Loading...
HomeMy WebLinkAboutPOOL FILTER REPLACEMENT/MERCER PARK AQUATIC CENTER/2010POOL FILTER REPLACEMENT/ MERCER PARK AQUATIC CENTER/ 2010 Rt C -Vl & l avers e��' ocrc ear' Po r � i-4a� P t?col- 1 of 2 CDt4rkjc `_ CA-»d ! l Ce �. er iV�ar -c.l -t arm Pl ��,s sPt�.: -C; cry- cans , -F-arh -, c,-f- ZDn4VrA4 a-rVC4 e2►r ICOe- FAG , C Ce►�.r e U 1 cJ Qe V. 1L ��b t ; sip, mid YI ` d J 1 "ec`''. C'I�- �n ', n ems- -�"ry ZaL� s� I w,.s ate, �'; (e, --I'o r- 1 , . 'P k b l IC- 1 rt:S f) 1' c.o�n�rc�c -k es.:+,�,- o evs-1- --�0� -%i,� c.,,.,_ a-f 44 �4 t4ev �e�lac 2rnx �tcc-0 a7 C; �y C(ee1L 4.9 -r, 6 j; sk rtc�;ce- -wv �a; J, lees S; ir; n.L40 -�; Mk a nx. ? l4c 4L - f�' r- �Ce; b{ �j : d 5. lac Ne a r n 7p 2 p� e42 r cem4-u' e, ' ct-LA �Oc-1 Z� rlo A -0- me or q cc e. r4; rxg u)D r (- 4, 41,-G oU! 7`, ��4Ge►'VL -Cn-� �✓F�'`t. 1 1 llwlaahml CITY OF IOWA CITY Y DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT IOWA CITY, IOWA N c-� �R fV _T7 tA r� FORM OF PROPOSAL FILED IOWA CITY MERCER AQUATIC CENTER 086PPI6Ek' 1:28 REPLACEMENT PROJECT CI IT Y CLE R1 � CITY OF IOWA CITY ,CV;M CITY, 10 V1 Name of Bidder: Address of Bidder: BIDS RECEIVED BEFORE: 2:00 PM local time on the 22 "d, of April, 2010 TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 In response to your request for bids, and in compliance with the Procurement and Contracting Requirements, the undersigned proposes to furnish all labor, materials and equipment, all supervision, coordination, and all related incidentals necessary to perform the work to complete IOWA CITY MERCER AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT in strict accordance with the Project Manual and the Drawings dated March 24, 2010 including Addenda numbered and inclusive, prepared by Pool Tech Midwest, Inc., for the Base Bid Lump Sum of: BASE BID Dollars ($ ) The undersigned bidder submits herewith bid security in the amount of ten percent (10 %) of the Base Bid amount. ADD ALTERNATE No. 1: The Contractor to furnish and install a complete and operating ultra violet water disinfectant system, including UV unit, strainer, and related piping and electrical work. Dollars ($ ) FP -1 The names of those persons, firms, companies or other parties with whom we intend to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: Carpentry: _ HVAC: Plumbing: Temp. Control: Electrical: Concrete: Paint: Other: R9 S $ 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. FP -2 P11 ca ° c-a • N 4D FP -2 In submitting this Proposal, The undersigned agrees that the Bid will not be withdrawn for a period of thirty (30) consecutive calendar days following the date of the Bid Opening. Further, that if a Notice to Proceed or a prepared Agreement provided by the Owner is received at the business address identified below within the thirty (30) day period, the undersigned will, within ten (10) days of receipt, acknowledge acceptance of the contract award. The undersigned will then execute and deliver to the Owner address the Agreement, the Procurement, Labor and Material Payment Bonds, and the certificates of insurance, and will proceed in accordance with requirements of the Contract Documents for this project, and have the Project at Final Completion on or before September 4, 2010. Firm: Signature: Printed Name: Title: Address: Phone: Contact: S: \ENGWRCHITECTURE FILE \Projects\Mercer Aquatic Center Pool Filter Renovation Project\Bid Documents\FORM OF PROPOSAL to submit for the Iowa City Mercer Park Aquatic Center Pool Filter Replacement Project 02 18 10.doc FP -3 0 c� ° tv V S: \ENGWRCHITECTURE FILE \Projects\Mercer Aquatic Center Pool Filter Renovation Project\Bid Documents\FORM OF PROPOSAL to submit for the Iowa City Mercer Park Aquatic Center Pool Filter Replacement Project 02 18 10.doc FP -3 CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT IOWA CITY, IOWA c� a IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT Certification and Seals I HEREBY CERTIFY THAT THESE SPECIFICATIONS WERE PREPARED BY ME AND THAT I AM DULY REGISTERED UNDER THE LAWS OF THE STATE OF IOWA. o PF---3370 , w A Signature Date: CZ1 March 24, 2010 00003 -1 Job #70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT PROJECT DIRECTORY ENGINEER Pool Tech Midwest Inc 3233 1St Avenue SE Cedar Rapids, Iowa 52242 Pnone: (319) 365 -8609 Fax (319 365 -8568 Contacts: Charlie Rochford: crochford(M_pooltech.com Jeff Dunn: idunn(aDpooltech.com Robert Tinsley: btinsley(a-pooltech.com OWNER City of Iowa City 400 East Washington Street Iowa City, Iowa 52240 Contacts: Kumi Morris Architectural Services Coordinator (319) 356 5044 Kumi- morrise- iowa- city.org Michael Moran Iowa City Parks and Recreation Dept. (319) 356 -5100 Mike- morana- iowa- city.orq PROJECT LOCATION Mercer Park Aquatic Center - Scanlon Gymnasium 2701 Bradford Drive Iowa City, Iowa 77 ;- y. N lJ March 24, 2010 PROJECT DIRECTORY Project 70904 SPECIFICATIONS TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS NOTICE OF PUBLIC HEARING .................................. ............................... NOTICETO BIDDERS ................................................. ............................... NOTETO BIDDERS .................................................... ............................... INSTRUCTION TO BIDDERS ...................................... ............................... FORMOF PROPOSAL ................................................ ............................... BIDBOND .................................................................... ............................... FORMOF AGREEMENT ............................................. ............................... PERFORMANCE AND PAYMENT BOND ................... ............................... CONTRACT COMPLIANCE Page Number ............ NP -1 ............ NTB -1 ............ NB -1 ............ IB -1 ............ FP -1 ............ BB -1 ............ AG -1 ............ PB -1 (ANTI- DISCRIMINATION REQUIREMENTS) .................... ............................... CC -1 (thru pg.7) GENERALCONDITIONS ......................................................... ............................... GC -1 SUPPLEMENTARY CONDITIONS .......................................... ............................... SC -1 RESTRICTION ON NON - RESIDENT BIDDING ON NON - FEDERAL -AID PROJECTS............................................................. ............................... ATTACHMENT: FORMAL PROJECT FORM OF PROPOSAL (TO SUBMIT, ATTACHMENT: DRAWINGS: C -1 Title Sheet D -1 Demolition Floor Plan D -2 Demolition Plan - Filter Equipment Pit D -3 Demolition Filter Pit Sections SD -1 Structural Deck Plan & Details SP -1 Equipment Layout Plan SP -2 Piping Plan SP -3 Sections & Details SP -3.1 Details & Control Schematic SP -4 Piping Isometric SP -5 Equipment List E -1 Electrical Plans & Diagrams .... R -1 th) -., - _Tl -) C C3 DIVISION 1 - GENERAL REQUIREMENTS 01010 Summary of Work 01027 Applications for Payment 01035 Modification Procedures 01040 Coordination 01045 Cutting and Patching 01200 Project Meetings 01300 Submitals 01600 Materials and Equipment 01661 Substitutions 01700 Contract Close Out DIVISION 2 - SITE WORK 02070 Selective Demolition DIVISION 3 - CONCRETE 03200 Concrete Reinforcements 03300 Cast - Place- Concrete U-) �s LOWISIGM 4 MASONRY La 10 cu yr Masonry Assemblies CC cs; /ISI� 5 1SjEL 05120 ° Structural Steel DIVISION 9 — FINISHES 09800 Special Coatings DIVISION 13 - SPECIAL CONSTRUCTION 13150 Refilter Pool DIVISION 15 MECHANICAL 15410 Plumbing Basic Requirements 15420 Plumbing Piping, Fittings & Joints 15430 Plumbing Accessories DIVISION 16 - ELECTRIAL 16000 Electrical Basic Requirements 16111 Conduits, Tubing & Accessories 16122 Wire & Cable 600 Volt & Below 16150 Wiring Devices 16390 Grounding 16800 Motors & Motor Controls NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT 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 Iowa City Mercer Park Aquatic Center Pool Filter Replacement Project in said City at 7:00 p.m. on the 23`d day of March, 2010, said meeting to be held in the Emma J. Harvat Hall in City Hall 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 City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Coun- cil of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK pweng \nph \nph- mercerf iltration. doc NP -1 N C- t7_13 N ;Ci NP -1 NOTICE TO BIDDERS IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:00 P.M. on the 22nd day of April, 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 27'h day of April, 2010, or at a special meeting called for that purpose. The Project will involve the following: Demolition of existing paddock vacuum sand filter system, furnishing and installing a new fiberglass deck system including supporting masonry and steel structure. Painting will be involved. The installation of new filters, circulation pump and chemical systems and related piping and valves. The contractor will be responsible for providing support for associated plumbing and electrical work. A pre -bid meeting will be held on site at 10:30 a.m. on the 9th of April in the P & G room at Mercer Park Aquatic Center/ Scanlon Gymnasium, located at 2701 Bradford Drive. Free parking is available neighboring the site. All work is to be done in strict compliance with the plans and specifications prepared by Pool Tech Midwest, Inc., of Cedar Rapids, 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 (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 thud iity from all claims and damages of any kind caused directly or indirectly by the operation of the Iptract, tad shWl . also guarantee the maintenance of the improvement for a period of one (1) year from and a#tj I s coiApletion I and formal acceptance by the City Council. The following limitations shall apply to this Project: '�'- -e ra s Start Date: August 2, 2010, Completion Date: September 4, 2010 Liquidated Damages: $250.00 per day The plans, specifications and proposed contract documents may be examined at the office4lKe C94ClerO Copies of said plans and specifications and form of proposal blanks may be secured at tkie Office'Of Iowa City Reprographics, Iowa City, Iowa, by bona fide bidders. Iowa City Reprographics is located at 11�South Dubuque Street, Iowa City, Iowa, 52240, (319) 338 -7872. A $25.00 non - refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Iowa City Reprographics. 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 Pweng /masters /noticetobidders -m ercerfiltration.doc NTB -1 2 3 Ui U— 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. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. Bid submittals are: Envelope 1 Envelope 2 U-) N 1 �2 a N •:t !1J V ir, V Cam:`•" O Bid Bond Form of Proposal NB -1 INSTRUCTIONS TO BIDDERS ARTICLE 1 - DEFINITIONS 1.1 Bidding documents include the bidding requirements and the contract documents. The bidding requirements include the Advertisement or Invitation to bid, Instructions to Bidders, the Bid Form, other sample bidding and contract forms, and the Contract Forms including addenda issued prior to receipt of bids. 1.2 The contract documents for the work consist of the Owner /Contractor Agreement, the Conditions of the Contract (General and Supplementary Conditions), the Drawings, the Specifications and all addenda issued prior to and all modifications issued after execution of the Contract. 1.3 Definitions set forth in AIA document A201, "General Conditions of the Contract for Construction ", 2007 edition, or in other Contract Documents are applicable to the bidding documents. A. Addenda are written or graphic instruments issued by the Architect prior to execution of the Contract which modify or interpret the Bidding Documents by addition, deflection, clarifications or correction. B. A bid is a complete and properly signed proposal to do the work or designated portion thereof for the sums stipulated therein, submitted in accordance with the bidding documents. C. The base bid is the sum stated in the bid for which the Bidder offers to perform the work described in the bidding documents as the Base, to which work may be added, or from which work may be deducted for sums stated in alternate bids. D. An alternate bid (or Alternate) is an amount stated in the bid to be added to or deducted from the amount of the base bid if the corresponding change in the work, as described in bidding documents, is accepted. E. A unit price is an amount stated in the bid as a price per unit of measurement for materials or services as described in the bidding documents or in the contract documents. F. A bidder is a person or entity who submits a bid. N C__1 G. A sub - bidder is a person or entity who submits a bid to a biddeer for terials,- equipment or labor for a portion of the work. ARTICLE 2 — BIDDER'S REPRESENTATIONS r " TI 2.1 The bidder by making a bid represents that the bidder has read and::Vndderstands bidding documents, and the bid is made in accordance with those docurnihts. w CD 2.2 The Bidder has read and understands the bidding documents or contract documents, to the extent that such documentation relates to the work for which the bid is submitted. IB -1 2.3 The bidder has visited the site, has become familiar with local conditions under which the work is to be performed, and has correlated the bidder's personal observations with the requirements of the contract documents. 2.4 3.1 3.2 The bid is based upon the materials, equipment and systems required by the bidding documents without exception. ARTICLE 3 — BIDDING DOCUMENTS Copies A. Complete sets of the bidding documents may be obtained from the office of the Iowa City Reprographics, at 114 South Dubuque Street , Iowa City, Iowa 52240, phone number (319) 338 -7872 by bona fide bidders. The deposit will be a $25.00 refundable fee. The refundable fee is to be refunded to plan holders who return the bidding documents in good condition within 30 days after receipt of bids. The cost of replacement of missing or damaged documents will be deducted from the deposit. A bidder receiving a contract award may retain the bidding documents, and his deposit will be refunded. Successful sub - bidders, including material suppliers, may retain their bidding documents, and their deposit will be refunded if V) the Architect receives written notification within the 30 calendar day period —' �,K'-jllowing receipt of bids. CL_ B. vidders shall use complete sets of bidding documents in preparing bids. Neither N >-& Owner nor the Architect assumes responsibility for errors or c�-?at5interpretations resulting from the use of incomplete sets of bidding �uments. No partial sets will be issued. a (F+ In making copies of the bidding documents available on the above terms, the Owner and the Architect do so only for the purpose of obtaining bids for the work, and do nor confer license or grant permission for any other use of the bidding documents. D. Copies of the reports and drawings that are not included with the Bidding Documents may be examined at Engineering Division at City Hall, Iowa City, Iowa during regular business hours, or may be obtained from the Owner at Owner's reproduction cost, plus handling charge. These reports and drawings are not part of the contract documents, but the "technical data" contained therein upon which the bidder may rely as identified and established above, are incorporated therein by reference. Interpretation or Correction of Bidding Documents A. The bidder shall carefully study and compare the bidding documents with each other, and with other work being bid concurrently or presently under construction to the extent that it relates to the work for which the bid is being submitted, shall examine the site and local conditions, and shall at once report to the Architect errors, inconsistencies or ambiguities discovered. B. Bidders and sub - bidders requiring clarification or interpretation of the bidding documents shall make a written request which shall reach the Architect at least IB -2 nine days prior to the date for receipt of bids. C. Interpretations, corrections and changes of the bidding documents will be made by addendum. Interpretations, corrections and changes to the bidding documents made in any other manner will not be binding, and bidders shall not rely upon them. 3.3 Substitutions A. The materials, products and equipment described in the bidding documents establish a standard of required function, dimension, appearance and quality to be met by any proposed substitution. Refer to section 01631 — SUBSTITUTIONS in the bid documents for substitution requirements and the standard AIA Substitutions request form. B. If the Architect approves a proposed substitution prior to receipt of bids, such approval will be set forth in an addendum. Bidders shall not rely upon approvals made in any other manner. 3.4 Addenda A. Addenda will be mailed or delivered to all who are known by the Architect to have a complete set of bidding documents. B. Copies of addenda will be made available for inspection wherever bidding documents are on file for that purpose. C. No addenda will be issued later than seven (7) days prior to the date for receipt of bids, except for any one or more of the following reasons: 1. An addendum withdrawing the request for bids. 2. An addendum which includes postponement of the date for receipt of bids. 3. An addendum issued after receipt of bids and prior to execution of the contract. D. Each bidder shall ascertain prior to submitting a bid that he has recp-wed all addenda issued, and the bidder shall acknowledge their recei4, A4 th ,prop€ ; location on the bid form. ==� _' • "�° ARTICLE 4 — BIDDING PROCEDURES 4.1 Form and Style of Bids° A. Submit bids in duplicate on forms identical to the form bound into thecproject manual. Separate copies of the bid form are contained within the back cover of this document. B. Fill in all blanks on the bid form by typewriter or manually in ink. C. Where so indicated by the makeup of the bid form, sums shall be expressed in both words and numerals, and in case of discrepancy between the two, the amount written in words will govern. D. Interlineations, alterations or erasures shall be initialed by the signer of the bid. IB -3 E. All requested alternates shall be bid. If no change in the base bid is required, enter "No Change ". F. Where two or more bids for designated portions of the work have been requested, the bidder may, without forfeiture of the bid security, state the bidder's refusal to accept award of less than the combination of bids stipulated by the bidder. The bidder shall make no additional stipulation on the bid form, nor qualify the bid in any other manner. G. Each copy of the bid shall include the legal name of the bidder and a statement that the bidder is a sole proprietor, a partnership, a corporation or some other legal entity. Each copy shall be signed by the person or persons legally authorized to bind the bidder to a contract. A bid by a corporation shall further give the state of incorporation and have the corporate seal affixed. A bid submitted by an agent shall have a current power of attorney attached certifying the agent's authority to bind the bidder. H. No bid may be withdrawn for a period of 30 calendar days after the date of opening. 4.2 Bid Security A. ,Each bid shall be accompanied by a bid security in the amount of ten percent (10 -- /) of the base bid and in the form of surety bond pledging that the bidder will enter r.J into a contract with the Owner on the items stated in his bid and will, if requested, L3.�urnish bonds covering the faithful performance of the contract and the payment of >—call obligations arising there under. Should the bidder refuse to enter into such p t=4bntract or fail to furnish such bond if required, the amount of the bid security shall �� forfeited to the Owner as liquidated damages, not as a penalty. A cashier's -check, cash or certified check will not be an accepted bid bond. N B. Surety bond shall be written on enclosed "Bid Bond" form bound within the project manual and the attorney -in -fact who executes the bond on behalf of the surety shall affix to the bond a certified and current copy of power of attorney. C. The Owner will have the right to retain the bid security of bidders to whom an award is being considered until either: 1. The contract has been executed and bonds have been furnished. 2. The specified time has elapsed so that the bids may be withdrawn. 3. All bids have been rejected. 4.3 Submission of Bids A. All copies of the bid, the bid security and other documents required to be submitted with the bid shall be enclosed in sealed opaque envelopes as instructed in Section NB — Note to Bidders. Both envelopes shall be addressed to the party receiving the bids ( "City Clerk, City of Iowa City "), and shall be identified with the project name, the bidder's name and address, and the envelope's contents. If the bid is sent by mail, the sealed envelopes shall be enclosed in a separate mailing envelope with the notation "SEALED BID IB -4 ENCLOSED" on the face of that envelope. B. Bids shall be deposited at the designated location prior to the time and date for receipt of bids. 1. Location: Office of City Clerk, City Hall, 410 East Washington Street, Iowa City, Iowa 52240 2. Time and Date: Before 2 PM on April 22, 2010. Bids received after the time and date for receipt of bids will be returned unopened. C. The bidder shall assume full responsibility for timely delivery at the location designated for receipt of bids. D. Oral, telephonic, or telegraphic bids are invalid and will not receive consideration. 4.4 Modification or Withdrawal of Bid A. A bid may not be modified, withdrawn or canceled the bidder after the stipulated time and date designated for the receipt of bids, and each bidder so agrees in submitting his bid. B. Prior to the time and date designated for receipt of bids, a bid submitted may be modified or withdrawn by notice to the party receiving bids at the place designated for receipt of bids. Such notice shall be in writing over the signature of the bidder or by telegram. If by telegram, written confirmation over the signature of the bidder shall be mailed and postmarked on or before the date and time set for receipt of bids, and it shall be so worded as not to reveal the amount of the original bid. C. Withdrawn bids may be resubmitted up to the time designated for the receipt of bids provided that they are then fully in conformance with these Instructions to Bidders. D. Bid security shall be in an amount sufficient for the bid as modified or resubmitted. q �y ARTICLE 5 — CONSIDERATION OF BIDS: 5.1 Opening of Bids A. The properly identified bids received on time will be opened pukucTy and--will be read aloud. 5.2 Rejection of Bids A. The Owner will have the right to reject any or all bids, and to reject a bid not accompanied by the required bid security or by another data required by the bidding documents, or to reject a bid which is in any way incomplete or irregular. 5.3 Acceptance of Bid (Award) i A. It is the intent of the Owner to award a contract to the lowest responsible bidder provided the bid has been submitted in accordance with the requirements of the bidding documents, and does not exceed the funds available. The Owner will have the right to waive informalities or irregularities in a bid received, and to accept the bid which, in his judgment, is in his own best interest. B. The Owner will have the right to accept bid alternates in any order or combination, and to determine the low bidder on the basis of the sum of the base bid and the accepted alternates. ARTICLE 6 — POST -BID INFORMATION 6.1 Submittals �Q. The bidder shall, within seven (7) days of notification of selection for the award of a U-) contract for the work, submit the following information to the Architect: A designation of the work to be performed by the bidder with the bidder's i 2 own forces. _,..rte- The proprietary names and the suppliers or principal items or system of .J N t "= materials and equipment proposed for the project. ---.. c A list of names of the subcontractors or other persons or entities proposed for the principal portions of the work. o ca �. The bidder will be required to establish to the satisfaction of the Architect and the Owner the reliability and responsibility of the persons or entities proposed to furnish and perform the work described in the bidding documents. C. Prior to the award of the contract, the Architect will notify the bidder in writing if either the Owner or Architect, after due investigation, has reasonable objection to any such proposed person or entity. If the Owner or the Architect has reasonable objection to such proposed person or entity, the bidder may, at the bidder's option: 1. Withdraw the bid. 2. Submit an acceptable substitute person or entity with an adjustment in the bid price to cover the difference in cost occasioned by such substitution. D. The Owner may accept the adjusted bid price or may disqualify the bidder. In the event of either withdrawal or disqualification, bid security will not be forfeited. ARTICLE 7 — PERFORMANCE BOND AND LABOR & MATERIAL PAYMENT BOND 7.1 Bond Requirements A. The bidder shall furnish bonds covering the faithful performance of contract and the payment of all obligations arising there under. Bonds may be secured through the bidder's usual sources. The cost of furnishing such bonds shall be included in the bid. IB -6 B. If the Owner requires that bonds be obtained from other than the bidder's usual source, all change in cost will be adjusted as provided in contract documents. 7.2 The Time of Delivery and Form of Bonds A. The bidder shall deliver the required bonds to the Owner not later than three (3) days following the date of execution of the contract. If the work is to be commenced prior thereto in response to a letter of intent, the bidder shall, prior to commencement of the work, submit evidence satisfactory to the Owner that such bonds will be furnished and delivered. B. The bonds shall be written on the "Performance and Payment Bond" form bound within the project manual, or a copy thereof. Both bonds shall be written in the amount of the contract sum. C. The bonds shall be dated on or after the date of the contract. D. The bidder shall require the attorney -in -fact who executes the required bonds on behalf of the surety to affix a current and certified copy of power of attorney. ARTICLE 8 — PRE -BID CONFERENCE 8.1 Conference A. Bidder is encouraged to attend a pre -bid conference on April 9, 2010 at 10:30 AM local time, on site in the P & G Room in Mercer Park Aquatic Center /Scalon Gymnasium at 2701 Bradford Drive in Iowa City, Iowa. fV 8.2 Parking 1. On site parking is available. c:a .. y —� - ca cD S: \ENG\ARCHITECTURE FILE \Projects \Mercer Aquatic Center Pool Filter Renovation Project \IB - Instructions to Bidders Mercer Park Aquatic Center Pool Replacement 02 10 10.doc Um FORM OF PROPOSAL IOWA CITY MERCER AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT CITY OF IOWA CITY BIDDERS PLEASE NOTE: 1. PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE PROJECT MANUAL. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder: Address of Bidder: BIDS RECEIVED BEFORE: 2:00 PM local time on the 22nd of April, 2010 TO: City Clerk City of Iowa City; City Hall 410 East Washington Street Iowa City, Iowa 52240 In response to your request for bids, and in compliance with the Procurement and C15*- Octiq'� Requirements, the undersigned proposes to furnish all labor, materials and equipm47r,1t;:: 11 supervision, coordination, and all related incidentals necessary to perform the work t comp) fi IOWA CITY MERCER AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT cD in strict accordance with the Project Manual and the Drawings dated March 24, 2010 including Addenda numbered and , inclusive, prepared by Pool Tech Midwest, Inc., for the Base Bid Lump Sum of: BASE BID Dollars ($ ) The undersigned bidder submits herewith bid security in the amount of $ ten percent (10 %) of the Base Bid amount. ADD ALTERNATE No. 1: The Contractor to furnish and install a complete and operating ultra violet water disinfectant system, including UV unit, strainer, and related piping and electrical work. Dollars ($ ) FP -1 The names of those persons, firms, companies or other parties with whom we intend to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: Carpentry: _ HVAC: Plumbing: Temp. Control: Electrical: Concrete ramp: Paint: $ $ 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. In submitting this Proposal, The undersigned agrees that the Bid will not be withdrawn for a period of thirty (30) consecutive calendar days following the date of the Bid Opening. Further, that if a Notice to Proceed or a prepared Agreement provided by the Owner is received at the business address identified below within the thirty (30) day period, the undersigned will, within ten (10) days of receipt, acknowledge acceptance of the contract award. The undersigned will then execute and deliver to the Owner address the Agreement, the Procurement, Labor and Material Payment Bonds, and the certificates of insurance, and will proceed in accordance with requirements of the Contract Documents for this project, and have the Project at Final Completion on or before September 4, 2010. Firm: Signature: j y - Printed Name: L� UJ v N Title: t- 1v Address: FP-2 Phone: Contact: FP-3 77 BID BOND as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated Project. NOW, THEREFORE, for N (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and d�fivg a a ntrar.... in the form specified, and the Principal shall then furnish a bond fgfAM Principal'rp- faithful performance of said Project, and for the payment of all peri5impeNrmin , labor or furnishing materials in connection therewith, and shall in all'16jirer r pect - perform the Project, as agreed to by the City's acceptance of said Bidl y " °s r u then this obligation shall be void. Otherwise this obligation shall remain in full fdree an"ffect, 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 day of A.D., 20_ Witness Witness BB -1 (Seal) Principal By (Title) (Seal) Surety By (Attorney -in -fact) Attach Power -of- Attorney 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 Iowa City Mercer Aquatic Center Pool Filter Replacement Project ('Project "), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers b. "General Conditions of the Contract for Construction" AIA DOC A201 -2007, 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. 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. AG -1 N C.1 as amended; C. Plans; d. Specifications and Supplementary Conditions; e. Notice to Bidders; f. Note to Bidders; c� 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. 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. AG -1 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. 5. The Project base bid submitted by form of proposal is in the amount of: To be completed after award and no /100 Dollars 0.00). DATED this day of , 20 [DATE BASED ON FORMAL COUNCIL MEETING AWARDING CONTRACT BY RESOLUTION NUMBER ] city By Mayor ATTEST: �n :gym City Clerk 0 AG -2 Contractor By (Title) ATTEST: (Title) (Company Official) Approved By: City Attorney's Office PERFORMANCE AND PAYMENT BOND F *3 (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 Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. C-s WHEREAS, Contractor has, as of entered intoo}-^f (date) p i� written Agreement with Owner for Project; and ` ,7 WHEREAS, the Agreement requires execution of this Performance and Payi^nent B�gd, to CD be completed by Contractor, in accordance with plans and specifications prepared by which Agreement is by reference made a part hereof, and the agreed -upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by 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 19 ;5 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 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. 20 SIGNED AND SEALED THIS IN THE PRESENCE OF: Witness PB -2 DAY OF (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) Witness a— cli PB -2 DAY OF (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) Contract Compliance Program CITY OF IOWA CITY CJ CITY OF IOWA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2 -3 -1. CC -1 � =-- .`CD Lo c�`v N ,...� N CC -1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 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? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. N _ E C cry C7; 1 CC -2 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. Business Name Signature Print Name Phone Number Title Date CC -3 M v ►- CIJ Q N Phone Number Title Date CC -3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 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 involver: i such actions should be trained and required to comply with your policy and the current equal a-nployrt nt o"unity laws. 4. RECRUITMENT t ry (a) Let potential employees know you are an equal opportunity employer. i s ca*be ctoTM by identifying yourself on all recruitment advertising as "an equal opportunity em pl jib (b) Use recruitment sources that are likely to yield diverse applicant pools. WorV. of -mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for ?" Only use job - related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of 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 1 r City of 0 Attached for your information is a copy of Section 2 — 3 —1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 U-4 CC -5 2 -3 -1 CHAPTER 3 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: Alding 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. B. 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- plicant or member. 2 -3 -1 C. It shalf 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 53 8d7 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; 01 U--) s a.- 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 stWervisory capacity of a bona fide f�ous educational facility or reli- institution shall be presumed to Mal.*: bona fide occupational qualifica- N lard. 94 -3647, 11 -8 -1994) J `::r_ C) N 897 Iowa City CC -7 2 -3 -1 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- taf 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 am- proyment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. 5. 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 f=ederal program de- signed to benefit a specific age classi- fication which serves a bona fide pub- lic purpose. 7. To employ on the basis of disability in those certain instances where pres- ence of disability is a bona fide occu- pational qualification reasonably nec- essary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 94 -3647, 11 -6 -1994) GENERAL CONDITIONS "General Conditions of the Contract for Construction" AIA DOC A201 -2007 amended, shall apply except as amended in the Supplementary Conditions. GC -1 i r GC -1 CITY OF IOWA CITY SUPPLEMENTARY CONDITIONS CITY OF IOWA CITY PART 1 - GENERAL 1.1 INTRODUCTION A. The following supplements modify the "General Conditions of the Contract for Construction ", AIA Document A201 -2007. Where a portion of the General Conditions is modified or deleted by these Supplementary Conditions, the unaltered portions of the General Conditions shall remain in effect. B. Terms used in these Supplementary Conditions will have meanings assigned to them in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings indicated below, which are applicable to both the singular and plural thereof. C. Deletions from the AIA A201 are indicated as strike out and additions to the AIA A201 are indicated as "bold italic ". D. The OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Law or Regulations in respect to any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be rAquired as to any dispute arising between the parties or under the Contract Documents. ° X51 E. Delete all references to mediation and arbitration in their entirety. 1.2 ARTICLE 1 - GENERAL PROVISIONS A. Add the following paragraph 1.1.1.1 Contract Documents to read as follows: 1.1.1.1 Any reference within the Contract Documents of the Agient- betweert� Owner and Contractor should be substituted with of the Form of Agrment� _Vtween Owner and Contractor (hereinafter the Agreement). The Form of Agreement is -listed as AG in the project manual. B. Change paragraph 1.1.3 to read as follows: 1.1.3 The term "Work" means the construction and services required by the Contract Documents, whether completed or partially completed, and includes all other labor, tools, materials, equipment, transportation, services, taxes, insurance and all other services provided or to be provided by the Contractor to fulfill the Contractor's obligations. The Work may constitute the whole or a part of the Project. The Contractor shall provide all work and materials which any part of the Contract Documents require him to provide. C. Add the following paragraph 1.2.4: 1.2.4 Sections of Division 1 - General Requirements, govern the execution of all sections of the specifications. 1.3 ARTICLE 2 -OWNER A. Change paragraph 2.4 to read as follows: 2.4 If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents and fails within a seven -day period after Feseipt -e# written notice from the Owner to commence and continue correction of such default or neglect with diligence and promptness, the Owner may without prejudice to other remedies the Owner may have, correct such deficiencies. - In such case the SUPPLEMENTARY CONDITIONS DOCUMENT SC -1 Owner may deduct from payments then or thereafter due the Contractor the Feasepable entire cost of correcting such deficiencies, including Owner's expenses and compensation for the Architect's and /or Consultant's additional services and expenses and heating, engineering, accounting, consulting services and attorneys' fees and expenses made necessary by such default, neglect, or failure. If payments then or thereafter due the Contractor are not sufficient to cover such amounts, the Contractor shall pay the difference to the Owner. The Owner's actions pursuant to this Subparagraph shall not operate as a release of any obligation of a surety. 1.4 ARTICLE 3 - CONTRACTOR A. Change paragraphs 3.2.2 to read as follows: 3.2.2 Because the Contract Documents are complementary, the Contractor shall, before starting each portion of the Work, carefully study and compare the various Contract Documents relative to that portion of the Work, as well as the information furnished by the Owner pursuant to Section 2.2.3, shall take field measurements of any existing conditions related to that portion of the Work, and shall observe any conditions at the site affecting it. These obligations are for the purpose of facilitating coordination and construction by the Contractor and are not for the purpose of discovering errors, omissions, or inconsistencies in the Contract Documents; however, the Contractor shall promptly report to the Architect any errors, inconsistencies or omissions discovered by or made known to the Contractor as a request for information in such form as the Architect may require. It is recognized that the contractor's review is made in the Contractor's capacity as a contractor and not as a licensed design professional, unless otherwise specifically provided in the Contract Documents. The Contractor shall not be liable to the Owner un or Ar.Ehitect for damage resulting from errors, inconsistencies or omissions in the Contract D99aments unless the Contractor recognized such error, inconsistency or omission and kgly failed to report it to the Architect. If the Contractor performs any construction activity �velves involving a recognized error, inconsistency or omission in the Contract Uj Dements without such notice to the Architect, the Contractor shall assume appFepFlate - cI re ibility for such performance and shall bear all ...�.. coets dpr correction. The Contractor shall perform no portion of the Work at any time wIW Contract Documents or, where required, approved Shop Drawings, Product Data or SaRpies for such portion of the Work. N B. Change paragraph 3.3.2 to read as follows: 3.3.2 The Contractor shall be responsible to the Owner for acts and omissions of the Contractor's employees, Subcontractors, Sub - subcontractors, vendors, materialmen and suppliers and their agents and employees, and other persons performing portions of the Work under a contract with the Contractor or any of its Subcontractors. C. Add the following 3.3.4: 3.3.4 Contractor shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. Contractor shall provide to Owner and Architect the phone number and /or paging service of this individual. D. Change paragraph 3.4.1 to read as follows: 3.4.1 Unless otherwise provided in the Contract Documents, the Contractor shall provide and pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, storage, parking and other facilities and services necessary for proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. Should the Contract Documents require work to be performed after regular working hours or should the Contractor elect to perform work after regular hours, the additional cost of such work shall be borne by the Contractor. SUPPLEMENTARY CONDITIONS DOCUMENT SC -2 E. Add the following paragraphs 3.4.4 through 3.4.6: 3.4.4 Whenever any provisions of the Contract conflict with any agreements or regulation of any kind in force among members of any trade association, unions or councils, which regulate what work shall be included in the work of particular trades, the Contractor shall make all necessary arrangements to reconcile any such conflict without delay or cost to the Owner and without recourse to the Architect or the Owner. 3.4.5 After the Contract has been executed, the Owner and the Architect will consider a formal request for the substitution products in place of those specified only under the conditions set forth in Section 0160 00 - Post Bid Substitutions. 3.4.6 By making requests for substitutions based on Subparagraph 3.4.4 above, the Contractor: .1 represents that the Contractor has personally investigated the proposed product and determined that it is equal or superior in all respects to that specified. .2 represents that the Contractor will provide the same warranty for the substitution that the Contractor would for that specified. .3 certifies that the cost data presented is complete and includes all relmd costs under this Contract except the Architect's redesign costs, and wallas all VDims for additional costs related to the substitution which subsequently become`a reV and ii "J .4 will coordinate the installation of the accepted substitute, making;: changes-se- may be required for the Work to be complete in all respects. .5 will adhere to the contract schedule, Change paragraphs 3.5 to read as follows: - va 3.5 The Contractor warrants to the Owner and Architect that materials---,, artid equipment furnished under the Contract will be of good quality and new unless the Co4ttact D6ebments require or permit otherwise. The Contractor further warrants that the Work will conform with the requirements of the Contract Documents and will be free from defects, Work, materials or equipment not conforming to these requirements may be considered defective. The Contractor's warranty excludes remedy for damage or defect caused by abuse, alterations to the Work not executed by the Contractor, improper or insufficient maintenance, improper operation, or normal wear and tear and normal usage. If required by the Architect, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. G. Change paragraph 3.6.1 to read as follows: The Contractor shall pay sales, consumer, use and similar taxes for the Work provided by the Contractor that are legally enacted when bids are received or negotiations concluded, whether or not yet effective or merely scheduled to go into effect. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. All such information for said certificates shall be submitted to the City /Owner together in one submission. H. Change paragraph 3.7.2 to read as follows: 3.7.2 The Contractor shall y perform the Work in compliance with and give notices required by applicable laws, statutes, ordinances, codes, rules, regulations and lawful orders of public authorities bearing on performance of the Work. Change paragraph 3.7.3 to read as follows: 3.7.3 If the Contractor performs Work knowing it to be contrary to applicable laws, statutes, ordinances, codes, rules and regulations, or lawful orders of public authorities, the Contractor shall assume full appropriate responsibility for such Work and shall bear the costs affable to the eerrest+eR and expenses of correcting or replacing such Work. SUPPLEMENTARY CONDITIONS DOCUMENT SC -3 Change paragraph 3.7.4 to read as follows: 3.7.4 Concealed or Unknown Conditions. If the Contractor encounters conditions at the site that are 1) subsurface or otherwise concealed physical conditions that differ materially from those indicated in the Contract Documents or 2) unknown physical conditions of an unusual nature that differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, the Contractor shall promptly provide notice to the Owner and the Architect before conditions are disturbed and in no event later than the next business day 21 days after first observance of the conditions. The Architect will promptly investigate such conditions and, if the Architect determines that they differ materially and cause an increase or decrease in the Contractor's costs of or time required for performance of any part of the work, will recommend an equitable adjustment in the Contract Sum or Contract Time, or both. If the Architect determines that the conditions at the site are not materially different from those indicated in the Contract Documents and that no change in the terms of the Contract is justified, the Architect shall promptly notify the Owner and Contractor in writing, stating the reasons. . J. Change paragraph 3.11 to read as follows: 3.11 The Contractor shall maintain at the site for the Owner, one copy of the Drawings, Specifications, Addenda, Change Orders and other Modifications, in good order and marked currently to indicate field changes and selections made during construction, and eRe -sepef all approved Shop Drawings, MSDS Sheets, Product Data, Samples and similar required submittals. These shall be available to the Architect and shall be delivered to the Architect for � subpittal to the Owner upon completion of the Work as a record of the Work as constructed. K 4be paragraph 3.13 to read as follows: 103 ,:The Contractor shall confine operations at the site to areas permitted by applicable laws, I 4uttes, ordinances, codes, rules and regulations, and lawful orders of public authorities and the G�attact Documents and shall not unreasonably encumber the site with materials or equipment. The - Contractor acknowledges that the property on which the Project and Work are p� lac3�tf may be occupied and in use by the Owner during the execution of the Work. The c� Con for shall perform and coordinate its work in such a manner that the portions of N the property occupied and in use will not be encumbered or the use interfered with or interrupted. L. Change paragraph 3.17 to read as follows: 3.17 The Contractor shall pay all royalties and license fees. The Contractor shall defend suits or claims for infringement of patent rights and shall hold the Owner and Architect harmless from loss on account thereof, but shall not be responsible for such defense or loss when a particular design, process or product of a particular manufacturer or manufacturers is required by the Contract Documents, or where the copyright violations are contained in Drawings, Specifications or other documents prepared by the Owner or Architect. However, if the Contractor has reason to believe that the required design, process or product is an infringement of a copyright or patent, the Contractor shall be responsible for such loss unless such information is promptly furnished to the Architect and the Owner in writing. M. Change paragraphs 3.18.1 to read as follows: 3.18.1 To the fullest extent permitted by law, the Contractor shall indemnify, defend and hold harmless the Owner, Architect, Architect's consultants, and agents and employees of any of them from and against claims, damages, losses and expenses, including, but not limited to attorneys' fees, arising out of or resulting from performance of the Work, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property , but only to the extent caused in whole or in part by intentional or negligent acts or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they SUPPLEMENTARY CONDITIONS DOCUMENT SC -4 may be liable, Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity that would otherwise exist as to a party or person described in this Paragraph 3.18. Nothing in the foregoing Paragraph 3.18.1 is intended or shall be deemed to constitute an indemnification by the Contractor against the negligence of any of the parties to be otherwise indemnified pursuant to Paragraph 3.18.1. N. Change paragraph 3.18.2 to read as follows: 3.18.2 Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. In claims against any person or entity indemnified under this Section 3.18 by an employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under Section 3.18.1 shall not be limited by a limitation on amount or type of damages, compensations benefits payable by or for the Contractor or a Subcontractor under worker's compenp;ion acts disability benefit acts or other employee benefit acts. 7 1.5 ARTICLE 4 -ARCHITECT A. Change paragraph 4.1.2 to read as follows: r-rl 4.1.2 Duties, responsibilities and limitations of authority of the Architect as Set f rth in Contract Documents shall not be restricted, modified or extended without written consent of the Owner, entraste and Architect. Consent shall not be unreasonably withheld`"' B. Change paragraph 4.2.1 to read as follows: 4.2.1 The Architect will provide administration of the Contract as described in the Contract Documents and will be the Owner's representative as provided herein during construction and until the Architect issues the final Certificate for Payment to the Contractor on the Project. The Architect will advise and consult with the Owner. The Architect will have authority to act on behalf of the Owner only to the extent provided in the Contract Documents. C. Change paragraph 4.2.3 to read as follows: 4.2.3 On the basis of the site visits, the Architect will keep the Owner reasonably informed about the progress and quality of the portion of the Work completed, and report to the Owner 1) known deviations from the Contract Documents and from the most recent construction schedule submitted by the Contractor, and 2) defects and deficiencies observed in the Work. The Architect and the Owner will not be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. The Architect and the Owner will not have control over or charge of and will not be responsible for acts or omissions of the Contractor, Subcontractors, or their agents or employees, or any other persons or entities performing portions of the Work. D. Change paragraphs 4.2.5 through 4.2.6 to read as follows: 4.2.5 Based on the Architect's observations and evaluations of the Contractor's Applications for Payment, the Architect will review and seA#y recommend to the Owner the amounts due the Contractor and will issue Certificates for Payment in such amounts. 4.2.6 The Architect has authority to reject Work which does not conform to the Contract Documents. Whenever the Architect considers it necessary or advisable for implementation of the intent of the Contract Documents, the Architect will have authority to recommend to the Owner to require additional inspection or testing of the Work in accordance with Subparagraphs 13.5.2 and 13.5.3, whether or not such Work is fabricated, installed or completed. However, neither this authority of the Architect nor a decision made in good faith either to exercise or not to exercise such authority shall give rise to a duty or responsibility of the Architect to the Contractor, Subcontractors, material and equipment suppliers, their agents or employees, or other persons SUPPLEMENTARY CONDITIONS DOCUMENT SC -5 performing portions of the Work. E. Change paragraphs 4.2.10 through 4.2.12 to read as follows: 4.2.10 If the Owner and Architect agree, the Architect will provide one or more project representatives to assist in carrying out the Architect's responsibilities at the site. The -dries, 4.2.11 The Architect will interpret and make recommendations to the Owner regarding decide matters concerning performance under and requirements of the Contract Documents on written request of either the Owner or Contractor. The Architect's response to such requests will be made in writing within any time limits agreed upon or otherwise with reasonable promptness. if no agreement is made concerning the time within which recommendations required of the Architect shall be furnished in compliance with this Paragraph 4.2, then the Architect shall furnish such recommendations within such reasonable time after the request is made that allow sufficient time in the professional judgment of the Architect for review. 4.2.12 Interpretations and recommendations desis;nnr, of the Architect will be consistent with the intent of and reasonably inferable from the Contract Documents and will be in writing or in the form of drawings. When making such interpretations and recommendationsdesisiens, the Architect will endeavor to secure faithful performance by both Owner and Contractor, will not show partiality to either and will not be liable for results of interpretations or recommendations deeisiGRs rendered in good faith. 1.6 ARTICLE 5 - SUBCONTRACTORS to •�: A. — QpWYa paragraph 5.2.1 and add the following: CD = P_ The CONTRACTOR shall provide, within 24 hours of the bid opening, a list those U_ pw�s, firms, companies or other parties to whom it proposes /intends to enter into a sa°bi�oltract regarding this project as required on the Bid Form and the Agreement. if no minority business enterprises (MBE) are utilized, the CONTRACTOR n_-.z tom- shall furnish documentation of all efforts to recruit MBE's. " c B. o Change paragraph 5.3 to read as follows: 5.3 By appropriate agreement, written where legally required for validity, the Contractor shall require each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Contractor by terms of the Contract Documents, and to assume toward the Contractor all the obligations and responsibilities which the Contractor, by these Documents, assumes toward the Owner and Architect. Each subcontract agreement shall preserve and protect the rights of the Owner and Architect under the Contract Documents with respect to the Work to be performed by the Subcontractor so that subcontracting thereof will not prejudice such rights, and shall allow to the Subcontractor, unless specifically provided otherwise in the subcontract agreement, the benefit of all rights, remedies and redress against the Contractor that the Contractor, by the Contract Documents, has against the Owner. Where appropriate, the Contractor shall require each Subcontractor to enter into similar agreements with Sub - subcontractors. The Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract agreement, copies of the Contract Documents to which the Subcontractor will be bound, and, upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of the proposed subcontract agreement which may be at variance with the Contract Documents. Subcontractors shall similarly make copies of applicable portions of such documents available to their respective proposed Sub - subcontractors. All warranties provided by the Subcontractors, including all express and implied warranties in the Contract Documents and the agreements between the Contractor and the Subcontractors and all warranties provided by law, shall run to and be for the benefit of the Owner, and the Owner shall have a direct right of action against the Subcontractors for any breach of said warranties. SUPPLEMENTARY CONDITIONS DOCUMENT SC -6 1.7 ARTICLE 6 - CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS A. Delete paragraph 6.1.4 in its entirety. B. Change paragraph 6.2.4 to read as follows: 6.2.4 The Contractor shall promptly remedy damage the Contractor wr-eRg#u4 auses to completed or partially completed construction or to property of the Owner or se_paratecontrac�r as provided in Subparagraph 10.2.5. 1.8 ARTICLE 7 - CHANGES IN THE WORK c- A. Change paragraph 7.2.1 to read as follows: 7.2.1 A Change Order is a written instrument prepared by the Architect grRl`__*gned by t Owner and Contractor and approved by the Architect, stating their agreemeritUpon ill of the following: �' B. Add paragraph 7.2.2 as follows: 7.2.2 A Change Order is conclusively presumed to include all adjustments in Contract Time and Contract Sum necessary to complete the change to the Work and related parts of the Work. C. Add paragraph 7.2.3 as follows: 7.2.3 In all Change Orders or Construction Change Directives, the allowance for Overhead and profit to be included in the total cost to the Owner shall not exceed the following amounts: .1 For the Contractor, for any Work performed directly by the Contractor's employees, not including oversight of such work performed by subcontractor, fifteen percent (1591c) of the cost. .2 For the Contractor, for Work performed by his Subcontractor, ten percent (106) of the amount due the Subcontractor. .3 For each Subcontractor, or Sub - subcontractor involved, for any Work performed by such contractor's own forces, fifteen percent (15910) of the cost. .4 For each Subcontractor, for Work performed by his Sub - subcontractors, five percent (06) of the amount due the Sub - subcontractor. .5 In order to facilitate checking of quotations for extras or credits, all proposals, except those so minor that their propriety can be seen by inspection, shall be accompanied by a complete itemization of costs including labor, materials and Subcontracts. In no case will a change involving over $200.00 be approved without such itemization. .6 Unless otherwise agreed, costs to which overhead and profit are to be applied shall be those costs listed in Subparagraph 7.3.6. 1.9 ARTICLE 8 -TIME A. Change paragraph 8.2.3 to read as follows: 8.2.3 The Contractor shall proceed expeditiously with adequate forces and shall achieve Substantial Completion within the Contract time. The Contractor shall bear all costs for overtime and all additional expense which may arise in order to achieve Substantial Completion within the Contract Time. B. Add paragraph 8.2.4 to read as follows: 8.2.4 If, upon the recommendation of the Architect, it becomes necessary at times during construction for the Owner to accelerate the work, each Contractor or subcontractor when ordered and directed by the Owner, shall cease work at any point and shall transfer his men to such points and execute such portion of his work as may be required to SUPPLEMENTARY CONDITIONS DOCUMENT SC -7 enable others to properly engage in and carry on their work. C. Change paragraph 8.3.1 to read as follows: 8.3.1 If the Contractor is delayed at any time in progress of the Work by an act or neglect of the Owner or Architect, or of an employee of either, or of a separate contractor employed by the Owner, or by changes ordered in the Work, or by labor disputes, fire, UAUSHal delay in de!*YeF4eS unavoidable casualties or other causes beyond the Contractor's control, OF by de ay ag---Vhinwize�d dela, then the Contract Time shall be extended by Change Order for such reasonable time as the Owner, with the advice of the Architect, may determine. Such delays shall not be a basis for damages. An extension of the Contract Time is the Contractor's sole remedy for such delay. D. Delete paragraph 8.3.3 in its entirety. 1.10 ARTICLE 9 - PAYMENTS AND COMPLETION A. Add the following paragraph 9.3.1.3. .3 The first payment application shall be accompanied by Contractor's partial waiver of lien only, for the full amount of the payment. Each subsequent monthly payment application shall be accompanied by the Contractor's partial waiver and by the partial waivers of Subcontractors and Suppliers who were included in the immediately preceding payment application to the extent of that payment. Application for final payment shall be accompanied by final waivers of lien from the Contractor, Subcontractor and Suppliers who have not previously furnished such final waivers. cam. Change paragraph 9.4.1 to read as follows: 844.1 The Architect will, within seven days after receipt of the Contractor's Application for yment, either issue to the Owner a Certificate for Payment, with a copy to the Contractor, for Q-' h amount as the Architect determines is properly due, or notify the Contractor and Owner in c- U fiting of the Architect's reasons for withholding certification in whole or in part as provided in cv c- 8'ubparagraph 9.5.1. Nothing herein shall be construed as requiring the Architect to °re�tuce the retainage to be applied to payment applications. All certifications and ..s.. c 'Ayments, including those pursuant to a pending claim, shall be tentative and conditional K odd it shall not be necessary for the Architect to make any statement to this effect. C6. Add paragraph 9.4.2.1: 9.4.2.1 The Architect's determination as to the issuance of or withholding of or the amount of payment reflected on Certificates of Payment shall subject the Architect to no liability whatsoever to the Owner, Contractor, Surety, or any other person. D. Change paragraph 9.6.1 to read as follows: 9.6.1 The Owner shall make partial payments to the Contractor within 30 days after the Owner has received a Certificate for Payment from the Architect. To insure proper performance of the Contract, the Owner will retain 5% of each payment amount or such larger amount as will insure that there always remains a sufficient balance to complete the work, such retainage to be held until Final Acceptance of Work and shall so notify the Architect. E. Change paragraph 9.8.4 to read as follows: When the Work or designated portion thereof is substantially complete, the Architect will prepare a Certificate of substantial Completion that shall establish the date of Substantial Completion, shall establish responsibilities of the Owner and contractor for security, maintenance, heat, utilities, damage to the Work, and insurance, and shall fix the time within which the contractor shall finish all items on the list accompanying the Certificate. SUPPLEMENTARY CONDITIONS DOCUMENT SC -8 F. Add paragraph 9.10.6: 9.10.6 Notwithstanding any provision to the contrary in this Contract, final payment of the retainage due the Contractor will be made not earlier than 31 days from the final acceptance of the work by the Owner, subject to the conditions and in accordance with the provisions of Chapter 573 of the Code of Iowa (2009), as amended. G. Add paragraph 9.10.7: 9.10.7 Warranties required by the Contract Documents, including those stated in the performance and payment bond, shall commence on the date of final, formal acceptance of the work by the City. 1.11 ARTICLE 10 - PROTECTION OF PERSONS AND PROPERTY A. Add paragraph 10.1.1: 1. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Owner prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. B. Change paragraph 10.2.4 to read as follows: 1. When use or storage of explosives or other hazardous materials or equipment or unusual methods are necessary for the execution of the Work, the Contractor shall give the Owner reasonable advance notice and shall exercise utmost care and carry on such activities under supervision of properly qualified personnel. C. Add paragraph 10.2.9: 10.2.9 When required by law or for the safety of the Work, the Contractor shall shore up, brace, underpin and protect foundations and other portions of existing structures which are in any way affected by the Work. The Contractor, before commencement of any part of the Work, shall give any notices required to be given to adjoining landown"rr or other parties. The Owner shall be notified once these notices have been served an"efore the work is performed. 1.12 ARTICLE 11 - INSURANCE AND BONDS° N 1 A. Change paragraph 11.1.1.5 to read as follows:; y� " .5 claims for damages, other than to the Work itself, because of injury to- ldeiewctio tangible property, including explosion, collapse and damage to underg6 � utilities loss of use resulting therefrom; B. Change paragraph 11.1.2 to read as follows: 11.1.2 The insurance required by Subparagraph 11.1.1 shall be written for not less than limits of liability specified in the Contract Documents or required by law, whichever coverage is greater. Coverage whethe shall be written on an occurrence basis and shall be maintained without interruption from the date of commencement of the Work until the date of final payment and termination of any coverage required to be maintained after final payment, and, with respect to the contractor's completed operations coverage, until the expiration of the period for correction of Work or for such other period for maintenance of completed operations coverage as specified in the Contract Documents. C. Change paragraph 11.1.3 to read as follows: SUPPLEMENTARY CONDITIONS DOCUMENT SC -9 11.1.3 Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior to commencement of the Work and thereafter upon renewal or replacement of each required policy of insurance. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. These certificates and the insurance policies required by this Section 11.1 shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least 30 days' prior written notice has been given to the Owner. An additional certificate evidencing continuation of liability coverage, including coverage for completed operations, shall be submitted upon final Application for Payment as required by Section 9.10.2 and thereafter upon renewal or replacement of such coverage until the expiration of the time required by Section 11.1.2. Information concerning reduction of coverage on account of revised limits or claims paid under the General Aggregate, or both, shall be furnished by the Contractor with reasonable promptness. D. Delete paragraph 11. 1.4 in its entirety and add the following paragraphs 11. 1.4 through 11.1.14: 11.1.4 Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: c� Tzpaf CoKaj qe Cj Compreh .j6 General Liability Each Occurrence Aaareaate LIJ od�l_l :ry & Property Damage* $1,000,000 $2,000,000 AutgVbl&I. Willty Combined Single Limit iBodPyhwpry & Property Damage $1,000,000 L. Excw"W'- Liao' 1 $1,000,000 $1,000,000 Emprjier's Lwility teach Accident $500,000 Each Employee $500,000 Policy Limit $500,000 Professional Liability (if applicable) $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. Property Damage liability insurance must provide explosion, collapse and underground coverage. Comprehensive General Liability using Insurance Services Office CG0001 or equivalent, shall include Contractual, Premises & Operations, Products & Completed Operations, Independent Contractors, Personal & Advertising Injury coverages, and Aggregate Limits of Insurance (Per Project) endorsement. Automobile Liability shall include all owned, non -owned and hired autos and also coverage for Contractual Liability. Excess Liability shall provide no less than following form coverage to the primary underlying policies. Workers Compensation shall include the Alternative Employer and Waiver of Subrogation endorsements in favor of the Owner. Professional Liability, if applicable: Tthe Contractor shall procure and maintain, during the life of this Agreement, Professional Errors and Omissions Liability Insurance. The Contractor will notify the Owner if claims made erode the policy limits below those required above. All liability policies above, except for Workers Compensation and Professional Liability, shall include the Owner's Governmental Immunities Endorsement. [See attached]. SUPPLEMENTARY CONDITIONS DOCUMENT SC -10 11. 1.5 The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 11.1.6 The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and in the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction or set off by virtue of investigation or defense costs incurred by Contractor's insurer. 11.1.7 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. 11.1.8 If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance and copies of such shall be attached thereto. 11.1.9 The Contractor shall include the City as additional insured on all policies except workers compensation. The Contractor shall include the Owner (City of Iowa City, including its employees, agents and assigns) as additional insured on all policies, except worker's compensation and professional liability. Such additional insured endorsement(s) shall make the Contractor's liability insurance primary to the Owner's and, furthermore, shall not be contributing with any other insurance or similar protection available to the Owner, whether such available protection be primary, contributing or excess. Owner shall be an Additional Insured with repect to all required aforementioned coverages, which shall be stated on all Certificates of Insurance. Such Certificates shall also state that the Governmental Immunities Endorsement (see attached) apply and said endorsements shall be attached thereto. The Contractor shall require any of its agents and subcontractorafioo p>�aForm°vt k and /or services pursuant to the provisions of this Agreement to pure mid main the same types of insurance as are required of the Contractor. e 11.1.10 The City prefers that Contractor provide it with 'occure foam" li y insurance coverage. If Contractor can only provide "claims- made" insurapce co>erageWeen the Contractor must comply with the following requirements: u? A. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. B. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of SUPPLEMENTARY CONDITIONS DOCUMENT SC -11 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 11.1.11 The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and seek specific performance or termination, as the case may be. 11.1.12 In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses exhaust the aggregate limits of Contractor's liability insurance, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. Cl) 11.1.13 In the event that any of the policies or insurance coverage identified on Un Contractor's Certificate of Insurance are canceled or modified, then in that event the City in its discretion either suspend Contractor's operations or activities under this cCbs3tract, or terminate this Contract, and withhold payment for work performed on the Cl- LLI 104 d ract. N s :%4J 14 Contractor shall be responsible for any deductible amounts; including but bbimited to the owner's deductible on the owner's builder's risk. �= v c? E Delete paragraphs 11.3 in its entirety and add paragraphs 11.3 as follows: 0 11.3 PROPERTY INSURANCE 11.3.1 OWNER shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: .1 include the interests of OWNER, CONTRACTOR, Subcontractors, Owner's Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an additional insured; .2 be written on a Builder's Risk "all- risk" or open peril or special causes of loss policy form that shall at least Include insurance for physical loss or damage to the Work, temporary buildings, false work, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, water damage, and such other perils or causes of loss as may be specifically required by the Supplementary Conditions; .3 include expenses incurred in the repair or replacement of any insured property; SUPPLEMENTARY CONDITIONS DOCUMENT SC -12 .4 include $100,000 for materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by OWNER; ^„ .5 allow for partial utilization of the Work by OWNER; .6 include testing and startup; and r-) C-- N .7 be maintained in effect until final payment is made. : a Y .8 Such coverage shall not include coverage for loses or !#age cau by the negligent acts or omissions of Contractor or Subcontractors, bl for damage to material or equipment while under the control of or stored by Cdntractok rior to installation or prior to inclusion of such material or equipment in construction. Contractor shall maintain appropriate insurance for such risks or occurrences 11.3.2 OWNER shall purchase and maintain such boiler and machinery insurance which shall specifically cover such insured objects or additional property insurance as may be required by Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, OWNER's Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured. 11.3.3 All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured to whom a certificate of insurance has been issued and will contain waiver provisions. 11.3.5 If CONTRACTOR requests in writing that other special insurance be included in the property insurance policies provided under paragraph 5.06, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the Site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. F. Delete section 11.4 in its entirety and add paragraph 11.4 to read as follows: 11.4.1 The Contractor shall furnish a Performance Bond and Labor and Material Payment Bond from a surety using the form included in the Contract Documents, each in an amount equal to the Contract Price. Cost of such Bonds shall be included in the base bid. Each alternative bid shall include the additional Bond cost. Contractor shall deliver the required Bonds to the Owner prior to the signing of the Agreement. .1 The Performance, Labor and Material Bond shall be executed in conformity with the American Institute of Architect's Document A -312 (1984 Edition), with coverage provided by a surety having a financial rating from A.M. Best of A, Vll or higher. .2 Whenever the Contractor shall be and is declared by the Owner to be in default under the Contract, the Surety and Contractor are each responsible to make full payment to the Owner for any and all additional services of the Architect as defined in the Owner /Architect Agreement which are required as a result of the Contractor's default and in protecting the Owner's right under the agreement with the Contractor to remedy the SUPPLEMENTARY CONDITIONS DOCUMENT SC -13 Contractor's default or honor the terms of the Performance Bond. .3 These Bonds shall be maintained by the Contractor and shall remain in full force and effect until final acceptance of the Work by the Owner. The Contractor agrees and will cause the Surety to agree to be bound by each and every provision of all the Contract Documents. .4 The Surety shall give written notice to Owner, within seven (7) days after receipt of a declaration of default, of the Surety's election either to remedy the default or defaults promptly or to perform the work promptly or to pay to Owner the penal sum of the bond, time being of the essence. In said notice of election, the Surety shall indicate the date on which the remedy or performance will commence, and it shall then be the duty of the Surety to give prompt notice in writing to Owner immediately upon completion of (a) the remedy and /or correction of each default, (b) the remedy and /or correction of each omitted item of work, (c) the furnishing of each omitted item of work, and (d) the performance of the work. The Surety shall not assert solvency of its Principal or its Principal's denial of default as justification for its failure to promptly remedy the default or defaults or perform the work. .5 The Principal and Surety further agree as part of this obligation to pay all such damages of any kind to person or property that may result from a failure in any respect to perform and complete the Work including, but not limited to, all repair and replacement costs necessary to rectify construction error, architectural and engineering costs and fees, all consultant fees, all testing and laboratory fees, and all legal fees and litigation costs incurred by the Owner. .6 The Surety agrees that other than as is provided in the Bond it may not demand of the Owner that the Owner shall (a) perform any thing or act, (b) give any notice, (c) furnish any clerical assistance, (d) render any service, (e) furnish any papers or documents, or (f) take any other action of any nature or description which is not required of the Owner to be done under the Contract Documents. 11.4.2 Surety shall be satisfactory to the Owner and shall be authorized to do business in the state of Iowa. 1.13 ARTICLE 13 - MISCELLANEOUS PROVISIONS c-A. �ange paragraph 13.1 to read as follows: 1 The Contract shall be governed by the laws of the State of Iowa of the p1aGG where the vr- �'.tra>nge paragraph 13.3.1 to read as follows: _ sF9.� Written notice shall be deemed to have been duly served if delivered in person to the �r indil ual, to a member of the firm or entity or to an officer of the corporation for which it was inte d, or if delivered at eF sent by registered or certified mail to the last business address known to the party giving notice. C. Change paragraph 13.5.1 to read as follows: 13.5.1 Tests, inspections and approvals of portions of the Work shall be made as required by the Contract Documents and by applicable laws, statutes, ordinances, codes, rules, and regulations or lawful orders of public authorities. Unless otherwise provided, the Contractor shall make arrangements for such tests, inspections and approvals with an independent testing laboratory or entity acceptable to the Owner, or with the appropriate public authority, and shall bear all related costs of tests, inspections and approvals. The Contractor shall give the Architect and Owner timely notice of when and where tests and inspections are to be made so the Architect and SUPPLEMENTARY CONDITIONS DOCUMENT SC -14 Owner may observe such procedures. The Owner shall bear costs of 1) tests, inspections or approvals that do not become requirements until after bids are received or negotiations concluded and 2) tests, inspections or approvals where building codes or applicable laws or regulations prohibit the Owner from delegating their cost to the Contractor. Co ies of all reports, data and other documents related to tests, inspections and approv*9 shall be provided to the Architect as soon as practicable. n D. Delete paragraphs 13.7." ry .. E. Add the following Section 13.8: 13.8 The Contractor shall maintain policies of employment as follows: "_ ►� -L' ' 1 The Contractor and the Contractor's subcontractors shall not aft_ oWinate agiUA2jt any employee or applicant for employment because of race, religion; color sex, age, disability or national origin or otherwise as may be required by local or state ance. The Contractor shall take affirmative action to insure that applicants are employed, and that employees are treated during employment without regard to their race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the policies of non - discrimination. .2 The Contractor and the Contractor's subcontractors shall, in all solicitations or advertisements for employees placed by them or on their behalf, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance Add the following Section 13.9: 13.9 The Contractor shall maintain 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. 1.14 ARTICLE 14 - TERMINATION OR SUSPENSION OF THE CONTRACT A. Add the following paragraph 14.2.1.5: .5 fails or refuses to provide insurance or proof of insurance as required by the Contract Documents. B. Change paragraph 14.2.4 to read as follows: 14.2.4 If the unpaid balance of the Contract Sum exceeds costs of finishing the Work, including compensation for the Architect's services and expenses made necessary thereby, and other damages incurred by the Owner and not expressly waived, such excess shall be paid to the Contractor. If such costs exceed the unpaid balance, the Contractor shall pay the difference to the Owner. The amount to be paid to the Contractor or Owner, as the case may be, shall be certified by the Initial Decision Maker, upon application, and this obligation for payment shall survive termination of the Contract. The Contractor shall bear all testing, engineering, accounting, and legal expenses made necessary as a result of termination of the Contract. 1.15 ARTICLE 15- CLAIMS AND DISPUTES A. Change paragraphs 15.1.1 through 15.1.3 to read as follows: 15.1.1 Definition. A Claim is a demand or assertion by one of the parties seeking, as a matter of SUPPLEMENTARY CONDITIONS DOCUMENT SC -15 right, payment of money, or other similar relief with respect to the administration terms of the Contract during the performance of the Work. The term "Claim" also includes other disputes and matters in question between the Owner and Contractor arising out of or relating to the Contract. The responsibility to substantiate Claims shall rest with the party making the Claim. Nothing in this Article is intended to limit claims by the Owner related to the performance of or quality of the Work. 15.1.2 Notice of Claims. Claims by either the Owner or Contractor must be initiated by written notice to the other party and to the Initial Decision Maker with a copy sent to the Architect if the Architect is not serving as the Initial Decision Maker. Claims by either party must be initiated within 21 days after occurrence of the event giving rise to such Claim or within 21 days after the claimant first recognizes the condition giving rise to the Claim, whichever is later. An additional Claim relating to the same subject matter made after the initial Claim has been implemented by Change Order will not be considered and is deemed waived by the Contractor. . 15.1.3 Continuing Contract Performance. Pending final resolution of a Claim, except as otherwise agreed in writing or as provided in Section 9.7 and Article 14, the Contractor shall proceed diligently with performance of the Contract and the Owner shall continue to make payments for sums not in dispute in accordance with the Contract Documents. The Architect will prepare Change Orders and issue Certificates for Payment in accordance with the decisions of the Initial Decision Maker. B. Change paragraph 15.2.5 to read as follows: 15.2.5 The Initial Decision Maker will render an initial decision approving or rejecting the claim, or indicating that the Initial Decision Maker is unable to resolve the claim. This initial decision shall 1) be in writing, 2) state the reasons therefore, and 3) notify the parties and the Architect, if the Architect is not serving as the Initial Decision Maker, of any change in the Contract Sum or Contract Time or both. . C. Delete paragraphs 15.2.6 and 15.2.6.1 in their entirety. D. Delete Section 15.3 MEDIATION in its entirety. E. Delete Section 15.4 ARBITRATION in its entirety. Add the following paragraph 15.5 to read as follows: 15.5 The Owner and Contractor may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to any dispute arising between the Parties or under the Contract Documents. END OF DOCUMENT 00800 SUPPLEMENTARY CONDITIONS DOCUMENT SC -16 COD =T UJ i v N SUPPLEMENTARY CONDITIONS DOCUMENT SC -16 RESTRICTION ON NON - RESIDENT BIDDING ON NON - FEDERAL -AID PROJECTS PROJECT NAME: TYPE OF WORK: DATE OF LETTING: A resident bidder shall be allowed a preference as against a non - resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or required by the state or foreign country in which the non - resident bidder is a resident. "Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his /her contractors and subcontractors at the work site until the project is completed. I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: R -1 N -o a z m M > 0 m D> K c7 � K: : � m 11 o � � � I -u n � z r C� m Z D � Z Z C f�Tl CO CO D C7 x' Z r M M M ;u m C� ^ °N rn a -< �zI m 0 0� �o x r m m -V m m o-V c) C-) — T T rQ 0 N Z O U' O Z � D CD m 0 > < r w 0 O;u ;r,s m r i D NIO momm s � W �''o�a • *R c O -gym CO. " 1 13 � mow--q � . N cc O A.- OZ C W .__ m N —um z G J mOA� �, p •—i m m m c co <, GOFER. man mmz 0 mcncncncncn (n (n p p p n p x = o`5 000-A Wo �m D �] �� �o� m om yoy0 �w0 mczcmm3z Ul P W W N D D c _T O o3�D z r z- iF Az c��c'm ��_mmvmmo I I I 1 1 1 1 1 1 1 1 `z_ O !'� No �z z o i w-�'a �z .r . F n - (n -U (npppn Z I °a rn z � D .. �. 6� 1 t J I �� m o m Z to mz Im t e �.. pmt mmmo c�'*�C \ � m fA�D � 0 m �J- �a00�nrrrZl Z ➢c�0D n o N w°'o i'fEm � iJ� 7- tt`**� D��� �) 0 0 0 = X ��� ��� °arn -co � 0 " T' a Z Z Z M Wo�r o � o N vc —� N o o x10 U) �ZZr I m z� N� N9 _ �s `'°°� �� o�cn cor �� p pU)rrO� -I 01 jo -1 �o n� -�3� m m m D � z o z 9 D m �°®' rN� O Z Z m 3°P°gg 0 o T Z Ns EXISTING DOMESTIC WATER SERVICE TO REMAIN EXISTING 30" SUMP PIT TO REMAIN REMOVE EXISTING DOOR AND FRAME. STORE DURING FILTER INSTALLATION, REINSTAL AFTER FILTERS HAVE BEEN SET IN PLACE D13 EXISTING ACID FEEDER TO REMAIN — Ma a D7 EXISTING FLOOR DRAIN 111", D4 8" CONCRETE — CURB TO REMAIN NOTE: SEE DWG E1 FOR ELECTRICAL DEMOLITION WORK EQUIPMENT ROOM DEMOLITION PLAN 1/4" = 77 DEMOLITION NOTES (FOR DRAWINGS D1,D2 & D3 STEEL PIT EXISTING SYSTEM 5 FLOW CELL TO REMAIN pg LADDER - TO REMAIN .I_ II,III I ICI■ �Y� - � D2)-� (D1 1. T TO REMAIN li�i- DRAWN DATE: I I I Ilzl REVISION BY: I I does it better than Pool 1 iT AVE SE CEDAR RAPIDS, IOWA 5: 3658609 FAX (319) 365.8568 NW.POOLTECH.COM PROJECT NAME: IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT IOWA CITY, IOWA 52240 JOB NO.: 70904 SHEET NAME: LAYOUT DRAWN BY: DRAWN DATE: R. TINSLEY 4/24/09 REVISION BY: REVISION DATE: R TINSLEY 3/24/10 SCALE: 1/4" = 1' -0" D1) CONTRACTOR SHALL REMOVE EXISTING STEEL BULKHEAD EXIST FLOW CONTRACTOR SHALL CUT EXISTING FLOOR SLAB AND EXCAVATE BETWEEN FILTER BED AND EQUIPMENT PIT. DOWN TO EXISTING GUTTER DRAIN, MAIN DRAIN AND RETURN CELL 1 D8 REMAIN REMOVE ALL TROUGHS IN FILTER BEDS PIPING. CUT STEEL PIPING AT TRENCH AND REMOVE BACK TO D3) CONTRACTOR SHALL REMOVE ALL LATERAL AND HEADER PIPING IN FILTER PIT. PIPING OUT TO POOL TO REMAIN. FILTER BEDS D11) EXISTING ENZYME FEED PUMP. DISCONNECT AND REMOVE { CONTRACTOR SHALL REMOVE FILTER BED EQUALIZATION SCREEN EXISTING TUBING AND STORE PUMP FOR RELOCATION AND REUSE. D5) CONTRACTOR SHALL REMOVE EXISTING PIPE RAILING D12) CONTRACTOR SHALL DISCONNECT AND REMOVE EXISTING D6) CONTRACTOR SHALL REMOVE 3 "x3" STEEL ANGLE AT PERIMETER MANUAL AND AUTOFILL PIPING AT FILTER TANK. FEED PIPING FROM L 1 5 EXISTING WATER METER TO REMAIN D7) CONTRACTOR SHALL REMOVE PVC PIT DRAIN PIPING AT SUMP TO ? Y CONTRACTOR SHALL CUT EXISTING FLOOR SLAB AND EXCAVATE FLOOR LEVEL CAP PIPING AT FLOOR AND TANK WALL D1) CONTRACTOR SHALL REMOVE EXISTING STEEL BULKHEAD D10) CONTRACTOR SHALL CUT EXISTING FLOOR SLAB AND EXCAVATE BETWEEN FILTER BED AND EQUIPMENT PIT. DOWN TO EXISTING GUTTER DRAIN, MAIN DRAIN AND RETURN D2) REMOVE ALL TROUGHS IN FILTER BEDS PIPING. CUT STEEL PIPING AT TRENCH AND REMOVE BACK TO D3) CONTRACTOR SHALL REMOVE ALL LATERAL AND HEADER PIPING IN FILTER PIT. PIPING OUT TO POOL TO REMAIN. FILTER BEDS D11) EXISTING ENZYME FEED PUMP. DISCONNECT AND REMOVE D4) CONTRACTOR SHALL REMOVE FILTER BED EQUALIZATION SCREEN EXISTING TUBING AND STORE PUMP FOR RELOCATION AND REUSE. D5) CONTRACTOR SHALL REMOVE EXISTING PIPE RAILING D12) CONTRACTOR SHALL DISCONNECT AND REMOVE EXISTING D6) CONTRACTOR SHALL REMOVE 3 "x3" STEEL ANGLE AT PERIMETER MANUAL AND AUTOFILL PIPING AT FILTER TANK. FEED PIPING FROM OF EXISTING FILTERIEQUIPMENT PIT EXISTING WATER METER TO REMAIN D7) CONTRACTOR SHALL REMOVE PVC PIT DRAIN PIPING AT SUMP TO D13) CONTRACTOR SHALL CUT EXISTING FLOOR SLAB AND EXCAVATE FLOOR LEVEL CAP PIPING AT FLOOR AND TANK WALL EXISTING RUSTED WATER MAIN PIPING TO BEYOND CORROSION. D8) EXISTING SYSTEM 5 CONTROLLER (located IN FRONT OFFICE) & CUT PIPING AND REMOVE. REMOVE METER, VALVES AND PIPING WIRING TO BE MAINTAINED ABOVE SLAB, PIPING OUT TO POOL TO REMAIN, D9) CONTRACTOR SHALL REMOVE EXISTING CHLORINE FEED PUMP, MOUNTING BRACKET & ALL ASSOCIATED PIPING AND TUBING. M:E i FILTER /2" = 1 DEMOLITION PLAN 11 - CI IVA rel In MIa1PNl1w, D14) CONTRACTOR SHALL REMOVE EXISTING VALVE AND PIPING D15) CONTRACTOR SHALL REMOVE EXISTING STEEL EQUIPMENT BASE D16) CONTRACTOR SHALL DISCONNECT AND REMOVE EXISTING PIPING ABANDON PIPE UNDER SLAB AND SEAL EXISTING TANK OPENING D17) CONTRACTOR SHALL REMOVE EXISTING POOL HEATER SUPPLY AND RETURN PIPING AND VALVES AT RETURN MAIN. EXISTING RISERS TO REMAIN. D18) DISCONNECT AND REMOVE EXISTING 15 HP PUMP AND MOTOR 00"""'L T MIDW does it better than Pool PROJECT NAME: IOWA CRY FIERCER PARK AQUATIC CENTER POOL FILTER REPIACEFIENT PROJECT IOWA CITY, IOWA 52240 JOB NO.: 70904 SHEET NAME: LAYOUT DRAWN BY: DRAWN DATE: R. TINSLEY 4/24/09 REVISION BY: REVISION DATE: R PNSLEY 3/24/10 SCALE: 1/4" = 1'-0" hJ c� w D2 N U (/) Fr] +� M :� C7 O C z o Z m x Z O 7'-8)/2" c 8' -0" ° rn vm c m x z N cnmm r n m x mf (D U) p�Z zN y p O D O O ( p C) O Z Ol D x W I_ Z � C O rn K: O D_ < rnmX (/) �fX Z TJ U Z C) ;u _0 m p m r l O� r � Z C Z C p DD < Z D f�Tl � m C.7 W ° D G 7 cn O D° � D � rn �Z OG7 CD CD _ O C WD -i per m Z _ O 70 cn m?i O N ��x Wp cn m� � m m z NmG-) �m O_ D W O X p r D I m I � ° 00 rn z x 0 2 0 D G 7 _ T� Z cn m m p nV M C Z G7 p cn rn Oo ° O U p 07 LL—L z mC T:70- /') m X C D Z M _{ p Z D G7 ° O 8' -0" 7' -8y" ° O .Z7 D OJ Z r' � m O x �cn m z U O D r m FT-1 z p O Z -x + � .o y�'ics�o m�oi O0nnD0` �w��crn.�oni �v v�Nww� N m ��, v s a � � D ' m A Z rZ 0 O Z m � 000K � C (n N ZmC Z5 � mwD0Z o Z 0 o M Z g�Z G nO O i T m G - O x C-) C) 70 � C) C m z D Z OD^ z n ° 6n c> a C) x °D z a s �- WWm W00 ; N o�� C ZD -rl <O ow -C ' �n Cn =S \ (n 0TI"l,- O T ;;u O C C C X O fTl -1 cn -a n cn cn cn _ A cn o O O W W p II C W D o Z O LO C) oN mF 00 7' -6Y 0o D °o c�� 1 m° �.� �mmm zW Wcn� W o z co o C �° w U' °� D D (D o r = m C � Vm/ l l f o D z � z Z m ZE F5 m m X Oo ® ::E - � ICJ cli n O N m rn z ° G-) c o N W6x20 ®30' OC (TYP W o n W m o O CO N r I W fffffTTT��111II m (:: V) � Do rn _ n z W n � O CD7 O z m D m -- o o . A/ Z 0 s a {{ N ' a Cl �--D T Cn W m cl n 's �O OC7� O z O a IN M ; m ➢ 'O W D su 8' -0" m -0 � m 3' 4)/2 „ m 7'- 8Y2 N m � !2 v7 mol D �-u C7— (nW Z �7mc7coDw �tnm CO W W- i (n D Z c n X = Z D D f T m m c x m C 7 o D x_ f�Tl r�rl�z mr� m m0 ° nn �o p�0� ���om"- ��cn n <n7z m m n cn == o zC�- -1 cn mm co z� ADO F -* o *� o G�Z— z ;ncno ��z cn x OO o X O � m�� Frl 0 (7) � O G7 Orn CD7� =m -u �= w �M -0 Omzc_,'�m ��� QD �DpW Z� "�D O �cn W D ;N -<O Z Z WSJ cn r- W � 0 D m C N 7u� � n cn = z n z r- o C/") m � m mcc ---I m cn Ln z ��m rTl ^rn N �m -T-1 r,1 n n6' 1�l � Dx rx = S� �o on cnc� r N O O D o z O m 0 D n rl co � co w co on cn z r � p � � cn G� z w -P rl C= >< -< = -< C)-) - mm 41 F9 —jz z �� :* m o0 m II'C7 70 (f) nn nlxv nC� m� n O� Cr) G) F-�� � 0 �� o� o0 CPD C:) K: _0 II Q mz co cnoc„ z� • W D � cn G-) to z OC7 D^ 70 D� OfFTI o z yam` ;� � � N D p On O o cm) z m D Fri rTl zr� �n �w �� CO U 0 - I m cn v O CF'' D Z -u v r 0 0o co m Z4*z C� Co co n r, -TI Cp < r- o w o- o C x fTl z r D -A x - - D o� °D 70 K: �� No �n cn� pc ocn -< m C D O 0 0 -0 l i = m n D n C° 70 z U) m OK: CD cn m r C77 C/) r cn - co ZJ m < m o D :Cl 10 .7p W Fri fm M Z D o Z r rr o 00 $ a o O O cu W o S -< n o m Z7 ,n v� v — wZ X �� vo A �m Do p ww� �on n Y 0 1 UO0� A W m f��D Dori o°NAD N�Am O M— O C -i 0 II D Nn� Q r;u z o o M r7 D —1 NN N� ■ � ■ A Z n n p�- � n z �z o° !� �m Qt?�Cc3���r o� �m m D m ti g fp — En ^ n ...... . .... .. . . .... .... . ➢ cn rn c�m➢�p cn m N r m m m O D O p X II O rnZm� r C W o �zo ' -u ➢ � a z z m M z m m ° coc-)oz m O m m M z c� cc] o � m n m � m NO U (n n fmTI X m - o � O n O m ° m i D p FrI nr- Z S § m; V) m O C i A O O N � w j i i X m *t m�ZD y C-) v m O c-> � D X m � m C-) m m z cn �Cf) c>m D m oU co zo m wp° mc� n- r p y A GO m m z D= ? O m O i oo m O DOO Dr <D e'_ �° i o �� Z + m O r O < m n W y 0 Z ° -IV zcnc o, m cnm° m =� Dzm � <O • C M O C) C a m� Mo c �zi � D � m� Cm Z= m co D o< x O N ors Ma�—Ni Z—D r''z n n �<C>�G7 -� m n n p� D C C �p rZ� co cf, � O O M r y GO O m Z Z ° T U C-) m z D r =� ITT i np O Z O N Z m z m z cn n cn w z x n m oW ;,U, jWo z n zc z� �z n_n N O 0 � c z � CL D O Z C2 m Rz�gQ1 t 3 b01 O A113 l ai v o o� ii d ON D N�Am Q.bnrr m C Z Ztr • 6°�tl G- G10Z � ; z TD mw�m z o z o wA �� O n' � �p (n 0 I N In N z o OHO go m $gin r (n 00 m D x m D> K: N O 4 N m m m � r r D_ z D D D Z (n O O p X X m m J� Wrnp� Z CIO m0 mZm z�z °o f(l c� < < �rn c�mgu o� >< D� (nDG1O m n n m m �7- r, -Im�O r x m n � z z D D Z � Z D -Ti m O r n MMp Z ODN-1 C O O O m r � r - n �Z TIZ M Cl) Z r n Z r N r N `L Oo Z = (n Fri D � _ S ­l -9 m�ZD D r O rm Z n m rn m Z Ny m� �r c m 70 - z _.. x in Cp y n Z n Z ... 3 ,..,......_m......_ .... _. ...,_,..,. �, Z �� rpG�m mm �-+W D -I fT1 z� �Cm° CD 1 �C_ \ - D O J I a u Z D S Z II Z Oo D r < D G) r z� m�or zm _Tl = f = ° ➢ o c M z 46Ln � z D (n rD m M D Ta TI z�-1 z z C G� r D-* 1 r X f m < r Fr 0 O Z G7 N C) m m yy. O n Z C D r O c D Z O E p r C = Z m TI �O mZZ� m 0' ��m Z mz Tl rrnTrn Z D .� m pmr ml r� m ° n z�� m° o (nz E r= D> m o m Z z -7 z m � X f1. i R f�l I r G7 G- m O SIM TrprT-1 EXIST. 10'0 STEEL MAIN DRAIN m d Om EXIST. 10'0 STEEL GUTTER DR IN P o < z cr_ m rn D� --- - - - - -- - - �< _ �- c £ C z m N G7oo Or CTI D £ O (T-m .Z7 - O Z Fri < z 0 o m� v -0- - EXIST. 8 0 URN -LM < i Z m c m Z n v v n D O= m ( j CD � O m z r v � m O z O _ n Z Oo D Z D D m r Z m r Z x z m x Z m Z m `L Z z T m N m z c m n v z m c m Om(n O p nn Cnm`c cnm`L r� f2T� CCTTS� D D O -i Nn (n =S Zm � Z�� mOO m Z�m m Z m m= m W mi m m m 00 C 7 m G7 m Z N O O 70 fmr W vo 1 �_ (' �O mOS =O= �z� vz� z� Q v m0� K: C-) z zmm zmrn 2-1 rn� Fri G7 � m G7 L7 D O G7 G7 7J G� Z7 � O O C Z (n Ro (n W N° W� W Z O O mI O -a S Z ZJ -( O p r < r < C r o G-) ® r 0 r m C m m z z G-) z z m m x n � A A � `n fm*7 oW ��D 0 Z jw0 tj O I'.i �O �Z z��-�i w�'�'d 0 Pt li1 DOOR z W rn m amcA)� & A Q v pco ! U)KAO� mcz II v oi� 0-nm� Z- hUIUL ?��Z (/S O o A 0 Zo mw�N O z C r v c .c v� = w N N o n W V 0 3 � Z D m z y m m 3: & 8 a gSn+ C) X C Cm Z--iZ� X N (� mZ� X N I I I I goy - � Cf) X X IXI 70 -u G7 M 1cn I —I IUI -�z� Ln cmm c cn II lol lol oo) zf� -7 m (n m 6„D 9 �o�r fTl Dm T- °z I I I I Icn �zz o lml ImI m �mm� goo Dm IrI ICI ICI �CDz J O = I�1 0 b z aw 1ZI I�II�I 7' -6" Z� I ImI ICI lolIZl IZI IDI r'' C7 D m r r rn m;;o C-) c-)C)m v m r o o x rizzcn qXC y—I� <� [�zmz m p O D nC') n zpm-� N� C7 p z p p eel c o �v mDCCi>o � _ rri-I x m O m .;Q Fri N r D z� D� z Cmjrn � cn ZZ� �DN m o� °, oo �o o mz rz zz =- I \��N� t m m m m D D DC m r7 g mg C N (D C-) r ;7D mm Z z� �r moo moo moo I" ��m <mOz z C 7 frT l T. m - r Z p s C A N m K p W T Ti D TJ ?l U) —I ?1 m ?1 ' N m - C D (•A D r C� r r cn N� Z z o- z � v ��-I m Km zm D� z Z G- D �:u m .Z7 m ;'l (n f� U' co C/) n Z o N n z D I c 1 m z � r m -n m m m r0 op O c� r-- g < p N O m �� <Z � C o�m Zm r (D Z: mp � W = ➢p TI mZ mu m W cn z m m o0 F9 Zm Z m E / m m 70 N Ell 8' -0" ol N oZ� �m Mod CD U) 7' -8�„ n C C7 : 7 .Z�(= CA m C/) : O D D .....�.._ CD n II Z: <Ti 7,_6 y r „ O co C (z� FJ `+ C� co Z Z m r� z D Zw -A r= z m , C O 2' -5' o Z m 3 )< m� r- z PQ �o D m� X 70 o = m R C c° C m Z7 n m C Z rT D m C z 0: m U C Cn m J Z G> C7 X- fJ� m Do T Cx- z- C� o. oc N m 0 C c Z "" z � D n o - C7 0 z V o m m �m � Z D o z m Z C-) C A 0 U7 x n m oW non0 jwo (✓ / _ Off_ m rO rz z O m w � 0 n . t m z v a Yt �.i7 tf� �.[`.1 Yt`ut etii 00K: \ � � o -mz :rnN m E��D oomv+ O yy 000 � W am[-�� �ov+�. DO�OD II r�*i NZO �O I � °zx �7ON z —� Z N V) N � O o „pwkz •'a"' z o z 0 0 m 0 Cc gn z= =r N f Q CI � Z Cl �, � m m � I p ca I I V J rn rn o o rn v� cn cn � � I � � l0 Cp V C'n ? � ? � � ! ! m rn Cn cn a (7P (P A W W I I W W (P -A � W W N N N I (P J W W I I I A � N N O c0 CA 0) m o � � m rn��� o O � � W W W 0 J J I rn tP I I � I I I W W N Ut � W W N N F- N II F9 F- 0 o Zu C) O Z O F- �I m 0 O Z O r r m U) D r O Z O fJ Oc r m O Z O O g r D m o O r � zN m m Z to O �O o m --- o mr- n m F- m O O nC) zo �z O n r r m z7 m r _ m Q n O Z O C < W II I O �m oz z io 2 m Z `-' � m ° rr D Z N � Z U) m �m r� 0 i �� O 00 O = oc N O n z on nr cn 0 0 cn D �0 o v o N 0 `� cn r O m o N O�-< M z m Nm Nm O �� O 0 0 � O -ZI D m r 5J < W II I O N Z Or O z io 2 m Z `-' � O 0 ; ; 31 Q S2 Z U) m �m r� 0 i �� O 00 O O z on nr ® D �0 ® o N 0 `� cn r mZ Am o N O�-< m Nm Nm O �� O 3> o D Z N � O -ZI ©� < r�r� Ul K M O O z D c� Z -D D N I O Z ® O i rrn x o i z D m n � D \ rn < O D ::E O Z C o D �� ao D ( m n S r m ao r O O � n x G D D o G7 Z S O S 70' D O O C Z J S m n m pn z z vim �I<I D cm �N�N �°Oz Z: mmmr C) 70 mo z� m m m oz �ni o�� o-+ r o =n i n � n o _ =Dd �G (!)O -i �M m _ = m f j =mph S V) z Cn M m N Z (n V) Z -P m Z C O O z D m� O Lf) v< m m G W N C') � NO ZJ � C D [n n Z = 0 D ^nmv m N Sn� Fri oo� OAmnMO vi cNOm 70 zmo mz z Q7 D m N G) U) n - m Z N G-) S O O O� m D n Z m� m C r O m Z r p� C, (/ 7 Z O Z o W - C T O N Z C < m 0 x < 0 v O z C m m � O GO O D Oc z 0 m m O m W cnc m m �m� (n O -i Z m = ;u m f= T1 N o z io 2 m Z `-' � O 0 ; ; r m ) Z U) m �m r� 0 i �� O 00 O O z on nr ® ® o N 0 `� cn r O� o N O�-< r� �, ® O �� O 3> o D Z N � O -ZI ©� Cil Ul K O O z D c� Z -D D N I ® O i rrn x Z7 z D m m D D \ D r D ::E 0 C) Ln N �� p> 0 0 V mcz ��r*� �o� m foDo jwo _ O D Z < � D pZ c��c�m - �� mO �z Dm���Ctpap V) O O m \ Z � o rte0 Z °° r*� �^ O OZ m ' MOM 0 T v+ k j �y i E ry ou) D N�:O fTI OGamK DCA�o� II m �mn O�oN r /I�\ ZL •' Pi - 4 ll�UL N VJ0 o rat o o '�,o m�i .D zn{ N o-Di =moo= Az R° mn (�min7 z no CD n z T =rni o z io 2 m Z `-' � O 0 ; ; m �m r� Ln N �� p> 0 0 V mcz ��r*� �o� m foDo jwo _ O D Z < � D pZ c��c�m - �� mO �z Dm���Ctpap V) O O m \ Z � o rte0 Z °° r*� �^ O OZ m ' MOM 0 T v+ k j �y i E ry ou) D N�:O fTI OGamK DCA�o� II m �mn O�oN r /I�\ ZL •' Pi - 4 ll�UL N VJ0 o rat o o '�,o m�i .D zn{ N o-Di =moo= Az R° mn (�min7 z no CD n z T =rni z io 2 m Z `-' O 0 ; ; m �m r� i on nr ® � N 0 `� �o 2 A r-0 D A i. O�-< r� �, fTl 3> o D Z N i ©� Cil Ul K O O D c� D N I rrn x Z7 z D m -1 z m D �o y D r D ::E Z C o D �� ao D ( m n S r m ao r Ln N �� p> 0 0 V mcz ��r*� �o� m foDo jwo _ O D Z < � D pZ c��c�m - �� mO �z Dm���Ctpap V) O O m \ Z � o rte0 Z °° r*� �^ O OZ m ' MOM 0 T v+ k j �y i E ry ou) D N�:O fTI OGamK DCA�o� II m �mn O�oN r /I�\ ZL •' Pi - 4 ll�UL N VJ0 o rat o o '�,o m�i .D zn{ N o-Di =moo= Az R° mn (�min7 z no CD n z T =rni �T V O O O m C) I N ...• -t t N N ' N A A W N W W W W O W W< A N N g W 0 0 , D m m m m m m m m m - n m r C C C -� T< \0 m m m C C C C C T<< << < << T m< m O 0 < G G m m m m m C < < n Ica 05 < < << { m 0 0 CT 0 S` NptHr.R x M O u 00 I I � n' a r� v V¢ y ,$ 6 y � a 2 D C O D o47 OD O = z u O IW -tH-HttHJ D D D D m D T T T T T 3 j C -Ci � � Nz , r , , � � O O O O O < cn cn w a, U, O T m (n D D D D D C I F r O M r m= T Z 0 Z 0 wO Z T Z{ C < r 7 0 0 G7 1 T r T T C m C w m m m Z m O C Z p Z m m O i Z O Z N� o v D < < >< O G m G T T -I < << Z D T D< D C C< - < < < D m T m < m -U -0 < . m m m r m = c m i m A O 1 y m Oz m v m m f T <aA O AO� < O zy CO m � � o rn O � A A O� O AA Z OA N ���AA AQ Nl- A� Omn O AA A 0 �m0 c�ym O IMMENNIffieffilloml : S S S x C C C T T T m m T p m m m m << G x- P P F P m > -Di C w m Z cmi) --1 m -1 -i 7�777 � j .Zml A A Z T r c �1 M TJ ' w m Z N m m m m z z O '{ T T S cn z Z m r Z Z Z 0 v c < -1 D C D C C D< �1 m m ... z m m 0 G D z Z 3 3 i Cl) z z T m r r M T T T < 1 T < < r < i> m m rn D D c x S m T< m 1 n O v m O Z T j m < D m O0 D < < (1) m m < mm i N O D Z O m o N m o �G W my � _ C 0 m W L. N O W t' , O �m __ Cp N O0K O O jm _ C O a z m OO n { m m f' �c�mm v. cny � m Az W (� D O;u n D nNi S A ro n `o � D O ID mAZ Z� O N Z� m e m C z L7 — p o m A D Ocn P9� Z -p�►QZ �p�Z AO ,o m 0 N� N� K ? O A Z m a�oo m �z A � z ~C-) o D m 00 0 oo� to O m Ql mi 0*N( a tD � / �O ➢ 0 o <m _- O y A p it y i n z 00 O� O ycn O a i m i � O � O O a j r NZ 0 CT 0 S` NptHr.R x M O u 00 I I � n' a r� v V¢ y ,$ 6 y � a 2 D C O D o47 OD O = z u O IW -tH-HttHJ D D D D m D T T T T T 3 j C -Ci � � Nz , r , , � � O O O O O < cn cn w a, U, O T m (n D D D D D C I F r O M r m= T Z 0 Z 0 wO Z T Z{ C < r 7 0 0 G7 1 T r T T C m C w m m m Z m O C Z p Z m m O i Z O Z N� o v D < < >< O G m G T T -I < << Z D T D< D C C< - < < < D m T m < m -U -0 < . m m m r m = c m i m A O 1 y m Oz m v m m f T <aA O AO� < O zy CO m � � o rn O � A A O� O AA Z OA N ���AA AQ Nl- A� Omn O AA A 0 �m0 c�ym O IMMENNIffieffilloml : S S S x C C C T T T m m T p m m m m << G x- P P F P m > -Di C w m Z cmi) --1 m -1 -i 7�777 � j .Zml A A Z T r c �1 M TJ ' w m Z N m m m m z z O '{ T T S cn z Z m r Z Z Z 0 v c < -1 D C D C C D< �1 m m ... z m m 0 G D z Z 3 3 i Cl) z z T m r r M T T T < 1 T < < r < i> m m rn D D c x S m T< m 1 n O v m O Z T j m < D m O0 D < < (1) m m < mm i N O D Z O m o N W my � _ C 0 m W L. N O W t' , O __ Cp N O0K O O jm _ C O m OO 0 { m m f' W c o z z Nm i z cif � an � cc _ � aD �� O 0 om a- z� o m O m o m -aCl X Cl A� 3 O A 3 �1 Cm A A T �nA m Oaf o A� omA 0 P Z n D C� Z7NrZ Z7 c° Dc�z —ni Z mm rpc�m D °° ° m p m � m n = O V;3 r < � z m p r r O n m Z Z N C cmm�° m Z D� z m < O r c m 0 Z Z Z Z ° fTl 0L rcTDl 2 ZA D X > T J` �— = O O O O O A A ,! 7 Z m O co D � D O W L. N O W t' , O O0K O O K m O mZ W :< m am�� O OO 0 { m m f' Y' E .L a z� (� D O;u n D nNi S A ro n `o � D O ID m e m C z m p o m A D P9� Z -p�►QZ �p�Z o �> 4'I 0 N� N� K ? O A Z m z ~C-) o D m 00 0 oo� m mi 0*N( a tD � onz �n N O D C7 Tm—— (7 ?1 71 n = m cn cn cn = _ F- m < O -A -A _� .CJ -Ti N 00 0n C7 — � (n Cn 00�� D o Z C7 p = Z m A 0 rr fTl C) cn CD 00 C D rn w C cn m m � z z m I —{ z rn r� I ' I Cn Cn C_ v v 0 0 EZ w cn p T m m (n Cn Cn z °- D C 1 C C x m CD m D °o o m Z x rz*rn S frfl cNn Cn zmn < ozr z� CD G) 7- z 71 Z U) o p°o0 0 mmcn cn 0 M (-' o O C z C/-) m m Cl) m D v' rn cn T oo frri n = ou D — W m Cl) m m M �_ _ O O :Z7 X ° O L7 > m n m z z p O 0 m go 9 O m m Om z < m D ,� b o x o lz7 b d b 00 o �7 o y � CD o ° C o o C o o r" " 10 id cD rn �' (D o ' � Y �' ¢ ~7 (D D C C o id o o `� o O 0 o n w� C o �- �, c w C�7 O o -' o CD r cD w z r Iz ,-1 � i � ° � CD `� w , o � � ° ,� co CD O 0 'd O cn m C N N ° O �+ x n O � >� (D A. cD v �• �� cD o s* �� ". 0 C � r o o cn �. cD O Z i Ul ° r cD � ° CD C i �. r x o Q. r+ 1 � �' � o l4 ". o C� 0 Ul �. O° O O N n O .� ~• (D � � o o ° (�D �' Z c o o *� ° CJ �_ e o 0 10 cn aq O .� UQ o �� —� z X = 00 O1:1 NO �A �> m 1L aoa0 JWO O D �'Z �D � AZ (� E O� fn �O �Z Z Om�A WHO_ D ¢� �y{ Y10! r 7 O rnZ `fND O A i� oz: W m amc�iD ao m to OZ �Z cTV �m oc)— • Nm�Z� p $K� r�ZW- G— �Z C W A D 3 n p 9$ .may e Z o Z SOD � m Q 00 An z sni c n N O � �oo�m�m nO�c�i��� y cn D m I� c m � � z < � < � m p I� < 0 M � m N T m D � Cl) cn m m Ti � � m m z D cn cn cn cn W ON p � N O (� r Z D � � O D D = 'n � � OI 07 n = m � p � N m• z z m � TI m z Z m O � O m� Z z �o � - zmc D r m m _z m z C �7 � m N T m D � Cl) cn m m Ti � � m m z D cn cn cn cn W ON p � N O A Z 'n � 07 n = � N m � TI N w Z Z p m m (n N au o 0 � � � -Ti � ��-i (Zrl m Z � m0 w ��i Z w = � � � � � � � � � � r —Zi z m C D z D p � � � � o � � O Z � Z � O -DI O O � � � � � D � cDn � ° T z p� C cn � - � Z �� T. m oo � D � m J C7 O T. D� fzn m Z w ���� p� p z� C rn� D p z G7 z � m� o� � O � p p�� Z O� m v p z r r<� r C r m � ?� iw oo � � � D�< � X D � D � -n •� c-° � � p � p X' m C7 m OD m O ° D IW o = m Oz �� � = O � � � � O I -n � Z p��� m O m y� c� °m o n D�� < � m � D ° m r = D < cn c� Cl) D rmOpm� < Z � =�Om G)mcn�� D O M r r � C7 D D < DOS � v —i m m —ml J O z z � z O O D O � D � N m cn cn � I� � cn cn � � � = Z au O � C m m � Im � o m � � m IW cn m p o I� � � m �Z)Z z — p 10 z� omm zc)ocn�' FT-1 D D O 70 � m U) O p � n N Z - Z � z '• N U) ---A V) -4 Dew m8 O w O r OON A m coo r m r ZJ O O ;J m O X O O D F- CQ n Z o -P 7, m I_Tl 3 iF C z mD��� C m INmpI�C �O Z i C 00 -< \o m- m o z r cn m LA rn r CO 9w. O z N -A m -<x� C Z I D Da�O cn� o ox cn Z m-IN n z4t-zm m m o m ;;0 \ F- M 70 NP, G7 n � z� c>C� Z� ozm�� n o �' o m w � r n 0 z _ z r-- - Z O m m z z z� m o m I r i m mm rn1,� -a CD C-) p p p C--) `z D :Z) D Izzo o c TI m m W m �7 z m m - x m m (n m -A Z ?1 ....._._......._.. ..__ m o _ o Z C-) -+� c ° mm oZ o ��m 7 O Ox� �\ Zx (n�, \ mrrnx cn�v�w z m y m� �� av� o v�0 -4z Frl C D K m W rn L G Z \ m D m N p Z N z m rn o �ZOn Mx o _. _..___,._._._......._..__._ ____._.__........ r- Nrnz Co z Z az O I -' I � -4 zcn-iz m m _ .p;;u �Z (m')��m m m m m m m m ox m��o Cm� )P � 0 0m cn zzm I �p c�c�z� Z C7 m r- � � N D° O m D z m m m p m D m m m m m T m T m m D� O m� ��_ � m CM� m TX r-- m�C mC M M 0 z� �o 700M <O�nm�n�mmm��mnD Fri �zz C D x D c)mr, c <z�O_mz- uz�_r� C/)' r� 0 m �° ZxV) 0D0n *000nC =0D0� nom � oomD= rDD cnw-0>- �Z�Z =Z� W m o 00o y�CD nrCrZl <mCr��� ����0 z 'N r �r�nZ(nO�C)CA m C� r C) oo y -u U) - 0000-10 -00FCD>XD�o�iD -1 o D 00 � OZ Z � * w -i D -i �_ < � II o =� zNCp �OrDO°TIC0D�0�OXIMQ�z 2- (nmD C-) _ m" m� mz D�- 'rn- �O -1m0�D -Hv)�cnpcn0. UO ODz0> - -1 ODm =v) =D� =rn _ C = rno� G7��D�Om�C��DnDc)mDcn �� �zzz m��ZC-�x�T�O�Orr��r _ M I � D r Z � r D D m� r < 0 Z 0� 0 D m DOm -z -O< -0 r n �N m0c� ZOr- mnym��Dmm��mcn -4 D z G�C000�Dr 00Xr 0 n�Xz�0�-z mO p Z zmn �� mmZ r0�000i0i0�n D w O m m D O m� m m D G)� M D =� m C) �]mr- C) = °� O =ox n - -I m � C7 (n G-) Om zz �Irnrn o D 0 -X D 0 Zi � C) � D �nmm °mv Cl) m Oz - 0 0 D m- O 0 0 Z 0 Fri m D D p rJ rn m- 0nZl X Cn 0 0C) �� o m c — ➢cn _° �ow C)zO Z �O 00 m --j C) mD U � �0< �< �u X 0 L-770 o cam ��rn m n mm z cn C/) W O CD 0O E m � cn rn z Z O Z M < = � -curl -I m G7 u 70 � n z I o n � w C 9 X N N .ZJ A 17 u m a) OA jwQ �o D D A z n C-) m .pM L z� m rn �44� � 1r1 R !ry �O Fpm o N �z �n C) mr OZ Z m D m m A om'� ' O Q T rn 0 cr) o z�� m oo m gin IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01010 — SUMMARY OF WORK PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 WORK COVERED BY CONTRACT DOCUMENTS A. The Project consists of: Project Location: 2701 Bradford Dr, Iowa City Iowa 52240 Owner: City of Iowa City, Iowa B. Contract Documents, dated: March 24, 2010 were prepared for the Project by Richard Whiteaker, Pool Tech Midwest Inc, 3233 1st Ave SE, Cedar Rapids, Iowa 62402 C. The Work consists of: Demolition of existing Paddock vacuum sand filter system, furnishing and installing a new fiberglass deck systen including supporting masonary and steel structure. Painting The installation of new filters, circulation pump and chemical systems related piping and valves. Supporting plumbing and electrical work. 2. Additive alternate to furnish and install an ultra violet water treatment system, including related piping and electrical work D. The Work will be constructed under a single prime contract. 1.3 CONTRACTOR USE OF PREMISES A. General: During the construction period the Contractor shall have full use of the premises for construction operations, including use of the site. The Contractor's use of the premises is limited only by the Owner's right to perform work or to retain other contractors on portions of the Project. Driveways and Entrances: Keep driveways and entrances serving the premises clear and available to the Owner, the Owner's employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials. Schedule deliveries to minimize space and time requirements for storage of materiA and equipment on -site. c.::, C::� .� END OF SECTION 01010 --; ry March 24, 2010 01010-1 Project # 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01027 -APPLICATION FOR PAYMENT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements governing the Contractor's Applications for Payment. 1.3 SCHEDULE OF VALUES A. Coordination: Coordinate preparation of the Schedule of Values with preparation of the Contractor's Construction Schedule. Correlate line items in the Schedule of Values with other required administrative schedules and forms, including: a. Contractor's Construction Schedule. b. Application for Payment forms, including Continuation Sheets. c. List of subcontractors. d. List of products. e. List of principal suppliers and fabricators. Submit the Schedule of Values to the Engineer at the earliest possible date but no later than 7 days before the date scheduled for submittal of the initial Applications for Payment. B. Format and Content: Use the Project Manual table of contents as a guide to establish the format for the Schedule of Values. Identification: Include the following Project identification on the Schedule of Values: a. Project name and location. N o b. Name of the Engineer. r=> c. Project number. =. d. Contractors name and address. e. Date of submittal., ry Arrange the Schedule of Values in tabular form with separate colpq= tCPMdica- the following for each item listed: = >� a. Description of Work. b. Change Orders (numbers) that affect value. c. Dollar value. March 24, 2010 01027-1 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01027 - APPLICATION FOR PAYMENT 1) Percentage of Contract Sum to nearest one - hundredth percent, adjusted to total 100 percent. 3. Provide a breakdown of the Contract Sum in sufficient detail to facilitate continued evaluation of Applications for Payment and progress reports. Coordinate with the Project Manual table of contents. Break principal subcontract amounts down into several line items. N Fend amounts to nearest whole dollar; the total shall equal the Contract Sum. LLI �.�rovide a separate line item in the Schedule of Values for each part of the Work ere Applications for Payment may include materials or equipment, purchased or �, "ricated and stored, but not yet installed. rn-_ t -,. Differentiate between items stored on -site and items stored off -site. Include ° © requirements for insurance and bonded warehousing, if required. N b. Temporary facilities and other major cost items that are not direct cost of actual work -in -place may be shown either as separate line items in the Schedule of Values or distributed as general overhead expense, at the Contractor's option. 6. Schedule Updating: Update and resubmit the Schedule of Values prior to the next Applications for Payment when Change Orders or Construction Change Directives result in a change in the Contract Sum. 1.4 APPLICATIONS FOR PAYMENT A. Each Application for Payment shall be consistent with previous applications and payments as certified by the Engineer and paid for by the Owner. 1. The initial Application for Payment, the Application for Payment at time of Substantial Completion, and the final Application for Payment involve additional requirements. B. Payment - Application Times: The date for each progress payment is the 15th day of each month. The period covered by each Application for Payment starts on the day following the end of the preceding period and ends 15 days prior to the date for each progress payment. C. Payment - Application Forms: Use AIA Document G702 and Continuation Sheets G703 as the form for Applications for Payment. D. Application Preparation: Complete every entry on the form. Include notarization and execution by a person authorized to sign legal documents on behalf of the Contractor. The Engineer will return incomplete applications without action. Entries shall match data on the Schedule of Values and the Contractor's Construction Schedule. Use updated schedules if revisions were made. March 24, 2010 01027-2 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01027 - APPLICATION FOR PAYMENT 2. Include amounts of Change Orders and Construction Change Directives issued prior to the last day of the construction period covered by the application. E. Transmittal: Submit 2 signed and notarized original copies of each Application for Payment to the Engineer by a method ensuring receipt within 24 hours. One copy shall be complete, including waivers of lien and similar attachments, when required. Transmit each copy with a transmittal form listing attachments and recording appropriate information related to the application, in a manner acceptable to the Engineer. F. Waivers of Mechanics Lien: With each Application for Payment, submit waivers of mechanics liens from subcontractors, sub - subcontractors and suppliers for the construction period covered by the previous application. Submit partial waivers on each item for the amount requested, prior to deduction for retainage, on each item. When an application shows completion of an item, submit final or full waivers. The Owner reserves the right to designate which entities involved in the Work must submit waivers. Waiver Delays: Submit each Application for Payment with the Contractor's waiver of mechanics lien for the period of construction covered by the application. a. Submit final Applications for Payment with or preceded by final waivers from every entity involved with performance of the Work covered by the application who is lawfully entitled to a lien. 5. Waiver Forms: Submit waivers of lien on forms, and executed in a manner, acceptable to the Owner. G. Initial Application for Payment: Administrative actions and submittals, that must precede or coincide with submittal of the first Application for Payment, include the following: N O 1. List of subcontractors. ° 2. List of principal suppliers and fabricators. ® r 3. Schedule of Values. 4. Contractor's Construction Schedule (preliminary if not final). C., ry 5. Submittal Schedule (preliminary if not final).r 6. List of Contractor's staff assignments. 7. Copies of building permits. 8. Copies of authorizations and licenses from governing authoritie or perf-umance of the Work. 9. Certificates of insurance and insurance policies. 10. Performance and payment bonds. 11. Data needed to acquire the Owner's insurance. March 24, 2010 01027-3 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01027 -APPLICATION FOR PAYMENT H. Application for Payment at Substantial Completion: Following issuance of the Certificate of Substantial Completion, submit an Application for Payment. This application shall reflect Certificates of Partial Substantial Completion issued previously for Owner occupancy of designated portions of the Work. Administrative actions and submittals that shall precede or coincide with this application include: a. Warranties (guarantees) and maintenance agreements b. Test/adjust/balance records. C. Maintenance instructions. d. Changeover information related to Owner's occupancy, use, operation, and maintenance. e. Final cleaning. f. Application for reduction of retainage and consent of surety. g. List of incomplete Work, recognized as exceptions to Engineer's Certificate of Substantial Completion. Final Payment Application: Administrative actions and submittals that must precede or coincide with submittal of the final Application for Payment include the following: 1. Completion of Project closeout requirements. 2. Completion of items specified for completion after Substantial Completion. 3. Ensure that unsettled claims will be settled. 4. Ensure that incomplete Work is not accepted and will be completed without undue delay. 5. Transmittal of required Project construction records to the Owner. 6. Proof that taxes, fees, and similar obligations were paid. 7. Removal of temporary facilities and services. 8. Removal of surplus materials, rubbish, and similar elements. 9. Change of door locks to Owner's access. Notwithstanding any provision to the contrary in this Contract, final payment of the retainage due the Contractor will be made not earlier than 31 days from the final acceptance of the work by the Owner, subject to the Conditions and in accordance with the provisions of Chapter 573 of the Code of Iowa, 2001 as amended. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) ef- END OF SECTION 01027 k6eh 24010 © 01027-4 Project 70904 N IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01035 - MODIFICATION PROCEDURES N PART 1 - GENERAL p p 1.1 RELATED DOCUMENTS' ry A. Drawings and general provisions of the Contract, including Gener4Pd Supplementary Conditions and other Division 1 Specification SecdorW; app to this Section.' — 53; w 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for handling and processing contract modifications. 1.3 MINOR CHANGES IN THE WORK A. The Engineer will issue supplemental instructions authorizing minor changes in the Work, not involving adjustment to the Contract Sum or Contract Time, on AIA Form G710, Architect's Supplemental Instructions. 1.4 CHANGE ORDER PROPOSAL REQUESTS A. Owner - Initiated Proposal Requests: The Engineer will issue a detailed description of proposed changes in the Work that will require adjustment to the Contract Sum or Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. Proposal requests issued by the Engineer are for information only. Do not consider them as an instruction either to stop work in progress or to execute the proposed change. Within 5 days of receipt of a proposal request, submit an estimate of cost necessary to execute the change to the Engineer for the Owner's review. a. Include a list of quantities of products required and unit costs, with the total amount of purchases to be made. Where requested, furnish survey data to substantiate quantities. b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. C. Include a statement indicating the effect the proposed change in the Work will have on the Contract Time. B. Contractor - Initiated Proposals: When latent or unforseen conditions require modifications to the Contract, the Contractor may propose changes by submitting a request for a change to the Engineer. 1. Include a statement outlining the reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed May 24,2010 01035-1 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01035 - MODIFICATION PROCEDURES change. Indicate the effect of the proposed change on the Contract Sum and Contract Time 2. Include a list of quantities of products required and unit costs, with the total amount of purchases to be made. Where requested, furnish survey data to substantiate quantities. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. Comply with requirements in Section "Product Substitutions" if the proposed change requires substitution of one product or system for a product or system specified. C. Proposal Request Form: Use AIA Document G709 for Change Order Proposal Requests. 1.5 ALLOWANCES A. Allowance Adjustment: For allowance -cost adjustment, base each Change Order Proposal on the difference between the actual purchase amount and the allowance, multiplied by the final measurement of work -in- place. Where applicable, include reasonable allowances for cutting losses, tolerances, mixing wastes, normal product imperfections, and similar margins. 1. Include installation costs in the purchase amount only where indicated as part of the allowance. o_- When requested, prepare explanations and documentation to substantiate LJ y' the margins claimed. -- B. >-S bmit claims for increased costs because of a change in scope or nature of the =*wance described in the Contract Documents, whether for the purchase order o vamount or the Contractor's handling, labor, installation, overhead, and profit. Submit claims within 10 days of receipt of the Change Order or Construction Change Directive authorizing work to proceed. The Owner will reject claims submitted later than 10 days. 1. Do not include the Contractor's or subcontractor's indirect expense in the Change Order cost amount unless it is clearly shown that the nature or extent of work has changed from what could have been foreseen from information in Contract Documents. 2. No change to the Contractor's indirect expense is permitted for selection of higher or lower- priced materials or systems of the same scope and nature as originally indicated. 1.6 CONSTRUCTION CHANGE DIRECTIVE May 24,2010 01035-2 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01035 - MODIFICATION PROCEDURES A. Construction Change Directive: When the Owner and the Contractor disagree on the terms of a Proposal Request, the Engineer may issue a Construction Change Directive on AIA Form G714. The Construction Change Directive instructs the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order 1. The Construction Change Directive contains a complete description of the change in the Work. It also designates the method to be followed to determine change in the Contract Sum or Contract Time. B. Documentation: Maintain detailed records on a time and material basis of work required by the Construction Change Directive. 1. After completion of the change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract. 1.7 CHANGE ORDER PROCEDURES A. Upon the Owner's approval of a Proposal Request, the Engineer will issue a Change Order for signatures of the Owner and the Contractor. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 01035 May 24,2010 01035-3 Project 70904 N G7 r..! W May 24,2010 01035-3 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01040 - COORDINATION N a Q Q 0 PART 1 - GENERAL 7>::74 N 1.1 RELATED DOCUMENTS ..% -b rn A. Drawings and general provisions of the Contract, including GeneraljRttk" Supplementary Conditions and other Division 1 Specification Sectioi&, apply o this Section. 1.2 SUMMARY A. This Section includes administrative and supervisory requirements necessary for coordinating construction operations including, but not necessarily limited to, the following: 1. General project coordination procedures. 2. Coordination Drawings. 3. Administrative and supervisory personnel. 4. Cleaning and protection. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Project Meetings" for progress meetings, coordination meetings, and preinstallation conferences. 2. Division 1 Section "Submittals" for preparing and submitting the Contractor's Construction Schedule. 3. Division 1 Section "Materials and Equipment" for coordinating general installation. 4. Division 1 Section "Contract Closeout" for coordinating contract closeout. 1.3 COORDINATION A. Coordinate construction operations included in various Sections of these Specifications to assure efficient and orderly installation of each part of the Work. Coordinate construction operations included under different Sections that depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in the sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. Coordinate installation of different components to assure maximum accessibility for required maintenance, service, and repair. Make provisions to accommodate items scheduled for later installation. March 24, 2010 01040-1 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01040 - COORDINATION B. Where necessary, prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and attendance at meetings. 1. Prepare similar memoranda for the Owner and separate contractors where coordination of their work is required. C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities to avoid conflicts and assure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: 1. Preparation of schedules. 2. Installation and removal of temporary facilities. 3. Delivery and processing of submittals. 4. Progress meetings. 5. Project closeout activities. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.1 GENERAL COORDINATION PROVISIONS A. Inspection of Conditions: Require the Installer of each major component to inspect both the substrate and conditions under which Work is to be performed. Do not proceed until unsatisfactory conditions have been corrected in an acceptable manner. 3.2 CLEANING AND PROTECTION A. Clean and protect construction in progress and adjoining materials in place, during handling and installation. Apply protective covering where required to assure protection from damage or deterioration at Substantial Completion. B. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to assure operability without damaging effects. N U') C. imiting Exposures: Supervise construction operations to assure that no part of `<fie construction, completed or in progress, is subject to harmful, dangerous, �aamaging, or otherwise deleterious exposure during the construction period. LL, r ca c� END OF SECTION 01040 March 24, 2010 01040-2 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01045 - CUTTING AND PATCHING N O PART 1 - GENERAL e2 O s� 1.1 RELATED DOCUMENTS =-+r rn A. Drawings and general provisions of the Contract, including General Supplementary Conditions and other Division 1 Specification Sectioapptgto this Section. w 1.2 SUMMARY A. This Section includes administrative and procedural requirements for cutting and patching. B. Related Sections: The following Sections contain requirements that relate to this Section: Division 1 Section "Coordination" for procedures for coordinating cutting and patching with other construction activities. 2. Division 2 Section "Selective Demolition" for demolition of selected portions of the building for alterations. Refer to other Sections for specific requirements and limitations applicable to cutting and patching individual parts of the Work. a. Requirements of this Section apply to mechanical and electrical installations. Refer to Division 15 Sections for other requirements and limitations applicable to cutting and patching mechanical and electrical installations. 1.3 SUBMITTALS A. Cutting and Patching Proposal: Submit a proposal describing procedures well in advance of the time cutting and patching will be performed if the Owner requires approval of these procedures before proceeding. Request approval to proceed. Include the following information, as applicable, in the proposal: Describe the extent of cutting and patching required. Show how it will be performed and indicate why it cannot be avoided. 1.4 QUALITY ASSURANCE A. Requirements for Structural Work: Do not cut and patch structural elements in a manner that would change their load- carrying capacity or load- deflection ratio. B. Operational Limitations: Do not cut and patch operating elements or related components in a manner that would result in reducing their capacity to perform as intended. Do not cut and patch operating elements or related components in a March 24, 2010 01045-1 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01045 - CUTTING AND PATCHING manner that would result in increased maintenance or decreased operational life or safety. Obtain approval of the cutting and patching proposal before cutting and patching the following operating elements or safety related systems: a. Operating systems of special construction in Division 13 Sections. Visual Requirements: Do not cut and patch construction exposed on the exterior co 'In occupied spaces in a manner that would, in the Engineer's opinion, reduce ` building's aesthetic qualities. Do not cut and patch construction in a manner LJJ ilitbit would result in visual evidence of cutting and patching. Remove and replace wj c.,j c- )rAmstruction cut and patched in a visually unsatisfactory manner. ... I >- E3 L! 2:,' /ARR:,ANTY C-) -,z A. * isting Warranties: Replace, patch, and repair material and surfaces cut or damaged by methods and with materials in such a manner as not to void any warranties required or existing. PART 2 - PRODUCTS 2.1 MATERIALS, GENERAL A. Use materials identical to existing materials. For exposed surfaces, use materials that visually match existing adjacent surfaces to the fullest extent possible if identical materials are unavailable or cannot be used. Use materials whose installed performance will equal or surpass that of existing materials. PART 3 - EXECUTION 2.1 INSPECTION A. Examine surfaces to be cut and patched and conditions under which cutting and patching is to be performed before cutting. If unsafe or unsatisfactory conditions are encountered, take corrective action before proceeding. 2.2 PREPARATION A. Temporary Support: Provide temporary support of work to be cut. B. Protection: Protect existing construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of the Project that might be exposed during cutting and patching operations. C. Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. D. Avoid cutting existing pipe, conduit, or ductwork serving the building but scheduled to be removed or relocated until provisions have been made to bypass them. March 24, 2010 01045-2 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01045 - CUTTING AND PATCHING t.01 0 0 CD C-) 2.3 PERFORMANCE A. General: Employ skilled workmen to perform cutting and patchingZD teed with cutting and patching at the earliest feasible time and complete witk t del y. W 1. Cut existing construction to provide for installation of other components or performance of other construction activities and the subsequent fitting and patching required to restore surfaces to their original condition. B. Cutting: Cut existing construction using methods least likely to damage elements retained or adjoining construction. Where possible, review proposed procedures with the original Installer; comply with the original Installer's recommendations. In general, where cutting, use hand or small power tools designed for sawing or grinding, not hammering and chopping. Cut holes and slots as small as possible, neatly to size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. To avoid marring existing finished surfaces, cut or drill from the exposed or finished side into concealed surfaces. Cut through concrete and masonry using a cutting machine, such as a Carborundum saw or a diamond -core drill. Comply with requirements of applicable Division 2 Sections where cutting and patching requires excavating and backfilling. 5. Where services are required to be removed, relocated, or abandoned, by- pass utility services, such as pipe or conduit, before cutting. Cut -off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal the remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after by- passing and cutting. C. Patching: Patch with durable seams that are as invisible as possible. Comply with specified tolerances. Where feasible, inspect and test patched areas to demonstrate integrity of the installation. Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing. 3. Where removing walls or partitions extends one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform color and appearance. Remove existing floor and wall March 24, 2010 01045-3 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01045 - CUTTING AND PATCHING coverings and replace with new materials, if necessary, to achieve uniform color and appearance. a. Where patching occurs in a smooth painted surface, extend final paint coat over entire unbroken surface containing the patch after the area has received primer and second coat. 4. Patch, repair, or rehang existing ceilings as necessary to provide an even - plane surface of uniform appearance. 2.4 CLEANING A. Clean areas and spaces where cutting and patching are performed. Completely remove paint, mortar, oils, putty, and similar items. Thoroughly clean piping, conduit, and similar features before applying paint or other finishing materials. Restore damaged pipe covering to its original condition. END OF SECTION 01045 March 24, 2010 01045-4 Project 70904 c" u7 r N I ...0 U. ..- r March 24, 2010 01045-4 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01200 - PROJECT MEETINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS _o A. Drawings and general provisions of the Contract, including Gener&Od Supplementary Conditions and other Division 1 Specification Sector apTy to this Section. 1.2 SUMMARY — -° A. This Section specifies administrative and procedural requirement0or proact meetings, including, but not limited to, the following: w 1. Preconstruction conferences. 2. Progress meetings. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Coordination" for procedures for coordinating project meetings with other construction activities. 2. Division 1 Section "Submittals" for submitting the Contractor's Construction Schedule. Division 13 Section 13150 "Special Construction" 1.3 PRECONSTRUCTION CONFERENCE A. Schedule a pre- construction conference before starting construction, at a time convenient to the Owner and the Engineer, but no later than 15 days after execution of the Agreement. Hold the conference at the Project Site or another convenient location. Conduct the meeting to review responsibilities and personnel assignments. B. Attendees: Authorized representatives of the Owner, Engineer, and their consultants; the Contractor and its superintendent; major subcontractors; manufacturers; suppliers; and other concerned parties shall attend the conference. All participants at the conference shall be familiar with the Project and authorized to conclude matters relating to the Work. C. Agenda: Discuss items of significance that could affect progress, including the following: Tentative construction schedule. Critical work sequencing. Designation of responsible personnel. Procedures for processing field decisions and Change Orders. March 24,2010 01200-1 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01200 - PROJECT MEETINGS 5. Procedures for processing Applications for Payment. 6. Distribution of Contract Documents. 7. Submittal of Shop Drawings, Product Data, and Samples. 8. Preparation of record documents. 9. Use of the premises. 10. Parking availability. 11. Office, work, and storage areas. 12. Equipment deliveries and priorities. 13. Safety procedures. 14. First aid. 15. Security. 16. Housekeeping. 17. Working hours. D. Record significant discussions and agreements and disagreements of each conference, and the approved schedule. Promptly distribute the record of the meeting to everyone concerned, including the Owner and the Engineer. E. Do not proceed with the installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of Work and reconvene the conference at the earliest feasible date. 1.4 PROGRESS MEETINGS A. Conduct progress meetings at the Project Site at regular intervals. Notify the Owner and the Architect of scheduled meeting dates. Coordinate dates of meetings with preparation of the payment request. B. Attendees: In addition to representatives of the Owner and the Engineer, each subcontractor, supplier, or other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the conference shall be familiar with the Project and authorized to conclude matters relating to the Work. C. Agenda: Review and correct or approve minutes of the previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to the status of the Project. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) c� U-) -; END OF SECTION 01200 c.a . .•- ca March 2010 01200-2 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01300 - SUBMITTALS N PART 1 - GENERAL 75 1.1 RELATED DOCUMENTS c: � A. Drawings and general provisions of the Contract, including Generjj- OAd Supplementary Conditions and other Division 1 Specification Secfions, arj& to ga this Section. �a:a. C1J 1.2 SUMMARY w A. This Section includes administrative and procedural requirements for submittals required for performance of the Work, including the following: 1. Shop Drawings. 2. Product Data. 3. Samples. B. Administrative Submittals: Refer to other Division 1 Sections and other Contract Documents for requirements for administrative submittals. Such submittals include, but are not limited to, the following: 1. Permits. 2. Applications for Payment. 3. Performance and payment bonds. 4. Insurance certificates. 5. List of subcontractors. C. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Applications for Payment" specifies requirements for submittal of the Schedule of Values. 2. Division 1 Section "Project Meetings" specifies requirements for submittal and distribution of meeting and conference minutes. Division 1 Section "Contract Closeout" specifies requirements for submittal of Project Record Documents and warranties at project closeout. 1.3 DEFINITIONS A. Coordination Drawings show the relationship and integration of different construction elements that require careful coordination during fabrication or installation to fit in the space provided or to function as intended. March 24,20 10 01300- 1 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01300 - SUBMITTALS Preparation of Coordination Drawings is specified in Division 1 Section "Coordination" and may include components previously shown in detail on Shop Drawings or Product Data. 1.4 SUBMITTAL PROCEDURES A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. Transmit each submittal sufficiently in advance of performance of related construction activities to avoid delay. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related elements of the Work so processing will not be delayed by the need to review submittals concurrently for coordination. a. The Engineer reserves the right to withhold action on a submittal requiring coordination with other submittals until all related submittals are received. B. Submittal Preparation: Place a permanent label or title block on each submittal for identification. Indicate the name of the entity that prepared each submittal on the label or title block. Provide a space approximately 4 by 5 inches (100 by 125 mm) on the label or beside the title block on Shop Drawings to record the Contractor's review and approval markings and the action taken. Include the following information on the label for processing and recording action taken. a. Project name. b. Date. C. Name and address of the Engineer. March 24,2010 01300-2 Project 70904 3. Processing: To avoid the need to delay installation as a result of the time required to process submittals, allow sufficient time for submittal review, cv including time for resubmittals. <' e wm+^ a. Allow 1 week for initial review. Allow additional time if the Architect Cl- uj W must delay processing to permit coordination with subsequent L3F-- submittals. >- Z�3 b. If an intermediate submittal is necessary, process the same as the initial submittal. .� c. Allow 1 week for reprocessing each submittal. `H — d. No extension of Contract Time will be authorized because of failure to N transmit submittals to the Architect sufficiently in advance of the Work to permit processing. B. Submittal Preparation: Place a permanent label or title block on each submittal for identification. Indicate the name of the entity that prepared each submittal on the label or title block. Provide a space approximately 4 by 5 inches (100 by 125 mm) on the label or beside the title block on Shop Drawings to record the Contractor's review and approval markings and the action taken. Include the following information on the label for processing and recording action taken. a. Project name. b. Date. C. Name and address of the Engineer. March 24,2010 01300-2 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01300 - SUBMITTALS d. Name and address of the Contractor. e. Name and address of the subcontractor. f. Name of the manufacturer. g. Number and title of appropriate Specification Section.Drawing number and detail references, as appropriate. C. Submittal Transmittal: Package each submittal appropriately for transmittal and handling. Transmit each submittal from the Contractor to the Engineer using a transmittal form. The Engineer will not accept submittals received from sources other than the Contractor. On the transmittal, record relevant information and requests for data. On the form, or separate sheet, record deviations from Contract Document requirements, including variations and limitations. Include Contractor's certification that information complies with Contract Document requirements. 1.5 SHOP DRAWINGS A. Submit newly prepared information drawn accurately to scale. Highlight, encircle, or otherwise indicate deviations from the Contract Documents. Do not reproduce Contract Documents or copy standard information as the basis of Shop Drawings. Standard information prepared without specific reference to the Project is not a Shop Drawing. B. Shop Drawings include fabrication and installation Drawings, setting diagrams, schedules, patterns, templates and similar Drawings. Include the following information:`; 1. Dimensions. 2. Identification of products and materials included by sheet and� Jol ncrmber._,_ 3. Compliance with specified standards.: 4. Notation of coordination requirements. 5. Notation of dimensions established by field measurement. 6. Sheet Size: Except for templates, patterns and similar full size flrewings u submit Shop Drawings on sheets at least 8 -1/2 by 11 inches f`"15 by�2$0 mm) but no larger than 36 by 48 inches (890 by 1220 mm). G' 7. Final Submittal: Submit 3 blue- or black -line prints and 2 additional prints where required for maintenance manuals, plus the number of prints needed by the Architect for distribution. The Architect will retain 2 prints and return the remainder. a. One of the prints returned shall be marked up and maintained as a "Record Document." 8. Do not use Shop Drawings without an appropriate final stamp indicating action taken. 1.6 PRODUCT DATA A. Collect Product Data into a single submittal for each element of construction or system. Product Data includes printed information, such as manufacturer's installation instructions, catalog cuts, standard color charts, roughing -in diagrams and templates, standard wiring diagrams, and performance curves. March 24,20 10 01300 - 3 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01300 - SUBMITTALS Mark each copy to show applicable choices and options. Where printed Product Data includes information on several products that are not required, mark copies to indicate the applicable information. Include the following information: a. Manufacturer's printed recommendations. b. Compliance with trade association standards. c. Compliance with recognized testing agency standards. d. Application of testing agency labels and seals. e. Notation of dimensions verified by field measurement. f. Notation of coordination requirements. 2. Do not submit Product Data until compliance with requirements of the Contract Documents has been confirmed. cv 3. Preliminary Submittal: Submit a preliminary single copy of Product Data where selection of options is required. "` =L Submittals: Submit 2 copies of each required submittal; submit 4 copies where required for maintenance manuals. The Architect will retain one and N , will return the other marked with action taken and corrections or a--.< modifications required. EE CD a. Unless noncompliance with Contract Document provisions is observed, N the submittal may serve as the final submittal. 5. Distribution: Furnish copies of final submittal to installers, subcontractors, suppliers, manufacturers, fabricators, and others required for performance of construction activities. Show distribution on transmittal forms. a. Do not proceed with installation until a copy of Product Data is in the Installer's possession. b. Do not permit use of unmarked copies of Product Data in connection with construction. 1.7 SAMPLES A. Submit full -size, fully fabricated Samples cured and finished as specified and physically identical with the material or product proposed. Samples include partial sections of manufactured or fabricated components, cuts or containers of materials, color range sets, and swatches showing color, texture, and pattern. Preliminary Submittals: Submit a full set of choices where Samples are submitted for selection of color, pattern, texture, or similar characteristics from a range of standard choices. a. The Engineer will review and return preliminary submittals with the Engineer's notation, indicating selection and other action. March 24,2010 01300-4 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01300 - SUBMITTALS 1.8 QUALITY ASSURANCE SUBMITTALS A. Submit quality - control submittals, including design data, certifications, manufacturer's instructions, manufacturer's field reports, and other quality - control submittals as required under other Sections of the Specifications. B. Inspection and Test Reports: Requirements for submittal of inspection and test reports from independent testing agencies are specified in Division 1 Section "Quality Control. �-a eM Wf 7P v.�i 1.9 ARCHITECT'S ACTION C, A. Except for submittals for the record or information, where action acre# 6�t=4 required, the Architect will review each submittal, mark to indicate ac on ta- Men, and return promptly. 1. Compliance with specified characteristics is the Contractor's responsidility. B. Action Stamp: The Engineer will stamp each submittal with a uniform, action stamp. The Engineer will mark the stamp appropriately to indicate the action taken, as follows: Final Unrestricted Release: When the Engineer marks a submittal "Approved," the Work covered by the submittal may proceed provided it complies with requirements of the Contract Documents. Final payment depends on that compliance. 2. Final- But - Restricted Release: When the Engineer marks a submittal "Approved as Noted," the Work covered by the submittal may proceed provided it complies with notations or corrections on the submittal and requirements of the Contract Documents. Final payment depends on that compliance. Returned for Resubmittal: When the Engineer marks a submittal "Not Approved, Revise and Resubmit," do not proceed with Work covered by the submittal, including purchasing, fabrication, delivery, or other activity. Revise or prepare a new submittal according to the notations; resubmit without delay. Repeat if necessary to obtain different action mark. a. Do not use, or allow others to use, submittals marked "Not Approved, Revise and Resubmit" at the Project Site or elsewhere where Work is in progress. 4. Other Action: Where a submittal is for information or record purposes or special processing or other activity, the Architect will return the submittal marked "Action Not Required." March 24,20 10 01300 - 5 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01300 - SUBMITTALS C. Unsolicited Submittals: The Architect will return unsolicited submittals to the sender without action. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 01300 c� L C-j LIJ uJ v _ C4 March 24,20 10 01300-6 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01600 — MATERIALS AND EQUIPMENT PART 1 - GENERAL 1.1 1.2 1.3 1.4 w 75 L� RELATED DOCUMENTS b *� A. Drawings and general provisions of the Contract, including General.aftd Supplementary Conditions and other Division 1 Specification Sections, appr to this Section. SUMMARY A. This Section includes administrative and procedural requirements governing the Contractor's selection of products for use in the Project. B. Related Sections: The following Sections contain requirements that relate to this Section: Section 13150 Division 1 Section "Reference Standards and Definitions" specifies the applicability of industry standards to products specified. DEFINITIONS A. Definitions used in this Article are not intended to change the meaning of other terms used in the Contract Documents, such as "specialties," "systems," " structure," "finishes," "accessories," and similar terms. Such terms are self - explanatory and have well- recognized meanings in the construction industry. "Products" are items purchased for incorporation in the Work, whether purchased for the Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent. a. "Named Products" are items identified by the manufacturer's product name, including make or model number or other designation, shown or listed in the manufacturer's published product literature, that is current as of the date of the Contract Documents. Materials" are products substantially shaped, cut, worked, mixed, finished, refined or otherwise fabricated, processed, or installed to form a part of the Work. "Equipment" is a product with operational parts, whether motorized or manually operated, that requires service connections, such as wiring or piping. SUBMITTALS March 24, 2010 01600-1 project 70904 Y IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01600 — MATERIALS AND EQUIPMENT A. Product List: A list of products required is included at the end of this Section. Prepare a schedule in tabular form showing each product listed. Include the manufacturer's name and proprietary product names for each item listed. Coordinate product list with the Contractor's Construction Schedule and the Schedule of Submittals. 2. Form: Prepare product list with information on each item tabulated under the following column headings: n, a. Related Specification Section number. b. Generic name used in Contract Documents. �- - == c. Proprietary name, model number, and similar designations. = c" ` d. Manufacturer's name and address. 11,J c'"+'a= e. Supplier's name and address. f. Installer's name and address. ,. g. Projected delivery date or time span of delivery period. l 3.'2 At the Contractor's option, the initial submittal may be limited to product C ; selections and designations that must be established early in the Contract period. 4. Completed List: Within 30 days after date of commencement of the Work, submit 3 copies of the completed product list. Provide a written explanation for omissions of data and for known variations from Contract requirements. Architect's Action: The Engineer will respond in writing to Contractor within 2 weeks of receipt of the completed product list. No response within this period constitutes no objection to listed manufacturers or products but does not constitute a waiver of the requirement that products comply with Contract Documents. The Engineer's response will include a list of unacceptable product selections, containing a brief explanation of reasons for this action. 1.5 QUALITY ASSURANCE A. Source Limitations: To the fullest extent possible, provide products of the same kind from a single source. B. Compatibility of Options: When the Contractor is given the option of selecting between 2 or more products for use on the Project, the product selected shall be compatible with products previously selected, even if previously selected products were also options. 1.6 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle products according to the manufacturer's recommendations, using means and methods that will prevent damage, deterioration, and loss, including theft. March 24, 2010 01600-2 project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01600 - MATERIALS AND EQUIPMENT Schedule delivery to minimize long -term storage at the site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to assure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. Deliver products to the site in an undamaged condition in the manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products upon delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected. Store products at the site in a manner that will facilitate inspection and measurement of quantity or counting of units. Store heavy materials away from the Project structure in a manner that will not endanger the supporting construction. 7. Store products subject to damage by the elements above ground, under cover in a weathertight enclosure, with ventilation adequate to prevent condensation. Maintain temperature and humidity within range required by manufacturer's instructions. f-a PART 2 - PRODUCTS 2.1 PRODUCT SELECTION A. General Product Requirements: Provide products that comply with the Coi*act r mM Documents, that are undamaged and, unless otherwise indicated, fP�rat Ee time,;,,, of installation. " 1. Provide products complete with accessories, trim, finish, safety guards, and other devices and details needed for a complete installation and the intended use and effect. 2. Standard Products: Where available, provide standard products of types that have been produced and used successfully in similar situations on other projects. B. Product Selection Procedures: The Contract Documents and governing regulations govern product selection. Procedures governing product selection include the following: Proprietary Specification Requirements: Where Specifications name only a single product or manufacturer, provide the product indicated. No substitutions will be permitted. March 24, 2010 01600-3 project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01600 — MATERIALS AND EQUIPMENT 2. Semiproprietary Specification Requirements: Where Specifications name 2 or more products or manufacturers, provide 1 of the products indicated. No substitutions will be permitted. a. Where Specifications specify products or manufacturers by name, accompanied by the term "or equal" or "or approved equal," comply with the Contract Document provisions concerning "substitutions" to obtain approval for use of an unnamed product. Performance Specification Requirements: Where Specifications require compliance with performance requirements, provide products that comply with these requirements and are recommended by the manufacturer for the application indicated. a. Manufacturer's recommendations may be contained in published product literature or by the manufacturer's certification of performance. 4. Compliance with Standards, Codes, and Regulations: Where Specifications only require compliance with an imposed code, standard, or regulation, select a product that complies with the standards, codes, or regulations specified. PART 3 - EXECUTION 3.1 INSTALLATION OF PRODUCTS A. Comply with manufacturer's instructions and recommendations for installation of products in the applications indicated. Anchor each product securely in place, accurately located and aligned with other Work. Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. March 24, 2010 01600-4 project 70904 cti+ cr� END OF SECTION 01600 UJ- , r 0 N March 24, 2010 01600-4 project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01631 - SUBSTITUTIONS PART 1 -GENERAL T7 , 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and- �pplemienta Conditions and other Division 1 Specification Sections, apply to this Secli6i - - 1.2 SUMMARY A. This Section includes administrative and procedural requirements for handling requests for substitutions made after award of the Contract. B. Related Sections: The following Sections contain requirements that relate to this Section: 1- Division 1 Section "Submittals" specifies requirements for submitting the Contractor's Construction Schedule and the Submittal Schedule. 2. Division 1 Section "Materials and Equipment" specifies requirements governing the Contractor's selection of products and product options. 1.3 DEFINITIONS A. Definitions in this Article do not change or modify the meaning of other terms used in the Contract Documents. B. Substitutions: Changes in products, materials, equipment, and methods of construction required by the Contract Documents proposed by the Contractor after award of the Contract are considered to be requests for substitutions. The following are not considered to be requests for substitutions: 1. Substitutions requested during the bidding period, and accepted by Addendum prior to award of the Contract, are included in the Contract Documents and are not subject to requirements specified in this Section for substitutions. 2. Revisions to the Contract Documents requested by the Owner or Engineer. 3. Specified options of products and construction methods included in the Contract Documents. 4. The Contractor's determination of and compliance with governing regulations and orders issued by governing authorities. 1.4 SUBMITTALS A. Substitution Request Submittal: The Engineer will consider requests for substitution if received within 30 days after the award of contract. Requests received more than 30 days after award of contract may be considered or rejected at the discretion of the Engineer. Submit 3 copies of each request for substitution for consideration. Submit requests in the form and according to procedures required for change -order proposals. March 24, 2010 01631 -1 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01631 - SUBSTITUTIONS a. Substitution submittals shall use AIA Form G710, Architect's Supplemental Instructions. 2. Identify the product or the fabrication or installation method to be replaced in each request. Include related Specification Section and Drawing numbers. 3. Provide complete documentation showing compliance with the requirements for substitutions, and the following information, as appropriate: a. Coordination information, including a list of changes or modifications needed to PART 2 - PRODUCTS 2.1 SUBSTITUTIONS A. Conditions: The Engineer will receive and consider the Contractor's request for substitution when one or more of the following conditions are satisfied, as determined by the Architect. If the following conditions are not satisfied, the Architect will return the requests without action except to record noncompliance with these requirements. 1. Extensive revisions to the Contract Documents are not required. 2. Proposed changes are in keeping with the general intent of the Contract Documents. 3. The request is timely, fully documented, and properly submitted. 4. The specified product or method of construction cannot be provided within the Contract Time. The Architect will not consider the request if the product or method cannot be provided as a result of failure to pursue the Work promptly or coordinate activities properly. 5. The request is directly related to an "or- equal" clause or similar language in the Contract Documents. 6. The requested substitution offers the Owner a substantial advantage, in cost, time, energy conservation, or other considerations, after deducting additional responsibilities the Owner must assume. The Owner's additional responsibilities March 24, 2010 01631-2 Project 70904 other parts of the Work and to construction performed by the Owner and separate contractors, that will be necessary to accommodate the proposed substitution. b. A detailed comparison of significant qualities of the proposed substitution with those of the Work specified. Significant qualities may include elements, such as performance, weight, size, durability, and visual effect. cep C. Product Data, including Drawings and descriptions of products and fabrication < and installation procedures. == Samples, where applicable or requested. -'^ r_. A LU n. e A statement indicating the substitutions effect on the Contractor's Construction Schedule compared to the schedule without approval of the substitution. N Indicate the effect of the proposed substitution on overall Contract Time. """° ►-- Cost information, including a proposal of the net change, if any in the Contract n `=' Sum. The Contractor's certification that the proposed substitution conforms to N requirements in the Contract Documents in every respect and is appropriate for the applications indicated. h. The Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of the failure of the substitution to perform adequately. PART 2 - PRODUCTS 2.1 SUBSTITUTIONS A. Conditions: The Engineer will receive and consider the Contractor's request for substitution when one or more of the following conditions are satisfied, as determined by the Architect. If the following conditions are not satisfied, the Architect will return the requests without action except to record noncompliance with these requirements. 1. Extensive revisions to the Contract Documents are not required. 2. Proposed changes are in keeping with the general intent of the Contract Documents. 3. The request is timely, fully documented, and properly submitted. 4. The specified product or method of construction cannot be provided within the Contract Time. The Architect will not consider the request if the product or method cannot be provided as a result of failure to pursue the Work promptly or coordinate activities properly. 5. The request is directly related to an "or- equal" clause or similar language in the Contract Documents. 6. The requested substitution offers the Owner a substantial advantage, in cost, time, energy conservation, or other considerations, after deducting additional responsibilities the Owner must assume. The Owner's additional responsibilities March 24, 2010 01631-2 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01631 - SUBSTITUTIONS may include compensation to the Architect for redesign and evaluation services, increased cost of other construction by the Owner, and similar considerations. 7. The specified product or method of construction cannot receive necessary approval by a governing authority, and the requested substitution can be approved. 8. The specified product or method of construction cannot be provided in a manner that is compatible with other materials and where the Contractor certifies that the substitution will overcome the incompatibility. 9. The specified product or method of construction cannot be coordinated with other materials and where the Contractor certifies that the proposed substitution can be coordinated. 10. The specified product or method of construction cannot provide a warranty required by the Contract Documents and where the Contractor certifies that the proposed substitution provides the required warranty. B. The Contractor's submittal and the Architect's acceptance of Shop Drawings, Product Data, or Samples for construction activities not complying with the Contract Documents do not constitute an acceptable or valid request for substitution, nor do they constitute approval. PART 3 - EXECUTION (Not Applicable) END OF SECTION 01631 March 24, 2010 01631 -3 Project 70904 �a c� F M v_a.eq � Cad March 24, 2010 01631 -3 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01700 — CONTRACT CLOSEOUT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for contra -qt El closeout including, but not limited to, the following: 5 7 C J " 1. Inspection procedures. r ' 2. Project record document submittal. c f w r'�` " 3. Operation and maintenance manual submittal. 4. Submittal of warranties. 5. Final cleaning. B. Closeout requirements for specific construction activities are included in thV appropriate Sections in Divisions 2 through 16. 1.3 SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for certification of Substantial Completion, complete the following. List exceptions in the request. 1. In the Application for Payment that coincides with, or first follows, the date Substantial Completion is claimed, show 100 percent completion for the portion of the Work claimed as substantially complete. a. Include supporting documentation for completion as indicated in these Contract Documents and a statement showing an accounting of changes to the Contract Sum. b. If 100 percent completion cannot be shown, include a list of incomplete items, the value of incomplete construction, and reasons the Work is not complete. 2. Advise the Owner of pending insurance changeover requirements. 3. Submit specific warranties, workmanship bonds, maintenance agreements, final certifications, and similar documents. 4. Obtain and submit releases enabling the Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. March 24,2010 01700-1 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01700 – CONTRACT CLOSEOUT 5. Submit record drawings, maintenance manuals, final project photographs, damage or settlement surveys, property surveys, and similar final record information. 6. Deliver tools, spare parts, extra stock, and similar items. 7. Make final changeover of permanent locks and transmit keys to the Owner. Advise the Owner's personnel of changeover in security provisions. 8. Complete startup testing of systems and instruction of the Owner's operation and maintenance personnel. Discontinue and remove temporary facilities from the site, along with mockups, construction tools, and similar elements. 9. Complete final cleanup requirements, including touchup painting. 10. Touch up and otherwise repair and restore marred, exposed finishes. B. Inspection Procedures: On receipt of a request for inspection, the Engineer will either proceed with inspection or advise the Contractor of unfilled requirements. The Engineer will prepare the Certificate of Substantial Completion following inspection or advise the Contractor of construction that must be completed or corrected before the certificate will be issued. Submit the final payment request with releases and supporting documentation not previously submitted and accepted. Include insurance certificates for products and completed operations where required. 2. Submit an updated final statement, accounting for final additional changes to the Contract Sum. 3. Submit a certified copy of the Engineer's final inspection list of items to be completed or corrected, endorsed and dated by the Engineer. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance and shall be endorsed and dated by the Engineer. 4. Submit consent of surety to final payment. 5. Submit a final liquidated damages settlement statement. March 24,2010 01700-2 Project 70904 — 1 . The Engineer will repeat inspection when requested and assured that the - - � Work is substantially complete. �. -„� Cl- L Results of the completed inspection will form the basis of requirements for cv c t . final acceptance. -. "M cf_INA,ACCEPTANCE S. Preliminary Procedures: Before requesting final inspection for certification of final acceptance and final payment, complete the following. List exceptions in the request. Submit the final payment request with releases and supporting documentation not previously submitted and accepted. Include insurance certificates for products and completed operations where required. 2. Submit an updated final statement, accounting for final additional changes to the Contract Sum. 3. Submit a certified copy of the Engineer's final inspection list of items to be completed or corrected, endorsed and dated by the Engineer. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance and shall be endorsed and dated by the Engineer. 4. Submit consent of surety to final payment. 5. Submit a final liquidated damages settlement statement. March 24,2010 01700-2 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01700 — CONTRACT CLOSEOUT 6. Submit evidence of final, continuing insurance coverage complying with insurance requirements. B. Reinspection Procedure: The Engineer will reinspect the Work upon receipt of notice that the Work, including inspection list items from earlier inspections, has been completed, except for items whose completion is delayed under circumstances acceptable to the Engineer. 1. Upon completion of reinspection, the Engineer will prepare a certificate of final acceptance. If the Work is incomplete, the Engineer will advise the Contractor of Work that is incomplete or of obligations that have not been fulfilled but are required for final acceptance. 2. If necessary, reinspection will be repeated. 1.5 RECORD DOCUMENT SUBMITTALS'` A. General: Do not use record documents for construction purposes. F_ratect `record ,' documents from deterioration and loss in a secure, fire - resistant location. Provide access to record documents for the Architect's reference during nor al wor� g hours. B. Record Drawings: Maintain a clean, undamaged set of blue or black line white - prints of Contract Drawings and Shop Drawings. Mark the set to show the actual installation where the installation varies substantially from the Work as originally shown. Mark which drawing is most capable of showing conditions fully and accurately. Where Shop Drawings are used, record a cross - reference at the corresponding location on the Contract Drawings. Give particular attention to concealed elements that would be difficult to measure and record at a later date. 1. Mark record sets with red erasable pencil. Use other colors to distinguish between variations in separate categories of the Work. 2. Mark new information that is important to the Owner but was not shown on Contract Drawings or Shop Drawings. 3. Note related change -order numbers where applicable. 4. Organize record drawing sheets into manageable sets. Bind sets with durable -paper cover sheets; print suitable titles, dates, and other identification on the cover of each set. C. Miscellaneous Record Submittals: Refer to other Specification Sections for requirements of miscellaneous record keeping and submittals in connection with actual performance of the Work. Immediately prior to the date or dates of Substantial Completion, complete miscellaneous records and place in good order. Identify miscellaneous records properly and bind or file, ready for continued use and reference. Submit to the Architect for the Owner's records. March 24,2010 01700-3 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01700 — CONTRACT CLOSEOUT D. Maintenance Manuals: Organize operation and maintenance data into suitable sets of manageable size. Bind properly indexed data in individual, heavy -duty, 2- inch (51 -mm), 3 -ring, vinyl- covered binders, with pocket folders for folded sheet information. Mark appropriate identification on front and spine of each binder. Include the following types of information: 1. Emergency instructions. 2. Copies of warranties. 3. Shop Drawings and Product Data. 4. Operating and Parts Manuals on equipment provide. 5. 5. Include backwashing procedures. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.1 CLOSEOUT PROCEDURES A. Operation and Maintenance Instructions: Arrange for each Installer of equipment that requires regular maintenance to meet with the Owner's personnel to provide instruction in proper operation and maintenance. Provide instruction by manufacturer's representatives if installers are not experienced in operation and maintenance procedures. Include a detailed review of the following items: B. As part of instruction for operating equipment, demonstrate the following procedures: 1. Startup. 2. Shutdown. 3. Emergency operations. 4. Noise and vibration adjustments. 5. Safety procedures. 6. Economy and efficiency adjustments. 7. Effective energy utilization. 8. March 24,2010 01700-4 Project 70904 1. Maintenance manuals. 2. Record documents. ir) ,3� Spare parts and materials. C` Tools. Lubricants. cn 6 Identification systems. cv r_ �Z; Control sequences. Hazards. Cleaning. 10. Warranties and bonds. y 11. Maintenance agreements and similar continuing commitments. B. As part of instruction for operating equipment, demonstrate the following procedures: 1. Startup. 2. Shutdown. 3. Emergency operations. 4. Noise and vibration adjustments. 5. Safety procedures. 6. Economy and efficiency adjustments. 7. Effective energy utilization. 8. March 24,2010 01700-4 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 01700 — CONTRACT CLOSEOUT 3.2 FINAL CLEANING A. General: The General Conditions require general cleaning during construction. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to the condition expected in a normal, commercial building cleaning and maintenance program. Comply with manufacturer's instructions. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion. a. Clean exposed exterior and interior hard - surfaced finishes to a dust - free condition, free of stains, films, and similar foreign substances. Restore reflective surfaces to their original condition. Leave concrete floors broom clean. b. Wipe surfaces of mechanical and electrical equipment. Remove excess lubrication and other substances. Clean plumbing fixtures to a sanitary condition. Clean the site, including landscape development areas, of rubbish, litter, and other foreign substances. Sweep paved areas broom clean; remove stains, spills, and other foreign deposits. Rake grounds that are neither paved nor planted to a smooth, even - textured surface. 2. Removal of Protection: Remove temporary protection and facilities installed for protection of the Work during construction. 3. Compliance: Comply with regulations of authorities having jurisdiction and safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on the Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from the site and dispose of lawfully 4. Where extra materials of value remain after completion of associated Work, they become the Owner's property. Dispose of these materials as directed by the Owner. END OF SECTION 01700 March 24,2010 01700-5 Project 70904 -a r,a- March 24,2010 01700-5 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SELECTIVE DEMOLITION — SECTION 02070 PART 1 — GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. N 1.2 SUMMARY A. This Section includes the following: 1. Demolition and removal of selected portions the existing Concrete<fl;o slab, " swimming pool filtration and piping system.., 2. Patching and repairs. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Summary of Work" for use of the building and phasing requirements. 2. Division 1 Section "Cutting and Patching" for cutting and patching procedures for selective demolition operations. - ; 3. Division 1 Section "Construction Facilities and Temporary Controls � pw temporary -j utilities, temporary construction and support facilities, temporary skaMty grad protection facilities, and environmental protection measures for ss#eetCve demoliorr operations. 4. Division 15 Sections for cutting, patching, or relocating mechanicffi(enns . 5. Division 16 Sections for cutting, patching, or relocating electrical iivns' r 1.3 DEFINITIONS s A. Remove: Remove and legally dispose of items except those indicated to be reinstalled, salvaged, or to remain the Owner's property. B. Remove and Salvage: Items indicated to be removed and salvaged remain the Owner's property. Remove, clean, and pack or crate items to protect against damage. Identify contents of containers and deliver to Owner's designated storage area. C. Remove and Reinstall: Remove items indicated; clean, service, and otherwise prepare them for reuse; store and protect against damage. Reinstall items in the same locations or in locations indicated. D. Existing to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by the Architect, items may be removed to a suitable, protected storage location during selective demolition and then cleaned and reinstalled in their original locations. March 24, 2010 02070 -1 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SELECTIVE DEMOLITION — SECTION 02070 1.4 MATERIALS OWNERSHIP A. Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise indicated to remain the Owner's property, demolished materials shall become the Contractor's property and shall be removed from the site with further disposition at the Contractor's option. 1.5 SUBMITTALS- Not Required 1.6 QUALITY ASSURANCE A. Demolition Firm Qualifications: Engage an experienced firm that has successfully completed selective demolition Work similar to that indicated for this Project. B. Regulatory Requirements: Comply with governing EPA notification regulations before starting selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. C. Predemolition Conference: Conduct conference at Project site to comply with preinstallation conference requirements of Division 1 Section "Project Meetings." 1.7 PI)JECONDITIONS a- c, c'3 A. � Ceons existing at time of inspection for bidding purpose will be maintained by Owner c� aSEN a,.as practical. PART 2 - BRODUaTS 2.1 REPAIR KWERIALS cli A. Use repair materials identical to existing materials. 1. Where identical materials are unavailable or cannot be used for exposed surfaces, use materials that visually match existing adjacent surfaces to the fullest extent possible. 2. Use materials whose installed performance equals or surpasses that of existing materials. PART 3 — EXECUTION 3.1 EXAMINATION A. Verify that utilities have been disconnected and capped B. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. C. Inventory and record the condition of items to be removed and reinstalled and items to be removed and salvaged. March 24, 2010 02070 -2 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SELECTIVE DEMOLITION — SECTION 02070 D. When unanticipated mechanical, electrical, or structural elements that conflict with the intended function or design are encountered, investigate and measure the nature and extent of the conflict. Promptly submit a written report to the Engineer. E. Survey the condition of the building to determine whether removing any element might result in structural deficiency or unplanned collapse of any portion of the structure or adjacent structures during selective demolition. F. Perform surveys as the Work progresses to detect hazards resulting from selective demolition activities. 3.2 UTILITY SERVICES A. Maintain existing utilities indicated to remain in service and protect therr danlaN during selective demolition operations. = 1. Do not interrupt existing utilities serving occupied or operating fadties, except when authorized in writing by Owner and authorities having jurisdiction. ProvicVtemporary services during interruptions to existing utilities, as acceptable to Owner and to governing authorities. 2. Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal the remaining portion of pipe or conduit after bypassing. B. Utility Requirements: Refer to Division 15 and 16 Sections for shutting off, disconnecting, removing, and sealing or capping utility services. Do not start selective demolition work until utility disconnecting and sealing have been completed and verified in writing. 3.3 PREPARATION A. Conduct demolition operations and remove debris to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations. B. Conduct demolition operations to prevent injury to people and damage to adjacent buildings and facilities to remain. Ensure safe passage of people around selective demolition area. 1. Erect temporary protection, such as walks, fences, railings, canopies, and covered passageways, where required by authorities having jurisdiction. 2. Protect existing site improvements, appurtenances, and landscaping to remain. 3. Protect walls, ceilings, floors, and other existing finish work that are to remain and are exposed during selective demolition operations. 4. Strengthen or add new supports when required during progress of selective demolition. March 24, 2010 02070 -3 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SELECTIVE DEMOLITION – SECTION 02070 3.4 POLLUTION CONTROLS A. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. B. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before start of selective demolition. 3.5 SELECTIVE DEMOLITION A. Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete Work within limitations of governing regulations and as follows: 1. Proceed with selective demolition systematically, from higher to lower level. Complete selective demolition work above each floor or tier before disturbing supporting members on lower levels. 2. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining W) construction. To minimize disturbance of adjacent surfaces, use hand or small ,,. power tools designed for sawing or grinding, not hammering and chopping. :z: =L4mporarily cover openings to remain. � cL3. —,,;nt or drill from the exposed or finished side into concealed surfaces to avoid N c.: Marring existing finished surfaces. 4. >-50 not use cutting torches until work area is cleared of flammable materials. At 1- - cS§ncealed spaces, such as duct and pipe interiors, verify condition and contents of 6;Iden space before starting flame- cutting operations. Maintain portable fire - suppression devices during flame- cutting operations. Maintain adequate ventilation when using cutting torches. 6. Locate selective demolition equipment throughout the structure and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. 7. Dispose of demolished items and materials promptly. 8. Return elements of construction and surfaces to remain to condition existing before start of selective demolition operations. B. Demolish concrete and masonry in small sections. Cut concrete and masonry at junctures with construction to remain, using power- driven masonry saw or hand tools; do not use power- driven impact tools. 3.6 PATCHING AND REPAIRS A. Promptly patch and repair holes and damaged surfaces caused to adjacent construction by selective demolition operations. B. Patching is specified in Division 1 Section "Cutting and Patching." C. Where repairs to existing surfaces are required, patch to produce surfaces suitable for new materials. March 24, 2010 02070 -4 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SELECTIVE DEMOLITION — SECTION 02070 Completely fill holes and depressions in existing masonry walls to remain with an approved masonry patching material, applied according to manufacturer's printed recommendations. D. Restore exposed finishes of patched areas and extend finish restoration into adjoining construction to remain in a manner that eliminates evidence of patching and refinishing. E. Patch and repair floor and wall surfaces in the new space where demolished walls or partitions extend one finished area into another. Provide a flush and even surface of uniform color and appearance. 1. Closely match texture and finish of existing adjacent surface. 2. Patch with durable seams that are as invisible as possible. Comply with specified tolerances. 3. Where patching smooth painted surfaces, extend final paint coat over entire unbroken surface containing the patch after the surface has received primer and second coat. 4. Remove existing floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. 5. Inspect and test patched areas to demonstrate integrity of the installation, where feasible. F. Patch, repair, or rehang existing ceilings as necessary to provide an even -plane surface of uniform appearance. 3.7 DISPOSAL OF DEMOLISHED MATERIALS A. General: Promptly dispose of demolished materials. Do not allow demolished materials to accumulate on -site. B. Burning: Do not burn demolished materials. C. Disposal: Transport demolished materials off Owner's property and leg 8Mispose of— them. a 3.8 CLEANING A. Sweep the building broom clean on completion of selective demolition cipiefation:- 3.9 SELECTIVE DEMOLITION SCHEDULE A. Refer to contract drawings B. Remove chlorine feed system. Remove and reinstall enzyme feed system. C. Remove existing vacuum sand filter including piping, laterals, troughs, pumps, bases and similar END OF SECTION 02070 March 24, 2010 02070 -5 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 03200 - CONCRETE REINFORCEMENT PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1- Specifications sections, apply to this section. 1.2 SUMMARY A. Section Includes: Concrete reinforcement as shown on the drawings and in schedules for fabrication and delivery of reinforcement for cast -in -place concrete, including bars, welded wire fabric, ties and supports. B. Related Sections: c ,m 1. Structural Concrete: Section 03300 1.3 SUBMITTALS A. Mill Certificates: For information and record, submit steel producer's certifiCa *s odmill ie l for reinforcing steel. g i 1.4 QUALITY ASSURANCE A. Codes and Standards: Comply with requirements of the following codes and standards, except as herein modified. 1. AWS D1.4 "Structural Welding Code - Reinforcing Steel ". 2. AWS D12.1 "Recommended Practices for Welding Reinforcing Steel, Metal Inserts and Connections in Reinforced Concrete Construction ". 3. CRSI "Manual of Practice ". 4. ACI 301 "specifications for Structural Concrete For Buildings ", Chapter 5. 5. ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures." 6. ACI 318 "Building Code Requirements for Reinforced Concrete ". 1.5 DELIVERY, STORAGE AND HANDLING A. Deliver reinforcement to the project site bundled, tagged and marked. Use tags indicating bar size, lengths, and other information corresponding to markings shown on placement diagrams. B. Store concrete reinforcement materials at the site to prevent damage and accumulation of dirt or excessive rust. PART 2 PRODUCTS 2.1 MATERIALS A. Reinforcing Bars (ReBar): ASTM A615, and Supplement 1, deformed and as follows: March 24, 2010 03200 -1 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 03200 - CONCRETE REINFORCEMENT Provide Grade 60 for ties and stirrups, and for dowels which will be subjected to bending after placement. 2. Provide Grade 60 for all bars not otherwise indicated. 3. Bars for Welded Splices: ASTM C706, and Supplement 1, low -alloy steel, grades as specified above. B. Steel Wire: ASTM A82,16 gage minimum. C. Supports for Reinforcement: 1. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcement in place. 2. for slabs on grade, use supports with sand plates or horizontal runners where base Lt.material will not support chair legs. 2. FABRICj;'I4ON A. q=Fatlrisgte reinforcing bars to conform to required shapes and dimension, with fabrication .. =--tol raP;es complying with CRSI "Manual of Standard Practice ". In case of fabricating SHerrorsFdo not re -bend or straighten reinforcement in a manner that will injure or weaken the material. B. Unacceptable Materials: Reinforcement with any of the following defects will not be permitted in the work: C. Bar lengths, depths and bends exceeding specified fabrication tolerances. D. Bends or kinks not indicated on drawings or final shop drawings. E. Bars with reduced cross - sections due to excessive rusting or other cause. PART 3 EXECUTION 3.1 PLACING STEEL A. Comply with the specified codes and standards, CRSI recommended practice for "Placing Reinforcing Bars" for details and methods of reinforcement placement and supports, and as herein specified. 1. Clean reinforcement of loose rust and millscale, earth, ice, and other materials which reduce or destroy bond with concrete. 2. Position, support and secure reinforcement against displacement by formwork construction, or concrete placement operations. Locate and support reinforcing by metal chairs, runners, bolsters, spacers and hangers, as required. March 24, 2010 03200 -2 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 03200 -CONCRETE REINFORCEMENT 3. Place reinforcement to obtain the minimum coverages for concrete protection. Arrange space and securely tie bars and bar supports together to hold reinforcement accurately in position during concrete placement operations. Set wire ties to ends are directed away from exposed concrete surface. 4. Install welded wire fabric in as long lengths as practicable. Lap adjoining pieces at least one full mesh and lace splices with wire. Offset end laps in adjacent widths to prevent continuous laps. 5. Welding of Reinforcement: Welding reinforcing bars not permitted except where specifically indicated or approved by the Structural Engineer. Where permitted, weld in accordance with AWS S1.4 Notify testing agency at least one day prior to welding operation. 6. Field bending of reinforcement: Reinforcement partially embedded in concrete shall not be field bent except as shown on the drawings or specifically permitted by the Engineer. 7. Do not install sleeves in concrete slabs, beams, walls or columns, except where shown on the drawings or approved by the Engineer. 8. Place construction joints in the center 1/3 of spans of beams and girders unless indicated otherwise. Continue reinforcement across construction joints. Submit construction joint locations not shown on drawings for Engineer approval. END OF SECTION 03200 March 24, 2010 03200 -3 Project 70904 N n March 24, 2010 03200 -3 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 03300 - CAST -IN -PLACE CONCRETE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies cast -in place concrete, including formwork, reinforcement, concrete materials, mix design, placement procedures, and finishes. B. Related Sections include the following: 1. Division 3 Concrete interior slabs 2. Division 2 Section "Cement Concrete Pavement" for concrete pavement and walks. 3. Division 3 Section "Concrete Toppings" for metallic and nonmetallic concrete floor toppings. 1.3 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, fly ash and other pozzolans, ground granulated blast- furnace slag, and silica fume. 1.4 SUBMITTALS A. Product Data: For each type of manufactured material and product indicated. B. Design Mixes: For each concrete mix. Include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. Indicate amounts of mix water to be withheld for later addition at Project site. C. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated, based on comprehensive testing of current materials: 1. Cementitious materials and aggregates. -..' 2. Steel reinforcement and reinforcement accessories. 3. Floor and slab treatments. - r 1.5 QUALITY ASSURANCE c, W March 24, 2010 03300-1 PROJECT #70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 03300 — CAST -IN -PLACE CONCRETE A. Installer Qualifications: An experienced installer who has completed concrete Work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in- service performance. B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. Manufacturer must be certified according to the National Ready Mixed Concrete Association's Certification of Ready Mixed Concrete Production Facilities. C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction, qualified according to ASTM C 1077 and ASTM E 329 to conduct the testing indicated, as documented according to ASTM E 548. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, each aggregate from one source, and each admixture from the same manufacturer. E. ACI Publications: Comply with the following, unless more stringent provisions are indicated: 1. ACI 301, "Specification for Structural Concrete." 2. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." F. Lq2lreinstdation Conference: Conduct conference at Project site to comply with requirements in D4+x�ii�n 1 Section "Project Meetings." L - Retain subparagraph below if warranted b complexity of mix design and quality �:��= Y p Y 9 q Y control of concrete 1V&_ ElIV Y, STORAGE, AND HANDLING A. ;;Oeliverttore, and handle steel reinforcement to prevent bending and damage. e., PART 2 - PRODUCTS 2.1 FORM - FACING MATERIALS A. Smooth - Formed Finished Concrete: Form - facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. 1. Plywood, metal, or other approved panel materials. 2. Exterior -grade plywood panels, suitable for concrete forms, complying with DOC PS 1, and as follows: a. Structural 1, B -B, or better, mill oiled and edge sealed. b. B -B (Concrete Form), Class 1, or better, mill oiled and edge sealed. B. Rough- Formed Finished Concrete: Plywood, lumber, metal, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. March 24, 2010 03300-2 PROJECT #70904 2.2 2.3 2.4 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 03300 — CAST -IN -PLACE CONCRETE C. Form - Release Agent: Commercially formulated form - release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. Formulate form - release agent with rust inhibitor for steel form - facing materials. D. Form Ties: Factory- fabricated, removable or snap -off metal or glass- fiber - reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. 1. Furnish units that will leave no corrodible metal closer than 1 inch (25 mm) to the plane of the exposed concrete surface. STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615/A 615M, Grade 60, deformed., B. Epoxy- Coated Reinforcing Bars: ASTM A 775/A 775M, and as follows: C. Steel Bar Mats: ASTM A 184/A 184M, assembled with clips. 1. Steel Reinforcement: ASTM A 615/A 615M, Grade 60, deformed bars. D. Plain -Steel Wire: ASTM A 82, as drawn. REINFORCEMENT ACCESSORIES A. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. Manufacture bar supports according to CRSI's "Manual of Standard Practice" from steel wire, plastic, or precast concrete or fiber - reinforced concrete of greater compressive strength than concrete, and as follows: 1. For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic - protected or CRSI Class 2 stainless -steel bar supports. 2. For epoxy- coated reinforcement, use epoxy- coated or other dielectric - polymer- coated wire bar supports. 3. For zinc - coated reinforcement, use galvanized wire or dielectric - polymer- coated wire bar supports. CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I. 1. Portland Cement: ASTM C 150, Type 1 /II. B. Normal- Weight Aggregate: ASTM C 33, uniformly graded, and as follows: 1. Class: Negligible weathering region, but not less than 1 N. 2. Nominal Maximum Aggregate Size: 3/4 inch (19 mm). C. Water: Potable and complying with ASTM C 94. March 24, 2010 03300-3 PROJECT #70904 2.5 2.6 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 03300 — CAST -IN -PLACE CONCRETE ADMIXTURES A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water - soluble chloride ions by mass of cementitious material and to be compatible with other admixtures and cementitious materials. Do not use admixtures containing calcium chloride. B. Air - Entraining Admixture: ASTM C 260. C. Water- Reducing Admixture: ASTM C 494, Type A. WATERSTOPS A. Flexible Rubber Waterstops: CE CRD -C 513, for embedding in concrete to prevent passage of fluids through joints. Factory fabricate corners, intersections, and directional changes. 1. Profile: As indicated. B. Flexible PVC Waterstops: CE CRD -C 572, for embedding in concrete to prevent passage of fluids through joints. Factory fabricate corners, intersections, and directional changes. 1. Profile: As indicated. C. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Rubber Waterstops: a. Greenstreak.. ;n ,t. Progress Unlimited Inc. Westec Barrier Technologies; Div. of Western Textile Products, Inc. Williams Products, Inc. ci t �- P/C Waterstops: Greenstreak. Meadows: W. R. Meadows, Inc. c.� Murphy: Paul Murphy Plastics Co. d. Progress Unlimited Inc. e. Sternson Group. f. Tamms Industries Co.; Div. of LaPorte Construction Chemicals North America, Inc. g. Vinylex Corporation. h. Westec Barrier Technologies; Div. of Western Textile Products, Inc. D. Self- Expanding Strip Waterstops: Manufactured rectangular or trapezoidal strip, sodium bentonite or other hydrophylic material for adhesive bonding to concrete. 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: 2. Products: Subject to compliance with requirements, provide one of the following: a. Volclay Waterstop -RX; Colloid Environmental Technologies Co. b. Conseal CS -231; Concrete Sealants Inc. March 24, 2010 03300-4 PROJECT #70904 2.7 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 03300 — CAST -IN -PLACE CONCRETE C. Swellseal Joint; De Neef Construction Chemicals (U.S.) Inc. N d. Hydrotite; Greenstreak. 3,� e. Mirastop; Mirafi Moisture Protection, Div. of Royal Ten Cate. '_A), M. f. Adeka Ultra Seal; Mitsubishi International Corporation. C--.. �. g. Superstop; Progress Unlimited Inc. F -, rj r - j _ RELATED MATERIALS A. Joint - Filler Strips: ASTM D 1751, asphalt- saturated cellulosic fiber, or AS. M D j.,52, cork or self- expanding cork. B. Bonding Agent: ASTM C 1059, Type II, non - redispersible, acrylic emulsion or styrene butadiene. C. Epoxy- Bonding Adhesive: ASTM C 881, two- component epoxy resin, capable of humid curing and bonding to damp surfaces, of class and grade to suit requirements, and as follows: Type: Class II, non -load bearing, for bonding freshly mixed concrete to hardened concrete. 2.8 CONCRETE MIXES A. Prepare design mixes for each type and strength of concrete determined by either laboratory trial mix or field test data bases, as follows: 1. Proportion normal- weight concrete according to ACI 211.1 and ACI 301. 2. Proportion lightweight structural concrete according to ACI 211.2 and ACI 301. B. Use a qualified independent testing agency for preparing and reporting proposed mix designs for the laboratory trial mix basis. C. Slab -on- Grade: Proportion normal- weight concrete mix as follows: 1. Compressive Strength (28 Days): 4000 psi (34.5 MPa). 2. Maximum Slump: 4 inches (125 mm). D. Cementitious Materials: Limit percentage, by weight, of cementitious materials other than portland cement in concrete as follows: E. Maximum Water - Cementitious Materials Ratio: 0.40 for corrosion protection of steel reinforcement in concrete exposed to chlorides from deicing chemicals, salt, saltwater, brackish water, seawater, or spray from these sources. F. Air Content: Add air - entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of 2 to 4 percent, unless otherwise indicated. 1. Air Content: 6 percent for 3/4 -inch- (19 -mm -) nominal maximum aggregate size. G. Do not air entrain concrete to trowel- finished interior floors and suspended slabs. Do not allow entrapped air content to exceed 3 percent. March 24, 2010 03300-5 PROJECT #70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 03300 — CAST -IN -PLACE CONCRETE H. Admixtures: Use admixtures according to manufacturer's written instructions. 1. Use water - reducing admixture or high -range water - reducing admixture (superplasticizer) in concrete, as required, for placement and workability. 2. Use water - reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. 3. Use water - reducing admixture in pumped concrete, concrete for heavy -use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water - cementitious materials ratio below 0.50. 2.9 FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 2.10 CONCRETE MIXING A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94, and furnish batch ticket information. PART 3 - EXECUTION 3.1 JOINTS A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. B. , Consj�uction Joints: Install so strength and appearance of concrete are not impaired, at locatfts indicated or as approved by Architect. r. Lu 6-1. LO-Pace joints perpendicular to main reinforcement. Continue reinforcement across tDnstruction joints, unless otherwise indicated. Do not continue reinforcement through ='~ `sides of strip placements of floors and slabs. Cam. `` -se a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. C. n'Contraction Joints in Slabs -on- Grade: Form weakened -plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one -fourth of concrete thickness, as follows: 1. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint to a radius of 1/8 inch (3 mm). Repeat grooving of contraction joints after applying surface finishes. Eliminate groover tool marks on concrete surfaces. 2. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond- rimmed blades. Cut 1/8 -inch- (3 -mm -) wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. D. Isolation Joints in Slabs -on- Grade: After removing formwork, install joint - filler strips at slab junctions with vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. March 24, 2010 03300-6 PROJECT #70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 03300 — CAST -IN -PLACE CONCRETE 1. Extend joint - filler strips full width and depth of joint, terminating flush with finished concrete surface, unless otherwise indicated. 2. Install joint - filler strips in lengths as long as practicable. Where more than one length is required, lace or clip sections together.' u 3.2 WATERSTOPS A. Flexible Waterstops: Install in construction joints as indicated to - �rrt ar! .eontir us diaphragm. Install in longest lengths practicable. Support and protect e esed- ,waterf# s during progress of Work. Field- fabricate joints in waterstops accordin6_161nnarwfactwr s written instructions. w B. Self- Expanding Strip Waterstops: Install in construction joints and at other`= locations indicated, according to manufacturer's written instructions, bonding or mechanically fastening and firmly pressing into place. Install in longest lengths practicable. 3.3 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. B. Before placing concrete, water may be added at Project site, subject to limitations of ACI 301. C. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as specified. Deposit concrete to avoid segregation. D. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. 1. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. 2. Maintain reinforcement in position on chairs during concrete placement. 3. Screed slab surfaces with a straightedge and strike off to correct elevations. 4. Slope surfaces uniformly to drains where required. 5. Begin initial floating using bull floats or darbies to form a uniform and open - textured surface plane, free of humps or hollows, before excess moisture or bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. E. Hot - Weather Placement: Place concrete according to recommendations in ACI 305R and as follows, when hot - weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature below 90 deg F (32 deg C) at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover steel reinforcement with water - soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. March 24, 2010 03300-7 PROJECT #70904 3.4 3.5 3.6 3.7 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 03300 - CAST -IN -PLACE CONCRETE 3. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. FINISHING FLOORS AND SLABS A. General: Comply with recommendations in ACI 302.1R for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Broom Finish: Apply a broom finish to exterior concrete platforms, steps, and ramps, and elsewhere as indicated. 1. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber- bristle broom perpendicular to main traffic route. Coordinate required final finish with Architect before application. MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other miscellaneous concrete filling indicated or required to complete Work. B. Equipment Bases and Foundations: Provide machine and equipment bases and foundations as shown on Drawings. Set anchor bolts for machines and equipment at correct elevations, complying with diagrams or templates of manufacturer furnishing machines and equipment. CONCRETE PROTECTION 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 recommendations in ACI 305R for hot - weather protection during curing. CONCRETE SURFACE REPAIRS A. Defective Concrete: Repair and patch defective areas when approved by Architect. Remove and replace concrete that cannot be repaired and patched to Architect's approval. L0w I " peir defective areas, except random cracks and single holes 1 inch (25 mm) or less r% &ioJ- ameter, by cutting out and replacing with fresh concrete. Remove defective areas Mclean, square cuts and expose steel reinforcement with at least 3/4 inch (19 mm) cv gle-a-ance all around. Dampen concrete surfaces in contact with patching concrete c._ an"pply bonding agent. Mix patching concrete of same materials and mix as original ,ete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. 2c.; Repair random cracks and single holes 1 inch (25 mm) or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. March 24, 2010 03300-8 PROJECT #70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 03300 — CAST -IN -PLACE CONCRETE B. Perform structural repairs of concrete, subject to Architect's approval, using epoxy adhesive and patching mortar. C. Repair materials and installation not specified above may be used, subject to Architect's approval. 3.8 FIELD QUALITY CONTROL A. Testing Agency: 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. Testing Services: Testing of composite samples of fresh concrete obtained according to ASTM C 172 shall be performed according to the following requirements: 1. Testing Frequency: Obtain one composite sample 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. a. When frequency of testing will provide fewer than five compressive- strength tests for each concrete mix, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 2. Slump: ASTM C 143; one test at point of placement for each composite sample, but not less than one test for each day's pour of each concrete mix. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C 231, pressure method, for normal- weight concrete; ASTM C 173, volumetric method, for structural lightweight concrete; one test for each composite sample, but not less than one test for each day's pour of each concrete mix. 4. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F (4.4 deg C) and below and when 80 deg F (27 deg C) and above, and one test for each composite sample. 5. Compression Test Specimens: ASTM C 31/C 31 M; cast and laboratory cure one set of four standard cylinder specimens for each composite sample. 6. Compressive- Strength Tests: ASTM C 39; test two laboratory-cured specimens at 7 days and two at 28 days. a. Test two field -cured specimens at 7 days and two at 28 days. b. A compressive- strength test shall be the average compressive strength from two specimens obtained from same composite sample and tested ,gt age i Wcated. END OF SECTION 03300 C.) l" March 24, 2010 03300-9 PROJECT #70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 04810 — UNIT MASONRY ASSEMBLIES PART 1 —GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes unit masonry assemblies consisting of the following: 1. Concrete masonry units. n, 2. Reinforcing steel. u 3. Masonry joint reinforcement. r 4. Ties and anchors. 5. Miscellaneous masonry accessories. r B. Related Sections include the following: 1. 03200 Concrete Reinforcements W W. 2. 03300 Cast In Place Concrete 3. 09800 Special Coatings C. Products furnished, but not installed, under this Section include the following: 1. Dovetail slots for masonry anchors, installed under Division 3 Section "Cast -in -Place Concrete." 2. Anchor sections of adjustable masonry anchors for connecting to structural frame, installed under Division 5 Section "Structural Steel." 1.3 DEFINITIONS A. Reinforced Masonry: Masonry containing reinforcing steel in grouted cells. 1.4 PERFORMANCE REQUIREMENTS A. Provide unit masonry that develops the following net -area compressive strengths (fm) at 28 days. Determine compressive strength of masonry from net -area compressive strengths of masonry units and mortar types according to Tables 1 and 2 in ACI 530.1 /ASCE 6/TMS 602 B. Provide unit masonry that develops the following net -area compressive strengths (fm) at 28 days. Determine compressive strength of masonry by testing masonry prisms according to ASTM C 1314 Retain appropriate subparagraphs below with either paragraph above. Retain or revise values in subparagraphs if one value is applicable throughout Project. Retain "as indicated" if values are shown on Drawings. For Concrete Unit Masonry: f'm = 2000 psi (13.8 MPa)] As indicated. March 24, 2010 04810 -1 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 04810 — UNIT MASONRY ASSEMBLIES 1.5 SUBMITTALS A. Product Data: For each different masonry unit, accessory, and other manufactured product specified. B. Material Test Reports: From a qualified testing agency indicating and interpreting test results of the following for compliance with requirements indicated: 1. Each type of masonry unit required. a. Include test results, measurements, and calculations establishing net -area compressive strength of masonry units. 2. Mortar complying with property requirements of ASTM C 270 3. Grout mixes complying with compressive strength requirements of ASTM C 476. Include description of type and proportions of grout ingredients. C. Material Certificates: Signed by manufacturers certifying that each of the following items complies with requirements: 1. Each type of masonry unit required. a. Include size - variation data for brick, verifying that actual range of sizes falls .:° within specified tolerances. Include test data, measurements, and calculations establishing net -area LIJ i>= compressive strength of masonry units. , - 2> _*ach cement product required for mortar and grout, including name of manufacturer, «he °' -:, rand, type, and weight slips at time of delivery. Y 9 p 3. C-Each combination of masonry unit type and mortar type. Include statement of net -area compressive strength of masonry units, mortar type, and net -area compressive strength of masonry determined according to Tables 1 and 2 in ACI 530.1 /ASCE 6 /TMS 602. 4. Each material and grade indicated for reinforcing bars 5. Each type and size of joint reinforcement. 6. Each type and size of anchor, tie, and metal accessory. 1.6 QUALITY ASSURANCE A. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction, qualified according to ASTM C 1093 to conduct the testing indicated, as documented according to ASTM E 548. B. Source Limitations for Masonry Units: Obtain exposed masonry units of a uniform texture and color, or a uniform blend within the ranges accepted for these characteristics, through one source from a single manufacturer for each product required. C. Source Limitations for Mortar Materials: Obtain mortar ingredients of a uniform quality, including color for exposed masonry, from one manufacturer for each cementitious component and from one source or producer for each aggregate. March 24, 2010 04810 -2 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 04810 - UNIT MASONRY ASSEMBLIES 1.7 DELIVERY, STORAGE, AND HANDLING A. Store masonry units on elevated platforms in a dry location. If units are not stored in an enclosed location, cover tops and sides of stacks with waterproof sheeting, securely tied. If units become wet, do not install until they are dry. Protect Type I concrete masonry units from moisture absorption so that, at the time of installation, the moisture content is not more than the maximum allowed at the time of delivery. B. Store cementitious materials on elevated platforms, under cover, and in a dry location. Do not use cementitious materials that have become damp. C. Store aggregates where grading and other required characteristics can be maintained and contamination avoided. D. Deliver preblended, dry mortar mix in moisture - resistant containers designed for lifting and emptying into dispensing silo. Store preblended, dry mortar mix in delivery containers on elevated platforms, under cover, and in a dry location or in a metal dispensing silo with weatherproof cover. E. Store masonry accessories, including metal items, to prevent corrosion and accumulation of dirt and oil. 1.8 PROJECT CONDITIONS A. Do not apply uniform floor or roof loads for at least 12 hours and concentrated loads for at least 3 days after building masonry walls or columns. B. Hot - Weather Requirements: Protect unit masonry work when temperature and humidity conditions produce excessive evaporation of water from mortar and grout. Provide artificial shade and wind breaks and use cooled materials as required. 1. When ambient temperature exceeds 100 deg F (38 deg C), or 90 deg F (32 deg C) with a wind velocity greater than 8 mph (13 km /h), do not spread mortar beds more than 48 inches (1200 mm) ahead of masonry. Set masonry units within orb minute of spreading mortar. 22 PART 2 — PRODUCTS 2.1 CONCRETE MASONRY UNITS -mss+ a ry A. General: Provide shapes indicated and as follows:' = =' 1. Provide square -edged units for outside corners, unless indicated as bullridse. B. Concrete Masonry Units: ASTM C 90 and as follows: Unit Compressive Strength: Provide units with minimum average net -area compressive strength of 2800 psi (19.3 MPa)] March 24, 2010 04810 -3 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 04810 — UNIT MASONRY ASSEMBLIES 2. Weight Classification Normal weight unless otherwise indicated]. 3. Provide Type I, moisture - controlled units. 4. Size (Width): Manufactured to the following dimensions: a. 4 inches (102 mm) nominal; 3 -5/8 inches (92 mm) actual. b. 8 inches (203 mm) nominal; 7 -5/8 inches (194 mm) actual. 5. Exposed Faces: Manufacturer's standard color and texture, unless otherwise indicated. 6. Integral Water Repellent: Provide units made with liquid polymeric, integral water - repellent admixture that does not reduce flexural bond strength. Units made with integral water repellent, when tested as a wall assembly made with mortar containing integral water - repellent manufacturer's mortar additive according to ASTM E 514, with test period extended to 24 hours, show no visible water or leaks on the back of the test specimen. a. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: b. Products: Subject to compliance with requirements, provide one of the following: 1) Block Plus W -10; Addiment Inc. 2) Dry- Block; W. R. Grace & Co., Construction Products Division. 3) Rheopel; Master Builders. 2 M0T �ND GROUT MATERIALS A. Po#,w_d cement: ASTM C 150, Type I or II, except Type III may be used for cold- weather ct�: ccbDftction. Provide natural color or white cement as required to produce mortar color indtCs d. B. Hydrated Lime: ASTM C 207, Type S. C. Portland Cement -Lime Mix: Packaged blend of portland cement complying with ASTM C 150, Type I or Type III, and hydrated lime complying with ASTM C 207. D. Mortar Cement: ASTM C 1329] E. Masonry Cement: ASTM C 91 F. Aggregate for Mortar: ASTM C 144; except for joints less than 1/4 inch (6.5 mm) thick, use aggregate graded with 100 percent passing the No. 16 (1.18 -mm) sieve. White -Mortar Aggregates: Natural white sand or ground white stone. G. Aggregate for Grout: ASTM C 404. H. Water - Repellent Admixture: Liquid water - repellent mortar admixture intended for use with concrete masonry units, containing integral water repellent by same manufacturer. Water: Potable. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: March 24, 2010 04810 -4 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 04810 — UNIT MASONRY ASSEMBLIES 1. Water - Repellent Admixture: a. Mortar Tite; Addiment Inc. b. Dry-Block Mortar Admixture; W. R. Grace & Co., Construction Products Division. C. Rheopel; Master Builders. 2.3 REINFORCING STEEL A. Uncoated Steel Reinforcing Bars: ASTM A 615/A 615M; ASTM A 616/A 616M, including Supplement 1; or ASTM A 617/A 617M, Grade 60 2.4 MASONRY JOINT REINFORCEMENT r-� CD A. General: ASTM A 951 and as follows: ca ..�.. 1. Mill galvanized, carbon -steel wire for interior walls.'`' �{ :7) B. For single -wythe masonry, provide either ladder or truss type with single -fi r of --$,jde rVdA and cross rods spaced not more than 16 inches (407 mm) o.c. 2.5 TIES AND ANCHORS, GENERAL' u° e A. General: Provide ties and anchors, specified in subsequent articles, made from materials that comply with this Article, unless otherwise indicated. B. Mill Galvanized Carbon -Steel Wire: ASTM A 82; with ASTM A 641 (ASTM A 641 M), Class 1 coating. C. Hot -Dip Galvanized Carbon -Steel Wire: ASTM A 82; with ASTM A 153, Class B -2 coating. 2.6 BENT WIRE TIES A. General: Rectangular units with closed ends and not less than 4 inches (100 mm) wide. Z- shaped ties with ends bent 90 degrees to provide hooks not less than 2 inches (50 mm) long may be used for masonry constructed from solid units or hollow units laid with cells horizontal. Where coursing between wythes does not align, use adjustable ties composed of 2 parts; 1 with pintles, the other with eyes; with maximum misalignment of 1 -1/4 inches (32 mm). 2. Where wythes are of different materials, use adjustable ties composed of 2 parts; 1 with pintles, the other with eyes; with maximum misalignment of 1 -1/4 inches (32 mm). B. Wire: Fabricate from 1/4 -inch- (6.4 -mm -) diameter, hot -dip galvanized steel March 24, 2010 04810 -5 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 04810 - UNIT MASONRY ASSEMBLIES 2.7 MISCELLANEOUS ANCHORS A. Unit Type Inserts in Concrete: Cast -iron or malleable -iron inserts of type and size indicated. B. Dovetail Slots: Furnish dovetail slots with filler strips, of slot size indicated, fabricated from 0.0336 -inch (0.85 -mm), galvanized steel sheet. C. Anchor Bolts: Steel bolts complying with ASTM A 307, Grade A (ASTM F 568, Property Class 4.6); with ASTM A 563 (ASTM A 563M) hex nuts and, where indicated, flat washers; hot -dip galvanized to comply with ASTM A 153, Class C; of diameter and length indicated and in the following configurations: 1. Headed bolts. 2. Nonheaded bolts, bent in manner indicated. D. Postinstalled Anchors: Anchors as described below, with capability to sustain, without failure, load imposed within factors of safety indicated, as determined by testing per ASTM E 488, conducted by a qualified independent testing agency. 1. Type: Chemical anchors. 2. Type: Expansion anchors. v' 3. Type: Undercut anchors. Corrosion Protection: Carbon -steel components zinc plated to comply with ASTM B 633, Class Fe /Zn 5 (5 microns) for Class SC 1 service condition (mild). LU 54' ° "�. For Postinstalled Anchors in Concrete: Capability to sustain, without failure, a load equal to four times the loads imposed. -W �: °• For Postinstalled Anchors in Grouted Masonry Units: Capability to sustain, without a, failure, a load equal to six times the loads imposed. 2.8 04CELLANEOUS MASONRY ACCESSORIES A. Compressible Filler: Premolded filler strips complying with ASTM D 1056, Grade 2A1; compressible up to 35 percent; of width and thickness indicated; formulated from neoprene urethane or PVC. B. Preformed Control -Joint Gaskets: Material as indicated below, designed to fit standard sash block and to maintain lateral stability in masonry wall; size and configuration as indicated. 1. Styrene- Butadiene - Rubber Compound: ASTM D 2000, Designation M2AA -805. 2. PVC: ASTM D 2287, Type PVC - 65406. C. Bond - Breaker Strips: Asphalt- saturated, organic roofing felt complying with ASTM D 226, Type I (No. 15 asphalt felt). D. Round Plastic Weep/Vent Tubing: Medium - density polyethylene, 3/8 -inch (9 -mm) OD by 4 inches (100 mm) long. March 24, 2010 04810 -6 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 04810 — UNIT MASONRY ASSEMBLIES E. Reinforcing Bar Positioners: Wire units designed to fit into mortar bed joints spanning masonry unit cells with loops for holding reinforcing bars in center of cells. Units are formed from [ 1. Provide units with either two loops or four loops as needed for number of bars indicated. F. Available Products: Subject to compliance with requirements, cavity drainage materials that may be incorporated into the Work include, but are not limited to, the following: w 1. Reinforcing Bar Positioners: c7 -? � r e a. D/A 811; Dur -O -WaI, Inc. b. D/A 816; Dur -O -WaI, Inc. r a- c. No. 376 Rebar Positioner; Heckman Building Products, Inc. d. #RB Rebar Positioner; Hohmann & Barnard, Inc. e. RB -Twin Rebar Positioner; Hohmann & Barnard, Inc. =yR�� f. Double O -Ring Rebar Positioner; Masonry Reinforcing Corporation of-America. g. O -Ring Rebar Positioner; Masonry Reinforcing Corporation of Ameri ci 2.9 MORTAR AND GROUT MIXES A. General: Do not use admixtures, including pigments, air - entraining agents, accelerators, retarders, water - repellent agents, antifreeze compounds, or other admixtures, unless otherwise indicated. 1. Do not use calcium chloride in mortar or grout. 2. Add cold- weather admixture (if used) at the same rate for all mortar, regardless of weather conditions, to ensure that mortar color is consistent. B. Preblended, Dry Mortar Mix: Furnish dry mortar ingredients in the form of a preblended mix. Measure quantities by weight to ensure accurate proportions, and thoroughly blend ingredients before delivering to Project site. C. Mortar for Unit Masonry: Comply with ASTM C 270 Proportion Specification. D. Mortar for Unit Masonry: Comply with ASTM C 270 Property Specification 1. Extended -Life Mortar for Unit Masonry: Mortar complying with ASTM C 1142 may be used instead of mortar specified above, at Contractor's option. 2. Limit cementitious materials in mortar to portland cement, mortar cement, and lime. 3. Limit cementitious materials in mortar for reinforced masonry to portland cement, mortar cement, and lime. 4. For reinforced masonry and where indicated, use Type S or RS load- bearing and non -load- bearing walls and for other applications where another type is not indicated, use Type N or RN. E. Grout for Unit Masonry: Comply with ASTM C 476. March 24, 2010 04810 -7 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 04810 — UNIT MASONRY ASSEMBLIES 1. Use grout of type indicated or, if not otherwise indicated, of type (fine or coarse) that will comply with Table 5 of ACI 530.1 /ASCE 6/TMS 602 for dimensions of grout spaces and pour height. 2. Provide grout with a slump of 8 to 11 inches (200 to 280 mm) as measured according to ASTM C 143. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance. 1. For the record, prepare written report, endorsed by Installer, listing conditions detrimental to performance. 2. Verify that reinforcing dowels are properly placed. 3. Proceed with installation only after unsatisfactory conditions have been corrected. B. Before installation, examine rough -in and built -in construction to verify actual locations of piping connections. 3.2 INSTALLATION, GENERAL to .� A: T ;_ ness: Build cavity and composite walls and other masonry construction to the full "Mess shown. Build single -wythe walls to the actual widths of masonry units, using itCof widths indicated. B! W-4vb openings for equipment to be installed before completing masonry. After installing F -ment, complete masonry to match the construction immediately adjacent to the op g. C°" Cut masonry units with motor - driven saws to provide clean, sharp, unchipped edges. Cut units as required to provide a continuous pattern and to fit adjoining construction. Where possible, use full -size units without cutting. Allow units cut with water - cooled saws to dry before placing, unless wetting of units is specified. Install cut units with cut surfaces and, where possible, cut edges concealed. 3.3 CONSTRUCTION TOLERANCES A. Comply with tolerances in ACI 530.1 /ASCE 6/TMS 602 and the following: For conspicuous vertical lines, such as external corners, door jambs, reveals, and expansion and control joints, do not vary from plumb by more than 1/4 inch in 20 feet (6 mm in 6 m), nor 1/2 inch (12 mm) maximum. 2. For exposed bed joints, do not vary from thickness indicated by more than plus or minus 1/8 inch (3 mm), with a maximum thickness limited to 1/2 inch (12 mm). Do not vary from bed -joint thickness of adjacent courses by more than 1/8 inch (3 mm). March 24, 2010 04810 -8 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 04810 — UNIT MASONRY ASSEMBLIES 3. For exposed head joints, do not vary from thickness indicated by more than plus or minus 1/8 inch (3 mm). Do not vary from adjacent bed -joint and head -joint thicknesses by more than 1/8 inch (3 mm). 3.4 LAYING MASONRY WALLS A. Lay out walls in advance for accurate spacing of surface bond patterns with uniform joint thicknesses and for accurate location of openings, movement -type joints, returns, and offsets. Avoid using less- than - half -size units, particularly at corners, jambs, and, where possible, at other locations. B. Bond Pattern for Exposed Masonry: Lay exposed masonry in the following bond pattern; do not use units with less than nominal 4 -inch (100 -mm) horizontal face dimensions at corners or jambs. 1. One -half running bond with vertical joint in each course centered on units in courses above and below. C. Stopping and Resuming Work: In each course, rack back one - half -unit length for one -half running bond or one - third -unit length for one -third running bond; do not tooth. Clean exposed surfaces of set masonry, wet clay masonry units lightly if required, and remove loose masonry units and mortar before laying fresh masonry. r.� D. Fill cores in hollow concrete masonry units with grout 24 inches (600 mq undew-- fearing plates, beams, lintels, posts, and similar items, unless otherwise indicali m 3.5 MASONRY JOINT REINFORCEMENT C) =? _" A. General: Provide continuous masonry joint reinforcement as indicated ;; hRall-entire length of longitudinal side rods in mortar with a minimum cover of 5/8 ikh (16 t ijm) on exterior side of walls, 1/2 inch (13 mm) elsewhere. Lap reinforcement a minimbffi of 6 inches (150 mm). 1. Space reinforcement not more than 16 inches (406 mm) o.c. 2. Space reinforcement not more than 8 inches (203 mm) o.c. in foundation walls and parapet walls. 3. Provide reinforcement not more than 8 inches (203 mm) above and below wall openings and extending 12 inches (305 mm) beyond openings. a. Reinforcement above is in addition to continuous reinforcement. B. Cut or interrupt joint reinforcement at control and expansion joints, unless otherwise indicated. C. Provide continuity at corners and wall intersections by using prefabricated "L" and "T" sections. Cut and bend reinforcing units as directed by manufacturer for continuity at returns, offsets, column fireproofing, pipe enclosures, and other special conditions. March 24, 2010 04810 -9 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 04810 —UNIT MASONRY ASSEMBLIES 3.6 ANCHORING MASONRY TO STRUCTURAL MEMBERS A. Anchor masonry to structural members where masonry abuts or faces structural members to comply with the following: 1. Provide an open space not less than 1 inch (25 mm) in width between masonry and structural member, unless otherwise indicated. Keep open space free of mortar or other rigid materials. 2. Anchor masonry to structural members with flexible anchors embedded in masonry joints and attached to structure. 3.7 FLASHING, WEEP HOLES, AND VENTS A. General: Install embedded flashing and weep holes in masonry at shelf angles, lintels, ledges, other obstructions to downward flow of water in wall, and where indicated. B. Prepare masonry surfaces so they are smooth and free from projections that could puncture flashing. Unless otherwise indicated, place through -wall flashing on sloping bed of mortar and cover with mortar. Before covering with mortar, seal penetrations in flashing with adhesive, sealant, or tape as recommended by flashing manufacturer. C. Install weep holes in the head joints in exterior wythes of the first course of masonry immediately above embedded flashing and as follows: 1. Use rectangular plastic tubing to form weep holes. 2. Space weep holes 24 inches (600 mm) o.c. 3.8 LREINF6kCED UNIT MASONRY INSTALLATION UJ temporary Formwork and Shores: Construct formwork and shores to support reinforced bh Nnry elements during construction. �. L:. Construct formwork to conform to shape, line, and dimensions shown. Make it U__ - sufficiently tight to prevent leakage of mortar and grout. Brace, tie, and support forms to maintain position and shape during construction and curing of reinforced N masonry. 2. Do not remove forms and shores until reinforced masonry members have hardened sufficiently to carry their own weight and other temporary loads that may be placed on them during construction. B. Placing Reinforcement: Comply with requirements of ACI 530.1 /ASCE 6/TMS 602 Grouting: Do not place grout until entire height of masonry to be grouted has attained sufficient strength to resist grout pressure. 1. Comply with requirements of ACI 530.1 /ASCE 6/TMS 602 for cleanouts and for grout placement, including minimum grout space and maximum pour height. March 24, 2010 04810 -10 Project 70904 3.9 3.10 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 04810 — UNIT MASONRY ASSEMBLIES REPAIRING, POINTING, AND CLEANING A. Remove and replace masonry units that are loose, chipped, broken, stained, or otherwise damaged or that do not match adjoining units. Install new units to match adjoining units; install in fresh mortar, pointed to eliminate evidence of replacement. B. Pointing: During the tooling of joints, enlarge voids and holes, except weep holes, and completely fill with mortar. Point up joints, including corners, openings, and adjacent construction, to provide a neat, uniform appearance. Prepare joints for sealant application. C. In- Progress Cleaning: Clean unit masonry as work progresses by dry brushing to remove mortar fins and smears before tooling joints. D. Final Cleaning: After mortar is thoroughly set and cured, clean exposed masonry as follows: 1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels. 2. Test cleaning methods on sample wall panel; leave one -half of panel uncleaned for comparison purposes. Obtain Architect's approval of sample cleaning before proceeding with cleaning of masonry. 3. Protect adjacent stone and nonmasonry surfaces from contact with cleaner by covering them with liquid strippable masking agent, polyethylene film, or waterproof masking tape. 4. Wet wall surfaces with water before applying cleaners; remove cleaners promptly by rinsing the surfaces thoroughly with clear water. 5. Clean brick by the bucket - and -brush hand - cleaning method described in BIA Technical Notes No. 20, using job -mixed detergent solution. 6. Clean masonry with a proprietary acidic cleaner applied according to manufacturer's written instructions. 7. Clean concrete masonry by cleaning method indicated in NCMA TEK 8 -2 applicable to type of stain on exposed surfaces. 8. Clean limestone units to comply with recommendations in the Indiana Limestone Institute of America's "Indiana Limestone Handbook." MASONRY WASTE DISPOSAL A. Unless otherwise indicated, excess masonry materials are Contractor's property. At completion of unit masonry work, remove from Project site. END OF SECTION 04810 March 24, 2010 04810 -11 Project 70904 Z75 u �1 March 24, 2010 04810 -11 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 05120 STRUCTURAL STEEL N PART 1 —GENERAL -71 1.1 RELATED DOCUMENTS - - A. Drawings and general provisions of the Contract, including General and upplegwntary Conditions and Division 1 Specification Sections, apply to this Section. c.) I 1.2 SUMMARY A. This Section includes structural steel. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Quality Control' for independent testing agency procedures and administrative requirements. 2. Division 9 Section "Special Coatings" for surface preparation and priming requirements. 3. Division 9 Section "Painting" for surface preparation and priming requirements. 1.3 PERFORMANCE REQUIREMENTS A. Structural Performance: Engineer structural steel connections required by the Contract Documents to be selected or completed by the fabricator to withstand design loadings indicated. B. Engineering Responsibility: Engage a fabricator who utilizes a qualified professional engineer to prepare calculations, Shop Drawings, and other structural data for structural steel connections. 1.4 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. B. Product Data for each type of product specified. C. Shop Drawings detailing fabrication of structural steel components. 1. Include details of cuts, connections, splices, camber, holes, and other pertinent data. 2. Indicate welds by standard AWS symbols, distinguishing between shop and field welds, and show size, length, and type of each weld. 3. Indicate type, size, and length of bolts, distinguishing between shop and field bolts. Identify high- strength bolted slip - critical, direct - tension, or tensioned shear /bearing connections. 4. Include Shop Drawings signed and sealed by a qualified professional engineer responsible for their preparation. March 24, 2010 05120 -1 Project #70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 05120 STRUCTURAL STEEL 1.5 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced Installer who has completed structural steel work similar in material, design, and extent to that indicated for this Project and with a record of successful in- service performance. B. Fabricator Qualifications: Engage a firm experienced in fabricating structural steel similar to that indicated for this Project and with a record of successful in- service performance, as well as sufficient production capacity to fabricate structural steel without delaying the Work. Fabricator must participate in the AISC Quality Certification Program and be designated an AISC- Certified Plant as follows: a. Category I, conventional steel structures. b. Fabricator shall be registered with and approved by authorities having jurisdiction. -C. Comply with applicable provisions of the following specifications and documents: D. Professional Engineer Qualificaations: A professional engineer who is leagally authorized to practice in the jurisdiction wher Project is located and wh is experienced in providing engineering services of the kind indicated. Engineering services are defined as those performed for projects with structural steel framing that are similar to that indicated for this Projeact in material, design and extent. E. Welding Standards: Comply with applicable provisions of AWS D1.1 "Structural Welding Code -- Steel." Present evidence that each welder has satisfactorily passed AWS qualification tests for welding processes involved and, if pertinent, has undergone recertification. F. Preinstallation Conference: Conduct conference at Project site to comply with requirements of Division 1 Section "Project Meetings." March 24, 2010 05120 -2 Project #70904 LO =- :A AISC's "Specification for Structural Steel Buildings -- Allowable Stress Design and LO a Plastic Design." AISC's "Load and Resistance Factor Design (LFRD) Specification for Structural Steel Buildings." AISC's "Specification for Allowable Stress Design of Single -Angle Members." AISC's "Specification for Load and Resistance Factor Design of Single -Angle Members." N 5. ASTM A 6 (ASTM A 6M) "Specification for General Requirements for Rolled Steel Plates, Shapes, Sheet Piling, and Bars for Structural Use." 6. Research Council on Structural Connections' (RCSC) "Specification for Structural Joints Using ASTM A 325 or A 490 Bolts." 7. Research Council on Structural Connections' (RCSC) "Load and Resistance Factor Design Specification for Structural Joints Using ASTM A 325 or A 490 Bolts." D. Professional Engineer Qualificaations: A professional engineer who is leagally authorized to practice in the jurisdiction wher Project is located and wh is experienced in providing engineering services of the kind indicated. Engineering services are defined as those performed for projects with structural steel framing that are similar to that indicated for this Projeact in material, design and extent. E. Welding Standards: Comply with applicable provisions of AWS D1.1 "Structural Welding Code -- Steel." Present evidence that each welder has satisfactorily passed AWS qualification tests for welding processes involved and, if pertinent, has undergone recertification. F. Preinstallation Conference: Conduct conference at Project site to comply with requirements of Division 1 Section "Project Meetings." March 24, 2010 05120 -2 Project #70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 05120 STRUCTURAL STEEL 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver structural steel to Project site in such quantities and at such times to ensure continuity of installation. B. Store materials to permit easy access for inspection and identification. Keep steel members off ground by using pallets, platforms, or other supports. Protect steel members and packaged materials from erosion and deterioration. Store fasteners in a protected place. Clean and relubricate bolts and nuts that become dry or rusty before use. Do not store materials on structure in a manner that might cause distortion or damage to members or supporting structures. Repair or replace damaged materials or structures as directed. 1.7 SEQUENCING A. Supply anchorage items to be embedded in or attached to other construction without delaying the Work. Provide setting diagrams, templates, instructions, and directions, as required, for installation. PART 2 - PRODUCTS 2.1 MATERIALS A. Structural Steel Shapes, Plates, and Bars: As follows: -?�� 1. Carbon Steel: ASTM A 36 ,-) ►�' B. High- Strength Steel Castings: ASTM A 148, Grade 80 -50- „ -' C. Anchor Rods, Bolts, Nuts, and Washers: As follows: w Crl 1. Unheaded Rods: ASTM A 36 2. Unheaded Rods: ASTM A 572, Grade 50 Unheaded Bolts: ASTM A 687, high strength. 3. Headed Bolts: ASTM A 307, Grade A; carbon - steel, hex -head bolts; and carbon - steel nuts. 4. Headed Bolts: ASTM A 325, Type 1, heavy hex steel structural bolts and heavy hex carbon -steel nuts. 5. Headed Bolts: ASTM A 490 , Type 1, heavy hex steel structural bolts and heavy hex carbon -steel nuts. 6. Washers: ASTM A 36 D. High- Strength Bolts, Nuts, and Washers: ASTM A 325 Type 1, heavy hex steel structural bolts, heavy hex carbon -steel nuts, and hardened carbon -steel washers. Finish: Hot -dip zinc - coating, ASTM A 153, Class C. March 24, 2010 05120 -3 Project #70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 05120 STRUCTURAL STEEL E. Direct - Tension Indicators: ASTM F 959, Type 325. 1. Finish: Mechanically deposited zinc - coating, ASTM B 695, Class 50. F. Welding Electrodes: Comply with AWS requirements. 2.2 PRIMER A. Primer: Fast - curing, lead- and chromate -free, universal modified -alkyd primer with good resistance to normal atmospheric conditions, complying with performance requirements of FS -TT -P -664 2.3 GROUT A. Cement Grout: Portland cement, ASTM C 150, Type I; and clean, natural sand, ASTM C 404, Size No. 2. Mix at ratio of 1 part cement to 2 -1/2 parts sand, by volume, with minimum water required for placement and hydration. B_;_ Nonmetallic, Shrinkage- Resistant Grout: Premixed, nonmetallic, noncorrosive, u-) noWaining grout containing selected silica sands, portland cement, shrinkage smpensating agents, plasticizing and water - reducing agents, complying with R ' �11 C 1107, of consistency suitable for application, and a 30- minute working time. 2.4 F�BR , ION A P hate and assemble structural steel in shop to greatest extent possible. Fabricate struWDral steel according to AISC specifications referenced in this Section and in Shop Drawings. 1. Camber structural steel members where indicated. 2. Identify high- strength structural steel according to ASTM A 6 and maintain markings until steel has been erected. 3. Mark and match -mark materials for field assembly. 4. Fabricate for delivery a sequence that will expedite erection and minimize field handling of structural steel. 5. Complete structural steel assemblies, including welding of units, before starting shop - priming operations. 6. Comply with fabrication tolerance limits of AISC's "Code of Standard Practice for Steel Buildings and Bridges" for structural steel. B. Thermal Cutting: Perform thermal cutting by machine to greatest extent possible. Plane thermally cut edges to be welded. C. Finishing: Accurately mill ends of columns and other members transmitting loads in bearing. D. Shear Connectors: Prepare steel surfaces as recommended by manufacturer of shear connectors. Use automatic end welding of headed -stud shear connectors according to AWS D1.1 and manufacturer's printed instructions. March 24, 2010 05120 -4 Project #70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 05120 STRUCTURAL STEEL 2.5 SHOP PRIMING A. Shop prime steel surfaces, except the following: 1. Surfaces embedded in concrete or mortar. Extend priming of partially embedded members to a depth of 2 inches (50 mm). 2. Surfaces to be field welded. 3. Surfaces to be high- strength bolted. B. Surface Preparation: Clean surfaces to be painted. Remove loose rust, loose mill scale, and spatter, slag, or flux deposits. Prepare surfaces according to SSPC specifications as follows: 1. SSPC -SP 2 "Hand Tool Cleaning." 2. SSPC -SP 3 "Power Tool Cleaning." 3. SSPC -SP 8 "Pickling. "` 3 4. SSPC -SP 10 "Near -White Blast Cleaning." C. Priming: Immediately after surface preparation, apply primer accordinof manufacturer's instructions and at rate recommended by SSPC to provide a dry film thickness not less than 1.5 mils (0.038 mm). Use priming methods that result in full coverage of joints, corners, edges, and exposed surfaces. 1. Stripe paint corners, crevices, bolts, welds, and sharp edges. 2. Apply 2 coats of shop paint to inaccessible surfaces after assembly or erection. Change color of second coat to distinguish it from first. D. Painting: Field paint all structural steel components per Section 09800 Special Coatings 2.6 SOURCE QUALITY CONTROL A. Correct deficiencies in or remove and replace structural steel that inspections and test reports indicate do not comply with specified requirements. B. Additional testing, at Contractor's expense, will be performed to determine compliance of corrected Work with specified requirements. C. Shop - bolted connections will be tested and inspected according to RCSC's "Load and Resistance Factor Design Specification for Structural Joints Using ASTM A 325 or A 490 Bolts." Direct - tension indicator gaps will be verified to comply with ASTM F 959, Table 2. D. In addition to visual inspection, shop - welded connections may be inspected and tested according to AWS D1.1 and the inspection procedures listed below, at testing agency's option. 1. Liquid Penetrant Inspection: ASTM E 165 March 24, 2010 05120 -5 Project #70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 05120 STRUCTURAL STEEL PART 3 — EXECUTION 3.1 EXAMINATION A. Before erection proceeds, and with the steel erector present, verify elevations of concrete and masonry bearing surfaces and locations of anchorages for compliance with requirements B. Do not proceed with erection until unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Provide temporary shores, guys, braces, and other supports during erection to keep structural steel secure, plumb, and in alignment against temporary construction loads and loads equal in intensity to design loads. Remove temporary supports when permanent structural steel, connections, and bracing are in place, unless otherwise indicated. B. Do not remove temporary shoring supporting composite deck construction until cast -in- place concrete has attained its design compressive strength. U-) 41, 3 EIECTc -iLR LIJC— LU . . Asv Sbttlructural steel accurately in locations and to elevations indicated and according to -�& rI A�O-Ispecifications referenced in this Section. .0 BL= Ba nd Bearing Plates: Clean concrete and masonry bearing surfaces of bond - reducing materials and roughen surfaces prior to setting base and bearing plates. Clean bottom surface of base and bearing plates. 1. Set base and bearing plates for structural members on wedges, shims, or setting nuts as required. 2. Tighten anchor bolts after supported members have been positioned and plumbed. Do not remove wedges or shims but, if protruding, cut off flush with edge of base or bearing plate prior to packing with grout. 3. Pack grout solidly between bearing surfaces and plates so no voids remain. Finish exposed surfaces, protect installed materials, and allow to cure. a. Comply with manufacturer's instructions for proprietary grout materials. C. Maintain erection tolerances of structural steel within AISC's "Code of Standard Practice for Steel uildings and Bridges." D. Align and adjust various members forming part of complete frame or structure before permanently fastening. Before assembly, clean bearing surfaces and other surfaces that will be in permanent contact. Perform necessary adjustments to compensate for discrepancies in elevations and alignment. 1. Level and plumb individual members of structure. 2. Do not splice members unless indicated. March 24, 2010 05120 -6 Project #70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 05120 STRUCTURAL STEEL Do not enlarge unfair holes in members by burning or by using drift pins. Ream holes that must be enlarged to admit bolts. 3.4 FIELD CONNECTIONS A. Install and tighten nonhigh- strength bolts, except where high- strength bolts are indicated. B. Install and tighten high- strength bolts according to RCSC's "Load and Resistance Factor 1. Bolts: ASTM A 325 high- strength bolts, unless otherwise indicated. 2. Connection Type: Snug tightened, unless indicated as slip - critical, direct - tension, or tensioned shear /bearing connections. C. Weld Connections: Comply with AWS D1.1 for procedures, appearance and quality of welds, and methods used in correcting welding work. 1. Comply with AISC specifications referenced in this Section for bearing, adequacy of temporary connections, alignment, and removal of paint on surfaces adjacent to field welds. 2. Assemble and weld built -up sections by methods that will maintain true alignment of axes without warp. 3.5 FIELD QUALITY CONTROL A. Correct deficiencies in or remove and replace structural steel that inspections and test reports indicate do not comply with specified requirements. B. Additional testing, at Contractor's expense, will be performed to determine compliance of corrected Work with specified requirements. C. In addition to visual inspection, field - welded connections will be inspected and tested according to AWS D1.1 and the inspection procedures listed below, at testing agqncy's option. - E2 CD _ 1. Liquid Penetrant Inspection: ASTM E 165. Or such methods deemioe sary by the testing engineer. 3.6 CLEANING fnrl A. Touchup Painting: Cleaning and touchup painting of field welds, bolted 6nnedTk a abraded areas of shop paint on structural steel are included in Division 9 Secti�q "Special Coatings" B. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and apply galvanizing repair paint according to ASTM A 780. END OF SECTION 05120 March 24, 2010 05120 -7 Project #70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 09800 - SPECIAL COATINGS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes applying special coating systems to items and surfaces scheduled, including surface preparation, prime coats, and topcoats. B. Types of special coating systems required for the Project include the f ing�:-: -TJ 1. Special coatings for interior use include the following: C-7 - °71 �1 a. Two - component, high - performance, polyamide -epoxy coating= `-n 1.3 SUBMITTALS �- A. General: Submit the following according to Conditions of the Contract and Division 1 Specification Sections. B. Product data for each coating system specified, including block fillers and primers. 1. Provide the manufacturer's technical information, including label analysis and instructions for handling, storing, and applying each material proposed for use. 2. List each material and cross - reference the specific coating, finish system, and application. Identify each material by the manufacturer's catalog number and general classification. 3. Certification by the manufacturer that products supplied comply with local regulations controlling use of volatile organic compounds (VOCs). C. Samples for initial color selection in the form of manufacturer's color charts. After color selection, the Architect will furnish color chips for surfaces to be coated. a. Submit samples for the Architect's review of color and texture only. 1.4 QUALITY ASSURANCE A. Applicator Qualifications: Engage an experienced applicator who has successfully completed coating system applications similar in material and extent to those indicated for the Project. B. Single- Source Responsibility: Provide primers and undercoat material produced by the same manufacturer as the finish coats for each type of coating. Use only thinners recommended by the manufacturer and only within recommended limits. March 24, 2010 09800 -1 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 09800 - SPECIAL COATINGS 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to the job site in the manufacturer's original, new, unopened packages, and containers bearing manufacturer's name and label, and the following information: 1. Name or title of material. 2. Product description (generic classification or binder type). 3. Manufacturer's name, stock number and date of manufacture. 4. Contents by volume, for major pigment and vehicle constituents. 5. Thinning instructions. 6. Application instructions. 7. Color name and number. 8. Handling instructions and precautions. 0 B. to Store0aterials not in use in tightly covered containers in a well - ventilated area at a m '"m ambient temperature of 45 deg F (7 deg C). Maintain containers used in �st� in a clean condition, free of foreign materials and residue. UJ �>- cif. ��ep storage area neat and orderly. Remove oily rags and waste daily. Take Wcessary measures to ensure that workers and work areas are protected from fire U GQd health hazards resulting from handling, mixing, and applying the coatings. 1.6 PR(QECT CONDITIONS A. Apply coatings only when the temperature of surfaces to be coated and surrounding air temperatures are between 45 deg F (7 deg C) and 95 deg F (35 deg C). B. Do not apply coatings when the relative humidity exceeds 85 percent; at temperatures less than 5 F deg (3 C deg) above the dew point; or to damp or wet surfaces. 1. Allow wet surfaces to dry thoroughly and attain the temperature and conditions specified before proceeding with or continuing the coating operation. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated in the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products of one of the following: 1. Carboline Company (Carboln). 2. Devoe and Raynolds Company (Devoe). 3. The Glidden Company (Glidden). 4. Benjamin Moore and Company (Moore). 5. Porter International (Porter). 6. PPG Industries, Pittsburgh Paints (PPG). March 24, 2010 09800 -2 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 09800 — SPECIAL COATINGS 7. Rust -Oleum Corporation (R -O). 8. Sherwin- Williams Company (S -W). 9. Tnemec Company, Inc. ( Tnemec). 2.2 SPECIAL COATING MATERIALS, GENERAL A. Material Compatibility: Provide block fillers, primers, finish coat material, and elated materials that are compatible with one another and the substrates indicated under conditions of service and application as demonstrated by the manufacturer based on testing and field experience. B. Material Quality: Provide the highest grade of the various coatings as regularly manufactured by acceptable coating manufacturers. Materials not displaying manufacturer's identification as a best - grade product will not be acceptable. Proprietary Names: Use of manufacturer's proprietary product names to designate colors or materials are not intended to imply that products named are required to be used to the exclusion of equivalent products of other manufacturers. Furnish the manufacturer's material data and certificates of performance for proposed substitutions. C. Colors: Provide color selections made by the Architect from the manufacturer's full range of standard colors. 2.3 MASONRY -BLOCK FILLERS A. Masonry Block Fillers: Provide the manufacturer's recommended factory- formulated concrete masonry block fillers that are compatible with the finish materials indicated. B. Available Products: Subject to compliance with requirements, block fillers that may be incorporated in the Work include, but are not limited to: C. Products: Subject to compliance with requirements, provide one of the following: Block Fillers under Two - Component, High - Performance, Polyamide -Epoxy Coatings: a. Tnemec: Series 218 MortarClad. 2.4 BOND COAT MATERIALS A. Bond Coat Materials: Provide the manufacturer's recommended factory- formulated bond coat materials that are compatible with the finish materials indicated. 2.5 PRIMERS AND SEALERS A. Primer /Sealers: Provide the manufacturer's recommended factory- formulated primer /sealers that are compatible with the substrate and finish materials indicated. B. Available Products: Subject to compliance with requirements, primer /sealers that may be incorporated in the Work include, but are not limited to: March 24, 2010 09800 -3 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 09800 — SPECIAL COATINGS C. Products: Subject to compliance with requirements, provide one of the following: 1. Metal Primers under Two - Component, High- Performance, Polyamide -Epoxy Coatings: a. Tnemec: N69 Hi -Build Epoxoline Primer. 2. Concrete and CMU Primers under Two - Component, High - Performance, Polyamide- Epoxy Coatings: a. Tnemec: Series 218. 2.6 INTERIOR FINISH -COAT MATERIALS A. Interior Finish -Coat Materials: Provide the manufacturer's recommended factory- formulated, interior, finish -coat materials. B. Available Products: Subject to compliance with requirements, interior finish coat materials that may be incorporated in the Work include, but are not limited to: 1. High - Performance, Polyamide -Epoxy Coating: 2. Tnemec: Series 161 Hi -Build Epoxoline. PART 3 — EXECUTION 3.1 EXAMINATION A(:D Examine substrates and conditions under which coatings will be applied for compliance V) with:*quirements on applying coatings. Surfaces to receive coatings must be thoroughly dr gfore coatings are applied. U N 1. Z; . o not proceed with coating application until unsatisfactory conditions have been >-s vrrected. c2. +„ - 4tart of application will be construed as the Applicator's acceptance of surfaces hin that particular area. B. =oordinating Work: Review sections in which other coatings are provided to ensure compatibility of the total systems for various substrates. On request, furnish information on the characteristics of specified finish materials to ensure compatible primers. 1. Notify the Engineer of problems anticipated using the coatings specified over substrates primed by others. 3.2 PREPARATION A. General: Remove hardware and hardware accessories, plates, machined surfaces, and similar items already in place that are not to be coated, or provide surface - applied protection prior to surface preparation and coating. Remove these items, if necessary, to completely coat the items and adjacent surfaces. Following the coating operations in each space or area, have removed items reinstalled by workers skilled in the trades involved. March 24, 2010 09800 -4 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 09800 — SPECIAL COATINGS B. Cleaning: Before applying coatings or other surface treatments, clean the substrates of substances that could impair bond of the various coatings. Remove oil and grease prior to cleaning. Schedule cleaning and coating application so dust and other contaminates from the cleaning process will not fall on wet, newly coated surfaces. C. Surface Preparation: Clean and prepare surfaces to be coated according to the manufacturer's instructions for each particular substrate condition and as specified. Provide barrier coats over incompatible primers, or remove and reprime. Notify the Architect in writing of problems anticipated when using the specified finish -coat material with substrates primed by others. All oil and grease shall be removed from the surface prior to blast cleaning. All concrete surfaces shall be blast cleaned in accordance with the Steel Structures Painting Council's Specification SP -13 / ICRI CSP3 or greater. All existing coating must be removed 2. Ferrous Metal: Clean ungalvanized ferrous metal surfaces that have not been shop - coated; remove oil, grease, dirt, loose mill scale and other foreign substances. Use solvent or mechanical cleaning methods that comply with the recommendations of the Steel Structures Painting Council. N a. Blast -clean steel surfaces as recommended by the coating q"m 7-� ^ manufacturer and according to the requirements of SSPC Spedica6on SS, - S P 10. -- . rv.- b. Treat bare and sandblasted or pickled -clean metal with a mettT reatment, , wash coat prior to priming. ' `r , -�' Fri C. Touch -up shop - applied prime coats that have been damagEiij d bare ar(�i Wire- brush, solvent clean, and touch -up with the same primas the shop coat. 3. Nonferrous Metal Surfaces: Clean nonferrous and galvanized surfaces according to the manufacturer's instructions for the type of service, metal substrate, and application required. D. Material Preparation: Carefully mix and prepare materials according to the coating manufacturer's directions. 1. Maintain containers used in mixing and application of coatings according to the manufacturer's directions. 2. Stir materials before applying to produce a mixture of uniform density; stir as required during application. Do not stir surface film into the material. Remove film and, if necessary, strain the coating material before using. 3. Use only the type of thinners approved by the manufacturer and only within recommended limits. E. Tinting: Tint each undercoat a lighter shade to facilitate identifying each coat where multiple coats of the same material are to be applied. Tint undercoats to match the color of the finish coat, but provide sufficient difference in shade of undercoats to distinguish each separate coat. March 24, 2010 09800 -5 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 09800 — SPECIAL COATINGS 3.3 APPLICATION A. General: Apply special coatings by brush, roller, spray, squeegee, or other applicators according to the manufacturer's directions. Use brushes best suited for the material being applied. Use rollers of carpet, velvet back, or high -pile sheep's wool as recommended by the manufacturer for the material and texture required. 1. Do not apply coatings over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions detrimental to forming a durable coating film. 2. Coating colors, surface treatments, and finishes are indicated in the Schedules. 3. Provide finish coats compatible with the primers used. 4. The number of coats and film thickness required is the same regardless of the application method. Do not apply succeeding coats until the previous coat has cured as recommended by the manufacturer. Where sanding is required, according to the manufacturer's directions, sand between applications to produce a smooth, even surface. V) 5. When undercoats or other conditions show through the final coat, apply additional ,��coats until the cured film has a uniform coating finish, color, and appearance. Give �'_D;pecial attention to edges, corners, crevices, welds, exposed fasteners, and similar UJ Jyturfaces to ensure that they receive a dry film thickness equivalent to that of flat c-)tMurfaces. N 6 '-14he term "exposed surfaces" includes areas visible when permanent or built -in °r_- t= ures, convector covers, covers for finned tube radiation, grilles, and similar cDomponents are in place. Extend coatings in these areas, as required, to maintain o the system integrity and provide desired protection. N a. Coat surfaces behind movable equipment and furniture the same as similar exposed surfaces. b. Coat the back sides of access panels, removable or hinged covers, and similar hinged items to match exposed surfaces. c. Omit primer on metal surfaces that have been shop - primed and touch -up painted. B. Scheduling Coating: Apply first coat to surfaces that have been cleaned, pretreated, or otherwise prepared for coating as soon as practicable after preparation and before subsequent surface deterioration. Allow sufficient drying time between successive coats. Do not recoat until the coating has dried so it feels firm and does not deform or feel sticky under moderate thumb pressure and where applying another coat does not cause the undercoat to lift or lose adhesion. C. Application Procedures: Apply coatings by brush, roller, spray, or other applicators according to the manufacturer's directions. 1. Brushes: Use brushes best suited for the material applied. 2. Rollers: Use rollers of carpet, velvet back, or high -pile sheep's wool as recommended by the manufacturer for the material and texture required. 3. Spray Equipment: Use spray equipment with orifice size as recommended by the manufacturer for the material and texture required. March 24, 2010 09800 -6 Project 70904 3.4 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 09800 — SPECIAL COATINGS D. Minimum Coating Thickness: Apply each material no thinner than the manufacturer's recommended spreading rate. Provide total dry film thickness of the entire system as recommended by the manufacturer. E. Block Fillers: Apply block fillers to concrete masonry block at a rate to ensure complete coverage with pores filled. F. Prime Coats: Before applying finish coats, apply a prime coat of material, as recommended by the manufacturer, to the material required to be coated or finished that has not been prime- coated by others. 1. Recoat primed and sealed substrates where there is evidence of suction spots or unsealed areas in the first coat to ensure a finish coat with no burn - through or other defects caused by insufficient sealing. G. Brush Application: Brush -out and work brush coats into surfaces in an even film. Eliminate cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections. Neatly draw glass lines and color breaks. 1. Apply primers and first coats by brush unless the manufacturer's instructions permit using mechanical applicators. H. Mechanical Applications: Use mechanical methods to apply coating when permitted by the manufacturer's recommendations and governing regulations. Wherever using spray application, apply each coat to provide the equivalent hiding of brush - applied coats. Do not double -back with spray equipment building -up film thickness of two coats in one pass, unless recommended by the manufacturer. Completed Work: Match approved samples for color, texture and coverage. Remove, refinish, or recoat work not complying with specified requirements. FIELD QUALITY CONTROL A. The Owner reserves the right to invoke the following test procedure at any time and as often as the Owner deems necessary during coating operations. 1. The Owner will engage the services of an independent testing agency to sample the coating being used. Samples of material delivered to Project site will be taken, identified, sealed, and certified in the presence of the Contractor. 2. The testing agency will perform appropriate tests for the following characteristics as required by the Owner: a. Quantitative materials analysis. b. Absorption. C. Accelerated weathering. d. Accelerated yellowness. e. Color retention. f. Alkali and mildew resistance. g. Abrasion resistance. C —Z h. Apparent reflectivity. ? NJ March 24, 2010 r,r 09800 -7 s=� Project -7,04 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 09800 — SPECIAL COATINGS i. Washability. j. Dry Opacity. k. Recoating. I. Skinning. 3. If results show materials being used do not comply with requirements, the Contractor may be directed to stop work and remove noncomplying materials, pay for testing, recoat surfaces coated with rejected materials, or remove rejected materials from previously coated surfaces if, upon recoating with specified materials, the two coatings are not compatible. 3.5 CLEANING A. Cleanup: At the end of each work day, remove rubbish, empty cans, rags, and other discarded materials from the site. After completing work, clean glass and spattered surfaces. Remove spattered coatings by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. 3.6 I�OTECJION A. Pmt work of other trades, whether being coated or not, against damage from coating � d !�Aion. Correct damage by cleaning, repairing, replacing, and recoating, as N acoWable to the Architect. Leave in an undamaged condition. •-- ce, 1!.= Irovide "Wet Paint" signs to protect newly coated finishes. Remove temporary protective wrappings provided by others to protect their work after completing 0 coating operations. N 2. At completion of other trades' construction activities, touch up and restore damaged or defaced coated surfaces. 3.7 INTERIOR SPECIAL COATING SCHEDULE A. Provide the following coating systems for substrates indicated: 1. Where undercoats or other conditions show through final coat, apply additional coats until the cured film is of uniform coating finish, color, and appearance. B. Concrete: High - Performance, Polyamide -Epoxy Coating: Provide two coats with total dry film thickness not less than 4 mils. a. Filler Coat: Concrete filler. 1) Tnemec: series 218 b. Primer Coat: High - performance, polyamide -epoxy coating. March 24, 2010 09800 -8 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 09800 — SPECIAL COATINGS 1) Immediately after blasting apply one complete coat of Tnemec Series 161 -1255 Hi -Build Epoxoline to all concrete surfaces. This coating to be applied at a dry film thickness of 4.0 — 6.0 mils. C. First and Second Coats: High - performance, polyamide -epoxy coating. 1) Tnemec: Series 161 -1255 Hi -Build Epoxoline This coating to be applied at a dry film thickness of 4.0 — 6.0 mils. C. Concrete Masonry Units: High - Performance, Polyamide -Epoxy Coating System: Provide two finish coats with total dry film thickness not less than 4 mils over concrete masonry block filler. a. Filler Coat: Concrete masonry block filler. 1) Tnemec: series 218. b. Primer Coat: High - performance, polyamide -epoxy coating. 1) Immediately after blasting apply one complete coat of Tnemec Series 161 -1255 Hi -Build Epoxoline to all concrete surfaces. This coating to be applied at a dry film thickness of 4.0 — 6.0 mils. C. First and Second Coats: High - performance, polyamide -epoxy coating. 1) Tnemec: Series 161 -1255 Hi -Build Epoxoline This coating to be applied at a dry film thickness of 4.0 — 6.0 mils D. Ferrous Metals: High - Performance, Polyamide -Epoxy Coating System: Provide two finish coats of two- component, polyamide -epoxy coating, gloss finish, over metal primer. a. Metal Primer: Manufacturer's recommended metal primer. 1) Tnemec: Series 69 -1211 Hi -Build Epoxoline II Primer. b. First and Second Coats: High - performance, polyamide -epoxy coating. 1) Tnemec: Series 161 Hi -Build Epoxolinel. r., C-)-` ry END OF SECTION 09800 �- March 24, 2010 09800 -9 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 13150 POOL FILTRATION SYSTEM PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and General Provisions of Contract, including General Conditions and,Division 1 of Specifications Sections, apply to work of this Section. c7 B. The following Divisions contain requirements that relate to this Section:r`F 2 1. Mechanical /Electrical /Equipment Coordination: Division 1. y� 2. Demolition Division 2. r ' -,l -_0 3. Concrete deck work Division 3;-z 4. Masonry work Division 4 ~ "' 7 5. Structural steel Division 5 6. Mechanical: Equipment - Division 15 & 16. C. Applicable requirements of the following Specifications and Codes apply to Work of this Section: 1. National Spa and Pool Institute (NSPI): a. Minimum Standards for Public Swimming Pools. 2. All local building and health codes. 3. National Electrical Code (NEC). 4. National Sanitation Foundation (NSF): Seal of approval program. 5. American Society for Testing and Materials (ASTM): Specifications referenced herein. 6. Department of Public Health. 1.2 DESCRIPTION OF WORK A. Work of this section includes, but is not necessarily limited to, the following: 1. Reinforced fiberglass surge tank decking, as detailed on Contract Drawings. 2. Pool mechanical systems, including piping, recirculation system, filtration system, and water chemical treatment system. 3. Coordinate all electrical interlocking and control wiring for related pool equipment. B. Definitions: 1. The term "pool' as used in this Section shall refer to the existing Combination Diving, lap swimming pool. 2. The term "concrete" as used in this Section shall refer to concrete for surge tank and decking construction only. 3. The term "Architect/Engineer" as used in this section shall refer to the swimming pool design only. C. Applicable Codes and Permits: 1. Department of Public Health by Owner. 2. County and Local Departments of Public Health by Contractor. March 24, 2010 13150 -1 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 13150 POOL FILTRATION SYSTEM 3. Any others by Contractor. D. Related Work Not in Section 13150 Specified Elsewhere: 1. Pool surge tank deck construction 2. Potable water or fresh water: Fresh water connection to auto fill (see Contract Drawings) and wastewater connection from filter as shown on drawings. 3. Pool Electrical Work: All electrical connections shall be by the General Construction Contract Electrical Sub - Contractor. The General Contractor shall provide the filter pumps, motors, solenoids, relays, water level probes (with housing), valves, piping etc. as shown on Contract Drawings and required by pool systems equipment manufacturer. The Electrical Contractor shall install and wire all electrical equipment furnished by the Pool Contractor and shall provide all motor starters and disconnect switches as indicated or required by Codes. The Electrical Contractor shall provide grounding per NEC Article 680. 1.3 QUALITY ASSURANCE A. Qualifications of Contractor: Work of this section shall be performed by a contractor who has a minimum of Two (2) projects with a proven five (5) year record of competence and experience in the construction of similar facilities of this size and complexity. ' Peq, rmance Criteria: Certain sections of the specifications contain performance criteria ratJl- than product descriptions. It shall be the obligation of the Contractor to insure that feria are satisfied and the burden or proof of conformance shall rest with the UJ car 0,�iActor. The Architect/Engineer shall require complete calculations, past performance N rags and, if required, inspection trips of similar facilities to substantiate conformance ._J wlth4Rese criteria. The Architect/Engineer shall be sole judge of conformance and the --° cS C for is cautioned that he will be required to bid and provide a finished product ' mbii- g all stated criteria and meeting or exceeding Department of Public Health requirements. N C. Concrete Work: All concrete work of this section, including formwork and reinforcing, shall comply with applicable requirements of this Section, Refer to Division 3 for further requirements. 1.4 TESTING \FIELD QUALITY CONTROL A. This section requires the following tests be performed during construction of the project. Refer to Division 1 and 2 for further requirements. 1. Testing and Flushing of Piping Contractor shall be responsible for discovering leaks and making necessary repairs. a. Pressure piping: After the piece is laid, the joints completed, and the trench partially back - filled leaving joints exposed for examination, subject new lines to a hydrostatic pressure of not less than 50 pounds per square inch. Joints shall remain watertight under this pressure for a period of two hours. All air must be expelled from pipes prior to testing. March 24, 2010 13150 -2 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 13150 POOL FILTRATION SYSTEM b. Gravity lines: A water test shall be applied to all gravity drain piping system, either in their entirety or in sections. All openings shall be tightly plugged and each system filled with water and tested with at least a 10 foot head of water. The water shall be kept in the system, or in the portion under test, for at least 15 minutes before the inspection starts. System shall be watertight at all joints. C. Provide test results to the Architect/Engineer before covering pipes with concrete. N 3. Leaks shall be repaired and tested repeatedly until leakage or infi pion '"pprq 1. 1.5 SUBMITTALS N A. Submittals Required: Refer to Division 1 for submittals required. B. Product Data: Provide Manufacturer's /Installer's written installation instrU Arts. 1. The Contractor shall submit for approval to the Architect/Engineer complete-Rsts, including descriptions, catalogs, cuts, etc. and where applicable dimensioned shop drawings of all material, fixtures and equipment to be furnished and installed under this specification. Submittals shall adequately and completely describe the equipment, including where necessary or requested complete construction and installation dimensions, complete capacity and performance data, all accessories and auxiliary equipment, and all pertinent details of manufacture. Shop drawings for equipment shall be submitted and approval of shop drawing shall be obtained before proceeding with fabrication. Shop drawings shall not be "doctored" reproducibles of Architects /Engineers drawings. C. Shop Drawings: 1. Submit shop drawings as required by Parts 2 and 3 of this Section. 2. The drawings accompanying this specification are essentially diagrammatic in nature and show the general arrangement of all equipment, piping, ductwork, services, etc. Because of the small scale of the drawings, it is not possible to show all offsets, fittings and accessories, which may be required. The Contractor shall carefully investigate the structural and finish conditions of all his work and shall arrange such work accordingly; furnishing all fittings, pipe and accessories that may be required to meet such conditions. Where conditions necessitate a rearrangement, the Contractor shall obtain the Architect/Engineer's approval. Locate all valves for maximum operation accessibility. D. Samples: Submit samples of materials, finishes, and trim as may be requested by the Architect/Engineer. E. Valve Charts: Submit two copies of valve charts for each piping system, consisting of Isometric Drawings, or piping layouts showing and identifying each valve and describing its function to the Architect/Engineer for approval. March 24, 2010 13150 -3 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 13150 POOL FILTRATION SYSTEM F. Operation and Maintenance Manuals: Submit to the Architect/Engineer (4) copies at substantial completion of the project. G. Furnish to the Architect/Engineer the following: Samples: a. As requested 4. Guarantees/Warranties: a. Standard (1) Year. b. Special Equipment. C. Future (1) Day of Instruction and Operational Checkout. 5. Close Out Documents: a. O & M Manuals. b. As Built Drawings. C. Owners Certification of Instruction. 1.6 DELIVERY, STORAGE, AND HANDLING A. Refer to Division 1 of the Specifications for additional requirements. B. Deliver all materials and equipment to the work site in original packages fully identified, with manufacturer's label. Store off ground and protect from weather with a suitable covering. C. Protect plastic pipe from exposure to chemicals (aromatic hydrocarbons, halogenated hydrocarbons and other esters and keytones) that might attack the material. Protect all pipe from mechanical damage and long exposure to sunlight during storage. 1.7 WARRANTIES A. Warranty: Provide one (1) year warranty covering all pool workmanship, materials, and equipment. Refer to Division 1 of the Specifications for additional requirements. March 24, 2010 13150 -4 Project 70904 1. Submittals: CD a. Pumps and Strainers. U-) • b. Filters Valves. Gauges, Thermometers and Flow Meters. a- a Piping Materials. cv C-) Wall Sleeves and Seals for Piping. I >- L_? !�g 2!'whop Drawings: � Pumps Q Chlorine feed system. `" C. Filters. d. UV equipment & accessories e. Fiberglass deck system Samples: a. As requested 4. Guarantees/Warranties: a. Standard (1) Year. b. Special Equipment. C. Future (1) Day of Instruction and Operational Checkout. 5. Close Out Documents: a. O & M Manuals. b. As Built Drawings. C. Owners Certification of Instruction. 1.6 DELIVERY, STORAGE, AND HANDLING A. Refer to Division 1 of the Specifications for additional requirements. B. Deliver all materials and equipment to the work site in original packages fully identified, with manufacturer's label. Store off ground and protect from weather with a suitable covering. C. Protect plastic pipe from exposure to chemicals (aromatic hydrocarbons, halogenated hydrocarbons and other esters and keytones) that might attack the material. Protect all pipe from mechanical damage and long exposure to sunlight during storage. 1.7 WARRANTIES A. Warranty: Provide one (1) year warranty covering all pool workmanship, materials, and equipment. Refer to Division 1 of the Specifications for additional requirements. March 24, 2010 13150 -4 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 13150 POOL FILTRATION SYSTEM 4 B. All standard manufacturer's warranties shall apply to all equipment and$rodu%provkl�rq by this contractor. PART 2 PRODUCTS �-'` N 2.1 SWIMMING POOL FILTRATION SYSTEM �a ri e A. GENERAL: Y% r The filter system specified under this section shall be of a pressurized design and shall consist of "Non- Corrosive" Horizontal Hi -Rate Permanent Media Filter(s) as manufactured by Nemato Corp. 2. The filter system shall be of the horizontal type requiring one grade of filter media and shall have a maximum flow of 20 U.S. gallons /minute (13.6 liters /second) per square foot (square meter) of filter area. 3. The filter tank system shall consist of a 34" (863 mm) horizontal filter tank(s), internal overhead distribution system, internal lower collection system, gauge panel with 2 -60 PSIG (400 kPa) gauges, internal automatic air relief, external air relief with a manually adjusted shut off valve, integrally molded 12" x 16" (303 mm x 406 mm) manhole, integrally molded drain /dump port, 2 -FRP saddle supports. The filter system shall be fabricated in a fully assembled state by the original equipment manufacturer, then disassembled for shipping to prevent damage to internal parts or face piping. B. FILTER TANK(S): 1. The horizontal filter tank(s) shall be 34" (863 mm) in diameter with a total length of 111" (2819 mm) without face piping. 2. Each filter tank(s) shall be manufactured in a two -step process comprised of a patented Closed Cavity Molding (CCBM) of the dished heads and a filament wound body. The heads shall be chemically bonded to the body utilizing a compatible structural adhesive system that creates a lap joint that exceeds the mechanical properties of the FRP laminate. The material used in manufacturing the filters shall be food grade Isophthalic Resin and E Glass that provides a minimum laminate flexural modulus of 1.82E +06 psi and flexural strength of 36.4 ksi. 3. The filter shall be designed for a maximum working pressure of 50 PSIG (345 kPa) with a Hydrostatic test pressure of 75 PSIG (518 kPa). The body and dished heads shall vary in thickness to provide durability at the points of maximum stress and the thickness shall be determined through a Finite Element Stress Analysis. A high quality professional finish shall be achieved through the application of a smooth, gelcoated outside surface. A 12" x 16" (303 mm x 406 mm) integrally molded manhole complete with FRP/ acrylic cover, o -ring, bolt and yoke, shall be located at a 40 degree angle in the body of the filter tank(s). All o -ring contact points on the manhole port of the body and manhole cover shall have a smooth finish to provide a continuous watertight seal. March 24, 2010 13150 -5 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 13150 POOL FILTRATION SYSTEM 4. An integrally molded 2" (50 mm) combination media dump port and drain complete with an ABS media retainer shall be located in the filter tank(s) body. The filter shall have 4" (100 mm) influent and effluent connections that are integrally molded. A continuous, watertight exterior seal at the influent and effluent ports of the filter tank(s) shall be provided with the use of integrally molded flange connections. Support brackets shall be provided for the upper distribution and lower collection headers on the interior of the dished head opposite to the influent and effluent flanged connections. The filter tank(s) shall be mounted on two FRP saddle supports, which shall be designed to satisfy Zone 4 earthquake conditions when anchored according to manufacturer's specifications. C. INTERNAL DISTRIBUTION /COLLECTION SYSTEM 1. Internal filter tank equipment shall include an upper distribution system and lower collection system, hydraulically balanced to prevent turbulence and /or displacement U") the filter media during service operation or backwash. Standard pipe arrangement -r an internal valving system will not be acceptable. R# CD a 2-LO >1 he upper distribution system shall include hydraulic distribution lenses; injection LLI — ��molded ABS plastic, located in multiple sets of two over the filter bed. They shall be ,,.�.� N °ry�ined to the influent flange connection by means of an o -ring seal to a 4" (100 mm) -Sch 80 header, 1 %" (32 mm) PVC nipples and elbows. ti– � o ZG 3. "The lower collection system shall include 2" (50 mm) laterals; injection molded ABS C_J plastic, designed to retain multiple types of granular filter media or a single grade of #20 silica sand. The laterals shall be strategically placed to produce minimum head loss while providing full filter bed coverage. The laterals shall be self - cleaning through the use of a molded V slot configuration, which promotes thorough filter media cleansing through balanced fluidization during backwash. They shall be joined to the effluent flange connection by means of an o -ring seal to a 4" (100 mm) Sch 80 header. D. Filter Area 1. The filter plant shall consist of 34" (863 mm) Horizontal "Non- Corrosive" Hi -Rate Permanent Media Filter(s) with a total effective filter area of 23.7 sq.ft. (2.20 sq.m) each. When operating at 20 U.S. G.P.M. (13.6 liters /sec) per sq.ft. (sq.m) of filter area, the filter system will have a capacity of filtering 113,760 U.S. gallons (430,012 liters) in 4 hours. E. Filter Media Filter media shall consist of uniformly graded silica with a minimum combined mean percent of silica by weight of 90 %, which shall be free of limestone or clay. The media shall be angularly shaped particles of #20 grade silica with an effective size range .45 -.55 mm, roundness value between 0.0 and 0.15 and a uniformity coefficient of 1.5 maximum. Round or Sub - rounded particle shapes are not acceptable as suitable media. The specific gravity of the media shall not be less than 2.5 with a minimum hardness of 7 mhos. The filter(s) will require a filter bed depth, March 24, 2010 13150 -6 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 13150 POOL FILTRATION SYSTEM which shall extend to an approximate level of 8.7" (219 mm) below the top of the hydraulic distribution lenses. 2. The filter system shall be certified by NSF International to ANSI / NSF Standard 50 for use with zeolite filter media as well. The zeolite media shall be uniformly graded with an effective size of .55mm, roundness value of 0.68 and a uniformity coefficient of 1.64 maximum. The specific gravity of the media shall not be less than ,1,73 with an ASTM -131 abrasion resistance number of 20, grading C, 500 revolutid$%. The filter(s) will require a filter bed depth, which shall extend to an apprnximat*evel afn 9.81" (250 mm) below the top of the hydraulic distribution lenses. F. Pressure Gauge Panel 1. The pressure gauge panel shall consist of two 2' /z" (63 mm) diame �-�augi5 scali from 0 -60 PSIG (0 to 400 kPa). The pressure gauges shall be moL ,", in "molded FRP panel with a printed system nameplate. The pressure gauges:shall bey connected to influent and effluent pressure points with air relief cocks, compression fittings and semi -rigid PVC tubing. 2. The filter system shall be certified by NSF International to ANSI/ NSF Standard 50 for pool/ spa and salt water applications. The filtration system shall be model # NFS -34- 50B- 237E -X as manufactured by Nemato Corp. G. FRP Face Piping Kit Face Piping System The horizontal Hi -Rate sand filter shall be provided with 4" (100 mm) molded FRP face piping, including 4" (100 mm) PVC -EPDM butterfly valves, Uni -lever operator, PVC vanstone flanges and adjustable support foot which shall be pre - assembled by the original equipment manufacture. 2. Face Piping: The 4" (100 mm) face piping shall be manufactured in a one -step process comprised of multiple core one piece molding the respective front and rear sections of the face piping. a. The material used in manufacturing the face piping shall be food grade Isophthalic resin and E glass that provides a minimum laminate flexural modulus of 1.82E +06 psi and flexural strength of 36.4 ksi. b. The face piping shall be designed for a maximum working pressure of 50 PSIG (345 kPa) with a Hydrostatic test pressure of 75 PSIG (518 kPa). A high quality professional finish shall be achieved through the application of a smooth, gel - coated, UV protected outside surface. C. The influent/effluent ports of the face piping shall be aligned with the influent/effluent ports of the filter tank to provide for minimal head loss during operation and shall be configured to conform to the profile of the head for attachment to the filter tank. The influent, effluent and backwash connections for mating to field connected piping shall be PVC vanstone flanges. The operation valves, influent, effluent, backwash by -pass and backwash ports shall all be marked with identification labeling. The face piping shall come complete March 24, 2010 13150 -7 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 13150 POOL FILTRATION SYSTEM with an adjustable support foot to provide stress free installation to the filter tank influent/effluent ports. u Butterfly Valves & Stainless Steel Linkage The face piping kit shall come complete with four vertically aligned 4" (100 mm) LU � PVC butterfly valves to reduce floor space requirements. The butterfly valves N �� shall be installed with "o" -ring seals between the front and back sections of the I 1, face piping kit. The butterfly valves shall be designed for 150 PSIG (1035 kPa) I. operating pressures and shall come complete with dynamic dual lip EPDM/ af c: Viton seals for bubble tight shut -off operation. The butterfly valves shall be —° C? provided with stainless steel linkage connecting valves with the operator arms, N connecting arms, shear pins, couplings and jam nuts. The valves shall be set to move concurrently with one pair opening while the other pair is closing to avoid water hammer while simplifying operation. Smooth operation shall be insured through the use of shoulder bolts and Teflon bushings at every moving joint of the stainless steel linkage. The uni -lever shall have a locking pin to secure the valves in both the filter and backwash positions. 4. The FRP face piping assembly shall be certified by NSF International to ANSI /NSF Standard 50 for pool /spa and salt water applications. Model # NFS- 34 -SFUP -0400 as supplied by Nemato Corp. 2.2 WATER TREATMENT SYSTEM A. Install new water treatment systems as shown and scheduled on Contact Drawings and reinstall all existing /reused equipment as shown and scheduled. All installation shall be in accordance with manufacturer's recommendations. B. Furnish Owner with written water treatment program complete with written basic water chemical analysis and verbal instructions as to operation of system. C. SANITIZATION SYSTEM 1. The Sanitization System shall be a Pulsar 4 System and shall operate in a non - pressurized manner to ensure optimum safety and ease of operation. 2. A post filter recirculation loop will be added to the main pool recirculation system as part of the Pulsar 4 System. The recirculation loop will provide the inlet water supply to the chlorinator as well as the vacuum to evacuate the chlorinated solution. 3. The Sanitization System shall be N.S.F.® listed. 4. The Sanitization System shall incorporate the principle of spray technology. Water shall spray through the grid of the Briquette Tank making contact with Pulsar® Plus Dry Chlorinator Briquettes. The briquettes shall be in contact with the water for a short time creating a chlorinated solution which will fall into the discharge tank. The chlorinated solution shall be drawn by the vacuum from the discharge tank and introduced into the recirculation system. The output shall operate with a vacuum range between 5" and 29" Hg. March 24, 2010 13150 -8 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 13150 POOL FILTRATION SYSTEM 5. The vacuum is created by a Mazzei venturi, model 1585X, which is installed in the post - filter recirculation loop driven by a 1 hp Pulsar pump. The venturi is installed on the discharge side of the Pulsar pump creating a flow though the venturi, which provides the suction on the discharge value evacuating the discharge tank. An emergency shutoff valve shall ensure that water flow to the spray manifold is shut off in the unlikely event that the discharge tank has not emptied properly. 6. The System will operate with an inlet water pressure of 27 -30 psig. The inlet water is supplied from the 1 hp Pulsar pump. 7. The Briquette Tank shall have a capacity of two hundred (200) pounds of Pulsar® Plus Dry Chlorinator Briquettes. A timer and ORP controller shall control the chlorine output. The timer has twenty - one settings. One knob controls the off time which ranges from 18 seconds to 54 minutes and is called out from A (18 seconds) to G (54 minutes). The on time is controlled by a second knob which has 3 settings, ranging from 10 to 30 seconds, low being 20 seconds, normal being 10 seconds and high being 30 seconds. The timer will allow a minimum available chlorine (AvCI) output of 1 lb/day and will allow a maximum available chlorine (AvCI) output of 360 lbs. /day. Follow recommended timer settings in Operator's Manual. 9. The Sanitization System shall be capable of functioning in temperature between 40° F. and 130° F. 10. The Sanitization System shall operate with Pulsar Plus Dry Chlorinator Briquettes having 65% minimum available chlorine with a 0.4 to 0.6% scale inhibitor (by weight). 11. The Sanitization System shall be capable of satisfactory performance if installed as per the Manufacturer's recommendations (Reference Pulsar 4 Installation_Vanual). An Authorized Representative of the Manufacturer shall be located withirEa reasonable distance of the facility and shall be available to install Aj-d ser4e the. system as required. 12. Manufacturer warrants parts of the Sanitization System to be free a �defeC4 in workmanship and material for 2 years from date of installation. _.,fir° - - -1 D. ULTRAVIOLET DISINFECTION EQUIPMENT (ALTERNATE #1) 1. Ultra shall operate within the UVC electromagnetic spectrum emitting waverdngths in the range of 200 nm to 400 nm. This required wavelength will provide constant disinfection / inactivation of bacteria, algae, molds, viruses and destruction of Monochloramines, Trichloramines and Dichloramines. Ultraviolet Lamp / Chamber and Spectra Control Panel by Engineered Treatment Systems / atg- Willand (Telephone 877 - 885 -4628, Fax 920 - 885 -4386) or engineer approved equal. 2. The UV system shall have an MET or equivalent (ETL, CSA or UL) listing, be NSF 50 certified and made in USA. March 24, 2010 13150 -9 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 13150 POOL FILTRATION SYSTEM Y.Yyf +'P#Y 3. Ultraviolet manufacturer to offer unit capability of a Horizontal OR Vertical installation application using state of art design and direct flow through characteristics. Direct flow will be required in order to reduce total head loss through the system. Unit shall be a Multiple Lamp medium pressure system with a bulb range of (2) 1.5kW - (4) 3.3kW power range. Multiple lamp system is required in order to maintain quality disinfection in the event of a single bulb failure. ANSI flange range of 6" - 14" and flow pattern of 560- 3590gpm. Chamber shall be the equivalent of Engineered Treatment Systems / atg.Willand ECOFLO II model (ECF- 225 -8) and Spectra Control Cabinet ECF - (X) or equal (Control Specification to follow). Electrical Requirements to include 480 Volt 3 -Phase (15) amp internal breaker. Electrical contractor to take into account plus /minus 3% for external breaker. All required electrical work to be performed by licensed electrician 4 0 a- N 1 1C- .�x N Equipment General Description: a. The Ultraviolet System shall be provided in a complete package to include: 316L Stainless Steel Chamber, Spectra Control System located in a NEMA 12 rated panel, Medium Pressure Bulb(s) designed to emit wavelengths within the UVC electromagnetic spectrum, strainer basket, automatic wiper system and Project Commissioning by a Certified Ultraviolet Technician. b. The Ultraviolet System shall be sized to emit a minimum dose of 60 mJ /cm', with flow rates of (1388) gpm, within a (8 ") schedule 80 PVC pipe. The total volume of the swimming pool / hydrotherapy will be (1388) gallons with turnover time set for (360) minutes 1....1,E Z-3 Ultraviolet Chamber shall be pressure rated for 100 psi (tested to 150 psi), and pressure drop across the unit will be minimal. The unit shall be constructed of 316L stainless steel to prevent corrosion within the harsh pool environment. The Ultraviolet chamber shall come complete with the following equipment: 1) Ultraviolet Intensity monitor with built -in alarm system to notify operator when output level drops below required level of 60 mJ /cm2 The Ultraviolet monitor output shall be transmitted via a 4 -20ma signal to the control system. The Ultraviolet probe shall be rated to IP67 and be capable of being removed from the unit without having to drain the system. The lamp output shall be displayed on the control system as an intensity and % output. 2) Ultraviolet temperature control system shall be provided to maintain system integrity in the event of flow interruptions to the chamber. 3) Ultraviolet chamber shall come complete with annealed quartz sleeve with "O" ring seals for water tightness. 4) Chambers shall be complete with ANSI flanges and all ports or vents shall be threaded NPT. The Ultraviolet chamber must be capable of installation in the system so that it remains full under all conditions. 5) The Ultraviolet unit must be complete with appropriate brackets or feet for ease of installation. March 24, 2010 13150 -10 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 13150 POOL FILTRATION SYSTEM 5. Ultraviolet Lamp: a. Ultraviolet lamp shall be medium pressure high intensity. Lamp shall be designed to emit continuous Ultraviolet wavelengths in the range of 200nm to 400nm. This will provide optimal disinfection benefits and destruction of the Monochloramine, Dichloramine and Trichloramine compounds. Lamp must remain unaffected by temperature variance of 0 degrees to 200 degrees Fahrenheit. b. The lamp unit must provide a dose not less than 60 mJ /cm2 at the end of the lamp life and this must be based on the full re- circulating flow rate, not on a side stream treatment. 6. Automatic Wiper System: An automatic cleaning system shall be provided for cleaning of quartz sleeve and Ultraviolet monitor probe. The system shall travel the entire length of the quartz sleeve twice per desired cleaning cycle. Precision molded wiper rings shall be provided to ensure thorough quartz tube cleaning and quartz tube protection. Wiper cycle shall be user selectable and adjustable within a range of 15 minutes to 24 hours depending on anticipated application and deposit build -up. At a minimum the Automatic Wiper System shall have the following characteristics: a. System shall utilize direct Belt Drive with square machined pulleys and shafts to prevent slippage and pin shearing. Systems utilizing shear pins or complicated gear boxes will be unacceptable. b. Wiper power supply shall be 24 volt DC for improved safety. C. System shall incorporate Direct Shaft Encoding for positional locavm. Systems relying on external proxy switches or internally located magnets wig e unacceptable. s� d. Wiper interval shall be operator selectable with optional ov rrAe sv6ch. F 71 e. Wiper faults are to be indicated on the control system disp� -� =: y f. Wiper System to utilize "Intelligent Operation" for auto matio3tart-ulit-- commissioning. Records wiper position @ chamber ends. Position*ust be fixed and not dependent on a timed interval or component striking end of chamber. Establish a travel run without setting limit adjustments to ensure system integrity and longevity. 7. Ultraviolet Spectra Control System a. Control cabinet shall be Engineered Treatment System/ atg.Willand SPECTRA microprocessor control unit. System shall be epoxy coated NEMA 12 rated cabinet. Three levels of operation shall be provided to meet the needs of the operator and pool environment: Simple Control - (Start, Stop & Reset), Full Parameter Display, and Customized Operator Configuration. Modes of operation shall be password protected to secure system critical setup functions. March 24, 2010 13150 -11 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 13150 POOL FILTRATION SYSTEM Control system shall have clearly identifiable Start, Stop and Reset control buttons (suitable for gloved operation) with Running and Fault LCD indicators. b. Two -line LCD screen shall display a minimum of the following: Ultraviolet dose (derived from flow and intensity inputs), Ultraviolet intensity (as a % and mw/cm'), Lamp Current, Flow rate (accepts signal from optional flow meter — displayed as gallons per minute), Chamber temperature (displayed as deg. F), Operation hour meter, System spares listing, Lamp fault, low Ultraviolet & temperature alarm, Ground fault trip, Wiper fault. All alarm functions shall have simple text message display to assist in fault finding. C. Control system shall have a minimum of the following system interface control: Remote operation, Process interrupt features (from valves, flow meters), Low UV dose (configurable to shutdown or alarm only, Flow meter input, Auto - restrike, Half to full power Ultraviolet setting with 24hr /7day settable timer. d. Control system shall have built in data - logging capabilities to record the following information: Ultraviolet intensity required, Ultraviolet intensity measured, Lamp current, Chamber temperature, Flow rate (if flow meter connected), Time and date stamp, All alarms generated. e. Control system shall utilize chokes not ballast to power lamps. 8. Project Commissioning a. Ultraviolet Chamber and Control Panel shall be commissioned by a qualified a factory trained technician. During this time period, final electrical and control LO cabling will be connected from the Spectra control cabinet to the Ultraviolet disinfection chamber. Daily operation and simple maintenance instructions ` = shall be provided during this commissioning process. A factory trained Jr.. representative of the manufacturer shall perform all warranty work. Manufacture to warranty Ultraviolet Chamber and Spectra Control panel for a period of five •—�- r-� years. Medium pressure Ultraviolet bulbs shall be warranted for a period of c� 4000 hours. Intermittently operated bulbs ( >_ 1 on /off cycles per day) will be CD © -- replaced free of charge should failure occur prior to 3000 hours and N replacement will be prorated between 3000 and 4000 hours. A detailed warranty sheet shall accompany this document upon request. Service Support a. Bidder to provide service contract with scope of work to be performed by a factory authorized and trained company in order to initiate extended warranty. 2.3 PUMPS: HORIZONTAL FRAME MOUNTED END SUCTION CENTRIFUGAL PUMPS A. GENERAL Description: The Contractor shall furnish materials, equipment and labor to furnish, install and test the pumping system complete with the pumps, motors, mounting bases, piping, valves and appurtenances, as indicated on the contract drawings and as herein specified. March 24, 2010 13150 -12 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 13150 POOL FILTRATION SYSTEM Installation: The Contractor shall insure that the pumps and motors are properly installed with no pipe strain transmitted to the pump casing. Responsibility: To assure a properly integrated and compatible system, all equipment described in this section shall be furnished by the Pump Manufacturer, who shall assume full responsibility for the proper operation of the pumps and associated equipment. 4. SUPERVISION a. The Contractor shall arrange for the Pump Manufacturer to provide a factory- trained representative as required for the purpose of supervising installation, start-up, final field acceptance testing, and providing instruction to the owner's operating personnel in the proper operation and maintenance of the equipment in this section. b. REFERENCE STANDARDS t� C. The work in this section is subject to the requirements of a t"bl&'�portion6 f the following standards: �-- »- 1) Hydraulic Institute Standards -v 2) IEEE Standards c,P�j :yam 3) NEMA Standards 4) OSHA Rules and Regulations B. PRODUCTS General Description: The pump shall be a centrifugal horizontal flexible - coupled end suction pump, Aurora Pump Model 341 or pre- approved equal. 2. MATERIALS OF CONSTRUCTION a. Casing ........................Cast Iron (ASTM A48) b. Impeller ......................Bronze (ASTM B584) C. Shaft .........................Steel (AISI C1045) d. Case Wear Ring ................Bronze (ASTM B62) e. Shaft Sleeve ..................Bronze (ASTM B62) f. Base Suction Elbow ............ Cast Iron (ASTM A48) 3. CASING: The casing will be of the end suction design with tangential discharge outlet. For suction piping diameters of 2" or greater, the suction inlet shall be a flat - faced flange connection and the discharge outlet shall be a bolt through flange connection. Flange connections shall be ANSI 125# rated. The casing shall have tapped and plugged holes for priming and draining. The casing bore shall be large enough to allow "back pullout" of the impeller without disturbing the casing or suction and discharge piping. The casing shall be supported by the power frame. 4. IMPELLER: The impeller shall be of the enclosed type, vacuum cast in one piece. It shall be finished all over, the exterior being turned and the interior being finished March 24, 2010 13150 -13 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 13150 POOL FILTRATION SYSTEM smooth and cleaned of all burrs, trimmings, and irregularities. The impeller shall be dynamically balanced. The impeller will be keyed to the shaft, and fastened with a washer, gasket and capscrew. 5. CASE WEARING RING: The pump casing shall be fitted with a case wear ring to minimize abrasive and corrosive wear to the casing. The case wear ring shall be of the radial type, press fitted into the casing. 6. STUFFING BOX: The stuffing box shall be integrally cast with a mounting bracket, and shall provide an adequate area for internal recirculation of the pumped fluid around the sealing medium. 7. MECHANICAL SEAL: Shaft sealing shall be accomplished by means of a mechanical seal with a Ni- Resist seat, carbon washer, Buna -N elastomers, and stainless steel metal parts. 8. SHAFT: The impeller shall be direct - coupled to the motor shaft. The motor shaft shall be machined to provide a keyway, and drilled and tapped to accept the impeller fastener. Stub shafts are not acceptable. The outboard shaft extension shall be machined with a keyway to accept a coupling to the driving unit. Water slingers shall be furnished on both the inboard and outboard shaft extensions. uuo 9. ,,§HAFT SLEEVE: The pump shaft shall be fitted with a shaft sleeve to minimize shaft r. �,r9wear.The sleeve shall be sealed to the impeller hub by an O -ring, and shall be R$bsitively driven by a pin to the keyway. The use of adhesive compounds to fasten "'J;tAe sleeve to the shaft shall not be accepted. 10-- :$SOWER FRAME: The power frame shall house a single -row outboard regreaseable Z3rust bearing. Both bearings shall be selected for a 3 year minimum life at maximum o mad. The outboard bearing shall be locked in place by a retaining ring. The inboard Z=_ Dearing shall not be locked in order to accommodate thermal expansion of the shaft. "'' Lubrication fittings shall be provided in convenient location. A bearing cartridge end cap shall be provided on the outboard side of the power frame to allow inspection and replacement of the thrust bearing without the need for disassembling the power frame housing. 11. FOOT SUPPORTS: The pump unit shall be supported from beneath the mounting bracket and the power frame by mounting feet. 12. BASEPLATE: The pump and motor shall be mounted on a groutable formed steel baseplate or a driprim baseplate with integral drip channels incorporated on each side. Each channel shall include an NPT drain connection and plug. The base shall be sufficiently rigid to support the pump and the motor without the use of additional supports or members. 13. COUPLING: A flexible coupling shall be provided to connect the pump shaft to the motor shaft. The coupling shall be of an all metal type with a flexible rubber insert. The entire rotating coupling assembly shall be enclosed by a coupling guard. 14. MOTOR: The motor shall be a NEMA -JM configuration in accordance with the latest NEMA Standards, and shall have the following characteristics: March 24, 2010 13150 -14 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 13150 POOL FILTRATION SYSTEM C. X E a. Enclosure ................. b. Number of Phases... C. Cycles ...................... d. Voltages ................... e. Speed ....................... f. Horsepower ............. ...Open Drip P roof/T E FC/X-P roof ..........Three .60 Hz. ..208 Volt ,.1800 RPM ......30 bhp Each motor shall have a sufficient horsepower rating to operate the pump at any point on the pump's head - capacity curve without overloading the nameplate horsepower rating of the motor, regardless of service factor. The motor shall have a service factor of at least 1.15. The service factor is reserved for variations in voltage and frequency. PERFORMANCE CONDITIONS OF SERVICE The following conditions of service shall be strictly adhered to: a. Number of Units ................ b. Type of Drive ..................... C. Discharge Size .................. d. Suction Size ...................... e. Design Capacity ................ f. Design Head ..................... g. Efficiency at Design.......... h. Rotative Speed ................. i. Shut -off Head ................... j. Drive Horsepower ............. k. NPSHR at Design ............. (constant) ..6 in, minimum 6 in, minimum ...1388 US gpm ..60 ft ....84 %, minimum ...1750 RPM, maximum .85.4 ft, minimum .....30 bhp, minimum ......16.8 ft, maximum INSPECTION AND FACTORY TESTS C-) - < �u i -v Zr. Each centrifugal pump furnished under these specifications shall be tested at the factory to verify individual performance (VIP). Certified copies of all test reports shall be submitted to the Engineer for approval prior to shipment. Each unit shall be hydrostatically tested in accordance with the Hydraulic Institute Standards. INSTALLATION AND ACCEPTANCE TESTS The pumping units shall be installed in accordance with the instructions of the manufacturer and as shown on the drawings by the Contractor. Installation shall include furnishing the required oil and grease for initial peration. The grades of oil and grease shall be in accordance with the manufacturer's recommendations. 2.4 STRAINERS A. The strainer system shall consist of a strainer body, a strainer lid and a strainer basket as depicted herein. The strainer system is designed and shall be installed vertically to the floor. The strainer system shall be provided with one influent PVC flange and one effluent PVC flange for horizontal connections. The hair and lint strainer shall be fabricated of March 24, 2010 13150 -15 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 13150 POOL FILTRATION SYSTEM Fiberglass Reinforced Plastic (FRP). The material used in manufacturing the FRP components shall be food grade Isophthalic Resin and E Glass. The strainer shall be designed for a maximum operating pressure of 30 PSIG and a normal vacuum service of 20" of mercury. Each strainer shall come with a molded FRP cover plate or lid with clear viewing window, gasket seal, hinged sealing hardware, stainless steel/ FRP strainer basket, drain and vent plugs. B. The FRP strainer body shall be 16" in diameter with a body flange and strainer lid diameter of 23.5 ". The FRP strainer body and lid shall be manufactured utilizing a process that provides a minimum laminate flexural modulus of 1.82E +06 psi and flexural strength of 36.4 ksi. Each strainer body shall be manufactured in a three -step process comprised of a patented Closed Cavity Bag Molding (CCBM) of the cover plate, branch saddles, body flange, body bottom cap, a filament wound body, and final assembly by gluing. C. The body flange and lid shall have twelve (12)- molded slots for attachment of drop -away lid fastening hardware. The lid fastening hardware shall consist of twelve (12) 3/8" UNC plated J -Bolts and compression knobs. The J -bolts are attached to the strainer body through the use of integrally molded W stainless steel pins. The body flange and lid shall have an integrally molded step that forms half of the interlocking groove for the gasket seal. The strainer lid shall be sealed to the body through the use of a 5/16" x' /2" food grade EPDM square ring. The unique interlocking seal shall provide for manual opening as well as hand tightened sealing of the lid to the body at 45 PSIG. D.c, The FRP strainer body shall come complete with 12" inch influent and 10" inch effluent LO PVC.aanstone flange connections. The strainer lid shall have a clear viewing window for -- inWl debris loading inspection. The PVC flanges, branch saddles, body flange, body b, and viewing window shall be chemically bonded to the FRP body and lid utilizing a comOtrtible structural adhesive that creates a joint that exceeds the mechanical properties _J "of �0VC and viewing window respectively. E. Thginer body and lid shall be manufactured utilizing food grade Isophthalic resin and E c-,glassSIhe strainer shall vary in thickness to provide durability at the points of maximum °stress and shall be suitable for a maximum working pressure of 30 PSIG with a hydrostatic Ntest pressure of 45 PSIG. The body and lid shall have W slotted PVC plugs complete with `O' -ring seals for draining and venting of the strainer. A high quality professional finish shall be achieved through the application of an exterior UV inhibited surface gelcoat. F. The strainer basket shall consist of FRP top and bottom caps and a 16 -gauge stainless steel basket. Both FRP caps shall be manufactured using the Closed Cavity Bag Molding (CCBM) process. The fastening of the basket to the top and bottom cap shall be free of welded connections through the use of two threaded stainless steel connecting rods. The strainer body and strainer basket shall have an integrally molded location block and recess for self - alignment during installation. G. The strainer basket shall be pleated with 1/8" perforated holes on staggered centers to maximize open area. The strainer basket shall be supported with (CCBM) FRP gussets attached to the stainless steel connecting rod. The vertical edges of the basket shall be sealed to the strainer body through the use of rubber channel edging. H. The FRP top cap shall have inspection ports located on the straining side of the basket as well as a molded flow- indicating arrow. The FRP bottom cap shall have perforations on the March 24, 2010 13150 -16 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 13150 POOL FILTRATION SYSTEM clean side of the basket to facilitate water drainage during removal of the basket. The bottom cap shall also have an integrally molded reservoir located on the straining side of the basket for debris retention during removal. The strainer system shall have 468 square inches of open area with open area ratio of 4.14 to 1 to the influent flanged connection. The strainer shall provide 0 -psi head loss when operating at a flow rate of 1700 US GPM with a clean strainer basket. The strainer system shall be certified by NSF International to ANSI/ NSF Standard 50 1996 for pool and spa applications. The strainer system shall be Model No. NSS -16- 030 -1210 as manufactured by Nemato Corp. 2.5 GAUGES A. Furnish and install pressure and vacuum gauges where called for on Drawings and as required by Code. Pressure gauges shall be 2'/2" WIKA type 233.53 Liquid Filled, 0 to 60 PSI and vacuum gages 30 " -0 -30 "with gauge cock and snubbers. 2.6 FLOWMETERS A. Furnish and install Signet Flow Sensors # 2551 Magmeter, insertion style magnetic flow sensor with no moving parts. PVC saddle style, 24 volt DC. Install where called for on the Drawings and as required by Code on main lines and on branch lines. Flow ranges shall be as required for flow rates indicated on the drawings. Furnish flow sensors with manufacturers recommended regulated power supply. 120 volt input, 300 mAmp, 24 volt DC output 2.7 AUTOMATIC WATER LEVEL CONTROLLER A. Pool auto fill controls, Levelor model K 1100LEV, complete kit with 1 "slow closing solenoid, 50' sensor and wiring in (Nema -style Enclosure) provided by contractor, connections to electrical Electrical Contractor 2.8 POOL VALVES AND PIPING MATERIALS !..3 A. WORK INCLUDED:. 1. Butterfly valves. 2. Check valves. =�`.I 3. Flexible expansion connectors. jr 4. PVC ball valves. 5. Service operators. ;y r 6. Extension handles. --� 7. Float valves. 8. Piping, hangers and supports - Refer to Section 13150, Part 3. 9. Eccentric & Concentric reducers. B. SHOP DRAWINGS: Submit detailed shop drawings (refer to General Requirements, Division 1) clearly indicate make, model, location, type, size, pressure rating, and type of service. March 24, 2010 13150 -17 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 13150 POOL FILTRATION SYSTEM C. PRODUCTS: Provide valves of same manufacturer throughout where possible and practical. D. VALVE CONNECTIONS: Provide valves suitable to connect to adjoining piping as specified for pipe joint. Use pipe size valves. E. USE OF VALVES: Pipe size 3" - 12" - Butterfly. Miscellaneous valves 1/2" - 2 1/2" - PVC True Union Ball Valves. All chemical lines and equipment - PVC True Union Ball Valves. F. BUTTERFLY VALVES 1. Butterfly valves 3" - 12" shall be wafer or lug bodies and shall be suitable for use between ANSI 125 or 150 lb. flanges. 2. Bodies of the flangeless design shall be provided with at least two (2) bolt guides to center the valve in the pipeline. a. All valves below water level 3" and larger shall be butterfly valves of the lined body design and bubble tight seal with only the liner and disc as wetted parts. C The disc shall have a double O -ring seals on top and bottom trunnions of the " r same material as the valve liner. Liner shall be molded and formed around the Ci X_ Ea (D body, functioning as a gasket on each side of the valve. Stem shall be of W, UJ a J-- stainless steel and have engagement over the full length of the disc. Butterfly valves shall be wafer style, as manufactured by Asahi /America, Inc. tom' fib. All valves above static water level, Filters Face Piping Valves and Bypass U � `_) CID Valves, May have a cast iron - epoxy coated body, ductile iron -nylon II coated disc, one piece 416 stainless steel shaft with Buna -N or EPDM seat minimum, 150 PSI rating. C. All butterfly valves 3" - 6" shall have 10 position locking handle, butterfly valves 8" - 12" shall have gear operators as required unless drawings indicate otherwise. 3. All valves shall be as manufactured by Bray Valve, Asahi /America or equal as approved by the Arch itect/Engineer. 4. All bolts and nuts shall be corrosion resistant zinc plated steel with plated washers to be used when secured to PVC flanges. G. BALL VALVES: PVC True Union Ball Valves, Eslon, Asahi, or equal. H. CHECK VALVES: '/" thru 2' /s" shall be PVC body, true union, ball type, seal material Buna -N as manufactured by Eslon, Asahi or equal as indicated on Contract Drawings. March 24, 2010 13150 -18 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 13150 POOL FILTRATION SYSTEM 2. 3" thru 12" shall be cast iron epoxy coated body, bronze split disc, stainless steel fitted and Buna N seal material. Check valve shall be the CVXX style as manufactured by the Metraflex Company, model 5050 manufactured by Techno Corporation or equal. MODULATING FLOAT VALVES Shall be used in the surge tank as specified on the Contract Drawings. The valves shall be constructed with stainless rod and PVC floats allowing 20% maximum flow when fully closed. As manufactured by Sta -Rite Industries, Neptune or equal as approved by the Architect/ Engineer. SUBMERGED SERVICE OPERATORS 1. Use only approved service operators for the valve requiring underwaterfferation in the surge tank or in manhole used for pool draining. o K. VALVE OPERATOR EXTENSION 1. Provide extension lengths as necessary to operate submerged on�bosioAf irfac valves and the appropriate ro riate valve box access cover. Extensions sfip be-b satil manufacturer as valve manufacturer. -yy L. ECCENTRIC AND CONCENTRIC REDUCERS '" v Use Eccentric reducers on pump suction lines only and concentric reducers on pump discharge lines only. Stainless steel body and flanges, T304 materials, ANSI 125# rated flanges. Nemato modulating float valve: Model NBT 10 "NFV 10" horizontal. 2.9 MECHANICAL ROOM FLOOR DECKING: A. Fiberglass gratings shall be DURADEK Series ( 1- 6000 -1 '/2 ") as manufactured by Strongwell - Chatfield Division, Chatfield, Minnesota. Resins shall be fire retardant vinyl ester meeting the requirements of Class 1 rating of 25 or less per ASTM E -84 and meets the self- extinguishing requirements of ASTM -D -635. Color shall be gray. Resin shall be UV inhibited and the composite shall include a veil on all exposed surfaces. Assembled panels shall have a permanently bonded grit, baked epoxy, anti -skid surface. Grating shall be able to carry a load of 100 pounds per square foot on a simple span of (56 ") and not deflect more than 0.25 inches. 2.10 EQUIPMENT LIST A. Provide and install the equipment specified above and as scheduled on the drawings. The equipment shall be the manufacturer and model number listed or a pre- approved equivalent. It is the installing contractors responsibility to verify actual quantities required. March 24, 2010 13150 -19 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 13150 POOL FILTRATION SYSTEM PART 3 EXECUTION 3.1 PIPING AND PIPE FITTINGS - HANGERS AND SUPPORTS A. WORK INCLUDED: Pipe, fittings, connections, wall penetrations, hangers and supports, equipment bases and supports, excavation and backfill. B. REFERENCES 1. ANSI /ASTM D2564 - Solvent cements for polyvinyl chloride (PVC) plastic pipe and fittings. 2. ANSI /ASTM D1785 - Standard specification for polyvinyl chloride (PVC) plastic pipe schedules 40, 80 and 120, NSF seal for potable water. 3. ASTM B88 - Seamless copper water tube. 4. ASTM D2855 - Practice for making solvent cemented joints with PVC pipe and fittings. Eslon Engineering Manual for plastic piping systems. C. PLACEMENT AND USE: p 1. Use the prescribed pipe type in the following areas. All plastic pipe flanges shall be schedule 80 PVC with neoprene gaskets where required. fAll filter return lines, main drain lines, PVC schedule 40, solvent weld. a! All above grade piping inside the pool mechanical room, schedule 40 PVC, solvent U1. 0 4. — chemical piping, schedule 40 PVC, solvent weld. D°'' HANGERS AND SUPPORTS 2. 3. 4. 5. March 24, 2010 All mechanical room piping must be properly supported using the schedule indicated on the drawings as a guideline. It shall be the contractor's responsibility to properly support piping at all valves, pumps, equipment, overhead areas, etc. Use of the proper hanger for the conditions is essential. All piping must be supported laterally as well as vertically hung. All hangers, pipe supports, threaded rod, hardware, etc. shall be zinc plated or galvanized steel. Ring, clevis, roller and J hook type hangers are not acceptable 13150 -20 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 13150 POOL FILTRATION SYSTEM E. PIPING 1. Piping must be laid on a grade so it will drain completely by gravity. In all instances where gravity drainage is not provided, the contractor shall install drain valves so that all lines can be drained completely. Shop drawings will be required on arrigsuch installation. CDrs 2. Cut all pipe with mechanical cutter without damage to pipe., 3. Placing and laying Inspect pipe for defects before installation. Clean me interior pipe thoroughly of foreign matter and keep clean during laying oper6fle1q. P e sh not be laid in water or when trench conditions are unstable. Water;jaag be kept out of the trench until the pipe is installed. When Work is not in progress; open;epds of pipe and fittings shall be securely closed so that no trench water, earth or o er substance will enter the pipes or fittings. 4. Threaded joints: After cutting and before threading, the pipe shall be reamed and shall have burrs removed. Screw joints shall be made with graphite or inert filler and oil or with an approved graphite compound applied to male threads only. Threads shall be full -cut and not more than 3 threads on the pipe remained exposed. Use Teflon II tape on the male threads of all threaded pipe joints. Caulking of threaded joints to stop or prevent leaks will not be permitted. Unions shall be provided where required for disconnection of exposed piping. Unions will be permitted only where access is provided. 5. Solvent welded joints shall be made in accordance with the manufacturer's printed instructions and the following minimum standards: a. All fittings shall fit easily on the pipe before applying cement. The outer surface area of pipe and inner wall of fitting shall be dry and clean. Cleaner is to be applied to the outer surface of the pipe and to the inner surface of the fitting. Cement is to be applied to the outer surface of the pipe, or on the male section of fittings only. When the outside surface area of the pipe is satisfactorily covered with cement allow ten (10) seconds open time to lapse before inserting pipe end into fittings. After full insertion of pipe into fitting, turn fitting about the pipe end approximately 1/8 to 1/4 of a turn. Wipe off excess cement at the joint in a neat cove bead. Follow manufacturer's instructions on solvents. b. All joints shall remain completely undisturbed for a minimum of 10 minutes from time of jointing the pipe and fitting. If necessary to apply pressure to a newly made joint, limit to 10% of rated pipe pressure, during the first 24 hours after the joint has been made. C. Full working pressure shall not be applied until the joints have set for a period of 24 hours. Make provisions for expansion and contraction by way of swing joints or snaking. e. Protect plastic pipe from exposure to aromatic hydrocarbons, halo - genated hydro- carbons, and most of esters and keytones that attack the material. March 24, 2010 13150 -21 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 13150 POOL FILTRATION SYSTEM Protect all pipes from mechanical damage and long exposure to sunlight during storage. f. PVC welding is not allowed without prior approval of the Architect/Engineer 6. No installation shall be made that will provide a cross connection or inter - connection between distribution supply for drinking purposes and the swimming pool that will permit a backflow of water into the potable water supply. Pipe openings shall be closed with caps or plugs during installation. Equipment and pool fittings shall be tightly covered and protected against dirt, water and chemical or mechanical injury. At the completion of work the fittings, materials and equipment shall be thoroughly clean and adjusted for proper operation. F. PIPE IDENTIFICATION Provide identification on all piping located in mechanical equipment, chlorine, acid rooms, etc. 3.2 INSTRUCTION OF OWNER'S PERSONNEL A. The Contractor shall supply the services of an experienced swimming pool operator instructor for a period of not less than one day (1) full days operations and start-up, after the pool has been filled and initially placed in operation. During this period the Owner's designated representatives shall be thoroughly instructed in all phases of the pool's operation. B. Contractor shall deliver four complete sets of operating and maintenance instructions for the swimming pool structures, finishes and all component equipment to the 0 Architect/Engineer. Including, but not limited to the following: U'3 y. Bound together in a complete manual and three ring binder. All equipment cut sheets. 'I;>:- Accurate parts lists. Uj 4-?t— Pool start -up and pool emptying instructions. ,,J N 5-3 Narrative on the pool operation through all sequences. —�" Cg,—AII valves must be permanently tagged along with valve legend and explanation. �.� -tL:' oTrouble shooting information. °— 8. A schematic of piping as installed providing elevations and dimensions. 9. All piping in Mechanical Room to be labeled with description of line and arrows indicating direction of flow. 3.3 CLEAN UP AND PROTECTION A. After work of this section has been completed, clean up work area and remove all equipment, excess materials, and debris. Remove and replace finishes, which are chipped, cracked, abraded, improperly adhered, or otherwise damaged. END OF SECTION 13150 March 24, 2010 13150 -22 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 15410 PLUMBING BASIC METHODS AND REQUIREMENTS N 0 N PART 1 GENERAL 1.1 GENERAL PROVISIONS`; '. A. The CONTRACT AND GENERAL CONDITIONS and all sections wiffifn DIVf$ION 1 - GENERAL REQUIREMENTS are a part of this Section of the Specifications. B. The Plumbing Contractor shall be responsible for all work shown on the drawings and specified under Division 15400 to provide a complete plumbing system. The Contractor shall provide all items, articles, materials, methods, labor, equipment and incidentals necessary required for its completion unless specifically stated to be done by others. C. Plumbing Contract Drawings are in part diagrammatic, covering the scope of the work and general arrangement of the equipment, piping, etc., and the approximate size of equipment and materials. The Contractor shall follow these Drawings in laying out the plumbing work. Plumbing Contractor shall familiarize himself with that work and to verify the spaces in which the plumbing work will be installed. Where job conditions require reasonable changes in indicated locations and arrangements these changes shall be made without additional cost to the Owner. 1.2 WORKMANSHIP A. General: 1. All elements of the construction shall be preformed by workmen skilled and regularly engaged in the crafts of Plumbing and pipe fitting, soldering, welding and all other aspects of the craft of Plumbing construction. 2. All work shall be done in a neat, workmanlike manner, in the keeping with the highest standards of the craft. B. The Plumbing Contractor shall promptly correct all work provided under his Contract and rejected by the Engineer as defective or as failing to conform to the Contract Documents whether observed before or after completion of work and whether or not fabricated, installed or completed. 1.3 REFERENCE STANDARDS A. National standards referenced herein are included to establish recognized quality only. Equivalent quality and testing standards will be acceptable subject to their timely submission, review and acceptance by the Engineer. Internet addresses have been included in the text of this specification. Many of the standards and publications are available at the web sites of the publishing Body or Organization. Membership or Subscription fees may be required to access the On -line publications. March 24, 2010 15410 -1 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 15410 PLUMBING BASIC METHODS AND REQUIREMENTS B. In these specifications, references made to the following National and Industry Standards are intended to indicate the latest volume or publication of the Standard. All equipment, materials and details of installation and testing shall comply with the requirements and latest revisions of the following Bodies, as applicable:ANSI: 1. American National Standards lnstitute(http: / /www.ansi.or4) 2. ASHRAE: American Society of Heating, Refrigeration and Air conditioning Engineers (hftp://www.ashrae.or-q) 3. ASME: American Society of Mechanical Engineers (http: / /www.asme.org) 4. ASTM: American Society for Testing and Materials (http: / /www.astm.org) 5. AWS: American Welding Society (http: / /www.aws.org) 6. AWWA: American Water Works Association (http: / /www.awwa.or -g 7. CDA: Copper Development Association (http: / /copper.orq) 8. NFPA: National Fire Protection Association http: / /www.nfpa.org) 9. NEMA: National Electrical Manufacturing Association (http: / /www.nema.org) 10. NSPC: National Standard Plumbing Code (http: / /phccweb.org) 11. UL: Underwriters Laboratories, Inc. (http: / /www.ul.com or http:Hulstandardsinfonet.ul.com) 12. UPC: International Plumbing Code (http: / /www.iapmo.org) 13. SSPWC: Standard Specifications for Public Works Construction (1991 Edition) 14. ADA: American Disabilities Act C. Reference made to codes and standards shall be interpreted as minimum requirements. Where referenced codes and /or standards conflict, the more stringent shall apply. Perform work in excess of codes and standards as indicated by Drawings or Specifications. 1.4 CODES AND REGULATIONS A. The Contractor shall see that all materials, installation and workmanship is performed in accordance with the latest edition of all applicable codes, laws or ordinances of the State, and all County and local codes, laws or ordinances, including all State or local Board of Health, Federal and State Environmental Protection regulations, State Energy codes and Utility Regulatory Agencies. B. All work shall be further performed in accordance with the National Board of Fire o Underwriters, the Uniform and National Plumbing Codes, National Electrical Code, the Ln Occ*tional Safety and Health Act, the American Gas Association, and all such other sp& codes as may be referred to in the individual sections of the Specifications. C. Pi paes shown on the drawings are the minimum sizes allowed regardless of the code �� cv mi5icrum, except when the code minimum size is larger than that shown. „- D. Tr&;�ription of any part of a standard, code or regulation does not limit compliance to that opart. -- contractor shall follow the most stringent requirement of all standards, codes, "regulations, Drawings and these Specifications. E. If there is a discrepancy between the codes and regulations having jurisdiction over the installation and these specifications, the codes and regulations shall determine the method or equipment used except where the requirements of the specifications are more stringent than the codes. March 24, 2010 15410 -2 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 15410 PLUMBING BASIC METHODS AND REQUIREMENTS F. All changes in the plumbing work made after letting of the contract, in order to comply with the applicable codes or requirements of the plumbing inspectors, Health inspectors, Utility Regulatory Agency and similar shall be made without additional cost to The Owner. Should the Plumbing Contractor or any of his Subcontractors perform any work that does not comply with the requirements of the applicable Building Codes, State Laws, Local Ordinances and Industry Standards, he shall bear all costs arising in correcting the deficiencies, as approved by the Engineer. 1.5 PERMITS, FEES, TAXES AND UTILITY CHARGES A. It shall be the responsibility of the Plumbing Contractor to give all notices obtain all permits required for the plumbing installation and to pay all charges required for such permits. B. The Plumbing Contractor shall further pay all fees, utility service charges and taxes imposed by State, Municipal, Utility and other bodies, required in connection with the installation of the project covered by this specification. C. If certain plumbing work is done by others, such as a utility company or a municipality, all charges for such work shall be paid by the Plumbing Contractor. D. Where inspections are required by state, local building, fire and /or utility authorities it shall be the responsibility of the contractor to secure such inspections as required by the Authorities with jurisdiction over the project site. All charges made by plumbing inspections shall be paid by the Plumbing Contractor. E. Where applications for permits or services are required for procuring of such permits or Utility service to the project, the Contractor shall see that all such applications are properly filed with the Utility company or regulatory agency. All information required for such applications by the authorities having jurisdiction is presented to the extent and in the form required. F. Additionally the Plumbing Contractor shall obtain all required Certificates of Inspection for the work under his contract and deliver same to the Engineer before request for acceptance of any portion of the work is made and before final payment. 1.6 UTILITY COMPANY REQUIREMENTS A. All parts of the water installation shall comply with the requirements of the respective utility company serving the building 1.7 ACTIVE SERVICES A. When encountered in work, active electric, steam, water, gas and sewer services shall be protected against damage due to construction work. If active services are eLountered which require relocations, make request to proper authorities for�,-�determieatiow of procedure. Do not prevent or disturb operation of active services that a4 mo. e ti, ) N . rCyi Pfoject"�04 March 24, 2010 15410 -3 ym 1' IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 15410 PLUMBING BASIC METHODS AND REQUIREMENTS PART 2 MATERIALS 2.1 VALVE TAGS, NAMEPLATES AND CHARTS A. The Plumbing Contractor shall provide, for valves on pipes of every description provided under this Contract, neat circular brass or aluminum valve tags of at least 1 -1/2 inches in diameter, attached with brass chains or "S" hooks to each valve stem. Valve tags shall have stamped in letters '/2" high or larger, denoting the valve number and the type of service. 2. If the Owner has an established system of designation for the marking of valves, The Owners standards for designation of services shall be used. The Contractor shall coordinate the designation methods with the Owner's Representative. B. These numbers shall correspond to numbers indicated for valves on the Record Drawings and on two printed, detailed lists. These printed lists shall state the numbers and locations of each valve and the equipment or system which it controls and other necessary information such as requiring the opening of closing of another valve or valves when any one valve is to be opened and closed. 2.2 PIPE SLEEVES AND ESCUTCHEONS cr A Slues are to be furnished and set in all locations where piping passes through walls or ` f9 unless noted. Contractor shall furnish and be responsible for their correct and WAgmte installation. C-) r- ,,@�� cv 1>- -L-The Plumbing Contractor shall be responsible for the exact location of sleeves '°' :provided under this Contract and shall coordinate all requirements for piping. 1:) B. ° Pipe Treeves shall be of galvanized schedule 40 steel when they are located in concrete r+beams, bearing walls, concrete fire proofing, outside walls, foundations, footings, water proofed floors and in other locations where sleeve is extended above the finished floor or where space between pipe and sleeve is to be lead caulked or provided with a mechanical seal. Extra heavy cast iron pipe may be used in place of steel or wrought iron sleeves in walls below grade. C. Sleeves shall be set securely in place before concrete is poured. Terminate sleeves flush with walls, partitions and ceilings. In finished areas where pipes are exposed, extend sleeves above finished floor W, and in areas likely to entrap water, extend sleeves 1" through finished floors. D. Sleeves shall be of sufficient internal size to take pipe and insulation and allow freedom of movement of the pipe. Sleeves shall be of sufficient size to provide 1/2 inch air space around the pipe and insulation passing through. Determine the required inside diameter of each individual wall opening and sleeve before ordering, fabricating or installation. E. For sleeves passing through membrane water proofing or lead safe, provide 6 lb. lead flashing extending 9" beyond sleeve in all directions; secure to water proofing or lead safe; turn down flashing into space between pipe and sleeve, insert oakum gasket, pour lead, March 24, 2010 15410 -4 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 15410 PLUMBING BASIC METHODS AND REQUIREMENTS caulk water tight. F. Where insulated piping extends to floor, provide sheet metal guard around insulation to extend from floor up 12 ". Guard to be at least 26 gauge galvanized sheet metal, painted two coats paint as directed. N PART 3 EXICUTION a ca 3.1 TRENCHING EXCAVATING AND BACKFILLING FOR BURIED PIPING � A. General: " a. The Plumbing Contractor shall do all trenching, excavatir��gd backfillas required to install his work. �- b. All cutting and patching of existing slabs, including all required permits, necessary to connect to install the plumbing work and to connect to site utilities shall be performed by the Plumbing Contractor. C. Remove all surplus earth, sand and debris from the area as directed. No materi- al except clean sand shall be placed within 6" of any pipe or sewer. d. Contractor shall dispose of all excess excavated earth. B. Trenching and Excavating: a. Trenches shall be excavated with nearly vertical sides only to the depths and widths required to permit proper installation of piping work and backfilling. b. Trenches shall be sheeted as necessary to conform to OSHA requirements. C. Care shall be exercised in excavating so as not to damage surrounding structures, equipment, buried pipe or cable. In no case shall any major structural footing or foundation be undermined. Except in ledge rock or water bearing earth, mechanical excavation of trenches shall be limited to an elevation 4 inches above the elevation of the invert of the pipe after placement in its final position. All additional excavation necessary for preparation of the trench bottom shall be done manually. Preparation of trench bottom: Trenches shall be dry when the trench bottom is prepared. A continuous trough shall be pared or excavated so that, after placement, only the barrel of the pipe receives bearing pressure from the trench bottom. Preparation of the trench bottom for the placement of the pipe shall be carefully made so that, when in final position, the pipe is true to line and grade. In case where the trench is excavated in rock, a compacted bed of sand and gravel shall be used to support the pipe. Such material shall be placed in the trench bottom in sufficient quantity so that a trough as described above can be formed to support the bottom quadrant of the pipe barrel. e. Bottom of trench shall be such to provide even bearing on sand or virgin soil March 24, 2010 15410 -5 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 15410 PLUMBING BASIC METHODS AND REQUIREMENTS throughout entire length of pipe barrel. Additional excavation shall be made at pipe bells to permit and facilitate joining of pipes. Any blocking used to assist joining of pipes shall be entirely removed prior to any backfill operations. No bridging will be permitted. f. No pipe or fittings shall be laid in water or on frozen trench bottom or when, in the opinion of the Engineer, the trench condition of the weather are unsuitable for such work. g. When laying water mains or other piping with mechanical joints install thrust blocks at mechanical elbows and tees locations generally as shown on drawings. h. Dewatering: Under no circumstances shall water be permitted to rise in open trenches after pipe has been placed. When ground water is known to or anticipated to be present a dewatering system of sufficient capacity to handle the flow of ground water into the trench and /or excavation shall be maintained at the site until its operation can be safely halted. k. Dewatering system shall be equipped with screens or filter media sufficient to prevent the displacement of small crushed stone or similar material. C. Backfill: a.. N i ca� N March 24, 2010 a. Pipe bedding: Permissible embedment methods for water mains are as follows: b. ANSI A21.1 C. ASTM D2774 d. ASCE Manual 37 - WPCF Manual 9 e. After bedding is placed on cushion of select backfill material shall be placed by hand to a depth of one foot over the top of the pipe. —f. No rubbish, cinders, or waste materials shall be permitted in excavations or t_ trench fill and back fill. No material shall be used for backfilling which contains stones having any dimension greater than 4 ", frozen earth, debris or earth with an exceptionally o high void content. h. All trenches and excavations shall be backfilled immediately after pipe is laid and inspected therein, unless other protection of the pipe line is directed. Backfill material (sand) shall be deposited simultaneously on both sides of the pipe for the full width of the trench and to an elevation of at least 12" above the top of the barrel. The backfill shall be tamped in thin layers not exceeding 4" in depth and thoroughly compacted to provide solid backing against the external surface of 15410 -6 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 15410 PLUMBING BASIC METHODS AND REQUIREMENTS the pipes. D. Compaction: a. Excavations under floor slabs shall be filled with thoroughly compacted sand up to floor slabs. All controlled compacted backfill shall be to at least 95% of the maximum as measured by the "Modified Proctor Density Test" (ASTM D 1557) for the material used. C. All other fill areas shall be carried up in horizontal lifts not exceeding 8" before rolling; each layer shall be smoothed before compaction with a suitable blade grader or bulldozer. The entire area of each lift shall be thoroughly compacted by distributing the hauling over the entire area and by rolling at least twice with a sheep's foot roller weighing at least 275 lbs. per inch of width or with adequate vibrating or rubber tired rollers depending upon the type of soil to be compacted. d. No covering up or backfilling of sewer lines shall be done until inspected by the Engineer. e. The plumbing Contractor shall perform any other tests that may be required by local regulatory bodies. f. The plumbing Contractors shall, at their expense, sterilize the war used for testing so any bacteria in the pipe will be killed and there wJV be n`gchance for contaminating the water supply —il 3.2 FLUSHING AND DISINFECTING_ A. INTERIOR PLUMBING: 1. New plumbing shall be disinfected by one of the two following procedure's: a. Option 1: Where cleaned and capped pipe and new, unopened box valves and appurtenances are exclusively used to perform the work, the following procedure may be followed: 1) Flush the lines with chlorinated system water at a minimum velocity of 2/5- ft/sec until the water is clear and a normal system chlorine residual can be obtained. 2) Collect two samples for bacterial analysis on four (4) consecutive days. 3) Repeat procedure once if two consecutive safe samples are not obtained. 4) Disinfect in accordance with AWWA C601 if a repeat is unsuccessful. March 24, 2010 15410 -7 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 15410 PLUMBING BASIC METHODS AND REQUIREMENTS b. Option 2: Disinfect in accordance with AWWA C601 where Option 1 above is not applicable. 3.3 WATERPROOFING AND COUNTERFLASHING A. The Plumbing Contractor shall provide all counterflashing and waterproofing of all sewers, vents, pipes and equipment provided by him, which penetrates walls, roofs and other weather barrier surfaces. Coordinate all work under this article with the General Contractor. B. All work shall be performed in a workmanlike manner to assure weatherproof installation. Any leaks developed due to the Plumbing Contractors work shall be repaired at his expense to the Engineer's satisfaction C. Piping passing through slabs shall have the sleeve extended above the floor as herein specified to retain any water and the space between the piping and the sleeve caulked with waterproof material as approved by the Engineer. The top shall be sealed with lead and the bottom shall be sealed with monolastic caulking compound. -- END SECTION 15410 -- March 24, 2010 15410 -8 Project 70904 Cn .: -' C7 UJ 0- -� 7� t .....,i N c9 N March 24, 2010 15410 -8 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 15420 PLUMBING PIPING, FITTINGS AND JOINTS PART 1 GENERAL 1.1 GENERAL PROVISIONS A. The Plumbing Contractor shall provide all plumbing piping materials, generally as shown on the drawings and as herein specified, in the quantities required for the complete plumbing system. B. Plumbing piping work shall include, but not necessarily be limited to the following: Interior domestic cold water piping C. The Contractor shall further provide all required valves, specialties, hangers, trenching, excavation, backfill, labor, tools, equipment and similar required to install the complete plumbing system as shown on the drawings and as specified in this division. PART 2 MATERIALS 2.1 PLUMBING PIPE, FITTING AND JOINT MATERIALS A. Plumbing piping materials, fittings and joints shall be as scheduled in the application table. B. Plumbing Piping Application Table: Service Mat/W t Fittings Joints Underground water Ductile Iron To match pipe Mechanical 2" & larger ANSI /AWWA ANSI /AWWA C151/A21.51 C111/A21.11 Plastic Water 2" PVC AWWA Integral Bell & Mechanical and larger C900 DR 18 Spigot with AWWA /ANSI preformed rubber ^, C111/A21.11 °_ ring° CW, HW & HWC Type L copper Cast bronze or 95/5 tinf . offt concealed 2" and wrought copper 96 tin /4 ' Vor smaller solder joint �S' solder or:pp JeaUl solder —� C: C. Copper Pipe, Fittings and Joints: 1. Type L copper: a. Pipe: Hard temper, Type L, ASTM 1388 -72 except that copper tube for: Oxygen piping shall be ASTM B88, ANSI H23.1. and shall conform to the requirements of NFPA 56F; Vacuum piping shall meet the requirements of NFPA 56K 'Ti March 24, 2010 15420 -1 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 15420 PLUMBING PIPING, FITTINGS AND JOINTS b. Fittings: Wrought copper, ASTM B75, ANSI 816.22 or cast bronze, ANSI 816/18. Where type L copper pipe is used for drainage or vent piping fittings shall be wrought copper, cast bronze ANSI B16.23, DWV. Gaskets: 1/16 inch, red rubber, full face. g. Unions for pipe sizes 2" and under shall be bronze, 150 lb., solder or screwed end, ground joint. For pipe sizes 2 1/2 inches and larger use flanged unions. D. Ductile Iron Pipe, Fittings and Joints: Pipe: Ductile iron, cement lined, ASTM 377 -66, ANSI /AWWA C151/A21.51 150 psi wall thickness shall be in accord with ANSI /AWWA C150/A21.5 Class 52. Cement Lining: Ductile iron piping shall be provided with a cement mortar lining and seal coating in accordance with ANSI /AWWA C1 04/A21.4. 3. Fittings: Fittings shall be ductile iron, cement lined, fittings and lining shall be as specified for pipe material in subparagraphs 1. & 2. above. 4. Joints: Mechanical type, push on, in accordance with ANSI /AWWA C111/A21.11. a. Reinforce or anchor all joints per NRPA 24 Chapter 8. Provide concrete thrust blocks at all joints and where indicated on the drawings. Concrete shall be as specified in Division 3 concrete. E. Plastic Water Main: Pipe: Polyvinyl chloride pressure pipe AWWA C900 Class 150 DR18. All pipe shall be so made for use as pressure conduit. March 24, 2010 15420 -2 Project 70904 C. Joints: 1) Solder joints shall be as indicated in the application table of this specification. Solder shall be one of the following types of solder: 95% tin/ 5% antimony, 94% tin/ 4% silver, 15% silver content solder Sil -Flos rn 15 or equivalent. Flux shall be as recommended by solder Manufacturer except that flux containing oil, borax and alcohol mixtures or resins and a::..._ similar paste fluxes shall not be permitted. Contractor shall use the same �� � � type of solder through out the project except 50 -50 lead or lead content U solders shall be permissible for use on copper drainage piping only. 50- ,� cv 50 lead solder shall not be permitted where noted in the application table a: above. °— 2) Joints shall be soldered per Copper Development Association Standards. Cv d. Flanges: Cast bronze, ASTM B62, 125 lb., solder joint. e. Bolts: ASTM A37, Grade B, square hexhead, 2A threads Gaskets: 1/16 inch, red rubber, full face. g. Unions for pipe sizes 2" and under shall be bronze, 150 lb., solder or screwed end, ground joint. For pipe sizes 2 1/2 inches and larger use flanged unions. D. Ductile Iron Pipe, Fittings and Joints: Pipe: Ductile iron, cement lined, ASTM 377 -66, ANSI /AWWA C151/A21.51 150 psi wall thickness shall be in accord with ANSI /AWWA C150/A21.5 Class 52. Cement Lining: Ductile iron piping shall be provided with a cement mortar lining and seal coating in accordance with ANSI /AWWA C1 04/A21.4. 3. Fittings: Fittings shall be ductile iron, cement lined, fittings and lining shall be as specified for pipe material in subparagraphs 1. & 2. above. 4. Joints: Mechanical type, push on, in accordance with ANSI /AWWA C111/A21.11. a. Reinforce or anchor all joints per NRPA 24 Chapter 8. Provide concrete thrust blocks at all joints and where indicated on the drawings. Concrete shall be as specified in Division 3 concrete. E. Plastic Water Main: Pipe: Polyvinyl chloride pressure pipe AWWA C900 Class 150 DR18. All pipe shall be so made for use as pressure conduit. March 24, 2010 15420 -2 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 15420 PLUMBING PIPING, FITTINGS AND JOINTS a. Plastic water piping shall be UL listed and NSF approved. b. Pipe stiffness shall have an F /Delta Y rating of 435 psi. C. Piping shall be capable of withstanding without failure a failing missile impact per ASTM D 2444 and a Burst test in accordance with ASTM D 1599. 2. Fittings: Integral Bell and Spigot. Bell wall shall meet specifications for pipe material. The Bell shall be furnished with a factory installed, solid cross section, elastomeric ring in accordance with ASTM F -477. b. Bell section shall be designed to be at least as hydrostatically strong as the pipe wall. 3. Joints: Cast iron mechanical type, PVC slip on with "Tyton" ring and bell, mechanical rubber ring with M -V Fitting in accordance with ANSI AWWA C111/A21.1v a. Reinforce or anchor all joints per NFPA 24 Chapter 8. a b. Provide concrete thrust blocks at all joints and where indicatd& em th�p drawings, concrete shall be as specified in Division 3 concretes tv PART 3 INSTALLATION` 3.1 PLUMBING PIPING INSTALLATION Mgr �- co A. Arrange and install piping approximately as indicated, straight, plumb and as direct as possible; form right angles or parallel lines with building walls. Keep pipes close to walls, partitions and ceilings, offsetting only where necessary to follow walls and avoid interference with other mechanical items. Locate groups of pipes parallel to each other; space them at distance to permit access for servicing valves. B. Piping shall be pitched to points of drainage with constant uniform slope. C. Install horizontal piping as high as possible without sags or humps. D. Grade water piping as specified. Grade drainage at uniform slopes shown on Plans but in no case less than 1/4" per foot for 2" and smaller and 1/8" per foot for 3" and larger. E. Where changes in pipe sizes occur, use only reducing fittings. F. Make all joints water tight and gas tight under pressures required for the various services. G. For soldering or sweating joints on copper tube, clean and polish outer surface of tube ends and inner surface of fittings. H. For threaded pipe joints, use red or white lead and oil or approved pipe joint material, applied to male threads only. Cut nipples evenly, and clean and ream ends. Cut brass pipe with hack saw. Threads shall not be exposed on exposed chrome pipe. March 24, 2010 15420 -3 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 15420 PLUMBING PIPING, FITTINGS AND JOINTS Provide unions, screwed or flanged, where indicated and in locations required for the disconnecting and connecting of machinery, equipment, traps, bypasses and on inlet side of fixture traps. For 2 -1/2" and smaller iron pipe, use screwed unions. For 3" and larger, use flanged unions. K. Use dielectric unions for all connections between copper water tube and ferrous fittings, equipment, etc. L. For copper pipes 3" and smaller, use screwed solder joint unions. For larger than 3 ", use flanged, solder joint unions. M. Ductile iron Piping: In general, ductile iron pipe shall be laid and work incidental thereto shall be in accordance with the latest AWWA Standard Specification C600 and as specified below. B. Piping shall be pitched to points of drainage with constant uniform slope. C. Where required by local code provide an approved backflow preventer on the main domestic water service. D. Install sectionalizing valves where indicated on Plans and on each branch line to multi fixture groups. E. Locate valves for easy access and operation; do not conceal. Do not locate valve stems below horizontal unless indicated on Plans. F. Water supply to all fixtures and containers shall be so installed as to prevent possible back siphonage of polluted water. All supplies shall be either above the flood rim of the fixture or separated from the drainage end by means of vacuum breakers or air gap. - -- END SECTION 15420 - -- March 24, 2010 15420 -4 Project 70904 2. Ductile iron piping installation shall be similar to that described for plastic piping. .hL ing: � - Rtta e- Test installed piping per the manufacturers recommendations and this specification for pressure strength and leakage. Test piping as it is installed in lengths not O ,exceeding 500'. CC IItER1O9DOMESTIC WATER INSTALLATION A. Connect to equipment as shown on the drawings and as specified in Sections 15430 and 15480. B. Piping shall be pitched to points of drainage with constant uniform slope. C. Where required by local code provide an approved backflow preventer on the main domestic water service. D. Install sectionalizing valves where indicated on Plans and on each branch line to multi fixture groups. E. Locate valves for easy access and operation; do not conceal. Do not locate valve stems below horizontal unless indicated on Plans. F. Water supply to all fixtures and containers shall be so installed as to prevent possible back siphonage of polluted water. All supplies shall be either above the flood rim of the fixture or separated from the drainage end by means of vacuum breakers or air gap. - -- END SECTION 15420 - -- March 24, 2010 15420 -4 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 15430 PLUMBING ACCESSORIES, EQUIPMENT AND FIXTURES PART 1 GENERAL REQUIREMENTS 1.1 SCOPE A. The Plumbing Contractor shall provide all plumbing material, fixtures, floor drains, floor sinks, interceptors, roof drains, pumps, water heaters and similar indicated on the drawings or specified under this division of the specifications unless specifically noted otherwise. B. The Plumbing Contractor shall further provide all required labor, excavation, backfill, piping, valving, unions, connections and similar required to install all plumbing fixtures and equipment and connect them in proper working order to the various piping systems including domestic water, waste, vent, storm, gas, etc. PART 2 MATERIALS AND EQUIPMENT 2.1 INTERIOR VALVES, STRAINERS AND UNIONS A. Valves shall have manufacturer's rating of not less than 125 psi working pressure. Valves shall be bronze for sizes 2" and smaller; iron body, bronze mounted for 2 -1/2" and larger. Valve ends for copper water tube shall be solder joint type. Flanged valves shall have flange drilling to suit joining pipe flanges of 125 lb. std., faced or drilled. Valves for Domestic Water Piping: a. Valves 2" and smaller. 1) ball Valves Solder or screwed joint 2" and smaller, bronze body, bronze ball, teflon seat, full or extra large port 600 psi. Powell 5220H2O Apollo 77 -100 Series Watts B6081 or B6080 Walworth Figure 575 or 575SJ 2.1 PIPING SPECIALTIES A. Unions: N N � -cJ 1-Ti 1. Copper pipe, wrought copper fittings, ground joint seat. rn 2. Dielectric unions shall be used where there is a change in pipe material (copper to steel, steel to copper, etc.) March 24, 2010 15430 -1 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 15430 PLUMBING ACCESSORIES, EQUIPMENT AND FIXTURES PART 3 INSTALLATION 3.1 VALVES A. Locate valves for easy access and operation; do not conceal. Do not locate valve stems below horizontal unless indicated on Plans. B. Install sectionalizing valves where indicated on Plans and on each branch line to multi fixture groups. March 24, 2010 15430 -2 Project 70904 cn - -- END SECTION 15430 - -- c C3 cam+ March 24, 2010 15430 -2 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 16000 — ELECTRICAL GENERAL PROVISIONS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Refer to Bidding Information, conditions of the contract and Division 1, General Requirements, which all apply to work under this Division. 1.2 DESCRIPTION OF WORK A. Work shall include furnishing of all systems, equipment and material specified in this division and as called for on the drawings, to include supervision, operations, methods and labor for the fabrication, installation, start-up and tests for the complete electrical installation. B. All elements of the construction shall be performed by workmen skilled in the particular craft involved, and regularly employed in that particular craft. C. All work shall be performed in a neat, workmanlike manner in keeping with the highest standards of the craft. 1.3 CODES AND STANDARDS A. All work shall be done in accordance with the applicable portion of the following codes and standards: 1. National Electrical Code � 2. Local Electrical Code ®_ r� 3. Utility Company Requirements'' ia= 4. National Fire Protection Association ` 5. National Electrical Manufacturers Association . ry 6. Standards of Institute of Electrical and Electronic Engineers �� - r.,,, -� I 7. International Building Code 1 8. Occupational Safety and Health Act: " "`" _ 9. Iowa Administrative Code' CIO B. All Contractors shall familiarize themselves with all codes and standards applicable to their work and shall notify the Engineer of any discrepancies between the design and applicable code requirements so that any conflicts can be resolved. Where two or more codes or standards are in conflict, that requiring the highest order of workmanship shall take precedence, but such questions shall be referred to Architect/Engineer for final decision. March 24, 2010 16000 -1 Job #70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 16000 — ELECTRICAL GENERAL PROVISIONS 1.4 ELECTRICAL DRAWINGS A. Drawings for the electrical work are in part diagrammatic, and are intended to convey the scope of the work and to indicate in general the location of equipment. B. Contractor shall layout his own work and shall be responsible for determining the exact locations for equipment and rough -ins and the exact routing of conduits and raceway so as to best fit the layout of the work. C. Contractor shall take his own field measurements for verifying locations and dimensions; scaling of the drawings will not be sufficient for laying out the work. D. Because of the scale of the drawings, certain basic items such as couplings, pull or splice boxes may not be shown, but where such items are required by code or by other sections of the specifications or where they are required for proper installation of the work, such items shall be furnished and installed. 1.5 ACTIVE SERVICES A. Contractor shall be responsible for verifying exact locations of all existing services prior to c_r beginning work in that area. B.:- Fzl1 ing active services, i.e., water, gas, sewer, electric, when encountered, shall be N__ Acted against damage. Do not prevent or disturb operation of active services which are t� ain. N c.3 Cla-_ WheX active services are encountered which require relocation, Contractor shall make ' r6g1 t to authorities with jurisdiction for determination of procedures. D - Where existing services are to be abandoned, they shall be terminated in conformance with requirements of the authorities having jurisdiction. 1.6 SITE INSPECTION A. Contractor shall inspect the site prior to submitting bid for work to familiarize himself with the conditions of the site which will affect his work and shall verify points of connection with utilities. B. Extra payment will not be allowed for changes in the work required because of Contractor's failure to make this inspection. 1.7 COORDINATION AND COOPERATION A. It shall be the Contractor's responsibility to schedule and coordinate his work with the schedule of the General Contractor so as to progress the work expeditiously, and to avoid unnecessary delays. March 24, 2010 16000 -2 Job #70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 16000 – ELECTRICAL GENERAL PROVISIONS B. Contractor shall fully examine the drawings and specifications for other trades and shall coordinate the installation of his work with the work of the other contractors. Contractor shall consult and cooperate with the other contractors for determining space requirements and for determining that adequate clearance is allowed with respect to his equipment, other equipment and the building. The Architect reserves the right to determine space priority of the contractors in the event of interference between piping, conduit, ducts and equipment of the various contractors. C. Conflicts between the drawings and the specifications, or between the requirements set forth for the various contractors 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 is in agreement with the drawings and specifications as issued. If clarification is required after the contract is awarded, such clarification will be made by the Engineer and his decision will be final. 1.8 OPENINGS, CUTTING AND PATCHING A. Electrical Contractor shall provide cutting and patching in the existing structure, as required for the installation of new work, and shall furnish lintels and supports as required for openings. Cutting of structural support members will not be permitted with919 prior approval of the Architect. Extent of cutting shall be minimized; use core drills, mower saws or other machines, which will provide neat, minimum openings. Patchirg�,soalLmatch'— jl adjacent materials and surfaces and shall be performed by craftsmen skiliwo tKV respective craft required.a i 1.9 MATERIALS AND EQUIPMENT `� e� --jr A. All materials and equipment shall be the standard product of a reputable t}.A. manufacturer regularly engaged in the manufacture of the specified item unless auTorized in writing by Architect/Engineer. Where more than one unit is required of the same items, they shall be furnished by the same manufacturer except where specified otherwise. B. All material and equipment shall be installed in strict accordance with the manufacturer's recommendations C. The equipment specifications cannot deal individually with any minute items such as parts, controls, devices, etc., which may be required to produce the equipment performance and function as specified, or as required to meet the equipment guarantees. Such items when required shall be furnished as part of the equipment, whether or not specifically called for. 1.10 TESTS AND DEMONSTRATIONS A. All systems shall be tested by the Contractor and placed in proper working order prior to demonstrating systems to Owner. March 24, 2010 16000 -3 Job # 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 16000 — ELECTRICAL GENERAL PROVISIONS B. Prior to acceptance of the electrical installation, the Contractor shall demonstrate to the Owner, or his 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. 1.11 PERMITS, FEES, ETC. A. Secure all required permits and pay for all inspections required in connection with the electrical work. Contractor shall post all bonds and obtain all licenses required by the State, City, County and Utility. 1.12 COMPLETION A. Systems, at time of completion, shall be complete, efficiently operating, non - hazardous and ready for normal use by the Owner. B. When all the electrical work is complete the Contractor shall thoroughly clean all material and equipment installed as a part of this contract and leave all equipment and material in new condition. C. The Contractor shall clean up and remove from the site all debris, excess material and equipment left during the progress of this contract at job completion. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) LO t --'y -- END OF SECTION 16000 0 N March 24, 2010 16000 -4 Job # 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 16111 - CONDUITS, TUBING, AND ACCESSORIES PART 1 GENERAL 0 s 1.1 SCOPE A. The Electrical Contractor shall provide all required raceways, conduitsar� tuftft to h receptacle, light fixture, motor or other wiring device shown on the plan ;�rtndted specifications. The Contractor shall further provide all required, - nc6& b switchboxes, pull and large junction boxes, outlet boxes, cover plates arf ilar -as shown on the drawings or as required. Circuiting shall be as noted on the drawings. v- B. Conduit shall be of the type indicated in the specifications for each respective use Sizing shall be in conformance with the National Electric Code, latest edition, except minimum size shall be 3/4 except as otherwise noted on the drawings or specifications. The number and size of conductors in any conduit shall not exceed that permitted by the National Electrical Code to provide proper heat dissipation and allow ready installation and withdrawal of conductors with out damage to the conductors or their insulation. Maximum number of wires in any conduit shall be nine (9), except 1/2" which shall have (4) maximum unless otherwise indicated on plan. Conduit size as shown on the drawings shall not be reduced to suit conductor fill. PART 2 MATERIALS 2.1 CONDUITS AND TUBING A. All conduit and fittings shall meet the requirements of ASA Standards C80 -1 and C80 -3, and be U.L. listed, in accordance with the NEC, and as herein specified. Conduit and Fittings Application Table: SERVICE PROTECTIVE COATING/ FITTINGS MATERIAL FINISH Exposed Rigid steel, IMC or Galvanized Threaded 600V and EMT (2" and smaller steel below only) malleable iron; or watertight compression type on EMT only Motors Waterproof flexible Galvanized Sealtite, steel and metal conduit with with liquid or malleable vibrating green ground wire tight PVC iron equipmen jacket t installed indoors 600V and below March 24, 2010 16111 -1 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 16111 - CONDUITS, TUBING, AND ACCESSORIES 2. As a minimum conduit sizes shall be per NEC Tables 3A, 3B and 3C or as shown on plans. Minimum size shall be 3/4" unless otherwise noted on plans. Contractor shall not modify the wiring arrangement without prior approval from Engineer. 3. No aluminum conduit shall be used. 4. Rigid Steel Conduit: a. Rigid steel conduit shall be galvanized, ANSI approved rating of the best grade and be U.L. 1242 and Federal Specification WW -C -581 approved. b. Rigid steel conduit shall be furnished in full 10 foot lengths, with Underwriter's Label, and standard pipe threads each end. 5. Intermediate Metal Conduit (IMC): a. IMC shall be galvanized and in accordance with U.L. 1242 and ANSI rating. b. IMC conduit shall be furnished in full 10 foot lengths, with Underwriter's Label, and standard pipe threads each end. A. Electrical Metal Tubing (EMT): 1. EMT shall be galvanized or sherardized and shall be in accordance with U.L. 1242, ANSI rating and Federal Specification WC -C -563. B. Waterproof Flexible Metal Conduit: 1. Waterproof Flexible conduit shall be as described above for flexible conduit except it shall have an additional extruded moisture and oil proof outer jacket of Polyvinyl chloride. 2. Flexible conduit to be used outdoors, in wet locations, or where indicated in the Drawings shall be 'Sealtite' or equivalent. 3. Waterproof flexible conduit of not more than 24" in length. 2.2 CONDUIT FITTINGS A. Conduit fittings shall satisfy the requirements of ANSI Standard C80 -4. 1. ':Where conduit crosses building expansion joints, or in any run over 200 ft., install '-- -- ;conduit expansion joint. Expansion joints to be telescoping sleeve type, designated for 1/4" maximum @' ;,..ca expansions, galvanized, vapor tight, with insulating bushing, lead wool packing; w--:�c Crouse Hinds Type XJ, with copper grounding strap GC 100, and brass strap c-- clamps GC 102, or equivalent. a 6 N2. Rigid Conduit Fittings a. Install Erickson coupling by Thomas and Betts Co. or approved equivalent. March 24, 2010 16111 -2 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 16111 - CONDUITS, TUBING, AND ACCESSORIES 1) For all conduit unions in straight runs requiring union fitting. 2) No running threads permitted. 3) No indenter type or set screw type couplings allowed. b. Provide insulated bushing for all rigid steel conduit entering boxes, cabinets or where indicated on Drawings. 1) Bushing are to be made of galvanized malleable iron or plastic with insulating ring as integral part of bushing. 2) Provide plastic wire bushing for both ends of every conduit that is left empty to be wired by others. C. Fittings for rigid conduit shall be threaded, unless otherwise specified. d. Conduit Bends: 1) For normal bends use National Electric Products standard conduit elbows, or equivalent. 2) For sharp bends on exposed rigid conduit use Crouse HindOCondulet' type fittings. C) 3. IMC Fittings: -' N f a. Fittings for intermediate metal conduit shall be as specified for conduit. 4. EMT Fittings:' a. Electric metallic tubing shall utilize water tight, compression type headless fittings, steel or malleable iron only. Set screw may be used in concealed or exposed locations, not in damp locations, coolers or freezers. b. Die cast or pressure cast zinc alloy fittings or fittings made of "pot metal" shall not be used. C. Provide insulated bushing for all rigid steel conduit entering boxes, cabinets or where indicated on Drawings. 1) Bushings are to be made of galvanized malleable iron or plastic with insulating ring as integral part of bushing. 5. Flexible Steel Conduit Fittings: a. Fittings for flexible steel conduit (Greenfield) shall be steel or malleable iron only and shall be multiple point type, threading into the internal wall of the conduit convolutions and shall not have an insulated throat. b. Liquid -tight flexible metal conduit fittings shall be steel or malleable iron only, shall be of a type incorporating a threaded grounding cone, a steel or plastic March 24, 2010 16111 -3 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 16111 - CONDUITS, TUBING, AND ACCESSORIES compression rings, and a gland for tightening. Connectors shall have insulated throats. B. OUTLET BOXES 1. Provide outlet boxes of galvanized stamped steel, malleable iron, or for convenience outlet receptacles, wall switches and other devices indicated or required. 2. Use steel outlet boxes only with electrical metallic tubing in concealed wiring or where so specified. 3. Outlet boxes exposed to weather or in damp locations to be galvanized cast or malleable iron with threaded hubs for conduit connections. Make cover watertight with gasket and bronze screws. Bell boxes not acceptable. 4. Outlet boxes in shallow partitions to be 4" square, 1 -1/2" deep with raised cover to finish flush with plaster or masonry. 5. Outlet boxes installed in concrete floors shall be steel with four adjustment legs and brass adjusting collar. a. All floor outlet boxes shall be water and concrete tight and provided with forged brass frames. b. Where the floor slab is 4" thick, floor boxes shall be semi adjustable flush floor outlet boxes, Hubbell or equivalent, model numbers as follows, unless otherwise indicated on the Drawings: 1) Single gang: B -2414 2) Double gang: B -4214 C. Where the thickness of the floor slab is greater than 4 ", provide fully adjustable flush floor boxes, Hubbell or equivalent, model numbers as follows: 1) Single gang: B -2346 2) Double gang: B -4233 6. Outlet boxes for weatherproof receptacles shall be Hubbell FS /FD cast box and # 5205 WO upcover. PART 3 INSTALLATION 3.1 CONDUIT INSTALLATION A. Rigid steel, intermediate metal conduit and electric metallic tubing systems shall be installed in accordance with the NEC, U.L., and local codes. B. Sleeves shall be provided where conduit passes through concrete. Sleeves shall be 22 March 24, 2010 16111 -4 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 16111 - CONDUITS, TUBING, AND ACCESSORIES gauge galvanized sheet steel with lock seam joints and shall extend 1" beyond concrete surface C. All conduit shall be run parallel or perpendicular to the building construction, walls, structural members or intersections of walls and ceilings, and shall be fastened in place by means of the correct size of one hole galvanized pipe clamps, where concealed only. Where exposed, two hole galvanized pipe straps, mineral ac conduit hangers, trapeze hangers, or by other means if called for on the drawings. 1. All conduit shall be securely joined together. 2. Brackets and hangers shall be unistrut or equal. Do not suspend raceways from water or other piping or ductwork. c.� D. Exposed runs shall have supports not more than 7' apart within 3' of oylets o �s req d by NEC or applicable local codes. i E. Conduit Support: n 1. Do not support conduit from the boxes. 2. Tighten conduit locknuts after box and conduit have been secured in*)tace. � 3. No conduit shall be welded to building structure; use beam or conduit clamps as required. F. Plug all unused knockouts with approved fittings. All fittings, fasteners, straps, etc. must be galvanized steel. No black metal cady type clips will be permitted. Straps must be bolt -on type. Snap -on type straps will not be permitted. G. The conduit system shall be complete to each outlet, shall be securely locked together mechanically and electrically. H. The conduit system shall be grounded in compliance with the NEC and shall have a green ground conductor in every conduit. Bends and offsets shall be avoided where possible but where necessary they shall be made with hickey or conduit bending machine. Minimum bend radius shall be per NEC. J. Conduit or tubing which has been crushed or deformed in any way shall not be installed. K. Before pulling wires through, each conduit shall be swabbed out. L. All conduit shall have the ends reamed to remove burrs before installing. M. Bushing are to be made of galvanized malleable iron or plastic with insulating ring as integral part of bushing. N. Concealed conduit shall be installed and properly supported so as not to be damaged or allowed to sag during the placing of concrete, brick, tile or in an exterior wall, it shall be March 24, 2010 16111 -5 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 16111 - CONDUITS, TUBING, AND ACCESSORIES sloped to the outlet boxes for drainage. O. Two locknuts and one bushing shall be used wherever a conduit terminates in a junction box, outlet box, switch, circuit breakers etc. P. Ends of underground conduit shall be sealed tight against entrance of water, dirt, etc., with a cable terminator, type CRC as manufactured by O -Z Gedney or equivalent. Q. All conduits entering a building shall be sealed at the wall penetrations with a conduit entrance seat, type FSK as manufactured by O -Z Gedney or equivalent. R. Flexible Conduit: 1. No flexible conduit run shall be longer than 6' 2. Support at 4' intervals and within a foot of each end. S. Outlet Boxes: 1. Boxes shall be as required for the specific service and flush mounted unless otherwise specified. 2. Boxes shall be set plumb, level and shall be firmly secured in position with face of box flush with finished wall or ceilings. 3. Support boxes and conduit independently of each other. 4. Tubing or conduit shall enter box squarely and shall be secured by means of locknut on outside and bushing as required inside. a. Locknuts and bushings shall be galvanized. b. Tighten conduit nuts after conduit and box have been secured in place. C. Remove only knockouts which are required for connection of conduit. 5. Outlet boxes shall be mounted with bottom of the box as indicated on the Drawings. 6. Outlet boxes in masonry walls shall be placed with bottom on nearest masonry joint or as directed. 7. Where structural members or equipment interfere with the mounting height, outlets shall be set as near as possible to heights given. 3.2 PULL AND JUNCTION BOXES A. . Provide pull or junction boxes where indicated or required to facilitate pulling of wire. 1. Pull boxes shall be provided at least every 150' of run and shall be installed in an accessible location. March 24, 2010 16111 -6 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 16800 - MOTORS AND MOTOR CONTROLS PART 1 GENERAL 1.1 SCOPE A. Except where specifically indicated motors shall be provided by the Electrical Contractor. B. Starters and disconnects furnished under this contract shall be provided with laminated plastic nameplates as specified under SECTION 16050. ° C% �? tpo �. PART 2 EQUIPMENT �-- w 2.1 MANUAL STARTERS AND THERMALLY PROTECTED SWITCHES v A. Where indicated on Drawings provide manual starters and thermally prote swij�hes of the size and number of poles as noted. Switches to be Allen- Bradley Bull e in 600 lath one pole per hot wire. Provide one over current element per pole. Size element for 125% of the full load current, as indicated by equipment manufacturer, unless otherwise noted. B. Provide locking attachment for all manual starters and thermal switches provided under this Contract. C. All manual starters and thermally protected switches shall have provisions to be locked in both the open and closed positions. D. The Electrical Contractor shall select and provide motor controllers as herein specified and required. A schedule of all motor controllers furnished by the Contractor shall be submitted for the Engineer's review prior to purchasing or installation. 1. The motor controller sizes provided shall be of minimum required. All controllers shall conform to the latest applicable NEMA Standards for type, size and duty as specifically applied. 2. Starters shall be of the H -O -A type with auxiliary contacts as required for interlocking to other equipment or control devices, as applicable and hereinafter specified. All selection of starters and disconnects shall be coordinated to assure adequate facilities for complete, controllable motors. E. Single phase motor starters shall have thermal overload relay protection, "on -off' switch, pilot light, and NEMA -1 enclosure Square D, Class 2510 or the equivalent General Electric, Cutler Hammer or Allen Bradley. March 24, 2010 16800 -1 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 16800 - MOTORS AND MOTOR CONTROLS F. Magnetic starters shall be furnished by the Heating, Ventilating and Air Conditioning Contractor on all equipment motors in the following cases whether they are specifically called for in each individual section or not: I. For all motors, where motor operation is intermittent and controlled by an automatic device, unless control device is rated full amperage and voltage of motor. G. Magnetic type controllers shall provide ambient compensated thermal overload protection in all phase conductors. Controllers shall provide under voltage protection when used with momentary contact control devices, start-stop pushbutton stations, selector switches, extra auxiliary contacts, etc., and shall be furnished standard by the manufacturer. All controllers shall be provided with red pilot lights, mounted in the cover indicating the run status. H. Combination motor controllers shall be provided when so indicated on the drawings or where specified for the specific item of equipment and shall consist of a magnetic across - the -line controller with thermal overload relay protection, in combination with a properly sized fused disconnect switch or a motor circuit with current limiter, external reset, in a NEMA -1 enclosure, and a line voltage start and holding coil. Holding coil shall be 120 volts. 1. When operated from remote control circuit, holding circuit shall have disconnect interlock equivalent to Square D Form SY74. 2. When operated from starter line voltage, holding coil circuit shall have an internally mounted transformer 208/120V with fuses equivalent to Square D Form FT. Square D Class 8538 or equivalent General Electric, Cutler Hammer or Allen Bradley. I. All starters, if smaller than 10 HP, are to be Across - the -line type, and are to be equipped with bimetallic overload relays, properly sized to protect the motor. J. Starters are to have extra contacts as required for the control sequence and interlocking features specified. N O K. Starters shall be mounted in NEMA type I enclosures and have conQ tt* mo d in cover unless otherwise noted. )> tv 1 L. When starter is remote (out of sight) from motor, provide 120 volt po ame l nd r ance for 208 or 480 volt operation. _ rn M. All starters for motors larger than 10 HP to be autotransformer, two 58p. co N. Submit Shop Drawings for all manual starters and thermally protected switches. March 24, 2010 16800 -2 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 16800 - MOTORS AND MOTOR CONTROLS PART 3 INSTALLATION 3.1 MOTOR BRANCH CIRCUITS A. Provide motor branch circuits as indicated on Drawings. Use THNN, THWN, RHW wire in conduit for all single -phase motors and THWN wire in conduit for all three -phase motors unless otherwise noted on Drawings. All motors shall have starters, manual or magnetic, as indicated on Drawings. B. Electrical Contractor shall connect all motors including starters and control devices. Make flexible connections to all motors. C. Mount thermally protected switches recessed or surface as all other devices in the room, unless otherwise noted. - -- END SECTION 16800 - -- o 0 s N 0:) March 24, 2010 16800 -3 Project 70904 3.3 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 16111 - CONDUITS, TUBING, AND ACCESSORIES 2. Boxes shall not be located in finished occupied rooms, unless approved by the Engineer. 3. Support boxes and conduit independently of each other. 4. Junction boxes and outlet boxes shall be securely fastened in place with provisions for hanging other items from them as required. 5. Three home run conduits through the junction or pullbox maximum. 6. All junction and pull boxes located above the suspended lay -in ceiling to be mounted (minimum) one foot above the ceiling line, in an accessible location, and supported from building structural member or bar joists. COVER PLATES A. Junction boxes, pull boxes and nonstandard outlet boxes shall be provided with painted No. 12 gauge galvanized steel, beveled edge, blank cover plates fastened with countersunk flat head screws. B. Cover plates for flush mounted boxes shall overlap box 1/2" around perimeter. C. Make cover plates on exterior outlet and junction boxes water and air tight with gasket and screws. 1. Cover plates for weatherproof receptacles shall be Hubbell 5205WO cast aluminum or equivalent. D. Each wiring device shall be provided cover plate as follows. 1. Plates for general use receptacles and switches shall be 302 stainless Pass & Seymor. 2. Screw heads shall match the plates. 3. All plates shall comply with NEMA Standards WD1 -1979. M N CZ) . c--a �o E. MOUNTING HEIGHTS - Bottom of Box o=..� 1. All areas unless otherwise noted. --+ Switches - 48" Wall Receptacles - 18 "'1 Height above counter - 6 " co - -- END SECTION 16111 -- March 24, 2010 16111 -7 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 16122 - WIRE AND CABLE, 600 VOLT AND BELOW PART 1 GENERAL 1.1 SCOPE A. Electrical Contractor shall provide all necessary wire in conduit to each receptacle, light fixture, motor, panelboard, disconnect switch or other wiring device shown on the plans. Circuiting shall be as noted on the drawings. Conduit shall be as required by Section 16111 of the specifications. Wire shall be sized in accordance with the National Electrical Code except minimum wire size shall be #12 AWG, except where smaller or larger sizes or indicated on the drawings or specifications the indicated size shall be provided. B. The number and size of conductors in any conduit shall not exceed that permitted by the National Electrical Code to provide proper heat dissipation and allow ready installation and withdrawal of conductors with out damage to the conductors, or their insulation. 2f, C:2 PART 2 MATERIALS t'?... 2.1 WIRING AND CONDUCTORS cv A. Except as otherwise noted in this Specification or on the Drawings all con nctorsitall b 600 volt. r 1. All conductors shall be only copper.' 2. Size as indicated on drawings or as required by Code, except # 12 AWG minimum, and as indicated below. a. Where length from panel to center of load exceeds 100 ft. the minimum size shall be # 10 AWG. b. Where length from panel to the furthest outlet exceeds 200 ft. the minimum size shall be # 8 AWG. C. The branch circuit voltage drop shall not exceed 3 %. 3. Conductors shall be NEC type THHN, THWN, RHW, XHHW or better, moisture resistant, thermoplastic covered copper wire. B. Sizes # 10 and smaller shall be solid copper wire. Sizes # 8 and larger shall be stranded copper wire. C. Color code all wiring using black for phase A, red for phase B, blue for phase C, white for neutral and green for equipment ground when required. D. Wiring for 50 volt and less shall be insulated in accordance with the type allowed in the National Electric Code. March 24, 2010 16122 -1 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 16122 - WIRE AND CABLE, 600 VOLT AND BELOW PART 3 INSTALLATION 3.1 GENERAL WIRING A. Conductor shall be continuous from outlet to outlet, and no splices shall be made except within outlet or junction boxes. B. Insulated, pressure type wire connectors shall be used for all splices. Soldered joints insulated with tape will not be permitted. 1. Connections with #10 and smaller wire can be made to binding post or screw terminal. 2. Connections of wire larger than #10 shall be made with copper, pressure type, bolted terminal lugs. 3. Submit conductor, connector and terminal characteristics with the schedule of materials. Include manufacturer and type. C. All wire shall be carefully pulled into the conduit so that the insulation will not be damaged. D. Care shall be taken so that such long pulls of wire or pulls around several conduit bends are not made where the wire may be permanently stretched and the insulation damaged. E. Care shall be taken at all splices and taps to see that insulation is not damaged. F. Splices and taps shall be made only in junction boxes, pull boxes, or outlet boxes. G. Splices and taps may be made by the use of proper sized connectors, soldering or splicing sleeves unless otherwise noted on the Drawings. H. Splices and taps may be insulated by the use of patented plastic cover boxes, taping with proper tapes, or other approved methods. I. All conductors in vertical runs shall be supported from the conduit or raceway as required by Article 300, paragraph 19, National Electrical Code. Provide pull boxes as required. 3.2 TESTING X", All wring shall be tested for short circuits, grounds and for adequate insulation resistance beMeen conductors and ground CD ... ) - -- END SECTION 16122 - -- March 24, 2010 16122 -2 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 16150 - WIRING DEVICES PART 1GENERAL 1.1 SCOPE A. The Electrical Contractor shall provide all receptacles, light switches, contactors, relays, or other wiring devices, as shown on the drawings and /or indicated in the specifications. B. The Contractor shall provide all necessary wire, conduit, junction boxes, enclosures, conduit fittings, and similar and all labor required to install and connect all wi og devices shown or specified. � �. PART 2 MATERIALS 2.1 RECEPTACLES `1 ::r- A. GFI Receptacles: 1. Provide ground fault interrupter type receptacles, suitable for moungiig in sty idard outlet box, where indicated on the drawings and as here in specified: a. All receptacles in the pool equipment room shall be GFI circuit interrupter type receptacles mounted in a waterproof box with waterproof cover. All receptacles mounted within 6' -0" of a sink lavatory or other plumbing fixture shall be GFI circuit interrupter type receptacles. 2. GFI receptacles shall be in complete compliance with ANSI 673.12, UL standards 498 and 943 Class A and shall be hospital grade and consist of: a. Differential current transformer. b. Solid state sensing circuitry. C. Circuit interrupter switch. 3. GFI receptacles shall be rated for operation on a 60 Hz, 120 volt, 20 ampere branch circuit. Device shall have nominal sensitivity to ground leakage current of five milliamperes and shall function to interrupt the current supply for any value of ground leakage current above five milliamperes on the load side of the device. Device shall have a minimum nominal tripping time of 1 /30th of a second. 4. GFI outlets shall be UL listed and be Hubbell GF -5362, Pass and Seymour or Arrow Hart GF5342. 2.2 OTHER WIRING DEVICES A. Electrical Contractor shall provide all other wiring devices as indicated on Drawings. Submit the characteristics of all wiring devices with schedule of materials. March 24, 2010 16150 -1 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 16150 - WIRING DEVICES PART 3 INSTALLATION 3.1 RECEPTACLES A. General: UJ Electrical contractor shall provide receptacles of the type and location generally as shown on the drawings and /or as herein specified. B. SWITCHES Cn c% N l Q= 9.; t"e:w C:Y Electrical contractor shall provide switches for lighting fixtures and equipment generally as shown on the drawings and /or as herein specified. - -- END SECTION 16150 - -- March 24, 2010 16150 -2 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 16390 - GROUNDING PART 1 GENERAL REQUIREMENTS 1.1 SCOPE A. Provide a grounding system as indicated on Drawings and as herein specified. Ground all raceways, junction, pull or outlet boxes, cabinets, enclosures, motor cases, machine frames, lighting fixtures, metallic structures, electrical equipment, or other conductive items in proximity to electrical circuits such that they operate continuously at a ground potential and provide a low impedance path for possible ground fault currents. Connect the ground terminal of every receptacle to the ground system by NEC approved methods. 1. Grounding shall be through the conduit system or a separate green equipme,1 ground if so indicated on the Drawings. 2. System shall meet the requirements of all local codes as well as the I�edi�n of-'— the NEC and IEEE standard 142. rn PART 2 MATERIALS —� 2.1 GROUND CONDUCTORS r A. Green grounding conductors in conduit, when shown on the drawings or as required by this specification, shall be as specified for wire and cables under 600 volt Section 16122 of this division of work. B. When allowed by this specification, The NEC and Local Codes rigid galvanized conduit, IMC conduit and EMT conduit may be used as a grounding path. PART 3 INSTALLATION 3.1 EQUIPMENT GROUNDING A. Provide separate green insulated equipment grounding conductor from each single or three phase feeder and each branch circuit. Install grounding conductor in common conduit with related phase or neutral conductors or both. Parallel feeders installed in more than one raceway shall have individual full size green insulated equipment ground conductors in each parallel conduit. B. When panelboards with ground bus, or 5 wire panelboards, switchboards or other electrical equipment are specified, provide a ground bus with one screw terminal for each active circuit, spare, and space. March 24, 2010 16390 -1 Project 70904 IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT SECTION 16390 - GROUNDING C. Provide green insulated equipment ground in the same raceway with associated phase conductors, as follows: From ground terminals of receptacles to 10 -32 washer -in -head outlet box machine screw. Receptacles with special cast boxes and factory designed and approved ground paths do not require separate green ground jumper. 2. From 10 -32 washer -in -head machine screw in ceiling outlet box through flexible metallic conduit to ground terminal in light fixture or other ceiling mounted electrical equipment. From 10 -32 washer -in -head machine screw in ceiling outlet box or junction box through flexible metallic conduit to 10 -32 washer -in -head in switch or outlet box in movable partitions. 4. From 10 -32 washer -in -head machine screw injunction box or disconnect stitch through flexible metallic conduit to ground terminal in connection box mounted on single phase fractional horsepower motor. 5. From equipment ground bus in Panel boards, switchboards, through conduit to motor disconnect and/or starter and through flexible metallic conduit to ground terminal in connection box mounted on three phase motors. Ground conductors to motors with separate starters and disconnects shall be bonded to each starter and disconnect device enclosure. D. Provide green ground conductor in all non - metallic conduits or ducts, unless otherwise specified. E. Provide green ground conductor in all flexible metallic conduits, unless otherwise specified. L j LO CI! - -- END SECTION 16390 - -- N March 24, 2010 16390 -2 Project 70904 M4e Prepared by: Kumi Morris, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)356 -5044 RESOLUTION NO. 1 o -4R RESOLUTION SETTING A PUBLIC HEARING ON THE 23RD OF MARCH ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT 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 23rd day of March, 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 2nd day of March 20 10 ATTEST: A 4 CIT LERK pwen g \res\set ph-me rcerfi Itrati on. doc /1, *t,- k .. MAYOR Approved by City Attorney's Office a�aa�iv Resolution No. 10 -48 Page 2 It was moved by Champion and seconded by Mims the Resolution be adopted, and upon roll call there were: AYES: x x x x X X _x__ _ wpdata/glossary/resolution - ic.doc NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright Publish 3/8 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT 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 Iowa City Mercer Park Aquatic Center Pool Filter Replacement Project in said City at 7:00 p.m. on the 23rd day of March, 2010, said meeting to be held in the Emma J. Harvat Hall in City Hall 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 City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Coun- cil of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK NP -1 NOTICE TO BIDDERS IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:00 P.M. on the 22nd day of April, 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 27th day of April, 2010, or at a special meeting called for that purpose. The Project will involve the following: Demolition of existing paddock vacuum sand filter system, furnishing and installing a new fiberglass deck system including supporting masonry and steel structure. Painting will be involved. The installation of new filters, circulation pump and chemical systems and related piping and valves. The contractor will be responsible for providing support for associated plumbing and electrical work. A pre -bid meeting will be held on site at 10:30 a.m. on the 9th of April in the P & G room at Mercer Park Aquatic Center/ Scanlon Gymnasium, located at 2701 Bradford Drive. Free parking is available neighboring the site. All work is to be done in strict compliance with the plans and specifications prepared by Pool Tech Midwest, Inc., of Cedar Rapids, 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 (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 one (1) year from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Start Date: August 2, 2010, Completion Date: September 4, 2010 Liquidated Damages: $250.00 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 Iowa City Reprographics, Iowa City, Iowa, by bona fide bidders. Iowa City Reprographics is located at 114 South Dubuque Street, Iowa City, Iowa, 52240, (319) 338 -7872. A $25.00 non - refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Iowa City Reprographics. 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 Pweng / masters /n oticetobidders- mercerf ltration. doc NTB -1 M 9 Prepared by: Kumi Morris, Public Works, 410 E. Washington St , Iowa City, IA 52240 (319) 356 -5044 RESOLUTION NO. 10 -96 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT 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 2:00 p.m. on the 22nd day of April, 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 27t day of April, 2010, or at a special meeting called for that purpose. Passed and approved this 23rd day of March 20 i o —.��L- MAYOR Approved by ATTEST: �— 'N`'° = ✓vz•L �I�e' CITY�CLERK City Attorney's Office _jMto pwengVres /mercerpool filter appp &s.doc 3110 Resolution No. _ 10 -96 Page 2 It was moved by Champion and seconded by wi 1 burn the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Bailey g Champion x Dickens x Hayek x Mims x Wilburn x Wright wpdata/glossary/resolution - ic.doc Printer's Fee $-1 C1, CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS - CITIZEN FED. ID # 42- 0330670 I, 9 06-f-P, 57WA,R.rZ- liar, 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): MA-9&d 8. 2i o ky 4,J — Legal Cl Subscri ed and sworn to efore me this I day A.D. 20 ,1 Public �P«�Q LINDA KROTZ 8 Commission Number 732619 My Commission Expires owa January 27, 2011 OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT 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 Iowa City Mercer Park Aquatic Center Pool Filter Replacement Project in said City at 7:00 p.m. on the 23rd day of March, 2010, said meeting to be held in the Emma J. Harvat Hall in City Hall in said City, or if said meet- ing 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 City Hall in Iowa City, Iowa, and may be inspected by any inter- ested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objec- tions to and comments concerning said plans, specifications, contract or the cost of making said improve- ment. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK 80884 March 8, 2010 Printer's Fee $ 20. D� CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS - CITIZEN FED. ID # 42- 0330670 I, g o���W AAT:'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): h s Legal JCler Subscribed and sworn to fore me this day of A.D. 20 lD Public LINDA KROTZ Commission Number 732619 My Commission Expires January 27, 2011 OFFICIAL PUBLICATION NOTICE TO BIDDERS IOWA CITY MERr FR PARK AQUATIC CENTER POOL FILTER REP LAr,FMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:00 P.M. on the 22nd day of April, 2010. Sealed pro- posals will be opened immedi -ate- ly there -after by the City Engineer or designee. Bids sub -mitted 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. Pro - posals 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 27th day of April, 2010, or at a special meeting called for that purpose. The Project will involve the follow- ing: Demolition of existing paddock vac- uum sand filter system, furnishing and installing a new fiberglass deck system including supporting masonry and steel structure. Painting will be involved. The instal- lation of new filters, circulation pump and chemical systems and related piping and valves. The con- tractor will be responsible for pro- viding support for associated plumbing and electrical work. A pre - bid meeting will be held on site at 10:30 a.m. on the 9th of April in the P & G room at Mercer Park Aquatic Center/ Scanlon Gymnasium, locat- ed at 2701 Bradford Drive. Free parking is available neighboring the site. All work is to be done in strict com- pliance with the plans and specifica- tions prepared by Pool Tech Midwest, Inc., of Cedar Rapids, Iowa, which have hereto -fore been approved by the City Council, and are on file for public exami- nation 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 pay -able to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the success -ful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfac- tory to the City ensuring the faithful performance of the contract and mainte -nance of said Project, if required, pursuant to the provi- sions of this notice and the other contract docu - ments. 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 rejec -tion is made. Other bid bonds will be returned after the can- vass and tabula -tion 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 hun -dred per- cent (100 %) of the contract price, said bond to be issued by a respon- sible surety ap- proved 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 mainte -nance of the improve- ment for a period of one (1) year from and after its com - pletion and formal accep -tance by the City Council. The following limitations shall apply to this Project: Start Date: August 2, 2010, Completion Date: September 4, 2010 Liquidated Damages: $250.00 per day The plans, specifications and pro- posed con -tract documents may be examined at the office of the City Clerk. Copies of said plans and specifi- cations and form of proposal blanks may be secured at the Office of Iowa City Reprographics, Iowa City, Iowa, by bona fide bidders. Iowa City Reprographics is located at 114 South Dubuque Street, Iowa City, Iowa, 52240, (319) 338 -7872. A $25.00 non - refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Iowa City Reprographics. Prospective bidders are advised that the City of Iowa City desires to employ minority contrac -tors and subcontractors on City projects. A listing of minority contractors can be ob- tained 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 subcon- tract. 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 - contrac -tors, together with quanti- ties, unit prices and extended dollar amounts. By virtue of statutory authority, pref - erence must be given to prod- ucts and provi -sions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa recipro -cal 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 irregu - larities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR. CITY h CLERK 20 0 80797 Prepared by: Kumi Morris, Engineering Division, 410 E. Washington St., Iowa City, IA 52240 (319)356 -5044 RESOLUTION NO. 10 -139 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT. WHEREAS, Aqua Logic, Inc. of Waconia, Minnesota has submitted the lowest responsible bid of $207,250.00 for construction of the above -named project. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The contract for the construction of the above -named project is hereby awarded to Aqua Logic, Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above -named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The Director of Parks and Recreation is authorized to execute change orders as they may become necessary in the construction of the above -named project. Passed and approved this 27th day of Apri1 120 n ATTEST:_71 ' CITY'CtERK It was moved by Wilburn adopted, and upon roll call there were: MAYOR „ and seconded by ey's AYES: NAYS: ABSENT: X Bailey X Champion X Dickens X Hayek X Mims X Wilburn X Wright pweng \res\MercerAq uabcAwdCon -10. doc 4/10 'f -LZ-M Resolution be z 4d(3) Prepared by: Kumi Morris, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5044 RESOLUTION NO. 11 -380 RESOLUTION ACCEPTING THE WORK FOR THE IOWA CITY MERCER PARK AQUATIC CENTER POOL FILTER REPLACEMENT PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the Iowa City Mercer Park Aquatic Center Pool Filter Replacement Project, as included in a contract between the City of Iowa City and Aqua Logic, Inc. of Waconia, Minnesota, dated April 27, 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 Mercer Pool Filter Replacement Project account # 4324 - 445100; and WHEREAS, the final contract price is $213,372.08. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 6th day of December 20.LL_• MAYOR i ATTEST: CITY'CLERK Approved by 4—ty-AttpMey's16fficdi /-2 i // It was moved by Champion and seconded by wr; ght the Resolution be adopted, and upon roll call there were: AYES: X x x X x x x Pweng /res /mercerpkaquafilter - acptwork.doc 11/11 NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright