steel door frame as shown on the Project Drawings. SIDE HINGED FLOOD DOOR 08301 -2 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa D. Door side and top frame shall be angles for mounting on the exterior face of HSS steel tube door frame as shown on Project Drawings. E. Door shall open and close smoothly without deformation under minimal effort. F. Center mullion shall be removable. G. One door shall be of two panel design; split vertically as shown on Project Drawings with separate hinges. Upper door panel shall lock to the lower door and be operable without opening lower door. Upper door shall include weatherproof seal to lower door and frame but is not required to be watertight. H. Design Loading 1. Door assemblies shall be watertight to an exterior flood water height of 4 feet above bottom of door. 2. Inside conditions are to remain dry. I. Dimensions N 1. Door assembly shall be designed for maximum opening area according to- final deer frame CD dimensions; verify with Contractor before fabrication.? c� �.t 2.06 QUALITY ASSURANCE A. All welds on steel assemblies that may be potential "leak path" shall be liquid 'Pe6ilrant7 inspected in accordance with applicable welding code. B. Finished assembly shall be factory leak tested to verify that it will withstand the designr j hydrostatic pressure. N o, PART 3 EXECUTION 3.01 EXAMINATION A. Verify door assembly and door frame is rigid and free from all defects, warps, and buckles before installation. 3.02 INSTALLATION A. Install in accordance with Manufacturer's recommendations and approved shop drawings. B. Include all required related items for a complete installation. 3.03 FABRICATION A. Fabricate door and frame to compensate for dimensional tolerances of door frame as described in Specification Section 05500. 3.04 ADJUSTING A. Adjust hardware for smooth operation. A. Remove protective material from factory finished surfaces. B. Remove labels and visible markings. C. Wash surfaces by method recommended and acceptable to sealant and door manufacturer; rinse and wipe surfaces clean. D. Remove excess sealant by moderate use of mineral spirits or other solvent acceptable to sealant manufacturer. SIDE HINGED FLOOD DOOR 08301 -3 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa Ciy, Iowa END OF SECTION c-� C71 t� F- �� 0 0 N SIDE HINGED FLOOD DOOR 08301 -4 Howard R. Green Company Project No. 529190JOl SECTION 09900 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa PAINTS AND COATINGS PART1 GENERAL 1.01 SECTION INCLUDES A. Field application of paints. B. See Schedule - Surfaces to be Finished, at end of Section. 1.02 REFERENCES A. ASTM D 16 - Standard Terminology for Paint, Coatings, Materials, and Applications; 1998b. B. ASTM E 84 - Standard Test Method for Surface Burning Characteristics of Building Materials. C. NACE (IMP) - Industrial Maintenance Painting; NACE International; current edition. D. NPCA (National Paint and Coatings Association) - Guide to U.S. Government Paint Specifications. E. PDCA (Painting and Decorating Contractors of America) - Painting - Architectural Specifications Manual F. SSPC SPA - Surface Preparation Specification No. 1 - Solvent Cleaning. ° G. SSPC SP -2 - Surface Preparation Specification No. 2 - Hand Tool Cleaning. ij H. SSPC SP -3 - Surface Preparation Specification No. 3 - Power Tool Cleaning, C) — I. SSPC SP -5 - Surface Preparation Specification No. 5 - White Metal Blast Cleanin 7 T -•� J. SSPC SP -6 - Surface Preparation Specification No. 6 - Commercial Blast CIea g y K. SSPC SP -7 - Surface Preparation Specification No. 7 - Brush -Off Blast Cleaning: ry W L. SSPC SPA 0 - Surface Preparation Specification No. 10 - Near -White Metal Blast Cleaning. M. SSPC SPA I - Surface Preparation Specification No. 11 - Power Tool Cleaning to White Metal. N. SSPC SP -12 - Surface Preparation Specification No. 12 - High Pressure Water Cleaning. O. SSPC SP -13 - Surface Preparation Specification No. 13 - Concrete Cleaning. P. SSPC (PM1) - Steel Structures Painting Manual, Vol. 1, Good Painting Practice; Society for Protective Coatings; 1993, Third Edition. 1.03 DEFINITIONS A. Conform to ASTM D 16 for interpretation of terms used in this section. B. Coatings: Heavy duty finishes for use on any surfaces, especially surfaces subject to submerged, high moisture, splash, or chemical environment. C. Ambient Conditions: 1. Chemical: Surface subject to corrosive chemical splash or fumes. 2. Moist: Surface subject to wet areas such as shower rooms and rooms with open tanks. 3. Normal: Surface subject to normal temperatures and humidity such as found in offices and corridors. D. Splash: Surface subject to frequent washing and chemical splash. E. Submerged P: Surface submerged in potable water plus 1' -0" above high liquid level. PAINTS AND COATINGS 09900-1 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J0l Iowa Ciy, Iowa F. Submerged NP: Surface submerged in nonpotable liquid plus V -0" above high liquid level. 1.04 SUBMITTALS A. See Section 01300 -Administrative Requirements, for submittal procedures. B. Product Data: Provide data on all finishing products. C. Samples: Actual color samples available for each type of coating scheduled. D. Samples: Submit two paper chip samples, 2 x 2 inch in size illustrating range of colors and textures available for each surface finishing product scheduled. E. Literature: 1. Submit manufacturer's literature stating application recommendations and generic makeup of each type of coating schedule. 2. Substitutions: For coatings not specified herein, provide substitute manufacturer's literature with specified coating literature for Engineer to make proper evaluation. F. Letter of Certification /Shop Painting: 1. Contractor has option of shop coating materials and equipment partially or totally. 2. Submit the following for factory- applied coatings: a. Coating used. b. Manufacturer's written certificate factory- applied coating system identical to, or exceeding, requirements specified herein. c. Requirements for touch -up or coating. d. History of coating performance in same environment. 3. Submit the following for factory- applied primer. a. Primer used. w b. Contractor's certification factory- applied primer compatible with field- applied finish coat. c� Manufacturer's Instructions: Indicate special surface preparation procedures and substrate conditions requiring special attention. A �..i H. `Maintenance Data: Submit data on cleaning, touch -up, and repair of painted and coated COrfaces. �6 QUVT- Y,ASSURANCE P A. &amplin6.& Materials: Engineer reserves the right to select unopened containers of materials furnished on job and have materials tested at approved laboratory. Owner will pay for first tests. 2. Retests of rejected materials and tests of replacement materials shall be paid for by the Contractor. 3. Remainder of contents of containers not required for testing will be returned to Contractor. B. Field Quality Control: 1. Before beginning work, finish one complete room, space or item of each color scheme required, showing selected colors, finished texture, material, and workmanship. After approval, sample rooms or items shall serve as standard for similar work throughout the building. 2. If coverage is not acceptable to the Engineer, Engineer reserves the right to require extra application of paint at no extra cost to Owner. 1.06 REGULATORY REQUIREMENTS A. Conform to applicable code for flame and smoke rating requirements for products and finishes. 1.07 DELIVERY, STORAGE, AND PROTECTION A. Deliver products to site in sealed and labeled containers; inspect to verify acceptability. PAINTS AND COATINGS 09900-2 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa Ciy, Iowa B. Container Label: Include manufacturer's name, type of paint, brand name, lot number, brand code, coverage, surface preparation, drying time, cleanup requirements, color designation, and instructions for mixing and reducing. C. Paint Materials: Store at minimum ambient temperature of 45 degrees F and a maximum of 90 degrees F, in ventilated area, and as required by manufacturer's instructions. D. Avoid danger of fire: Deposit cleaning rags and waste materials in metal containers having tight covers or remove from building each night. Provide fire extinguishers of type recommended by coating manufacturer in areas of storage and where finishing is occurring. Allow no smoking or open containers of solvents. Store solvents in safety cans. E. Empty containers shall have labels cancelled and be clearly marked as to use. F. Upon project completion, remaining material will become property of Owner. Seal material as required for storage, marked as to contents and shelf life, and store where required by Owner. G. Protect floor and walls of storage area from splatter or disfiguration. 1.08 ENVIRONMENTAL REQUIREMENTS N A. Do not apply materials when surface and ambient temperatures are outside the temper5fdre ranges required by the paint product manufacturer. o B. Do not apply exterior coatings during rain or snow, or when relative humidity is �S lde this humidity ranges required by the paint product manufacturer. C. Apply no finish in rooms where dust is being generated. r-,l -, :)j� D. Maintain interior temperature and relative humidity of space, as recommended.t jcceating manufacturer, 24 hours before applying and until coating is cured. _- N a.) E. Provide lighting level of 80 ft candles measured mid - height at substrate surface. 1.09 PROJECT /SITE CONDITIONS A. Protection: 1. Cover material and surfaces, including floors and open tanks, adjoining or below work in progress with clean drop cloths or canvas. 2. Remove hardware, accessories, plates, lighting fixtures, and similar items or provide protection by masking. Upon completion, replace above items or remove protection and clean. 3. Maintain manufacturer's environmental requirements while coating dries. B. Cooperation: Work shall be scheduled and coordinated with other trades and shall not proceed until other work and /orjob conditions are, in the judgment of the Owner's Construction Inspector, as required to achieve satisfactory results. 1.10 EXTRA MATERIALS A. See Section 01600 -Product Requirements, for additional provisions. B. Supply 1 gallon of each color and type; store where directed. C. Label each container with color and type in addition to the manufacturer's label. 1.11 WARRANTY A. Full warranty against defects in materials and workmanship for five years after final acceptance by Owner, including all parts, labor, and expenses. PART PRODUCTS PAINTS AND COATINGS 09900-3 Howard R. Green Company Project No. 529190J0l 2.01 MANUFACTURERS A. Paints: 1. ICI Devoe Coatings. 2. Sherwin- Williams Co. 3. Tnemec. 4. Engineer approved equivalent. 2.02 PAINTS AND COATINGS - GENERAL Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa A. Materials selected for coating system for each type of surface shall be product of same manufacturer. B. Paints and Coatings: Ready mixed. C. Paints and Coatings: Ready mixed, except field- catalyzed coatings. Prepare pigments: 1. To a soft paste consistency, capable of being readily and uniformly dispersed to a homogeneous coating. 2. For good flow and brushing properties. 3. Capable of drying or curing free of streaks or sags. D. Color shall be formed of pigments free of lead, lead compounds or other materials which might be affected by presence of hydrogen sulfide or other gases likely to be present at project. E. Coatings shall meet surface burning characteristics as required by code and established by ASTM E 84. F. Any surface not listed in the schedule of materials, shall be painted as scheduled for similar surfaces. In general, all non - ferrous metals, aluminum, stainless steel, chrome, and copper will not be painted. 2.03 SCOT DULE --.COLORS A. Colors shall be selected and approved by Owner. Lt. B. Wheie; patching and repair occurs in rooms or spaces not scheduled for finish, finish to blend or match existing colors and surfaces. Carry finish to a natural boundary between new work and exisfing: r t —� ii.W AC:1SSU @Y. MATERIALS o L7 A. accessory Materials: Linseed oil, shellac, turpentine, paint thinners and other materials not sj ecifically indicated but required to achieve the finishes specified; commercial quality. B. Patching Material: Latex filler. C. Fastener Head Cover Material: Latex filler. 2.05 MIXING AND TINTING A. Each coat -primer, intermediate, finish -shall be slightly darker than preceding coat to visually indicate adequate coverage, unless otherwise approved by the Engineer. B. Tint undercoats similar to finish coats, but with sufficient variations to distinguish between coats. C. Adjust stained finishes as necessary to obtain identical appearance on veneer and solid stock. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that surfaces are ready to receive Work as instructed by the product manufacturer. PAINTS AND COATINGS 09900-4 Howard R. Green Company Project No. 529190J0l Peninsula Flood Mitigation Improvements Iowa Ciy; Iowa B. If surfaces to be finished cannot be put into proper condition or finished by customary cleaning, sanding, and puttying operations or if surfaces were improperly primed by others, report defects to Engineer, in writing, or assume responsibility and correct unsatisfactory finish resulting from improper surfaces. Commencement of work indicates acceptance of surfaces. C. Materials removed and replaced to correct defects due to work placed on unsuitable surfaces shall be at Contractor's expense. D. Examine surfaces scheduled to be finished prior to commencement of work. Report any condition that may potentially affect proper application. E. Test shop - applied primer for compatibility with subsequent cover materials. 3.02 PREPARATION A. Surfaces, including floors, shall be clean, dry, and free of loose dirt, dust, and foreign matter before applying coating. N B. Comply with coating manufacturer's recommendations for surface preparation_.. o V C. Surface Appurtenances: Remove or mask electrical plates, hardware, light fixWw1rim escutcheons, and fittings prior to preparing surfaces or finishing. D. Surfaces: Correct defects and clean surfaces which affect work of this section: move or )� repair existing coatings that exhibit surface defects. E. Joints: All joints shall be caulked and sealed ' v F. Impervious Surfaces: Remove mildew by scrubbing with solution of tetra - sodium phosptiate and bleach. Rinse with clean water and allow surface to dry. G. Concrete and Unit Masonry Surfaces to be Painted: Remove dirt, loose mortar, scale, salt or alkali powder, and other foreign matter. Remove oil and grease with a solution of tri- sodium phosphate; rinse well and allow to dry. Remove stains caused by weathering of corroding metals with a solution of sodium metasilicate after thoroughly wetting with water. Allow to dry. H. Masonry: Remove loose grit and mortar. Masonry must be cured and dry and free of surface conditioners that limit adhesion of protective coatings. I. Ferrous Metal: 1. Round or chamfer sharp edges and grind smooth burrs, jagged edges, and surface defects. 2. Prepare welds and adjacent areas to remove undercutting or reverse ridges on weld bead, weld spatter on or adjacent to weld or area to be coated, and sharp peaks or ridges along weld bead. Grind embedded pieces of electrode or wire flush with adjacent surface of weld bead. 3. Coat surfaces same day prepared and prior to "rust bloom ". Re- prepare surfaces starting to rust before coating. Surface preparation shall be verified in accordance with SSPC -Vis 1, Vis 3, and ICRI templates. 4. Cleaning Methods: a. Workmanship for metal surface preparation as specified shall conform to current SSPC specifications as follows; 1) Solvent Cleaning: SP -1. 2) Hand Tool Cleaning: SP -2. 3) Power Tool Cleaning: SP -3. 4) White Metal Blast Cleaning: SP -5. 5) Commercial Blast Cleaning: SP -6. 6) Brush -off Blast Cleaning: SP -7. 7) Pickling: SP -8. PAINTS AND COATINGS 09900-5 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa 8) Near -White Metal Blast Cleaning: SP -10 9) Power Tool Cleaning to White Metal: SP -11. 10) High Pressure Water Cleaning: SP -12. 11) Concrete. Cleaning: SP - 13. b. Wherever "solvent cleaning ", "hand tool cleaning ", "wire brushing ", or "blast cleaning" or similar words of equal intent are used in specifications or coating manufacturer's specifications, they shall be understood to refer to applicable SSPC specifications listed above. c. Use hand tools to clean areas that cannot be cleaned by power tools. 5. Shop Preparation: Equipment, structural steel, metal louvers, and similar items may be shop - prepared and primed at Contractor's option. Centrifugal wheel blast cleaning acceptable alternate to shop blast cleaning. Clean and prime in accordance with this section. 6. Field Touch -up: Sandblast items and equipment as specified to restore damaged surfaces previously shop or field blasted and primed. Materials, equipment, procedures, and safety equipment for personnel shall conform to SSPC. J. Galvanized Surfaces to be Painted: Remove surface contamination and oils and wash with solvent. Apply coat of etching primer. K. Uncoated Steel and Iron Surfaces to be Painted: Remove grease, mill scale, weld splatter, dirt, and rust. Where heavy coatings of scale are evident, remove by hand wire brushing or sandblasting; clean by washing with solvent. Apply a treatment of phosphoric acid solution, ensuring weld joints, bolts, and nuts are similarly cleaned. Prime paint entire surface; spot prime after repairs. L. Shop- Primed Steel Surfaces to be Finish Painted: Sand and scrape to remove loose primer and rust. Feather edges to make touch -up patches inconspicuous. Clean surfaces with solvent. Prime bare steel surfaces. Re -prime entire shop - primed item. 3.03 A6 ?LICATION C, A. General: LV 1. Apply products in accordance with manufacturer's instructions. G c.,2. Apply paint, enamel, and varnish with suitable brushes, rollers, or spraying equipment. - 3. Spread evenly and flow on smoothly without runs, lumps, or sags. t A. Make edges of coating adjoining other materials or colors sharp and clean without G overlapping. 05. Where adjacent sealant is to be painted, do not apply finish coats until sealant is applied. 6. Do not apply finishes to surfaces that are not dry. Allow applied coats to dry before next coat is applied. 7. Apply each coat to uniform appearance. Apply each coat of paint slightly darker than preceding coat unless otherwise approved. 8. Sand metal surfaces lightly between coats to achieve required finish. 9. Vacuum clean surfaces of loose particles. Use tack cloth to remove dust and particles just prior to applying next coat. 10. Manufacturer - Applied Coating System: a. Repair abraded areas on factory- finished items in accordance with manufacturer's directions. b. Blend repaired areas into original finish. 11. Leave all parts of moldings and ornaments clean and true to details with no undue amount of finish in corners and depressions. 12. Coverage and hide shall be complete. When color, stain, dirt, or undercoats show through final coat of paint the surface shall be covered by additional coats until the paint film is of uniform finish, color, appearance and coverage. PAINTS AND COATINGS 09900-6 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J0l Iowa Ciy, Iowa B. Priming and Sealing: 1. Refer to coating schedule for specific products. 2. Shop: a. Shop primerfor ferrous metal shall complywith SSPC guidelines, and as specified in coating schedule of this specification. b. Inspect shop - primed items at job site for compliance with contract documents. Schedule inspection with Engineer. c. Hand or power sand chipped, peeled, or abraded primer and feather edges. Spot prime areas with specified primer. d. Prior to application of finish coats, clean shop - primed surfaces free of dirt, oil, and grease. e. Prepare and prime holdback areas as required for specified coating system. 3. Field: a. Prepare holdback area for welding and prime after welding as required for specified coating system. 3.04 CLEANING A. Collect waste material which may constitute a fire hazard, place in closed metal containers, and remove daily from site. B. Before substantial completion, remove masking, coating, and other material from floors, glass and other surfaces and remove rubbish and accumulated materials of whatever nature not caused by other trades from premises and leave in clean, orderly condition, with floorsgttoom clean. c� ° r. tl C. Hardware and other unpainted surfaces shall be cleaned using lacquer thinnei4dr- aint-r6mover a No edge tools or abrasives will be permitted. C-) 3.05 SCHEDULE - SURFACES TO BE FINISHED r A. Paint the surfaces described below under Schedule -Paint Systems. 3.06 SCHEDULE - PAINT SYSTEMS c� A. General 1. Unless otherwise noted, Tnemec products are identified in this schedule to establish quality and type desired. 2. Scheduled thickness or coverage rate is as recommended by Tnemec. If other manufacturers are used, manufacturers requirements shall be followed, but in no case shall thickness or coverage rate be less than Tnemec. 3. DFT = dry film thickness (mils /coat). DFT shown is for spray application. Additional coats may be required if brushed and rolled. 4. sfpg = sq ft/gal (per coat). 5. Examples of items to be coated are not all inclusive. B. All new piping and fittings shall be painted. C. All galvanized steel fabricated assemblies shall be painted. D. Existing steel at top of door frame shall be painted. E. Flood door manufacturer supplied door frame shall be painted to match Owner selected color for other steel fabrications. F. Aluminum flood door panel shall NOT be painted or finished beyond what is supplied from manufacturer. G. Schedule: 1. System 2 (Concrete Masonry, Interior Moist/Interior Splash, Semi -Gloss Sheen). PAINTS AND COATINGS 09900-7 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa Ciy, Iowa a. Application: Walls. b. Preparation: Masonry Clean and Dry. c. System: 1) First Coat: 1 coat/8.0 to 10.0 DFT "N69 -1255 Beige Hi -Build Epoxoline II ". 2) Top Coat: 1 coat/8.0 to 10.0 DFT "N69 -Color Hi -Build Epoxoline II ". 2. System 3 (Ferrous Metals, Interior Moistlinterior Splash, Semi -Gloss Sheen). a. Application: Steel, Equipment, Pipes, Structural Members. b. Preparation: Ferrous Metal SP -6 c. System: 1) Primer: 1 coat/2.5 to 3.0 DFT "Series 1 Omnithane" or 1 coat/2.5 to 3.5 DFT "90 -97 Teneme -Zinc, Zinc -rich Primer." 2) Top Coat: 1 coat14.0 to 6.0 DFT "N69 -Color Hi -Build Epoxoline II or 135 -Color Chembuild." 3. System 3A (Cast Iron and Ductile Iron, Interior Moist/Interior Splash, Semi -Gloss Sheen). a. Application: Cast Iron and Ductile Iron pipes, fittings, valves, etc. b. Preparation: Ferrous Metal SP -6 C. System: 1) Primer: 1 coat/2.5 to 3.0 DFT "Series 1 Omnithane" or 1 coat/2.5 to 3.5 DFT "90 -97 Teneme -Zinc, Zinc -rich Primer" or 1 coat/2.5 to 3.5 DFT "596 - Omnithatne." 2) Tap Coat: 1 coat/4.0 to 6.0 DFT "135 -Color Chembuild." 4. System 3B (Recoating of Existing Ferrous Metals, Interior Moist/interior Splash, Semi -Glass Sheen). a. Application: Cast Iron, Ductile Iron, Steel, Equipment, Pipes, Structural Members. b. Preparation: Ferrous Metal. Hand tool, power tool clean; remove loose paint, scale, rust. SP -2, SP -3. c. System: 1) First Coat: 1 coat/2.5 to 3.5 DFT "135 -Color Chembuild ". 2) Top Coat: 1 coat/2.5 to 3.5 DFT 135 -Color Chembuild ". 6. System 4 (Ferrous Metals, Exterior /Exterior Splash, Gloss or Semi -Gloss Sheen). c a. Application: Pipe, Structural Members. Preparation: Ferrous Metal SP -6. - , , System: U,i '' 1) Primer: 1 coat/2.5 to 3.0 DFT "Series 1 Omnithane" or 1 coat/2.5 to 3.5 DFT car_ g �` _<--) "90 -97 Teneme -Zinc, Zinc -rich Primer." 66° > I— 2) Intermediate Coat: 1 coat14.0 to 5.0 DFT "N69 -Color Hi -Build Expoxoline II ". n Lit 3) Top Coat: 1 coat/2.5 to 3.0 DFT "1075 -Color Endura - Shield ". =6. Stem 4A (Cast Iron and Ductile Iron, Exterior /Exterior Splash, Gloss or Semi -Gloss N Sheen). a. Application: Cast Iron and Ductile Iron pipes, fittings, valves, etc. b. Preparation: Ferrous Metal SP -6. c. System: 1) Primer: 1 coat/2.5 to 3.0 DFT "Series 1 Omnithane" or 1 coat/2.5 to 3.5 DFT "90 -97 Teneme -Zinc, Zinc -rich Primer" or 1 coat/2.5 to 3.5 DFT "596 - Omnithane." 2) Top Coat: 1 coat/3.0 to 4.0 DFT "1075 -Color Endura - Shield ". 7. System 10 (Galvanized Metal, Semi -Gloss Sheen). a. Preparation: Galvanized Metal SP -1, SP -7 Brush -Off Blast for all Heavy Gage Metals. b. System: 1) Primer: None. 2) Top Coat: 1 coat/4.0 to 6.0 DFT "N69 -Color Hi -Build Epoxoline II or 135 -Color Chembuild:' 8. System 14 (Dissimilar Metal Protection) a. Application: Dissimilar Material. b. Preparation: As required by material. c. System: PAINTS AND COATINGS 09900-8 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa 1) Primer: None. 2) Top Coat: 1 coat/8.0 DFT "46 -465 H.B. Tnemecol ". 3.07 FINAL TOUCH -UP A. Prior to substantial completion, examine coated surfaces and retouch or refinish to leave surfaces in condition acceptable to the Engineer. 3.08 CLEANING A. Before substantial completion, remove masking, coating, and other material from floors, glass and other surfaces and remove rubbish and accumulated materials of whatever nature not caused by other trades from premises and leave in clean, orderly condition, with floors broom clean. I��tsi]���IPL`I PAINTS AND COATINGS 09900-9 N O C� J= :75: Fri " N Q3 PAINTS AND COATINGS 09900-9 Howard R. Green Company Project No. 529190J01 SECTION 15106 DUCTILE IRON PIPE PART GENERAL 1.01 SECTION INCLUDES Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa A. Detailed requirements for various ductile iron piping products. Some products specified in this section may not be required for this Contract. Piping system Specification section(s) and Drawings identify particular ductile iron piping products to be provided under this Contract. 1.02 REFERENCES A. ASTM A307 - Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength. B. AWWA C104 - Cement -Mortar Lining for Ductile -Iron -Pipe and Fittings for Water. C. AWWA C105 - Polyethylene Encasement for Ductile -Iron Piping for Water and Other Liquids. D. AWWA C110 - Ductile -Iron and Gray -Iron Fittings, 3 in. Through 48 in., for Water and Other Liquids. E. AWWA C111 - Rubber- Gasket Joints for Ductile -Iron and Pressure Pipe and Fittings. o 0 F. AWWA C115 - Flanged Ductile -Iron Pipe with Threaded Flanges. �n -Iron Pipe. G. AWWA C150 - Thickness Design of Ductile H. AWWA C151 - Ductile -Iron Pipe, Centrifugally Cast, for Water or Other LiquidT.—l�_' `0 I. AWWA C153 - Ductile -Iron Compact Fittings, 3 inch Through 16 inch, for Watgr- ,or Other Liquids, J. AWWA C606 - Grooved and Shouldered Joints. ' N K. ANSI A21.14 - Ductile -Iron Fittings 3 -in. Through 24 -in., for Gas. r' L. ANSI A21.52 - Ductile -Iron Pipe, Centrifugally Cast, In Metal Molds or Sand Lined Molds for Gas. M. ANSI B18.2.1 - Square and Hex Bolts and Screws Inch Series. N. ANSI B18.2.2 - Square and Hex Nuts. O. AWS A5.6 - Specification for Covered Copper and Copper Alloy Arc Welding Electrodes. P. AWS A5.15 - Specification for Welding Electrodes and Rods for Cast Iron. 1.03 SUBMITTALS A. Submit in accordance with Section 01300. B. Product Data: Include Manufacturer's specifications, catalog cuts, and literature: 1. Pipe. 2. Outside coatings. 3. Inside linings. 4. Mechanical and push -on joints. 5. Flanged joints. 6. Standard fittings. 7. Special fittings. 8. Wall pipe and floor pipe. 9. Polyethylene encasement. DUCTILE IRON PIPE 15106-1 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa C. Submit outside coating system for buried, interior, exterior, and submerged piping locations. Include submittal information specified in Section 09900. D. Submit product data and coating system information specified above in one complete submittal. 1.04 WARRANTY A. Full warranty against defects in materials and workmanship for five years after final acceptance by Owner, including all parts, labor, and expenses. PART 2 PRODUCTS 2.01 MATERIALS A. Liquid and Air Service Pipe: AWWA C151, ductile iron. B. Minimum Thickness Class: 1. Mechanical and Push -on Joint Pipe: Thickness Class 52, unless specified otherwise in piping system specification section. 2. Flanged Joint Pipe: Thickness Class 53. 2.02 INSIDE LINING A. Interior lining: Cement lining and seal coat shall be in accordance with AWWA C104. 2.03 JOINTS A. Joint Type: 1. Liquid and air services in buried locations shall be mechanical or push -on joint. 2. Liquid and air service in locations other than buried shall be flanged joint. 3. As shown on Drawings if different than specified above for services and locations. B. Mechanical and Push -on Joints: c-.1. AWWA C111. �'L Gasket Material: c _ 8. ' Suitable for service and maximum operating temperature of piping system as CA — r = specified in piping system s ecifcation section. LL1 , ;IY.` Selected by pipe manufacturer. E3. �—r),trained Joints: i a.,, Provide restrained joints for buried piping systems specifically identified to have restrained joints and for buried piping systems where use of concrete thrust blocks is C? not practical. N b.^ Mechanical locking type to provide positive restraint from joint separation without use of restraining rods, straps, clamps, or setscrew retainer glands. c. Minimum pressure rating: 250 psi. d. Manufacturers: 1) American Cast Iron Pipe Company, Flex -Ring and Lok -Ring. 2) Clow Company, Push -On Restrained Joint Pipe. 3) Griffin Pipe Products Company, Snap -Lok and Bolt -Lok. 4) U.S. Pipe and Foundry Company, TR -Flex, 5) Engineer approved equivalent. C. Flanged Joints: 1. Flanged pipe for liquid and air service shall be in accordance with AWWA C115. 2. Fabrication of flanged pipe, including assembly of flange on pipe shall be performed by pipe manufacturer in accordance with AWWA C115. Assembly of flange on pipe outside of manufacturer's shop is unacceptable. DUCTILE IRON PIPE 15106 -2 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa 3. Flange material for flanged pipe shall be ductile iron. Flanged pipe with gray iron flanges is not acceptable. 4. Gaskets shall be full face, 1/8 inch thick, and conform to dimensions shown in Appendices to AWWA C110 and C115. 5. Bolts: a. Size, length, and number as shown in AWWA C110 and C115. b. Material: Carbon steel, ASTM A307, Grade B. c. Dimensions: ANSI B18.2.1, heavy hex. 6. Nuts: a. Size, length, and number as shown in AWWA C110 and C115. b. Material: Carbon steel, ASTM A307, Grade B. c. Dimensions: ANSI B18.2.2, heavy hex. 2.04 FITTINGS N a A. Pressure rating shall be 250 psi, minimum. i y� B. Standard fittings for liquid and air service shall be as follows: 1. Mechanical and Push -on Joint Fittings: .C-) a. Ductile iron. �? b. AWWAC110orC153. 2. Flanged Joint Fittings: a. Ductile iron. ry n b. AWWA C110. c. Flange dimensions in accordance with AWWA C115. C. Special fittings for liquid and air service, not included in AWWA standards, shall be manufacturer's standard, based on AWWA design principles, and in compliance with applicable requirements of AWWA standards. D. Wall Pipe and Floor Pipe: 1. Ductile iron.. 2. Wall thickness of body equal to or greater than wall thickness of connecting pipe. 3. Flanges set flush with face of concrete shall be tapped for stud bolts. 4. Collar dimensions as shown on Drawings. 5. Collar cast integral with pipe or fabricated by welded attachment of collar to pipe. 6. Fabricated wall pipe and floor pipe shall be as follows. a. Rated for dead end thrust due to 250 psi internal pressure. b. Ductile iron collar welded continuously around pipe on both sides of collar. c. Weld in pipe manufacturer's shop by qualified welder. d. Electrodes: AWS A5.15, Class ENiFe -CI or AWS 5.6, Class ECuAI -2. 2.05 OUTSIDE COATING A. Buried piping shall be provided with asphaltic coating approximately 1 mil thick in accordance with applicable AWWA and ANSI standards. B. Surface preparation, priming, and finish coating of non - buried piping shall be compatible and in accordance with Section 09900, System 3A. Non- buried piping shall not have the asphaltic coating, but shall be provided with the specified shop prime coat. C. Finish color for interior and exterior piping shall be as specified in Section 09900. PART 3 EXECUTION 3.01 INSTALLATION A. Buried Piping: In accordance with Section 02317. DUCTILE IRON PIPE 15106-3 Howard R. Green Company Project No. 529190J0l 3.02 JOINT ASSEMBLY Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa A. Push -on, mechanical, and grooved joint in accordance with manufacturer's written instructions. B. Flanged joint in accordance with Piping System Specification Section 01630, flanged pipe manufacturer's written instructions, and gasket manufacturer's written instructions. A. Support by formwork to prevent contact with reinforcing steel. B. Install in accordance with Section 03300. 3.04 POLYETHYLENE ENCASEMENT A. Install in accordance with AWWA C105 for all buried piping. See Section 02510. END OF SECTION C�j Cl) 4�? ::•cam 9 � ry _ P �CD o Q a N DUCTILE IRON PIPE 15106-4 Howard R. Green Company Project No. 529190JOl SECTION 16050 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa BASIC ELECTRICAL MATERIALS AND METHODS PART1 GENERAL 1.01 SECTION INCLUDES A. Basic Electrical Requirements specifically applicable to Division 16. B. The general provisions of this Section apply to the other Division 16 sections. C. The work shall include the furnishing of systems, equipment and materials specified in this Division and as called for on the Drawings, to include: supervision, operation, methods and labor for the fabrication, installation, startup and tests for the complete electrical installation. D. Drawings for the Work are diagrammatic, intended to convey the scope of the Work and to indicate the general arrangement and locations of the Work. Because of the scale of the Drawings, certain basic items such as connectors, fittings, access panels, pullboxes, etc. are not necessarily shown. Where such items are required for proper installation of the MA, such items shall be included. ; E. Equipment specifications may not deal individually with minute items required 9 -067 gas ° o components, parts, controls and devices which may be required to produce th¢ equipment performance specified or as required to meet the equipment warranties. Whete such items are required, they shall be included by the supplier of the equipment, whether or not specificblly called for. F. Where noted on the Drawings or where called for in other sections of the Specifications"1he Contractor shall install equipment under this Contract and shall make required electrical' connections. Contractor shall verify with the supplier of the equipment the requirements for the installation. 1.02 WORK BY OTHERS A. The Owner may award contracts which will run concurrent to the Work. 1. See notes on plans for extent of Division 16 participation. 1.03 OWNER FURNISHED PRODUCTS A. Products furnished to the site and paid for by Owner shall be as noted on Drawings. 1.04 CONTINUITY OF SERVICE A. Coordinate Work to accommodate Owner's occupancy requirements during the construction period. Refer to Section 01100 -Summary for additional requirements. 1.05 ACTIVE SERVICES A. Existing active services: water, gas, sewer, electric, when encountered, shall be protected against damage. Do not prevent or disturb operation of active services which are to remain. If active services are encountered which require relocation, make request to authorities having jurisdiction for determination of procedures. Where existing services are to be abandoned, they shall be terminated in conformance with requirements of the Utility or Municipality having jurisdiction. 1.06 SUBMITTALS A. See Section 01300 -Administrative Requirements, for submittal procedures. B. Submittal data for electrical equipment shall consist of shop drawings and /or catalog cuts showing technical data necessary to evaluate the material or equipment, to include power BASIC ELECTRICAL MATERIALS AND METHODS 16050-1 Howard R. Green Company Project No. 529190J0l Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa requirements (wattage, voltage, amperage, power factor, etc.) dimensions, wiring diagrams, performance curves, ratings, (electrical, environmental, etc.), control sequences and other descriptive data necessary to describe fully the item proposed and its operating characteristics. Shop drawings shall be submitted for equipment and materials as directed in individual sections. C. Proposed Products List: Include Products specified in all Sections. D. Submit shop drawings and product data grouped to include complete submittals of related systems, products, and accessories in a single submittal. E. Mark dimensions and values in units to match those specified. F. The Engineer will review shop drawings to aid in interpreting the Contract Documents, and will in so doing assume that the shop drawings conform to all specified requirements set forth in the Contract Documents. The review of the shop drawing by the Engineer does not relieve the Contractor of the responsibility of complying with all elements of the Contract Documents. 1.07 REGULATORY REQUIREMENTS A. Imposed Standards /Regulations: 1. General: Applicable provisions of the following codes and standards are hereby imposed on a general basis for the electrical work in addition to specific applications specified by individual work sections of the Specifications. a. Underwriters Laboratories (UL). b. NFPA 70: National Electrical Code (NEC). c. NFPA Standards and Pamphlets. d. Local and State Electrical, Mechanical and Building Codes as they apply. e. American Gas Association (AGA). f. AWS Standards for Welding. 2. Every installation shall also comply with applicable Divisions and Sections of this Specification. If changes are required to attain compliance, the Contractor shall submit the proposed changes to the Engineer for review and approval. If approval for the change is obtained, revised submittal data shall be provided for review. (`)3. Installations must be safe in every respect, and must not create any condition which will be c ba[c_ mful to building occupants, operating personnel, installation personnel, testing ;Rersonnel, construction workers, and general public. If Contractor believes that the i ° .9 ` - Ati§6llation will not be safe for all parties, the Contractor shall so report in writing to the 4 m '' gineer, stating the issues and conditions and possible remedies, before any equipment is purchased or installed. q 4. The manufacturer of each type of equipment, used by itself or as a part of any system, S ; shall carefully check capacities, arrangements, and methods shown or specified (including N space requirements, servicing requirements, ambient air temperatures, etc.) for installation of the equipment, and all connections to other system or to parts of same system to assure that when used, connected, interconnected, piped, wired, or controlled as specified, the equipment can be properly serviced. If the manufacturer has any reservations in this regard, the manufacturer shall state such reservations and any suggested changes to the Engineer as a part of the shop drawing submission. BASIC ELECTRICAL MATERIALS AND METHODS 16050-2 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J0l Iowa Ciy, Iowa 5. Engineer will work out required changes and adjustments in Contract Prices where such adjustments are warranted. No adjustments in Contract Price will be allowed for additions required by applicable code, ordinance, statute, utility regulation, or labor regulation. it is the obligation of the Contractor to include such items in the original Bid. Changes in equipment shall be incorporated in shop drawings. If Contractor fails to call such reservations or suggestions to Engineers attention, in writing, before any work is done or equipment is purchased, it will be assumed that the Contractor accepts responsibility for providing a completely safe and completely coordinated installation. If at a later date changes become necessary to assure a completely safe and coordinated installation, they shall be made, as approved by Engineer, without increase in Contract Price. B. Permits and Tests, Electrical Work: Unless otherwise noted in the detailed contractual description preceding these technical specifications, the Contractor shall secure all permits and pay all fees required in connection with this installation and shall be responsible for securing such inspections as are required by the authorities with jurisdiction over the site. Submit a record copy to the Owner and the Engineer of electrical work notices, permits, licenses, inspection or test reports, and similar items obtained in response to governing and imposed regulations and standards. 0 1.08 PROJECT CONDITIONS o 0 A. Inspect site prior to bidding to be thoroughly familiar with existing conditions. 3"— < B. Install Work in locations shown on Drawings, unless prevented by Project condifious. `D b r° C. Prepare drawings showing proposed rearrangement of Work to meet Project conr3tlons including changes to Work specified in other Sections. Obtain permission of Engineer before . 1 proceeding. r., D. All Contractors shall familiarize themselves with the site and with any conditions of the site and /or existing buildings which might present unusual aspects to the work involved. Contractor shall verify all aspects of electrical work, insofar as is possible, check routes of conduit indicated, verifying clearances and other obstacles which might influence the construction proposed. No extras can be allowed on work occasioned by the Contractor's failure to make this inspection. 1.09 SEQUENCING AND SCHEDULING A. Install work to accommodate Owner's occupancy requirements during construction period and coordinate electrical schedule and operations with Owner. B. Construct Work in sequence under provisions of Division 1 - General Requirements and other Sections as applicable. C. Completion of Electrical Work shall be coordinated with other trades and contractors to expedite completion of the Project. D. The Contractor shall coordinate the placing of openings in the structures as required for the installation of the Electrical Work. E. It will be the Contractor's responsibility to examine the Drawings and Specifications, to take measurements where required, to verify dimensions for correct placement of equipment and to progress the Contract as expeditiously as possible, so that the progress of the work is orderly and does not cause unnecessary cutting and patching of the structure. The Contractor shall be pecuniarily responsible for the cutting and patching of the structure occasioned by failure to install sleeves, grilles or other items required by the Electrical Work at the proper time for the normal installation of such items. BASIC ELECTRICAL MATERIALS AND METHODS 16050-3 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa F. The Contractor shall provide cutting and patching and patch painting of the structure, as required for the installation of the Work, and shall furnish lintels and supports as required for openings. Cutting of structural support members will not be permitted without prior approval of the 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 surfaces and shall be performed by craftsmen skilled in the respective craft required. G. The determination of quantities of material and equipment required shall be made by the Contractor from the Contract Documents. Schedules on the Drawings and in the Specifications are completed as an aid to the Contractor but where discrepancies arise, the greater number shall govern. 1.10 OPENINGS, CUTTING, AND PATCHING A. The Contractor shall coordinate the placing of openings in structures, as required, for the installation of the Electrical Work. B. The Contractor shall coordinate the accurate locations and sizes for required openings, and shall have the responsibility of checking to assure that proper size openings are provided. When additional patching is required due to the Contractor's failure to inspect the work, then the Contractor shall make arrangements for the patching required to properly close the openings, to include patch painting, and the Contractor shall pay any additional cost incurred in this respect. C. When cutting and patching of the structure is made necessary due to the Contractor's failure to install conduit wiring or equipment on schedule, or due to the Contractor's failure to furnish, on schedule, the information required for the leaving of openings, then it shall be the Contractor's responsibility to make arrangements for the cutting and patching and the Contractor shall pay any additional cost incurred in the correction. D. The Contractor shall provide cutting, patching and patch painting as required for the installation (of Work in existing structures, and shall furnish lintels and supports as required for openings. E. Gutting of:structural support members will not be permitted without prior approval of the p "Y r Engineer., Extent of cutting shall be minimized; use core drills, power saws or other machines L u twhich %4illprovide neat, minimum openings. Patching shall match adjacent materials and aurfaosand shall be performed by craftsmen skilled in the respective craft required. 4,4-t FUTQRE,, W. . K - -A. Woviad'of future work as noted on plans. 1.12 AL=NANCES A. Cash Allowance: Refer to other Sections and Plans for allowance sum applicable to Work (if any). B. Allowance includes purchase, delivery and installation and is to be included as part of the Contract Price. 1.13 ALTERNATES A. Alternates quoted on Bid Forms will be reviewed and accepted or rejected at the Owner's option. Accepted Alternates will be identified in Owner - Contractor Agreement. B. Coordinate related work and modify surrounding work as required. C. Schedule of Alternates: 1. See plans, other Divisions and Bid Form for alternates. 1.14 CONCRETE WORK BASIC ELECTRICAL MATERIALS AND METHODS 16050-4 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J0l Iowa Ciy, Iowa A. The Contractor shall coordinate size and location of concrete bases and pads for electrical equipment with the required trades and with the Utility. B. The Contractor shall furnish equipment anchor bolts and shall be responsible for their proper installation and accurate location. 1.15 WIRING FOR ELECTRICAL EQUIPMENT A. The Contractor will be responsible for power wiring, internal wiring, alarm wiring, control wiring or interlock wiring of all equipment installed or modified under this Contract. B. The Contractor shall review the Drawings and shall call to the attention of the Engineer, prior to bidding, omissions of electrical services required for this equipment. 1.16 PROTECTION A. Special care shall be taken for the protection of equipment furnished by the Contractor. Equipment and material shall be completely protected from weather elements, painting, plaster, etc. until the Project is completed. Damage from rust, paint, scratches, etc. 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 the Contractor of the responsibility of checking to assure that adequate protection is being provided. C. Where the installation or connection of equipment requires the Contractor to work in areas-, previously finished, the Contractor shall be responsible that such areas are prote tamed and,e not marred, soiled or otherwise damaged during the course of such work. The Contractof shalt repair and refinish such areas which were damaged due to work performed by th tractor. D. When heavy materials must be placed upon or transported over the roof deck, sffiegting shall bet' — placed to distribute weight and support such materials. !r` t j 1.17 FINISHING c� A. Prior to acceptance of the installation and final payment of the Contract, the Contractor shall perform the work outlined herein. B. Perform cleaning required by Division 1 applicable to this Division of the Work. Cleaning shall include removing debris and dirt from panels, pull boxes, junction boxes, and other enclosures. C. Operation and Maintenance Manuals: Prepare and submit Operation and Maintenance manuals as described in Division 1 and related sections in Division 16. 1.18 TEST AND DEMONSTRATIONS A. Systems shall be tested and placed in proper working order prior to demonstrating systems to Owner. B. Prior to acceptance of the electrical installation, the Contractor shall demonstrate to the Owner or designated representatives all essential features and functions of all systems installed, and shall instruct the Owner in the proper operation and maintenance of such systems. C. Contractor shall furnish the necessary trained personnel to perform the demonstrations and instructions and shall 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. BASIC ELECTRICAL MATERIALS AND METHODS 16050-5 Howard R. Green Company Project No. 529190J0I Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa 1.19 PAINTING AND IDENTIFICATION A. Painting of electrical enclosures (switch /outlet boxes, starters, disconnects, control cabinets and panelboards) shall be touch -up only of factory finish or finish specified elsewhere. B. Conduit and raceway systems shall be unpainted unless specifically noted. If painting of conduit and raceway systems is required, coat with paint type and color to match background mounting surface. C. Identify panels, switchgear, starters, switches, valves and dampers with engraved nameplates. D. Provide typed panel and switchboard schedules. E. Provide plastic "Buried Electrical" warning tape in trench above all underground circuit runs. Place approximately 18 inches below finished grade. 1.20 PRODUCT QUALITY, PERFORMANCE, AND SUBSTITUTIONS A. All materials shall be the standard product of a reputable manufacturer regularly engaged in the manufacture of the specific product, and where more than one unit is required of the item, all shall be of the same manufacturer. B. Proposals as submitted shall be based on the products specifically named in the specifications. C. If specific products of more than one manufacturer are specified, the choice of these shall be made optional with the Contractor. D. All materials are subject to approval by the Engineer both before and after incorporation in the building. E. Should suppliers of materials not specified wish to bid their material as a base bid equal, they shall secure the written approval of the Engineer that their product is acceptable as an equal to that specified at least ten (10) days in advance of the bid date to have their products covered in an Addendum prior to opening of bids. F.' The Engineer reserves the right to refuse approval on equipment which does not meet the specification. Any materials not conforming to the specification may be ordered removed any time during the course of construction, and the Contractor shall replace such items, when _notified, at the Contractor's expense. The Engineer further reserves the right to reject equipment -• . for which the availability of maintenance service and replacement parts is questionable. G. o ll materials and equipment shall be new. Second -hand, used, or salvaged equipment will not ;;�e allowed unless specifically noted. N H. All elements of the construction shall be performed by workmen skilled in the particular craft involved, and regularly employed in that particular craft. All work shall be performed in a neat, workmanlike manner in keeping with the highest standards of the craft. The Engineer reserves the right to determine space priority of the equipment in the event of interference between the piping and equipment of the various installations. Conflicts between the Drawings and Specifications, or between requirements set forth for the various trades shall be called to the attention of the 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 the bid in conformance with Contract Documents as issued. 1.21 EXCAVATING, TRENCHING AND BACKFILLING A. The Contractor shall do excavating necessary for underground electrical ducts, wiring, manholes, conduit, etc., and shall backfill such trenches and excavations after equipment has been installed and tested. Care shall be taken in excavating, that walls and footings and BASIC ELECTRICAL MATERIALS AND METHODS 16050-6 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa Ciy, Iowa adjacent load bearing soils are not disturbed, except where lines must cross under a wall footing. Where a line must pass under footing, the crossing shall be made by the smallest possible trench to accommodate the pipe. B. Excavation shall be kept free from water by pumping if necessary. No greater length of trench shall be left open, in advance of pipe and utility laying, than necessary. C. Immediately after testing and /or inspection, the trench shall be carefully backfilled. Place backfill into trench so the impact on installed pipe is minimized. Backfill and compact to specifications described in Division 2 for utility trenching. 1.22 COORDINATION A. Where the Contract Documents state that equipment shall be "furnished ", "installed ", or "provided ", it shall be understood to mean the Contractor shall furnish and install completely unless otherwise noted. 1.23 EXISTING SERVICE A. If existing services are encountered in the Work, protect, brace, and support existing active sewers, gas, electric, or other services where required for the proper execution of the VArk. If existing active services are encountered that require relocation, make request to propel authorities for determination of procedure. Do not prevent or disturb operatiorf� cJ ive erviGes.� that are to remain. rJ f 1.24 TEMPORARY SHUTDOWNS OR ABANDONED SERVICES A. Where the Work makes temporary shutdowns or need to abandon unavoidabl§, Contractor sfj01 consult with the Owner as to times and procedures for such shutdowns. Where, existing services are to be abandoned, wiring shall be removed and conduit shall be properly c2p ed in conformance with requirements of the Utility. r\> 1.25 SITE A. The site shall be kept orderly and clean at all times during the construction and the storing of materials shall be in accordance with the requirements of the Owner in areas designated for that purpose. At the conclusion of the construction, the site shall be cleaned thoroughly of all rubble, debris and unused materials and shall be left in good order. All tunnels, chases or closed off spaces shall be cleaned of all waste materials, wood frame members, etc. used in construction. 1.26 NOISE AND VIBRATION A. Electrical equipment shall operate without objectionable noise or vibration as determined by the Engineer. If such objectionable noise or vibration should be produced and transmitted to occupied portions of the building by apparatus, conduit, ducts or other parts of the electrical work, the Contractor shall make necessary changes and additions, as approved by the Engineer. 1.27 EQUIPMENT INSTALLATION A. Erect equipment in neat and workmanlike manner, align, level and adjust for satisfactory operation, install so that connecting and disconnecting parts can be made readily and so that all parts are easily accessible for inspection, operation and maintenance. 1.28 APPLICATIONS A. Where applications are required for the procuring of utility service to the building, the Contractor shall see that such application is properly filed with the Utility and that all information required for such an application is presented to the extent and in the form required by the Utility Company. 1.29 RECORD UTILITIES DRAWINGS BASIC ELECTRICAL MATERIALS AND METHODS 16050-7 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa A, Contractor shall prepare and submit to Engineer drawings showing the exact location of all installed underground electrical and conduit runs and any existing underground utilities encountered during installation. The drawings shall give accurate locations (referenced to visible above -grade objects) and dimensions of all such equipment for future use by the Owner. These drawings shall be submitted to the Engineer as soon as practicable after such runs have been installed. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION BASIC ELECTRICAL MATERIALS AND METHODS 16050-8 - UJ Cn -j o 0 N BASIC ELECTRICAL MATERIALS AND METHODS 16050-8 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa SECTION 16060 :a]i1J�l NIc)s1�17Qi]� 171 CN PART1 GENERAL 1.01 SECTION INCLUDES A. Wire, components, and miscellaneous equipment in supplying and installing electrical grounding systems. B. Provide all components necessary to complete the grounding system(s) consisting of: 1. Ground rings. 2. Rod electrodes. 1.02 REFERENCE STANDARDS A. NETA STD ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems; International Electrical Testing Association; 2007. B. NFPA 70 - National Electrical Code; National Fire Protection Association; 2008. E2 1.03 PERFORMANCE REQUIREMENTS o 0 A. Grounding System Resistance: 25 ohms. -t u 1.04 SUBMITTALS A. See Section 01300 - Administrative Requirements for submittals procedures. B. Product Data: Provide data for grounding electrodes and connections. Nip C. Test Reports: Indicate overall resistance to ground. Ui D. Manufacturers Instructions: Indicate application conditions and limitations of use stipulated by product testing agency specified under Quality Assurance. Include instructions for storage, handling, protection, examination, preparation, and installation of product. E. Project Record Documents: Record actual locations of components and grounding electrodes. 1.05 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum ten years documented experience. C. Products: Listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. 1.06 DELIVERY, STORAGE, AND HANDLING A. Material and components shall be inspected for damage and physical defects. B. Material and components shall be stored in accordance with manufacturer's recommendations. 1.07 WARRANTY A. Full warranty against defects in materials and workmanship for five years after final acceptance by the Owner, including all parts, labor, and expenses. PART PRODUCTS 2.01 MANUFACTURERS GROUNDING AND BONDING 16060-1 Howard R. Green Company Project No. 529190J01 A. Thomas & Betts. B. Erico. C. Cooper Power Systems: www.cooperpower.com. Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa D. Framatome Connectors International: www.fciconnect.com. E. Engineer approved equivalent. 2.02 ELECTRODES A. Rod Electrodes: Copper -clad steel. 1. Diameter: 5/8 inch. 2. Length: 10 feet unless otherwise specified in these specifications or on the Drawings for specific applications. 2.03 CONDUCTORS/WIRE A. Material: Copper. B. Grounding electrode conductors and bonding jumpers: 1. Sizes #8 AWG and smaller: Bare solid conductor. 2. Sizes #6 AWG and larger: Bare stranded conductor. C. Equipment grounding conductors: 1. Stranded, insulated. D. Size conductors as indicated on the Drawings. If no size is indicated, size conductors to meet NFPA 70 requirements. 2.04 CONNECTORS AND ACCESSORIES A. Compression Crimp Connectors: Copper. B. Mechanical Connectors: Bronze. C. kitothermic Connectors: Exothermic charges and molds as required for various configurations. PART 3 EXE=CUTION 3.b1 EXAMINATION \Qrify existing conditions prior to beginning work. I B. Verify final length and location of ground conductors. C. V*fy thatftnal backfill and compaction has been completed before driving rod electrodes. CJ 3.02 INSTALLATION A. Install Products in accordance with manufacturer's instructions. B. Refer to grounding details on Drawings. C. Install ground electrodes at locations indicated. Install additional rod electrodes as required to achieve specified resistance to ground. D. For each site lighting pole or foundation, provide a ground rod installed and bonded to the pole as detailed on the Drawings. E. Provide grounding electrode conductor and connect to reinforcing steel in foundation footing where indicated.. F. Provide bonding to meet requirements described in Quality Assurance. GROUNDING AND BONDING 16060-2 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa G. Bond together reinforcing steel and metal accessories in fountain structures. H. Equipment Grounding Conductor: Provide an equipment grounding conductor with each feeder and branch circuit regardless of raceway type. Terminate each end on suitable lug, bus, or bushing. Concealed connections such as those underground or buried inside inaccessible wall or ceiling spaces shall be compression crimp or exothermic type. Mechanical connections shall be for exposed or readily accessible connections only. 3.03 FIELD QUALITY CONTROL A. Inspect grounding and bonding system conductors and connections for tightness and proper installation. B. Inspect and test in accordance with NETA STD ATS except Section 4. END OF SECTION GROUNDING AND BONDING 16060-3 N O ✓r° _ i 1 N ko GROUNDING AND BONDING 16060-3 Howard R. Green Company Project No. 529190J01 SECTION 16070 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa HANGERS AND SUPPORTS PART1 GENERAL 1.01 SECTION INCLUDES A. Conduit and equipment supports. B. Anchors and fasteners. 1.02 REFERENCE STANDARDS A. NECA 1 - Standard Practices for Good Workmanship in Electrical Contracting; National Electrical Contractors Association; 2006. _N B. NFPA 70 -National Electrical Code; National Fire Protection Association; 200. 1.03 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. SD" B. Product Data: Provide manufacturer's catalog data for fastening systems. i.r- -n E d j C. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by - =j product testing agency. Include instructions for storage, handling, protection, examin�klipn, preparation, and installation of product. 1.04 DESCRIPTION A. Description: Steel channel, fittings, and anchors used to support various electrical devices and equipment racks. 1.05 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Products: Listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. 1.06 DELIVERY, STORAGE, AND HANDLING A. Materials and components shall be inspected for damage and physical defects. B. Materials and components shall be stored in accordance with manufacturer's recommendations. 1.07 WARRANTY A. Full warranty against defects in materials and workmanship for five years after final acceptance by the Owner, including all parts, labor, and expenses. PART2 PRODUCTS 2.01 MANUFACTURERS A. Superstrut. B. Unistrut. C. B -Line. D. Engineer approved equivalent. 2.02 MATERIALS HANGERS AND SUPPORTS 16070-1 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa A. Hangers, Supports, Anchors, and Fasteners - General: Corrosion - resistant materials of size and type as indicated on the Drawings, adequate to carry the loads of equipment and conduit, including weight of wire in conduit. B. Anchors and Fasteners: 1. Obtain permission from Engineer before using powder- actuated anchors. 2. Concrete Structural Elements: Use precast inserts or expansion anchors. 3. Steel Structural Elements: Use beam clamps or steel spring clips. 4. Concrete Surfaces: Use self - drilling anchors or expansion anchors. 5. Hollow Masonry, Plaster, and Gypsum Board Partitions: Use toggle bolts or hollow wall fasteners. 6. Solid Masonry Walls: Use expansion anchors or preset inserts. 7. Sheet Metal: Use sheet metal screws. 8. Wood Elements: Use wood screws. C. Formed Steel Channel: 1. Materials and Finishes: Provide galvanized, adequate corrosion resistance. 2. Provide materials, sizes, and types of anchors, fasteners and supports to carry the loads of equipment and conduit. Considerweight of wire in conduit when selecting products. D. Straps and Clamps: 1. Galvanized Steel PART 3 EXECUTION 3.01 EXAMINATION A. Verify wall, ceiling, and rafters are suitable to accept channel and anchors. B. Verify all channels, fasteners, anchors and miscellaneous are suitable for the application. 3.02 INSTALLATION A. Install products in accordance with manufacturer's instructions. R B. Astall hangers and supports as required to adequately and securely support electrical system - components, in a neat and workmanlike manner, as specified in NECA 1. �. 9 C. Po not,fa$ten supports to pipes, ducts, mechanical equipment, or conduit. 0 D. :Pbtain permission from Engineer before drilling or cutting structural members. N E. Fabricate supports from structural steel or steel channel. Rigidly weld support members or use hexagon head bolts to present neat appearance with adequate strength and rigidity. Use spring lock washers under all nuts. F. Install surface- mounted cabinets and panelboards with minimum of four anchors. G. In wet and damp locations use aluminum or stainless steel channel supports to stand cabinets and panelboards 1/4" off wall. 3.03 FIELD QUALITY ASSURANCE A. Verify all supports are securely anchored and fastened. B. Verify all supports are level and square. END OF SECTION HANGERS AND SUPPORTS 16070-2 Howard R. Green Company Project No. 529190J01 SECTION 16095 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa D. Existing Electrical Service: Maintain existing system in service until new system is complete and ready for service. Disable system only to make switchovers and connections. Minimize outage duration. 1. Obtain permission from Owner and Engineer at least 24 hours before partially or completely disabling system. 2. Make temporary connections to maintain service in areas adjacent to work area if required by the Owner. 3.03 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK A. Demolish and extend existing electrical work under provisions of this Section. B. Remove, relocate, and extend existing installations to accommodate new construction. C. Remove abandoned wiring to source of supply unless noted otherwise. D. Remove exposed abandoned conduit, including abandoned conduit above accessible ceiling finishes. Cut conduit flush with walls and Floors, and patch surfaces. E. Disconnect abandoned outlets and remove devices. Remove abandoned outlets if conduit servicing them is abandoned and removed. Provide blank cover for abandoned outlets that are not removed. F. Disconnect and remove abandoned panelboards and distribution equipment. MINOR ELECTRICAL DEMOLITION 16095-1 MINOR ELECTRICAL DEMOLITION PART1 GENERAL 1.01 SECTION INCLUDES A. Electrical demolition. PART2 PRODUCTS 2.01 MATERIALS AND EQUIPMENT A. Materials and equipment for patching and extending work: As specified in individual sections. PART 3 EXECUTION 3.01 EXAMINATION A. Verify field measurements and circuiting arrangements are as shown on Drawings. 0 B. Verify that abandoned wiring and equipment serve only abandoned facilities. C. Demolition drawings are based on casual field observation and existing record documents'. D. Report discrepancies to Engineer before disturbing existing installation. E. Beginning of demolition means installer accepts existing conditions. ". n 3.02 PREPARATION r. A. Disconnect electrical systems in walls, floors, and ceilings to be removed. B. Coordinate utility service outages with utility company and with Owner. C. Provide temporary wiring and connections to maintain necessary existing systems in service during construction. When work must be performed on energized equipment or circuits, use personnel experienced in such operations. D. Existing Electrical Service: Maintain existing system in service until new system is complete and ready for service. Disable system only to make switchovers and connections. Minimize outage duration. 1. Obtain permission from Owner and Engineer at least 24 hours before partially or completely disabling system. 2. Make temporary connections to maintain service in areas adjacent to work area if required by the Owner. 3.03 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK A. Demolish and extend existing electrical work under provisions of this Section. B. Remove, relocate, and extend existing installations to accommodate new construction. C. Remove abandoned wiring to source of supply unless noted otherwise. D. Remove exposed abandoned conduit, including abandoned conduit above accessible ceiling finishes. Cut conduit flush with walls and Floors, and patch surfaces. E. Disconnect abandoned outlets and remove devices. Remove abandoned outlets if conduit servicing them is abandoned and removed. Provide blank cover for abandoned outlets that are not removed. F. Disconnect and remove abandoned panelboards and distribution equipment. MINOR ELECTRICAL DEMOLITION 16095-1 Howard R. Green Company Project No. 529190J0l Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa G. Disconnect and remove electrical devices and equipment serving utilization equipment that has been removed. H. Disconnect and remove abandoned luminaires. Remove brackets, stems, hangers, and other accessories. I. Repair adjacent construction and finishes damaged during demolition and extension work. J. Maintain access to existing electrical installations that remain active. Modify installation or provide access panel as appropriate. K. Extend existing installations using materials and methods compatible with existing electrical installations, or as specified. 3.04 CLEANING AND REPAIR A. Clean and repair existing materials and equipment that remain or that are to be reused. B. Panelboards: Clean exposed surfaces and check tightness of electrical connections. Replace damaged circuit breakers and provide closure plates for vacant positions. Provide typed circuit directory showing revised circuiting arrangement. END OF SECTION MINOR ELECTRICAL DEMOLITION 16095-2 c� L c- rn IY r� ¢ I- 0 0 o N MINOR ELECTRICAL DEMOLITION 16095-2 Howard R. Green Company Project No. 529190J01 SECTION 16121 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa MEDIUM VOLTAGE CABLE PART 1-GENERAL 1.01 SUMMARY A. Section Includes 1. Medium voltage cable. 2. Medium voltage cable terminations. 3. Medium voltage cable splices. 1.02 REFERENCES A. ANSI /IEEE C2 - National Electrical Safety Code. B. ANSI /NFPA 70 - National Electrical Code (NEC -326). r� C. IEEE 48 - Test Procedures and Requirements for High - Voltage Alternating- Currp_nt Cable Terminations. D. NEMA WC 3 - Rubber - Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy. ai E. NEMA WC 5 - Thermoplastic - Insulated Wire and Cable for the Transmission and Distribution of `I " Electrical Energy. , , F. NEMA WC 7 - Cross- Linked - Thermosetting - Polyethylene - Insulated Wire and Cable for the' Transmission and Distribution of Electrical Energy. G. NEMA WC 8 - Ethylene - Propylene- Rubber - Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy. H. ULA072 (Type MV -105). 1.03 SUBMITTALS A. Submit under the requirements of Section 01300 - Submittals. B. Product Data: Provide for cable, terminations, splice kits, and accessories. C. Test Reports: Indicate results of cable test in tabular form and in plots of current versus voltage for incremental voltage steps, and current versus time at 30 second intervals at maximum voltage. D. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by Product testing agency specified under Regulatory Requirements. E. Manufacturer's Instructions: Include instructions for storage, handling, protection, examination, preparation, installation, and starting of Product. Provide field samples of each cable type, two each at 2 feet long. 1.04 QUALITY ASSURANCE A. Manufacturer: Company specializing in manufacturing Products specified in this Section with minimum three years documented experience. B. Installer: Company specializing in installing Products specified in this Section with minimum three years documented experience. C. Conform to requirements of ANSI /NFPA 70. MEDIUM VOLTAGE CABLE 16121-1 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa D. Furnish products listed and classified by Underwriters Laboratories, Inc, as suitable for purpose specified and shown. 1.05 DELIVERY, STORAGE, AND HANDLING A. Accept cable and accessories on site in manufacturer's packaging. Inspect for damage. B. Store and protect in accordance with manufacturer's instructions. C. Protect from weather. Provide adequate ventilation to prevent condensation. 1.06 PROJECT / SITE CONDITIONS A. Verify that field measurements are as shown on Drawings. B. Verify routing and termination locations of cable bank prior to rough -in. C. Cable routing is shown on Drawings in approximate locations unless dimensioned. Route as required to complete wiring system. 1.07 MAINTENANCE A. Maintenance Data: Include instructions for testing, terminating, and splicing cable. 1.08 START -UP, COMMISSIONING, AND TRAINING A. Accurately record actual sizes and locations of cables. B. Accurately record reel number used for each cable pull. 1.09 WARRANTY A. Full warranty against defects in materials and workmanship for five years after final acceptance by the Owner, including all parts, labor, and expenses. PART 2 PRODUCTS 2.01 MEDIUM VOLTAGE CABLE A. 'Description: Type MV -105, UL listed ethylene - propylene rubber insulated wire and cable for the ftnsmiss�on and distribution of electrical energy. Cables shall be rated for direct burial and —installation in ducts. UL B. VD[ta6d §ting: 15 kV. o C. We: As indicated on the drawings. D. Conductor: Stranded aluminum filled with a semi - conducting compound to prevent possible water migration along the conductor. E. Conductor Screen: Extruded semiconducting ethylene - propylene rubber. F. Insulation: Ethylene - propylene rubber, 133% insulation level. G. Insulation Screen: Extruded semiconducting ethylene - propylene rubber. H. Concentric Conductor: Bare copper strands, 1/3 neutral rating. I. Jacket: Extruded polyethylene or PVC, black with red ID stripe. J. Manufacturers 1. Okonite. 2. Cablec. 3. Pirelli. 4. Engineer approved equivalent. MEDIUM VOLTAGE CABLE 16121 -2 Howard R. Green Company Project No. 529190J01 2.02 CABLE TERMINATION A. Manufacturers: 1. Raychem. 2. 3M. 3. Elastimal. 4. Engineer approved equivalent. Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa B. IEEE 48; Class 1, tape termination kit for 15 kV cable, with semi - conductive tape, stress control tape, splicing tape, vinyl plastic tape, stress cone, mechanical ground straps, and cable preparation kit. C. Elbow Type Connections. For use on dead front equipment shall be 15 kV class, dead front separable connections, dead break with amperage and cable diameter as required for each transformer, install numbers. 2.03 CABLE SPLICES N O o c' A. Manufacturers: 1. Raychem. c7 — 2. 3M. 3. Engineer approved equivalent. B. IEEE 48; Class 1, tape splice kit for 15 kV cable, with semi - conductive tape, stress control tape, splicing tape, vinyl plastic tape, stress cone, mechanical ground straps, and cable preparation kit. `> PART 3 EXECUTION 3.01 EXAMINATION A. Verify that conduit or duct is ready to receive cable. 3.02 PREPARATION A. Use swab to clean conduits and ducts before pulling cables. 3.03 EXECUTION/ INSTALLATION /APPLICATIONS A. Install cable and accessories in accordance with manufacturer's instructions. B. Direct buried cables shall be placed in excavated trench formed by backhoe or trenching machine. Cables shall not be plowed into place. C. Maintain close proximity of cable phases in trench prior to backfilling D. Avoid abrasion and other damage to cables during installation. E. Backfill with clean fill material. Avoid placement of abrasive material or debris near cables during backfill process. F. Use suitable lubricants and pulling equipment for installation in conduit. G. Do not exceed cable pulling tensions and bending radius. H. Ground cable shield at each termination and splice and at a maximum of 1000 ft. intervals. Cable splices only as directed by the Engineer. 3.04 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of Section 01400. B. Inspect exposed cable sections for physical damage. MEDIUM VOLTAGE CABLE 16121 -3 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa C. Inspect cable for proper connections as shown on Drawings. D. Inspect shield grounding, cable supports, and terminations for proper installation. E. Perform DC high potential test of each conductor in accordance with NEMA WC 8. F. Connect untested conductors in circuit to ground during test. G. Apply test voltage in at least eight equal increments to maximum test voltage. H. Record leakage current at each increment, allowing for charging current decay. I. Hold maximum test voltage for ten minutes. 3.05 PROTECTION A. Protect installed cables from entrance of moisture. 3.06 START -UP, COMMISSIONING, AND TRAINING A. Accurately record actual sizes and locations of cables. B. Accurately record reel number used for each cable pull. END OF SECTION 16121 MEDIUM VOLTAGE CABLE 16121-4 N Cl) F_a CV O o a N MEDIUM VOLTAGE CABLE 16121-4 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J0l Iowa Ciy, Iowa SECTION 16123 LOW- VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART1 GENERAL 1.01 SECTION INCLUDES A. Wire and cable for 600 volts and less. B. Wiring connectors and connections. 1.02 REFERENCE STANDARDS A. NECA 1 - Standard for Good Workmanship in Electrical Contracting; National Electrical Contractors Association; 2006. B. NFPA 70 - National Electrical Code; National Fire Protection Association; 2008. 1.03 SUBMITTALS G A. See Section 01300 - Administrative Requirements, for submittal procedures. �? B. Product Data: Provide for each cable assembly type. C. Manufacturer's Installation Instructions: Indicate application conditions and limitations bf'use J stipulated by product testing agency. Include instructions for storage, handling, protection, n JA examination, preparation, and installation of Product. 1.04 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Perform Work in accordance with NECA Standard of Installation. C. Manufacturer Qualifications: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience and with service facilities within 100 miles of Project. D. Products: Furnish products listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect, and handle Products to site. B. Accept wires and cables on site. Inspect for damage. C. Protect wires and cables from corrosion and entrance of debris by storing above grade. Provide appropriate covering. 1.06 WARRANTY A. Full warranty against defects in materials and workmanship for five years after final acceptance by the Owner, including all parts, labor, and expenses. PART2 PRODUCTS 2.01 MANUFACTURER A. Alan Wire Company B. Belden, Inc. C. Cablec. LOW- VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 16123-1 Howard R. Green Company Project No. 529190J01 D. Carroll. E. Southwire Company. F. Triangle. G. Engineer approved equivalent. 2.02 WIRING REQUIREMENTS Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa A. All conductors /circuits shall be copper conductor. Use of aluminum conductors shall not be allowed unless specifically noted. B. All circuits shall be installed as building wire, control wire, or signal cable in raceway unless specifically noted or indicated on the Drawings. C. Use conductor not smaller than #12 AWG for power and lighting circuits. D. Use conductor not smaller than #14 AWG for control circuits. 2.03 BUILDING WIRE A. Description: Single conductor insulated wire. B. Conductor: Stranded Copper. C. Insulation Voltage Rating: 600 volts. D. Insulation: NFPA70. 1. For feeders and branch circuits smaller than #6 AWG: Type THHN/THWN. 2. For feeders and branch circuits #6 AWG and larger: Type THW, THHN/THWN, XHHW. E. All wire routed through underground raceway shall be listed for wet location. 2.04 COfUTROL:AND SIGNAL CABLE A. .Cabl&for-Discrete Control Signals: �_ °._ •; I. 1 _ Single conductor, #14AWG stranded copper, type THHN/THWN insulation. Q, rte, �--• % B. 2ignrpl -Gable for Analog Control Signals: > 1. �QRq twisted shielded pair #18 AWG, 300V -Belden 8760 or equal C. ;- Allen- BfRdley DH+ Cable: PART 3 EXECUTION 3.01 EXAMINATION A. Verify that interior of building has been protected from weather. B. Verify that mechanical work likely to damage wire and cable has been completed. C. Verify that raceway installation is complete and supported. 3.02 PREPARATION A. Verify conduit systems are ready to accept cables. B. Completely and thoroughly swab raceway before installing wire. 3.03 INSTALLATION A. Install wire and cable securely, in a neat and workmanlike manner, as specified in NECA 1. LOW- VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 16123-2 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa B. For power circuit feeds, colors shall be assigned to each phase conductor as described herein and shall be carried throughout the distribution system. 1. 3 -Wire System: White (Neutral), Black (Line One), Red (Line Two). 2. 208/120 System: White (Neutral), Black (Phase A), Red (Phase B), Blue (Phase C). 3. 240/120 System: White (Neutral), Black (Phase A), Orange (Phase B, High Leg), Blue (Phase C). 4. 480/277 System: Light Grey (Neutral), Brown (Phase A), Orange (Phase B), Yellow (Phase C). C. Other colors may be used on a circuit phase where the circuit is divided with more than one switch control. White shall be used for the neutral conductor only. Grounding conductors shall have a green color. No other conductors shall be allowed in green except grounds. Conductor insulation shall be colored in sizes up through #8, conductors #6 and larger shall have black insulation but shall be phase color coded with 112 inch band of colored tape at all junctions and terminations. D. All interconnecting circuit wires or cables (power and control) shall be tagged with an appropriate numbering system that assigns a unique identification to the wire or cable that is compatible with the tagging system of the connected equipment. Tags shall be applied at all junctions and terminations of each wire or cable. N E. Install a waterproof sealant (such as silicone rubber) in conduits connected to control valve , instrumentation, and other electrical power and control devices mounted directly :to water piping —,_� Inject sealant near end of flexible conduit connected to device. Install sealant after all power 8 and control conductors have been installed and operation of equipment has been verified..- V F. Conductors shall be terminated on screw or compression lug terminals. Conductor runssohall not be spliced between points of termination unless specified or approved by the Engineer. G. Route wire and cable as required to meet project conditions. H. Pull all conductors into raceway at same time. I. Use suitable wire pulling lubricant for building wire 4 AWG and larger. J. Neatly train and lace wiring inside boxes, equipment, and panelboards. K. Clean conductor surfaces before installing lugs and connectors. L. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. M. Terminate spare conductors with electrical tape and label as such. N. Use split bolt or crimp connectors for copper conductor splices and taps, #8 AWG and larger. Tape uninsulated conductors and connector with electrical tape to 150 percent of insulation rating of conductor. O. Use insulated spring wire connectors with plastic caps for copper conductor splices and taps, 10 AWG and smaller. 3.04 FIELD QUALITY CONTROL A. Perform Feld inspection in accordance with Section 01400. B. Panelboards, MCC, and switchboard feeder cables shall be Meggared to verify the insulation was not damaged during installation. END OF SECTION LOW- VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 16123-3 Howard R. Green Company Project No. 529190J0l SECTION 16131 CONDUIT PART1 GENERAL 1.01 SECTION INCLUDES A. Metal Conduit B. Liquidtight Flexible Metal Conduit. C. Nonmetallic Conduit. 1.02 REFERENCE STANDARDS Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa A. ANSI C80.1 - American National Standard for Electrical Rigid Steel Conduit (ERSC); 2005. B. NECA 1 - Standard Practices for Good Workmanship in Electrical Contracting; National Electrical Contractors Association; 2006. C. NECA 101 - Standard for Installing Steel Conduit (Rigid, IMC, EMT); National Electrical o Contractors Association; 2006. ° D. NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit, Electilcal Metallic Tubing, and Cable; National Electrical Manufacturers Association; 2007. l _ E. NEMA TC 2 - Electrical Polyvinyl Chloride (PVC) Tubing and Conduit; National Electrical„ Manufacturers Association; 2003. F. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing; National Eleclriml y Manufacturers Association; 2004. G. NFPA 70 - National Electrical Code; National Fire Protection Association; 2008. 1.03 SUBMITTALS A. See Section 01300 -Administrative Requirements for submittals procedures. B. Product Data: Provide for metallic conduit, liquidtight flexible metal conduit, nonmetallic conduit, fittings, and conduit bodies. 1.04 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum three years experience, and with service facilities within 100 miles of Project. C. Products: Listed and classified by Underwriters Laboratories Inc. as suitable for purpose specified and shown. 1.05 DELIVERY, STORAGE, AND HANDLING A. Accept conduit on site. Inspect for damage. B. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate covering. C. Protect PVC conduit from sunlight. 1.06 WARRANTY A. Full warranty against defects in materials and workmanship for five years after final acceptance by the Owner, including ail parts, labor, and expenses. CONDUIT 16131 -1 Howard R. Green Company Project No. 529190J0l PART2 PRODUCTS 2.01 METAL CONDUIT A. Manufacturers: 1. Allied Tube & Conduit: www.alliedtube.com. 2. Beck Manufacturing, Inc: www.beckmfg.com. 3. Wheatland Tube Company: www.wheatiand.com. 4. Vaw of America. 5. Triangle PWC Inc. 6. Anamet Inc. 7. Engineer approved equivalent. B. Rigid Steel Conduit: ANSI C80.1. Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa C. Fittings and Conduit Bodies: NEMA FB 1; material to match conduit. 2.02 LIQUIDTIGHT FLEXIBLE METALLIC AND NONMETALLIC CONDUIT A. Manufacturers: 1. AFC Cable Systems, Inc: www.afcweb.com. 2. Carol Cable. 3. Electri -Flex Company: www.electriflex.com. 4. International Metal Hose: www.metalhose.com. 5. Raco Inc. 6. Engineer approved equivalent. B. Description: Interlocked steel construction with PVC jacket. C. r fittings: _NEMA FB 1. j2.03 NO W ETA"IC CONDUIT t ?, A. �Malful,,Iurers: S j. cAFG Cable Systems, Inc: www.afcweb.com. _ J --2. '6ficlon. E r L'EWtri -Flex Company: www.electriflex.com. :�,4. tE�ot Ind. InWmational Metal Hose: www.metalhose.com. 6. Engineer approved equivalent. B. Rigid Plastic Conduit: 1. Description: NEMA TC 2; Schedule 80 PVC. 2. Fittings and Conduit Bodies: NEMA TC 3. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that surface is ready for conduit installation. B. Examine conduit to verify that it is free from damage. C. Examine conduit to verify it is free of foreign objects. D. Verify that field measurements are as shown on drawings. E. Verify routing and termination locations of conduit prior to rough -in. F. Conduit routing is shown on drawings in approximate locations unless dimensioned. Route as required to complete wiring system. CONDUIT 16131-2 Howard R. Green Company Project No. 529190J0l 3.02 INSTALLATION Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa A. Install conduit systems /types in locations indicated on Drawings. B. Install conduit securely, in a neat and workmanlike manner, as specified in NECA 1. C. Install steel conduit as specified in NECA 101. D. Install nonmetallic conduit in accordance with manufacturer's instructions. E. Size raceways for conductor type installed or for type THW conductors, whichever is larger. 1. Minimum size conduit: 3/4 inch unless indicated otherwise on Drawings. F. Arrange supports to prevent misalignment during wiring installation. G. Support conduit using coated steel or malleable iron straps, lay -in adjustable hangers, clevis hangers, and split hangers. H. Group related conduits; support using conduit rack. Construct rack using specified channel. I. Fasten conduit supports to building structure and surfaces under provisions of Section 16070. J. Do not support conduit with wire or perforated pipe straps. Remove wire used for temporary supports. K. Arrange conduit to maintain headroom and present neat appearance. L. Route conduit in and under slab from point -to- point. — < M. Maintain adequate clearance between conduit and piping. �� G N. Maintain 12 inch clearance between conduit and surfaces with temperatures exce6 ing 9134 degrees F. O. Cut conduit square using saw or pipecutter; de -burr cut ends. P. Bring conduit to shoulder of fittings; fasten securely. Q. Join nonmetallic conduit using cement as recommended by manufacturer. Wipe nonmetallic conduit dry and clean before joining. Apply full even coat of cement to entire area inserted in fitting. Allow joint to cure for 20 minutes, minimum. R. Support nonmetallic conduit at maximum 4 feet on center. Arrange conduit routing to accommodate expansion and contraction in areas of extreme temperature change. S. Use conduit hubs or sealing locknuts to fasten conduit to sheet metal boxes in damp and wet locations, and to cast boxes. T. Install no more than equivalent of four 90 degree bends between boxes. Use conduit bodies to make sharp changes in direction, as around beams. Use hydraulic one shot bender to fabricate bends in metal conduit larger than 2 inch size. U. Avoid moisture traps; provide junction box with drain fitting at low points in conduit system. V. Provide suitable fittings to accommodate expansion and deflection where conduit crosses control and expansion joints. W. Provide suitable pull string in each empty conduit except sleeves and nipples. X. Use suitable caps to protect installed conduit against entrance of dirt and moisture. Y. Ground and bond conduit under provisions of Section 16060. Z. Refer to the Drawings for indication of conduit systems /types to be used. CONDUIT 16131 -3 Howard R. Green Company Project No. 529190J01 3.03 INTERFACE WITH OTHER PRODUCTS Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa A. Install conduit to preserve fire resistance rating of partitions and other elements, using materials and methods specified in Section 07840. B. Route conduit through roof openings for piping and ductwork wherever possible. Where separate roofing penetration is required, coordinate location and installation method with roofing installation specified in Division 7. C. All penetrations of corridor walls and rated fire and smoke walls shall be conduit. All penetrations shall be filled with fire stopping material. END OF SECTION CONDUIT 16131 -4 o� N Cn C)t- — >- C.) p Q U ` o O y o N CONDUIT 16131 -4 Howard R. Green Company Project No. 529190J0l SECTION 16138 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa BOXES PART1 GENERAL 1.01 SECTION INCLUDES A. Wall and ceiling outlet boxes. B. Pull and junction boxes. 1.02 REFERENCE STANDARDS A. NECA 1 - Standard Practices for Good Workmanship in Electrical Contracting; National Electrical Contractors Association; 2006. B. NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit, Electrical Metallic Tubing, and Cable; National Electrical Manufacturers Association; 2007. C. NEMA OS 1 - Sheet Steel Outlet Boxes, Device Boxes, Covers, and Box Supports; Natiod W Electrical Manufacturers Association; 2003. D. NEMA OS 2 - Nonmetallic Outlet Boxes, Device Boxes, Covers and Box Support$SPjationA(- Electrical Manufacturers Association; 2003. E. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum); Nation;l�lectrical t° 1 Manufacturers Association; 2003. F. NFPA 70 - National Electrical Code; National Fire Protection Association; 2008. 1.03 QUALITY ASSURANCE A. Manufacturer: Company specializing in manufacturing Products specified in this Section with minimum three years documented experience. B. Conform to requirements of NFPA 70. C. Products: Provide products listed and classified by Underwriters Laboratories Inc., as suitable for the purpose specified and indicated. 1.04 DELIVERY, STORAGE, AND HANDLING A. Store boxes in a dry location. B. Store in such a manner that the boxes will not be damaged. 1.05 WARRANTY A. Full warranty against defects in materials and workmanship for five years after final acceptance by the Owner, including all parts, labor, and expenses. PART PRODUCTS 2.01 MANUFACTURERS A. Steel: 1. Steel City 2. Raco 3. Dowers 4. Appleton B. PVC: 1. Carlon BOXES 16138 -1 Howard R. Green Company Project No. 529190J01 2. Raco 3. Union Insulating C. Engineer approved equivalent. 2.02 MANUFACTURED UNITS) OR MATERIALS Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa A. Description: Sheet metal, cast PVC and fiberglass boxes for used as outlet, pull, and junction boxes. 2.03 OUTLET BOXES A. Sheet Metal Outlet Boxes: NEMA OS 1, galvanized steel. B. Cast Metal Boxes: NEMA FB 1, Type FD aluminum. Provide gasketed cover by box manufacturer. Provide with threaded hubs. 2.04 PULL AND JUNCTION BOXES A. Sheet Metal Boxes: NEMA OS 1, galvanized steel. B. Surface Mounted Cast Metal Box: NEMA 250, Type 6; flat - flanged, surface mounted junction box: 1. Material: Galvanized cast iron. 2. Cover: Furnish with ground flange, neoprene gasket, and stainless steel cover screws. PART 3 EXECUTION 3.01 EXAMINATION A. Examine prints for locations of all outlets. B. r.. /erify f6ms and walls are ready to accept boxes. C. w-Ver[f find measurements are as shown on Drawings. R C1 I . D. aVeri locations of floor boxes and outlets in offices and work areas prior to rough -in. -"2 IN�TA4ON A. �fnstW Jgxes securely, in a neat and workmanlike manner, as specified in NECA 1. B. install in locations as shown on Drawings, and as required for splices, taps, wire pulling, equipment connections, and as required by NFPA 70. C. Electrical boxes are shown on Drawings in approximate locations unless dimensioned. D. Maintain headroom and present neat mechanical appearance. E. Install pull boxes and junction boxes above accessible ceilings and in unfinished areas only. F. Align adjacent wall mounted outlet boxes for switches, thermostats, and similar devices. G. Support boxes independently of conduit, except cast box that is connected to two rigid metal conduits both supported within 12 inches of box. H. Use gang box where more than one device is mounted together. Do not use sectional box. I. Use cast outlet box in exterior locations, unfinished areas and wet locations. J. Large Pull Boxes: Use hinged enclosure in interior dry locations, surface - mounted cast metal box in other locations. 1. Provide pull boxes where indicated on drawings or required to facilitate the installation of the conduit and wire. 2. Pull box construction, in general, shall be NEMA 1 unless noted otherwise on the drawings. BOXES 16138 -2 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa 3. Pull boxes shall be located in unfinished areas unless specifically permitted on the drawings. 3.03 ADJUSTING A. Install knockout closures in unused box openings. 3.04 CLEANING A. Clean interior of boxes to remove dust, debris, and other material. 3.06 INTERFACE WITH OTHER PRODUCTS A. Coordinate installation of outlet box. B. Coordinate locations and sizes of required access doors. C. Locate flush mounting box in masonry wall to require cutting of masonry unit corner only. Coordinate masonry cutting to achieve neat opening. D. Coordinate mounting heights and locations of outlets mounted above counters, benches and backsplashes. N U E. Position outlet boxes to locate luminaires as shown on reflected ceiling plan. d END OF SECTION a i N BOXES 16138 -3 Howard R. Green Company Project No. 529190J01 SECTION 16321 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa PAD MOUNTED DISTRIBUTION TRANSFORMERS PART1 GENERAL 1.01 SUMMARY A. Section Includes Liquid filled pad mounted distribution transformers. 1.02 REFERENCES A. ANSI C37.47 - Specifications for Distribution Fuse Disconnecting Switches, Fuse Supports, and Current - Limiting Fuses. B. ANSI C57.12.00 - General Requirements for Liquid - Immersed Distribution, Power, and Regulating Transformers. C. ANSI C57.12.26 - Pad - Mounted Compartmental -Type, Self - Cooled, Three -Phase Distribution Transformers for Use with Separable Insulated High - Voltage Connectors, High Voltage 34 500 Grd Y/19 920 Volts and Below; 2500 kVA and Smaller. ti o D. ANSI C57.12.28 - Switchgear and Transformers -- Pad - Mounted Equipment-- Enclosure,Integlity. E. ANSI C57.12.90 - Test Code for Liquid - Immersed Distribution Power, and Regulating ° Transformers and Guide for Short- Circuit Testing of Distribution and Power Transformers F. IEEE C57.106 - Guide for Acceptance and Maintenance of Insulating Oil in Equipment. . " d e b� G. IEEE 386 - Separable Insulated Connector Systems for Power Distribution Systems Above 800 V. H. NEMA 260 - Safety Labels for Pad mounted Switchgear and Transformers Sited in Public Areas. I. NETAATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment (International Electrical Testing Association). J. NFPA 70 - National Electrical Code. 1.03 SUBMITTALS A. Submit under the requirements of Section 01300 - Submittals. B. Shop Drawings: Indicate electrical characteristics and connection requirements, outline dimensions, connection and support points, weight, specified ratings and materials. C. Product Data: Provide electrical characteristics and connection requirements, standard model design tests, and options to demonstrate conformance to the specifications. D. Test Reports: Indicate procedures and results for specified factory and field testing and inspection, including transformer oil test reports and MSDS sheets. E. Submit manufacturer's installation instructions. F. Manufacturer's Certificate: Certify that Products meet or exceed specified requirements. G. Manufacturer's Field Reports: Provide reports that indicate activities performed on site including final adjustments, size of overcurrent protective devices installed and their coordination curves, adverse findings, and recommendations. Also include results of field tests required in Part 3 of this specification. H. Section 01700 -Contract Closeout and Section 01730 -Operation and Maintenance Data: Submittals for project closeout. PAD MOUNTED DISTRIBUTION TRANSFORMERS 16321 -1 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa Ciy, Iowa I. Include copy of manufacturer's certified drawings in project record documents. J. Maintenance Data: Include maintenance instructions for cleaning methods; cleaning materials recommended; procedures for sampling and maintaining fluid. 1.04 QUALITY ASSURANCE A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum ten years documented experience. B. Testing Agency: Company specializing in testing products specified in this section with minimum three years documented experience. C. Conform to requirements of NFPA 70. 1.05 DELIVERY, STORAGE, AND HANDLING A. Section 01600 - Material and Equipment: Transport, handle, store, and protect products. B. Accept transformers on site. Inspect for damage. C. Protect dry type transformers from moisture by using appropriate heaters as instructed by the manufacturer. 1.06 PROJECT/ SITE CONDITIONS A. Verify that field measurements areas indicated on shop drawings. 1.07 WARRANTY A. Full warranty against defects in materials and workmanship for five years after final acceptance by the Owner, including all parts, labor, and expenses. 1.08 MAINTENANCE A. Section 01700 -Contract Closeout. Bc� Furnish two each of any special tools required to operate and maintain transformer. 01109 EftkVICE REPRESENTATIVE Lu A� ` Manufacturer shall have a service facilities within 250 miles of project. _.P.ART iL PRQDIJCTS r t-- L¢.01 N1NUE&EIURED UNIT(S) OR MATERIALS 0 A.. escrnpfion: Pad mounted distribution transformers, oil filled, 15 kV Class. N B. Approved Manufacturers 1. Cooper Power Systems. 2. General Electric, 3. Square D. 4. Westinghouse - Cutler Hammer. 5. Siemens. 6. ABB. 7. Engineer approved equivalent. 2.02 GENERAL REQUIREMENTS A. Liquid - filled Transformers: ANSI C57.12.26, three phase, pad mounted, self - cooled transformer unit. B. Cooling and Temperature Rise; ANSI C57.12.00; Class OA 65 degrees C, self - cooled. PAD MOUNTED DISTRIBUTION TRANSFORMERS 16321 -2 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa C. Insulating Liquid: Envirotemp FR3 or equivalent seed oil -based dielectric coolant. D. Non -PCB label on tank. E. Service Conditions: Meet requirements for usual service conditions described in ANSI C57.12.00. F. Fabrication: Conform to the requirements of ANSI C57.12.28. G. Accessories 1. Accessories: ANSI C57.12.00,standard accessories and magnetic liquid level gage, dial type thermometer. 2. High Voltage Terminations: Dead front and conform to ANSI C57.12.26 requirements. Provide one piece integrated bushings for use with elbow terminators and parking stands. The terminations and equipment shall be arranged for radial feed. a. Provide lightning arrestors to ANSI C57.13. 3. Low Voltage Terminations: Spade lugs. 4. One (1) inch drain valve with sample valve. 5. Pressure relief device. 6. Strip heater: 120 Volt, 300 Watt, electric resistance strip heater with thermostat control to be mounted in cable terminal compartment where indicated or scheduled. H. Factory Finishing o 1. Clean surfaces before applying paint. 2. Apply corrosion - resisting primer to all surfaces. :cn : 3. Apply finish coat of baked enamel. 4. Finish Color: Munsell green. (-)' LO c a I. Source Quality Control ` <r` 1. Provide testing and analysis of under provisions of Section 01400. 2. Provide factory tests to ANSI C57.12.90. Include routine tests as defined in ANSI r C57.12.00 and the following other tests: r\, a. Impedance voltage and load loss. b. Dielectric tests. c. Audible sound level. d. Short circuit capability. e. Telephone influence factor (TIF). f. Zero- phase- sequence impedance voltage. g. Temperature rise. 3. Test insulating liquid samples in accordance with IEEE C57.106. 2.03 TRANSFORMER SCHEDULE A. Refer to the Drawings for additional information on transformer applications. B. Step -Up Transformers 1. Tag Name: TGP1 a. Transformer shall be suitable for system voltage step -up service. b. Capacity: 1,000 kVA. c. Phases: 3. d. Primary: 4801277 V, wye connected. e. Secondary: 13.217.62 kV, wye connected. 1) Winding Taps: 5 percent steps, Two above, Two below nominal, full capacity. f. Impedance: 5.00 percent minimum. g. Basic Impulse Level: 95 kV. PAD MOUNTED DISTRIBUTION TRANSFORMERS 16321 -3 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa Ciy, Iowa h. Provide and mount strip heaters, one each in the high voltage and low voltage terminal compartments. C. Step -Down Transformers 1. Tag Name: T17 a. Capacity: 750 kVA. b. Phases: 3. c. Primary: 13.2/7.62 kV, wye connected. 1) Winding Taps: 5 percent steps, Four above, Two below nominal, full capacity. d. Secondary: 480/277 V, wye connected. e. Impedance: 5.00 percent minimum. f. Basic Impulse Level: 95 kV. 2. Tag Name: T19 a. Capacity: 500 kVA. b. Phases: 3. c. Primary: 13.2/7.62 kV, wye connected. 1) Winding Taps: 5 percent steps, Four above, Two below nominal, full capacity. d. Secondary: 480/277 V, wye connected. e. Impedance: 5.00 percent minimum. f. Basic Impulse Level: 95 kV. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that support pads provided under Section 03300 are ready to receive Products. 3.02 EXECUTION/ INSTALLATION /APPLICATIONS A. Install transformer pads per plans. B. - install in accordance with IEEE C57.94. C. <` " Install plumb and level. D. ,_ Jnstall safety labels to NEMA 260. 3.03 START U1t.--COMMISSIONING, AND TRAINING A. ' Secfidn 01780 - Closeout Submittals. B. -Manuf durer's factory representative shall be present on -site prior to energization and startup of ,,pad mounted transformers provided under this contract to inspect the installation and perform the necessary field tests required by the manufacturer and this specification. The representative shall also be present during energization and startup to verify proper operation and perform final adjustments. C. Manufacturer's factory representative shall be present on -site to provide a minimum of one day (eight hours) of training on equipment operations and maintenance to Owner's personnel. 3.04 FIELD QUALITY CONTROL A. Section 01400 -Quality Assurance: Field inspection. B. Inspection and test in accordance with NETA ATS, except Section 4. C. Perform inspections and tests listed in NEMA ATS, Section 7.2. Include the following optional tests: 1. Power factor or dissipation - factor tests in accordance with manufacturer's instructions. 2. Winding- resistance tests for each winding at nominal tap setting. PAD MOUNTED DISTRIBUTION TRANSFORMERS 16321 -4 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa 3. Individual excitation current tests on each phase. 4. Insulating liquid specific gravity, power factor, water content, dissolved gas, and total combustible gas. 5. Operational test and adjustments on fan and pump controls and alarm functions. B. Percent oxygen test on nitrogen gas blanket. 3.05 ADJUSTING A. Section 01700 - Execution Requirements: Adjusting installed work. B. Adjust primary taps so that secondary voltage is above and within 2.5 percent of rated voltage. END OF SECTION 16321 PAD MOUNTED DISTRIBUTION TRANSFORMERS 16321 -5 N O C> -� 9 -i -mac C - n> N lJ PAD MOUNTED DISTRIBUTION TRANSFORMERS 16321 -5 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J0l Iowa Ciy, Iowa SECTION 16361 LOAD INTERRUPTER SWITCHGEAR (AIR INTERRUPTER SWITCHES) PART1 GENERAL 1.01 SUMMARY A. Section Includes 1. Medium voltage loop feed switchgear. 2. Medium voltage fuses. 1.02 REFERENCES A. ANSI C37.20.3 - Standard for Metal- Enclosed Interrupter Switchgear. B. ANSI C57.12.28. C. IEEE 37.20.3 - Metal- Enclosed Interrupter Switchgear. D. IEEE 24 - Outdoor Bushings, Part 2; Electrical, Dimensional, and Related Requirements. E. IEEE 48 - Test Procedures and Requirements for High - Voltage AC Cable Terminationsi, 0 F. IEEE C2 - National Electrical Safety Code. (; G. NETA ATS - Acceptance Testing Specifications for Electrical Power Distributiorrquiplilent ° 1 (International Electrical Testing Association). H. NFPA 70 - National Electrical Code. r° 1.03 SUBMITTALS ? N A. Submit under the requirements of Section 01300 - Submittals. B. Shop Drawings: Indicate outline dimensions, enclosure construction, shipping splits, lifting and supporting points, electrical single line diagram, and equipment electrical ratings. C. Product Data: Provide data for components and accessories. D. Test Reports: Indicate findings of field quality control procedures. E. Submit manufacturer's installation instructions. F. Section 01730 - Operation and Maintenance Data: Submittals for project closeout. G. Maintenance Data: Fuse replacement, adjustment and lubrication instructions. 1.04 QUALITY ASSURANCE A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum ten years documented experience. B. Conform to requirements of NFPA 70. C. Products: Listed and classified by Underwriters Laboratories, Inc. as suitable for the purpose specified and indicated. 1.05 DELIVERY, STORAGE, AND HANDLING A. Section 01600 - Material and Equipment: Transport, handle, store, and protect products. B. Protect interrupter switches from weather and moisture by covering with heavy plastic or canvas _ and by maintaining heating within enclosure in accordance with manufacturer's instructions. 1.06 PROJECT/ SITE CONDITIONS LOAD INTERRUPTER SWITCHGEAR (AIR INTERRUPTER SWITCHES) 16361-1 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa A. Verify that field measurements are as indicated on shop drawings. 1.07 MAINTENANCE A. Furnish maintenance materials under provisions of Section 01730. B. Furnish two each of any special tools required to operate and maintain switchgear. 1.08 SERVICE REPRESENTATIVE A. Manufacturer shall have service facilities or an authorized service representative within 250 miles of project. 1.09 WARRANTY A. Full warranty against defects in materials and workmanship for five years after final acceptance by the Owner, including all parts, labor, and expenses. 1.10 START -UP, COMMISSIONING, AND TRAINING A. Section 01730 -Operation and Maintenance Data. B. Furnish two insulated - handle tools designed for handling medium voltage fuses. C. Furnish two spare fuses of each size and rating. D. Manufacturer's factory representative shall be present on -site during energization and startup of all 15 KV switchgear provided under this contract, and shall provide a minimum of one day (eight hours) of training on equipment operations to Owner's personnel. PART2 PRODUCTS 2.01 MANUFACTURED UNIT(S) OR MATERIALS A. Description; IEEE C37.20.3, switchgear assembly of individual air interrupter switches in free- standing cubicles suitable for installation where accessible by the general public. B. 'Approved manufacturers -Modular Metal- Enclosed Switchgear. 1. S & C Model PMX. 2. -. Nt substitutions. rn C. APRt61 d manufacturers - Loop Feed Switchgear. ' 1. S & C Model PMH -19. &" 2. Noasubstitutions. 2,02 MbbULAR METAL - ENCLOSED SWITCHGEAR A. Refer to Drawings for additional information. B. Tag Names: HGP1. C. Style: Pad mounted. D. Ratings 1. System Voltage: 13.2/7.62 kV, wye connected, three phase, 60 Hz. 2. Voltage: 13.8 kV Nominal, 17.0 kV Maximum. 3. Basic Impulse Level: 95 kV. 4. Main Bus Ampacity: 600 amperes, continuous. 5. Short Circuit Rating: 25,000 rms symmetrical amperes. 6. Load interrupt switching duty. E. Modules 1. Bay 1: Manually operated fused entrance module - emergency source. 2. Bay 2: Manually operated fused entrance module - normal source. LOAD INTERRUPTER SWITCHGEAR (AIR INTERRUPTER SWITCHES) 16361 -2 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa 3. Bay 3: Metering module. a. Provide with three 1,OOVA voltage transformers, each 13.2 kV -to -120 V. b. Provide primary fusing. c. Provide secondary fusing with outputs to terminal bolcks for customer use. d. Current transformers: None required. 4. Bay 4: Manually operated, dual switch, source transfer module to be used as loop feeder switches. F. Switch modules shall each have an external handle operated three pole switch. G. Key Interlocking: 1. Entrance module switches shall be key interlocked to prevent both switches to be closed simultaneously. Also, both switches shall be interlocked and both be open when accessing and /or removing any of the fuses in either entrance module. 2. The loop feed switches shall be key interlocked with all source switcches in the PMH -19 switchgear on the distribution loop. Refer to description below in the Loop Feed Switchgear section. It shall be posible for both switches to be closed if one of the PMH -19 source switches is open. H. See Drawings for fuse ratings. I. Enclosure: Free standing, weatherproof painted steel enclosure and view window to viewsWitch positions. Finish color shall be Munsell green. c� o J. BUS: Copperwith tinned terminal pads. Z-r —p K. Ground pads in each compartment. L. Provide one three -phase fault indicator in each loop -feed switch compartment.::. _o �f M. Provide base - mounted, metal -oxide type, distribution class surge arrestors, ratad'�j.`j5 kV at all switch terminals. G) N. Provide two each of any tools such as handles, sockets, "hot sticks', fuse pullers, etc., ` J necessary to operate and maintain the loop -feed switchgear. 2.03 LOOP FEED SWITCHGEAR A. Refer to Drawings for additional information. B. Tag Names: H9, H10. C. Style: Pad mounted with 12" steel base extension. D. Ratings 1. System Voltage: 13.2/7.62 kV, wye connected, three phase, 60 Hz. 2. Voltage: 14.4 kV Nominal, 17.0 kV Maximum. 3. Basic Impulse Level: 95 kV. 4. Main Bus Ampacity: 600 amperes, continuous. 5. Short Circuit Rating: 14,000 rms symmetrical amperes. 6. Load interrupt switching duty. E. Source circuits shall have an external handle operated three pole switch (600 amp). F. Source Circuit Key Interlocking: 1. There are four S &C PMH -19 pad -mount switchgear assemblies (eight source switches) currently installed on the distribution loop. Three assemblies will be removed and salvaged to Owner. Therefore, one original switchgear assembly will remain in service. LOAD INTERRUPTER SWITCHGEAR (AIR INTERRUPTER SWITCHES) 16361 -3 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa 2. Provide key interlocking to coordinate the new source switches with the existing source switches. This key interlocking scheme shall also include the two loop feed switches in the PMX switchgear assembly. The key interlocking scheme shall maintain at least one of the eight switches in the loop will be open. G. The load circuit shall have an external handle operated three -pole switch (600 amp) and down stream fuses for overcurrent protection. Interlock series switch and fuse compartment door to prevent opening of fuse compartment door unless series switch is open. See electrical one line diagram for configuration. Each sseries switch /fuse compartment key - interlock shall be unique to each loop -feed switchgear location H. See Drawings for fuse ratings. I. Enclosure: Freestanding, weatherproof painted steel enclosure and view window to view switch positions. Finish color shall be Munsell green. J. BUS: Copper with tinned terminal pads. K. Ground pads in each compartment. L. Provide one three -phase fault indicator in each loop -feed switch compartment. M. Provide base - mounted, metal -oxide type, distribution class surge arrestors, rated at 15 kV, at all source switch terminals. N. Provide two each of any tools such as handles, sockets, "hot sticks ", fuse pullers, etc., necessary to operate and maintain the loop -feed switchgear. 2.04 MEDIUM VOLTAGE FUSES A. Manufacturers: 1. S &C. 2. No Substitutes. B. Description: Enclosed current limiting non - expulsion type suitable for use indoors and outdoors in enclosure. C. Fuse Rating: E rated fuse, size as indicated on plans. D. Voltage, 15 kV. Ictl E.__I nt6FrupEing Rating: 40,000 amperes rms symmetrical. E -105 SOLRGE QUALITY CONTROL A.-Section 01400 -Quality Assurance: Manufacturer quality control. B. Provide factory inspection and testing in accordance with IEEE C37.20.3. PART 3 EXECUTION 3.01 EXECUTION A. Verify areas are ready to accept switchgear. 3.02 PREPARATION A. Review manufacturer's assembly and installation instructions. B. Install switchgear in locations shown on Drawings, according to NEMA PB 2.1. 3.03 EXECUTION /INSTALLATION /APPLICATION A. Inspect and test in accordance with NETA ATS, except Section 4. LOAD INTERRUPTER SWITCHGEAR (AIR INTERRUPTER SWITCHES) 16361 -4 Howard R. Green Company Project No. 529190J0l Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa B. Perform inspections and tests listed in NETA ATS, Section 7.1. C. Provide engraved plastic nameplates. 3.04 FIELD QUALITY CONTROL A. - Section 01650 -Starting of Systems: Field inspection, testing, and adjusting. B. Inspect and test in accordance with NETA ATS, except Section 4. C. Perform inspections and tests listed in NETA ATS, Section 7.5. 3.05 START -UP, COMMISSIONING, AND TRAINING A. Section 01730 - Operation and Maintenance Data. B. Furnish two insulated - handle tools designed for handling medium voltage fuses. C. Furnish two spare fuses of each size and rating. D. Manufacturer's factory representative shall be present on -site during energization and startup of all 15 KV switchgear provided under this contract, and shall provide a minimum of one day (eight hours) of training on equipment operations to Owner's personnel. END OF SECTION 16361 O 'o e n r_ w 0 LOAD INTERRUPTER SWITCHGEAR (AIR INTERRUPTER SWITCHES) 16361-5 Howard R. Green Company Project No. 529190J01 61;]1101LIS &I Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa GENERATOR TERMINAL DOCKING STATION PART 1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Equipment for docking a generator and connecting to an electrical load, transfer switch or distribution equipment. 1.02 SUBMITTALS A. Product Data: For each type of Generator Docking Station indicated, include English dimensioned elevations, sections, weights, and manufacturers' technical data on features, performance, electrical characteristics, ratings, accessories, enclosure types, and finishes. B. Shop Drawings: Include plans, elevations, sections, details, and attachments to otherwork. 1. Wiring Diagrams: For power, signal, and control wiring. N C. Qualification Data: For qualified testing agency. ° C__3 ° D. Field quality - control reports. °n �� "i 1. Test procedures used. -71 < 2. Test results that comply with requirements. 3. Results of failed tests and corrective action taken to achieve test results the comply with a W� requirements. E. Operation and Maintenance Data: Include in Emergency, Operation, and Main tenance' manuals. In addition to items specified in Division 01, Section 01300 - Administrative ' Requirements, include the following: 1. Manufacturer's written instructions for maintaining Generator Docking Station. 1.03 QUALITY ASSURANCE A. Testing Agency Qualifications: Member company of NETA or an NRTL. 1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise on -site testing. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. UL (Underwriters Laboratories, Inc.) Standards D. Comply with NFPA70. 1.04 PROJECT CONDITIONS A. Environmental Limitations: Rate equipment for continuous operation under the following conditions unless otherwise indicated: 1. Ambient Temperature: Not less than minus 22 deg F (minus 30 deg C) and not exceeding 104 deg F (40 deg C). 2. Altitude: Not exceeding 6600 feet (2010 m). 3. Humidity: 0 - 95% non - condensing, 1.05 COORDINATION A. Coordinate layout and installation of Generator Docking Station, and components with equipment served and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. 1.06 WARRANTY GENERATOR TERMINAL DOCKING STATION 16415-1 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa A. Full warranty against defects in materials and workmanship for five years after final acceptance by the Owner, including all parts, labor, and expenses. PART2- PRODUCTS 2.01 GENERATOR DOCKING STATION A. Manufacturers: Subject to compliance with requirements, provide products by.the following: 1. TRYSTAR Product Family: TSGDS 2. Engineer Approved Equivalent. 2.02 GENERAL REQUIREMENTS A. Enclosures: 1. Base - mounted cabinet with full base skirt all four sides. Enclosure mounted on legs shall not be considered accepable. 2. Front and back accessible for maintenance. 3. Front and back accessible for cabling. 4. Rated for environmental conditions at installed location: a. Outdoor Locations: NEMA 250, Type 3R. 5. 0.100" Aluminum. 6. Front Cover: a. Hinged. b. Gasketed. c. Pad - lockable hasp and staple. d. Window to view status /position of circuit breaker and phase rotation monitor. Finishes: a. Paint after fabrication. Powder coated munsel green 40% gloss. B. Phase, Neutral, and Ground Buses: 1. Material: Tin - plated hard -drawn copper 2. Equipment Ground Bus: bonded to box. 3. Ground Bus: 75% of phase size. 4. Neutral Bus: Neutral bus rated 100 percent of phase bus. 5. Provide bonding jumper to bond neutral bus to ground bus. Qi i Bus Connectors: 1, Located behind access plate inside front cover. At- 2. Lugs. D-- r' Inputsconnectors: T — 1 _-, Located inside front cover. 0 2!',�pm style mounted on 450 angle plate. Hinged cable access door on bottom of unit. F. Lockable rake system with reinforced support struts to reduce cable theft. G. Voltage & Phase: 1. 2771480V - 3 phase - 4w H. Amperage 1. 1,200 Amps. 2.03 CIRCUIT BREAKER A. Kirt Key Interlocked Circuit Breaker. GENERATOR TERMINAL DOCKING STATION 16415-2 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa B. Molded -Case Circuit Breaker: Comply with UL 489, with 42,000 A to meet available fault currents. 1. Electronic trip circuit breaker with RMS sensing; field - replaceable rating plug or field - replicable electronic trip; and the following field - adjustable settings: a. Instantaneous trip. b. Long- and short -time pickup levels. c. Long- and short-time adjustments. d. Ground -fault pickup level, time delay, and I't response. 2. Molded -Case Circuit - Breaker Features and Accessories: a. 80% rated. b. 50" C ambient temperature. c. Lugs: Mechanical style d. Ground -Fault Protection: Integrally mounted relay and trip unit with adjustable pickup and time -delay settings, push -to -test features, and ground -fault indicator. e. Auxiliary Contacts: Two SPDT switches with "a" and "b" contacts; "a" contacts mimic circuit - breaker contacts, "b" contacts operate in reverse of circuit - breaker contacts. f. Fungus Treated. g. Freeze Tested for -40 "C. 2.04 KIRK KEY PROVISIONS A. Keys provide non - simultaneous access to generator input connectors cabinet and to utilw breaker operation. B. Sequence of operations: 1. Main breaker is unlocked and in "on" position. Key is captive in breaker acid input— = a connector cabinet is locked and in- accessible. 2. Main breaker is "off' and locked. Key is removed and used to unlock input connector cabinet and allow access to Cam -Loks. Key is captive until Cam -Loks artn place, input ;�-" connector cabinet door is shut and relocked. `• 3. Key is used to unlock main breaker and return breaker to the "on" position. PART 3- EXECUTION 3.01 EXAMINATION A. Examine elements and surfaces to receive Generator Docking Station for compliance with installation tolerances and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Base Mounted: Install Generator Docking Station on concrete bases, 4 -inch (100 -mm) nominal thickness. 1. For Generator Docking Station, install epoxy - coated anchor bolts that extend through concrete base and anchor into structural concrete floor. 2. Place and secure anchorage devices. Use setting, drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 3. Install anchor bolts to elevations required for proper attachment to Generator Docking Station. 3.03 IDENTIFICATION A. Identify field- installed conductors, interconnecting wiring, and components; provide warning signs. B. Label each enclosure with engraved metal or laminated - plastic nameplate. GENERATOR TERMINAL DOCKING STATION 16415-3 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa 3.04 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. Perform tests and inspections. C. Acceptance Testing Preparation: 1. Test insulation resistance for each Generator Docking Station, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. D. Tests and Inspections: 1. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 2. Correct malfunctioning units on -site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. 3. Test and adjust controls, remote monitoring, and safeties. Replace damaged and malfunctioning controls and equipment. E. Prepare test and inspection reports, including a certified report that identifies Generator Docking Station and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. END OF SECTION c) cL U1, . 1 p� C-) i U_ t1 n o N GENERATOR TERMINAL DOCKING STATION 16415-4 Howard R. Green Company Project No. 529190J01 SECTION 16423 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa ENCLOSED MOTOR CONTROLLERS PART1 GENERAL 1.01 SECTION INCLUDES A. Combination solid state soft start motor controllers. 1.02 REFERENCE STANDARDS A. NECA 1 - Standard Practices for Good Workmanship in Electrical Contracting; National Electrical Contractors Association: 2006. B. NEMA ICS 2 - Industrial Control and Systems: Controllers, Contactors, and Overload Relays, Rated Not More Than 2000 Volts AC or 750 Volts DC; National Electrical Manufacturers Association; 2000 (R2005). C. NEMA ICS 5 - Industrial Control and Systems: Control Circuit and Pilot Devices; National Electrical Manufacturers Association; 2000. D. NEMA ICS 6 - Industrial Control and Systems: Enclosures; National Electrical Manufacfgfers Association; 1993 (R2006). ? ° -n E. NEMA KS 1 - Enclosed and Miscellaneous Distribution Equipment Switches (600 _boltsl s Maximum); National Electrical Manufacturers Association; 2001 (R2006). 2" — in F. NETA STD ATS - Acceptance Testing Specifications for Electrical Power Distrlbution Equipmen)'] and Systems; International Electrical Testing Association; 2007. ., G. NFPA 70 - National Electrical Code; National Fire Protection Association; 2006" 1.03 SUBMITTALS - A. See Section 01300 -Administrative Requirements, for submittal procedures. B. Product Data: Provide catalog sheets showing voltage, controller size, ratings and size of switching and overcurrent protective devices, short circuit ratings, dimensions, and enclosure details. C. Test Reports: Indicate field test and inspection procedures and test results. D. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by testing agency. Include instructions for storage, handling, protection, examination, preparation, and installation of product. E. Maintenance Data: Replacement parts list for controllers. 1.04 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience and with service facilities within 100 miles of Project. C. Products: Listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver products to site under provisions of Section 01600. ENCLOSED MOTOR CONTROLLERS 16423-1 Howard R. Green Company Project No. 529190J0l Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa B. Store and protect products under provisions of Section 01600. 1.06 WARRANTY A. Full warranty against defects in materials and workmanship for five years after final acceptance by the Owner, including all parts, labor, and expenses. 1.07 MAINTENANCE A. Furnish maintenance materials under provisions of Section 01700. B. Furnish two each of any special tools required to operate and maintain motor control equipment. 1.08 START -UPS, COMMISIONING, AND TRAINING A. Verify operation of all equipment. B. Demonstrate operation of all equipment to Owner's representative. PART2 PRODUCTS 2.01 MANUFACTURERS A. Allen- Bradley: Model SMC Flex. 1. Contact: Mike Leonard at Van Meter Industrial, 515 - 262 -9609. B. Motortronics: Model VMX. 1. Contact: Perry Tharp at Janda Motor Services, 877 -393 -1230. C. No Substitutions. 2.02 AUTOMATIC CONTROLLERS A. Combination Solid State Soft Start Motor Starter Units: 1. Provide combination solid state soft start motor starter unit with pre- programmed pump control algorithm to serve and control pumps as indicated on the Drawings. 2. Include the following features: a. Thermal- magnetic circuit breaker: 350 A. b. Integral full -speed bypass contactor. c. Acceleration and deseleration time adjustments. d.: Kick -start. e. - Phase rotation insensitive. Current limit. U. i " m`g: -= Overload Relay: Solid state electronic type with the following features: —J rn r -'m 1) Self- powered. 2) Minimum 3.2:1 adjustment range. �pW v Ky 3) Ambient temperature compensation. 0 0 4) Visible trip indicator. 0 5) Phase loss protection. 6) Selectable trip class (10,15, 20, 30). 3. Enclosure: NEMA Type 12. a. Maximum enclosure dimensions: 1) Width: 36 inches. 2) Depth: 20 inches. 3) Height: 46 inches from top of enclosure to lower -most electrically live parUterminal /lug inside enclosure. 2.03 ACCESSORIES A. Auxiliary Contacts: NEMA ICS 2, 2 normally open contacts in addition to seal -in contact. ENCLOSED MOTOR CONTROLLERS 16423 -2 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J0l Iowa Ciy, Iowa B. Operator interface devices. Provide as indicated on the Drawings and described later in this section. Installation of such devices shall maintain the NEMA rating of the enclosure. 1. Pilot Device Contacts: NEMA ICS 5, Form Z, rated At 50. 2. Indicating Lights: Green 'Run ", Push -to -Test, LED type. 3. Selector Switches: Hand - Off-Auto, Rotary type. 4. Provide door - mounted operator keypad and display. C. Control Power Transformers: 120 volt secondary. Provide fused primary, secondary, and bond unfused leg of secondary to enclosure. 2.04 DISCONNECTS A. Combination Controllers: Combine motor controllers with disconnects in common enclosure. Obtain IEC Class 2 coordinated component protection. PART 3 EXECUTION 3.01 INSTALLATION A. Install enclosed controllers where indicated, in accordance with manufacturers instructions B. Install securely, in a neat and workmanlike manner, as specified in NECA 1. ° C. Provide supports in accordance with Section 16070. c:7 0 D. Install controllers using spacers to stand enclosure a minimum of 1/8" from walJariiaountin9 f surface. tO E. Mounting Height: Top of enclosure against ceiling /roof beam. F. Set overload relays to match installed motor characteristics. v G. Provide engraved plastic nameplates. ca c� H. Neatly type label inside each motor controller door identifying motor served, nameplate horsepower, full load amperes, code letter, service factor, and voltage /phase rating. Place label in clear plastic holder. 3.02 FIELD QUALITY CONTROL A. Perform field inspection and testing in accordance with Section 01400. B. Inspect and test in accordance with NETA STD ATS, except Section 4. END OF SECTION ENCLOSED MOTOR CONTROLLERS 16423 -3 Howard R. Green Company Project No. 529190J01 SECTION 16425 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa VARIABLE FREQUENCY DRIVE CONTROLLERS PART1 GENERAL 1.01 SECTION INCLUDES A. Variable frequency drives (VFDs) enclosed as identified in schedule. 1.02 REFERENCE STANDARDS A. IEEE Standard 444 (ANSI- C343). B. NEMA ICS 7.1 - Safety Standards for Construction and Guide for Selection, Installation, and Operation of Adjustable Speed Drive Systems; National Electrical Manufacturers Association; 2006, C. NEMA ICS 7 - Industrial Control and Systems: Adjustable -Speed Drives; National Electrical Manufacturers Association; 2006. N cn D. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum); National, Electrical Manufacturers Association; 2003. -� E. NETA STD ATS - Acceptance Testing Specifications for Electrical Power Distribution EgmI tlt� and Systems; International Electrical Testing Association; 2007. 1O F. NFPA 70 - National Electrical Code; National Fire Protection Association; 2008. -- r1 -n- 1.03 SUBMITTALS N ' w A. See Section 01300 -Administrative Requirements, for submittal procedures. cZD B. Product Data: Provide catalog sheets showing voltage, controller size, ratings and size of switching and overcurrent protective devices, short circuit ratings, dimensions, and enclosure details. C. Shop Drawings: Indicate wiring diagram, front and side views of enclosures with overall dimensions and weights shown; conduit entrance locations and requirements; and nameplate legends. D. Test Reports: Indicate field test and inspection procedures and test results. E. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by testing agency. Include instructions for storage, handling, protection, examination, preparation, and installation of product. F. Manufacturer's Field Reports: Indicate start -up inspection findings. G. Operation Data: NEMA ICS 7.1. Include instructions for starting and operating controllers, and describe operating limits that may result in hazardous or unsafe conditions. H. Maintenance Data: NEMA ICS 7.1. Include routine preventive maintenance schedule. 1. Maintenance Materials: Furnish the following for Owner's use in maintenance of project. 1. See Section 01600 - Product Requirements, for additional provisions. 2. Extra Air Filters: Two of each type. 1.04 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. VARIABLE FREQUENCY DRIVE CONTROLLERS 16425-1 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa B. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum ten years documented experience and with service facilities within 200 miles of Project. C. Products: Listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. D. VFD shall have a minimum MTBF (mean time between failure) rating of 100,000 hours. E. Power transistors, SCR's and diodes shall be tested to ensure correct function and highest reliability. F. All printed circuit boards shall be tested at 50 °C for 50 hours. The VFD manufacturer shall provide certification that the tests have been completed. G. Every controller will be functionally tested with a motor to ensure that if the drive is started up according to the instruction manual provided, the unit will run properly. H. The VFD systems shall be fabricated /supplied by the same VFD manufacturer, to assure a properly coordinated system. 1.05 DELIVERY, STORAGE, AND HANDLING A. Store in a clean, dry space. Maintain factory wrapping or provide an additional heavy canvas or heavy plastic cover to protect units from dirt, water, construction debris, and traffic. B. Handle in accordance with manufacturer's written instructions. Lift only with lugs provided for the purpose. Handle carefully to avoid damage to components, enclosure, and finish. 1.06 WARRANTY A. Full warranty against defects in materials and workmanship for five years after final acceptance by the Owner, including all parts, labor, and expenses. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Allen Bradley /Rockwell Automation: Model PowerFlex 400. 1. Contact: Mike Leonard at Van Meter Industrial, 515 - 262 -9609. B. - Yaskawa: Model CIMR -P7U. 1. Contact: Perry Tharp at Janda Motor Services, 877- 393 -1230. C. No Substitutions i 2.02 DESCRIPTION A. Variable Frequency Controllers: Enclosed controllers suitable for operating the indicated loads, P� in conformance with requirements of NEMA ICS 7. Select unspecified features and options in ,accordance with NEMA ICS 3.1. N 1. Employ microprocessor -based inverter logic isolated from power circuits. 2. Employ pulse- width - modulated inverter system. 3. Design for ability to operate controller with motor disconnected from output. 4. Design to attempt five automatic restarts following fault condition before locking out and requiring manual restart. B. Enclosures: NEMA 250, Type 1, suitable for equipment application in places accessible only to qualified personnel. C. Finish: Manufacturer's standard paint. VARIABLE FREQUENCY DRIVE CONTROLLERS 16425-2 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J0l Iowa Ciy, Iowa 2.03 PHYSICAL LIMITATIONS A. Mounting Wall B. Maximum enclosure dimensions: 1. Width: 30 inches. 2. Depth: 17 inches. 3. Height: 62 inches from top of enclosure to lower -most electrically live part/terminattlug inside enclosure. Height dimension shall be shortened from 64 inches by amount required for provision of ventilation space above drive. 2.04 GENERAL REQUIREMENTS A. All drives shall be supplied by one manufacturer. B. Unless explicitly noted otherwise, at any time in the future, it shall be possible to substitute any standard motor (equivalent horsepower, voltage and RPM) in the field. C. Each Individual VFD shall be provided with RF attenuators, input line reactor assemblies, input isolating transformers, input harmonic traps, input current injection modules, and /or output filters as scheduled herein. _ o D. Unless explicitly noted otherwise, each VFD shall be suitable for use with any surd IMA -B squirrel -cage induction motor(s) having a 1.15 Service Factor or with existing st aid N A -B11 squirrel -cage induction motor(s) -- see schedules. ^i 1-0 �. a E. General Service Conditions — r 1. Controller shall be designed and constructed to operate within the following serviced conditions: m 2. Elevation: 3,300 or below. co 3. Atmosphere: Non - Condensing relative humidity to 95 %. 4. AC Line Voltage Variation: -5% to +10 %. 5. AC Line Frequency Variation: t3 Hertz. 2.05 PERFORMANCE REQUIREMENTS A. The variable frequency drive (VFD) motor controller shall convert three -phase (or single - phase), 60 Hertz utility power to an adjustable 3 -phase output voltage and frequency for stepless speed control B. The controller shall produce an adjustable AC voltage and frequency output. It shall have an output voltage regulator to maintain correct output V /Hz ratio despite incoming voltage variations. C. The VFD shall provide 0.95 to 1.0 power factor throughout the entire speed range without external power factor correction capacitors. D. Line Side Harmonic Reduction Requirements. 1. The specifications and configurations herein will require which drives get what level of line side harmonic mitigations -- see schedule. E. The VFD shall be software programmable to provide automatic restart after any individual trip condition resulting from either overcurrent, overvoltage, undervoltage, or overtemperature. F. A speed droop feature shall be included which reduces the speed of the drive on transient overloads. G. The drive is to return to set speed after transient is removed. If the acceleration or deceleration rates are too rapid for the moment of inertia of the load, the drive is to automatically compensate to prevent drive trip. VARIABLE FREQUENCY DRIVE CONTROLLERS 16425-3 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa H. Automatic restart after drive trip or utility failure. Software selectable if not desired I. Pick up a spinning load: VFD shall be able to determine the motor speed and resume control of a motor which is spinning in either direction without tripping. J. Speed profile: Individual adjustable settings for start, stop, entry, slope, and minimum and maximum speed points. K. Process signal inverter: Software selectable to allow speed of drive to vary inversely with input signal. L. A critical speed avoidance circuit will be included for selection of three critical speeds with a rejection band centered on that speed. M. Protective Features and Circuits: The controller shall include the following protective features: 1. Single phase fault or 3 -phase short circuit on VFD output terminals without damage to any power component. 2. Static instantaneous overcurrent and overvoltage trip with inverse overcurrent protection. 3. Static overspeed (overfrequency) protection. 4. Line or fuse loss and undervoltage protection. 5. Power unit overtemperature protection. 6. Electronic motor overload protection. 7. Responsive action to motor winding temperature detectors or thermostatic switches. 8. Isolated operator controls. 9. Be insensitive to incoming power phase sequence. 10. Have desaturation circuit to drive inverter section transistor base current to zero in event of controller fault. 11. Have DC bus discharge circuit for protection of operator and service personnel with an indicator lamp. 12. Individual transistor overcurrent protection. N. Parameter Settings: Following system configuring settings shall be provided, without exception, field adjustable through the keypad /display unit or via the serial communication port: 1. VFD Limits: a. Independent accel /decel rates. b. Setpoint select. c. Proportional band select. d. Reset time select. e. Rate time select. f. Input signal scaling. g. Input signal select (4- 20mA/0 -5 Volts). VARIABLE FREQUENCY DRIVE CONTROLLERS 16425-4 b. No load boost. r" c: Vmin, Vmax, V /Hz. i d. Full load boost. Overload trip curve select (Inverse or Constant). 7f. Min /Max speed (frequency). m 7 `— Auto reset for load or voltage trip select. rSlip compensation. Catch -A Spinning -Load select. o cp Overload trip time set. 0 2. VFD Parameters: N a. Voltage loop gain. b. Voltage loop stability. c. Current loop stability. 3. Controller Adjustments: a. PID control enable /disable. b. Setpoint select. c. Proportional band select. d. Reset time select. e. Rate time select. f. Input signal scaling. g. Input signal select (4- 20mA/0 -5 Volts). VARIABLE FREQUENCY DRIVE CONTROLLERS 16425-4 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa Ciy, Iowa h. Auto start functions: On /Off, Delay On /Off, Level Select On /Off. i. Min, Max Speed Select. j. Inverse profile select (allows VFD speed to vary directly or inversely with input signal). O. Diagnostic Features and Fault Handling: 1. VFD shall include a comprehensive microprocessor based digital diagnostic system which monitors its own control functions and displays faults and operating conditions. 2. Microprocessor systems must be products of the same manufacturer as the VFD (to assure single source responsibility, availability of service and access to spare parts). 3. A "FAULT LOG" shall record, store, display and print upon demand, the following for the 4 most recent events: a. VFD mode (Auto /Manual). b. Elapsed time (since previous fault). c. Type of fault. d. Reset mode (Auto /Manual). 2.06 VFD COMPONENTS 0 A. Control Voltage: 120 VAC. p 1. Provide a control power transformer in each VFD assembly. Unless size�jQicaied on U� the Drawings, provide VA capacity as required for installed components p� ,� 6% sue' are capcity. - _ r B. A membrane keypad operator interface with integral 2 -line, 24- character LCD gr LED d7i6olay t I shall be furnished, capable of controlling the VFD and setting drive parameters, and shad include the following features: 1. Digital display must present all diagnostic message and parameter values in Eng(s5 engineering units when accessed, without the use of codes. 2. Keypad module shall contain a "seff- test" software program which can be activated to verify proper keypad operations. 3. Digital keypad shall allow the operator to enter exact numerical settings in English engineering units. 4. A plain English user menu shall be provided in software as a guide to parameter setting, (rather than codes). 5. Drive parameters shall be factory set and resettable in the field through the keypad. 6. Password security shall be available to protect drive parameters from unauthorized personnel. 7. Stored drive variables must be able to be transferred to new boards to reprogram spare boards. 8. Normally the digital display shall simultaneously display: a. Speed demand in percent b. Output current in amperes c. Frequency in hertz d. Control Mode: Manual /Automatic C. Control Power Source: Integral control transformer, 120 VAC. 1. Unless size is Indicated on the Drawings, provide VA capacity as required for installed components plus 25% spare capcity. D. Safety Interlocks: Furnish terminals for remote contact to inhibit starting under both manual and automatic mode. E. Control Interlocks: Furnish terminals for remote contact to allow starting in automatic mode. F. Emergency Stop: Use dynamic brakes for emergency stop function. G. Wiring Terminations: Match conductor materials and sizes indicated. VARIABLE FREQUENCY DRIVE CONTROLLERS 16425-5 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa H. Drive Options: Provide the following options /modifications to the VFD. All special features shall be factory mounted and wired within the VFD enclosure. Refer to the Drawings for additional information. 1. The drive shall be capable of receiving and tracking a 4 -20 mA speed reference signal provided by the plant control system. 2. The drive shall provide an isolated 4 -20mA DC output signal proportional to speed and current for remote monitoring of the VFD. 3. The drive shall receive a contact closure "start' signal from the plant control system to enable the drive to operate to the plant control system speed reference signal. 4. The drive shall provide a contact closure "fault' signal to the plant control system indicating a collective drive fault/failure condition. 5. The drive shall provide a contact closure "auto' signal to the plant control system indicating the drive is in AUTOMATIC or REMOTE mode and is ready for the plant control system to control the drive. 6. Equip the drive with Allen - Bradley DH+ communications capability to fully control the drive from the existing on -site Allen- Bradley SLC programmable logic controller. System Operation: 1. With the drive in the LOCAL mode, the drive speed shall be controlled manually through the keypad interface on the enclosure door. 2. With the drive in the REMOTE mode, the drive shall start when signaled by the control system and its speed shall be controlled by the plant control system. 3. With the drive in the OFF mode, the VFD will not operate. 2.07 SOURCE QUALITY CONTROL A. Shop inspect and perform standard productions tests for each controller. 2.08 VFD LINE -SIDE HARMONIC DISTORTION MITIGATION A. Drive - Applied Harmonic Trap Filter 1. Basic Required Design Characteristics: a. Parallel wave "trap" not series wave "choke ". b. All passive component design. c. All components listed herein shall be contained within an enclosure as a pre- manufactured assembly complete with UL 508A label. 2. Maximum Operating Temperature: 40 C. 3. Ambient Humidity operating limits: 0 - 95% non - condensing. 4. Components: a. Input Reactor /Inductor b. Tuned Circuit 1) Input Overcurrent Protective Devices (a) Fuses -- UL listed, current - limiting class T for 200,000 A, symmetrical. 2) Tuning Reactor -- Same design requirements as "Reactors /Inductors" specified in this section. c—,, _ ' j—�, 3) Capacitors (a) Heavy -duty, rated to operate at 225% nominal fundamental frequency current. (b) Low -loss dielectric material construction -- maximum of 1/4 watt/kVAR. (c) Liquid - filled capacitors shall have a biodegradeable fluid with flash point of a minimum of 300 C, and shall have a UL listed, pressure sensitive interrupter whihc will disconnect all three phases simultaneous upon unsafe pressure detection. (d) Provide resistor network to discharge all capacitor banks with in one minute of de- energization. 4) Capacitor Bank Interrupting Contactor VARIABLE FREQUENCY DRIVE CONTROLLERS 16425-6 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa (a) Rated for capacitor switching function. (b) UL rated to A -191. (c) Contacts shall be derated to account for anticipated harmonic current loads. 5. Operation Requirements a. Contactor shall be capable of remote operation. Remote shall be for the purpose of disconnecting capacitive load when VFD is off. 6. Enclosure a. Enclosure shall be NEMA 3R rated for separate wall - mounting from VFD up to 20 feet away. Front access door shall be hinged and lockable. b. Maximum enclosure dimensions: 1) Width: 36 inches. 2) Depth: 20 inches. 3) Height: 64 inches. c. Provide convection or forced air Flow as required per manufacturer's recommendations and anticipated maximum ambient (room) temperature. 7. Acceptable Manufacturers a. - Trans -coil Inc. HG7 series with options specified. b. Or Equal. 0 2.09 SCHEDULE o A. NOTE: it is the responsibility of the CONTRACTOR to review the recommendeckan iguPk1ions and notify the ENGINEER if there is a need to modify any of these configuratior sRbfsueeessfu[. reliable, long term operations of the configurations specified herein. c G B. Collector Well CW -3: Pump #1, Pump #2. r a 6 B 1. Application: variable torque. 2. Brake Horsepower, non - overloading: 300 co 3. Anticipated Operating Temperauture: ventilation only at this project location. 4. Available ventilation areas with minimum requirements powered all sides but back 5. Voltage: 480; phase:3- phase. 6. Integral disconnecting means required: NO. 7. Electronic Operator Interface Mounting:on outside surface of manufacturer's encloser. 8. Input Conditioning: 3% Line Reactor mounted Integral to drive or within NEMA 1 Enclosure. 9. Input Line Harmonic Mitigation: Passive Line Trap within separate enclosure. 10. Bypass means: NOT REQUIRED. C. Collector Well CW -4: Pump #1, Pump #2. 1. Application: variable torque. 2. Brake Horsepower, non - overloading: 200 3. Anticipated Operating Temperauture: ventilation only at this project location. 4. Available ventilation areas with minimum requirements powered all sides but back 5. Voltage: 480; phase:3- phase. 6. Integral disconnecting means required: NO. 7. Electronic Operator Interface Mounting:on outside surface of manufacturer's encloser. 8. Input Conditioning: 3% Line Reactor mounted Integral to drive or within NEMA 1 Enclosure. 9. Input Line Harmonic Mitigation: Passive Line Trap within separate enclosure. 10. Bypass means: NOT REQUIRED. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that surface is suitable for controller installation. VARIABLE FREQUENCY DRIVE CONTROLLERS 16425-7 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa B. Do not install controller until building environment can be maintained within the service conditions required by the manufacturer. C. Verify that field measurements are as indicated on shop drawings. 3.02 INSTALLATION A. Install in accordance with NEMA ICS 7.1 and manufacturer's instructions. B. Tighten accessible connections and mechanical fasteners after placing controller. C. Provide engraved plastic nameplates; minimum 1/2" lettering, identifying load served. D. Neatly type label inside each motor controller door identifying motor served, nameplate horsepower, full load amperes, code letter, service factor, and voltage /phase rating. Place in clear plastic holder. 3.03 FIELD QUALITY CONTROL A. Perform field inspection and testing in accordance' with Section 01400. B. Inspect completed installation for physical damage, proper alignment, anchorage, and grounding. 3.04 MANUFACTURER'S FIELD SERVICES A. Provide the service of the manufacturer's field representative to prepare and start controllers. B. Provide one eight hour day (not including travel time) of operator training. R3[4111K.W111111IN fC] A. Make final adjustments to installed controller to assure proper operation of load system. Obtain performance requirements from installer of driven loads. 3.06 CLOSEOUT ACTIVITIES A. Demonstrate operation of controllers in automatic and manual modes. END OF SECTION EL i VARIABLE FREQUENCY DRIVE CONTROLLERS 16425-8 o O o N VARIABLE FREQUENCY DRIVE CONTROLLERS 16425-8 Howard R. Green Company Project No. 529190J01 SECTION 16443 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa PANELBOARDS PART1 GENERAL 1.01 SECTION INCLUDES A. Power distribution panelboards. B. Lighting and appliance panelboards. 1.02 REFERENCE STANDARDS A. NECA 1 - Standard Practices for Good Workmanship in Electrical Contracting; National Electrical Contractors Association; 2006. B. NEMA PB 1 - Panelboards; National Electrical Manufacturers Association; 2006. C. NEMA PB 1.1 - General Instructions for Proper Installation, Operation and Maintenance of Panelboards Rated 600 Volts or Less; National Electrical Manufacturers Association; 2007. D. NETA STD ATS -Acceptance Testing Specifications for Electrical Power Distribution FAuipment and Systems; International Electrical Testing Association; 2007. o E. NFPA 70 - National Electrical Code; National Fire Protection Association; 2006: 1.03 SUBMITTALS - -iC7 1O A. See Section 01300 -Administrative Requirements, for submittal procedures. Z<'*- v B. Shop Drawings: Indicate outline and su pport point dimensions, voltage, mainus a mwity, 'T integrated short circuit ampere rating, circuit breaker and fusible switch arrangement z&n sizes. C. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency. Include instructions for storage, handling, protection, examination, preparation, and installation of product. D. Project Record Documents: Record actual locations of panelboards and record actual circuiting arrangements. E. Maintenance Data: Include spare parts listing; source and current prices of replacement parts and supplies; and recommended maintenance procedures and intervals. 1.04 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Perform Work in accordance with NECA Standard of Installation. C. Maintain one copy of document on site. D. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum 10 years documented experience. E. Products: Listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. 1.06 DELIVERY, STORAGE, AND HANDLING A. Store in clean, dry space. Maintain factory wrapping or provide an additional heavy canvas or heavy plastic cover to protect units from dirt, water, construction debris, and traffic. PANELBOARDS 16443 -1 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa Ciy, Iowa B. Handle in accordance with manufacturers written instructions. Lift only with lugs provided for the purpose. Handle carefully to avoid damage to transformer internal components, enclosure, and finish. 1.06 WARRANTY A. Full warranty against defects in materials and workmanship for five years after final acceptance by the Owner, including all parts, labor, and expensses. 1.07 MAINTENANCE MATERIALS A. See Section 01600 - Product Requirements, for additional provisions. B. Furnish two of each panelboard key. C. Maintenance Data: Include spare parts data listing; source and current prices of replacement parts and supplies; and recommended maintenance procedures and intervals. 1.08 SERVICE REPRESENTATIVE A. Manufacturer shall have service facilities or an authorized service representative within 100 miles of project. PART2 PRODUCTS 2.01 MANUFACTURERS A. Square D: www.squared.com. B. No Substitutions. 2.02 POWER DISTRIBUTION PANELBOARDS A. Description: NEMA PB 1, circuit breaker type. B. Service Conditions: 1. .- Altitude: 700 feet. 2. Temperature: 70 degrees F. Lt 5 C. Panelboard Bus: Copper, ratings as indicated. Provide copper ground bus in each panelboard. See schedule. D. Minimum fully -rated integrated short circuit rating: As indicated. See Drawings. Ll E`n'glojure: NEMA PB 1, Type 1, _ inches deep, inches wide, cabinet box. Cabinet Front: Surface type, fastened with concealed trim clamps, hinged door with flush lock, finished in manufacturers standard gray enamel. G. The existing panelboards in Collector Wells CW 3 and CW 4 are Square D I -Line type. The new panelboards shall be Square D [-Line type and shall be able to accept and re -use the existing branch circuit breakers. Refer to the panelboard schedules on the Drawings for indication which circuit breakers are new and which are re -used. 2.03 LIGHTING AND APPLIANCE PANELBOARDS A. Description: NEMA PB1, circuit breaker type, lighting and appliance branch circuit panelboard. B. Panelboard Bus: Copper, ratings as indicated. Provide copper ground bus in each panelboard. C. Minimum Fully -Rated Integrated Short Circuit Rating: As indicated. See Drawings. D. Molded Case Circuit Breakers: Thermal magnetic trip circuit breakers, bolt -on type, with common trip handle for all poles; UL listed. PANELBOARDS 16443 -2 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa Ciy, Iowa 1. Type SWD for lighting circuits. 2. Type HACR for air conditioning equipment circuits. 3. Class A ground fault interrupter circuit breakers where scheduled. 4. Do not use tandem circuit breakers. E. Enclosure: NEMA PB 1, as scheduled. F. Cabinet Box: 6 inches deep, 20 inches wide for 240 volt and less panelboards, 20 inches wide for 480 volt panelboards. G. Provide cabinet with hinged trim. H. Cabinet Front: Surface cabinet front with concealed trim clamps, concealed hinge, metal directory frame, and flush lock all keyed alike. Finish in manufacturer's standard gray enamel. Refer to Drawings for additional information on panelboards. J. Lighting and Appliance panelboards supplied shall be new with all new branch circuit breakers. No existing breakers will be re -used. 2.04 ACCESSORIES A. Power Monitor: Provide the necessary voltage and current sensing instruments in each panelboard to re- connect to the existing Square D Power Logic Model CM 2250 digital power monitoring display units. B. Provide separately mounted and enclosed surge suppression devices imediately adjac94 to each panelboard. o C. Transient voltage surge suppression units: c. ME 1. Category C protection. D P{ 2. Certifications: a. UL 1449, Third Edition. b. IEEE 1100. 3. Parallel connection to power distribution system. 4. Modes of protection: a. Line -to- neutral b. Neutral -to- ground c. Line -to- ground 5. Protection parameters: a. Minimum surge current capability: 160kA per phase b. Response time: less than 1 ns. 6. Provide with visual indicators on front of unit to indicate: a. System ready b. System fault c. AC input on 7. Provide a collective fault contact closure output for customer use. '�. f ?� CJ 8. Manufacturers: a. Distribution and lighting and appliance panelboards: Manufacturer's standard. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field measurements areas indicated. B. Verify surface is ready to accept housekeeping pads and transformer. C. Review manufacturer's installation instructions. 3.02 INSTALLATION e� PANELBOARDS 16443 -3 Howard R. Green Company Project No. 529190J0l Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa A. Install panelboards in accordance with NEMA PB 1.1 and NECA 1. B. Install panelboards plumb. Install recessed panelboards flush with wall finishes. Install surface -mount type panelboards and load centers using spacers to stand enclosure a minimum of 1/8" from wall or mounting surface. Provide supports in accordance with Section 16070. C. Provide filler plates for unused spaces in panelboards. D. Provide typed circuit directory for each branch circuit panelboard. Revise directory to reflect circuiting changes required to balance phase loads. E. Provide engraved plastic nameplates identifying each panelboard or load center. F. Ground and bond panelboard enclosure according to Section 16060. 3.03 FIELD QUALITY CONTROL A. Perform field inspection and testing in accordance with Section 01400. B. Visual and Mechanical Inspection: Inspect for physical damage, proper alignment, anchorage, and grounding. Check proper installation and tightness of connections for circuit breakers, fusible switches, and fuses. C. Inspect and test in accordance with NETA STD ATS, except Section 4. D. Perform inspections and tests listed in NETA STD ATS, Section 7.5 for switches, Section 7.6 for circuit breakers. 3.04 SCHEDULES A. See panelboard schedule on drawings for individual panelboard requirements. 3.05 ADJUSTING A. Measure steady state load currents at each panelboard feeder; rearrange circuits in the panelboard to balance the phase loads to within 20 percent of each other. Maintain proper phasing for multi -wire branch circuits. END OF SECTION PANELBOARDS 16443 -4 ri r� 9 Wit^ C) N END OF SECTION PANELBOARDS 16443 -4 Howard R. Green Company Project No. 529190J01 SECTION 16500 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa LIGHTING PART1 GENERAL 1.01 SECTION INCLUDES N O A. Luminaires. o 0 B. Ballasts. n 3 C. Lamps. n'< — =tc� D. Luminaire accessories. - rrZ 1.02 REFERENCES A. ANSI C78.379 - American National Standard for Electric Lamps -- Reflector Lamps Classification of Beam Patterns; 1994. B. ANSI C82.1 - American National Standard Specifications for Fluorescent Lamp Ballasts; 1985 (R1992). C. ANSI C82.4 - American National Standard for Ballasts for High- Intensity- Discharge and Low Pressure Sodium Lamps (Multiple - Supply Type); 1992. D. NFPA 70 - National Electrical Code; National Fire Protection Association; 1999. 1.03 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Shop Drawings: Indicate dimensions and components for each luminaire that is not a standard product of the manufacturer. C. Product Data: Provide dimensions, ratings, and performance data. D. Manufacturers Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency specified under Quality Assurance. Include instructions for storage, handling, protection, examination, preparation, and installation of product. E. Operation and Maintenance Data: Instructions for each product. 1.04 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum ten years documented experience. C. Products: Listed and classified by Underwriters Laboratories, Inc. as suitable for the purpose specified and indicated. 1.05 EXTRA MATERIALS A. See Section 01600 -product Requirements, for additional provisions. B. Furnish two replacement lamps for each fluorescent lamp type. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver, store and protect products under provisions of Section 01600. 1.07 WARRANTY LIGHTING 16500-1 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa A. Full warranty against defects in materials and workmanship for five years after final acceptance, including all parts, labor, and expenses. 1.08 SERVICE REPRESENTATIVE A. Manufacturer shall have service facilities or an authorized service representative within 200 miles of project. 1.09 START -UP, COMMISSIONING, AND TRAINING A. Verify operation of all equipment. B. Demonstrate operation of equipment to Owner's representative. PART2 PRODUCTS 2.01 LUMINAIRES A. Furnish products as described in this Section. B. Type F1 1. Description: a. Specification grade 2 -lamp industrial fluorescent. 4' -0 ", 10% uplight, white polyester powder coat after fabrication, electronic ballast, UL listed for damp locations. 2. Lamps a. (2)F32 -T8 3. Manufacturers: LIGHTING 16500-2 a. Day - Brite; Model 1F Series. b. Lithonia Lighting; Model AF Series. c. Engineer Approved Equivalent. 4. Voltage: a. 120 VAC. 5. Mounting: a. . Ceiling mount in same location as existing luminaires to be replaced. �r C. Type LA1 1. _Description: a.: Pole- mounted, single luminaire, area site light, Type IV medium cutoff light distribution, photoelectric cell control, 25 ft. straight square steel pole with base cover, �B� — - • bronze paint. �.2. Lamps N a. 100W HPS 3. Manufacturers: a. Luminaire 1) Gardco; Model G131- 4XL- 100HPS- 120 - BRP -PC -SPA. b. Pole 1) Gardco; Model SSS- 25A -11 -D1 -BRP c. No Substitutes. 4. Voltage: a. 120 VAC. 5. Mounting: a. To concrete pole base footing. Provide anchor bolts and template. D. BALLASTS AND CONTROL UNITS 1. Manufacturers: a. Advance. b. General Electric. c. Sylvania. LIGHTING 16500-2 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa d. Engineer approved equivalent. 2. Fluorescent Ballasts: High efficiency, high power factor electronic with less than 10% THD, suitable for lamps specified. a. Voltage: As scheduled. b. Certify fluorescent ballast design and construction by Certified Ballast Manufacturers, Inc. 3. High Intensity Discharge (HID) Ballasts: ANSI C82.4, high pressure sodium lamp ballast, suitable for lamp specified. a. High power factor type. b. Voltage: As scheduled. E. LAMPS 1. Manufacturers: o a. GE Company. o' o b. Phillips. C-) Y •. 3' —i � o. Sylvania. -< d. No Substitutes. n 2. Fluorescent Lamps: r a. Color Temperature: 5000K. b. Color Rendering Index: 80 minimum. c. Mean Light Output: 2550. d. Average Rated Life: 24,000 hours, minimum. 3. High Intensity Discharge (HID) Lamps: a. High Pressure Sodium HID Lamps: Coated, suitable for ballast furnished in luminaire and for all burning positions. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field measurements are as indicated on shop drawings. B. Examine adjacent surfaces to determine that surfaces are ready to receive work. C. Review manufacturers installation instructions. 3.02 INSTALLATION A. Install in accordance with manufacturers instructions. B. Install surface mounted luminaires plumb and adjust to align with building lines and with each other. Secure to prevent movement. C. Install accessories furnished with each luminaire. D. Make wiring connections to branch circuit using building wire with insulation suitable for temperature conditions within luminaire. E. Bond products and metal accessories to branch circuit equipment grounding conductor. F. Install specified lamps in each luminaire. 3.03 FIELD QUALITY CONTROL A. Perform field inspection in accordance with Section 01400. B. Operate each luminaire after installation and connection. Inspect for proper connection and operation. 3.04 ADJUSTING LIGHTING 16500-3 Howard R. Green Company Project No. 529190J0l Peninsula Flood Mitigation Improvements Iowa Ciy, Iowa A. Align luminaries and clean lenses and diffusers at completion of work. B. Aim and adjust luminaires as indicated. C. Relamp luminaries which have failed lamps at completion of work. 3.05 CLEANING A. Clean electrical parts to remove conductive and deleterious materials. B. Remove paint splatters, dirt and debris from enclosures. C. Clean photometric control surfaces as recommended by manufacturer. D. Clean finishes and touch up damage. 3.06 DEMONSTRATION AND INSTRUCTIONS A. Demonstrate luminaire operation for minimum of two hours. END OF SECTION LIGHTING 16500-4 c c*-I _ N ~O A eJ>: rn v h= o -, o O o N LIGHTING 16500-4 M N G W W W i a_ < a c6 N „. :K 0 ° 0 � s 0 €� LLI W y� a °w < _ a 01 a W 0 bx tlR CIE d d Jti1 M N G W W W i a_ < a c6 N „. :K 0 ° 0 � s 0 €� LLI W y� a °w < _ a 01 a W 0 bx tlR CIE d d H eg I RE 3 3 kffi3 L 4 S E St�E Y ON, tM -«�a aRU u��tl3e oain�Ye z�oo�� - . s °0 4.� .6 x922 nM2" A gf rge �e 2:22 IC _ I114A €g 3 z v � a Ep RE 3 G s � s t i I, , I iliili i' I I I I I I '. la$�ilii it F ! I I I I I V I I i I II I ° w 3 1 �.� N �K 0 �eeF- ED m l:'64� 2g :iFo95 g4 o5 Geaec��jeo:�W - z 4Rw iy 3 fR Fy2. qua 3 "3 3 Kp t c3 E 3� :mot n33 c R� Mw c v. 9 3 G s � s t i I, , I iliili i' I I I I I I '. la$�ilii it F ! I I I I I V I I i I II I d 4 a O ° w 3 1 �.� N �K 0 E ED m l:'64� d 4 a O ° N �K 0 �O ED m �4 N F W 2 K W K 0 O ,O 3� uN O 0 w Q a 3 0 0 jqi R� a� 1 4 r I I I rug L_J ! �_ I I % I II 10 S oo '- VIII IIF p E3z ' I ozQ� I —gyIIIm °wwi ��5� oU6 N IIII 0 815 a W ID —� —III g aw a E f o a �s ° p ji- VQv z _ z 0 Nib z t v ..ems M e; i✓ �, �\ ♦ s Awl � � N N � Q N -t_ C_`l• � W} LIJ v °t 5- F- afro ra °s_ri� �c o a We s 26 ` °fig a_ .`i��A * E m ❑ ai o ¢ rc r f 3 o t c r O U 3 0 ii ii i o S L= �a �. L h 6 r / r (\ 1 Fz r Nil ky� g a n gg 2 \ r\ \k � / | ( & - / � \ - !y \) i\ \� � ! 2� { « 7\ -' { �./ ~ --------- j( ] | ;\ !; R\ \\ = 2 # \ - ( \ \ \( 2\: f \� { {[ \ «!' � ° ( Q » ±_ : ,1L C, - �� §§ 4 � c z -- e F 0 f o� �a Qh0 5a =3i eua n'e w _ ¢ z §yE � 3 ¢ z _ goa z r � a O AS all Al, , aP4 ale lit il` �$ /•!� �1 i \111 �i 'i S ON .,E„ So O H 8 a� W O 2 � g 3 tl� Q f W O a � E o _ m � S O d � w r a �3 �v� O U Q � 3 i t Q Milo �FcI a2 �, RR 1 3.1 - £ o i l a� E a° a Lill on §\ §!; � / / \ ( � ) ! E. § �§ 6\ ( |�) z z d :fin 4 r c wo . 2�L B'a xa 3y� W N a z h ' � W m = — U pw W W Z F ysry Su i N Z f i p L / I / I Z n / J F 0 �___ Z u 0 � BE B IGZ 11 key � l i l l II I �I I 11 9. reQ_ I r 1 9 yc 3� vvv, r / 1. 111 y. A I I fi65 �� Q _1 \ LII 1 11 I i i I ! •o `v w � $��9 I _ N H _ I \ 1' .,.., a a °_ I I / 1 ', IXoN� � \ ;/d. i I` Al s sq �u3 is u -' I 5 I e I 1 � I y f �n a° I I�� �IEI11AI FIa '= M �U g y1 fr€ Ba F1i a _ 3 W Y o � d U N Z 1 f � M � N N O G j i s � i , , m b �W$ 8'i J� i -a o � o s a a so oa' � o , O C 6p {iC W cl Tr- zi z - _ y o N N Iff a r7 « z zI >we G ? S z z rz OL, o rcc G O yf v� ror �5ry ME e� 5 � d e� '�- tii I ___ e e3 4u O y p rc la� N L _J G w w D 0 33 7 i rygry Lnt: 0 n g, `O W c-, r J M• Wil s1�� hd t s ' e � � a 911 � N 2am!q Y � Lr QJQ K �7 g� �z r� O N Z E o rc z a f o W z > C � 0 a a � w � � E3 U Lo 4 3 U € sP$ €y 5 9 A 3 a °x at g• gg �€ o," z o a e s < $o Y- °£ ss E 7 9R £ "s. " zs N. =c § 4$$ W J Z V 3� d ry C U N O� y ZOO w s V F IEe o e $ W J V " O U N a , a V " P- 69i2 7 LEA an 3 d� r W O O f aia rlwwam z 0 S 0 z w r v a o_ LL O Li w a� o g5�ppppppp ����_ z o;�• z' irc`t 5 H4H i� 3�e w � LL O ® O� X00 7 LEA an 3 d� r W O O f aia rlwwam z 0 S 0 z w r v a o_ LL O Li w a� z {`� \� � j\ ,]| !. )!. a §) \\ pill - �) ,. ! {� - �. 7, \Z > _- \ � j\ ,]| !. )!. a §) �) ! {� ! 7, }( ^LTF1 � j\ ,]| !. )!. a §) § /) \( / ) ) � ;!,• 2G 40 �) ! {� ! 7, § /) \( / ) ) � ;!,• 2G 40 $M e 'g m 3 r Fo a''= c_ �aa Na � w _ wl�N � az \ / z \ � o I 2 O G E \ N /l� `l`ms it "d.,�/�`1�� it Is 1 I \\ 111 1 \ SLED UTJ' - ! F - � R! \ § \ \ !! ! i ! /§ §) s / _ | ! ! ; . , \\ // q i 10 i FILED I L2 PH � r 2015t4AY 19 Pt. 21214 r LiTi .. ,10 y a w \�� ry xg 3°3 !' e lei m tom- I I €8z 2 ASS fill p � � r i 4 � ' r o i l 9too Eit! oz1° ii { r " 10 E53 P Y �, II R e 2 He `€ win E 1 r r �P A F �I J( — ----------- > — AX, 5 0 ILIi 2g �d 1 e� I � 4 U itN va I aw S� € tp s c Z ''.�.e h G_O FH 2�ti eve ` �• a 2 - §s\ �v' ' ' _ -_ -, ;� -_,. •may, � �2 r � � E a 3 c a c 9 Ell 1 �Qi G 1 ee q yy 9 l9 d 3 � a� Ig � on a ag zOia out a�s� zx tl °� 4 3 u M Kg aEI 99 1 o All ia; If } v M 9 ,`y III O .loo Oka bi � �" 2" 'k3:. 3 s4 as WAS in Iq FIR ;111;5 as eao y a 8 t P vk Sic e a z win use A S& n; dy -.n_ aloe d,E mr -� �e N Ma @e p x s x „5�a i o As a° 5 r� s s Is gig it 02 oy11 'No `� s z a g f o e m 0 G to S - 3 d V o ry � 3f s ggg�g30 Sol� \��:o�, /�. LLW a gr�i e Y u� ens e c S3 � § e- a � o � §88 \ (2 e _ ) _; ! - 2 _ rte. \�: / ' 1 t�� � - \ � \ \ � ) /§ ! so w ` �, ( | q , . - : \ \i \\ \ ) Liil \{ ! g; \j ;} ) }}\ \)[ € p� ' II w i- � - 2010nnY 19 F;i 2 :2. s Izaj Fry e uvl p j a Aga✓�c v' cee isa sF ii o 9 4' r'mg a a - x �- �ejj w�3 big 5, - - se 5 x F tlx3 ' �� € o€ $'✓ ? 5 s.g de _.r, - aria ggs �9s � > o I � r r a E3 or o� O U Q k° z O a I III nY0 F L V s FI n l rY gg �P p I ( ///@. ,.- W w`� O $ yy , l° e � R i o ea $3 „a: � 3e ;I - ® i _- « hid _ Ir \ ' � ƒ � f - 9 b � } | ! . . - ,.: � | || ,,.Z..:.,. )( ) § \! (! „ , !} [ ! Ld F1LED p §_ 2010Kki 14 F 2 2': VII t � y Eqd ooh s eh i a 2 &g�_ a d� �- c 3a, �oa qF eS oya ., g y R"i u .. - 5�a W - - _ asc� &� �e H X — a o U' N F �3 o� o u a gog z o � G fr >i I � I I 1 I 6i I 3s w� �e No g <�3 0 g qup 'S Rn _ �Eg s� z e F q LL �45 on < «« > 66`& ! BE \! \ \ \\ �tH . \\ / \\ §, \{ \} / § . . �� §g , , *-----------{ } ��` [| | �� /2 \ eJ d e\ )�! ; ! || : |,.... , \ � �! \ f z { }! ) } { } �M aa �T I W m s€ a E s 4 w s. $E s�a`x s ;g "s;F Rac 3 z $ �:G g3 nga s s� 5 � s _ vet" �s§ a n! c� gin sH I `� t�� h i e � 9 a z &sm z knbde5 E @s %11 1. € NSA—, � tae � m o � ' ? ` ill lion is ale non Sys $3 � $ ^ "• o o c � © © o uw U U � Q 50; mot ado U F [� is B u s I _ I U _ r l- ^� Lil's, 2e (2L Prepared by: Ron Knoche, City Engineer, 410 E. Washington St., Iowa City, IA 52240,(319)356-5138 RESOLUTION NO. 10 -276 RESOLUTION SETTING A PUBLIC HEARING ON JUNE 15, 2010, ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE PENINSULA FLOOD MITIGATION IMPROVEMENTS PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above - mentioned project is to be held on the 150 day of June, 2010, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above -named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above -named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public Inspection. Passed and approved this 1st day of June _,20 10 ATTEST: _AZ 2cs�r� e. 'A-/,Z42 CI -CLERK Pwer glresl loodmit- setph.dw 6110 MAYOR ti �`I �%,- Approved by City Attorney's Office v 1,L i v Resolution No. 10 -276 Page 2 It was moved by champion and seconded by Wri ght- the Resolution be adopted, and upon roll call there were: AYES: x x x x x x X wpdata /g1ossary/reso1ution- 1c.doc NAYS:' ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright NOTICE TO BIDDERS PENINSULA FLOOD MITIGATION IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 8th day of July, 2010. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 12th day of July, 2010, or at special meeting called for that purpose. The Project will involve the following: For four of the City's water supply well facilities elevate exterior electrical equipment on a new compacted earth fill berm at two facilities; harden and floodproof the well house building at two facilities; elevate electrical equipment inside the well house building at four facilities; and construct one new portable generator terminal site. All work is to be done in strict compliance with the plans and specifications prepared by Howard R. Green Company, of Johnston, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen r (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100 %) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) years from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: July 26, 2010 Completion Date: December 31, 2010 Liquidated Damages: $1,000 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of Howard R. Green Company, 5525 Merle Hay Road, Ste. 200, Johnston, Iowa 50131, by bona fide bidders. No fee is required for each set of plans and specifications provided to bidders or other interested persons. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242 -4721 and the Iowa Department of Transportation Contracts Office at (515) 239 -1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK Prepared by: Ron Knoche, Public Works, 410 E. Washington St., lowa City, IA 52240 (319) 35 6-5138 RESOLUTION NO. 1 o -,11 R RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE PENINSULA FLOOD MITIGATION IMPROVEMENTS PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above -named project was published as required by law, and the hearing thereon held. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY. IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above -named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above - named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above -named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above -named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 2:30 p.m. on the 81' day of July, 2010. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 12 day of July, 2010, or at a special meeting called for that purpose. Passed and approved this 1 Srh day of ATTEST: �U&,2�u i}J CITY'CLERK pweng\ ms \rPeninsulaRoodMiflgatlon2010.dm 6110 20 10 AMA 7d MAYOR A proved by City Attorney's Office Resolution No. 10 -318 Page 2 It was moved by Wilburn and seconded by wr; ghr the Resolution be adopted, and upon roll call there were: AYES: x x x x _x- _x— _x— wpdala/glossary/resolution- lc.doc NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright Printer's Fee CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS - CITIZEN FED. ID # 42- 0330670 I, RDA,, z being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS- CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper / time(s), on the following date(s): TCW Alb -7 Legal Cl Subscribed and sworn to before me this 5'�h day of A.D. 20--ZQ__, otary Public _4prets LINDA KROTZ Commission Number 732619 My Commission Expires January 27, 2011 _ OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE PENINSULA FLOOD MITIGATION IMPROVEMENTS PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the Peninsula Flood Mitigation Improvements Project in said city at 7:00 p.m. on the 15th day of June, 2010, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be Inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments con- cerning said plans, specifications, contract of the cost of making said Improvement. This notice is given by order of the City Council of the City of Iowa City, # Iowa and as provided by law. MARIAN K. KARR, CITY CLERIC 00197 June 7, 2010 Printer's Fee $ (� CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS- CITIZEN FED. ID # 42. 0330670 I, being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS - CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper f time(s), on the following date(s): ns�l,t0 n Legal C Subscribed and sworn to before me this DIP4, day o A.D. 20� Notary Public pl . 6, LINDA KROTZ s Commission Number 732619 `My Commission Expires ow> --. January 27, 2011 OFFICIAL PUBLICATION NOTICE TO BIDDERS PENINSULA FLOOD MITIGATION IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the But dayof July,2010. Sealedproposals will be opened immediately there- after by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 12th day of July, 2010, or at special meeting called for that purpose. The Project will Involve the follow- ing: For four of the Citys water sup- ply well facilities elevate exterior electrical equipment on a new com. posted earth fill berm at two facili- ties; harden and floodproof the well house building at two facilities; ele- vate electrical equipment inside the well house building at four facilities; and construct one new portable generator terminal site. All work is to be done in strict com- pliance with the plans and specifi. cations prepared by Howard R. Green Company, of Johnston, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, In the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter Into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfac- tory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest hvo or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the can- vass and tabulation of bids Is com- pleted and reported to the City Council. The successful bidder will be required to furnish a bond In an amount equal to one hundred per- cent (100 %) of the contract price, said bond to be Issued by a respon- sible 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 dam- ages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improve- ment for a period of five (5) years from and alter its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: July 26, 2010 Completion Date: December 31, 2010 Liquidated Damages: $1,000 per day The plans, specifications and pro. posed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of Howard R. Green Company, 5525 Merle Hay Road, Ste. 200, Johnston, Iowa 50131, by bona fide bidders. No fee is required for each set of plans and specifications provided to bidders or other interested persons. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242.4721 and the Iowa Department of Transportation Contracts Office at(515)239 -1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the con- tract shall submit a list on the Form of Agreement of the proposed sub. contractors, together with quanti- ties, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to prod. ucts and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under lava Statutes. The Iowa reciprocal resi. dent bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive techni. calities and irregularities. Published upon order of the City Council of Iowa City, Iowa, MARIAN K. KARR, CITY CLERK 77440 June 21, 2010 Prepared by: Kim Sandberg, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319)356 -5139 RESOLUTION NO. 10 -357 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE PENINSULA FLOOD MITIGATION IMPROVEMENTS PROJECT. WHEREAS, Price Industrial Electric of Hiawatha, Iowa has submitted the lowest responsible bid of $737,130 for construction of the above -named project. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: The contract for the construction of the above -named project is hereby awarded to Price Industrial Electric, 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 is authorized to execute change orders as they may become necessary in the construction of the above -named project. Passed and approved this 12th day of July 20 1 n ATTEST: J Q CITY Approved J� YI;/1/11 City Attorney's Office It was moved by wilhnrn and seconded by Bailey the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: Y Bailey x Champion X Dickens X Hayek x Mims x Wilburn X Wright pwengtreslawrdwn- peninsu lafloodmitAx 7/10 Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa City, Iowa FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ( "City "), and Price Industrial Electric, Inc. ( "Contractor "). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the 13th day of May, 2010, for the Peninsula Flood Mitigation Improvements Project ( "Project'), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers 1; b. "Standard Specifications for Highway and Bridge Construction," Series of 2001, Iowa Department of Transportation, as amended; C. Plans; d. Specifications and Supplementary Conditions; e. Notice to Bidders; f. Note to Bidders; g. Performance and Payment Bond; h. Restriction on Non - Resident Bidding on Non - Federal -Aid Projects; i. Contract Compliance Program (Anti- Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. AG -1 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa City, Iowa The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment ): W k [A .ANC , ��� 22 5-0(0,00 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this Z, / day of city Contractor // p /- By y � By�riC� I✓tG{ &Art S L&-C -) ^IC Mayor ATTEST: /�(rY zCC!/�/t/ City Clerk UWA Approved By: `City Attorney's Office tr N 110 t Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa City, Iowa FORM OF PROPOSAL PENINSULA FLOOD MITIGATION IMPROVEMENTS PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND [ VOLUME OF THE SPECIFICATIONS, SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder 12162 a TO: City Clerk City of Iowa City g City Hall 410 E. Washington St. Iowa City, IA 52240 L. The undersigned bidder submits herewith bid security in the amount of ( $ I12% , in accordance with the terms set forth in the "Project Specifications." t ` The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. U 3 Item No. Bid Item Descri tions Unit Estimated Quanti Unit Price Extended Price 1 Peninsula MV Loop and Generator Terminal Site, Complete LS 1 $ $ 02 2 r —z;o 2 Collector Well CW 4 Complete LS 1 $ $ 17 70 00 3 Collector Well CW 3, Complete LS 1 $ $ a38 eo 4 Silurian Well SW 4 Complete LS 1 $ $ 60000 5 Jordan Well JW 2, Complete LS 1 $ $ b, 550°0 Total of Bid Items 1 - 5 $ 7 y 06 The basis of contract award, if awarded, will be the lowest responsive, responsible bidder of the total bid. The owner reserves the right to reject any and all bids. FP -1 Howard R. Green Company Project No. 529190J01 Peninsula Flood Mitigation Improvements Iowa City, Iowa 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: 6- E n q i vi -e.er Inc. - �W P, H NOTE: All subcontractors are subject to approval by City The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: �b� X /C/���' ✓� Printed Name: 1 /ell -hr1 -v> Title: (/icy 04) Address: /yPio1 i`/w �cyC -Z-4 Phone: 319- 793 — C '1D 6 Contact: fir rfv h coi FP -2 Bond No. 2135268 Howard R, Green Company Peninsula Flood Mitigation Improvements Project No. 629190JOl Iowa City, Iowa PERFORMANCE AND PAYMENT BOND Price Industrial Electric Inc as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and North American Specialty Insurance Company (insert the legal title of the Surely) as Surety, hereinafter called the Surety, are hold and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of $ Seven hundred and thirty -seven thousand• one hundred and ihlrty Dollars ($,130.0Q 1 for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of %�e2 f / ZWO entered Into a (datd) written Agreement with Owner for Peninsula Flood Mitigation Improvements Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by Howard R Green Companv, which Agreement Is by reference made a part hereof, and the agreed -upon work Is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, If Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and vold; otherwise it shall remain In full force and effect until satisfactory completion of the Project, A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, In default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project In accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficlent Howard R. Green Company Peninsula Flood Mitigation Improvements Project No. 529190J01 Iowa City, Iowa funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and /or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of Five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontract tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS ;2151 DAY OF IN THE PRESENCE OF: Price Industrial Electric, Inc. (Pdnc, 11)•,J - Witness (Title) err "Witness Anne Crowner M North American Specialty Insurance Company (Surety) (Title) Dianne S. Riley, Attorney -in -Fact 3001 Westown Park (Street) West Des Moines, IA 50266 -1321 (City, State, Zip) (515) 223 -6800 (Phone) NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing tinder the laws of the State of New Hampshire and having its principal office in the City of Itasca, Illinois, each does hereby make, constitute mid appoint: JAY D. FREIERMUTH, CRAIG E. HANSEN, CLIFFORD W. AUGSPURGER, DIANNE S. RILEY, BRIAN M. DEIMERLY, CINDY BENNETT, ANNE CROWNER, TIMOTHY J. McCULLOH, STEPHANIE R. FINNEY, STACY LYNN VENN, and ANGELA MARIE GROSS JOINTLY OR SEVERALLY Its true and lawful Attomey(s) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the aniount of: TWENTY -FIVE MILLION ($25,000,000.00) DOLLARS This Prover of Attorney is granted and is signed by facsimile under and by die authority of the following Resolutions adopted by the Boards of Directors of both North American Specially Insurance Company and Washington International Insurance Company at meetings duly called and held on the 246 of Much, 2000: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attomey to execute on behalf of the Company bonds, undertakings mid all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the filhlre with regard to any bond, undertaking or contract of surety to which it is attached." sp'AKUTy ipii , 04 �� [,tAll7P/ /� ara t - �.. s By or„ "ap 1Fy::4adrBiOrs ZY —?�, SEAL Steven P.Andenon,Presldent& Chief Erttutlw Officer of waWngtonlnternadonalrnsurooc Compmy SEA LP•; F:. �`uTa t973 yin &Senior Vice President of NOrlh ASneriean Sptthltyrmmance Campaoy m : >,., 9N a 11i 4o� �.,futninitto �.EV�� dl;•. {p By t�,D3` Dsid M. Aysnan,&.for vice Prxsiden ofW'ahington la,..fl.nd insurnntt Company & Vitt President of North Am arm Spedahy losurmce Compmy IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 30th day of September 2008 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Du Page ss: On this 30th day of September 20 08 before file, a Notary Public personally appealed Steven P. Anderson , President mid CEO of Washington Intemational Insurance Company and Senior Vice President of North American Specially Insurance Company and David M. Layman , Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly swom, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. oou. Donn a D. Sklens, Notary Public =011 I, James A. Camenter , the duty elected Assistant Secretary of North American Specialty Insurance Company mid Washington Intemational Insurance Compmiy, do hereby certify that die above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company mid Washington International Insurance Company, which is still in full force mid effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this day of , 20 10 JamesA Ce ter,Vice Reidmt &AssimntSxretmyof Washington rntemationd Insurance(N,no ny& Noah ii mSp huyh Wince Compmy Prepared by: Kim Sandberg, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5139 RESOLUTION NO. 11 -226 RESOLUTION ACCEPTING THE WORK FOR THE PENINSULA FLOOD MITIGATION IMPROVEMENTS PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the Peninsula Flood Mitigation Improvements Project, as included in a contract between the City of Iowa City and Price Industrial Electric of Hiawatha, Iowa, dated July 21, 2010, be accepted; and WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and WHEREAS, funds for this project are available in the Collector Well #3 - Hazard Mitigation account #3281; and WHEREAS, funds for this project are available in the Collector Well #4 - Hazard Mitigation account #3282; and WHEREAS, funds for this project are available in the Silurian Well #4 - Hazard Mitigation account #3284; and WHEREAS, the final contract price is $734,263.55. 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 21 st day of 20--Ll—. MAYOR ` Approved by ATTEST: CITY EtERK City Attor ey's ice It was moved by Champion and seconded by trims the Resolution be adopted, and upon roll call there were AYES: x x x x x Pweng/ res/ peninsulamitimprov- acptwork.doc 6/11 NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright