Loading...
HomeMy WebLinkAboutBLOWER REPLACEMENT/WASTEWATER TREATMENT PLANT/2011lump IN 4 a ft'EPLACEMENT/ WASTEWATER glum �Ilfl � —Mm - // 5-Am- // S —Apx-- / / l`i -Ai,k // If-ApR - // Blower &Plrcemv-n -} 1o2ot! ,qQ rives_ ? /ecwj °P-NtawcH 'Rep IrtC4. 1 I�ES��I.��i09 -.• /'" 7T .52."f7�i nq !L p"AI ;C �?�.rih.9' Oh- �'1'p';l 5 0.9,Il on ��a„s� �zc :c2�s �vr ✓, vF 4k 7 u1wrP Q11rrver (�ca Iw c,,L7p �r�J I ^/9� C;�1 C �er1 /� �o a c �);sh sa;d.. kexLr V%c Cl:r - /c��i hq `, �'v 1�..�; n. ¢�w- �O[ �jLic �i S0.i Q PIR.r.s pn 4 "tt 417 Rr - U)Sj� -D /�%� rcF �� oo[zzS R ulsFO KkF_c L roil C�s�pcc i 4c �9:Jcers -RPSa(,Aor\ 11- 10 Qy roJ�nq p(C�rLS, srk MCk�.IO2s -�ar►, o� corltrac`� arJ C4. mcL o u CoS� 'tom r l --:tie �n,&4r uc-�, o�., o-C' 44a '!owa C% WVST`t� �(owry 2�lace r,�e•` -� �ro� ���1 1es�a611; s4,'�,ny a -mots, o4 {�,:d / �iccom�any e 7 'a1c4 A;d� d recl r�Q C;4 Cl-Pr1L Id pt,-6 N SL r�oE:ce - �o L7iMeY�� J & ik:rlQ YrM2 t�&,A- ��QCP 4 r- (AC21 0 AddendLirn 'i dd<ndkr -1 a 3 - "i - _// Ale- C �y CIe N k- o�'- -I�.r? -4-,aa L' %'i)C �wi P f��o�,•��, -� Re�Iace_rhe, -�— rp�ec -f _ _ _ 44; c e_ 4o B ; drl e rs - f rtw- 6 C+FY Copy - DO NOT UPDATE! CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE IOWA CITY WWTP BLOWER REPLACEMENT PROJECT IOWA CITY, IOWA N O 3 {m v m s 0 °T cn C3 0 "rojoc,t Mcommd r .H.0 Stanley Consultants INC. AStW,j Group Company Eng %med , Ertrra ll xd Comtm dw Sovk s - WMddde 00 01 05.dm W astowtorr II rr'Ganinvient Fadfi y GH. of oowen Gilly Iowa City, �ovva I hereby certify that this engineering document was prepared by me or �NUttW1t1t1411N4r under my direct personal duly licensed lot am a yq��,,,,,, Professional Engineer under the alws of the State Iowa. `a��,�OQP�F...... ••; n re) (date) ;•' y = U ; JAY M. : m Printed or typed name Jay M. Brady o BRADY 'e License number: 13153 :• 13153 ' My license renewal date is December 31, 2012. lk ��i* �' "••••••'•�•o``� Pages or sheets covered by this seal: As listed on Table of Contents I hereby certify that this engineering document was prepared direct cased J S)O' ��,, Professional Engineer under the laws of the Slate of Iowa.dulyl `\\\��\Q\\�0�.1 / �<) z THOMASJ. (signature) (date) Printed or typed name Thomas J. Meraen = �? M �4N m -ju . License number: 19064 •' My license renewal date is December 31, 2011. 'iii f�' "'••• "''!• rrr �rOltw P. Pages or sheets covered by this seal: As listed on Table of Contents ttttlOO\\\\\\\\ Stanley Consultants INC. AStW,j Group Company Eng %med , Ertrra ll xd Comtm dw Sovk s - WMddde 00 01 05.dm I hereby certify that this engineering document was prepared by me or under my Professional supervision Engineeru d a er the wsof the State lofIowa duly licensed ```ESS10At xx (signature) (d e)2 VERNON L. z Printed or typed name Vernon L. McAllister MCALLISTER m 8333 ZD m License number: 8333 My license renewal dale is December 31, 2012. ' /'J'* • • low A• •• o *`\``` ` o w P," Pages or sheets covered by this seal: As listed on Table of Contents O i C1.4 N y O Stanley Consultants INC. A Salley Group Cmpazry Eog, eecng Er)onm 01 aM Comhc6w Smu -WA Mde 00 01 OS.dac NOTICE OF PUBLIC HEARING IS TO BE PLACE HERE NP -1 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE IOWA CITY WWTP BLOWER 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 WWTP Blower Replacement Project in said city at 7:00 p.m. on the 5th day of April, 2011, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK N P C -) 1 rri O Ul :> O O NOTICE TO BIDDERS IS TO BE PLACED HERE NTB -1 NOTICE TO BIDDERS IOWA CITY WWTP BLOWER REPLACEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 p.m. local time on the 20th day of April, 2011. Sealed proposals wi be opened immediately thereafter by the CIE ineer or designee. Bids submitte�, by fax machin shall not be deemed a "sea�d bid" for purpo es of this Project. Proposals received after thi deadline will be returned 6 the bidder unopened. Proposals will be act upon by the City Council at a meeting to be hp. d in the Emma J. Harvat Ha at 7:00 P.M. on tee 3rd day of May, 2 it 1, or at s ecial meeting celled for that purpose. / The Project will involvp the following: Work comprises generN cons ction of aeration blower replacement and, ociated equipment located at the Iowa City /South Wastewater Treatment Plant for lovo City, Iowa. Work includes removal of exipti6 blower, installation of new blower ar appurtenances, and modifications to exi hng a ctrical and piping systems. Work a� §o inclu es installation of additional mechanical mixers. All work is to 46 done in strict mpllance with the plans and ypecifications prep red by Stanley Consultants, I c., of Muscatine, to a, which have heretofore been approved by the Cit Council, and are on file or public examination in he Office of the City CI rk. Each p posal shall be completed n a form furnishe by the City and must be acco ganied in a se led envelope, separate from the one contgi ,hing the proposal, by a bid bond executed by 7 corporation authorized to contract as a surety 7REASURER he State of Iowa, in the sum of 10% of thcbid. e bid security shall be made payable to he OF THE CITY OF IOWA CI�Q', 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 mainte- nance 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 0 �n a rri �r =� " t CD C=3 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 o the contract, and shall also guarantee the mainten ce of the improvement for a period of one (1) yea s) from and after its comple)isn and formal accep nce by the City Council. The following Ii itations shall apply to this Project: Working Days: 180 Specified Start Date: ay 23, 2011 CD Milestone Date: lower anti mixer shop ° � drawings submitted by ,} ne 3, ?x(511. Substantial Completion: ctm er 28, 2011 W Y Final Completion: Novem e�119, 2011 Liquidated Damages: $1y5 per day from the N Yv substantial and final com letio dates. $500 per J l— day from milestone date.. °�1 v The plans, specificatigqns and pro sed contract documents may be examined at th office of the N City Clerk. Copies of laid plans and s ecifications and form of proposal blanks may be ecured at the Office of Stanli7y Consultants, Inc, Muscatine, Iowa, by bona fid bidders. A $25 deposit ))'§ required for each set o plans and specificati hs provided to bidders or ther interested per ons. The deposit shall be in the form of a eck, made payable to Stanley Consultants, nc. Deposit will be returned upo}I receipt of a ch returned plan and specification sets. Prospect a bidders are advised that the City of Iowa City desires to employ minority contractors and su ntractors on City projects. A listing of minori contractors can be obtained from the Iowa epartment of Economic Development at (515 242 -4721 and the Iowa Department of Tra sportation Contracts Office at (515) 239- I�idders shall list on the Form of Proposal the r mes of persons, firms, companies or other arties 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 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 re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any'or all N O tv <A ]!7 C �.< C.II � O O 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 (ANTI- DISCRIMINATION REQUIREMENTS) .......... ............................... GENERAL CONDITIONS ............................................... ............................... SUPPLEMENTARY CONDITIONS ................................ ............................... ENERGY EFFICIENCY AND CONSERVATION BLOCK GRANT (EECBG) Federal Provision Requirements ............................... ............................... RESTRICTION ON NON - RESIDENT BIDDING ON NON - FEDERAL -AID PROJECTS............................................................... ............................... ATTACHMENT: FORMAL PROJECT FORM OF PROPOSAL [TO SUBMIT] ATTACHMENT: TECHNICAL SPECIFICATIONS ATTACHMENT: DRAWINGS Page Number .... NP -1 .... NTB -1 .... NB -1 .... IB -1 .... FP -1 .... BB -1 .... AG -1 .... PB -1 CC -1 (thru pg.7) GC -1 SC -1 EECBG -1 frail n ry c- z) v v� <n C:) c_j 23407.01.00 TABLE OF CONTENTS ms SECTION 00 01 10 -Pagel BLOWER REPLACEMENT PROJECT CITY OF IOWA CITY WASTEWATER TREATMENT FACILITY IOWA CITY, IOWA SPECIFICATIONS GROUP GENERAL REQUIREMENTS SUBGROUP DIVISION 01 GENERAL REQUIREMENTS 01 1100 Summary of Work 01 2000 Price and Payment Procedures 01 25 13 Product Substitution Procedures c" ) Product Substitution Request Form 01 3000 Administrative Requirements 01 3300 Submittal Procedures n Submittal Transmittal Form 01 4000 Quality Requirements 01 43 33 Manufacturer's Field Services 01 5000 Temporary Facilities and Controls 01 60 00 Product Requirements 01 7000 Execution and Closeout Requirements 01 7700 Closeout Procedures 01 73 19 Installation Requirements 01 7823 Operating and Maintenance Data Operating and Maintenance Manual Cover Diagram 1 thru 2 1 thru 3 1 thru 3 thru 4 thru 7 thru 4 thru 2 thru 4 thru 2 thru 4 thru 2 thru 2 thru 4 Resp. Charge Section Title Page FACILITY CONSTRUCTION SUBGROUP DIVISION 02 EXISTING CONDITIONS JMB 0241 00 Demolition FACILITY SERVICES SUBGROUP DIVISION 26 ELECTRICAL VLM 26 05 05 Common Work Results for Electrical Packaged Equipment PROCESS EQUIPMENT SUBGROUP DIVISION 40 PROCESS INTEGRATION TJM 40 94 43 Programmable Logic Process Controllers DIVISION 44 POLLUTION CONTROL EQUIPMENT JMB 44 42 19 -16 Motor- Driven Blowers JMB 44 42 46 -26 Submersible Propeller Mixers 1 thru 8 1 thru 8 1 thru 8 1 thru 10 p 1 thlµ 6 c" ) a°i n N r N d < r, ;0 3C c-n T O O NOTE TO BIDDERS The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal N 0 In-a :gym -° s :x ut v 0 In-a 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 Engineer 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. �a F. A bidder is a person or entity who submits a bid. G. A sub - bidder is a person or entity who submits a bid to a biddeO�fgOmaterialsi equipment or labor for a portion of the work. p 7 Ln ARTICLE 2 — BIDDER'S REPRESENTATIONS''' C5 0 2.1 The bidder by making a bid represents that the bidder has read and understands the bidding documents, and the bid is made in accordance with those documents. 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. l% 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 The bid is based upon the materials, equipment and systems required by the bidding documents without exception. iz LLJ CD 0 L6 ARTICLE 3— BIDDING D©CUMENiS U1- >-U C"i7Wlete sets of the bidding documents may be obtained from the office of the S. eer for the deposit sum as indicated. The deposit will be refunded to plan hors 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 the Engineer receives written notification within the 30 calendar day period following receipt of bids. L 3.1,1 Copigs B� A. N 3.2 B. Bidders shall use complete sets of bidding documents in preparing bids. Neither the Owner nor the Engineer assumes responsibility for errors or misinterpretations resulting from the use of incomplete sets of bidding documents. No partial sets will be issued. C. In making copies of the bidding documents available on Owner and the Engineer do so only for the purpose of work, and do nor confer license or grant permission for bidding documents. the above terms, the obtaining bids for the any other use of the 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 Engineer 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 Engineer at least nine days prior to the date for receipt of bids. M 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 AIA Substitutions form for substitution requirements. B. Substitutions shall be considered after award. 3.4 Addenda A. Addenda will be mailed or delivered to all who are known by the Engineer 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 two (2) days prior to the date for receipt of bids, except for any one or more of the following reasons: 1. An addendum withdrawing the request for bids. 2. An addendum which includes postponement of the date for receipt of bids. 3. An addendum issued after receipt of bids and prior to execution of the contract. D. Each bidder shall ascertain prior to submitting a bid that he has received all addenda issued, and the bidder shall acknowledge their receipt in tI0proper location on the bid form. C-) ro ARTICLE 4— BIDDING PROCEDURES 4.1 Form and Style of Bids _v r0 A. Submit bids in duplicate on forms identical to the form bound intF -..tWe pro ect manual. Separate copies of the bid form are contained within the back cov� 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. E. All requested alternates shall be bid. If no change in the base bid is required, enter "No Change ". M 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 @nd 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 (,tj shall -Nave a current power of attorney attached certifying the agent's authority to bid`p -66 bidder. N V >. "�. H.c No id may be withdrawn for a period of 30 calendar days after the date of ding. 4.2 did Secar�y A. Each bid shall be accompanied by a bid security in the amount of ten percent (10 %) of the base bid and in the form of surety bond pledging that the bidder will enter into a contract with the Owner on the items stated in his bid and will, if requested, furnish bonds covering the faithful performance of the contract and the payment of all obligations arising there under. Should the bidder refuse to enter into such contract or fail to furnish such bond if required, the amount of the bid security shall be forfeited to the Owner as liquidated damages, not as a penalty. A cashier's check, cash or certified check will not be an accepted bid bond. 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 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 2:30 p.m. April 20, 2011. 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 bido m��ified gL resubmitted. —A ARTICLE 5 — CONSIDERATION OF BIDS b c� W cn 5.1 Opening of Bids .V o A. The properly identified bids received on time will be opened publicly and will be read aloud. 5.2 Rejection of Bids A. The Owner will have the right to reject any or all bids, and to reject a bid not accompanied by the required bid security or by another data required by the bidding documents, or to reject a bid which is in any way incomplete or irregular. 5.3 Acceptance of Bid (Award) A. It is the intent of the Owner to award a contract to the lowest responsible bidder provided the bid has been submitted in accordance with the requirements of the M 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 A. The bidder shall, within seven (7) days of notification of selection for the award of a contract for the work, submit the following information to the Engineer: 1. A designation of the work to be performed by the bidder with the bidder's own forces. 2. The proprietary names and the suppliers or principal items or system of materials and equipment proposed for the project. 3. A list of names of the subcontractors or other persons or entities proposed for the principal portions of the work. B. __The bidder will be required to establish to the satisfaction of the Engineer and I=Ihe Owner the reliability and responsibility of the persons or entities proposed to 67,furais_h :and perform the work described in the bidding documents. C. N Pri too the award of the contract, the Engineer will notify the bidder in writing if .� c\, eift�n� the Owner or Engineer, after due investigation, has reasonable objection test y such proposed person or entity. If the Owner or the Engineer has rea nable objection to such proposed person or entity, the bidder may, at the biQ%r'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 bidders usual sources. The cost of furnishing such bonds shall be included in the bid. B. If the Owner requires that bonds be obtained from other than the bidder's usual source, all change in cost will be adjusted as provided in contract documents. L.M. 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 Tuesday, April 12, 2011, 1:30 p.m. local time, at Iowa City South Wastewater Treatment Plant in Iowa City, Iowa, located at 4366 Napoleon Street Southeast. 8.2 Parking 1. Parking is available at the South Wastewater Treatment Plant. IMIN N v C-) � �r C:) 7 rll Y o O IMIN FORM OF PROPOSAL IOWA CITY WWTP BLOWER 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: 2:30 PM local time on April 20, 2011 _ .9 TO: City Clerk City of Iowa City City Hall =� t 410 East Washington Street =<<^ Iowa City, Iowa 52240 0 C) 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 WWTP BLOWER REPLACEMENT PROJECT located at the South Wastewater Treatment Plan in strict accordance with the Project Manual and the Drawings dated March March 22, 2011, including Addenda numbered and , inclusive, prepared by Stanley Consultants, Inc., for the Base Bid Lump Sum of: BASE BID Dollars ($ Include in the Base Bid Lump Sum a $20,000 allowance for unanticipated work identified and performed during construction of the project. The undersigned bidder submits herewith bid security in the amount of $ ten percent (10 %) of the Base Bid amount. 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 Substantial Completion on or before October 2,1� 2011 „< C11 LU - Firm: 7 N L1 , c��= Signature: o_ v N Printed Name: Title: FP -2 Address: Phone: Contact: FP -3 o� Rp 3 x� -o (-n C) r 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 obli lion IS conditioned on the Principal submission of the accompanying bid, dated for. -- Project. —i N , NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, v (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of A.D., 20_ (Seal) Witness Principal By (Title) (Seal) Surety By Witness (Attorney -in -fact) Attach Power -of- Attorney Tamil 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 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, as amended; 0 C. Plans; a :9 _T1 d. Specifications and Supplementary Conditions; c-) N e. Notice to Bidders; =4 n CD y ;0 [n f. Note to Bidders; y o g. Performance and Payment Bond; h. Restriction on Non - Resident Bidding on Non - Federal -Aid Projects; L 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 ] Citv Contractor (Signature) (Printed name) (Signature) (Printed name) Mayor Title ATTECT: r= City Clerk ® c� � i d AG -2 ATTEST: (Title) (Company Official) Approved By: City Attorney's Office RE C� N C.) N � C" =� m AG -3 cn 0 rn 0 PERFORMANCE AND PAYMENT BOND as (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 Contract ,t incaurety� hereby bind themselves, their heirs, executors, administrators, successors and assirtoing% an severally. ; a CD WHEREAS, Contractor has, as of entered into a y (date) written Agreement with Owner for Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by _, 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 V-2 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. SIGNED AND SEALED THIS DAY OF 20 IN THE PRESENCE OF: (Principal) Witness (Title) (Surety) fitness (Title) t) ..� LLI (Street) v - s (City, State, Zip) N (Phone) No Con�i ract Gontripfl nce Progrim CITY OF IOWA CITY N O_ C7 g . n a 0 Y C) 7r N _ �' :_{C) N m `7C C CT1 q O 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: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 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 abVe by the City's Human Rights Ordinance. The City's protected classes are listed at IC& CityTity CoJq section 2 -3 -1. '?-< N rn °'' ts q o 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 CJ rf; IYJ 5f e The ur &signed 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 obtainirV necessary posters. LL et V O S: 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 0 t7 N m y o SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF 0 �A ur staMshould`(�e aware of and be required to abide by your Equal Employment Opportunity program. All bm�loye_es a�' LI-zed to hire, supervise, promote, or discharge employees or are involved in such actions L ld lip. trainee: and required to comply with your policy and the current equal employment opportunity lams. c,,l c>>-- _ CV >-(-? 4. ECRU TMIJ sc C) (a) J*t potential employees know you are an equal opportunity employer. This can be done by Wentifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word -of -mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?' Only use job - related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare Interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of 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 r x� City orC?P� � � 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 N C= �7 -i iTl �<m 3� o 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: Aiding Or Abetting; Retaliation; Intimidation 2 -3 -1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, upgrade or refer for employ- ment, or to otherwise discriminate in employment against any other person or to discharge any employee be- cause of age, color, creed, disability, gender Identity, marital status, nation- al origin, race, religion, sex or sexual orientation. 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- 2 -3.1 C. It shall be unlawful for any employer, employment agency, labor organiza- tion or the employees or members thereof. to directly or indirectly adver- tise or in any other manner Indicate or publicize that Individuals are unwel- come, objectionable or not solicited for employment or membership be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95 -3697, 11 -7 -1995) D. Employment policies relating to preg- nancy and childbirth shall be governed by the following: Iowa City CC -6 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. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or pro- 897 plicant or member. a Vr, Y - -, U N U .`.� vo r cam—+ 2 -3.1 C. It shall be unlawful for any employer, employment agency, labor organiza- tion or the employees or members thereof. to directly or indirectly adver- tise or in any other manner Indicate or publicize that Individuals are unwel- come, objectionable or not solicited for employment or membership be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95 -3697, 11 -7 -1995) D. Employment policies relating to preg- nancy and childbirth shall be governed by the following: Iowa City CC -6 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. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or pro- 897 2 -3 -1 F. 897 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 bonefits 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. The following are exempted from the provisions of this Section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifica- tions are related to a bona fide reli- gious purpose. A religious qualifica- tion for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or reli- gious Institution shall be presumed to be a bona fide occupational qualifica- tion. (Ord. 94 -3647, 11 -8 -1994) 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- tal status, national origin, race, reli- gion, sex or sexual orientation. (Ord. 95 -3697, 11.7 -1995) 3. The employment of individuals for work within the home of the employer If the employer or members of the family reside therein during such em- ployment. 4. The employment of Individuals to render personal service to the person of the employer or members of the employer's family. 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 Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub - Ile 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 nardowly. (Ord. 94 -3647, 11- 8 -1994b �t7 Z C-) -G N rrn -� �� cn O N 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 N O -tr fcn O N 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 required as to any dispute arising between the parties or under the Contract Documents. r> E. Delete all references to mediation and arbitration in their entirety. '11 F. Change all references to "Architect' to read "Engineer." 1.2 ARTICLE 1 - GENERAL PROVISIONS 7 N 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 Agre6�ent ffeueen Owner and Contractor should be substituted with of the Form of Agreement bmeen Owner and Contractor (hereinafter the Agreement). The Form of Agreement is lii'ed 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 receipt of written notice from the Owner to commence and continue correction of such default or neglect with diligence and SUPPLEMENTARY CONDITIONS DOCUMENT SC -1 promptness, the Owner may without prejudice to other remedies the Owner may have, correct such deficiencies. - In such case an ge - Order , shall ad deducting the Owner may deduct from payments then or thereafter due the Contractor the reasonable entire cost of correcting such deficiencies, including Owner's expenses and compensation for the ArshitestEngineer'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. Such Gtion by th wner and mounts charged -te the ContrasteF are both subject -to prier- approval -ef-he Arehitest€ngineeF. 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 Engineer any errors, inconsistencies or omissions discovered by or made known to the Contractor as a request for information in such form as the ArchiteetEngineer may require. It is recognized that the contractor's review is made in the Contractor's capacity as a contractor and not as a licensed design professional, unless otherwise specifically provided in the Contract Documents. The Contractor shall not be liable to the Owner or `4roh1tectEngineer for damage resulting from errors, inconsistencies or omissions in the Contratt Documents unless the Contractor recognized such error, inconsistency or omission r_ - -A failed to report it to the Architect Engineer. If the Contractor performs any LLJ conalrgction activity knowing -it- involves involving a recognized error, inconsistency or omisz�n in the Contract Documents without such notice to the ArshiteetEngineer, the N CoOfftor shall assume appropriate responsibility for such performance and shall bear an c- ap utable all costs for correction. The Contractor shall perform nm..pp8rtion of the Work at any time without Contract Documents or, where required, o app&t ,ed Shop Drawings, Product Data or Samples forsuch 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 ArchitectEngineer 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 SUPPLEMENTARY CONDITIONS DOCUMENT SC -2 require work to be performed after regular working hours or should the Contractor elect to perform work after regular hours, the additional cost of such work shall be borne by the Contractor. E. Add the following paragraphs 3.4.4 through 3.4.6: 3.4.4 Whenever any provisions of the Contract conflict with any agreements or regulation of any kind in force among members of any trade association, unions or councils, which regulate what work shall be included in the work of particular trades, the Contractor shall make all necessary arrangements to reconcile any such conflict without delay or cost to the Owner and without recourse to the r. .,AohitectEngineer or the Owner. 3.4.5 After the Contract has been executed, the Owner and the ArehiteetEngineer 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 relatpq costs under this Contract except the ArehitectEngineer's redesign costs, _and waIfres all claims for additional costs related to the substitution which subse*&,n;ly Vecomeil apparent; and .4 will coordinate the installation of the accepted substitute, makin"Wh "ngej as may be required for the Work to be complete in all respects. tCr .5 will adhere to the contract schedule j Change paragraphs 3.5 to read as follows: clt 3.5 The Contractor warrants to the Owner and Architect Engineer that 4f ateria?oand equipment furnished under the Contract will be of good quality and new unless the Contract Documents 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; except er those inh er` '^ `� ° q alily efthe Work the Contract- Deeuments- reglaire -er permit. 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 ArshitactEngineer, 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 comply perform the Work in compliance with and give notices required by applicable laws, statutes, ordinances, codes, rules, regulations and lawful orders SUPPLEMENTARY CONDITIONS DOCUMENT SC -3 of public authorities bearing on performance of the Work. I. Change paragraph 3.7.3 to read as follows: 3.7.3 If the Contractor performs Work knowing it to be contrary to applicable laws, statutes, ordinances, codes, rules and regulations, or lawful orders of public authorities, the Contractor shall assume full appropriate responsibility for such Work and shall bear the costs attributable to the serrestien and expenses of correcting or replacing such Work. J. Change paragraph 3.7.4 to read as follows: 3.7.4 Concealed or Unknown Conditions. If the Contractor encounters conditions at the site that are 1) subsurface or otherwise concealed physical conditions that differ materially from those indicated in the Contract Documents or 2) unknown physical conditions of an unusual nature that differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, the Contractor shall promptly provide notice to the Owner and the ArshiWEngineer before conditions are disturbed and in no event later than the next business day 21 days after first observance of the conditions. The ArchfteetEngineer will promptly investigate such conditions and, if the Architect Engineer 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 ArshitestEngineer 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 ArchiteeEEngineer shall promptly notify the Owner and Contractor in writing, stating the reasons. if other pa y disputes the n rGhitect°.Agineegs determination e resem endation, that party pay proGeed as pinevided In Article 16. 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 one copy -et all approved Shop Drawings, MSDS Sheets, Product Data, Samples and similar required submittals. These shall be available to the ArchiteetEngineer and shall be delivered to the ArshiteetEngineer for submittal to the Owner upon completion of the Work as a record of the -car Work as: constructed. W) X)Ta'p rI.m ge paragraph 3.13 to read as follows: The Contractor shall confine operations at the site to areas permitted by applicable laws, PtWes, ordinances, codes, rules and regulations, and lawful orders of public authorities and 7 N ontract Documents and shall not unreasonably encumber the site with materials or a 6qr ipment. The Contractor acknowledges that the property on which the Project and x 0�orlf are located may be occupied and in use by the Owner during the execution of the WoR The Contractor shall perform and coordinate its work In such a manner that the N portions of 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 ArshitectEngineer 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 ArohiteotEngineer. 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 ArohiteetEngineer and the Owner in writing. SUPPLEMENTARY CONDITIONS DOCUMENT SC-4 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, ArshitestEngineer, Architect Engineer'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 (otheF than the Work itselo, but only to the extent caused in whole or in part by intentional or negligent acts or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, regardless of whether oF not ruGh claim-, damage, loss or expense is Gaused in paFt by a party indemnified hereunder. 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, compensation or benefits payable by or for the Contractor or a Subcontractor under worker's compensation acts, disability benefit acts or other employee benefit acts. 1.5 ARTICLE 4- ARCHITECT N d A. Change Article 4 to read as follows: o '- ARTICLE 4 - ENGINEER. r C-) N B. Change paragraph 4.1.2 to read as follows: -4c-) N 4.1.2 Duties, responsibilities and limitations of authority of the ArshitectEagireer ag set in the Contract Documents shall not be restricted, modified or extenaw- ithoat wr consent of the OWnerGentFaeteF and ArshiteetEngineer. Consent shall nal'G8 urwamon2 withheld. Y o N C. Change paragraph 4.2.1 to read as follows: 4.2.1 The Architect Owner 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 Engineer issues the final Certificate for Payment to the Contractor on the Project. The ArehliectEngineer will advise and consult with the Owner. The Architect Engineer will have authority to act on behalf of the Owner only to the extent provided in the Contract Documents. D. Change paragraph 4.2.3 to read as follows: 4.2.3 On the basis of the site visits, the Architect Engineer 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 ArehitectEngineer 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 ArchitectEngineer 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. SUPPLEMENTARY CONDITIONS DOCUMENTSC5 LJJ E. Change paragraph 4.2.4 to read as follows: 4.2.4 Except as otherwise provided in the Contract Documents or when direct communications have been specially authorized, the Owner and Contractor shall endeavor to communicate with each other bout matters arising out of or relating to the Contract. Communications try- and -with the Architect's consultants shall be through the ArshitectOwner. Communications by and with Subcontractors and material suppliers shall be through the Contractor. Communications by and with separate contractors shall be through the Owner. Shop Drawings will be directed to Engineer with copy provided to Owner. F. Change paragraphs 4.2.5 through 4.2.6 to read as follows: 4.2.5 Based on the ArchitestOwner's observations and evaluations of the Contractor's Applications for Payment, the ArchitectOwner will review certify recommend to the owne the arneuntsdue the GantraGtoF and will issue Certificates for Payment in such amounts. 4.2.6 The Architect Owner has authority to reject Work which does not conform to the Contract Documents. Whenever the ArchitectOWner - considers it necessary or advisable for implementation of the intent of the Contract Documents, the ArshiteG Owner will have authority 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 ArchiteetOwner 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 ArchiteG Owner to the Contractor, Subcontractors, material and equipment suppliers, their agents or employees, or other persons performing portions of the Work. G. Change paragraph 4.2.9 to read as follows: 4.2.9 The ArchitectOwner will conduct Inspections to determine the date or dates of Substantial Completion and the date of final completion; issue Certificates of Substantial Completion pursuant to Section 9.8; receive and forward to the Owner, for the QwA for review and records, written warranties and related documents required by the Contract and assembled by the Contractor pursuant to Section 9.10; and issue a final Certificate for Payment pursuant to Section 9.10. Engineer will review change orders which require technical changes to the design. H. o Change paragraphs 4.2.10 through 4.2.12 to read as follows: 4.2 115If the Owner and ArshiteetEngineer agree, the Architect Engineer will provide one or mph project representatives to assist in carrying out the ArshitecfEngineer's responsibilities ci at<.,Caa site. The reject N l tt�9 ents 44?41 The ArchitectEngineer will interpret and make recommendations to the Owner o regaling deside matters concerning performance under and requirements of the Contract Documents on written request of either the Owner or Contractor. The Architect Engineer'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 ArchitectEngineer shall be furnished In compliance with this Paragraph 4.2, then the ArehitectEngineer shall furnish such recommendations within such reasonable time after the request Is made that allow sufficient time in the professional Judgment of the ArehitectEngineer for review. 4.2.12 Interpretations and recommendations decisions of the Architect Engineer will be consistent with the intent of and reasonably inferable from the Contract Documents and will be in writing or in the form of drawings. When making such interpretations and recommendations decisions, the ArehitestEngineer will endeavor to secure faithful performance by both Owner and Contractor, will not show partiality to either and will not be SUPPLEMENTARY CONDITIONS DOCUMENT SC-6 liable for results of interpretations or recommendations decisions rendered in good faith. Change paragraph 4.2.14 to read as follows: 4.2.14 The ArshiteG Owner will review and respond to requests for information about the Contract Documents. The ArshitectOwner's response to such requests will be made in writing within any time limits agreed upon or otherwise with reasonable promptness. If appropriate, the Architect Owner will prepare and issue supplemental Drawings and Specifications in response to the requests for information. 1.6 ARTICLE 5 -SUBCONTRACTORS A. Delete paragraph 5.2.1 and add the following: 5.2.1 The CONTRACTOR shall provide, within 24 hours of the bid opening, a list those persons, firms, companies or other parties to whom it proposes /intends to enter into a subcontract regarding this project as required on the Bid Form and the Agreement. 1. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. B. Change paragraph 5.3 to read as follows: 5.3 By appropriate agreement, written where legally required for validity, the Contractor shall require each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Contractor by terms of the Contract Documents, and to assume toward the Contractor all the obligations and responsibilities which the Contractor, by these Documents, assumes toward the Owner and ArshiteslEngineer. Each subcontract agreement shall preserve and protect the rights of the Owner and ArohitectEngineer 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. 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 completed or partially completed construction or to contractors as provided in Subparagraph 10.2.5. 1.8 ARTICLE 7 - CHANGES IN THE WORK 0 o the Contractor wr6Agiullyr"use to- xoperty of the O oNsepa r*r a 6 i Q r) n ZZ D o N A. Change paragraph 7.2.1 to read as follows: 7.2.1 A Change Order is a written instrument prepared by the ArchiteG Engineer and signed SUPPLEMENTARY CONDITIONS DOCUMENT SC -7 by the Owner and Contractor and approved by the ArshiteetEngineer, stating their agreement upon all of the following: B. Add paragraph 7.2.2 as follows: 7.2.2 A Change Order is conclusively presumed to include all adjustments in Contract Time and Contract Sum necessary to complete the change to the Work and related parts of the Work. C. Add paragraph 7.2.3 as follows: 7.2.3 In all Change Orders or Construction Change Directives, the allowance for Overhead and profit to be included in the total cost to the Owner shall not exceed the following amounts: .1 For the Contractor, for any Work performed directly by the Contractor's employees, not including oversight of such work performed by subcontractor, fifteen percent (15%) of the cost. .2 For the Contractor, for Work performed by his Subcontractor, ten percent (10%) of the amount due the Subcontractor. .3 For each Subcontractor, or Sub - subcontractor involved, for any Work performed by such contractors own forces, fifteen percent (15%) of the cost. .4 For each Subcontractor, for Work performed by his Sub - subcontractors, five percent (5%) 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. Change paragraph 7.3.1 to read as follows: 0 7.3£1 A Construction Change Directive is a written order prepared by the Arehkect -Owner j,) aro signed by the Owner and - Architect, directing a change in the Work prior to agreement on 0 „_ ��'ft ;tment, if any, in the Contract Sum or Contract Time, or both. The Owner may by Cbifistruction Change Directive, without invalidating the Contract, order changes in the Work cc,i Svtth' the general scope of the Contract consisting of additions, deletions or other revisions, — t N t &e� ntract Sum and Contract Time being adjusted accordingly. 111 -9 AftCLE V. -TIME ca 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 ArchitectEngineer, 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 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 ArehitestEngineer, 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, SUPPLEMENTARY CONDITIONS DOCUMENT SC -8 unusual- delay- -in deliveries, unavoidable casualties or other causes beyond the Contractor's control, or by delay autherize"olie- Owner- pendingarbitratien, er-�rases-wfaich -the Arehitect€ngineer der,'te° m nes- may4ustify-delay, then the Contract Time shall be extended by Change Order for such reasonable time as the Owner, with the advice of the Arc-hitee Engineer, 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 FA 71 Add paragraph 8.4 LIQUIDATED DAMAGES to read as follows: Since the actual monetary value of damages sustained by the Owner as a result of delayed completion of the Work is extremely difficult or impractical to assess, the Owner and Contractor agree as follows: 1. Upon failure of the Contractor to achieve "Substantial Completion" of the Work in compliance with requirements of the Contract Documents: The Contractor shall pay as liquidated damages, and not as a penalty, the sum of amount as listed in the Notice to Bidders (or Instruction to Bidders) for each calendar day that "Substantial Completion" is delayed beyond the date written in the Agreement, subject to adjustments of the Contract Time as provided for in the Contract Documents. 2. The Owner shall give written notice to the Contractor of intent to assess liquidated damages pursuant to provisions of this Article. Calculation of the amount of liquidated damages shall commence on the date the Owner notifies the Contractor of this intent. 3. Liquidated damages assessed in accordance with these provisions are exclusive of other monetary damages to which the Owner may be entitled as a direct result of the Contractor's failure to achieve final completion of the Work in accordance with requirements of the Contract Documents. These liquidated damages are not intended to be exclusive of Owner's right to terminate this Contract based on Contractors' failure to comply with the terms and provisions of the Contract. 4. Partial performance of the Work of this Contract shall not relieve the Contractor from liability for liquidated damages. 5. Contractor's liability for liquidated damages shall cease upon issuance of Substantial Completion Certificate for the Work of the Contract. 6. Notwithstanding anything in the Contract Documents to the contrary, amounts assessed to the Contractor as liquidated damages may be deducted by the Owner from any money payable to the Contractor pursuant to this Contract. The Owner shall notify the Contractor in writing of a claim for liquidated damages prior to the date the Owner deducts such sum from money payable to the Contractor. o ARTICLE 9 - PAYMENTS AND COMPLETION v In paragraphs 9.3 through 9.10, change "Architect' to read "Owner." N Add the following paragraph 9.3.1.3. m ���-ryry .3 The first payment application shall be accompanied by Contractor' &yapial yypiverbf" lien only, for the full amount of the payment. Each subsequent af&ithly 8gyment application shall be accompanied by the Contractor's partial waiver aWd by tlt�bpartial SUPPLEMENTARY CONDITIONS DOCUMENT SC -9 waivers of Subcontractors and Suppliers who were included in the immediately preceding payment application to the extent of that payment. Application for final payment shall be accompanied by final waivers of lien from the Contractor, Subcontractor and Suppliers who have not previously furnished such final waivers. B. Change paragraph 9.4.1 to read as follows: 9.4.1 The ArshitectOwner will, within seven days after receipt of the Contractor's Application for Payment, either issue to the Owner a Certificate for Payment, with a copy to the Contractor, for such amount as the ArehitestOwner determines is properly due, or notify the Contractor Owner in writing of the 's- reasons for withholding certification in whole or in part as provided in Subparagraph 9.5.1. Nothing herein shall be construed as requiring the ArchitectOwner to reduce the retainage to be applied to payment applications. All certifications and payments, including those pursuant to a pending claim, shall be tentative and conditional and it shall not be necessary for the A,, ch,.i• ^^ *Owner to make any statement to this effect. C. Add paragraph 9.4.2.1: 9.4.2.1 The Architect Owner's determination as to the issuance of or withholding of or the amount of payment reflected on Certificates of Payment shall subject the ArchitectOwner 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 ArshitectOwner. To iensure 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 ArehiteetOwner. RaymeAW -the manner and within the time provided in-the 6eakaet- DGGUme4#6- and shalt se netify the ArGhiteGtEngi E. Change paragraph 9.8.4 to read as follows: When the Work or designated portion thereof is substantially complete, the ArshiteetOwner will prepare a Certificate of substantial Completion that shall establish the date of Substantial Completion, shall establish responsibilities of the Owner and eContractor for security, C1 maintenance, heat, utilities, damage to the Work, and insurance, and shall fix the time within ii i ,wbrch the eContractor shall finish all items on the list accompanying the Certificate. .(IQFanties required by the-Go tantial � pletien of e,/Uerl� eF designated pertion- thereof unless otherwise provided in the �� Gek�isate�f�ubstaatial- Serr�pletier� �-� FF d paragraph 9.10.6: A w &S Notwithstanding any provision to the contrary in this Contract, final payment of the ietainage 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 SUPPLEMENTARY CONDITIONS DOCUMENT SC -10 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 landowners or other parties. The Owner shall be notified once these notices have been served and before the work is performed. 1.12 ARTICLE 11 - INSURANCE AND BONDS A. Change paragraph 11.1.1.5 to read as follows: .5 claims for damages, other than to the Work itself, because of injury to or de�quction of tangible property, including explosion, collapse and damage to underground uUmies ands loss of use resulting therefrom; B. Change paragraph 11.1.2 to read as follows: �� N 11.1.2 The insurance required by Subparagraph 11.1.1 shall be written for notjgss than limil�� of liability specified in the Contract Documents or required by law, whicheve}rgove ge i greater. Coverage whether shall be written on an occurrence or-GWPA6 mad a shalJ` be maintained without interruption from the date of commencement of the Wo`rilfiiil th date of final payment and termination of any coverage required to be maintained aft e final payment, and, with respect to the contractor's completed operations coverage, until the expiration of the period for correction of Work or for such other period for maintenance of completed operations coverage as specified in the Contract Documents. C. Change paragraph 11.1.3 to read as follows: 11.1.3 Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior to commencement of the Work and thereafter upon renewal or replacement of each required policy of insurance. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. These certificates and the insurance policies required by this Section 11.1 shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least 30 days' prior written notice has been given to the Owner. An additional certificate evidencing continuation of liability coverage, including coverage for completed operations, shall be submitted upon final Application for Payment as required by Section 9.10.2 and thereafter upon renewal or replacement of such coverage until the expiration of the time required by Section 11.1.2. Information concerning reduction of coverage on account of revised limits or claims paid under the General Aggregate, or both, shall be furnished by the Contractor with reasonable promptness. 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 SUPPLEMENTARY CONDITIONS DOCUMENT SC -11 his /her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: ' Tyne of Coverage Comprehensive General Liability Bodily Injury & Property Damage` Automobile Liability Bodily Injury & Property Damage Excess Liability Employer's Liability Each Accident Each Employee Policy Limit Professional Liability (if applicable) $500,000 $500,000 $500,000 $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 Owners Governmental Immunities Endorsement. [See attached]. 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 Contractors 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 SUPPLEMENTARY CONDITIONS DOCUMENT SC -12 Each Occurrence Aggregate $1,000,000 $2,0000 ffl' Combined Single Limit $1,000,000 $1,000,000 $1,000,ON01 „a $500,000 $500,000 $500,000 $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 Owners Governmental Immunities Endorsement. [See attached]. 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 Contractors 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 SUPPLEMENTARY CONDITIONS DOCUMENT SC -12 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 Contractorshall include the City and the Engineer as additional insureds on all policies except workers compensation. The Contractor shall include the Owner (City of Iowa City, including its employees, agents and assigns) and the Engineer (Stanley Consultants, Inc., including its employees, agents and assigns) as additional insureds 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 Engineer's and, furthermore, shall not be contributing with any other insurance or similar protection available to the Owner and Engineer, whether such available protection be primary, contributing or excess. Owner and Engineershall be Additional Insureds with respect to all required aforementioned coverages, which shall be stated on all Certificates of Insurance. Such Certificates shall also state that the Governmental Immunities Endorsement (see attached) apply and said endorsements shall be attached thereto. The Contractor shall require any of its agents and subcontractors who perform work and /or services pursuant to the provisions of this Agreement to purchase and maintain the same types of insurance as are required of the Contractor. 11.1.10 The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. if Contractor can only provide "claims- made" insurance coverage, then the Contractor must comply with the following requirements: A. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. B. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase prior acts" insurance 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. T? SUPPLEMENTARY CONDITIONS DOCUMENT SC -13 n� N - �n N m -a a a 11.1.12 In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses exhaust the aggregate limits of Contractor's liability Insurance, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 11.1.13 In the event that any of the policies or insurance coverage identified on Contractors Certificate of Insurance are canceled or modified, then In that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 11.1.14 Contractor shall be responsible for any deductible amounts; including but not limited to the owner's deductible on the owner's builder's risk. E. Delete paragraphs 11.3 in its entirety and add paragraphs 11.3 as follows: 11.3 PROPERTY INSURANCE 11.3.1 OWNER shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws _�nd Regulations). This insurance shall: �, include the interests of OWNER, CONTRACTOR, Subcontractors, Owner's j �,__Englneering Consultants, and any other individuals or entities Identified in the Supt fementary Conditions, and the officers, directors, partners, employees, agents, -x F 2and t1Pr consultants and subcontractors of each and any of them, each of whom is c>_deemad to have an Insurable Interest and shall be listed as an additional insured; =.2 2e written on a Builder's Risk "alb-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; .4 include $100,000 for materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by OWNER; .5 allow for partial utilization of the Work by OWNER, .6 include testing and startup; and 7 be maintained in effect until final payment is made. .8 Such coverage shall not include coverage for loses or damage caused by the negligent acts or omissions of Contractor or Subcontractors, or for damage to material or equipment while under the control of or stored by Contractor prior to SUPPLEMENTARY CONDITIONS DOCUMENT SC -14 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 with the American Institute of Architect Engineer's Document A -312 (1984 Edition), with coverage provided by a surety having a financial rating from A.M. Best of A, VII 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 A chitectEngineer as defined in the Owner /ArehitestEngineer Agreement which are required as a result of the Contractor's default and in protecting the Owner's right under the agreement with the Contractor to remedy the Contractor's default or honor the terms of the Performance Bond. 0 .3 These Bonds shall be maintained by the Contractor and shall r�{a�n fn-full f and effect until final acceptance of the Work by the Owner. The Cont[aWr zi&ees will cause the Surety to agree to be bound by each and every provislonrof all ghe• Contract Documents. r rn a M .4 The Surety shall give written notice to Owner, within seven (7) dak4 afi r rec of a declaration of default, of the Surety's election either to remej fire Wlault or defaults promptly or to perform the work promptly or to pay to OwnerThe pelig 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 SUPPLEMENTARY CONDITIONS DOCUMENT SC -15 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 A. Change paragraph 13.1 to read as follows: 13.1 The Contract shall be governed by the laws of the State of Iowa of the place where the-Prejeet is l9oated e)Ceept that Of the parties have selected arbitration as the ettled -ef binding dispute ieselWie n, the Federal Arbitration Act shall govern Section 15.4. B. Change paragraph 13.3.1 to read as follows: 13.3.1 Written notice shall be deemed to have been duly served if delivered in person to the individual, to a member of the firm or entity or to an officer of the corporation for which it was intended, or if delivered at o sent by registered or certified mail to the last business address known to the party giving notice. N C. ': Chanoparagraph 13.5.1 to read as follows: 1 3.�jJests, inspections and approvals of portions of the Work shall be made as required by �,thei£�ritract Documents and by applicable laws, statutes, ordinances, codes, rules, and regotiOns or lawful orders of public authorities. Unless otherwise provided, the Contractor 1 Ihall.'JC' *e arrangements for such tests, inspections and approvals with an independent r_testingJgboratory or entity acceptable to the Owner, or with the appropriate public authority, �g Aand shall' bear all related costs of tests, inspections and approvals. The Contractor shall give --the AroQeetEngineer and Owner timely notice of when and where tests and inspections are HO be made so the ArshiteG Engineer and Owner may observe such procedures. The Owner shall bear costs of 1) tests, inspections or approvals that do not become requirements until after bids are received or negotiations concluded and 2) tests, inspections or approvals where building codes or applicable laws or regulations prohibit the Owner from delegating their cost to the Contractor. Copies of all reports, data and other documents related to tests, inspections and approvals shall be provided to the .4rchiteetEngineer as soon as practicable. D. Delete paragraphs 13.7. E. Add the following Section 13.8: 13.8 The Contractorshall maintain policies of employment as follows: .1 The Contractor and the Contractor's subcontractors shall not discriminate SUPPLEMENTARY CONDITIONS DOCUMENT SC -16 against any employee or applicant for employment because of race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance. The Contractor shall take affirmative action to insure that applicants are employed, and that employees are treated during employment without regard to their race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the policies of non - discrimination. .2 The Contractor and the Contractor's subcontractors shall, in all solicitations or advertisements for employees placed by them or on their behalf, state that all 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 F. 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 ArehiteetEngineees 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-nesult of termination of the Contract. 1.15 ARTICLE 15- CLAIMS AND DISPUTES C-) 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 seej& g, aswmattg-P of right, payment of money, or other similar relief with respect to the admini8anon %rms b.(a) the Contract during the performance of the Work. The term "Claim" als>�Jrfcluc! s other disputes and matters in question between the Owner and Contractor arising bat of orf@Iating 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 ArshitectEngineer if the ArohiteG Engineer 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 SUPPLEMENTARY CONDITIONS DOCUMENT SC -17 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. unless submitted in a timely anner 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 ArshitestEngineer 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 ArrhiteGEEngineer, if the ArshiteGEEngineer is not serving as the Initial Decision Maker, of any change in the Contract Sum or Contract Time or both. Theappreva the�-yl]nitlal deGiG On shall -be- final- and -b a l arbitration. C. Delete paragraphs 15.2.6 and 15.2.6.1 in their entirety. D. Delete Section 15.3 MEDIATION in its entirety. E. Delete Section 15.4 ARBITRATION in its entirety. F. Add the following paragraph 15.5 to read as follows: 15.5 The Owner and Contractor may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to anv dispute arising between the parties or under the Contract Documents. END OF DOCUMENT 00800 SUPPLEMENTARY CONDITIONS DOCUMENT SC -18 n.r o q LJJo �r Cv C,F y �..:.7 U.__• 0 SUPPLEMENTARY CONDITIONS DOCUMENT SC -18 Energy Efficiency and Conservation Block Grant (EECBG) Provision Requirements SPECIAL PROVISIONS RELATING TO WORK FUNDED UNDER AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009 (MAY 2009) Preamble The American Recovery and Reinvestment Act of 2009, Pub. L. 111 -5, (Recovery Act) was enacted to preserve and create jobs and promote economic recovery, assist those most impacted by the recession, provide investments needed to increase economic efficiency by spurring technological advances in science and health, invest in transportation, environmental protection, and other infrastructure that will provide long -term economic benefits, stabilize State and local government budgets, in order to minimize and avoid reductions in essential services and counterproductive State and local tax increases. Recipients shall use grant funds in a manner that maximizes job creation and economic benefit. The Recipient shall comply with all terms and conditions in the Recovery Act relating generally to governance, accountability, transparency, data collection and resources as specified in Act itself and as discussed below. Recipients should begin planning activities for their first tier subrecipients, including obtaining a DUNS number (or updating the existing DUNS record), and registering with the Central Contractor Registration (CCR). Be advised that Recovery Act funds can be used in conjunction with other funding as necessary to complete projects, but tracking and reporting must be separate to meet the reporting requirements of the Recovery Act and related guidance. For projects funded by sources other than the Recovery Act, Contractors must keep separate records for Recovery Act funds and to ensure those records comply with the requirements of the Act. The Government has not fully developed the implementing instructions of the Recovery Act, particularly concerning specific procedural requirements for the new reporting requirements. The Recipient will be provided these details as they become available. The Recipient must comply with all requirements of the Act. If the recipient believes there is any inconsistency between ARRA requirements and current award terms and conditions, the issues will be referred to the Contracting Officer for reconciliation. Definitions N CJ For purposes of this clause, Covered Funds means funds expended or obligated fc-prn appropriations under the American Recovery and Reinvestment Act of 2009, Pub. : -,M 1-, r "TJ Covered Funds will have special accounting codes and will be identified as Recov%, fir° ds i the grant, cooperative agreement or TIA and /or modification using Recovery Act frtpwsj Covered Funds must be reimbursed by September 30, 2015. ;ern -n M O� Non - Federal employer means any employer with respect to covered funds — the cav&toI subcontractor, grantee, or recipient, as the case may be, if the contractor, subcontractor, 4antee, or recipient is an employer; and any professional membership organization, certification of other professional body, any agent or licensee of the Federal government, or any person acting directly or indirectly in the interest of an employer receiving covered funds; or with respect to covered funds received by a State or local government, the State or local government receiving the funds and any contractor or subcontractor receiving the funds and any contractor or subcontractor of the State or EECBG -1 local government; and does not mean any department, agency, or other entity of the federal government. Recipient means any entity that receives Recovery Act funds directly from the Federal government (including Recovery Act funds received through grant, loan, or contract) other than an individual and includes a State that receives Recovery Act Funds. Special Provisions A. Flow Down Requirement Recipients must include these special terms and conditions in any subaward. B. Segregation of Costs Recipients must segregate the obligations and expenditures related to funding under the Recovery Act. Financial and accounting systems should be revised as necessary to segregate, track and maintain these funds apart and separate from other revenue streams. No part of the funds from the Recovery Act shall be commingled with any other funds or used for a purpose other than that of making payments for costs allowable for Recovery Act projects. r� cv Perohibitigrton Use of Funds rZ c, r� E t dneM -itfe funds provided under this agreement derived from the American Recovery and a "ginvldoent Act of 2009, Pub. L. 111 -5, may be used by any State or local government, or Mly pfive entity, for any casino or other gambling establishment, aquarium, zoo, golf Zour,E •or swimming pool. C. 17 6cess to Records �V With respect to each financial assistance agreement awarded utilizing at least some of the funds appropriated or otherwise made available by the American Recovery and Reinvestment Act of 2009, Pub. L. 111 -5, any representative of an appropriate inspector general, appointed under section 3 or 8G of the Inspector General Act of 1988 (5 U.S.C. App.) or of the Comptroller General is authorized — (1) to examine any records of the contractor or grantee, any of its subcontractors or subgrantees, or any State or local agency administering such contract that pertain to, and involve transactions relation to, the subcontract, subcontract, grant, or subgrant; and (2) to interview any officer or employee of the contractor, grantee, subgrantee, or agency regarding such transactions. D. Publication An application may contain technical data and other data, including trade secrets and /or privileged or confidential information, which the applicant does not want disclosed to the public or used by the Government for any purpose other than the application. To protect such data, the applicant should specifically identify each page including each line or paragraph thereof containing the data to be protected and mark the cover sheet of the application with the following Notice as well as referring to the Notice on each page to which the Notice applies: Notice of Restriction on Disclosure and Use of Data EECBG -2 The data contained in pages - -- of this application have been submitted in confidence and contain trade secrets or proprietary information, and such data shall be used or disclosed only for evaluation purposes, provided that if this applicant receives an award as a result of or in connection with the submission of this application, DOE shall have the right to use or disclose the data here to the extent provided in the award. This restriction does not limit the Government's right to use or disclose data obtained without restriction from any source, including the applicant. Information about this agreement will be published on the Internet and linked to the website www.recoverv.aov , maintained by the Accountability and Transparency Board. The Board may exclude posting contractual or other information on the website on a case -by -case basis when necessary to protect national security or to protect information that is not subject to disclosure under sections 552 and 552a of title 5, United States Code. E. Protecting State and Local Government and Contractor Whistleblowers The requirements of Section 1553 of the Act are summarized below. They include, but are not limited to: Prohibition on Reprisals: An employee of any non - Federal employer receiving covered funds under the American Recovery and Reinvestment Act of 2009, Pub. L. 111 -5, may not be discharged, demoted, or otherwise discriminated against as a reprisal for disclosing, including a disclosure made in the ordinary course of an employee's duties, to the Accountability and Transparency Board, an inspector general, the Comptroller General, a member of Congress, a State or Federal regulatory or law enforcement agency, a person with supervisory authority over the employee (or other person working for the employer who has the authority to investigate, discover or terminate misconduct, a court or grant jury, the head of a Federal agency, or their representatives information that the employee tjejieves is evidence of: • gross management of an agency contract or grant relating to covero fundsy —TI • a gross waste of covered funds • a substantial and specific danger to public health or safety related tr}' r) implementation or use of covered funds; r" • an abuse of authority related to the implementation or use of coveredfiq`Is; • as violation of law, rule, or regulation related to an agency contract (i,j%, ling e competition for or negotiation of a contract) or grant, awarded or issued ret i ng tor, covered funds. � , Agency Action: Not later than 30 days after receiving an inspector general report of an alleged reprisal, the head of the agency shall determine whether there is sufficient basis to conclude that the non - Federal employer has subjected the employee to a prohibited reprisal. The agency shall either issue an order denying relief in whole or in part or shall take one or more of the following actions: • Order the employer to take affirmative action to abate the reprisal. • Order the employer to reinstate the person to the position that the person held before the reprisal, together with compensation including back pay, compensatory damages, employment benefits, and other terms and conditions of employment that would apply to the person in that position if the reprisal had not been taken. • Order the employer to pay the employee an amount equal to the aggregate amount of all costs and expenses (including attorneys' fees and expert witnesses' fees) that were reasonably incurred by the employee for or in connection with, bringing the complaint regarding the reprisal, as determined by the head of a court of competent jurisdiction. Nonenforceablity of Certain Provisions Waiving Rights and remedies or Requiring Arbitration: Except as provided in a collective bargaining agreement, the rights and EECBG -3 remedies provided to aggrieved employees by this section may not be waived by any agreement, policy, form, or condition of employment, including any predispute arbitration agreement. No predispute arbitration agreement shall be valid or enforceable if it requires arbitration of a dispute arising out of this section. Requirement to Post Notice of Rights and Remedies: Any employer receiving covered funds under the American Recovery and Reinvestment Act of 2009, Pub. L. 111 -5, shall post notice of the rights and remedies as required therein. (Refer to section 1553 of the American Recovery and Reinvestment Act of 2009, Pub. L. 111 -5, www.Recovery.gov, for specific requirements of this section and prescribed language for the notices.). F. Request for Reimbursement Reserved G. False Claims Act Recipient and sub - recipients shall promptly refer to the DOE or other appropriate Inspector General any credible evidence that a principal, employee, agent, contractor, sub - grantee, subcontractor or other person has submitted a false claim under the False Claims Act or has committed a criminal or civil violation of laws pertaining to fraud, conflict or interest, bribery, gratuity or similar misconduct involving those funds. H. Information in supporting of Recovery Act Reporting Re cpient rUay be required to submit backup documentation for expenditures of funds under th(?;Rec�v$iy Act including such items as timecards and invoices. Recipient shall provide copies mfbaf=kup documentation at the request of the Contracting Officer or designee. _J Mt Mallability of Funds .J LL Funds �ppJOpriated under the Recovery Act and obligated to this award are available for reimburserzrent of costs until September 30, 2015. L3 N J. Additional Funding Distribution and Assurance of Appropriate Use of Funds Applicable if award is to a State Government or an Agency Certification by Governor -- Not later than April 3, 2009, for funds provided to any State or agency thereof by the American Reinvestment and Recovery Act of 2009, Pub. L. 111 -5, the Governor of the State shall certify that: 1) the state will request and use funds provided by the Act; and 2) the funds will be used to create jobs and promote economic growth. Acceptance by State Legislature -- If funds provided to any State in any division of the Act are not accepted for use by the Governor, then acceptance by the State legislature, by means of the adoption of a concurrent resolution, shall be sufficient to provide funding to such State. Distribution — After adoption of a State legislature's concurrent resolution, funding to the State will be for distribution to local governments, councils of government, public entities, and public - private entities within the State either by formula or at the State's discretion. K. Certifications With respect to funds made available to State or local governments for infrastructure investments under the American Recovery and Reinvestment Act of 2009, Pub. L. 111 -5, EECBG -4 the Governor, mayor, or other chief executive, as appropriate, certified by acceptance of this award that the infrastructure investment has received the full review and vetting required by law and that the chief executive accepts responsibility that the infrastructure investment is an appropriate use of taxpayer dollars. Recipient shall provide an additional certification that includes a description of the investment, the estimated total cost, and the amount of covered funds to be used for posting on the Internet. A State or local agency may not receive infrastructure investment funding from funds made available by the Act unless this certification is made and posted. REPORTING AND REGISTRATION REQUIREMENTS UNDER SECTION 1512 OF THE RECOVERY ACT (MAY 2009) a. This award requires the recipient to complete projects or activities which are funded under the American Recovery and Reinvestment Act of 2009 (Recovery Act) and to report on use of Recovery Act funds provided through this award. Information from these reports will be made available to the public. b. The reports are due no later than ten calendar days after each calendar quarter in which the recipient receives the assistance award funded in whole or in part by the Recovery Act. c. Recipients and their first -tier recipients must maintain current registrations in the Central Contractor Registration (http: /Iwww.cer.gov) at all times during which they have active federal awards funded with Recovery Act funds. A Dun and Bradstreet Data Universal Numbering System (DUNS) Number (http: / /www.dnb.com) is one of the requirements for registration in the Central Contractor Registration. d. The recipient shall report the information described in section 1512(c) of the Recovery Act using the reporting instructions and data elements that will be provided online at http: / /www.FederalReporting.gov and ensure that any information that is pre - filled is corrected or updated as needed. ,,.,, V1 GVVJ \ lvpII I G4VOf : J .•- THIS AWARD TERM IS APPLICABLE TO ANY RECOVERYACT FUNDS FOR CONSTRUCTION. ALTERATION, MAINTENANCE, OR REPAIR OF PUBLIC BUILb_LNQ-QR t PUBLIC WORK AND THE TOTAL PROJECT VALUE IS ESTIMATED LESS THAN37.443@0 l j THIS AWARD TERM ALSO APPLIES TO ALL SUBGRANTS AND CONTRACTS. T is c3 w a. Definitions. As used in this award term and condition -- (1) Manufactured good means a good brought to the construction site for incorporation into the building or work that has been - (i) Processed into a specific form and shape; or (ii) Combined with other raw material to create a material that has different properties than the properties of the individual raw materials. (2) Public building and public work means a public building of, and a public work of, a governmental entity (the United States; the District of Columbia; commonwealths, territories, and minor outlying islands of the United States; State and local governments; and multi- State, regional, or interstate entities which have governmental functions). These buildings and works may include, without limitation, bridges, dams, plants, highways, parkways, streets, subways, tunnels, sewers, mains, power lines, pumping stations, heavy generators, railways, airports, terminals, docks, piers, wharves, ways, lighthouses, buoys, jetties, breakwaters, levees, and canals, and the construction, alteration, maintenance, or repair of such buildings and works. EECBG -5 C� U-1 (3) Steel means an alloy that includes at least 50 percent iron, between .02 and 2 percent carbon, and may include other elements. b. Domestic preference. (1) This award term and condition implements Section 1605 of the American Recovery and Reinvestment Act of 2009 (Recovery Act) (Pub. L. 111 - -5), by requiring that all iron, steel, and manufactured goods used in the project are produced in the United States except as provided in paragraph (b)(3) and (b)(4) of this section and condition. (2) This requirement does not apply to the material listed by the Federal Government as follows: None [Award official to list applicable excepted materials or indicate "none "] (3) The award official may add other iron, steel, and /or manufactured goods to the list in paragraph (b)(2) of this section and condition if the Federal Government determines that -- (1) 0 4J (i) The cost of the domestic iron, steel, and /or manufactured goods would be unreasonable. The cost of domestic iron, steel, or manufactured goods used in the project is unreasonable when the cumulative cost of such material will increase the cost of the overall project by more than 25 percent; (ii) The iron, steel, and /or manufactured good is not produced, or manufactured in the United States in sufficient and reasonably available quantities and of a satisfactory quality; or (iii) The application of the restriction of section 1605 of the Recovery Act would be inconsistent with the public interest. c. Request for determination of inapplicability of Section 1605 of the Recovery Act . (i) Any recipient request to use foreign iron, steel, and /or manufactured goods in accordance with paragraph (b)(3) of this section shall include adequate information for Federal Government valuation of the request, including — (A) A description of the foreign and domestic iron, steel, and /or manufactured goods; (B) Unit of measure; r., r N ' (iv) (C) Quantity; (D) Cost; (E) Time of delivery or availability; (F) Location of the project; (G) Name and address of the proposed supplier; and (H) A detailed justification of the reason for use of foreign iron, steel, and /or manufactured goods cited in accordance with paragraph (b)(3) of this section. A request based on unreasonable cost shall include a reasonable survey of the market and a completed cost comparison table in the format in paragraph (d) of this section. The cost of iron, steel, and /or manufactured goods material shall include all delivery costs to the construction site and any applicable duty. Any recipient request for a determination submitted after Recovery Act funds have been obligated for a project for construction, alteration, maintenance, or repair shall explain why the recipient could not reasonably foresee the need for such determination and could not have requested the determination before the EECBG -6 funds were obligated. If the recipient does not submit a satisfactory explanation, the award official need not make a determination. (2) If the Federal Government determines after funds have been obligated for a project for construction, alteration, maintenance, or repair that an exception to section 1605 of the Recovery Act applies, the award official will amend the award to allow use of the foreign iron, steel, and/or relevant manufactured goods. Wlten the basis for the exception is nonavailability or public interest, the amended award shall reflect adjustment of the award amount, redistribution of budgeted funds, and/or other actions taken to cover costs associated with acquiring or using the foreign iron, steel, and/or relevant manufactured goods. When the basis for the exception is the unreasonable cost of the domestic ion, steel, or manufactured goods, the award official shall adjust the award amount or redistribute budgeted funds by at least the differential established in 2 CPR 176.110(a). (3) Unless the Federal Govermnent determines that an exception to section 1605 of the Recovery Act applies, use of foreign iron, steel, and/or manufactured goods is noncompliant with section 1605 of the American Recovery and Reinvestment Act. d. Data. To permit evaluation of requests under paragraph (b) of this section based on unreasonable cost, the Recipient shall include the following information and any applicable supporting data based on the survey of suppliers: Foreign and Domestic Items Cost Comparison Description Unit of Measure Quantity Cost dollars * Item 1: CD Foreign steel, iron, or manufactured good Domestic steel, iron, or manufactured good c�—C �® Item 2: r'a Foreign steel, iron , or manufactured good _rYt �Ja��� enln nnenu ICenTI IDCn cnnn CC[!�1 \ /CCaCn Domestic steel, iron, or manufactured good List name, address, telephone number, email address, and contact for suppliers surveyeVAttach copy of response; if oral, attach summary. CD Include other applicable supporting information. c�—C �® *Include all delivery costs to the construction site. r'a RF(1111RFn I IRF r1F AhAGRIr`e nl IRnAI CTCFI _rYt �Ja��� enln nnenu ICenTI IDCn cnnn CC[!�1 \ /CCaCn AND REINVESTMENT ACT OF 2009 (MAY 2009) THIS AWARD TERM IS APPLICABLE TO ANY RECOVERY ACT FUNDS FOR CONSTRUCTION, ALTERATION, MAINTENANCE, OR REPAIR OF A PUBLIC BUILDING OR PUBLIC WORK WITH A TOTAL PROJECT VALUE OVER $7,443.000 THAT INVOLVES IRON, STEEL, AND /OR MANUFACTURED GOODS MATERIALS COVERED UNDER INTERNATIONAL AGREEMENTS. THIS AWARD TERM ALSO APPLIES TO ALL SUBGRANTS AND CONTRACTS. a. Definitions. As used in this award term and condition -- EECBG -7 Designated country — (1) A World Trade Organization Government Procurement Agreement country (Aruba, Austria, Belgium, Bulgaria, Canada, Cyprus, Czech Republic, Denmark, Estonia, Finland, France, Germany, Greece, Hong Kong, Hungary, Iceland, Ireland, Israel, Italy, Japan, Korea (Republic of), Latvia, Liechtenstein, Lithuania, Luxembourg, Malta, Netherlands, Norway, Poland, Portugal, Romania, Singapore, Slovak Republic, Slovenia, Spain, Sweden, Switzerland, and United Kingdom; (2) A Free Trade Agreement (FTA) country (Australia, Bahrain, Canada, Chile, Costa Rica, Dominican Republic, El Salvador, Guatemala, Honduras, Israel, Mexico, Morocco, Nicaragua, Oman, Peru, or Singapore); or (3) A United States - European Communities Exchange of Letters (May 15, 1995) country: Austria, Belgium, Bulgaria, Cyprus, Czech Republic, Denmark, Estonia, Finland, France, Germany, Greece, Hungary, Ireland, Italy, Latvia, Lithuania, Luxembourg, Malta, Netherlands, Poland, Portugal, Romania, Slovak Republic, Slovenia, Spain, Sweden, and United Kingdom. Designated country iron, steel, and /or manufactured goods — (1) Is wholly the growth, product, or manufacture of a designated country; or (2) In the case of a manufactured good that consist in whole or in part of materials from another country, has been substantially transformed in a designated country into a new and different manufactured good distinct from the materials from which it was transformed. Domestic iron, steel, and /or manufactured good — (1) Is wholly the growth, product, or manufacture of the United States; or �2) in the case of a manufactured good that consists in whole or in part of materials from >aljafher country, has been substantially transformed in the United States into a new and — r7t .. t c Ldifferent manufactured good distinct from the materials from which it was transformed. zs cere is no requirement with regard to the origin of components or subcomponents in >gMufactured goods or products, as long as the manufacture of the goods occurs in the = 1- -L"ted States. A = vow a Fore iron, steel, and /or manufactured good means iron, steel and /or manufactured good < that is not domestic or designated country iron, steel, and /or manufactured good. Manufactured good means a good brought to the construction site for incorporation into the building or work that has been -- (1) Processed into a specific form and shape; or (2) Combined with other raw material to create a material that has different properties than the properties of the individual raw materials. Public building and public work means a public building of, and a public work of, a governmental entity (the United States; the District of Columbia; commonwealths, territories, and minor outlying islands of the United States; State and local governments; and multi- State, regional, or interstate entities which have governmental functions). These buildings and works may include, without limitation, bridges, dams, plants, EECBG -8 highways, parkways, streets, subways, tunnels, sewers, mains, power lines, pumping stations, heavy generators, railways, airports, terminals, docks, piers, wharves, ways, lighthouses, buoys, jetties, breakwaters, levees, and canals, and the construction, alteration, maintenance, or repair of such buildings and works. Steel means an alloy that includes at least 50 percent iron, between .02 and 2 percent carbon, and may include other elements. b. Iron, steel, and manufactured goods. (1) The award term and condition described in this section implements- - (i) Section 1605(a) of the American Recovery and Reinvestment Act of 2009 (Pub. L. 111 -5) (Recovery Act), by requiring that all iron, steel, and manufactured goods used in the project are produced in the United States; and (ii) Section 1605(d), which requires application of the Buy American requirement in a manner consistent with U.S. obligations under international agreements. The restrictions of section 1605 of the Recovery Act do not apply to designated country iron, steel, and /or manufactured goods. The Buy American requirement in section 1605 shall not be applied where the iron, steel or manufactured goods used in the project are from a Party to an international agreement that obligates the recipient to treat the goods and services of that Party the same as domestic goods and services. This obligation shall only apply to projects with an estimated value of $7,443,000 or more. (2) The recipient shall use only domestic or designated country iron, steel, and manufactured goods in performing the work funded in whole or part with this award, except as provided in paragraphs (b)(3) and (b)(4) of this section. (3) The requirement in paragraph (b)(2) of this section does not apply to the iron, steel, and manufactured goods listed by the Federal Government as follows: r� None [Award official to list applicable excepted materials or indicate "none "] )7-=+ (4) The award official may add other iron, steel, and manufactured good'TI 018t in paragraph (b)(3) of this section if the Federal Government determines the 3 (i) The cost of domestic iron, steel, and /or manufactured goods would b6i;9ead6hable. The cost of domestic iron, steel, and /or manufactured goods used in tse prof� is unreasonable when the cumulative cost of such material will increase the overall cost of the project by more than 25 percent; + (ii) The iron, steel, and /or manufactured good is not produced, or manufactured in the United States in sufficient and reasonably available commercial quantities of a satisfactory quality; or (iii) The application of the restriction of section 1605 of the Recovery Act would be inconsistent with the public interest. c. Request for determination of inapplicability of section 1605 of the Recovery Actor the Buy American Act. (1) (i) Any recipient request to use foreign iron, steel, and /or manufactured goods in accordance with paragraph (b)(4) of this section shall include adequate information for Federal Government evaluation of the request, including- - (A) A description of the foreign and domestic iron, steel, and /or manufactured goods; (B) Unit of measure; EECBG -9 (C) Quantity; (D) Cost; (E) Time of delivery or availability; (F) Location of the project; (G) Name and address of the proposed supplier; and (H) A detailed justification of the reason for use of foreign iron, steel, and /or manufactured goods cited in accordance with paragraph (b)(4) of this section. (ii) A request based on unreasonable cost shall include a reasonable survey of the market and a completed cost comparison table in the format in paragraph (d) of this section. (iii) The cost of iron, steel, or manufactured goods shall include all delivery costs to the construction site and any applicable duty. (iv) Any recipient request for a determination submitted after Recovery Act funds have been obligated for a project for construction, alteration, maintenance, or repair shall explain why the recipient could not reasonably foresee the need for such determination and could not have requested the determination before the funds were obligated. If the recipient does not submit a satisfactory explanation, the award official need not make a determination. (2) If the Federal Government determines after funds have been obligated for a project for construction, alteration, maintenance, or repair that an exception to section 1605 of the Recovery Act applies, the award official will amend the award to allow use of the foreign iron, steel, and /or relevant manufactured goods. When the basis for the exception is nonavailability or public interest, the amended award shall reflect adjustment of the award amount, redistribution of budgeted funds, and /or other appropriate actions taken to cover costs associated with acquiring or using the foreign iron, steel, and /or relevant manufactured goods.. When the basis for the exception is the unreasonable cost of the domestic iron, steel, or manufactured goods, the award official shall adjust the award amount or redistribute budgeted funds, as appropriate, by at least the differential established in 2 CFR 176.110(a). (3) Unless the Federal Government determines that an exception to section 1605 of the Recovery Act applies, use of foreign iron, steel, and /or manufactured goods other than M designated country iron, steel, and /or manufactured goods is noncompliant with the ° al2loicable Act. u� yc �. To permit evaluation of requests under paragraph (b) of this section based on Di Cl- —� unreasonable cost, the applicant shall include the following information and any �g N >-5applicable supporting data based on the survey of suppliers: U. Foreign and Domestic Items Cost Comparison n Description Unit of Measure Quantity Cost (dollars)* Item 1: Foreign steel, iron, or manufactured good Domestic steel, iron, or manufactured good Item 2: Foreign steel, iron , or manufactured good Domestic steel, iron, or manufactured good EECBG -10 List name, address, telephone number, email address, and contact for suppliers surveyed. Attach copy of response; if oral, attach summary. Include other applicable supporting information. *Include all delivery costs to the construction site. WAGE RATE REQUIREMENTS UNDER SECTION 1606 OF THE RECOVERY ACT (MAY 2009) TERM ALSO APPLIES TO ALL SUBGRANTS AND CONTRACTS. a. Section 1606 of the Recovery Act requires that all laborers and mechanics employed by contractors and subcontractors on projects funded directly by or assisted in whole or in part by and through the Federal Government pursuant to the Recovery Act shall be paid wages at rates not less than those prevailing on projects of a character similar in the locality as determined by the Secretary of Labor in accordance with subchapter IV of chapter 31 of title 40, United States Code. Pursuant to Reorganization Plan No. 14 and the Copeland Act, 40 U.S.C. 3145, the Department of Labor has issued regulations at 29 CFR parts 1, 3, and 5 to implement the Davis -Bacon and related Acts. Regulations in 29 CFR 5.5 instruct agencies concerning application of the standard Davis -Bacon contract clauses set forth in that section. Federal agencies providing grants, cooperative agreements, and loans under the Recovery Act shall ensure that the standard Davis -Bacon contract clauses found in 29 CFR 5.5(a) are incorporated in any resultant covered contracts that are in excess of $2,000 for construction, alteration or repair (including painting and decorating). 2009 b. For additional guidance on the wage rate requirements of section 1606, contact your awarding agency. Recipients of grants, cooperative agreements and loans should direct their initial inquiries concerning the application of Davis -Bacon requirements to a particular federally assisted project to the Federal agency funding the project. The Secretary of Labor retains final coverage authority under Reorganization Plan Number 14. a. To maximize the transparency and accountability of funds authorized under the American Recovery and Reinvestment Act of 2009 (Pub. L. 111 - -5) (Recovery Act) as required by Congress and in accordance with 2 CFR 215.21 "Uniform Administrative Requirements for Grants and Agreements" and OMB Circular A--102 Common Rules provisions, recipients agree to maintain records that identify, adequately the source and application of Recovery Act funds. OMB Circul$PA- -102 is available at hfp: /Avww.whitehouse.gov /omb /circulars /al02 /a102aml - b. For recipients covered by the Single Audit Act Amendments of 1996 i OMS Circular A --133, "Audits of States, Local Governments, and Non -Profs c- N Organizations," recipients agree to separately Identify the expenditurattr Rr Federal awards under the Recovery Act on the Schedule of Expenditures of Ndgral- ardo (SEFA) and the Data Collection Form (SF - -SAC) required by OMB dgAPar A - -133. OMB Circular A--133 is available at �" ° w hfp: /Avww.whitehouse.gov /omb /circulars /al33 /al33.htmi. This shall be EECBG -11 accomplished by identifying expenditures for Federal awards made under the Recovery Act separately on the SEFA, and as separate rows under Item 9 of Part III on the SF - -SAC by CFDA number, and inclusion of the prefix "ARRA-" in identifying the name of the Federal program on the SEFA and as the first characters in Item 9d of Part III on the SF - -SAC. c. Recipients agree to separately identify to each subrecipient, and document at the time of subaward and at the time of disbursement of funds, the Federal award number, CFDA number, and amount of Recovery Act funds. When a recipient awards Recovery Act funds for an existing program, the information furnished to subrecipients shall distinguish the subawards of incremental Recovery Act funds from regular subawards under the existing program. d. Recipients agree to require their subrecipients to include on their SEFA information to specifically identify Recovery Act funding similar to the requirements for the recipient SEFA described above. This information is needed to allow the recipient to properly monitor subrecipient expenditure of ARRA funds as well as oversight by the Federal awarding agencies, Offices of Inspector General and the Government Accountability Office. DAVIS BACON ACT AND CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (NOV 2009) THIS AWARD TERM IS APPLICABLE TO ARRA AWARDS WHEN WAGE RATE REQUIREMENTS UNDER SECTION 1606 OF THE RECOVERYACT TERM IS APPLICABLE, THIS AWARD TERM IS ALSO APPLICABLE TO SUBGRANTS AND CONTRACTS. Definitions: For purposes of this clause, Clause 30, Davis Bacon Act and Contract Work Hours and Safety Standards Act, the following definitions are applicable: (1) "Award" means any grant, cooperative agreement or technology investment agreement made with Recovery Act funds by the Department of Energy (DOE) to a Recipient. Such Award must require compliance with the labor standards clauses and wage rate requirements of the Davis -Bacon Act (DBA) for work performed by all laborers and mechanics employed by Recipients (other than a unit of State or local government whose own employees perform the construction) Subrecipients, Contractors, and sul @ntractors. (2)P 0 I, means an entity that enters into a Contract. For purposes of these clauses, Contractor shall inQ.l�tsde "i Fi plicable) prime contractors, Recipients, Subrecipients, and Recipients' or Subrecipients' contractd' bcontractors, and lower -tier subcontractors. "Contractor" does not mean a unit of State or lo¢4 govyrSent where construction is performed by its own employees." (3�Co oir' means a contract executed by a Recipient, Subrecipient, prime contractor, or any tier sulMontracG? for construction, alteration, or repair. It may also mean (as applicable) (i) financial assistance inc` mens such as grants, cooperative agreements, technology investment agreements, and loans; and, (ii) Sub awards, contracts and subcontracts issued under financial assistance agreements. "Contract" does not mean a financial assistance instrument with a unit of State or local govermnent where construction is performed by its own employees. (4) "Contracting Officer" means the DOE official authorized to execute an Award on behalf of DOE and who is responsible for the business management and non - program aspects of the financial assistance process. (5) "Recipient" means any entity other than an individual that receives an Award of Federal funds in the form of a grant, cooperative agreement, or technology investment agreement directly from the Federal Government and is financially accountable for the use of any DOE funds or property, and is legally responsible for carrying out the terms and conditions of the program and Award. EECBG -12 (6) "Subaward" means an award of financial assistance in the form of money, or property in lieu of money, made under an award by a Recipient to an eligible Subrecipient or by a Subrecipient to a lower -tier subrecipient. The term includes financial assistance when provided by any legal agreement, even if the agreement is called a contract, but does not include the Recipient's procurement of goods and services to carry out the program nor does it include any form of assistance which is excluded from the definition of "Award" above. (7) " Subrecipient" means a non - Federal entity that expends Federal funds received from a Recipient to carry out a Federal program, but does not include an individual that is a beneficiary of such a program. (a) Davis Bacon Act (1) Minimum wages. (i) All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and, without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (a)(1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in §5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein, provided that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph (a)(1)(ii) of this section) and the Davis -Bacon poster (WH -1321) shall be posted at all times by the Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii)(A) The Contracting Officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the Contract shall be classified in conformance with the wage determination. The Contracting Officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed %a classification in the wage determination; o C7 (2) The classification is utilized in the area by the construction industr¢;�td T. y (3) The proposed wage rate, including any bona fide fringe benefits, b�HeatNbhable r relationship to the wage rates contained in the wage determination. -< o ;v (B) If the Contractor and the laborers and mechanics to be employed in the classgtpigon 0 known), or their representatives, and the Contracting Officer agree on the classifi6ition arcbvage rate (including the amount designated for fringe benefits where appropriate), a report of th6action taken shall be sent by the Contracting Officer to the Administrator of the Wage and Hour Division, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized EECBG -13 representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the Contracting Officer or will notify the Contracting Officer within the 30 -day period that additional time is necessary. (C) In the event the Contractor, the laborers or mechanics to be employed in the classification or their representatives, and the Contracting Officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the Contracting Officer shall refer the questions, including the views of all interested parties and the recommendation of the Contracting Officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the Contracting Officer or will notify the Contracting Officer within the 30 -day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii)(B) or (C) of this section, shall be paid to all workers performing work in the classification under this Contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the Contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the Contractor shall either pay the benefit as stated in the wage determination or shall pay ano0rer bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided that the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (2) Withholding. The Department of Energy or the Recipient or Subrecipient shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the Contractor under this Contract or any other Federal contract with the same prime contractor, or any other federally - assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any subcontractor the full amount of wages required by the Contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the Contract, the Department of Energy, Recipient, or Subrecipient, may, after written notice to the Contractorponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, pfiguarantee of funds until such violations have ceased. t;7 k'! `! (A�yroll"nd b'i{i rrecords. W (i)cP,pyr6l&*d basic records relating thereto shall be maintained by the Contractor during the course of the _J w6V an ?15ieserved for a period of three years thereafter for all laborers and mechanics working at the site o w �'(br under the United States Housing Act of 1937, or under the Housing Act of 1949, in the coils ructtllo2Dr development of the project). Such records shall contain the name, address, and social seaity number of each such worker, his or her correct classification, hourly rates of wages paid (including ratFs'of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section t(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made, and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis - Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or EECBG -14 trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii) (A) The Contractor shall submit weekly for each week hr which any Contract work is performed a copy of all payrolls to the Department of Energy if the agency is a party to the Contract, but if the agency is not such a party, the Contractor will submit the payrolls to the Recipient or Subrecipient (as applicable), applicant, sponsor, or owner, as the case may be, for transmission to the Department of Energy. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead, the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH -347 is available for this purpose from the Wage and Hour Division Web site at http:// www. dol. gov /esa/whd/forms/wh347instr.htm or its successor site. The prime Contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the Department of Energy if the agency is a party to the Contract, but if the agency is not such a party, the Contractor will submit them to the Recipient or Subrecipient (as applicable), applicant, sponsor, or owner, as the case may be, for transmission to the Department of Energy, the Contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the sponsoring government agency (or the Recipient or Subrecipient (as applicable), applicant, sponsor, or owner). (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the Contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be provided under § 5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under § 5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the Contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or inrimctly from the full wages earned, other than permissible deductions as set forth in Reg4lations9 CFA y t part 3; C > + (3) That each laborer or mechanic has been paid not less than the applicable waai"artes ahp firing0 ,. benefits or cash equivalents for the classification of work performed, as specified' p e agqicabli i wage determination incorporated into the Contract. r3 ta-q (C) The weekly submission of a properly executed certification set forth on the reverse sidof Optignpl Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance required by paragraph (a)(3)(ii)(B) of this section. 1, t- ; 11 (D) The falsification of any of the above certifications may subject the Contractor or subcontractor, to civil or criminal prosecution under section 1001 of title 18 and section 3729 of title 31 of the United States Code. (iii) The Contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the Department of Energy or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the Contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the Contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee EECBG -15 of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) Apprentices and trainees- (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the Contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a Contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the joumeyman's hourly rate) specified in the Contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the Contractor will no longer be permitted to ,Atilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable grogram is approved. C y PSaiu�es. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the p °_ fredfjt @fined rate for the work performed unless they are employed pursuant to and individually registered c\yi a WAgram which has received prior approval, evidenced by formal certification by the U.S. Department r`Af 1.hbfUEmployment and Training Administration. The ratio of trainees to journeymen on the job site �' iha(Uekbe greater than permitted under the plan approved by the Employment and Training y' Adii4nisTration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the ` applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity. The utilization of apprentices, trainees, and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended and 29 CFR part 30. EECBG -16 (5) Compliance with Copeland Act requirements. The Contractor shall comply with the requirements of 29 CFA part 3, which are incorporated by reference in this Contract. (6) Contracts and Subcontracts. The Recipient, Subrecipient, the Recipient's, and Subrecipient's contractors and subcontractor shall insert in any Contracts the clauses contained herein in(a)(l) through (10) and such other clauses as the Department of Energy may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The Recipient shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of the paragraphs in this clause. (7) Contract termination: debarment. A breach of the Contract clauses in 29 CFR 5.5 may be grounds for termination of the Contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this Contract. (9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this Contract shall not be subject to the general disputes clause of this Contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the Recipient, Subrecipient, the Contractor (or any of its subcontractors), and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility. (i) By entering into this Contract, the Contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this Contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. (b) Contract Work Hours and Safety Standards Act. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. (1) Overtime requirements. No Contractor or subcontractor contracting for any part of the Contract work Ngl$ch may require or involve the employment of laborers or mechanics shall require or permit any such laborer ormc7rmmc in any workweek in which he or she is employed on such work to work in excess of forty hours in suet wi)rkAk —I— unless such laborer or mechanic receives compensation at a rate not less than one and one -half tirnES We bAQ rate 61° pay for all hours worked in excess of forty hours in such workweek. c 7 < N r� (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the cfeiTs9r3ct fah in paragraph (b)(1) of this section, the Contractor and any subcontractor responsible therefor shall be ttab far t& unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States (irie case g&work done under contract for the District of Columbia or a territory, to such District or to such teritory), or liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section. (3) Withholding for unpaid wages and liquidated damages. The Department of Energy or the Recipient or Subrecipient shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally- assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or EECBG -17 subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section. (4)Contracts and Subcontracts. The Recipient, Subrecipient, and Recipient's and Subrecipient's contractor or subcontractor shall insert in any Contracts, the clauses set forth in paragraph (b)(1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The Recipient shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (4) of this section. The Contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the Contract for all laborers and mechanics, including guards and watchmen, working on the Contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. The records to be maintained under this paragraph shall be made available by the Contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the Department of Energy and the Department of Labor, and the Contractor or subcontractor will permit such representatives to interview employees during working hours on the job. EECBG -18 M U � ED t...i, , Jr N }-U CJ 0 N EECBG -18 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 0 C7 3L l� -fir -0 M Y p co INSERT FORM OF PROPOSAL TO SUBMIT TO CITY CLERK a 3i O 23407.01.00 SUMMARY OF WORK ms1128 SECTION 01 11 00 - Page 1 PART1 GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. Work of this Agreement comprises general construction of aeration blower replacement and associated equipment including removal of existing blower, installation of new blower and appurtenances, and modifications to existing electrical and piping systems. Work also includes installation of additional mechanical mixers. B. Work is located at the Iowa City South Wastewater Treatment Plant for Iowa City, Iowa, 1.02 AGREEMENT v A. Construct Work under single lump sum Agreement. -I-- � N 1 1.03 WORK BY OTHERS min A. Owner - retained system integrator will perform programming modifications to the plat 5()Au?, T&ystee required for integrating the new blower into the plant SCADA system. 'y B. Contractor is responsible for all connections and terminations between the blower control package and the plant SCADA panel local to the blower building. Contractor through the supplier is responsible for the blower control package including any integration and programming associated with that package. 1.04 WORK SEQUENCE A. Construct Work in fashion that accommodates Owner's use of premises during construction period; coordinate construction schedule and operations with Owner's Representative. Schedule Work to minimize interruptions to utility service. 1.05 CONTRACTOR USE OF PREMISES A. Limit Contractor's use of premises for Work and for storage, to allow for Owner occupancy. B. Coordinate use of premises under direction of Owner. Contractor shall confine construction equipment, storage of materials and equipment and operations of workers to areas permitted by law, ordinances, permits, or requirements of Contract Documents, and shall not unreasonably encumber premises with construction equipment or other material or equipment. C. Assume full responsibility for protection and safekeeping of items under this Agreement, stored on Site. D. Move any stored items, under Contractor's control, which interfere with operations of Owner or separate contractor. E. Obtain and pay for use of additional storage or Work areas needed for operations. F. Maintain site in neat and orderly fashion. 1.06 OWNER OCCUPANCY A. Owner will occupy premises during entire period of construction for conduct of its normal operations and operation of the wastewater aeration system including blowers. Cooperate with Owner's Representative in all construction operations to minimize conflict, and to facilitate Owner usage. 1. Maintain existing blower building in substantially continuous operation during construction, making and removing temporary connections as necessary. SUMMARY OF WORK 23407.01.00 Page 2 -SECTION 01 11 00 ms1128 2. Perform Work hazardous to operation of existing equipment or which will require interruption of service at times specifically approved by Owner. B. Contractor shall at all times conduct its operations as to ensure least inconvenience to Owner staff. PART PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION cn 0 t U az LJ ra � U" N 23407.01.00 PRICE AND PAYMENT PROCEDURES ms1128 SECTION 0120 00 - Page 1 PART1 GENERAL 1.01 CONTINGENCY ALLOWANCES A. Include in Contract, a stipulated price of $20,000 for use upon Owners instruction. B. Contractor's costs for products, delivery, installation, labor, insurance, payroll, taxes, bonding, equipment rental, overhead and profit will be included in Change Orders authorizing expenditure of funds from this Contingency Allowance. C. Funds will be drawn from Contingency Allowance only by Change Order. D. At closeout of Contract, funds remaining in Contingency Allowance will be credited to Ovgr by Change Order. ° 1.02 TESTING AND INSPECTION ALLOWANCES K 61 A. Contractor shall be responsible for equipment testing and inspection performed by4yWufWurer'k, Field Engineer. Costs associated with testing by the manufacturer's field engineerjnVUdin9binci R1t labor and facilities required to assist the field engineer in carrying out the field test' F'�ff-site tesf� ,, and any retesting upon failure of previous tests as determined by Owner. 7F v o B. Independent testing agent may be retained by Owner at its discretion. Cost for independenf[esting shall be borne by the Owner. 1.03 SCHEDULE OF VALUES A. Submit a printed schedule on AIA Form G703 - Application and Certificate for Payment Continuation Sheet or EJCDC C-620 — Contractor's Application for Payment. Contractor's standard form or electronic media printout will be considered. B. Submit Schedule of Values in duplicate within 15 days after date of Owner - Contractor Agreement. C. Format: Use Table of Contents of this Project Manual. Identify each line item with number and title of major specification Section. Identify site mobilization, bonds and insurance, D. Include in each line item, amount of allowances specified in this section. For unit cost allowances, identify quantities taken from Contract Documents multiplied by unit cost to achieve total for item. E. Include within each line item, a direct proportional amount of Contractor's overhead and profit. F. Revise schedule to list approved Change Orders, with each Application for Payment. 1.04 APPLICATIONS FOR PAYMENT A. Submit 3 copies of each application on EJCDC C-620 — Contractor's Application for Payment, Contractor's electronic media driven form subject to Owner approval, or AIA Form G702 - Application and Certificate for Payment and AIA G703 - Continuation Sheet. B. Content and format: Use Schedule of Values for listing items in Application for Payment. C. Submit an updated construction schedule with each Application for Payment. D. Payment period: Submit at intervals stipulated in Agreement. E. Submit with transmittal letter as specified for Submittals in Section 01 33 00. PRICE AND PAYMENT PROCEDURES 23407.01.00 Page 2 - SECTION 0120 00 ms1128 F. Substantiating data: When Engineer requires substantiating information, submit data justifying dollar amounts in question. Include following with application: 1. Affidavits attesting to off -site stored products. 2. Construction progress schedules, revised and current as specified herein. 1.05 CHANGE PROCEDURES A. Submittals: Submit name of individual authorized to receive change documents, and be responsible for informing others in Contractor's employ or Subcontractors of changes to Work. B. Engineer will advise of minor changes in Work not involving an adjustment to Contract Price or Contract Time by issuing supplemental instructions on Engineer's Instruction to Contractor (ITC). C. Owner may issue a proposal request which includes detailed description of proposed change with supplementary or revised Drawings and Specifications, change in Contract Time for executing change. Contractor will prepare and submit an estimate within 5 days. D. Contractor may propose changes by submitting a request for change to Engineer, describing proposed change and its full effect on Work. Include a statement describing reason for change, and effect on Contract Price and Contract Time with full documentation. Document any requested substitutions in accordance with Section 0160 00. E. Stipulated price Change Order: Based on proposal request and Contractor's fixed maximum price quotation or Contractors request for a Change Order as approved by Owner. F. Unit price Change Order: For contract unit prices and quantities, Change Order will be executed on a fixed unit price basis. For unit costs or quantities of units of work which are not pre- determined, execute Work under a EJCDC C940 - Work Directive Change. Changes in Contract Price or Contract Time will be computed as specified for Time and Material Change Order. G. Construction Change Directive: Engineer may issue a directive, on AIA Form G713 Construction Change Directive signed by Owner, instructing Contractor to proceed with a change in Work, for subsequent inclusion in a Change Order. Document will describe changes in Work, and designate method of determining any change in Contract Price or Contract Time. Promptly execute change. H. Time and material Change Order: Submit itemized account and supporting data after completion of change, within time limits indicated in Conditions of Contract. Owner will determine change allowable in Contract Price and Contract Time as provided in Contract Documents. I. TAaintain etailed records of work done on time and material basis. Provide full information required ifol e�a�J ion of proposed changes, and to substantiate costs for changes in Work. C) a- L' J J. bbcuVA each quotation for a change in cost or time with sufficient data to allow evaluation of .1 R9ot�R- N >_ 5 K. %anbBOrder Forms: AIA G701 Change Order or Engineer's Change Order. L. ilkutio °f Change Orders: Owner will issue Change Orders for signatures of parties as provided in (5nditions of Contract. M. Correlation of Contractor submittals: 1. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust Contract Price. 2. Promptly revise progress schedules to reflect any change in Contract Time, revise sub - schedules to adjust times for other items of work affected by change, and resubmit. 3. Promptly enter changes in Project Record Documents. 23407.01.00 PRICE AND PAYMENT PROCEDURES ms1128 SECTION 0120 00 - Page 3 1.06 REQUEST FOR INFORMATION A. Questions regarding conflicts or intent of the Contract Documents shall be submitted by Contractor on attached Request for Information (RFI) form. 1.07 DEFECT ASSESSMENT A. Replace Work, or portions of Work, not conforming to specified requirements. B. If, in opinion of Owner, it is not practical to remove and replace Work, Owner will direct an appropriate remedy or adjust payment. C. Defective Work may remain, but price will be adjusted to a new price at discretion of Owner. D. Defective Work will be partially repaired to instructions of Owner, and price will be adjusted to a new price at discretion of Owner. E. Individual specification sections may modify these options or may identify a specific formula or percentage price reduction. F. Authority of Owner to assess defect and identify payment adjustment, is final. G. Nonpayment for rejected products: Payment will not be made for rejected products for any of following: 1. Products wasted or disposed of in a manner that is not acceptable. 2. Products determined as unacceptable before or after placement. 3. Products not completely unloaded from transporting vehicle. 4. Products placed beyond lines and levels of required Work. 5. Products remaining on hand after completion of Work. 6. Loading, hauling, and disposing of rejected products. PART PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION 0 : '1 '. -'0 c-) -C ry �i�t Ci1' a ,� RFOUES I FOR INFORMATION RFI No.: Stanley Consultants INC Contract No. Date: and Name: Contractor: Owner: Engineer: Subject: Drawing Reference: Spec Section: Information Required (Be Specific): Contractor Representative Date Reply: N f Engineer Representative Date �+G of THIS IS NOT A CHANGE IN SCOPE AUTHORIZATION. IF, IN YOUR OPINION, THIS RESPONSE INVOLVES WORK WHICH CHANGES THE CONTRACT PRICE OR TIME, YOU MUST SUBMIT A PROPOSAL OR A NOTICE AS REQUIRED IN THE CONTRACT DOCUMENTS. 23407.01.00 PRODUCT SUBSTITUTIONS PROCEDURES ms1128 SECTION 01 25 13 - Page 1 PART1 GENERAL 1.01 SUBSTITUTIONS A. For period of 30 days after effective date of Agreement, Engineer will consider formal requests from Contractor for substitution of products in place of those specified. After end of that period, requests will be considered only in case of product unavailability or other conditions beyond control of Contractor. B. Submit 3 copies of request for substitution for consideration using attached Product Substitution Request Form. Limit each request to one proposed Substitution. Support each request with: 1. Complete data substantiating compliance of proposed substitutions with requirements stated in Contract Documents. Burden of proof is on proposer. a. Product identification, including manufacturer's name and address. b. Manufacturer's literature; identify: 1) Product description. 2) Reference standards. 3) Performance and test data. c. Samples, as applicable. d. Name and address of similar projects on which product has been used, and date of each installation. 2. Itemized comparison of proposed substitution with product specified; list significant variations. 3. Data relating to changes in construction schedule. 4. Any effect of substitution on separate contracts. 5. List of changes required in other work or products. 6. Accurate cost data comparing proposed substitution with product specified. Amount of any net change to Contract Price. 7. Designation of required license fees or royalties. 8. Designation of availability of maintenance services, sources, or replacement materials. C. Substitutions will not be considered for acceptance when: 1. They are indicated or implied on Shop Drawings. 2. They are requested directly by Subcontractor or supplier. 3. Acceptance will require substantial revision of Contract Documents. N•. p e D. Substitute products shall not be ordered or installed without written notification fraarl1ngin er of } -j Owners acceptance. )> :--J E. Engineer will determine acceptability of proposed substitutions. _ <r- M •_ m v 1.02 CONTRACTOR'S REPRESENTATION C> Z' o A. In making formal request for substitution Contractor represents that: Y- 1. It has investigated proposed product and has determined that it is equal to or superior in all respects to that specified. 2. It will provide same warranties or Bonds for substitution as for product specified or as required by Owner. 3. It will coordinate installation of accepted substitution into Work, and will make such changes as may be required for Work to be complete in all respects. 4. It waives claims for additional costs caused by substitution which may subsequently become apparent. 5. Cost data is complete and includes related costs under its Agreement, but not: a. Costs under separate contracts. b. Engineer's costs for redesign or revision of Contract Documents. 6. It will reimburse Owner for charges of Engineer or Engineer's consultants for evaluating any proposed substitute, whether proposed substitute is accepted or rejected. PRODUCT SUBSTITUTION PROCEDURES 23407.01.00 Page 2 - SECTION 01 25 13 ms1128 1.03 ENGINEER DUTIES A. Review Contractor's requests for substitution with reasonable promptness and advise Owner. B. Notify Contractor in writing of Owner's decision to accept or reject requested substitution. PART PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION o � f 1 Ci � CJ U 1- CV y-U `..� -e � Q � A U CS r o N PRODUCT SUBSTITUTION REQUEST FORM To: Project: Specified Item: Section Page Paragraph The undersigned request consideration of the following: PROPOSED SUBSTITUTION Description Attached data includes product description, specifications, drawings, photographs, performance, and test data adequate for evaluation of the request; applicable portions of the data are clearly identified. Attached data also includes a description of changes to the Contract Documents that the proposed substitution will require for its proper installation. The undersigned certifies that the following paragraphs, unless modified by attachments are correct: 1. The proposed substitution does not affect dimensions shown on Drawings. 2. The undersigned will pay for changes to the building design, including engineering design, detailing, and construction costs caused by the requested substitution. 3. The proposed substitution will have no adverse affect on other trades, the construction schedule, or specified warranty requirements. 4. Maintenance and service parts will be locally available for the proposed substitution. The undersigned further states that the function, appearance, and quality of the proposed substitution are equivalent or superior to the specified item. Submitted by Signature Firm Address Date Telephone _ Attachments For use by Engineer /Architect ❑ Approved ❑ Approved as noted ❑ Not Approved ❑ Received too late M Date Remarks 0 Cad {n N fV r r— T' O 47 23407 01 00 ADMINISTRATIVE REQUIREMENTS msl128 SECTION 01 30 00 - Page 1 PART1 GENERAL 1.01 COORDINATION AND PROJECT CONDITIONS A. Coordinate scheduling, submittals, and Work of the various sections of the Project Manual to ensure efficient and orderly sequence of installation of Interdependent construction elements. B. Verify utility requirements and characteristics of operating equipment are compatible with building utilities. Coordinate work of various sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. C. Coordinate space requirements, supports, and installation of mechanical and electrical Work which are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with lines of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. D. Coordinate completion and clean -up of Work of separate sections in preparation for Substantial Completion. E. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.02 COPIES OF DRAWINGS AND PROJECT MANUALS A. After Notice of Award, Contractor may obtain, at no charge, up to 5 printed or hard copies of the Drawings and Project Manual and one set in electronic format. Additional copies will be furnished upon request at the cost of reproduction plus handling charge. B. Additional copies of project manuals and half -size and full -size Drawings may be obtained under following conditions: 1. Project manuals: a. Furnished at Engineer's reproduction cost plus handling charge. 4 b. If Contractor's requirement for additional project manuals necessitates reprinting -6i projgGt.t manuals, Contractor shall pay entire cost of such reprinting. -, c') ; c. Partial sets of project manuals will not be provided. 2. Half -size Drawings: c? N a. Furnished at Engineer's reproduction cost plus handling charge. --in r b. If Contractor's requirement for additional Drawings necessitates reprintin half-ige Drawings, Contractor shall pay entire cost of such reprinting. a70 3. Full -size Drawings: Complete sets of full -size Drawings may be purchased frdilal?ngineer at Engineer's reproduction cost plus handling charge per set. �' � C. Revised Drawings and project manuals, if required, will be provided by Engineer to show authorized changes or extra Work under following conditions: 1. Project manuals: Furnished at no charge, in same quantity as original issuance. 2. Half -size Drawings: a. Half -size Drawings will be available as revised Drawings. b. One revised, complete set of half -size Drawings will be issued, at no charge, for each half - size set originally issued and for each half -size set purchased by Contractor after Notice of Award. 3. Full -size Drawings: a. One revised, complete set of full -size Drawings will be issued, at no charge, for each full -size set originally issued. b. One revised, complete set of full -size Drawings will be issued, at no charge, for each full -size set originally issued, and for each full -size set purchased by Contractor after Notice of Award, up to 4 copies maximum. ADMINISTRATIVE REQUIREMENTS 23407.01.00 Page 2 - SECTION 0130 00 ms1128 4. One full -size reproducible set will be issued to accommodate fifth and subsequent sets purchased by Contractor. Contractor shall use reproducible set to complete printing for additional Drawings in its possession. 1.03 PROJECT SITE ADMINISTRATION A. Contractor shall provide competent, suitably qualified personnel to survey and lay out Work and perform construction as required by Contract Documents. Contractor shall at all times maintain good discipline and order at site. B. Except in connection with safety or protection of persons or Work or property at site or adjacent thereto, and except as otherwise indicated in Contract Documents, all Work at site shall be performed during regular working hours, and Contractor shall not permit overtime work or performance of Work on Saturday, Sunday, or any legal holiday without Owner's written consent given after prior written notice to Engineer. C. Incompetent or incorrigible employees shall be dismissed from Work by Contractor or its representative when requested by Engineer, and such persons shall not again be permitted to return to Work without written consent of Engineer. D. Workmanship shall be of best quality. 1.04 FIELD A. Verify set -backs and easements; confirm drawing dimensions and elevations. B. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. C. Maintain a complete and accurate log of control and survey work as it progresses. 1.05 PROJECT MEETINGS A. Representatives of Contractor, Subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of entity each represents. B. Preconstruction meeting: 1. Owner will schedule a meeting after Notice of Award. 2z Location: Iowa City South Wastewater Treatment Plant V Attertr:ance: ire a.-_25Nner's representative. 7; b. gineer and its professional consultants. ier's Resident Project Representative. (vA 'G'5ractor's superintendent. o'-,Dapr Subcontractors. i -Wjdr suppliers. !:6. OtWs as appropriate. 4. agenda: "d. Execution of Owner- Contractor Agreement. b. Submission of executed bonds and insurance certificates. c. Distribution of Contract Documents. d. Submission of list of Subcontractors, schedule of values, and progress schedule. e. Designation of personnel representing the parties in Contract, and the Engineer. f. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, and Contract closeout procedures. g. Scheduling. 5. Owner will record minutes and distribute copies within 5 days after meeting to participants, with a copy to participants, and those affected by decisions made. 23407.01.00 ADMINISTRATIVE REQUIREMENTS ms1128 SECTION 01 30 00 - Page 3 C. Progress meetings: 1. Schedule and administer meetings throughout progress of the Work at maximum monthly intervals. 2. Owner will hold called meetings as required by progress of Work. 3. Location of meetings: Iowa City South Wastewater Treatment Plant. 4. Owner will make arrangements for meetings, prepare agenda with copies for participants, preside at meetings. 5. Attendance: a. Engineer, and its professional consultants as needed. b. Contractor and Subcontractors as appropriate to agenda. c. Suppliers as appropriate to agenda. d. Others. 6. Suggested agenda: a. Review, approval of minutes of previous meeting. b. Review of Work progress since previous meeting. c. Field observations, problems, conflicts. d. Problems which impede construction schedule. e. Review of off -site fabrication, delivery schedules. f. Corrective measures and procedures to regain projected schedule. o g. Revisions to construction schedule. _ h. Progress, schedule, during succeeding Work period. CJ s L Coordination of schedules. j. Review submittal schedules; expedite as required. k. Maintenance of quality standards. r1> I. Pending changes and substitutions. ;Cry ,� m. Review proposed changes for: o — 1) Effect on construction schedule and on completion date. 2) Effect on other contracts of Project. o 3) Other business. r 7. Record minutes and distribute copies within 5 days after meeting to participants, with a copy to participants, and those affected by decisions made. D. Preinstallation meeting: 1. For the blower and when required in other individual specification sections, convene a preinstallation meeting at Site prior to commencing installation work of the section. 2. Require attendance of parties directly affecting, or affected by, Work of the specific section. 3. Notify Owner 4 days in advance of meeting date. 4. Prepare agenda and preside at meeting: a. Review conditions of installation, preparation and installation procedures. b. Review coordination with related work. 5. Record minutes and distribute copies within 2 days after meeting to participants, with a copy to Engineer, and participants, and those affected by decisions made. PART PRODUCTS 2.01 EQUIPMENT ELECTRICAL CHARACTERISTICS AND COMPONENTS A. Motors: Specific motor type is specified in individual specification sections. B. Wiring Terminations: Provide terminal lugs to match branch circuit conductor quantities, sizes, and materials indicated. Include lugs for terminal box. C. Cord and Plug: Provide minimum 6'(2 m) cord and plug including grounding connector for connection to electric wiring system. Cord of longer length is specified in individual specification sections. ADMINISTRATIVE REQUIREMENTS 23407.01.00 Page 4 - SECTION 0130 00 ms1128 PART 3 EXECUTION 3.01 SPECIAL PROCEDURES A. Materials: As specified in product sections; match existing with new products for patching and extending work. B. Employ skilled and experienced installer to perform alteration work. C. Cut, move, or remove items as necessary for access to alterations and renovation Work. Replace and restore at completion. D. Remove unsuitable material not marked for salvage, such as rotted wood, corroded metals, and deteriorated masonry and concrete. Replace materials as specified for finished Work. E. Remove debris and abandoned items from area and from concealed spaces. F. Prepare surface and remove surface finishes to provide for proper installation of new work and finishes. G. Close openings in exterior surfaces to protect existing work from weather and extremes of temperature and humidity. H. Remove, cut, and patch Work in a manner to minimize damage and to provide means of restoring products and finishes to original or specified condition. I. Refinish existing visible surfaces to remain in renovated rooms and spaces, to specified condition for each material, with a neat transition to adjacent finishes. J. Where new Work abuts or aligns with existing, provide a smooth and even transition. Patch Work to match existing adjacent Work in texture and appearance. K. When finished surfaces are cut so that a smooth transition with new Work is not possible, terminate existing surface along a straight line at a natural line of division and submit recommendation to Engineer for review. L. Where a change of plane of 1/4" (6 mm) or more occurs, submit recommendation for providing a smooth transition; to Owner for review. M. Trim existing doors as necessary to clear new Floor finish. Refinish trim as required. N. Patch or replace portions of existing surfaces which are damaged, lifted, discolored, or showing other imperfections. O. Finish surfaces as specified in individual product sections. n END OF SECTION ,d �r_ o E`er cr: fJ ` J% RI N }�ci rJ o N 23407.01.00 SUBMITTAL PROCEDURES ms1128 SECTION 0133 00 - Page 1 PART1 GENERAL 1.01 SUBMITTAL PROCEDURES A. Deliver submittals to person listed below when required by Specification Sections: 1. Engineer: Mr. Tim Wilkey Email: wilkeytim @stanleygroup.com Stanley Consultants, Inc. Stanley Building 225 Iowa Avenue Muscatine, Iowa 52761 -3764 2. Owner's Field Representative: Mr. Ben Clark Email: Ben - Clark @lowa- city.org City of Iowa City 410 East Washington Street Iowa City, IA 52240 -1826 B. Submittals shall be in English language. C. Weights, measures, and units shall be English units with SI metric values following in parenthesis. D. Symbols and drawings shall conform to ANSI Y32.2 /IEEE 315 1GSA Z99. 1.02 CONTRACTOR RESPONSIBILITIES e4 A. Review submittals prior to submission. o n -M B. Determine and verify: 1. Field measurements. 2. Field construction criteria. :1 rn 3. Catalog numbers and similar data. T� 4. Conformance to Specifications. - `s 2a o C. Coordinate each submittal with other submittals and with requirements of Work and of Cor'ttract Documents. D. Notify Engineer in writing, at time of submission, of any deviations in submittals from requirements of Contract Documents. Any such deviations permitted by Engineer will require modifications of Contract Documents. E. Provide space on Shop Drawings for Contractor and Engineer stamps. F. When Shop Drawings are revised for resubmission, identify all changes made since previous submission. G. Submittals containing language imposing duties on others (such as verification of dimensions or supply of related information) inconsistent with contract language shall be null and void. H. Submittals shall not be used as media for inquiries for information or for verification of information that must be supplied by others to Contractor. Inquiries or verification of information shall be made by separate Contractor submittal using Request for Information (RFI) process. I. Begin no fabrication or Work which requires submittal review until return of submittals by Engineer with stamp, as either "Reviewed," "Reviewed as Noted," or "Reviewed as Noted - Resubmit." J. Distribute copies of reviewed submittals that carry Engineer stamp as either "Reviewed" or "Reviewed as Noted" as appropriate. Instruct parties to promptly report any inability to comply with requirements. SUBMITTAL PROCEDURES 23407.01.00 Page 2 - SECTION 01 33 00 ms1128 K. Submittals not requested will not be recognized or processed. 1.03 ENGINEER DUTIES A. Review required submittals with reasonable promptness and in accord with schedule, only for general conformance to design concept of Project and compliance with information given in Contract Documents. Review shall not extend to means, methods, sequences, techniques, or procedures of construction or to safety precautions or program incident thereto. Review of a separate item as such will not indicate approval of assembly in which item functions. B. Affix stamp and initials or signature, and indicate requirements for resubmittal, or review of submittal. Engineer's action on submittals is classified as follows: 1. Reviewed: Submittal has been reviewed and appears to be in conformance to design concept of Project and Contract Documents. Contractor may proceed with fabrication of work in submittal. 2. Reviewed As Noted: Submittal has been reviewed and appears to be in conformance to design concept of Project and Contract Documents, except as noted by reviewer. Contractor may proceed with fabrication of work in submittal with modifications and corrections as indicated by reviewer. 3. Reviewed As Noted- Resubmit: Submittal has been reviewed and appears to be in conformance to design concept of Project and Contract Documents, except as noted by reviewer. Contractor may proceed with fabrication of work in submittal with modifications and corrections as indicated by reviewer. Contractor shall make any corrections indicated by reviewer and resubmit for review. 4. Resubmit: Submittal has been reviewed and appears not to be in conformance to design concept of Project or with Contract Documents. Contractor shall not proceed with fabrication of work in submittal, but instead shall make any corrections required by reviewer and resubmit for review. 5. Returned without Review: Submittal is being returned without having been reviewed because: 1) not required by Contract Documents; 2) grossly incomplete; 3) indicates no attempt at conformance to Contract Documents; 4) cannot be reproduced; 5) lacks Contractor's completed approval stamp; or 6) lacks design professional's seal when required by law or Contract Documents. If submittal is required by Contract Documents, Contractor shall not proceed with Work as detailed in submittal, but instead shall correct defects and resubmit for review. 6. For Information Only: Submittal has not been reviewed but is being retained for informational purposes only. 7. Void: Submittal is voided because it is no longer required or has been superseded by another _r submittal. 0 � C. iRtum„'IJ opy of submittals to Contractor. Contractor shall make additional copies as required. Lu D. SDbniittalawhich do not contain markup, or which have minor markup that can be adequately v9 �escrlWc without referencing submittal, will not be returned. Reviewer will return signed submittal t mp45 written description of Reviews comments. 11_E. Ilivieiv'3f submittals shall not relieve Contractor from responsibility for any variation from Contract Qgcume unless Contractor has, in writing, called Engineer's attention to such variation at time of COmission, and Engineer has given written concurrence pursuant to Contract Documents to specific variation, nor shall any concurrence by Engineer or other reviewer relieve Contractor from responsibility for errors or omissions in submittals. 1.04 SHOP DRAWINGS SUBMITTALS A. Submit for review for limited purpose of checking for conformance to information given and design concept expressed in Contract Documents. Produce copies and distribute in accordance with article "Submittal Procedures" and for record documents purposes as described in Section 0170 00. B. Designate in construction schedule, or in separate coordinated submittal schedule, dates for submission and dates that reviewed submittals will be needed. C. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in Work or in work of other contractors. 23407.01.00 SUBMITTAL PROCEDURES ms1128 SECTION 01 33 00 - Page 3 D. Present in clear and thorough manner, complete with respect to dimensions, design criteria, materials of construction, and like information to enable review of information as required. E. Details shall be identified by reference to sheet and detail, schedule or room numbers shown on Drawings. F. Indicate special utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. G. Equipment which is identified on Contract Documents with tag number or name shall be identified on Shop Drawing with same tag. H. Schedule submittals to expedite Project. Coordinate submission of related items. I. For each submittal for review, allow 15 days excluding delivery time to and from Contractor. J. Identify variations from Contract Documents and product or system limitations which may be detrimental to successful performance of completed Work. K. Shop Drawings shall be submitted in electronic format. 1. Submit electronic copy on CD, or post on share site hosted by Engineer. 2. Text documents shall be submitted in .pdf format. 3. Drawings shall be submitted in .pdf or .tif format. 4. Electronic submittal shall be suitable for reproduction in black and white. L. Number required: 1. Shop Drawings shall be suitable for reproduction in black and white. Shop Drawings submitted which are not suitable for reproduction will not be reviewed." 2. If Contractor will not grant permission to reviewer to reproduce Shop Drawings, submit 2 copies of each Shop Drawing. 3. Samples: Submit number stated in each Specification section. 4. Drawings larger than 8 -1/2" x 11" shall be rolled. N G7 M. Submittals shall contain: 1. Date of submission and dates of any previous submissions. <_? r Ci 2. Project title and number. 3. Contract identification. 4. Names of: F 7 a. Contractor. b. Supplier. `_ti � n vD c. Manufacturer. y 5. Identification of product, with Specification section number and article number. 6. Field dimensions, clearly identified as such. 7. Relation to adjacent or critical features of Work or materials. 8. Applicable standards, such as ASTM or Federal Specification numbers. 9. Identification of deviations from Contract Documents. 10. Identification of revisions on resubmittals. 11. An 8" x 3" blank space for Contractor and reviewer stamps. 12. Indication of Contractor's approval, initialed or signed, with wording substantially as follows: "Contractor represents to Owner and Engineer that Contractor has either determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data, or assumes full responsibility for doing so and has reviewed or coordinated each submittal with requirements of Work and Contract Documents." 13. If Contract Documents include performance specifications stating required results which can be verified as meeting stipulated criteria, so that further design by Contractor prior to fabrication is necessary, Submittal depicting such design must be prepared under seal of professional engineer SUBMITTAL PROCEDURES 23407.01.00 Page 4 - SECTION 01 33 00 ms1128 licensed in appropriate state and Submittal shall be signed and sealed in accordance with applicable regulations and with following certification statement: "I hereby certify that this engineering document was prepared by me or under my direct personal supervision, that I am a duly licensed professional engineer under laws of state of Iowa and I accept responsibility for adequacy of this document to meet criteria stipulated in Contract Documents." N. Product Data: 1. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project. 2. Indicate product utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. O. Design data: 1. Submit for Engineers knowledge as contract administrator or for Owner. 2. Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. P. Data sheets: 1. Data sheets may require information not known until Contractors engineering is complete. Furnish estimated values based on good engineering judgment. Estimated values shall be identified by placement of "(est.)" next to value. 2. Data Sheets shall be updated and resubmitted by Contractor once final values are known. 3. Do not leave items blank or labeled "To Be Determined" or "Later." 4. Do not submit manufacturer Product Data instead of completed data sheets. Q. Test reports: 1. Submit for Engineers knowledge as contract administrator or for Owner. 2. Submit test reports for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. R. Certificates: 1. When specified in individual specification sections, submit certification by manufacturer, installation /application subcontractor. 2 - •Tlndicate material or product conforms to or exceeds specified requirements. Submit supporting (: referetrCe data, affidavits, and certifications as appropriate. 3 .0'Cet Ites may be recent or previous test results on material or product, but must be acceptable J Ito 4jiewer. and. Mufa��rs instructions: 1 e; WIJea ecified in individual specification sections, submit printed instructions for delivery, s y �stcL - assembly, installation, start-up, adjusting, and finishing, to Engineer for delivery to Owner —in quantities specified for Product Data. 2N Indicate special procedures, perimeter conditions requiring special attention, and special environmental criteria required for application or installation. T. Manufacturers field reports: 1. Submit report in duplicate within 15 days of observation for information. 2. Submit for information for limited purpose of assessing conformance to information given and design concept expressed in Contract Documents. U. Proposed products list: 1. Within 15 Notice to Proceed, submit list of major products proposed to Engineer for use, with name of manufacturer, trade name, and model number of each product. 2. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. V. Operations and maintenance manuals: 23407.01.00 SUBMITTAL PROCEDURES ms1128 SECTION 0133 00 - Page 5 1. Designate in construction schedule, or in separate coordinated schedule, dates for submission and dates that reviewed operations and maintenance manuals will be needed. 2. Operations and maintenance manuals shall be presented In clear and thorough manner, complete with respect to dimensions, design criteria, materials of construction, and like information to enable reviewer to review information as required. Details shall be identified by reference to sheet and detail, schedule or room numbers shown on Drawings. 1.05 RESUBMISSION REQUIREMENTS A. Make any corrections or changes in submittals required by Engineer and resubmit until stamped as either "Reviewed," "Reviewed as Noted," or "For Information Only." B. Text and depictions changed on Submittal shall be back - circled (clouded). C. Engineer will assume that portions of Submittal not back- circled have not been changed by Contractor from previous submission. D. Indicate revision number and date in document revision block. 1.06 DISTRIBUTION A. Distribute reproductions of Shop Drawings which carry Engineer stamp as either "Reviewed" or "Reviewed as Noted" to: 1. Job site file. 2. Record Documents file. 3. Other affected contractors. c� n 4. Subcontractors. D.:a =0 . 5. Supplier or fabricator. c7 -< ni 1.07 CONSTRUCTION PROGRESS DOCUMENTATION rrn Q 'a A. Construction progress schedules: } cJt 1. Submit initial schedules to Engineer within 15 days after date of Owner - Contractor /Weement. After review, resubmit required revised data within ten days. a. Submit revised Progress Schedules with every second Application for Payment. b; Distribute copies of reviewed schedules to Project site file, subcontractors, suppliers, and other concerned parties. c. Instruct recipients to promptly report, in writing, problems anticipated by projections indicated in schedules. B. Form of schedules: 1. Prepare schedules in form of horizontal bar chart. a. Provide separate horizontal bar for each trade or operation. b. Horizontal time scale: Identify first work day of each week. c. Scale and spacing: To allow space for notations and future revisions. d. Minimum sheet size: 114x17". 2. Format of listings: Chronological order of start of each item of Work. 3. Identification of listings: By major Specification Section numbers. C. Construction progress schedule shall show: 1. Complete sequence of construction by activity, with Contract Price breakdown at each stage. 2. Dates for beginning, and completion of, each major element of construction specifically listing: 3. Projected percentage of completion for each item, as of first day of each month. D. Submittal schedule shall show dates for Contractor's submittals. E. Progress revisions: 1. Indicate progress of each activity to date of submission. 2. Show changes occurring since previous submission of schedule: SUBMITTAL PROCEDURES 23407.01.00 Page 6 - SECTION 01 33 00 ms1128 a. Major changes in scope. p l b. Activities modified since previous submission. t c. Revised projections of progress and completion. d. Other identifiable changes. r; 04 3. Provide narrative report as needed to define: ��' j V; , 2? j' a. Problem areas, anticipated delays, and impact on schedule. CITY b. Corrective action recommended, and its effect. c. Effect of changes on schedules of other prime contractors. IO kt�i F. Distribution copies of reviewed schedules to: 1. Job site file. 2. Subcontractors. 3. Other concerned parties. G. Instruct recipients to report promptly to Contractor, in writing, any problems anticipated by projects shown in schedules. 1.08 PHOTOGRAPHIC DOCUMENTATION A. Photographs: 2 prints; color matte; "4x5 size; mounted on 8 -1/2" x 11" soft card stock, with left edge binding margin for three hole punch. B. Take photographs as evidence of existing project conditions as follows: 1. Interior views: Blower Building. 2. Exteriorviews: Blower Building. C. Identify each print on front. Identify name of Project, orientation of view, date and time of view, name and address of photographer, and photographer's numbered identification of exposure. D. Deliver negatives or digital files to Owner with Project Record Documents. Catalog and index in chronological sequence; provide typed table of contents. 1.09 SAFETY PROCEDURES MANUAL A. Prepare and submit to Owner safety procedures manual defining Contractor's safety program for work on site. Manual shall include: 1. Safety responsibilities of Contractor's personnel. 2. Description of Contractor's safety program. 3. Requirements of use of personal protective equipment. 4. General safety- related rules of conduct. 5. Fire prevention measures. 6. Accident reporting procedures. 7. Procedures for hot work (welding, cutting, etc.), overhead work, and work in enclosed, confined spaces (tank, boiler, etc.). Reference 29 CFR Part 1910. 1.10 SUBMITTAL TRANSMITTAL FORM PROCEDURES A. Submittals shall be accompanied by completed copies of Submittal Transmittal form, bound herein. An electronic version of transmittal form is available and may be obtained from Engineer. Reproduce additional copies required. B. Submit electronic copies of transmittal form for initial submittals and resubmittals. Sequentially number transmittal form. Revise submittals with original number and sequential alphabetic suffix. C. Prior to submittal, complete information under heading "Contractor's Transmittal." D. Engineer will complete information under "Reviewer's Action." E. Do not include submittals for more than one section of Specifications on Submittal Transmittal form. 23407.01.00 SUBMITTAL PROCEDURES ms1128 SECTION 01 33 00 - Page 7 F. Identify project title, location, and number and contract title and number. G. Identify preparer name and, submittal number, including preparers submittal revision number. H. A brief description under "Title" should clearly identify specific application of equipment or material covered by Submittal, utilizing where possible same title used in Drawings and Specifications. Identify Specification Section number. J. Apply Contractor's stamp, signed or initialed certifying that review, approval, verification of products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with requirements of Work and Contract Documents. PART PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION r.a ca C7 "� N r0 A o F ± W> 0 { ] $ : q ]ƒ{ t 3 ` / ) \§\} ) 2 [ { \ �Wz> R ! Q) o (n m 2 ) Ln \ { °0 / - ) �a/ - « c -i 9 2 O) ® c, « 7/ / z zq a . . q= / . § =7) � _ °• // 2 ;]! \/ 3 0- 2 E2 / �JI) 0 / ) / {k L! \ p « r1l a $ \ }/ / \ 7 {¥. \ \\ � � Uz : {k§ ) \ %q§ q )�[ \ § §0 b § m$ �O \ k \( o ° \\2 _\ C f -) ) /(2 ) { §> j 33 ƒ2 § \ z 2[{ 23407 01 00 QUALITY REQUIREMENTS ms1128 SECTION 0140 00 - Page 1 PART1 GENERAL 1.01 QUALITY CONTROL AND CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Engineer before proceeding. D. Comply with specified standards as minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform Work by persons qualified to produce required and specified quality. F. Verify that field measurements are as indicated on Shop Drawings or as instructed by manufacturer. G. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, or disfigurement. N 1.02 TOLERANCES G' n A. Monitor fabrication and installation tolerance control of products to produce accep VS(0rk. D , of permit tolerances to accumulate. r)—< N - n B. Comply with manufacturers' tolerances. Should manufacturers' tolerances conf "th Cgntracr -ri Documents, request clarification from Engineer before proceeding. == i cn C. Adjust products to appropriate dimensions; position before securing products in ace. c� t 1.03 BUILDING CODES AND PERMITS A. Obtain and pay for all construction permits and licenses. Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Owner is obtaining Iowa Department of Natural Resources (IDNR) wastewater facilities construction permit. B. Pay all governmental charges and inspection fees necessary for prosecution of Work, which are applicable at time of opening of Bids. Pay all charges of utility service companies for connections to Work. Owner will pay all charges of such companies for capital costs related thereto. C. Give all notices and comply with all laws, ordinances, building and construction codes, rules, and regulations applicable to Work. If Contractor observes that Specifications or Drawings are at variance therewith, give Engineer prompt written notice thereof, and any necessary changes shall be adjusted by appropriate Modification. D. If Contractor performs any Work knowing or having reason to know that it is contrary to such laws, ordinances, rules, and regulations, and without such notice to Engineer, Contractor shall bear all costs arising therefrom; however, it shall not be Contractor's primary responsibility to make certain that Specifications and Drawings are in accordance with such laws, ordinances, rules, and regulations. 1.04 REFERENCES A. For products or workmanship specified by association, trade, or other consensus standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. QUALITY REQUIREMENTS 23407.01.00 Page 2 - SECTION 0140 00 ms1128 B. Conform to reference standard by date of issue current on date for receiving bids, except where a specific date is established by code. C. Obtain copies of standards where required by product specification sections. D. Should specified reference standards conflict with Contract Documents, request clarification from the Engineer before proceeding. E. Neither contractual relationships, duties, nor responsibilities of the parties in Contract nor those of the Engineer shall be altered from the Contract Documents by mention or inference otherwise in any reference document. F. Abbreviations used in Drawings and Specifications are as specified in ASME Y14.38 and IEEE 260.. G. Schedule of references: 1. AA - Aluminum Association 2. AABC - Associated Air Balance Council 3. ABMA - American Bearing Manufacturers Association 4. ACI - American Concrete Institute 5. ADC - Air Diffusion Council 6. AGMA - American Gear Manufacturers Association 7. AISC - American Institute of Steel Construction 8. AISI - American Iron and Steel Institute 9. AMCA - Air Movement and Control Association 10. ANSI - American National Standards Institute 11. ASHRAE - American Society of Heating, Refrigerating and Air Conditioning Engineers 12. ASME - American Society of Mechanical Engineers 13. ASTM - American Society of Testing and Materials 14. AWS - American Welding Society 15. BOCA - Building Officials & Code Administrators International, Inc. 16. CFR - Code of Federal Regulations 17. CGA - Compressed Gas Association 18. CRSI -- Concrete Reinforcing Steel Institute 19. ICEA - Insulated Cable Engineers Association 20. IEC International Electrotechnical Council 21. IEEE - Institute of Electrical and Electronics Engineers 22. ISA -The Instrumentation, Systems, and Automation Society 23. ISO - International Standards Organization 24. NBS - National Bureau of Standards 25. NEBB - National Environmental Balancing Bureau 26. NECA - National Electrical Contractors Association 27. NEMA - National Electrical Manufacturers' Association 28. NFPA - National Fire Protection Association 2.@r NIST - National Institute of Standards and Technology Sff OSH,Ar- U. S. Department of Labor, Occupational Safety and Health Administration 3.9? PGAIJDortland Cement Association 32 SE 6` - The Society for Protective Coatings - 3 U Underwriters' Laboratories, Inc. 1.09,. WEPN"TIFICATES A. ftmp Wfter Notice of Award, submit to Engineer one copy, unless specified otherwise, for each pIrson, ffTname, assigned to do field welding of materials installed under this Agreement. B. Show on certificates that each person has passed tests specified by AWS C. Submit certificates prior to execution of any welding. Certificates not required for nonstructural tack welding. 23407 01.00 QUALITY REQUIREMENTS ms1128 SECTION 0140 00 - Page 3 1.06 TESTING AND INSPECTION SERVICES A. Contractor shall employ and pay for manufacturer's field engineer to perform services specified in Sections 0143 33 and 44 42 19 -16. B. Owner shall at its discretion retain an independent testing agency or laboratory to perform additional testing. C. The independent firm will perform tests, inspections and other services specified in individual specification sections and as required by the Owner. D. Reports will be submitted by the independent firm to the Owner and Contractor, in duplicate indicating observations and results of tests and indicating compliance or non - compliance with Contract Documents. E. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, safe access, and assistance by incidental labor as requested. F. Testing and employment of testing agency or laboratory shall not relieve Contractor of obligation to perform Work in accordance with requirements of Contract Documents. G. Re- testing or re- inspection required because of nonconformance to specified requirements shall be performed by the same independent firm on instructions by the Owner. Payment for re- testing or re- inspection due to nonconformance will be charged to the Contractor by deducting testing charges from the Contract Sum /Price. PART PRODUCTS N NOT USED `» PART3 EXECUTION cc> yr� ,c 3.01 EXAMINATION =fin ry <r- 1711 A. Verify that existing site conditions and substrate surfaces are acceptable for sut�ent3'/flork. Q Beginning new Work means acceptance of existing conditions. -a cn o B. Verify that existing substrate is capable of structural support or attachment of new WorkWding applied or attached. C. Examine and verify specific conditions described in individual specification sections. D. Verify that utility services are available, of the correct characteristics, and in the correct locations. 3.02 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 3.03 FIELD PERFORMANCE TESTS A. After system or equipment necessary for operation of Work is in operating condition, Contractor shall supervise operation of equipment or system for period sufficient to assure proper functioning, and make necessary observations, investigations, and adjustment. QUALITY REQUIREMENTS 23407.01.00 Page 4 - SECTION 0140 00 ms1128 B. Notify Owner when Work is considered to be complete, in operating condition, and ready for inspection and tests. C. Owner will conduct tests it deems necessary to determine if equipment or system functions properly. D. If equipment or system fails to function properly, Contractor shall make necessary corrections, including replacement, at no cost to Owner, and after such corrections are completed, demonstrate to Owner that equipment or system functions properly. E. If equipment or system fails to function properly, or guaranteed performance is not indicated, Contractor shall make necessary corrections, including replacement, at no cost to Owner, and after such corrections are completed, demonstrate to Owner that equipment or system functions properly and guaranteed performance is obtainable. END OF SECTION V) o Q 3 7Z L� cd U) �i' ta+�- N 23407.01.00 MANUFACTURER'S FIELD SERVICES ms1128 SECTION 0143 33 - Page 1 PART GENERAL 1.01 SERVICE ENGINEER RESPONSIBILITIES A. Contractor shall provide from manufacturer of equipment qualified Servie9 Engihe 6),As necessary to: 06 1. Supervise assembly of equipment. C//rr Fp 2. Inspect equipment after it is installed to assure that all details of installafi6� rrect and that equipment is prepared for operation in accordance with manufacturer's instruc ioti and recommendations. 3. Check connections to equipment and adjust, or supervise adjustment of, control and indicating devices after equipment has been installed and connected. 4. Fully instruct Owners operating personnel in operation and maintenance of equipment. 5. Check final alignment and clearances by making appropriate measurements on all rotating or reciprocating equipment. Measurements shall clearly identify each piece of equipment. 6. Supervise preliminary operation of equipment and necessary adjustments. 7. Field demonstration of blower performance range and efficiencies. 8. Provide Engineer with duplicate copies of equipment inspection, checks, adjustments, alignment and clearances, final settings, and field demonstration results including upper and lower design points' pressure, air flow in scfm, efficiency computations, horsepower, and power draw. B. Presence of Service Engineer will in no way relieve Contractor of any responsibility assumed under Agreement. C. Work and abilities of Service Engineer shall be subject to review of Engineer. If Engineer determines that any Service Engineer is not properly qualified, Contractor shall replace Service Engineer upon written notification by Engineer. D. Contractor shall provide continuity in assignment of Service Engineer to Work. In event substitution of Service Engineer is made which is not at request of Engineer, substitute's time for "familiarization" shall be at Contractors expense. E. Service Engineer shall make trips only with approval of Owner, shall report in person daily to Owners Project Representative while at site, and shall submit written record of time spent at site and report on results of trip to site to Owners Project Representative weekly. Per diem unit adjustment price is based on 8 hours at site each day and includes out -of- pocket expenses at site. Only that time spent by Service Engineer at site with Owners approval shall be credited against total service day as estimated in Agreement. Hours worked in excess of normal 8 hours in any day will be paid for at one - eighth of per diem rate per hour. F. If any of Service Engineers time spent at site or if any of his trips to site are required to make corrections to equipment supplied under Agreement resulting from defective design, material or workmanship used in manufacture of equipment, such time and trips will be at Contractors expense and will not be counted against number of working days or trips specified, nor will unit adjustment prices apply. 1.02 MEASUREMENT AND PAYMENT A. Include the following trips and time on site in the base bid. 1. Installation assistance trip: 8 hours onsite 2. Startup Trip for the purpose of adjusting, aligning, starting and testing the blower: 8 hours onsite. 3. Demonstration and training: 4 hours onsite. Provide in conjunction with startup trip. 4. Six Month Follow Up Trip for purposes of checking machine and assisting Owner: 8 hours onsite. MANUFACTURER'S FIELD SERVICES 23407.01.00 Page 2 - SECTION 0143 33 ms1128 PART PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION In O cl- W ra N U F- ._.�. Oi a N 23407.01.00 TEMPORARY FACILITIES AND CONTROLS ms1128 SECTION 01 50 00 - Page 1 PART1 GENERAL 1.01 TEMPORARY ELECTRICITY A. Owner will pay cost of energy used. Exercise measures to conserve energy. Use Owner's existing power service. B. Complement existing power service capacity and characteristics as required. C. Provide power outlets for construction operations, with branch wiring and distribution boxes located as required. Provide flexible power cords as required. D. Provide feeder switch at source distribution equipment. E. Permanent convenience receptacles may be used during construction. F. Provide adequate distribution equipment, wiring, and outlets to provide single phase branch circuits for power and lighting. 1.02 TEMPORARY LIGHTING FOR CONSTRUCTION PURPOSES A. Provide and maintain supplemental lighting for construction operations as needed. B. Provide branch wiring from power source to distribution boxes with lighting conductors, pigtails, and lamps as required. P_ C. Maintain lighting and provide routine repairs. c7 Yy D. Permanent building lighting may be used during construction. C-) N N 1.03 TEMPORARY HEATING -ern -� rn u A. Existing facilities may be used. ui v o B. Exercise measures to conserve energy. Use Owner's existing heat plant, extend and suAment with temporary heat devices as needed to maintain specified conditions for construction operations. C. Maintain minimum ambient temperature of 50 °F (10 °C) in areas where construction is in progress, unless indicated otherwise in product sections. 1.04 TEMPORARY VENTILATION A. Ventilate enclosed areas to achieve curing of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. 1.05 TEMPORARY WATER A. Owner will pay cost of temporary water. Exercise measures to conserve energy. Use Owner's existing water system, extend and supplement with temporary devices as needed to maintain specified conditions for construction operations. B. Extend branch piping with outlets located so water is available by hoses with threaded connections. 1.06 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. Existing facility use is not permitted. Provide at time of project mobilization. TEMPORARY FACILITIES AND CONTROLS 23407.01.00 Page 2 - SECTION 0150 00 ms1128 1.07 FIELD OFFICES AND SHEDS A. Existing building spaces may not be used for field offices and storage. Meetings may be conducted in the plant's administration building by arrangement with Owner. B. There is limited laydown space in the blower building. 1. Contractor shall provide supplemental field storage trailers as necessary for the work. 1.08 VEHICULAR ACCESS A. Provide unimpeded access for emergency vehicles. Maintain 20'(6 m) width driveways with turning space between and around combustible materials. B. Provide and maintain access to fire hydrants and control valves free of obstructions. C. Provide means of removing mud from vehicle wheels before entering streets. D. Designated existing on -site roads may be used for construction traffic. 1.09 PARKING A. Locate as indicated by Owner B. When site space is not adequate, provide additional off -site parking. C. Use of existing on -site streets and driveways used for construction traffic is permitted. Tracked vehicles not allowed on paved areas. D. Do not allow heavy vehicles or construction equipment in parking areas. E. Permanent pavements and parking facilities: Avoid traffic loading beyond paving design capacity. Tracked vehicles not allowed. F. Maintenance: 1. Maintain traffic and parking areas in a sound condition free of excavated material, construction equipment, products, mud, snow, and ice. 2. Maintain existing and permanent paved areas used for construction; promptly repair breaks, o potholes, low areas, standing water, and other deficiencies, to maintain paving and drainage in i originet or specified, condition. r� L G t . q�mojgl4pair. Repair existing facilities damaged by use to original condition. -1 >' ry RH. l0d f i ite vehicles: Provide means of removing mud from vehicle wheels before entering streets. ' W 1F1 , PRQGr_. R SF`gLEANING AND WASTE REMOVAL p A. maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space. C. Broom and vacuum clean Interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. D. Collect and remove waste materials, debris, and rubbish from site periodically and dispose off -site. E. Open free -fall chutes are not permitted. Terminate closed chutes into appropriate containers with lids. ms1128 1.11 TRAFFIC REGULATION SECTION A. Haul routes: Consult with authority having jurisdiction, establish public thoroughfares to be used for haul routes and site access. Determine haul roads with approval of agency having jurisdiction over proposed roadway. 1.12 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas to allow for Owner's use of site, and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Protect nonowned vehicular traffic, stored materials, site, and structures from damage. 1.13 SECURITY A. Security program: 1. Protect Work existing premises and Owner's operations from theft, vandalism, and unauthorized entry. 2. Initiate program in coordination with Owner's existing security system at project mobilization. 3. Maintain program throughout construction period until Owner acceptance precludes the need for Contractor security. B. Entry control: 1. Restrict entrance of persons and vehicles into Project site and existing facilities. 2. Allow entrance only to authorized persons with proper identification. 3. Maintain log of workers and visitors, make available to Owner on request. 4. Owner will control entrance of persons and vehicles related to Owners operations. C. Personnel identification: r 1. Provide identification badge to each person authorized to enter premises. ` -- 2. Badge to include: Personal photograph, name and assigned number expirati@n- Vateand 3. employer. Maintain a list of accredited persons, submit copy to Owner on request. n -< N r 4. Require return of badges at expiration of their employment on the Work. ry r D. Restrictions: <I- -a V1 y 1. Do not allow cameras on site or photographs taken except by written approvaGefp&wrW. 2. Do no work on days indicated in Owner - Contractor Agreement. y o ur 1.14 DUST CONTROL A. Execute Work by methods to minimize raising dust from construction operations. B. Provide positive means to prevent air -borne dust from dispersing into atmosphere. 1.15 NOISE CONTROL A. Provide methods, means, and facilities to minimize noise from existing blowers and noise produced by construction operations. 1.16 POLLUTION CONTROL A. Provide methods, means, and facilities to prevent contamination of soil, water, and atmosphere from discharge of noxious, toxic substances, and pollutants produced by construction operations. TEMPORARY FACILITIES AND CONTROLS 23407.01.00 Page 4 - SECTION 01 50 00 ms1128 1.17 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary utilities, equipment, facilities, materials, prior to Final Application for Payment. B. Clean and repair damage caused by installation or use of temporary work. C. Restore existing and permanent facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. PART PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION Ln a) e A .L 6— CC CD LLJ L pp� CNJ U O n+ ms1128 PART1 GENERAL 1.01 PRODUCTS 1.02 1.03 0160 00 - Page 1 A. Provide products of qualified manufacturers suitable for intended use. Provide products of each type by a single manufacturer unless specified otherwise. B. Do not use materials and equipment removed from existing premises, except as specifically permitted by the Contract Documents. C. Provide interchangeable components of the same manufacturer for components being replaced. PRODUCT DELIVERY REQUIREMENTS A. Transport and handle products in accordance with manufacturer's instructions. r� U B. Promptly inspect shipments to ensure that products comply with requirements;5uantitiq are cotFrtct, and products are undamaged. c-1 >' d v C. Provide equipment and personnel to handle products by methods to prevent s dis gurement, or damage. RECEIVING, UNLOADING AND STORING A. Receive and unload shipments to plant site from suppliers of equipment under this ContMtt. Unload equipment as soon as possible after arrival. B. Pay freight car and truck demurrage, detention, and any other costs which may be billed to Owner due to failure to unload cars or trucks within time required by freight companies. C. Provide physical protection for equipment placed in storage. 1. Store and maintain materials and equipment after receipt until completed installation is accepted by Owner. Such storage and maintenance shall be in accordance with manufacturer's recommendations and requirements of these Specifications. Provide materials, equipment, and labor required for such storage and maintenance. Contractor shall be accountable for any deterioration of materials or equipment occasioned by improper storage or maintenance, and shall recondition, repair, or replace any such materials or equipment without addition cost to Owner. 2. Stored equipment shall be supported above ground and shall be covered with canvas or other heavy -duty sheeting. Cover shall be securely fastened and shall be replaced if torn or otherwise damaged during storage period. 3. Motors shall be stored in dry, warm place and in accordance with manufacturers recommendations. Motors over 20 hp shall have shaft rotated 900 each month. Provide Owner with evidence that this requirement is met. 4. Desiccant shall be maintained between cover and motor frames on motors. Provide desiccant of type permitting visual determination of condition of desiccant. Replace desiccant when it becomes ineffective. 5. Following items shall be stored in weatherproof building complete with bins for storage of small pieces of equipment. Heat to a minimum of 50 °F (10 0C). a. Electronic instruments and cabinets. b. Electrical equipment with general - purpose enclosures. c. Insulation materials. d. Rotating equipment. e. Miscellaneous electronic equipment, gaskets, and small, machined parts. f. Instruments and controls. D. Inspect stored equipment weekly. Renew protective coatings as necessary to preserve fitness of equipment. 60 00 - Page 2 E. Contractor shall take custody of equipment and materials received and shall be solely responsible for damage and shortages until acceptance of Contractor's work by Owner. F. Unload equipment as soon as possible after arrival. Contractor shall pay freight railcar and truck demurrage, detention, and any other costs which may be billed to Owner due to failure to unload railcars or trucks within time required by freight companies. G. Use of bare wire rope slings for unloading and handling equipment and materials is prohibited without Owner approval. H. Storage areas will be allocated by Owner for Contractor's use. Equipment shall be stored in assigned lay -down areas. I. Equipment and materials shall be stored and maintained in accordance with manufacturer's recommendations and these specifications. J. Provide physical protection for equipment placed In storage. 1. Stored equipment shall be supported above ground and shall be covered with canvas or other heavy -duty sheeting. Cover shall be securely fastened and shall be replaced if torn or otherwise damaged during storage period. 2. Motors: a. Store in dry, warm place (minimum 50 0F). b. Space heaters shall be connected upon receipt on site and maintained. Space heaters shall not be connected utilizing extension cords. Use of multi conductor cable only. c. Rotate motors over 20 hp 900 each month or as directed by manufacturer. d. Perform a mega -ohm meter test on each medium voltage motor winding to frame utilizing a 10 kV mega -ohm meter. Perform test each month and record motor serial number, test values, confirmation of space heaters operational, and signature of tester. e. Provide Owner with written test reports that this requirement is met when requested. 3. Following items shall be stored in weatherproof, heated (minimum 50 °F) building complete with C) bins for storage of small pieces of equipment. Storage inside of existing plant will not be a.x , Tctronic instruments and cabinets. 'r b.C�Pectrical equipment with general purpose enclosures. rL c.I alation materials. �j d. ating equipment. ,' e cellaneous electronic equipment, gaskets, and small machined parts. c> _ f. ynstruments and controls. g. Rotection panels. U K. Inspect stored equipment weekly and document activities performed. Renew protective coatings as necessary to preserve fitness of equipment. L. Contractor shall provide materials, equipment, and labor required for such storage and maintenance. Contractor shall be accountable for any deterioration of materials or equipment occasioned by improper storage or maintenance, and shall recondition, repair, or replace any such materials or equipment.without additional cost to Owner. M. Electrical equipment or equipment with any electrical components stored outdoors shall be supported at least 12" (300 mm) above ground. 1.04 GENERAL STORAGE A. Store products immediately on delivery in accordance with manufacturer's instructions, with seals and labels intact. Protect until installed. B. Arrange storage in manner to provide access for maintenance of stored items and for inspection. 23407.01.00 PRODUCT REQUIREMENTS ms1128 SECTION 0160 00 - Page 3 1.05 ENCLOSED STORAGE A. Store products subject to damage by elements in substantial weathertight enclosures. B. Maintain temperature and humidity within ranges required by manufacturer's instructions. C. Provide humidity control and ventilation for sensitive products, as required by manufacturer's instructions. D. Store unpacked and loose products on shelves, in bins, or in neat groups of like items. 1.06 EXTERIOR STORAGE A. Provide substantial platforms, blocking, or skids, to support fabricated products above ground; slope to provide drainage. Protect products from soiling and staining. B. For products subject to discoloration or deterioration from exposure to elements, cover with impervious sheet material. Provide ventilation to avoid condensation. C. Store loose granular materials on clean, solid surfaces such as pavement, or on rigid sheet materials, to prevent mixing with foreign matter. D. Provide surface drainage to prevent flow or ponding of rainwater. E. Prevent mixing of refuse or chemically injurious materials or liquids. 1.07 MAINTENANCE OF STORAGE A. Periodically inspect stored products on scheduled basis. Maintain log of inspections, make available to Engineer on request. B. Verify storage facilities comply with manufacturer's product storage requirements. C. Verify manufacturer required environmental conditions are maintained continually. D. Verify surfaces of products exposed to elements are not adversely affected and if weathering of finishes is acceptable under requirements of Contract Documents. 1.08 PRODUCTS LIST c? r A. Within 30 days after effective date of t y Agreement, submit to Engineer five copie�pf�€bmplJte list-oF major products which are proposed for installation. 7i C-) r" FTI rn B. Tabulate products by Specification section number and title. --10 ° C) :3; c,n C. For products specified only by reference standards, list for each such product: D C) 1. Name and address of manufacturer. CA 2. Trade name. 3. Model or catalog designation. 4. Manufacturer's data: a. Reference standards. b. Performance test data. 1.09 PRODUCT OPTIONS A. For products specified only by reference standard, select product meeting that standard, by any manufacturer. PRODUCT REQUIREMENTS 23407.01.00 SECTION 0160 00 - Page 4 ms1128 B. For products specified by naming several products or manufacturers, select any one of products and manufacturers named which complies with Specifications. C. For products specified by naming one or more products or manufacturers and stating "or equal," submit request as for substitutions for any product or manufacturer which is not specifically named in accordance with Section 01 25 13. D. For products specified by naming only one product and manufacturer, there is no option and no substitution will be allowed. E. Whenever Specifications call for item by manufacturer's name and type and additional features of item are specifically required by Specifications, additional features specified shall be provided whether or not they are normally included in standard manufacturer's item listed. PART PRODUCTS NOT USED PART EXECUTION NOT USED END OF SECTION tn 0 6 ►a� N U}- 4� O N 23407.01.00 EXECUTION AND CLOSEOUT REQUIREMENTS ms1128 SECTION 01 70 00 - Page 1 PART1 GENERAL 1.01 SUBSTANTIAL COMPLETION A.n the Contractor considers the Work is substantially complete, lt ,with list of it ms to be completed or corrected. B. Wit 'n reasonable time, Owner will inspect to determine status of c C. Should wner determine that Work is not substantially complete, it y Contractor in writing, gi ' g reasons theref or. D. Contractor sh I remedy deficiencies, and send second written notiompletion, and Owner will reins ect Work. E. When Owner deterNnes that Work is substantially complete, it ill prepare Certificate of Substantial Completion in accord qce with General Conditions. 1.02 FINAL COMPLETION A. When the Contractor consider the Work is complete, i shall submit written certification that: 1. Contract Documents have b en reviewed. 2. Work has been Inspected for b9mpliance with Xncorrected. tract Documents. 3. Work has been completed in ac ordance wittract Documents, and deficiencies listed with Certificate of Substantial Comple n have bg 4. Equipment and systems have been sted 'r5 presence of Owner's representative and are operational. 5. Work is complete and ready for final in ection. B. Owner will inspect to verify status of com letion ith reasonable promptness. C. Should Owner consider that Work is i (complete or 6@fective, it will promptly notify Contractor in writing, listing incomplete or defectivd Work. D. Contractor shall take immediate steps to remedy defici that Work is complete, and Owyfer will reinspect Work. E. When Owner finds Work is Vcceptable, it will consider 1.03 CLOSEOUT U and send second written cki ification ES ,- i submittals =`ran —7 A. Submitwritten certifi Lion that Contract Documents have been review d, Work eerttnspeci�$, and that Work is co plete in accordance with Contract Documents and dy for nerscEeview. uI B. Provide submittaJA to Owner that are required by governing or other C. Submit final plication for Payment identifying total adjusted Contract Sum, previou ayments, and sum remains g due. D. /2.Project 'I occupy all of the building as specified in Section 01 11 00. E. Submittals: nce of compliance with requirements of governing authorities. record documents. ation and maintenance data, instructions to Owners personnel: In accordance with Section 23. EXECUTION AND CLOSEOUT REQUIREMENTS 23407.01.00 Page 2 - SECTION 0170 00 ms1128 4. Warranties and Bonds. 5. Evidence of payment and release of liens: In Conditions. 6. Consent of Surety to final payment. 7. Certificates of insurance for products and cor Supplementary Conditions. 1.04 FINAL CLEANING A. Execute final cleaning prior to final project B. Clean interior and exterior glass, surfaces i foreign substances, polish transparent and with General and Supplementary operations: In accordance with J to view; remove temporary labels, stains and surfaces C. Cle equipment and fixtures to a sanitary ondition with cleaning materials appropriate to the surface and aterial being cleaned. D. Replac filters of operating equipment i tailed in this contract. E. Clean debr from roofs, gutters, dow pouts, and drainage systems. F. Clean site; swee aved areas, rak clean landscaped surfaces. G. Remove waste and s plus mated Is, rubbish, and construction facilities from the site. 1.05 STARTING OF SYSTEMS A. Coordinate schedule for star B. Notify Owner 7 days prior to C. Verify that each piece of eqr belt tension, control seque I D. Verify tests, meter readin s, equipment or system ma of E. Verify that wiring and s ppoi F. Execute start-up i nNufacturers' in of various equipment and systems. of each item. nen9V system has been checked for proper lubrication, drive rotation, and fo conditions which may cause damage. and components supervision of electrical characteristics agree with those required by the are complete and tested. representative in accordance with dividual specification Sections, retl ire manufacturer to provide authorized present at site to inspect, check, annOapprove equipment or system installation to supervise placing equipment or sy tem in operation. eport in accordance with Section 0130 00 and is functioning correctly. CONSTRUCTION or system has been A. Protect inst Had Work and provide special protection where specified in individual specification sections. / B. Provide temporary and removable protection for installed products. Control activity in immediate work area to prevent damage. 0 G. VJhpn VWfied it represeertWe to ivy prier t4 0 -up, a pp N UF- =FI. Submits' 4Ditte r piF 1perlStall d E.? c_) 1.06 PROTEGTIN TA of various equipment and systems. of each item. nen9V system has been checked for proper lubrication, drive rotation, and fo conditions which may cause damage. and components supervision of electrical characteristics agree with those required by the are complete and tested. representative in accordance with dividual specification Sections, retl ire manufacturer to provide authorized present at site to inspect, check, annOapprove equipment or system installation to supervise placing equipment or sy tem in operation. eport in accordance with Section 0130 00 and is functioning correctly. CONSTRUCTION or system has been A. Protect inst Had Work and provide special protection where specified in individual specification sections. / B. Provide temporary and removable protection for installed products. Control activity in immediate work area to prevent damage. 23407.01.00 EXECUTION AND CLOSEOUT REQUIREMENTS ms1128 SECTION 01 70 00 - Page 3 C. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings. / D. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or mzeessary, dnt of heavy objects, by protecting with durable sheet materials. E. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity i obtain recommendations for protection from waterproofing or roofing material mane acturer. F. Prohibit traffic from landscaped areas. 1.07 PROJECT RECORD DOCUMENTS A. Maintain on ite one set of the following record documents; record 1. Drawing 2. Specificaions. 3. Addenda. 4. Change Or 5. Reviewed Sho 6. Manufacturer's B. Ensure entries are and other modifications to the Contract. Drawings, Product Data, and Samples. risjruction for assembly, installation, and Adjusting. and accurate, enabling by Owner. to the Work: C. Store record documents separ to from documents us d for construction. D. Record information concurrent wit construction p gress, not less than weekly. E. Specifications: Legibly mark and reco �I at ea product section description of actual products installed, including the following: \ 1. Manufacturers name and product mo I and number. 2. Product substitutions or alternates ut" @@d. 3. Changes made by Addenda and m9 ificbFions. F. Record Drawings: Legibly mark ea h item to re rd actual construction including: 1. Measured locations of internal tilities and ap urtenances concealed in construction, referenced to visible and accessible fea( res of the Work. 2. Field changes of dimensio {n /and detail. 3. Details not on original Cop ract Drawings. G. Submit documents to Ow 6r with claim for final Applicatio for Payment 1.08 SPARE PARTS AND /MA1 ENANCE PRODUCTS A. Provide spare paaintenance, and extra products in quantities Rec sections. B. Deliver to Pro dct Site and place in location as directed. PART PRODUC NOT USED PART 3 EX UTION 3.01 CUTTI G AND PATCHING A. Employ skilled and experienced installer to perform cutting and patching. in individual specification ti e� U - -_ _ . -,n 0 EXECUTION AND CLOSEOUT REQUIREMENTS 23407.01.00 Page 4 - SECTION 0170 00 ms1128 B. Submit written request in advance of cutting or altering elements which 1. Structural integrity of element. 2. Integrity of weather - exposed or moisture - resistant elements. 3. Efficiency, maintenance, or safety of element. 4. Visual qualities of sight exposed elements. 5. Work of Owner or separate Contractor. C. Execute cutting, fitting, and patching including excavation 1. Fit the several parts together, to integrate with other V 2. Uncover Work to install or correct ill -timed Work. 3. Remove and replace defective and non - conforming 4. R move samples of installed Work for testing. 5. Pr�vide openings in elements of Work for penetra on D. Executeork by methods to avoid damage to receive pa phing and finishing. E. Cut masonry arl concrete materials using F. Restore Work with n w products in accord G. Fit Work tight to pipes, 31peves, ducts, H. Maintain integrity of wall, cetl�ng, or floor I. At penetrations of fire rated fire rated material, to full thi J. Refinish surfaces to match adjacent intersection; for an assembly, refini� K. Identify hazardous substances remedy. fill, to complete Work, and to: of mechanical and electrical Work. and which will provide proper surfaces to saw or core drill. with requirements of Contract Documents. and other penetrations through surfaces. completely seal voids. is, ceiling, or floor construction, completely seal voids with penetrated element. END OF . For continuous surfaces, refinish to nearest unit. during the Work to the Engineer for decision or (.n o J u� a ix_ CC FF :c S N CS1 and N U t(I� U. r 1— CD. 0 N fill, to complete Work, and to: of mechanical and electrical Work. and which will provide proper surfaces to saw or core drill. with requirements of Contract Documents. and other penetrations through surfaces. completely seal voids. is, ceiling, or floor construction, completely seal voids with penetrated element. END OF . For continuous surfaces, refinish to nearest unit. during the Work to the Engineer for decision or 23407.01.00 INSTALLATION REQUIREMENTS ms1128 SECTION 0173 19 - Page 1 PART1 GENERAL 1.01 SUBMITTALS A. Quality assurance data: 1. Plan indicating location and extent of proposed field welding, and showing what provisions have been made for type of base metal, present stress conditions, and preheating requirements. 2. Proposed shoring or above floor load transfer structure for moving equipment across floors to final position. Documents shall be signed and sealed by Contractor's structural engineer. 3. Certificates for each welder, showing proof of qualifications as outlined in code, prior to any field welding, either temporary or permanent. 4. Duplicate copies of clearances of bearings aligned and amount of runout on couplings. 5. Monthly report indicating status of equipment, motor test reports and materials received. Report shall contain a log of equipment and materials and storage maintenance duties performed. PART PRODUCTS 2.01 EQUIPMENT A. Provide dowel pins and shims necessary for leveling and doweling equipment to baseplates. Shims shall be stainless steel. B. Provide bolting required to anchor equipment securely to building structural steel; holes required in structural steel shall be drilled; burning with cutting torch not allowed. C. Provide expansion anchors where required, subject to review by Engineer. Use appropriate type of anchor devices on vibratory equipment. D. Provide welding rods for field erection of equipment installed under this Contract. E. Grout and material, necessary for equipment installation. N O PART EXECUTION yc1 .-r n"< 3.01 INSTALLATION PROCEDURES =rn N A. Equipment Equipment shall be installed in strict accordance with manufacturer's recommenQeti-s. B. Provide access space around equipment for service. Provide no less than minimrm as c� recommended by manufacturer. 3.02 SPECIAL ERECTION PROCEDURES A. Field welding to existing structural members shall conform to following requirements- 1 . Conform to AWS D1.1. 2. Welding to high strength steels or preheating of highly stressed members will not normally be permitted. 3. Remove temporary welded attachments, grind area smooth, and apply 1 coat of primer to match existing primer. B. Welding of piping shall conform to ASME B31.1 Code for Power Piping and ASME Boiler and Pressure Vessel Code, Section IX when either or both are applicable. C. Remove any temporary attachments made to equipment. Grind area of attachment on equipment to smooth surface and apply 1 coat of primer to match existing primer. INSTALLATION REQUIREMENTS 23407.01.00 Page 2 - SECTION 01 73 19 ms1128 3.03 CLEANING A. Before assembly or erection, thoroughly clean equipment of temporary protective coatings and foreign materials; completely remove shop - applied flushing compounds. B. Blow out with compressed air as required to remove foreign material. C. After erection of equipment, clean external surfaces of oil, grease, dirt, or other foreign material; touch up shop paint, primer, and filler; leave surfaces smooth and ready for finish painting. 3.04 ALIGNING A. Align equipment in accordance with manufacturer's recommendations. B. Use shims of sheet and plate steel; use shims with laminations having individual layers not heavier than 0.015' (0.40 mm) for 1/32" (1 mm) to 1/8" (3 mm) directly under equipment. C. Check alignment of equipment after piping and other external connections have been made and before equipment is placed in operation. Realign equipment as necessary. D. After alignment, hot run and recheck alignment; drill and ream items of equipment and fasten to baseplates with tapered dowel pins. E. Include costs for labor required to obtain alignment within allowable limits on equipment installed. This includes labor for any hanger adjustments required. 3.05 SUPPORTS A. Provide devices to support equipment and piping, furnished, modified, or installed under this Contract. B. Fabricate supports of structural steel sections, plates, or rods arranged to provide rigid and sturdy mounting for equipment. C. Provide connections or fasteners required between equipment supports and building structure. D. Provide devices to support equipment piping and appurtenances where specific support is not detailed on Drawings. Support piping adjacent to equipment such that no weight is carried on equipment. 3.06 GRO LING < C A. PIRce ihiniiu um of 1" (25 mm) nonshrink grout under equipment being mounted on concrete �l fLl nd - ns unless specified otherwise. —.113. q0errcR' i- uantity of grout required. "... t �. C. �ntire&!e between top of foundation and bottom of equipment base shall be completely filled with grout, frabof any voids. 0 N D. Place no grout that has been allowed to set, after mixing, beyond time limitations set forth by grout manufacturer. E. Remove and replace grout that shows cracking. END OF SECTION 23407.01.00 OPERATING AND MAINTENANCE DATA ms1128 SECTION 0178 23 - Page 1 PART1 GENERAL 1.01 OPERATING AND MAINTENANCE DATA REQUIREMENTS A. Operating and maintenance data shall be in English language. B. Compile product data and related information appropriate for Owner's maintenance and operation of products furnished under Agreement. C. Prepare operating and maintenance data as specified in this section and as referenced in other pertinent sections of Specifications. D. Instruct Owner's personnel in maintenance of products and in operation of equipment and systems. 1.02 QUALITY ASSURANCE A. Preparation of data shall be done by personnel: 1. Trained and experienced in maintenance and operation of described products. 2. Familiar with requirements of this section. 3. Skilled as technical writers to extent required to communicate essential data. 4. Skilled as draftsmen competent to prepare required drawings. 1.03 FORM OF SUBMITTALS A. Prepare data in form of an instructional manual for use by Owner's personnel. r O B. Format: c? s t 1. Sheet size: 8-1/2"x 11" minimum. 2. Paper: 20 lb minimum, white, for typed pages. 3. Text: Manufacturer's printed data, or neatly typewritten. =-t n N 4. Drawings: -<r- -,� rn a. Provide reinforced punched binder tab, bind in with text. b. Larger size drawings shall be folded to 8 -1/2" x 11 ", and inserted into pocQsx cr 5. Provide fly -leaf for each separate product, or each piece of operating equipmeo o a. Provide typed description of product, and major component parts of equipment. u+ b. Provide indexed tabs. 6. Cover: Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS." List: a. Title of Project. b. Identity of separate structure as applicable. c. Identity of general subject matter covered in manual. 7. Binders: a. Commercial quality 3 -ring binders with durable and cleanable plastic covers. b. Maximum ring size: 1 ". c. When multiple binders are used, correlate data into related consistent groupings. C. Provide final data in electronic format as'.doc and /or'.pdf on CD or DVD. 1.04 CONTENT OF MANUAL A. Neatly typewritten table of contents for each volume, arranged in systematic order. 1. Contractor, name of responsible principal, address, and telephone number. 2. List of each product required to be included, indexed to content of volume. 3. List, with each product, name, address, and telephone number of: a. Subcontractor or installer. b. Maintenance contractor, as appropriate. c. Identify area of responsibility of each. d. Local source of supply for parts and replacement and list of recommended spare parts. OPERATING AND MAINTENANCE DATA 23407:01.00 Page 2 - SECTION 0178 23 ms1128 4. Identify each product by product name and other identifying symbols as set forth in Contract Documents, including nameplate information and shop order numbers for each item of equipment furnished. B. Product data: 1. Include only those sheets which are pertinent to specific product. 2. Annotate each sheet to: a. Clearly identify specific product or part installed. b. Clearly identify data applicable to installation. c. Delete references to inapplicable information. C. Drawings: 1. Supplement product data with Drawings as necessary to clearly illustrate: a. Relations of component parts of equipment and systems. b. Control and Flow diagrams. 2. Coordinate Drawings with information in Project record documents to assure correct illustration of completed installation. 3. Do not use Project record documents as maintenance Drawings. D. Wrftt�n text, as required to supplement product data for particular installation. 1. L�brggao in consistent format under separate headings for different procedures. 2. m roLV&bgical sequence of instructions for each procedure. UJ CL _J>: �. C ofd warranty, Bond, and service contract issued. Provide information sheet for Owner's pe nnet,vving: LL 1. ro _ rocedures in event of failure. 2.ins s which might affect validity of warranties or Bonds. 0 1.05 MAKTAL FOR EQUIPMENT AND SYSTEMS A. Contents, for each unit of equipment and system, as appropriate: 1. Description of unit and component parts: a. Function, normal operating characteristics, and limiting conditions. b. Performance curves, engineering data, and tests. c. Complete nomenclature and commercial number of replaceable parts. 2. Operating procedures: a. Startup, break -in, routine, and normal operating instructions. b. Regulation, control, stopping, shutdown, and emergency instructions. c. Summer and winter operating Instructions. d. Special operating instructions. 3. Maintenance procedures: a. Routine operations. b. Guide to "trouble- shooting." c. Disassembly, repair, and reassembly. d. Alignment, adjusting, and checking. 4. Servicing and lubrication schedule: List of lubricants required. 5. Manufacturer's printed operating and maintenance instructions. 6. Description of sequence of operation by control manufacturer. 7. Original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance. a. Predicted life of parts subject to wear. b. Items recommended to be stocked as spare parts. 8. As- installed control diagrams by controls manufacturer. 9. Each contractor's coordination Drawings. As- installed color -coded piping diagrams. 10. Chart of valve tag numbers, with location and function of each valve. 11. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage. 12. Other data as required under pertinent sections of Specifications. 23407.01.00 OPERATING AND MAINTENANCE DATA ms1128 SECTION 01 78 23 - Page 3 B. Content, for each electrical and electronic system, as appropriate. 1. Description of system and component parts: a. Function, normal operating characteristics, and limiting conditions. b. Performance curves, engineering data, and tests. c. Complete nomenclature and commercial number of replacement parts. 2. Circuit directories of panelboards: a. Electrical service. b. Controls. c. Communications. 3. As- installed color -coded wiring diagrams. 4. Operating procedures: a. Routine and normal operating instructions. b. Sequences required. c. Special operating instructions. j y 5. Maintenance procedures: _y " a. Routine operations.,G N b. Guide to "trouble- shooting." � "�`j c. Disassembly, repair, and assembly. Gm 73C d. Adjustment and checking. 6. Manufacturer's printed operating and maintenance instructions. c'� — 7. List of original manufacturer's spare parts, manufacturer's current prices, and rAcommogi fled quantities to be maintained in storage. 8. Other data as required under pertinent sections of Specifications. C. Prepare and include additional data when need for such data becomes apparent during instruction of Owner's personnel. D. Additional requirements for operating and maintenance data: Respective sections `of Specifications. 1.06 SUBMITTAL SCHEDULE A. Preliminary draft: 1. Provide 2 copies of installation instructions shipped with equipment. 2. Submit 2 copies of O &M manual including installation instructions to Owner and 2 copies to Engineer 45 days in advance of equipment shipment. B. Submit 1 copy of completed data in final form 15 days prior to final inspection or acceptance. Copy will be returned after final inspection or acceptance, with comments. C. Submit 2 copies of approved data in final form 10 days after final inspection or acceptance. 1.07 DEMONSTRATION AND INSTRUCTION OF OWNER'S PERSONNEL A. Demonstrate operation and maintenance of products to Owner's personnel 2 weeks prior to date of Substantial Completion. B. Instruct in a classroom environment located at Project Site by a qualified manufacturer's representative who is knowledgeable about the Project. C. For equipment or systems requiring seasonal operation, perform demonstration for other season within 6 months. D. Utilize operation and maintenance manuals as basis for instruction. Review contents of manual with Owner's personnel in detail to explain all aspects of operation and maintenance. E. Demonstrate start-up, operation, control, adjustment, trouble- shooting, servicing, maintenance, and shutdown of each item of equipment at agreed time, at equipment location. OPERATING AND MAINTENANCE DATA 23407.01.00 Page 4 - SECTION 01 78 23 ms1128 F. Prepare and insert additional data in operations and maintenance manuals when need for additional data becomes apparent during instruction. G. Amount of time required for instruction on each item of equipment and system is that specified in individual sections. PART PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION w C) Q W11- LLJ sj N CV CaF- LL V� 5J. Ca u o N OPERATING AND MAINTENANCE MANUAL COVER DIAGRAM IOWA CITY SOUTH IOWA CITY WASTEWATER SOUTH WASTEWATER TREATEMENT PLANT TREATMENT PLANT N 4- •'mot) ��.�' C? OPERATING AND MAINTENANCE MANIFAr = AERATION FOR ` BLOWER AERATION BLOWER v VOLUME NUMBER* MANUFACTURER'S NAME MANUFACTURER'S ADDRESS VOLUME STANLEY CONSULTANTS, INC. NUMBER* MUSCATINE, IOWA SPINE COVER 1. Imprinting shall be in Arial font. 2. Spine printing shall be 12- point. 3. Cover printing shall be in point sizes indicated. * If more than one volume is necessary, imprint cover with volume numbers. 36 pt 36 pt 24 pt 24 pt Xk 36 pt 36 pt 36 pt 24 pt 24 pt 14 pt 14 pt OPERATING AND MAINTENANCE DATA 16000.02.00 Page 6 -SECTION 01785 ms159 km C) in .a a THIS PAGE CD :c tea INTENTIONALLY °' LEFT BLANK N UF- N E3Q g C3 .r Cl 0 N 23407.01.00 DEMOLITION ms1128 SECTION 02.41 00 - Page 1 PART1 GENERAL 1.01 SECTION INCLUDES A. Removal and salvage of existing Blower No. 5 and associated work including, but not limited to: 1. Blower building modification. 2. Demolition and modification of electrical and mechanical systems. B. Remove and legally dispose of items, except those identified for use in recycling, re -use, and salvage programs. p 1.02 WORK BY OTHERS n p. A. Contractor shall salvage Blower No. 5 and related piping and equipment for Ow'r7er� N C-) N B. _ Salvaged equipment shall be relocated to storage area on plant site directed by,0�_Aer. _ ' r'n .r 1.03 MEASUREMENT AND PAYMENT O A. No separate measurement or payment will be made for demolition work under this contract except as specifically described and listed in Agreement. Include costs in connection with Work in lump sum Contract Price or unit price for demolition. 1.04 DEFINITIONS A. Environmental pollution and damage: Presence of chemical, physical, or biological elements or agents which adversely affect human health or welfare; unfavorably alter ecological balances of importance to human or animal life; affect other species of importance to humanity; or degrade utility of environment for aesthetic, cultural or historical purposes. B. Demolition waste: Building materials and solid waste resulting from construction, remodeling, repair, cleanup, or demolition operations that are not hazardous. Term includes, but is not limited to, asphalt concrete, portland cement concrete, brick, lumber, gypsum wallboard, cardboard and other associated packaging, roofing material, ceramic tile, carpeting, plastic pipe, and steel. The materials may include rock, soil, tree stumps, and other vegetative matter resulting from land clearing and landscaping for construction or land development projects. C. Recycling: Process of sorting, cleansing, treating and reconstituting materials for purpose of using altered form in manufacture of new product. Recycling does not include burning, incinerating or thermally destroying solid waste. D. Reuse: Use, in same or similar form as it was produced, of material which might otherwise be discarded. E. Solid waste: Putrescible and nonputrescible solid, semisolid, and liquid wastes, including garbage, trash, refuse, paper, rubbish, ashes, industrial wastes, demolition and construction wastes, abandoned vehicles and parts thereof, discarded home and industrial appliances, dewatered, treated, or chemically fixed sewage sludge which is not hazardous waste, manure, vegetable or animal solid and semisolid wastes, and other discarded solid and semisolid wastes. "Solid waste" does not include hazardous waste, radioactive waste, or medical waste as defined or regulated by State law. 1.05 PRE - DEMOLITION MEETING A. Conduct conference at Project site. B. Arrange meeting no less than 10 days prior to demolition with Owners Representative and other designated representatives to review salvageable items to determine if Owner wants to retain ownership, and discuss Contractor's Waste Management and Recycling Plan. DEMOLITION 23407.01.00 Page 2 - SECTION 02 41 00 ms1128 C. Review environmental goals of Project with Contractor, subcontractors, and waste haulers and make proactive effort to increase awareness of these goals among all labor forces on site. 1.06 SCHEDULING A. Perform Work in manner which will provide least interference and most protection to public and existing construction. Contractor's operations subject to approval by Owner prior to commencement of Work. B. Carefully coordinate time and manner of demolition work with Engineer to assure continued operation of existing facilities and to maintain construction schedule requirements. C. Schedule and perform work in accordance with following general sequence. Coordinate specific details of work with Owner and Owner's use of premises shall have priority over work in Contract. D. Take care to minimize outages of electrical systems. E. Coordinate electrical system outages with Owner and service utility. Notify Owner in writing at least 24 hcgyrs prior to electrical outage. Indicate system to be disabled, areas affected, proposed date and tirrw of outage, duration, and work to be performed. j tfJ 4Y P*wer k1bution outages shall be performed only with written permission of Owner. �-L ! CL. 65 - 1.0Z.JINF08Mld bAL SUBMITTALS �... N _ V d A. Zualj� urance data: ?F T%9 eeks prior to any removal, submit demolition plan for review. Plans shall include sequence v of Forming proposed work, requirements for interruptions to public use of area, and requirements for Contractor use of public streets and facilities. 2. Five copies of photographs taken of existing construction to remain. Include adjacent private properties that might be disturbed by demolition operations. 1.08 ACTION SUBMITTALS A. Special Procedures: Demolition plans 2 weeks prior to any removal. Plans shall include sequence of performing proposed work, requirements for interruptions to Owners use of area, and requirements for Contractor use of facility drives and facilities. B. Quality assurance data: Contractor's quantitative reports for demolition waste materials generated by Contractor, as condition of approval of progress payments. 1.09 SUSTAINABLE SUBMITTALS A. Submittals for construction document phase: 1. Qualification Data: For demolition firm. 2. , Contractor's Waste Management and Recycling Plan prior to commencement of Work. B. Submittals for demolition phase: 1. Proposed dust - control measures. 2. Proposed noise - control measures. 3. Schedule of demolition activities indicating following: a. Detailed sequence of demolition and removal work, including start and end dates for each activity. b. Dates for shutoff, capping, and continuation of utility services. 4. If hazardous materials are encountered and disposed of, landfill records indicating receipt and acceptance of hazardous wastes by landfill facility licensed to accept hazardous wastes. 1.10 CLOSEOUT SUBMITTALS 23407.01.00 DEMOLITION ms1128 SECTION 02 4100 - Page 3 A. Record drawings: Identify and accurately locate capped utilities and other subsurface structural, electrical, or mechanical conditions. 1.11 QUALITY ASSURANCE A. Demolition firm qualifications: Engage licensed demolition contractor and an experienced firm that has successfully completed demolition Work similar to that indicated for this Project. B. Temporary electrical construction necessary to maintain existing system during construction shall comply with NEC Article 590. C. Regulatory requirements: 1. Comply with governing EPA notification regulations before starting demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. Obtain and pay for all permits required. 2. Conform to applicable requirements of federal, state, and other governmental agencies for demolition work. 1.12 SITE CONDITIONS A. Notify Engineer and Owner of unexpected conditions and discontinue Work in area until Owner provides notification to resume Work. PART PRODUCTS 2.01 MATERIALS OWNERSHIP A. Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise indicated to remain property of Owner, demolished materials shall become Contractors property and shall be removed, recycled, or disposed from Project Site in appropriate and legal manner. 2.02 SALVAGEABLE ITEMS A. Following equipment shall be removed and remain property of Owner. Contractor shall remove salvageable equipment and transport to Owner's designated storage area located at South Wastewater Treatment Plant Site. N O B. Salvageable equipment list: �? '- 1. Blower No. 5, 2. Related valves and piping, e 3. Related instrumentation, -�c') N 4. Electrical wiring and equipment. :<r- _ r ri 'o c_:i br 1t C. Tag salvageable items and submit list to Owner identifying equipment and tag numusrs. .� L D. Upon delivery of a salvaged item to designated storage area, Contractor shall receive fro° Owner receipt indicating delivery of that item. PART 3 EXECUTION 3.01 SITE ENVIRONMENTAL PROCEDURES A. Indoor air quality: Provide temporary ventilation as specified in Section 0150 00. 3.02 VERIFICATION OF CONDITIONS A. Inspect buildings and structures where demolition is required. Inspect existing Drawings of buildings and structures; Drawings are available from Owner. Contractor shall be familiar with items that require demolition and patching. DEMOLITION 23407 01 00 Page 4 - SECTION 02 4100 ms1128 B. Determine actual Site conditions, extent to which demolition is required, and method of demolition. C. Schedule work with Owner and work in other parts of these Contract Documents. See Demolition Restraints and Scheduled Outages listed under "Bidder's Representation in Supplementary Conditions. D. Verify that utilities have been disconnected and capped. E. Survey existing conditions and correlate with requirements indicated to determine extent of demolition and recycling required. F. Survey condition of the building to determine whether removing any element might result in structural deficiency or unplanned collapse of portion of structure or adjacent structures during demolition. G. Retain licensed and qualified civil or structural engineer to provide analysis, including calculations, necessary to ensure safe execution of demolition work. H. Perform surveys as Work progresses to detect hazards resulting from demolition activities. 3.03 PREPARATION, A. Conduct demolition operations and remove C &D materials to ensure minimum interference with other adjacent occupied and utilized facilities. B. D"ot close or obstruct drives, walks, or other adjacent occupied or utilized facilities without Q patiseorjlom Owner.. C�Ldu olition operations to prevent injury to people and damage to adjacent buildings and ..Y� fagilitiQ emain. Ensure safe passage of people around demolition area. f.�J EWLVmporary protection, such as walks, fences, railings, canopies, and covered passageways, (1 o- =required by authorities having jurisdiction. :2 Maintain temporary protection to people at exterior areas of existing building where decorative meQlion removal work is being done. Protect existing Site improvements, appurtenances, and landscaping that are designated to remain in place. D. Provide and maintain interior and exterior shoring, bracing, or structural support to preserve stability and prevent movement, settlement, or collapse of buildings to be demolished and adjacent buildings to remain. Strengthen or add new supports when required during progress of demolition. 3.04 ENVIRONMENTAL CONTROLS A. Comply with federal, state and local regulations pertaining to water, air, solid waste, recycling, chemical waste, sanitary waste, sediment and noise pollution. B. Protection of facilities: 1. Confine demolition activities to areas defined by work area limits indicated on drawings. 2. Temporary construction: Remove indications of temporary construction facilities, such as haul roads, work areas, structures, stockpiles or waste areas. 3. Dust control, air pollution, and odor control: Prevent creation of dust, air pollution and odors: a. Use temporary enclosures and other appropriate methods to limit dust and dirt rising and scattering in air to lowest practical level. b. Store volatile liquids, including fuels and solvents, in closed containers. c. Properly maintain equipment to reduce gaseous pollutant emissions. 4. Noise control: Perform demolition operations to minimize noise. a. Repetitive, high level impact noise will be permitted only between hours of 8:00 a.m. and 6:00 p. m. Repetitive impact noise on property shall not exceed following dB limitations: Sound Level in dB I Time Duration of Im act Noise 23407.01.00 DEMOLITION ms1128 SECTION 02 41 00 - Page 5 70 More than 12 minutes in any hour 80 More than 3 minutes in any hour b. Provide equipment, sound - deadening devices, and take noise abatement measures that are necessary to comply with requirements of this Contract. c. At least once every 5 successive working days while work is being performed above 55 dB noise level, measure sound level for noise exposure due to demolition. Measure sound levels on'A' weighing network of general purpose sound level meter at slow response. To minimize the effect of reflective sound waves at buildings, measurements may be taken 3' to 6' in front of building face. Submit recorded information to State noting problems and alternatives before mitigating actions. 5. Salvage procedures: a. Develop and implement procedures to salvage, based on the Contract Documents, b. Identify materials that are feasible for salvage, determine requirements for Site storage.. 3.05 PROTECTION A. Protect existing facilities from damage by falling debris, dust, and construction operatidA. ^^ff B. Provide shoring and bracing where necessary to support existing construction @kwoti4 person I ! during demolition operation. n� N..^ N 3.06 DEMOLITION - GENERAL Wit... � rn � A. Building demolition: Demolish buildings completely and remove from site. Use rY FM.s,�"uire complete Work within limitations of governing regulations and as follows: .= 1. Locate demolition equipment throughout building and remove debris and mateYals so � not to impose excessive loads on supporting walls, floors, or framing. 2. Demolish concrete and masonry in sizes that will be suitable for acceptance at recycling or disposal facilities. 3. Remove structural framing members and lower to ground by method suitable to avoid free fall and to prevent ground impact or dust generation. 4. Remove all disconnected, abandoned utilities on site. B. Damages: Promptly repair damages to adjacent facilities caused by demolition operations. C. Remove existing construction as specified and shown and as required to permit new construction. D. Perform removal in manner that will minimize dust, noise, and other nuisance. Maintain haul routes for disposal of material clean and free of debris. E. Remove existing construction carefully providing for neat and orderly junctions at construction to remain in place. Final appearance of exposed surfaces shall be similar and equal to that of adjacent existing work. Grind off rough surfaces to remove sharp projections. F. Perform demolition operations in manner that in no way endangers personnel, existing structures, utilities, roadways, or facilities not to be demolished. G. Any portion of existing construction whether structural, or accessory which has become unstable through removal of other parts of construction shall be removed as soon as practicable, and no such unstable part shall be left free - standing or inadequately braced against causes of collapse at end of each day's work. H. No demolition shall be performed on piping, electrical circuits, or equipment until system has been isolated by Owner. Contractor shall verify isolation of system. I. Contractor shall relocate existing active miscellaneous piping, conduit, and electrical circuits and devices not detailed on Drawings but required for installation of equipment and items installed by this Contract. DEMOLITION 23407.01.00 Page 6 - SECTION 02 4100 ms1128 J. To reduce fire hazards during demolition, Contractor shall: 1. Before removing any part of any building, remove volatile or flammable materials, such as fuel oil, gasoline, kerosene, benzene, cleaning fluids, paints, thinners, cloth, loose paper, combustible trash, coal, and similar materials which might serve as ready fuel for small fires. 2. Maintain stairways in usable condition to highest or lowest level until that portion of structure is removed. 3. Maintain sufficient number of fire extinguishers to check and extinguish small fires in areas where Work is being performed. 4. Wherever cutting torch or other equipment which might cause fire is being used, fire extinguishers shall be kept nearby and ready for instant use. Users of such equipment shall be instructed in proper method of preventing fires and extinguishing fire. 5. Fires will not be permitted.. K. Use of cranes and wrecking balls for demolition work not permitted. L. Provide temporary personnel and vehicle protection at openings or ledges made by demolition. 3.07 DEMOLITION OF ARCHITECTURAL, STRUCTURAL, AND SITE MATERIALS A. Remove as shown and specified or as required to permit new construction. B. Structural, parts of buildings, such as columns, beams, and joists supporting floor of any story shall be left in lace until walls, flooring, and partitions of that story are completely removed, beginning at top and &rking downward. Exception to this requirement will be made in case of nonrigid frames or conffte buoings. Y -'- T_ l( f If Contradik— Olects to use an alternate procedure for progressive or simultaneous wrecking of all parts of tali' diriOZontractor's proposed method shall not increase danger to Contractor's personnel, wn -� Ogr'sp&nnel, or to adjacent structures. Contractor shall notify Owner in writing of any such LL altaxaat"- Reedure proposed before implementing such procedures. D. Nccvall or Qrt thereof shall be permitted to fall outwardly from any building or into plant basement or floNexcept through chutes or by other controlled means or methods which will ensure safety and minimize dust, noise, and other nuisance. E. Any part of building, whether structural, or accessory, which has become unstable through removal of other parts shall be removed as soon as practicable, and no such unstable part shall be left free- standing or inadequately braced against cause of collapse at end of day's work. F. Structural steel in building: 1. Provide temporary support or complete new work required for support prior to removal. Maintain existing parts until equipment supported by part is removed or modified. 2. Remove and dispose of steel indicated on Drawings including miscellaneous associated steel. Do not remove bolts and /or rivets of common connections; cut member being removed to leave connection unless shown otherwise. 3. Where steel penetrates masonry or concrete wall, cut flush with wall unless shown otherwise. 4. Where applicable, remove anchor bolts and grout to top or face of existing concrete. Make provisions to ensure smooth surface where grout is removed. 5. Care shall be taken not to damage any portion of existing structural steel that is to remain intact. G. Remove and dispose of portion of existing building walls to limits required by new construction and required for removal or placement of materials and equipment. Replace removed portions with same type construction. H. Material shall be removed completely from the blower building and other areas which are to remain. Contractor shall make special inspections by its job superintendent and quality control personnel to assure that material is not left in areas where they can get into operating systems. I. Provide temporary, insulated, weathertight closure over openings above grade in buildings to remain. 128 SECTION 02 4100 - Page 7 1. Closures shall remain in place at all times except as directed by Engineer and as required for demolition and construction operations. 2. Closure shall be constructed to prevent water and material from entering building opening. Construct closure to protect interior of building from weather. 3. Closure shall be adequate in strength and anchorage to withstand uplift and wind loading in accordance with ANSI A58.1. 4. Repair and maintain closure until Work is accepted as complete. Damage by other contractors will be repaired at their expense. 5. Closure not replaced by permanent construction under this contract will be removed later by Owner under separate contract. 3.08 DEMOLITION OF MECHANICAL ITEMS A. Remove mechanical equipment and materials as shown on Drawings and as specified. B. Removal shall include but not limited to piping, valves, blower equipment, hangers, and associated accessories. w ca 3.09 DEMOLITION OF ELECTRICAL ITEMS o -tc —(I A. Examination: n� r') 1. Verify that abandoned wiring and equipment serve only abandoned facilities.- N 2. Demolition drawings are based on cursory field observation and existing recQ n cur0ents.1 Report discrepancies to Owner before disturbing existing installation., = a.cn B. Preparation: y o 1. Contact Owner to determine equipment items are to be salvaged and delivered to stoff2 a area. Other equipment shall become property of Contractor and shall be removed from job site. 2. Disconnect electrical systems in or on walls, floors, and ceilings scheduled for removal. 3. Coordinate utility service outages with utility company and Owner. 4. Provide temporary wiring and connections to maintain existing systems in service during construction. 5. Existing electrical service: maintain existing system in service until new system is complete and ready for service. Disable system only to make switchovers and connections. Obtain$,ermission from Owner at least 24 hours before partially or completely disabling system. C. Demolition and extension of existing electrical work: 1. Remove, relocate, and extend existing installations to remain to accommodate new construction. 2. Remove abandoned wiring to source of supply. 3. Remove exposed abandoned conduit, including abandoned conduit above accessible ceiling finishes. Cut conduit flush with walls and floors, and patch surfaces. 4. Disconnect abandoned outlets and remove devices. Remove abandoned outlets if conduit servicing them is abandoned and removed. Provide blank cover for abandoned outlets which are not removed. 5. Disconnect and remove the following: a. Abandoned panelboards and distribution equipment. b. Devices and equipment serving utilization equipment that has been removed. c. Abandoned light fixtures, including brackets, stems, hangers, and other accessories. 6. Repair adjacent construction and finishes damaged during demolition and extension work. 7. Maintain safe access to existing electrical installations which remain active. 3.10 HANDLING OF DEMOLISHED MATERIALS A. Salvageable materials, except items specified to remain property of Owner, shall become property of Contractor and shall be removed from Site as Work progresses. B. Promptly re -use, salvage, recycle, or dispose of demolished materials. Do not allow demolished materials to accumulate or be stored on -site for more than 5 days. DEMOLITION 23407 01 00 Page 8 - SECTION 02 4100 ms1128 C. Certain equipment and material shall be removed and reinstalled as indicated on Drawings and specified herein. Contractor shall remove such items, store if required, and reinstall as indicated. In the event of loss or damage to such material or equipment, Contractor shall replace items without additional cost to Owner. D. Storage of materials to be removed not permitted to accumulate on site. Promptly remove and dispose of unsalvageable equipment and materials. E. Debris shall not be allowed to accumulate on roofs, floors, or in areas outside of and around any buildings being removed. Waste materials and debris resulting from Work shall be removed and disposed of daily by Contractor in disposal area obtained by Contractor. F. No material, obstructions, or debris shall be placed or allowed to accumulate within 15' (4.5 m) of any fire hydrant. Fire hydrants shall be accessible at all times. 3.11 PATCHING A. Patch openings in walls, foundations, and checker plating caused by demolition. Use materials comparable to adjacent undisturbed surfaces for patching. B. Any new construction work that affects existing building structures shall be patched to match existing surrounding materials. This includes roofing, walls, walks, flooring ceilings, and any other materials that affect structural or architectural integrity of building. 3.12 REPAIR AND RESTORATION A. Contractor shall be responsible for damage to personnel, public, roadways, streets, structures, utilities, facilities, and equipment caused by operations and shall repair any damage at Its own expense or replace items damaged beyond repair. B. Do not operate vehicles or equipment on existing construction or roadways that could be damaged. C. Grade areas disturbed by construction to smooth, uniform surfaces sloped to drain. 3.13 CLEAN -UP A. Maintain facility streets, other thoroughfares used in carrying out disposal free of litter or soil attributable to this operation. Equip and load trucks or other vehicles to prevent leakage, blowing off, or other escape of any portion of whatsoever is being hauled. Cost incurred by Owner in cleaning up such litter will be charged to Contractor and deducted from monies due or to become due it under this contract. B. Upon completion of demolition work in each area, thoroughly clean area of materials not to remain. C. Rq&ve m4erials (except paint) adhered to construction to remain. B LehVe an broom clean and vacuumed condition. r 1) T. traciyy�ilk jy END OF SECTION Ur- 2) J. ,, ry � Vo N 23407 01 00 COMMON WORK RESULTS FOR ELECTRICAL PACKAGED EQUIPMENT ms1128 SECTION 26 05 05 - Page 1 PART1 GENERAL 1.01 SECTION INCLUDES A. General electrical requirements for equipment and services including, but not limited to: 1. Auxiliary power. 2. Factory wiring. 3. Electrical enclosures. 4. Equipment safety grounding. 5. Low voltage fuses and fuse blocks. 6. Control relays Pushbuttons. 7. Indicating lights. 8. Alarm and trip contacts. 9. Starters. 10. Circuit breakers and disconnect switches. 11. Auxiliary power transformers. 12. Nameplates. C-) 1.02 WORK BY OTHERS C.) _e' N A. Equipment foundations and supports. :<y- -O B. Receiving, unloading and storing. B. 5% � Y C. Final placement and assembly. 1.03 INFORMATIONAL SUBMITTALS A. Product Data: 1. Equipment performance curves. 2. List of recommended spare parts required for equipment start-up, commissioning and operation. 3. List of special maintenance tools required for installation and operation of equipment. 1.04 ACTION SUBMITTALS A. Shop Drawings: 1. Drawing submittal index. 2. Manufacturer's catalog sheets marked to indicate specific type, model or catalog number of equipment to be provided. 3. Equipment drawings showing layout of electrical components. 4. Elementary wiring diagrams and schematics for internal wiring and external connections. Terminal points shall be clearly labeled. 1.05 CLOSEOUT SUBMITTALS A. Operation and maintenance manuals. Provide at minimum: 1. Complete set of final drawings submitted for review and comment. 2. Product data. 3. Itemized equipment list. 4. General description and technical data. 5. Receiving, storage, installation, and testing instructions. 6. Operating and maintenance procedures. 7. Complete documentation of inspections and tests performed, including logs, curves, and certificates. Documentation shall note any replacement of equipment or components that failed during testing. 8. Lubrication recommendations. COMMON WORK RESULTS FOR ELECTRICAL PACKAGED EQUIPMENT 23407.01.00 Page 2 - SECTION 26 05 05 ms1128 9. Warranty information. 1.06 MAINTENANCE MATERIALS A. Each piece of equipment shall be furnished with special tools as required for installation, maintenance, and dismantling of equipment. 1. Furnish in quantities as necessary to complete work on schedule. 2. Tools shall be new and shall become property of Owner. 3. Tools and intended use shall be identified in assembly instructions. Tools shall only be used for their intended purpose. 1.07 QUALITY ASSURANCE A. Manufacturer of equipment specified shall be recognized in industry for normally supplying this type of equipment and shall be ISO certified. B. Materials and equipment furnished for permanent installation shall be new, unused, and undamaged. C. Asbestos not allowed. D. Parts shall be manufactured to American industry standard sizes and gages to facilitate maintenance and interchangeability. Metric sized components allowed as long as imperial dimensions are also furnished. 1.08 DELIVERY, STORAGE, AND HANDLING A. Pack, ship, handle, and store in accordance with manufacturer's requirements. B. Ship equipment completely factory assembled unless physical size, arrangement, configuration, or shipping and handling limitations make this impracticable. C. Costs associated with sections, accessories, or appurtenances requiring field assembly shall be Contractor's responsibility. l'. D. Mpamtel¢ packaged parts and accessories shall be consolidated and shipped together with eguipn3e Mark each container clearly to identify contents and as belonging with main equipment. ii P' i y04! individual weatherproof itemized packing slips attached to outside of each container for Lul coaWj3Js included. Provide duplicate inside each container. "Attae44naster packing list, covering accessory items for equipment, to main piece of equipment. .� 3cy- MdMfbch container with project identification number for equipment and container number ;&01169jO by total number of containers. E. E4EI:iment shall be suitably protected during shipment, handling, and storage. Damage incurred during shipment shall be repaired at not cost to Owner. F. Protect coated surfaces against impact, abrasion, and discoloration. G. Electrical equipment and insulation systems shall be protected against ingress of moisture. Use space heaters if necessary to protect against moisture. H. Exposed threads shall be greased and protected. I. Pipe, tube, and conduit connections shall be closed with rough usage plugs. Seal and tape open ends of piping, tubing, and conduit. J. Equipment openings shall have covers, and taped to seal equipment. 23407.01.00 COMMON WORK RESULTS FOR ELECTRICAL PACKAGED EQUIPMENT ms1128 SECTION 26 05 05 - Page 3 K. Store materials in clean, dry place. Protect from weather, dirt, water, construction debris, and physical damage in accordance with manufacturer's instructions. PART PRODUCTS 2.01 DESIGN REQUIREMENTS A. Equipment and material furnished shall be suitable for intended service and installation location at project site. B. If equipment will be installed in or required for hazardous locations, equipment shall be carry appropriate UL- listing and have labeling for class, division, and group designation in accordance with NEC Article 500. 2.02 AUXILIARY POWER A. Design auxiliary equipment for low voltage service, with electrical power designed to operate from one of nominal electrical power sources as follows and as indicated on Drawings: 1. 2. 3. Volts Phase Frequency 480Y/277 3 or 1 60 208WI20 3 or 1 60 120/240 1 60 125 1 do N O T� -- -'1 Equipment package shall have a single point service connection for ac poviiitnd W'Men required Multiple electrical loads on skid shall be served from control panel supplied,�it(r eq @meq- package. t Control panel shall include transformers required to develop voltage levels iliabdiffeyor si –pll source supply. r? cn B. Electrical power for ac control and instrumentation equipment: n cm 1. Provide devices required for proper operation and protection of equipment during a eectrical power supply and ambient temperature fluctuations specified. 2. Design for continuous operation at any voltage from 85% to 110% of nominal voltage. Dropout voltage shall be 60% of nominal for relays and 75% for contactors and starters. 2.03 FACTORY WIRING A. Select cable for electrical and environmental conditions of installation, and suitable for unusual service conditions where encountered. 1. Proper temperature application cable shall be used throughout, but shall be not less than 90 °C rated. 2. Conductors routed over hinges shall use extra - flexible stranding. 3. Cable insulation shall be rated for maximum service voltage used, but not less than 600 volts. 4. Splices not allowed. B. Control panel cabinet and power wiring shall utilize flame retardant cross - linked polyethylene or flame retardant ethylene - propylene rubber insulation meeting requirements of UL 44 for Types SIS, and XHHW. Power wiring shall meet or exceed requirements of UL 44 for Types SIS, and XHHW. 1. Minimum size: No. 14 AWG (1.5 mm2). 2. Conductors: Annealed bare copper Class B stranding passing IEEE 1202 and UL VW -1 flame test. a. Single conductor cables shall have moisture resistant, flame retardant ethylene - propylene rubber insulation with Hypalon jacket. b. Multi - conductor cables shall have moisture resistant, flame retardant cross - linked polyethylene conductor insulation (XHHW or RHW) and an overall Hypalon jacket COMMON WORK RESULTS FOR ELECTRICAL PACKAGED EQUIPMENT 23407.01.00 Page 4 - SECTION 26 05 05 ms1128 c. For extreme ambient conditions (in excess of 70C) use one of following: 1) NEC Type SF -2 silicone rubber insulated cable with braided glass jacket. 2) NEC Type FEP fluorinated ethylene - propylene insulated cable. C. Instrumentation, thermocouple, and thermocouple extension wire shall use twisted shielded pairs /triads having flame retardant cross - linked polyethylene (XLPE) insulation, and chlorinated polyethylene (CPE) jacket. 1. Minimum size: No. 16 AWG (1.0 mm2). 2. Conductor type: a. Instrument: Annealed copper Class B stranding. b. Thermocouple: Solid alloy, ANSI MC 96.1. 3. Provide each pair /triad with shield. 4. Shielding shall consist of aluminum - polyester tape and flexible strand tin - coated No.18 AWG (0.75 mmZ) copper drain wire. 5. Drain wire for each instrument cable shall be insulated with spaghetti sleeve. One end of shield wire shall be terminated on grounded terminal. 6. Cables shall pass IEEE 1202 and ICEA 70,000 Btu /Hr vertical tray flame test, and each conductor shall pass UL VW -1 flame test. D. Terminations: 1. Conductor terminal connectors shall be insulated, ring tongue, compression type connectors properly sized for conductor and terminal. a. Connectors shall be constructed of copper and shall be tin - plated. b. Interior surface of connector wire barrel shall be serrated; exterior surface of connector wire barrel shall be furnished with crimp guides. 2. Non - insulated terminal connectors shall be used for conductors terminated on devices equipped with Individual fitted covers, such as, but not limited to, control switches and lockout relays. 3. Connections requiring disconnect plug and receptacle type devices shall be provided with factory- terminated conductors on each plug and receptacle. ePlugs and receptacles shall be factory wired into junction boxes containing terminal blocks for xternal connections. C) fib. COductors on disconnect portion of plug - receptacle assemblies shall be in common jacket. 4,,Prigt6hipment of equipment, remove temporary wiring installed in factory for equipment testing. LM 5� nurmPt transformers shall terminate on shorting type terminal blocks. Ship with shorting jumpers N a- V E. ldantiflea(isn and labeling. t� Pmnide conductor identification sleeve on each end of each internal conductor. Mark each sleeve = with Rposite end destination identification with nonsmudging, permanent black ink. Sleeves shall N be UV- resistant self- adhesive type or PVC, not less than 1/2" (13 mm) long. 2. Permanently label each terminal block, terminal, conductor, relay, breaker, fuse block, and other auxiliary devices to coincide with identification indicated on manufacturer's drawings. 3. Provide nameplates as required per the 2011 NEC to include phase color, source, and equipment name. 2.04 ELECTRICAL ENCLOSURES A. Size junction boxes, pull boxes, and enclosures in accordance with requirements of NEC. B. Junction boxes and pull boxes 4" (100 mm) trade size or smaller in any dimension shall be galvanized malleable iron, or cast ferrous metal NEMA rated for installed location. Do not use concentric knockouts. C. Junction boxes, pull boxes, and electrical enclosures 4" (100 mm) trade size and larger in any dimension shall be as follows, unless required otherwise. 1. NEMA rating for electrical enclosures installed in nonhazardous locations: a. Indoor: 1) Noncorrosive wet or hose -down area: NEMA 4. 23407.01 00 COMMON WORK RESULTS FOR ELECTRICAL PACKAGED EQUIPMENT ms1128 SECTION 26 05 05 - Page 5 2) Corrosive wet or hose -down area: NEMA 4X b. Outdoor: 1) Corrosive area: NEMA 4X. 2) Noncorrosive area hose -down or spray area: NEMA 4. 3) Noncorrosive area nonhose -down area NEMA 3R. 2. Construct noncast -metal electrical enclosures from reinforced steel plate capable of supporting devices mounted on or within enclosure without deflection. Steel plate thickness shall conform to UL requirements. 3. Enclosures shall be of adequate strength to support mounted components during shipment and installation. 4. Conduit entrances shall be field drilled. 5. Electrical enclosures located in outdoor, wet, or hose down areas shall be provided with space heaters. Provide space heaters completely wired within enclosure. Provide following: a. Space heater. b. Adjustable thermostat with set point temperature indicator. c. One miniature circuit breaker protective device. d. Space heaters, thermostat, and protection shall not interfere with cable into or out of enclosure, or with maintenance or replacement of devices within enclosure. e. Use of space heaters shall not change or discolor any painted surface. f. Space heater capacity shall maintain enclosure internal temperature above dew point under specified service conditions. g. Space heaters shall be rated for 240 volts ac minimum, and shall be sized for operation on applied voltage of 120 volts ac. M1, D. Outdoor electrical enclosures with ventilating openings: j 1. Louver on outdoor electrical equipment and protect in accordance with NEMAPe. 2. Equip openings on outdoor electrical equipment with fine mesh filters and sgn*s %el br� screens. n ry rre _Gr 2.05 EQUIPMENT SAFETY GROUNDING O n ro cn A. Furnish equipment that is part of integral shipping unit or assembly with bare coppor grou& conductor extending to central ground connection lug. Lug shall be suitable for field connection to local ground. Electrical equipment shall be considered any device that is energized. B. Single -point ground connections required for proper operation of electronic equipment shall be insulated from equipment safety ground. Such connections shall be extended, using insulated cable, to single insolated termination point suitable for field connection to appropriate ground: system. C. Conduits that contain power circuits shall have ground conductor installed inside conduit. Ground conductor shall be bonded to equipment or tray or duct ground at both ends. D. Provide ground bushing on each conduit containing power circuit. Connect ground bushings together inside enclosure and to enclosure ground lug or ground bus. 1. Use No. 8 AWG conductor for ground bushings trade size 1 -112" (38 mm) and smaller. 2. Ground bushings larger than 1 -1/2" (38 mm) shall be sized in accordance with requirements of NEC, but in no case shall they be smaller than No. 8 AWG. E. Ground conductor: Uninsulated, Class B standard, round soft drawn uncoated copper as defined in ICEA S- 19 -81, unless specified otherwise. Hardware: Clamps, bolts, washers, nuts, and other hardware used with grounding conductor shall be copper, copper ally, high copper alloy, or silicon bronze. 2.06 FUSES AND FUSE BLOCKS A. Modular -type, Class H screw terminal fuse blocks with Bakelite frame and reinforced retaining clips. Blocks shall be similar in construction and by same manufacturer. COMMON WORK RESULTS FOR ELECTRICAL PACKAGED EQUIPMENT 23407.01.00 Page 6 - SECTION 26 05 05 ms1128 B. Slow blow fuses: Bussmann Type MDL or Gould Shawmut Type GDL with ampere ratings of 1/4, 1/2, 1, or 2. C. Fast acting fuses: Bussmann Type NON or Gould Shawmut Type OT with ampere ratings of 1, 3, 6, 10, 15, 20, or 30. D. Extremely fast acting fuses: Bussmann Type KAB with ampere ratings of 1, 3, 6, 10, 15, 20, or 30. 2.07 CONTROL RELAYS A. General service, industrial grade auxiliary relays rated 600 -volt. B. Contacts shall be reversible from N.O. to N.C. in field. C. Timing relays for critical service: Agastat Series 7000. 2.08 PUSHBUTTONS A. Standard pushbuttons shall be heavy, industrial -type rated 120 volts ac or 125 volts dc, 3 amperes, as required. B. Provide with colored LED lamps and nameplates as required. 2.09 INDICATING LIGHTS A. Status indicating lights shall be high - intensity, cluster, LED -type for panel mounting. B. Coordinate indicating light colors with Indicated conditions as follows. Indicating lights shall be energized when condition exists and shall be de- energized when condition does not exist: 1. Red: Equipment energized: such as motor running, valve open, or breaker closed. 2. Green: Equipment de- energized: such as motor stopped, valve closed, or breaker open. 3. Amber: Equipment abnormality: such as motor trip, breaker trip, or relay trip. 4. White: Monitoring of control power or trip coil: such as lockout relay trip coil monitor or breaker trip coil monitor. Light is on during normal circuit operation and off during loss of power or loss of �? coil oss of control power. to �`r=c> 2.1 ALCM btyQTRIP CONTACTS A. I rrr� �cq%acts for remote annunciation shall be suitable for operation at 120 volts ac and 125 volts etc. c#e_r> cts shall be rated at least 0.5- ampere make and break, minimum. LL L) B. ftarm c (Racts shall be normally closed contacts that open to alarm condition. 0 N C. Trip contacts for remote trip shall be suitable for operation at 125 volts do and shall be rated 5 amperes make or break, minimum. D. Alarm and Trip contacts shall be protected from installation location site conditions by providing enclosure. 2.11 FACTORY PREWIRED ELECTRONIC CABINETS AND ENCLOSURES A. Wiring internal to factory pre -wired electronic system cabinets shall be installed according to manufacturer's recommended standards for wire size, insulation, and method of termination on internal equipment. 23407.01.00 COMMON WORK RESULTS FOR ELECTRICAL PACKAGED EQUIPMENT ms1128 SECTION 26 05 05 - Page 7 B. Individual conductors of interconnecting cables shall meet flame resisting test requirements of ICEA S- 19 -81, Paragraph 6.19.6. C. Identify conductors by color- coding. Insulation to match drawings and wiring lists. 2.12 CIRCUIT BREAKERS A. Provide 3 -pole, molded -case, separately enclosed circuit breakers of not less than interrupting rating shown on Drawings at rated voltage. 1. Provide with thermal and instantaneous trip elements. 2. Breakers shall use high- conductivity copper for current carrying parts. Breaker enclosures shall have NEMA type enclosure as specified. B. Each breaker shall be manually operated with quick -make, quick- break, and trip -free toggle mechanism. Thermal elements shall withstand sustained overloads and short- circuit currents without injury and without affecting calibration. C. Circuit breakers shall have "On; "'Off," and "Tripped" indication and shall be pad - lockable with 3 padlocks in "On" and "Off' position. 1. Breakers rated over 70 amperes shall berated 100% and have adjustable electronic trip units. 2. Breakers shall be capable of adding alarm, lockout, shunt trip, and under - voltage as options. 2.13 DISCONNECT SWITCHES A. Three -pole, nonfusibte, heavy -duty, rated 600 -volt with continuous current rating as shown on Drawings and as required by load. 1. Type: Either molded -case or blade. 2. Switches shall use high- conductivity copper for current carrying parts. B. Switches shall be positive, quick -make, and quick - break mechanisms. 1. Switch assembly plus operating handle shall be integral part of enclosure base. 2. Each switch shall have handle whose position is easily recognizable and which can be locked in "On" and "Off' position with 3 padlocks. "On" and "Off' positions shall be clearly marked. C. Switches shall be UL- listed and horsepower rated. Where applicable, switches2all hafedefeatable door interlocks that prevent door from being opened while operating handle is irPOn" pTon. aC-) 2.14 AUXILIARY POWER TRANSFORMERS n..< N --rte N A. Provide separately mounted transformers. Windings: Copper. �r B. Transformers shall be self- air - cooled, d e, capable of wall- or floor- mountiag ry -typ p floor-and e►tcloszAr wiring connection by conduit. In areas where dust and dirt may be normally prc73ent, ugg encapsulated -type transformers. C. NEMA enclosure type protection shall be as specified herein. D. Provide at least 2 full KVA capacity voltage taps above and 2 full KVA capacity taps below nominal rating. Each tap shall be 2.5% step. E. Transformer shall be capable of at least 150 °C rise above rated site maximum ambient without degrading transformer life. F. Transformers shall be capable of continuous operation at rated kVA with normal life expectancy as defined in ANSI C57. G. Sound level shall not exceed NEMA maximum average sound level COMMON WORK RESULTS FOR ELECTRICAL PACKAGED EQUIPMENT 23407.01.00 Page 8 - SECTION 26 05 05 ms1128 H. Enclosure shall be sheet steel with corrosion - resistant finish and manufacturer's standard color. 2.15 INSTRUMENT IDENTIFICATION A. Provide stainless steel identification tag on instruments, gages, valves and temperature wells shown on instrument index. B. Rack - mounted instrumentation shall have tag screwed above or below device with stainless steel hardware. Other instrumentation, control valves, valve actuators, gages and temperature wells shall have tags wired on using stainless steel wire. C. Following information shall be stamped into each identification tag. Numbers /letters shall be minimum of 3116" (5 mm) high. 1. Purchase order number. 2. Instrument span or range. 3. Instrument identification number (as indicated on Drawings or instrument index). D. Manufacturer: Panduit MDP series, or equal. 2.16 NAMEPLATES A. Laminated white - over -black plastic such that face is white with black letters, with 1/8" (3 mm) engraved letters securely fastened with minimum of 2 self- tapping, stainless steel screws. B. Nameplates for hazardous conditions shall be red plastic laminate engraving stock with white core. PART 3 EXECUTION 3.01 INSTALLATION A. Install equipment and materials in accordance with manufacturers recommendations. B. Installation of equipment shall be in accordance with NEC. END OF SECTION 1) D. L. Mortiz 2) r— o .( Jr N N C�� ;rU LaS x �jK a y O w o M 23407.01.00 PROGRAMMABLE LOGIC PROCESS CONTROLLERS ms1128 SECTION 40 94 43 - Page 1 PART1 GENERAL. 1.01 SECTION INCLUDES A. Programmable controller system. B. Operator Interface Unit (OIU). N b C. Control Description. o zzn D. Performance tests. G") 1.02 INFORMATIONAL SUBMITTALS Z{c :< N -v Y A. Product Data: rri J 1. Manufacturer's installation Instructions and product data. y 2. Printout of graphic pages. ° 3. Complete set of instruction manuals sufficient for installation, programming, and operation of equipment supplied. B. Quality assurance data: 1. Recommended spare parts list. 2. Name and address of Owners local supplier for spare parts. 3. Name and address of nearest technical support. Provide description of technical support and availability for following: a. Equipment, system software, and data communication. b. Application software. 4. Within 30 days of Engineers request, provide detailed performance criteria and testing procedures used to determine satisfactory operation meeting functional performance criteria of control algorithms, data communications, graphic displays, etc., including operating system(s) for process control equipment hardware and software. 1.03 ACTION SUBMITTALS A. Shop Drawings: 1. System network drawing indicating model numbers of items provided. 2. Outline and installation drawings for equipment and accessories provided, including mounting requirements, and grounding requirements. Submittal shall clearly identify each item by instrument tag number or specification section number and paragraph, part or catalog number and options or accessories provided. 1.04 CLOSEOUT SUBMITTALS A. Record documents which accurately record actual location of controller cabinets and input and output devices connected to system. Include: 1. Interconnection wiring and cabling information. 2. Terminal block layouts in controller cabinets. 3. Inputtoutput schedule. Identify 1/0 address. 4. CD /DVD and hard copy of ladder logic with annotation and control description. B. Operation and maintenance data for each item, including each type of 110 card and processing card provided. 1. Bound copies of operating and programming instructions for all items. 2. Card replacement, adjustments, and preventative maintenance procedures and materials. 3. Complete set of instruction manuals sufficient for installation, programming, and operation of equipment furnished including processor, power supply, 1/0 and communication modules. PROGRAMMABLE LOGIC PROCESS CONTROLLERS 23407.01.00 Page 2 - SECTION 40 94 43 ms1126 1.05 QUALITY ASSURANCE A. Qualifications of system integrator: Company specializing in programming systems specified with minimum 3 years documented experience, and maintaining service facilities within 150 miles of Project site. B. Regulatory requirements: Design, construct, and test in conformance to NEMA ICS 1, ICS 2, and ICS 3. C. It is intent of Owner and Engineer to conductor witness performance tests. 1. Factory performance tests: Prior to shipment of control equipment hardware and software at Contractor's manufacturing facility. 2. Field performance tests: After installation of control equipment hardware and software is complete. Control equipment hardware and software field performance tests will be "On- Line" tests. 3. Contractor shall be responsible for hardware and software provided for this Contract and shall notify Design Professional, in writing, when it is considered complete, in good operating condition, and ready for factory and field performance tests. a. Contractor shall coordinate between concerned parties and shall establish schedule for factory and field performance tests. Upon establishment of test schedule, Contractor shall give minimum of 10 days' notice to concerned parties. b. Such tests as are deemed necessary by Engineer and Owner to establish that equipment components and software function properly and that guarantees are met will be conducted or witnessed by Engineer and Owner. c. Contractor shall conduct or assist Owner and Engineer in conducting factory performance tests. Owner and Engineer will conduct field performance tests. d,. If guaranteed performance is not achieved in initial tests, Contractor shall make necessary (Z chances and adjustments to equipment and software at no cost to Owner and notify Engineer V) wjlen -jeady for retesting or supplemental testing. >3> Ruing or supplemental testing procedures shall be same as initial performance test CL_ p4dures. N U I— G6 Co6N ofAeiuOucting tests, except for following, shall be borne by Contractor. U. 1. Coes kTofessional's and Owner's costs associated with factory performance tests, not exchig 1 round trip to Contractor's manufacturing facility and 1 -day duration per person for a I of persons. 2. "Engineer's and Owner's costs associated with field performance tests not exceeding the 60 -day field performance period. 3. Owner and Engineer will each render bill to be paid by Contractor covering costs incurred by retesting or supplemental testing exceeding limits noted herein. 4. Billings to Contractor for Owner's or Design Professional's costs for retesting and supplemental testing exceeding limits noted herein shall be paid directly to Owner or Design Professional, as appropriate, within 30 calendar days from receipt by Contractor. Contractor's failure to pay such billings shall be cause for withholding final payment in amount equal to such costs. 5. Engineer's costs, when applicable, will be determined at Engineer's current per diem rates, plus direct expenses. 1.06 DELIVERY, HANDLING, AND STORAGE A. Delivery, storage, and protection shall be in accordance with manufacturer's recommended procedures. B. Accept products on site in factory containers and verify damage. C. Store products in clean, dry area. Maintain temperature in accordance with NEMA ICS 1. 23407.01.00 PROGRAMMABLE LOGIC PROCESS CONTROLLERS ms1128 SECTION 40 94 43 - Page 3 1.07 SITE CONDITIONS o A. Indoor applications: °F. Dn .V 1. Temperature: 50 to 110 2. Humidity: 10 to 90 %. n B. Outdoor applications: :<rrn 1. Temperature: -20 to 120 °F.0 ; n" 2. Humidity: 10 to 100 %. y o 1.08 WARRANTY A. Warranty shall not begin until final acceptance of system by Owner. 1.09 MAINTENANCE MATERIALS A. Furnish 1 uninstalled spare for every 5 (or portion thereof) processors, power supplies, boards, modules, assemblies, and cables for PLC system. Spare HMI not required. PART PRODUCTS 2.01 MANUFACTURER A. Allen Bradley CompactLogix with backplane 1/0 modules, no substitutions. 2.02 PERFORMANCE REQUIREMENTS A. Functional performance: Configuration and base level programs shall conform to control strategies specified. B. Reliability: Equipment hardware and software shall have uptime operation meeting functional performance criteria in manner reasonably satisfactory to Owner and Engineer as follows: 1. Programmable logic controller equipment at least 98% in total with no component less than 94 %. 2. Data communication equipment: 100% in total with no component less than 98 %. - 3. Local operator interface unit: At least 98% in total with no components less than 94 %. 4. Control equipment shall have no component whose failure shall cause system to be nonoperative. 2.03 SYSTEM DESCRIPTION A. PLC and OIU shall be used to provide local control and monitoring of blower operation. PLC shall control all blower parameters to provide safe and operable functioning of blower based on external field reference signals hardwired from Owner's Aeration System PLC as defined below. B. Hardwired external dry contact input to PLC shall cause blower to start. Output capacity and speed of blower shall be controlled through packaged PLC logic based on three hardwired 4 -20 mA variables; aeration blower header pressure, total blower system air flow, and dissolved oxygen (D.O.) reading C. Primary speed of blower shall be to maintain dissolved oxygen to a locally set minimum value at OIU. Settable minimum range shall be from 0.5 to 8.0 mg /L. An adjustable positive deadband from 0.5 to 2 mg /L shall also be settable from the OIU. This range of dissolved oxygen values shall reduce need for continuous variations of blower speed. D. Blower speed shall be limited such that header pressure does not exceed an OIU initially set value of 7.7 psig and total air flow is not less than an OIU initially set value of 1800 scfm. If either of these values is reached an alarm shall be generated and communicated to existing SCADA System via PROGRAMMABLE LOGIC PROCESS CONTROLLERS 23407.01 00 Page 4 - SECTION 40 94 43 ms1128 Ethernet connection. At that time Plant Operator shall make necessary adjustments to return blower operation to normal range. 2.04 PROGRAMMABLE CONTROLLER SYSTEM A. System shall provide following capabilities: 1. Field instrumentation wiring terminations, instrument signal input/output for system, monitor and control functions, operator interface via local display station, and self - diagnostics. 2. Ability to expand control equipment, i.e. add controllers and local graphic interface panels. Control equipment shall be computer - compatible, but shall not require computer for data communication device expansion. 3. Capable of supporting copper or fiber optic Ethernet data communication for processor, work station, and remote 1/0 networking. B. Data communication system shall be capable of supporting copper Ethernet media for processor, local remote 1/0 networking. 1. Arrange system as indicated on Drawings. 2. System hardware shall have sufficient data protection to prevent erroneous data communication during power -up or power -down. 3. System shall recognize transmission format errors and either correct or request retransmission. 4. Construct data communication of multipoint, multidrop configuration. C. Supply cabinets, consoles, power supplies, digital instrumentation, communications, interconnecting cables as required, and necessary voltage regulation or conditioning equipment for complete and operable system meeting performance and control description specifications. D. Power supply: 120 volts ac, single - phase, 60 Hz. E. Manufacturer shall have application training and customer assistance services available. C3 r-j. MBjbrerhblies, subassemblies, circuit card, and devices shall be permanently marked with manuff hr's part or identification number. -J?: ,._,JG. ObAtroWtrSystem shall be of modular design with add -on processing unit, input/output frames or errtBtl£s, and add-on peripherals. Components shall be serviced and supported by same oamp C) H. Mel 1/0-dard strips with English descriptions. Provide 10 spare CDs or DVDs for use with programming panel. J. Supply system with necessary ventilating fans internal to console and cabinets. 2.05 PROGRAMMABLE CONTROLLER COMPONENTS A. Provide power supply with following requirements: 1. Available input power source: 120 -volt ac. 2. Mounted to right of processor, but within four modules of CPU. 3. Catalog number: 1769 -PA2. B. Provide Central Processing Unit (CPU) with following requirements: 1. Modular style to support power supply and 1/0 modules. 2. Processor will be configured by System Integrator. 3. Memory capacity: Available user memory: 750 Kbytes. 4. 110 module support: Up to 16 modules in up to 3 Banks. 5. Communication ports: a. One Ethernef/IP. 23407.01.00 PROGRAMMABLE LOGIC PROCESS CONTROLLERS msl128 SECTION 40 94 43 - Page 5 b. One RS -232 Serial (DF1 or ASCII). 6. Include following additional features: a. Lithium battery — 1769 -BA. b. 64 MB CompactFlash card to permanently store user program and tag data — 1784 -CF64. c. Programming via RSLogix 5000 IEC 61131 -3 compliant configuration software. Configuration software shall support relay ladders, structured text, function block diagram and sequential function chart programming. d. Program CPU on -line or off -line. 7. CPU Catalog number: 1769 -L32E. C. Local 1/0 modules: 1. In addition to I/O quantities shown on Drawings and required by Aeration Blower manufacturer for monitoring and control of blower, provide 20% spare installed 1/0 points of each type utilized. 2. Discrete Input: a. Capacity: 16 channel. b. Voltage: 24 -volt dc, sinked. c. Grouping: 2 groups of 8 with common ground per group. d. Catalog number: 1769 -IQ16. 3. Discrete Output: a. Capacity: 16 channel. b. Voltage: 24 -volt dc, sourced. c. Grouping: 16 points per group. d. Catalog number: 1769 -0816. 4. Analog Input: a. Capacity: 8 channel. ti b. Voltagelcurrent: 24 -volt dc/4 -20 mA dc, sinked. c. Resolution: 16 -bit., ;Z C? ? e d. Catalog number: 1769 -IF8. - -� 5. Analog Output: a. Capacity: 4 channel. M b. Voltage /current: 24 -volt do /4 -20 mA dc, sourced. c. Resolution: 16 -bit. d. Catalog number: 1769- OF4CI. y 0 2.06 OPERATOR INTERFACE UNIT: A. Function: Provide commissioning information, display operational status and alarming of blower. B. Display: Nominal 3" (75 mm) monochrome. C. Power supply: 24 -volt dc. D. Communication: RS -232. 2.07 COMMUNICATION INTERFACE A. Operator interface unit: RS -232 to PLC. B. Remote monitoring: Ethernet to package provided Ethernet switch for interconnection with Owners SCADA Network. C. Run command and setpoint reference signals: Hardwired from Owners existing SABS (South Aeration Blower System) PLC -5. 2.08 PROGRAM DOCUMENTATION AND REPORT GENERATION SYSTEM A. Programmable controller manufacturer shall provide program documentation to include following: PROGRAMMABLE LOGIC PROCESS CONTROLLERS 23407.01.00 Page 6 - SECTION 40 94 43 ms1128 1. Ladder diagram reports complete with ladder rungs; English description for every contact, bit, or word; organized logic sections with comment lines to identify logic function; rung comments to facilitate maintenance; and element cross references. 2. Cross reference report: Sequential listing by element address of associated lines (or rungs). 3. Input/output configuration summary: Table of entire 1/0 address range, showing which addresses are used by programmable controller program, which addresses have descriptions, and which are hardware 110 points. 4. Contact address listing: Lists 1/0 addresses and their associated symbolic definitions. 5. Record, load, and verification of program logic with program file on disk, and program difference listings. 2.09 PROGRAMMING A. Configuration of control systems and their entry into microprocessor -based distributed system shall be responsibility of Contractor. B. Configuration shall be derived from system description defined herein. 2.10 SOURCE QUALITY CONTROL A. PLC equipment hardware shall be fully assembled, interconnected, and powered. B. Owner and Engineer will witness Contractor's tests as specified. C. Visual check will be performed to ensure correct equipment. D. Owner's configuration and base level programs shall be loaded. Complete loop functional check shall be performed. Input signal shall be applied to each loop, and when applicable, output measured. Input/output values will be compared to displayed HMI display values. E. Configuration displayed on HMI operator's consoles will be verified. F. Upon completion of satisfactory inspection, configuration and base level programs shall be recorded on machine - readable storage media for reloading at job site. n PART 3 EXL',', UTIOW 3.01 1 JJNNSTALVATI®TS' In I inr- A3rdance with manufacturer's recommendations and /or where designated by Design Press'�c{_f�i raf' a < B. Lo ate nures where shown on Drawings and /or designated by Owner's Representative. Ea:�osure shall be positioned to allow doors to be fully opened for easy access to wiring and components. C. Mount rigidly supported, level and plumb, and in such manner as to provide accessibility; protection from damage; isolation from heat, shock, and vibration; and freedom from interference with other equipment, piping, and electrical work. Equipment shall not be installed until adjacent heavy construction work has been completed to extent that damage will be unlikely to installation by such construction work. D. Manufacturer's recommendations referred to herein shall be as stated in manufacturer's instruction books and /or by manufacturer's service representative. Final interpretation of "installation requirements" will be by Owner's Representative. 23407.01.00 PROGRAMMABLE LOGIC PROCESS CONTROLLERS ms1128 SECTION 40 94 43 - Page 7 END OF SECTION 1) S. A. Tripmacker 2) T. G. Mergen [-y o nh — C-)-< r— m o� �' o PROGRAMMABLE LOGIC PROCESS CONTROLLERS 23407.01.00 Page 8 - SECTION 40 94 43 ms1128 THIS PAGE INTNETIONALLY LEFT BLANK I, o Q f R s lh Y� cl- Wn N U!— 1 �y ai L-- !fx U� Q N 23407.01.00 MOTOR - DRIVEN BLOWERS ms1128 SECTION 44 42 19 -16 - Page 1 PART1 GENERAL 1.01 SECTION INCLUDES A. High -speed integral motor - driven blowers with sound enclosures and appurtenances for use in variable volume applications. Airflow rates shall be varied to achieve the specified design operating points. 1.02 RELATED REQUIREMENTS N A. Section 01 73 19 — Installation Requirements. o 1.03 ACTION SUBMITTALS O X. - =r vo A. Shop Drawings: tc� --��yy 1. A copy of contract document control diagrams and process and instrumentat4—OiagMms Wing to submitted equipment, with addendum updates that apply to equipment ing" -- ectr6n, m:�d to show specific changes necessary for equipment proposed in submittal. Ifhafrges are required, drawing or drawings shall be marked "no changes required ". FailLim to inciu�le copies of relevant drawings with submittal shall be cause for rejection of entire submittal with no further review. 2. Manufacturer's catalog data and shop drawings confirming dimensions, weight, construction, and installation details of blower and all associated equipment. Shop drawings shall include spatial requirements showing clearances required for maintenance purposes. 3. Drawing and catalog information detailing all controls and control panel, including complete master wiring diagrams, elementary or control schematics, overall panel layout interconnection diagrams, and communication network diagrams. 4. Electrical and control wiring diagrams. 5. Control system configuration parameters to be read/written with register address, bit assignment, setting value (range of value) over plant process control network for SCADA system as specified. B. Test Reports: 1. Predicted factory performance curves for operating requirements specified showing pressure - capacity, power - capacity, and efficiency- capacity curves and surge points for each operating condition specified. Capacity shall be shown in scfm. All performance parameters shall reflect operating condition site conditions. 2. Operating noise levels shall be provided for motor and blower combination. Noise shall be expressed as sound pressure levels (SPL) in decibels as read on "A" weighting network of a standard sound level meter (dBA); all measurements shall be made in relation to a reference pressure of 0.0002 microbar. 3. Motor Data Form. 4. Anchor bolt and seismic bracing calculations as specified. C. Product Data: List of manufacturer's recommended spare parts. 1.04 CLOSEOUT SUBMITTALS A. Shop Drawings: 1. Complete as -built schematic and wiring diagrams. 2. Operator and maintenance information. 3. Installation Certification. B. Test Reports: 1. Certified results of factory blower and motor tests including test logs. 2. Instrument test results. 3. Certified performance curves for each unit based upon pressure- capacity, power - capacity, efficiency- capacity curves, and surge points. 4. Manufacturer's representative's installation report. MOTOR - DRIVEN BLOWERS 23407.01.00 Page 2 - SECTION 44 42 19 -16 ms1128 5. Certificate of Proper Installation 6. Field test results. C. Special procedures submittals: 1. Training details 2. Training certification. 3. Provide fully annotated programmable controller application program code which achieves functions specified along with written control description that describes application program code in non - technical terms using clear sentence structure that includes sequence of events, interlocks, action on fault conditions. Hard copy and electronic copy shall be provided in native program and PDF. 4. Rzovide OI terminal application program graphics /code which achieves functions specified. Hard ¢spy and electronic copy shall be provided in native program and PDF. Q � Q 1.05 INT!€PIA'�&ATERIALS W or LU . �. Spsie P �► 1."n"aof spare parts for each type and size of blower specified. f., 2POrbi0t filter per each blower supplied. 3$ Taj §e'd and stored at Owner specified location. r� B. S�'ecial tools: One set as required for complete assembly or disassembly of blower system components for each type or size of blower specified, together with a neat metal box (or boxes) for same. Tool kit shall be sufficiently complete to permit normal repair and maintenance of all equipment furnished. 1.06 DELIVERY, STORAGE, AND HANDLING A. Complete factory testing, inspections and check before shipping. B. Box or crate all equipment to protect against damage during shipment, handling and storage. Skid - mount large components. C. Ship factory- assembled blower- motor -base units. Factory assembled parts and components shall not be dismantled for shipment unless approved. D. Accessories may be shipped separate from blower- motor -base unit for field installation. E. Protect equipment and components against physical damage, corrosion and deterioration during prolonged period at project site. 1. Provide space heaters inside enclosure for blower and motor to maintain temperature above dew point and prevent condensation. 2. Protect ferrous materials to prevent rust and corrosion. 3. Protect smooth /machined surfaces of exposed flanges and connections. Cover with wooden blind flanges and steel plugs or caps. F. Protect from weather, excessive humidity, temperature extremes, dirt, dust, and contaminants. G. During shipping, prevent sudden movements and jarring of equipment that could cause undetectable internal damage to bearings, shafts, and impellers. Transport equipment shall provide cushioned ride. r r NTRUM u A. Provide written warranty to cover blower package, including motors, VFDs, and control components, against defects in workmanship and material for a period of 2 years from date of start-up. 23407.01.00 MOTOR- DRIVEN BLOWERS ms1128 SECTION 44 42 19 -16 - Page 3 PART PRODUCTS 2.01 MANUFACTURERS A. APG- Neuros, Inc. B. Turblex, Inc.; Siemens USA. C. HSI, Inc.; D. K -Turbo USA. E. ABS Pumps, Inc. F. Or equal. 2.02 OPERATING CONDITIONS A. Blower will be operated in parallel with other blower equipment to produce aeration air necessary to meet process requirements. Blowers will be operated at variable speed in response to manual process signals to maintain constant pressure in discharge header. B. Blower will be installed in blower building which is a block and reinforced concrete building. Ambient temperatures are expected to fluctuate between -20 °F and 105 °F. Blower supply air will be taken from outside of blower building. 2.03 PERFORMANCE AND DESIGN REQUIREMENTS: A. Blowers shall meet following operating requirements: N O CJ Condition A - 4000 scfm minimum discharge volume Inlet pressure, psig n� 14.35 14.35 Inlet temperature, degrees F N 55 cif Relative humidity, percent 95 75 Ln Discharge pressure, psig D o 7.5 Shaft efficiency , percent, minimum 75 75 A. Blower will be operated in parallel with other blower equipment to produce aeration air necessary to meet process requirements. Blowers will be operated at variable speed in response to manual process signals to maintain constant pressure in discharge header. B. Blower will be installed in blower building which is a block and reinforced concrete building. Ambient temperatures are expected to fluctuate between -20 °F and 105 °F. Blower supply air will be taken from outside of blower building. 2.03 PERFORMANCE AND DESIGN REQUIREMENTS: A. Blowers shall meet following operating requirements: See Notes below. A4505B Condition A - 4000 scfm minimum discharge volume Inlet pressure, psig 14.35 14.35 14.35 Inlet temperature, degrees F 95 55 -1 Relative humidity, percent 95 75 52 Discharge pressure, psig 7.5 7.5 7.5 Shaft efficiency , percent, minimum 75 75 75 Condition B — 2900 scfm minimum discharge volume Inlet pressure, psig 14.35 14.35 14.35 Inlet temperature, degrees F 95 55 -1 Relative humidity, percent 95 75 52 Discharge pressure, psig 7.5 7.5 7.5 Shaft efficiency', percent, minimum 75 75 75 Condition C —1800 scfm minimum discharge volume Inlet pressure, psig 14.35 14.35 14.35 Inlet temperature, degrees F 95 55 -1 Relative humidity, percent 95 75 52 Discharge pressure, psig 7.5 7.5 7.5 Shaft efficiency', percent, minimum 75 75 75 See Notes below. MOTOR - DRIVEN BLOWERS 23407.01.00 Page 4 - SECTION 44 42 19 -16 ms1128 B. Following limitations shall apply to motor: 'Shaft efficiency shall be defined as ratio of adiabatic power for compression of a perfect gas to power driving blower shaft. Shaft efficiency shall be calculated in accordance with ASME PTC -10 with k, ratio of specific heals, taken as having a value of 1.40 for air. Standard atmospheric conditions shall be taken as 66 degrees F, 14.7 psia, and 36 percent relative humidity. C. The blower shall have, as a minimum, 0.75 psi pressure rise to surge from rated discharge pressure. 2.04 MATERIALS A. Blower discharge spool and elbow: Steel, ASTM A36. B. Blower impeller: Type 7075 aluminum, aluminum alloy ASTM 8247 — AA2618 (hiduminium) or stainless steel Grade 630. C. Flexible joints; Type 316L stainless steel braid /bellows, ASTM A276. D. Bo off silencer: Steel, ASTM A36. t= 0%ojj_tralve: Steel, ASTM A36. z, a. L"F. l5ischa4j; Wbheck valve: Stainless steel body and disc, Viton seat. .�q N 01-- G. &nchlts: Type 316 stainless steel. H. Ristorr�c materials for couplings, valves, etc., shall be rated for minimum 250 °F. C` N I. Materials specified are considered minimum acceptable for purposes of durability, strength, and resistance to erosion and corrosion. Contractor may propose alternative materials for purpose of providing greater strength or to meet required stress limitations. However, alternative materials must provide at least same qualities as those specified for purpose. 2.05 BLOWER A. Type: High speed, high efficiency turbo type with integral, direct connected motor. Included with blower shall be inlet filter housing, blow -off valve, blow -off silencer, acoustic sound enclosure, drive motor, bearing, variable frequency drive (VFD), local control panels, vibration detection system, surge control system, discharge flexible couplings, check valves, and other appurtenances as described in this specification section. The same supplier shall furnish blowers and appurtenances. B. Blowers shall be capable of variable speed operation with a minimum turndown of forty five percent (45 %). C. Maximum unfiltered peak -to -peak radial or axial vibration displacement shall not exceed 1.25 mils at all operating speeds when measured at every point on blower, motor, or its furnished base, and shall not require any floor anchoring for adequate operation. Blowers shall be supplied with built in vibration isolating mounts. D. The blowers shall be designed such that no special foundations or reinforced equipment pads shall be required for installation. E. Blowers shall be designed for heavy, continuous industrial service, shall not require oils or lubricants for adequate operation, and shall deliver oil -free air. A4505B Motor drive type Variable frequency drive Motor horsepower, maximum3 200 'Shaft efficiency shall be defined as ratio of adiabatic power for compression of a perfect gas to power driving blower shaft. Shaft efficiency shall be calculated in accordance with ASME PTC -10 with k, ratio of specific heals, taken as having a value of 1.40 for air. Standard atmospheric conditions shall be taken as 66 degrees F, 14.7 psia, and 36 percent relative humidity. C. The blower shall have, as a minimum, 0.75 psi pressure rise to surge from rated discharge pressure. 2.04 MATERIALS A. Blower discharge spool and elbow: Steel, ASTM A36. B. Blower impeller: Type 7075 aluminum, aluminum alloy ASTM 8247 — AA2618 (hiduminium) or stainless steel Grade 630. C. Flexible joints; Type 316L stainless steel braid /bellows, ASTM A276. D. Bo off silencer: Steel, ASTM A36. t= 0%ojj_tralve: Steel, ASTM A36. z, a. L"F. l5ischa4j; Wbheck valve: Stainless steel body and disc, Viton seat. .�q N 01-- G. &nchlts: Type 316 stainless steel. H. Ristorr�c materials for couplings, valves, etc., shall be rated for minimum 250 °F. C` N I. Materials specified are considered minimum acceptable for purposes of durability, strength, and resistance to erosion and corrosion. Contractor may propose alternative materials for purpose of providing greater strength or to meet required stress limitations. However, alternative materials must provide at least same qualities as those specified for purpose. 2.05 BLOWER A. Type: High speed, high efficiency turbo type with integral, direct connected motor. Included with blower shall be inlet filter housing, blow -off valve, blow -off silencer, acoustic sound enclosure, drive motor, bearing, variable frequency drive (VFD), local control panels, vibration detection system, surge control system, discharge flexible couplings, check valves, and other appurtenances as described in this specification section. The same supplier shall furnish blowers and appurtenances. B. Blowers shall be capable of variable speed operation with a minimum turndown of forty five percent (45 %). C. Maximum unfiltered peak -to -peak radial or axial vibration displacement shall not exceed 1.25 mils at all operating speeds when measured at every point on blower, motor, or its furnished base, and shall not require any floor anchoring for adequate operation. Blowers shall be supplied with built in vibration isolating mounts. D. The blowers shall be designed such that no special foundations or reinforced equipment pads shall be required for installation. E. Blowers shall be designed for heavy, continuous industrial service, shall not require oils or lubricants for adequate operation, and shall deliver oil -free air. 23407.01.00 MOTOR- DRIVEN BLOWERS ms1128 SECTION 44 42 19 -16 - Page 5 F. Blower impeller shall be of backswept three dimensional high efficiency configuration designed using Computational Fluid Dynamics (CFD) with two stages in one (axial and centrifugal) and with first lateral critical speed at least 120% of maximum allowable operating speed. Impeller shall be mounted directly to motor shaft without a coupling or keyway and have a labyrinth and O -ring seal arrangement. Impeller shall be statically and dynamically balanced. G. The bearings shall be bump foil air bearing type or magnetic type and sized for a minimum of ten (10) years expected between major overhauls. I H. Operator shall not be required to reach over any component of blower package to perform maintenance. I. Each blower shall be supplied with a single pressure relief valve on discharge side of lAgwer mounted after discharge silencer and before check valve. The valve shall be set to protect blows -from exceeding its maximum pressure rating. o s 2.06 MOTOR N A. An air - cooled or liquid cooled, variable -speed (inverter duty) compatible, high frcMmncy_glectriMr for designed for continuous duty, high- speed, variable torque service shall be provide%Thw4notot"ll be a high speed electric induction or permanent magnet type with Class F windwiisulatton, sff start, thermal and moisture sensors, and thermal protection surveillance softw4buiit iQtq VFD. Nameplate shall be NEMA standard stainless steel and shall also include NEMA efficient rating, bearing information, and number of starts per hour. B. Provide a high temperature shutoff control circuit that shall include a high temperature shutoff tied to a temperature probe in blower discharge connection. Two thermal protectors in stator windings (one each end) shall be provided. Thermal protectors shall be rod and tube type or similar that is sensitive to rate of rise as well as temperature. C. The motor shaft shall be horizontally mounted and supported. The critical speed of -rotor must be a minimum of 20% above operating design speed. Motor shall be 460 volts ac, 60 Hz, 3- phase, and with a 1.15 service factor. The maximum input motor horsepower should not exceed specified nameplate horsepower when operating at design flows at 40 °F. D. Controller shall be Allen Bradley programmable logic controller (PLC) integrated with variable frequency drive. E. Harmonic filtering shall be provided in conjunction with each blower. The combined effect of blowers' harmonic filtering shall be such that harmonics on either upstream 480 -volt power bus shall meet IEEE 519 limits for harmonic distortion at bus under maximum loading of non - linear load including these blowers and other harmonics producing loads on those buses. Reduction of harmonics from blowers to a point that is equivalent to an 18 pulse drive front end drive will meet these harmonic requirements. Harmonic filters shall be included locally with each blower, and shall be provided as a fully wired package integral with blowers. 2.07 ACCESORIES A. Blow -off valve: 1. Integral part of blower to protect it during startup and shutdown conditions. 2. Electric or electro- pneumatically controlled valve, and controlled by blower control system. 3. Mount on blower and sufficiently size to handle flow and pressures seen during startup and shut down. B. Blowoff silencer: 1. Blower shall be provided with a blowoff silencer suitable for installation as specified and adequately sized for airflows specified. 2. Silencer shall be selected to limit pipeline noise to not more than 80 dBA 3' (1 m) from blowoff exhaust. MOTOR - DRIVEN BLOWERS 23407.01.00 Page 6 - SECTION 44 42 19 -16 ms1128 3. Internal baffles, packed with sound absorbent material, shall direct air flow around four 900 turns in an annular flow configuration. C. Sound enclosure: 1. Blower shall be supplied with sound enclosure covering entire blower package. 2. Noise emission from blower package shall not exceed 85 dBA within t2 dBA tolerance within 3' (1 m) of blower package. 3. Design enclosure for easy inspection and maintenance of all blower package components. 4. Quick release panels, each less than 50 lb, shall provide easy and quick access for routine maintenance of blower and package components. 5. Should panels be heavier than 50 lb., provide hinged doors, with appropriate frame, reinforcements and supporting elements. D. Discharge check valve: 1. Suitable for use in service specified and capable of providing an airtight seal upon closure with minimum pressure loss when open. 2. Double disc, center pivot, spring assisted -type, specifically designed for installation in orientation shown under operating conditions and test pressures specified. API 594. 3. Manufacturer: APCO Series 9000, Crane Duo -Chek II, Tyco Gulf Valve Model MB, or equal, modified to meet specified requirements. E. Expansion joints: 1. Flexible metal bellows expansion joints shall be provided by blower manufacturer at discharge connections to blower. 2.hExpansion joints shall be medium temperature formed bellows. 0 j: J. Fangs anXconnections: Provide adapters and connective fittings between blower and fixed piping to W acco�te increases and reduction in pipe diameter around blower equipment. a- Eli ,jG. 9,9nnd•�'lls to discharge piping: ASME/ANSI B16.5, Class 150 bolt. N Lt_ H. Wet Pike zV 13`o18e one combination inlet filter silencer. Filter media shall have an efficiency of 90% by weight per£r;SHRE 52.2 with synthetic dust equivalent to separation > 95% at 10 microns. �. Silencer shall be suitable for outdoor installation and mounted directly to inlet flange of blower. 3. Filter and silencer performance losses shall be included by blower vendor in blower performance calculation. 4. Blower shall be supplied with one inlet silencer. I. Shut -off valve: 1. Install manual shut -off valve in discharge pipe for blower. 2. Type B butterfly valves. J. Cooling system: 1. Blower and integral VFD shall not require any external cooling devices such as cooling fans or external water cooling. 2. Unit shall be capable of operating in area of 50° C continuous ambient temperature. 3. Interlocks shall be provided to shut down blower if cooling system fails (e.g., high temperature or pump failure). 2.08 CONTROLS AND INSTRUMENTATION: A. Instruments used for point and continuous measurement (mechanically and /or electronic) shall be industrial grade, certified for installation area classification, accuracy better than ±0.5 %, meet specified environmental conditions and have listing /labeling /marking acceptable to local, state, and federal electrical codes. Instruments shall be factory or field calibrated and field tested under actual operating conditions by blower manufacturer. 23407.01.00 MOTOR - DRIVEN BLOWERS ms1128 SECTION 44 42 19 -16 - Page 7 B. Instruments used for regulation, conditioning, control, monitoring, alarming and data acquisition (electronic) shall be industrial grade, certified for installation area classification, meet specified environmental conditions and have listing /labeling /marking acceptable to local, state and federal electrical codes. C. PLCs used for control, monitoring, alarming and data acquisition shall match plant SCADA PLC. Allen - Bradley; sized for application as required. D. Mount instruments mounted as recommended by manufacturer and as specified. Instruments mounted on face of panel shall meet same NEMA rating as associated panel. E. Instruments shall be provided integral to blower system as required for equipment protection and performance optimization, service, and maintenance and as required to meet operations specified. F. Controls and electrical: Control and electrical devices and systems shall conform to requirements of UL certification and NEC. G. Control panels: 1. Provide with instruments used for regulation, conditioning, control, monitoring, alarming, and data acquisition. Control shall include blower(s) start/stop, emergency stop, pressure /volume regulation and safety /shutdown systems. 2. Provided with power source as specified. 3. NEMA 3R rated. H. Control system: 1. Controls necessary for manual and fully automatic operation shall be provided. a. In "Manual," blower shall operate as separate unit with start/stop, pressure /volume regulation and safetylshutdown system. b. In "Automatic," the blower shall operate as specified in Section 40 94 43. Control system shall not allow blower system to operate in a surge condition at any time. 2. Control systems shall monitor following as a minimum: a. Motor bearing temperatures. b. Motor winding temperature. o' c. Inlet and discharge air temperatures. -- d. Blower discharge pressure, psig. CD e. Blower discharge volume, scfm. f. Vibration (RMS Value of entire spectrum). n-t N g. Blowoff status. —�c� h. Control mode status. -<r rri M I . Running status. p7J -� j. Speed. x cn k. Power (Watts). o I. Runtime. --_j m. Control systems shall include other monitoring points recommended by manufacturer. Key monitoring points shall be readable by plant SCADA. 3. Control systems shall provide following alarm indications as a minimum: a. High motor bearing temperature. b. High motor winding temperature. c. Excessive vibration. d. Motor overcurrent. e. Fault. f. Power failure. g. Control systems shall Include other alarm points recommended by manufacturer. Last 5 alarms shall be readable by plant SCADA. 4. Control systems OI displays shall follow NFPA 79 for color graphic interface devices, and be coordinated with Owner to provide standardized appearance and interface with plant SCADA system. MOTOR - DRIVEN BLOWERS 23407.01.00 Page 8 - SECTION 44 42 19 -16 ms1128 a. Control systems shall interface with plant SCADA system over EtherNet. The control systems shall allow plant SCADA to read /write data over EtherNet local area network (LAN).as shown on Drawings. b. Control system shall be able to restart automatically after power failure or power restoration. Plant SCADA system shall serve as master to sequence plant equipment online after power failure or power restoration. Plant SCADA system shall provide a permissive over EtherNet LAN which shall be used by control systems to allow restart in manual or automatic, c. Control system data for transfer over plant SCADA system shall be provided in "Read" and "Write" tables, packaged in consecutive words with clear description of function, "On /Off' state, scale range, and measuring unit. d. Control system runtime and development software shall be non - propriety and shall be licensed to Owner. Control system application programming and graphics shall be provided to Owner after commissioning. I. Anchorage: Design anchor bolting system for each separately mounted component furnished. 2.09 COATINGS A. Prime and finish coatings shall be factory applied per manufacturer requirements. 2.10 SOURCE QUALITY CONTROL A. Certified factory tests: 1. Blower manufacturer shall conduct testing on each blower system as outlined below. Witnessing rengineer may witness all or part of testing. Witnessing engineer shall sign test procedures and ctosults, certifying that assembled blowers, auxiliaries, blow off valves, discharge valves, and ntrolonel were tested together, as a system, in blower manufacturer's facility. 2.:c factory tests indicate noncompliance with requirements of this Section, blower shall be cuew O and retested at manufacturer's full expense until compliance with requirements is cjtt ' . C\0. I er shall receive an impeller balancing and vibration test. The manufacturer shall conduct Falk balancing of impeller units prior to blower shaft assembly, and shall conduct dynamic ic Z&Oncmg of complete blower rotary assembly. Impeller and rotor shall be balanced to provide aiRaximum rotor shaft deflection of less than 20Nm. Certified balancing test report for each unit shall be submitted and shall include: 1) Date and place of dynamic balancing 2) Type of balancing machine used (make and model) 3) Methods used to achieve final balance (grinding, drilling, end milling, etc.) b. Vibration testing results shall be submitted and shall document maximum vibration amplitude when operating at maximum design speed. Velocity vibration versus frequency levels shall be recorded within 10 -1,000 and 10- 10,000 Hz frequencies. c. Performance tests will be conducted in accordance with ASME PTC -10, and, where applicable, ISO 5389 and VDI 2045, Part 1 and Part 2. Measuring of mass flow shall be made in accordance with VDI 2041, chapter 5.2 with an ISA 1932 nozzle, made according to DIN 1952 and ISO 5167. A written statement that blower performance meets specified performance requirements shall be included as a part of submitted certified test report. d. Performance testing shall be employed to produce operating curves showing pressure - capacity, power - capacity, and efficiency - capacity curves and surge points for each operating condition specified. Performance shall be shown in terms of scfm, discharge pressure (psig), brake horsepower required at input shaft of blower, and actual wire to air efficiency. Data showing performance at rated speed vs. discharge pressure from lowest system pressure to maximum pressure shall be provided with surge points indicated. e. Conduct performance tests at 9 test points on each blower. Two of these points shall bracket rated point. Conduct test at constant speed and shall extend from surge point to not less than 110% of design volume at design pressure. Performance tests shall be conducted at additional points at test conditions equivalent to full range between specified blower operating limits. The test shall be sufficiently comprehensive to produce guaranteed performance characteristics. 23407.01.00 MOTOR - DRIVEN BLOWERS ms1128 SECTION 44 42 19 -16 - Page 9 B. Motor factory test: Tests shall be performed in accordance with NEMA MG1 -12 or MG1 -20, as applicable. Copies of results, plus computer design calculation printout for efficiency and power factor (at 100 %, 75% and 50% of full load) and locked rotor current shall be provided. 1. No load current and speed. 2. Locked rotor current. 3. Winding resistance. 4. 4 -hour heat run. 5. Winding and bearing temperature at end of heat run. 6. Conformance test in accordance with NEMA MG1- 20.47. No 7. Bearing inspection. PART EXECUTIONy� n_< N 3.01 INSTALLATION �r v rn A. Install and place in service blower and appurtenances in accordance with manuP�ta►ere � recommendations. Installation shall be certified by manufacturer representative.: - 7Y C7 B. Provide blower packages shipped completely pre - assembled. Only electrical connections and pipe connections shall be performed on site. C. Install equipment and conduct startup and testing in accordance with manufacturer's written recommendations and /or requirements. Include costs for assistance required of manufacturer to ensure proper installation, provide startup and testing assistance, and train Owners personnel. D. Where required, install anchor bolts in accordance with blower manufacturers instructions and calculations. E. Following installation, but prior to startup or testing, manufacturer shall send a representative to job site to inspect installation. Any deficiencies noted during manufacturers representative's inspection must be corrected prior to startup or testing. Manufacturers representative shall note any findings in a written report to Contractor, with a copy provided to Engineer. F. Remedy deficiencies noted by manufacturers representative in written report. Manufacturers representative shall re- inspect installation and this process shall be repeated until manufacturers representative finds equipment to be installed in accordance with manufacturers recommendations and requirements. G. Upon finding of satisfactory installation, and prior to startup or testing, manufacturers representative shall issue a Certificate of Proper Installation and provide a copy to Engineer. Startup and testing may begin once Engineer has received Certificate of Proper Installation from manufacturer. 3.02 START -UP AND COMMISIONING A. Started and test equipment only under direction of personnel provided by blower manufacturer. Contractor shall cause manufacturer to furnish start-up and testing specialists factory- trained in proper procedures for initial installation, initial testing, and commissioning of equipment. Activities shall be performed under direction of these specialists. This provision, however, shall not be construed as relieving Contractor of overall responsibility for this work. B. Test procedures shall conform to requirements of Section 01660 and those specified in this Section. They shall contain following features: 1. Static tests of all control and protective circuits. 2. Not less than 2 cold starts. 3. Not less than 24 hours of continuous operation at full load. 4. Communications and network monitoring and control with plant SCADA system. 5. Provide third party electrical harmonic mitigation testing of VFDs associated with blower system. The harmonic mitigation test shall be performed at point of common coupling (PCC). Third party testing shall: MOTOR- DRIVEN BLOWERS 23407.01.00 Page 10 - SECTION 44 42 19 -16 ms1128 a. Demonstrate to satisfaction of Engineer that there is no harmonic distortion to electrical system per IEEE 519. b. Be performed for each blower system for duration of not less than 24 hours. c. Be repeated if necessary at no cost to Owner or Engineer. C. Commissioning shall conform to manufacturer's recommendations. A qualified manufacturer's service representative shall be available to provide answers to service inquiries within 8 hours and on site technical assistance within 24 hours when required. D. After equipment has been placed into operation by Owner for a minimum of 45 calendar days, equipment manufacturer shall provide one 8 -hour day of equipment follow -up for equipment inspection and Owner review. Coordinate visit with Owner. 3.03 TRAINING A. Manufacturer's representative shall be present at Job site for a minimum of two 8 -hour days, exclusive of travel time, to fully train Owner's personnel in proper operation and maintenance of equipment. Minimum of 10 hours of training shall be provided. B. Training details shall be submitted 3 weeks prior to scheduled training. 3.04 EQUIPMENT LIST Item Equipment No. Blower A4505B Blower Blow -off Silencer RS Blower Blow -off Valve Blower VFD Main Control Cabinet END OF SECTION 1) T. D. Wilkey 2) J. M. Brady r— o RS a_ cli N �- V --- LL o= r �t P 0 N 23407.01.00 SUBMERSIBLE PROPELLER MIXERS ms1128 SECTION 44 42 46 -26 - Page 1 PART1 GENERAL 1.01 SECTION INCLUDES A. Submersible anoxic cell mixers; heavy -duty, horizontal shaft, direct drive, nonclog propeller type, suitable for mixing fluids containing sewage solids. B. Motor. C. Lifting crane. D. Guide and support system. 1.02 RELATED REQUIREMENTS A. Section 01 73 19 — Installation Requirements. 1.03 INFORMATIONAL SUBMITTALS A. Product Data: 1. Manufacturer and manufacturer's type designation. 2. Manufacturer's catalog data; confirm rated capacity, horsepower rials of construction, mixer mount systems. 3. Motor data. B. Test Reports: Factory test data. 1.04 ACTION SUBMITTALS A. Shop Drawings showing dimensions and section views of equipment. 1.05 CLOSEOUT SUBMITTALS A. Operation and maintenance information. 1.06 MAINTENANCE MATERIALS A. Spare parts: 1. 1 set O- rings. 2. 6 sets O -rings routinely removed for inspections. 3. 1 set bearings. 4. 1 set power cable grommet. 5. 1 set mechanical seals. 6. Pack and box spare parts for storage as specified in Section 0160 00. 1.07 QUALITY ASSURANCE A. Qualifications: 1. Manufacturer engaged primarily in design of submersible mixers, submersible pumps, and similar wastewater equipment for 10 years or more. 2. Minimum of 100 similar units installed and operating successfully in U.S. 3. Authorized service center capable of servicing supplied mixers within 250 miles of project site. B. Unit responsibility: Units shall be supplied by one manufacturer for compatibility. I I N a ° {r N -Q rp electricali.agsirements, r3'SEe- s7 0 J A. Spare parts: 1. 1 set O- rings. 2. 6 sets O -rings routinely removed for inspections. 3. 1 set bearings. 4. 1 set power cable grommet. 5. 1 set mechanical seals. 6. Pack and box spare parts for storage as specified in Section 0160 00. 1.07 QUALITY ASSURANCE A. Qualifications: 1. Manufacturer engaged primarily in design of submersible mixers, submersible pumps, and similar wastewater equipment for 10 years or more. 2. Minimum of 100 similar units installed and operating successfully in U.S. 3. Authorized service center capable of servicing supplied mixers within 250 miles of project site. B. Unit responsibility: Units shall be supplied by one manufacturer for compatibility. SUBMERSIBLE PROPELLER MIXERS 23407.01.00 Page 2 - SECTION 44 42 46 -26 ms1128 1.08 DELIVERY, STORAGE, AND HANDLING A. Deliver, handle, store, and protect equipment as recommended by manufacturer and as specified in Section 01 60 00. 1.09 ENVIRONMENTAL CONDITIONS A. Equipment located outdoors; submerged in wastewater when operating; may be exposed to outside air when idle. B. Outside air characteristics: 1. Temperature: -20 F to 100 F. 2. Relative humidity: 30% to 100 %. C. Wastewater characteristics: 1. Temperature: 50 F to 75 F. 2. pH: 6.0 to 8.5. 1.10 WARRANTY A. Warrant complete installed units, including mixer, support and guide system, and power cables for period of 24 months of normal operation, commencing with plant startup. B. Submit written warranty to Owner. C. Terms shall include 100% full payment coverage for parts and labor necessary for repairs or re- placement during first 24 months. 0 D. N%mal ma ntenance inspections and lubrication not covered by warranty. C PARW PIVDOP-N r ?_ 2.01ZZLIANI @tACt ERS LA. F #gt G i_ ration Model 4650. zz C) _ 2.02 PEA ORMANCE AND DESIGN REQUIREMENTS A. Design and select components for continuous submerged operation. B. Watertight while continually submerged 130' deep. C. Maintain all particles in suspension and completely mixed conditions within the aeration basin cell being mixed. D. Fluid characteristics: 1. Municipal wastewater mixed liquor. 2. Up to 5,000 mgll soft, organic solids. 3. Small quantities of petroleum products, fats, greases, and detergents. E. One mixer per cell, located at one side of cell. F. Cell characteristics: 1. Rectangular, vertical walls, concrete tank. 2. Water level varies up to 0.5'. 3. Cell bottom covered with grid of aeration air diffusers set approximately V above cell bottom. 4. Dimensions each cell: 52 L x 25.5 W x 15 SWD. 23407.01.00 SUBMERSIBLE PROPELLER MIXERS ms1128 SECTION 44 42 46 -26 - Page 3 G. Minimum velocity gradient in each cell: G = 75 sec'. H. Minimum mean velocity within each cell: 1.0 ft/sec. I. Minimum input shaft horsepower per mixer: 6.2. J. Operating requirements (each mixer): 1. Nominal flow capacity, gpm: 11,000. 2. Maximum motor, horsepower: 7.5. 3. Maximum motor speed, rpm: 600. 4. Maximum propeller diameter, inches: 24. o 5. Maximum propeller speed, rpm: 600. C) n y 2.03 MATERIALS �C A. Motor casing: Cast iron, AISI 835. �� N rn B. Outer motor jacket: Type 316 stainless steel. Sri E5 -'71 i, cn C. Sliding bracket and frame: Type 316 stainless steel. co D. Propeller: Type 316 stainless steel. E. Jet ring: Type 316 stainless steel. F. Motor /propeller shaft: Type 420 stainless steel. G. Guide mast brackets, guide mast, lifting cables, mixer mounting assembly: Type 316 stainless steel. H. Bolts, nuts, fasteners: Type 316 stainless steel. I. O -rings and grommets: Viton. J. Outer mechanical seal: Silicon carbide. K. Inner mechanical seal: Tungsten carbide. L. Motor cable: Silicon jacketed. 2.04 SUBMERSIBLE PROPELLER MIXERS A. Shaft: 1. One shaft for motor and propeller. 2. One shaft diameter over entire length; no machined shoulders or tapers. 3. Shoulder function between rotor and bearings provided with sleeve spacers. 4. Surface finish; minimum roughness value of 12 micro inches. 5. Completely isolated from mixed media. B. Bearings for shaft support: 1. Minimum B -10 rated life; 100,000 hours. 2. Propeller end; 1 roller and angular contact bearing. 3. Motor shaft end; 1 roller and angular contact bearing for axial and radial loads; 1 angular contact ball bearing for axial loads. 4. Preloaded with bearing loading nut on motor end of shaft. C. Propeller: 1. Dynamically balanced. 2. Leading edge of blades back swept and blade surface smooth for nonclogging operation. SUBMERSIBLE PROPELLER MIXERS 23407.01.00 Page 4 - SECTION 44 42 46 -26 ms1128 3. Three -vane design. D. Mechanical seals and oil chamber: 1. Two sets of lapped end face mechanical seals running in oil reservoirs. 2. Outer seal unit: a. One stationary and one positively driven ring. b. Between propeller and oil chamber. 3. Inner seal unit: a. Between oil chamber and motor housing. b. One stationary and one positively driven ring. 4. Require no maintenance or adjustment. 5. Conventional double mechanical seals with single springs or requiring constant differential pres- sure for sealing, subject to opening and penetration by pumping forces, are not acceptable. 6. Oil chamber for shaft sealing and mechanical seal lubrication and cooling. 7. Drain and inspection plugs; positive anti -leak seal; easy access. E. Cable entry seal: 1. Cable entry housing part of motor back plate. 2. Elastomer grommets flanked by washers and ferrule having close tolerance against cable outside diameter and entry inside diameter; compressed between shoulder in stator casing and gland nut. 3. Leakproof seal without specific torque requirements. 4. Junction chamber and motor compartment separated by terminal board; isolate motor interior from foreign material entering through top. 5. Epoxies, silicones, or other secondary sealing systems are unacceptable. F. Motor: 1. Motor and rotating parts shall be removable from motor end of mixer. 2. Squirrel cage induction, shell type design, housing in air - filled, watertight chamber. 3. Stator winding and stator leads insulated with moisture resistant Class F insulation; rated at 155 C. 4. Designed for continuous duty. 5. Capable of sustaining 10 starts per hour, evenly spaced. 6. Service factor; 1.15. 7. Junction chamber containing terminal board hermetically sealed from motor. 8. Cable conductors connected to stator leads with threaded compression type posts permanently cgealed to terminal board. 9. ubmersjble electric cable length sufficient to reach junction box. 10'ffhom6ensors to monitor stator temperature. La. ,Lt"e thermal switches embedded in coils; 1 for each stator phase. b. -Ar ided in conjunction with external motor overload protection. q 1 4614 3- phase, 60 Hz. 12 Mi Por high- strength flow mixing shall be in accordance with applicable parts of NEMA MG -1. Enproof; UL- listed or FM- approved for Class I, Division 1, Group C and D atmospheres. 4 G. It ring assembly: 1. Shroud fully surrounding propeller. 2. Maximum clearance to propeller; 1 -1/2 ". 3. Design and shape to maintain hydraulic efficiency and reduce power consumption. H. Mixer mounting and guide system: 1. Provide with each mixer. 2. Used to mount mixer during operation and guide unit into place during installation and removal. 3. Consists of upper, intermediate, and lower brackets. 4. Provide cable holders to secure electric power cable at 5' maximum spacings; prevent cable en- tangling in mixer. 5. Provide position locking plate on mast and locking pin on upper bracket to lock mast in place at 15 increments over a 120 span. 6. Provide adjustable cable to support mixer independently of lifting crane; allows removal and re- location of crane while mixer is in place and operating. ms1128 SECTION 44 42 Portable hoists: 1. Provide 2 complete hoist assemblies for each type and size of submersible mixer. 2. Hoist assembly shall be manually transportable and easily inserted and removed from floor type pedestal base and wall- mounted socket. Pedestal base unit shall be permanently installed at each mixer location. 3. Components shall consist of mast, boom, winch, lifting cable, support chain, and required acces- sories. 4. Capacity: 1,500 lb minimum. Rated capacity sufficient for total weight of submersible mixer units furnished. 5. Dimensions: Hook height, horizontal boom reach, and cable length sufficient for actual project conditions. 6. Crane rotation: 240 min. 7. Materials: a. Mast boom base: Carbon steel, ASTM A36. b. Lifting cable: Type 316 stainless steel. c. Winch: Marine grade. 8. Winch type: a. Spur gear hand winch. b. Disc brake for load control. c. Equip with provision for portable electric power drive unit operation. 9. Power drive unit: Portable, 120 -volt, electric drill -type unit; capacity adequate for lifting anoxic cell mixer units. J. Watertight seal of mated surfaces shall be attained with double set of O -rings and machined surfaces. K. Mixers shall be easily removed for inspection and service; without removing bolts, nuts, or fasteners; without person entering tank. L. Lifting cable length and strength shall be adequate for raising mixer for removal and inspection. M. Sliding guide bracket shall be integral with mixer unit. 2.05 ACCESSORIES A. Lifting cables. 0 B. Cable holder assemblies. D� C. Anchor bolts. C.) N �. �n D. Accessories necessary for complete operable installation. :<m -v m E. Hoist platform- mounted, pedestal base sockets where shown on Drawings.' cn 0 > o 2.06 SOURCE QUALITY CONTROL °04 A. Manufacturer shall inspect and test each mixer at factory before shipment. Prepare written report of results. Owner will not witness tests. B. Inspect propeller, motor rating, and electrical connections. C. Vacuum test to prove motor internals are sealed. D. Run mixer dry and submerged; confirm shaft rotation, thrust direction, and power consumption. E. After immersion, check for oil seepage, water infiltration, insulation defects, and resistance. PART 3 EXECUTION SUBMERSIBLE PROPELLER MIXERS 23407.01.00 Page 6 - SECTION 44 42 46 -26 ms1128 3.01 INSTALLATION A. Install where shown on Drawings and as recommended by manufacturer. 3.02 FIELD QUALITY CONTROL A. Inspect and accept installation for compliance with warranty requirements. B. Direct and witness equipment testing prior to plant startup. C. Test equipment to show it can achieve performance and design requirements specified. 3.03 MANUFACTURER'S FIELD REPRESENTATIVE A. Provide qualified service representative to perform functions described in Section 0140 00. 3.04 EQUIPMENT LIST Item Equipment No. Anoxic Cell Mixer MX4116A o MX4126A CL) MX4136A MX4146A END OF SECTION 1) T. Wilkey 2) J. M. Brady co o {, CL) tip 4, r� N UI— N } �j LL ZL: C 1} O b N 3d(3 Prepared by: Ben Clark, PW /Engineering, 410 E. Washington St., Iowa City, IA 52240, (319)356 -5436 RESOLUTION NO. 11174 RESOLUTION SETTING A PUBLIC HEARING ON APRIL 5, 2011 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE IOWA CITY WWTP BLOWER 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. WHEREAS, funds for this project are available in the EECBG account # 2310. 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 5th day of April, 2011, 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 22nd day of march , 20 11 ATTEST: / /9�ttict2._i yC . 7C CITY -ERK pweng4eslsetph- wwtp-b1ower.d= MAYOR' Approved by �ICIA.U_ ✓Y <��- +Llnsll7l� F�'t�M1 ' City Attorney's Office 3� 14 W Resolution No. _ Page 2 It was moved by Champion and seconded by Mims the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: _x_ Bailey x Champion _x_ Dickens x Hayek x Mims x Wilburn x Wright wpdala/glossa ryhesolution- ic.doc NOTICE TO BIDDERS IOWA CITY WWTP BLOWER REPLACEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 p.m. local time on the 20th day of April, 2011. 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 3rd day of May, 2011, or at special meeting called for that purpose. Bidder is encouraged to attend a pre - bid conference on Tuesday, April 12, 2011, 1:30 p.m. local time, at Iowa City South Wastewater Treatment Plant in Iowa City, Iowa, located at 4366 Napoleon Street Southeast. The Project will involve the following: Work comprises general construction of aeration blower replacement and associated equipment located at the Iowa City South Wastewater Treatment Plant for Iowa City, Iowa. Work includes removal of existing blower, installation of new blower and appurtenances, and modifications to existing electrical and piping systems. All work is to be done in strict compliance with the plans and specifications prepared by Stanley Consultants, Inc., of Muscatine, 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 mainte- nance 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 b �n m =t c-) c m '^ s co � w be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: 180 Specified Start Date: May 23, 2011 Milestone Date: June 3, 2011 is when Blower and Mixer shop drawings must be submitted. Liquidated Damages: $500 per day Milestone Date: June 3, 2011. Substantial Completion: October 28, 2011 Final Completion: November 19, 2011 The plans, specifications and proposed contract 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 Stanley Consultants, Inc, Muscatine, Iowa, by bona fide bidders. A $25 deposit is required for each set of plans and specifications provided to bidders or other interested persons. The deposit shall be in the form of a check, made payable to Stanley Consultants, Inc. Deposit will be returned upon receipt of each returned plan and specification sets. 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 subcon- tract. 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 quanti- ties, 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 re- quired 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 _c C3 — �n� cco a CA) NOTICE TO BIDDERS IOWA CITY WWTP BLOWER REPLACEMENT PROJECT Sealed proposals will be received by the City Jerk of the City of Iowa City, Iowa, until 2:30 p.m. to at time on the 20th day of April, 2011. Sealed pr osals will be opened immediately thereafter by a City Engineer or designee. Bids submitted by f x machine shall not be deemed a "sealed bid" r purposes of this Project. Proposals re a v after this deadline will be returned to the bidder u opened. Proposals will be acted upon by the Cit Council at a meeting to be held in the Emma J. H rvat Hall at 7:00 P.M. on the 3rd day oft ay, 201 or at special meeting called for that purpose. Bid r is encouraged to attend a pre - bid conference n Tuesday, April 12, 2011, 1:30 p.m. local time, t Iowa City South Wastewater Treatment Plant i Iowa City, Iowa, located at 4366 Napoleon Sir et Southeast. The Project will i So the following: Work comprises general nstruction of aeration blower replacement an associated equipment located at the Iowa Ci South Wastewate Treatment Plant for Iowa City, Iowa. W k includes removal of existing lower, installa on of new blower and app rtenances, and modifications to existing elect 'cal and iping systems. Work also includes install ion of additional mechanical mixers. All work is to be done in strict cc lance with the plans and specifications prepare y Stanley Consultants, Inc., of Muscatine, to , w 'ch have heretofore been approved by t City ouncil, and are on file for public exami tion in the ffice of the City Clerk. Each proposal shall be c mpleted on a f m furnished by the City and ust be accompani in a sealed envelope, eparate from the one containing the proposal by a bid bond executed by a corporation au orized to contract as a surety in the State Iowa, in the sum of 10% of the bid. The bid se rity shall be made payable to the TREASURE OF THE CITY OF IOWA CITY, IOWA, and sh be forfeited to the City of Iowa City in the a ent the successful bidder fails to enter into a on tract within ten (10) calendar days of the Cit Council's award of the contract and post bo satisfactory to the City ensuring the faithful erformance of the contract and mainte- nanc of said Project, if required, pursuant to the pro sions of this notice and the other contract d uments. Bid bonds of the lowest two or more P dders 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 N 0 CD C7-'G N p -i n B� M �' o the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100°/x) 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 s e harmless the City from all claims and d ages of any kind caused directly or indirectly by the operation of the contract, and shall also gu rantee the maintenance of the improvement for period of one (1) year(s) from and after its com etion and formal acceptance by the City The (lowing limitations shall apply to t s Project: Working ays:180 Specified tart Date: May 23, 2011 Milestone Date: Blower and mi er shop drawings su mitted by June 3, 2011 Substantial C mpletion: October , 2011 Final Completi : November 19 011 Liquidated Dam gas: $150 p r day from the substantial and fin I completi dates. $500 per day from milestone ate. The plans, specificati ns d proposed contract documents may be axe ' ed at the office of the City Clerk. Copies of d plans and specifi- cations and form of rop al blanks may be secured at the Office f StanI Consultants, Inc, Muscatine, Iowa, by one fide bi ders. A $25 deposit is required for ea h set of plans and specificatio provided to bid ers or other interested per ns. The deposit sh be in the form of a eck, made payable Stanley Consultants Inc. Deposit will be retur d upon receipt of ach returned plan and spe ' ication sets. Prospe tive bidders are advised that the C y of Iowa y desires to employ minority contrac rs and bcontractors on City projects. A listing f min ity contractors can be obtained from th low Department of Economic Development at (5 5) 242 -4721 and the Iowa Department of T ansportation Contracts Office at (515) 239- 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 contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quanti- ties, 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 re- quired under Iowa Statutes. The Iowa reciprocal N a 0 "' -<r- rn rn (D;;0 Z r 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 to City, Iowa. MARIAN K. KARR, CITY CLERK N O_ C C7—C N 1 rTi s O 23407.01.00 EXECUTION AND CLOSEOUT REQUIREMENTS ms1128 SECTION 01 70 00 - Page 1 FILED PART1 GENERAL 1.01 SUBSTANTIAL COMPLETION 2011 APR -5 AM 8: 31 A. Definition of Substantial Completiry7,((�``� 1 C " fRhlai sidered substantially complete when the following conditions are met: `U Y +� T P� 1. Blower equipment is fully installed, adjusted, tested, ready for operation, and acceptable to Owner. 2. Electrical connections and modifications are fully constructed, complete, energized, tested, and acceptable to Owner. 3. Control systems are fully installed, tested, and acceptable to Owner. 4. All blower appurtenances and supporting systems are constructed, tested, and ready for operation. 5. Construction debris are removed to extent of allowing use of the Work and equipment access. 6. Acceptable draft of the O &M Manual(s) are provided to Owner. B. When the Contractor considers the Work is substantially complete, submit written notice, with list of items to be completed or corrected. C. Contractor shall schedule and conduct inspection of the Work accompanied by Owner's Project Representative. The purpose of the inspection: 1. Determine and identify items to be listed for correction and completion (punch list) on Contractor's Declaration of Substantial Completion. 2. Verify that surface finish materials are properly installed in accordance with manufacturer's recommendations and exposed surfaces are clean and free from damage. 3. Verify that surface finish materials are properly installed in accordance with manufacturer's recommendations and exposed surfaces are clean and free from damage. 4. Verify final adjustment of operating items, equipment and system components to ensure smooth and unhindered operation. 5. Verify specific operating and performance requirements described in individual specification sections. D. Contractor's Request for Substantial Completion Inspection: 1. Provide the necessary assurance that the progress of the Work is consistent with Substantial Completion as defined by the Contract Documents. Prepare Punch list indicating work not yet performed. 2. Upon receipt of the required forms the Engineer will schedule and conduct a Substantial Completion Inspection. E. Certificate of Substantial Completion: Upon verification of Contractor's Punch list, and subsequent determination by Engineer that status of Work Is suitable for occupancy by the Owner, the Architect will prepare Certificate of Substantial Completion (AIA Doc G704- 2000). Upon issuance of Certificate of Substantial Completion, Contractor may request reduction of the contract retainage by 50 percent. This request shall be accompanied by a sworn statement from the Contractor that ten calendar days prior to date of the request, known subcontractors, sub - subcontractors and suppliers received notice of the Contractor's intent. The Contractor shall release retained funds to subcontractors in the same manner as retained funds are released to the Contractor by the Owner. 1. Payment will be withheld on the value of work not yet performed as of date of Substantial Completion. The retained amount shall be equal to two hundred percent of the actual value of labor and materials yet to be provided as determined by the Engineer. G. Complete and correct respective items of work listed and attached to the Certificate of Substantial Completion within 30 days following Date of Substantial Completion. EXECUTION AND CLOSEOUT REQUIREMENTS 23407.01.00 Page 2 - SECTION 01 70 00 ms1128 1.02 FINAL COMPLETION FILED A. When the Contractor considers the Work is completgi f Ali str5miAfril$n36tification that: 1. Contract Documents have been reviewed. C 2. Work has been inspected for compliance with Con'ri� 3. Work has been completed in accordance with Cot deficiencies listed with Certificate of Substantial Completion have been c d T n, 4. Equipment and systems have been tested in presence of Owner's representative and are operational. 5. Work is complete and ready for final inspection. 6. All close out documentation has been provided. 7. Final cleaning has been performed. 8. All contractor's equipment and facilities have been removed from the site. 9. Site has been fully restored. B. Owner will inspect to verify status of completion with reasonable promptness. C. Should Owner consider that Work is incomplete or defective, it will promptly notify Contractor in writing, listing incomplete or defective Work. D. Contractor shall take immediate steps to remedy deficiencies and send second written certification that Work is complete, and Owner will reinspect Work. E. When Owner finds Work is acceptable, it will consider closeout submittals. 1.03 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Owner's review. B. Provide submittals to Owner that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. D. Owner will occupy all of the building as specified in Section 01 11 00. E. Closeout Submittals: 1. Evidence of compliance with requirements of governing authorities. 2. Project record documents. 3. Operation and maintenance data, instructions to Owner's personnel: In accordance with Section 01 7823. 4. Warranties and Bonds. 5. Evidence of payment and release of liens: In accordance with General and Supplementary Conditions. 6. Consent of Surety to final payment. 7. Certificates of insurance for products and completed operations: In accordance with Supplementary Conditions. 1.04 FINAL CLEANING A. Execute final cleaning prior to final project assessment. B. Clean interior and exterior glass, surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces 23407.01.00 EXECUTION AND CLOSEOUT REQUIREMENTS mist 128 SECTION 01 70 00 - Page 3 C. Clean equipment and fixtures to a sani ary condition with cleaning materials appropriate to the surface and material being cleaned. 2011 APR -5 AM 8. 38 D. Replace filters of operating equipment installed in this contract. CITY CLEM E. Clean debris from roofs, gutters, doi p I f - � �i age systems. F. Clean site; sweep paved areas, rake clean landscaped surfaces. G. Remove waste and surplus materials, rubbish, and construction facilities from the site. 1.05 STARTING OF SYSTEMS A. Coordinate schedule for start-up of various equipment and systems. B. Notify Owner 7 days prior to start-up of each item. C. Verify that each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, and for conditions which may cause damage. D. Verify tests, meter readings, and specified electrical characteristics agree with those required by the equipment or system manufacturer. E. Verify that wiring and support components for equipment are complete and tested. F. Execute start-up under supervision of applicable manufacturer's representative in accordance with manufacturers' instructions. G. When specified in individual specification Sections, require manufacturer to provide authorized representative to be present at site to inspect, check, and approve equipment or system installation prior to start -up, and to supervise placing equipment or system in operation. H. Submit a written report in accordance with Section 01 30 00 that equipment or system has been properly installed and is functioning correctly. 1.06 PROTECTING INSTALLED CONSTRUCTION A. Protect installed Work and provide special protection where specified in individual specification sections. B. Provide temporary and removable protection for installed products. Control activity in immediate work area to prevent damage. C. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings. D. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. E. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. F. Prohibit traffic from landscaped areas. 1.07 PROJECT RECORD DOCUMENTS A. Maintain on site one set of the following record documents; record actual revisions to the Work: 1. Drawings. EXECUTION AND CLOSEOUT REQUIREMENTS 23407.01.00 Page 4 - SECTION 01 70 00 ms1128 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed Shop Drawings, Product Data, and Samples. 6. Manufacturer's instruction for assembly, installation, and adjusting. B. Ensure entries are complete and accurate, enabling future reference by Owner. C. Store record documents separate from documents used for construction. D. Record information concurrent with construction progress, not less than weekly. E. Specifications: Legibly mark and record at each product section description of actual products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and modifications. F. Record Drawings: Legibly mark each item to record actual construction including: 1. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 2. Field changes of dimension and detail. 3. Details not on original Contract Drawings. G. Submit documents to Owner with claim for final Application for Payment 1.08 SPARE PARTS AND MAINTENANCE PRODUCTS A. Provide spare parts, maintenance, and extra products in quantities specified in individual specification sections. B. Deliver to Project Site and place in location as directed. PART PRODUCTS NOT USED PART 3 EXECUTION 3.01 CUTTING AND PATCHING A. Employ skilled and experienced installer to perform cutting and patching. B. Submit written request in advance of cutting or altering elements which affect: 1. Structural integrity of element. 2. Integrity of weather- exposed or moisture - resistant elements. 3. Efficiency, maintenance, or safety of element. 4. Visual qualities of sight exposed elements. 5. Work of Owner or separate Contractor. O C7 -1C7 <r n m C? N 0 Ai w cp C. Execute cutting, fitting, and patching including excavation and fill, to complete Work, and to: 1. Fit the several parts together, to integrate with other Work. 2. Uncover Work to install or correct ill -timed Work. 3. Remove and replace defective and non - conforming Work. 4. Remove samples of installed Work for testing. 5. Provide openings in elements of Work for penetrations of mechanical and electrical Work. ms1128 SECTION 01 70 00 - D. Execute work by methods to avoid damage to other Work, and which will provide proper surfaces to receive patching and finishing. E. Cut masonry and concrete materials using masonry saw or core drill. F. Restore Work with new products in accordance with requirements of Contract Documents. G. Fit Work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. H. Maintain integrity of wall, ceiling, or floor construction; completely seal voids. I. At penetrations of fire rated walls, partitions, ceiling, or floor construction, completely seal voids with fire rated material, to full thickness of the penetrated element. J. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection; for an assembly, refinish entire unit. K. Identify hazardous substances or conditions exposed during the Work to the Engineer for decision or remedy. END OF SECTION N O d s� C->-< Cil �� M D, s> .. co 00 NOTICE TO BIDDERS IOWA CITY WWTP BLOWER REPLACEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 p.m. local time on the 20th day of April, 2011. 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 3rd day of May, 2011, or at special meeting called for that purpose. Bidder is encouraged to attend a pre - bid conference on Tuesday, April 12, 2011, 1:30 p.m. local time, at Iowa City South Wastewater Treatment Plant in Iowa City, Iowa, located at 4366 Napoleon Street Southeast. The Project will involve the fallowing: Work comprises general construction of aeration blower replacement and associated equipment located at the Iowa City South Wastewater Treatment Plant for Iowa City, Iowa. Work includes removal of existing blower, installation of new blower and appurtenances, and modifications to existing electrical and piping systems. All work is to be done in strict compliance with the plans and specifications prepared by Stanley Consultants, Inc., of Muscatine, 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 mainte- nance 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(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: 180 Specified Start Date: May 23, 2011 Milestone Date: June 3, 2011 is when Blower and Mixer shop drawings must be submitted. Liquidated Damages: $500 per day Milestone Date: June 3, 2011. Substantial Completion: October 28, 2011 Final Completion: November 19, 2011 The plans, specifications and proposed contract 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 Stanley Consultants, Inc, Muscatine, Iowa, by bona fide bidders. A $25 deposit is required for each set of plans and specifications provided to bidders or other interested persons. The deposit shall be in the form of a check, made payable to Stanley Consultants, Inc. Deposit will be returned upon receipt of each returned plan and specification sets. 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 subcon- tract. 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 quanti- ties, 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 re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK Prepared by: Ben Clark, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5436 RESOLUTION NO. 11-1 n5 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE IOWA CITY WWTP BLOWER 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; and WHEREAS, funds for this project are available in the EECBG account # 2310. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above -named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above -named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above - named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above -named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 2:30 p.m. on the 20th day of April, 2011. 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 3rd day of May, 2011, or at a special meeting called for that purpose. Passed and approved this 5th day of April 20 11 ATTEST: / /ly" - /(' City Berk Weeng/restmMpbiewer - appp&s.doc 3/11 .' b ^ MAYOR Approved by l Z City Attorneys Office 31 ut If r, r. Resolution No. 11 -105 Page z It was moved by Wilburn and seconded by xa; i A� the Resolution be adopted, and upon roll call there were: AYES: x x x x x x x wpdala /glossary/resolution- Ic.doc NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright rAddondurrn INIoe I N O for v=t cl—< : lowor< °o�fullacorrulont prrojoct C7 wasitowatoU -1 rrommo n: Vr ciwry rr W City of Iowa City Iowan City, Iowa I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Enoineer under the laws of the State of Iowa. Printed or typed name Jay M. Brady License number: 13153 My license renewal date is December 31, 2012. Pages or sheets covered by this seal: Addendum No. 1 I hereby certify that this engineering document was prepared by me or under ny direct personal supervision and that I am a duly licensed P net En i nder the laws of the State of Iowa. ° /!ir �6�2� igna e) (date) Printed or typed name Vernon L. McAllister License number: 8333 My license renewal date is December 31, 2012. Pages or sheets covered by this seal: Addendum No. 1 Stanley Consultants INC [A SS!arky Group ny C-p�1 Engxvr@WrQ�itl nd CorSW(VOII 5M"- Worldxda `\\\P" YES S1041 i JAY M. : m i BRADY < �' 13153 IOWA O °�- F E S S IONS ��i /i /. Z"pee %I VERNON eL w� z MCALLISTER ; • 8333 r NN tX °• �° 00 01 05.doc Stanley Consultants INC. A S�I.Wq Glwp Cmpul fmnW+ Emtonme Wxd C"O,,6m SeMm �WM&We 2. 3. 1) 2) ADDENDUM NO. 1 Title Rev. No. M402 APRIL 6, 2011 0 E12 Blower Building And Aeration Tanks — MCC -B1 — Electrical One- Line Diagram 0 E13 N d 0 BLOWER REPLACEMENT PROJECT Aeration Tanks — 4100 — Electrical Plan — Sheet 1 0 E403 WASTEWATER TREATMENT FACILITY o n �� m ro Aeration Tanks — 4100 — Electrical Details 0 � a CITY OF IOWA CITY n-6 IOWA CITY, IOWA �tc� rn tr Q ;IJ � C7 SECTION 00 01 15 — DRAWING LIST Sp � Add Section 00 01 15, page 1, attached hereto. w SECTION 44 42 46 -26 - SUBMERSIBLE PROPELLER MIXERS Delete Section 44 42 46 -26, pages 1 through 6, in its entirety. DRAWINGS Add the following new Drawings, which are issued herewith: Drawing No. Title Rev. No. M402 Aeration Tanks — 4100 —Mechanical Plan 0 E12 Blower Building And Aeration Tanks — MCC -B1 — Electrical One- Line Diagram 0 E13 Blower Building And Aeration Tanks — MCC -B2 — Electrical One- Line Diagram 0 E402 Aeration Tanks — 4100 — Electrical Plan — Sheet 1 0 E403 Aeration Tanks — 4100 — Electrical Plan — Sheet 2 0 E404 Aeration Tanks — 4100 — Electrical Details 0 J. M. Brady ms1128 END OF ADDENDUM NO. 1 Addendum No. 1 Page 1 of 1 23047.01.00 23407.01.00 DRAWING LIST ms1128 SECTION 00 01 15 - Page 1 Drawing No. Title Rev. No. G1 Blower Building - 4500 - Cover Sheet 0 G2 Blower Building - 4500 - General Legend And Notes 0 G3 Blower Building - 4500 - Mechanical Legend And Notes 0 G4 Blower Building - 4500 - P &ID Legend And Notes 0 G5 Blower Building - 4500 - Electrical Legend And Notes 0 P401 Blower Building - 4500 - Piping & Instrumentation Diagram 0 0401 Blower Building - 4500 - Demolition Plan And Details 0 M401 Blower Building - 4500 - Mechanical Plan And Details 0 E11 Blower Building - 4500 - Electrical One -Line Diagram 0 E401 Blower Building - 4500 - Electrical Plan And Details 0 1401 Blower Building - 4500 - SABS Network Diagram 0 N O C) ti Ya �M m y W W cwoo of—R4 > I ea " ° ^' I n I$ 1 i 11 t > ' I I I I; 'i R Ii : i I, I 1 L II $ I.a : I S I'6 t I I — X I I I I £' it I . r l i too I 1 i N= • B 10 11 I 3. ..... ..... .# ..._... __.__ _ ._ { .. ..__ A N 41 II i t x i I fry �C A A_p�� ' I�gig i, g 1 # 1 I • • : i 7 -1,4:_,H, r,::: E , 11 ,,,,.... ., „....,„, Ii„ 7 II 9 z 3€ , , ill ; ;.; 1 l' 1 ! I i I - 1 1 I '' I :. li • 9 0. . i II I4 1 m O-I q Ie ;; •0 il9 k': f Z 1—i l k E' f 3 . n 4 • , I� f i a Yx .sx: Yj : * ; S Y E g n • • i 1 5i 1 p; 6 v ! 5' Iil I I 1 $a 3 I • 6: I z I X s 33 +£ .' £ 41 j YxR 11 sj' h 3:: , ;,,, . . . X X i# E, Ix f A . 1 3# § A , : '° _ i IN I Liii I !i ! 'I Ii 3! . _ e £ IR I R §' 1 :i ... ......._•i ; ; I i .t 3 III I i I R, :II, 3 I I ; ; i €; : . I , i : :1. : 3 I .(!p /4} 1_. - - III — O—O : i£ $ i:./ 1. x r..,4) €J} ti J C o uz m _u 3 n i m A A n goZOmm O'.�1.,' A W N IT7 o p IO mN m C X Z nmn 1'n D ' �� ;A � DNS =ozc PI 14 J A L Z — — ►'� ii m _� iny�Ish Z !} ''1PY �J Yt7� 9px N m-iv Nvm a t � a t� j `�Ol�/1 vz S+ A =Ni Xrn rA�Z m V1Z s® oN o za N~VI`dp pm m 7a� A N O OaA Ap ;�C Z y� yy N 5":?. S I ANY $.i P 2 N+1 �> �; SON _ c Za► ? ti G 1 C_ �m rim X� Ili rn A O y� I �_IZ t oA n'1^ N IV O o f g o m N Z O $I y o mm PI > ea I e I ° I m I : n s . . 41 _rj GADD D 1—R4 I CO I 0 I 0 I r„ I 9.1 I n I = . '''' .• %A_... . . • • i :. • 1 ("x"") • : . +4"t _ . 1 1 :• 1 : . , : ' , : : \ AERATI(X,. BLOWER ; ';.. ,1"' MC C-81-1 I ;------a-;1 1 r':• , ..,.. 8 4501A '•_ 4"-",,,,/„....,,..2.,;„, L. :„e) 3-4/0, I-1/0 CND, 2 1/2"' C . ;t o ; -.......,. # 1 : : . • .-0: i T.:.%l'ii r::::a .• n 8 : : : ....: ..6 ;,,,,,-., : f , , : ,..,:, ;;:- 1 : 1 I : 1 - --‘ \ c-ai .•• •••••,-11--ll--; \ ':.c ,•' 1'1 I= #41:11--- > : . MCC-81-.2 ; 1 . ....., AERATION 131..0WR ZS )... LI n •• .x....,::.su K B 4502A \•-±f.,/ L 1,4) 3-4/1.3, 1-1/13 C448, 2 1/2 C : . I ...._:-t-n" •.;.4. n -..,.; : : us -,...,. .., na . 6 O.. ..-' -..:3 • F.--c•F..); ■...' ; 1 ,3•1::4,--:''' ....-. / '' MCC-81-3 1 AERATION BLOWER I, i./ , . . i" :7> 8 4503A r.,; k2:1 .4-4/0 1-1/0 GNU 2 1/2' C . cs " co 1 _ : ,• c3 8 1 I : . . . .• : . ANOXiC CELL MIXER T 2" 1 „L., MCC-81-6 : \.,-; • : MX 41118 ,_.• 4-#10, 314 C • ....; r4 '8;44 • : ;',. ! • • : SPARE : . : , • : . • • , , • . • _ ANOXIC: CELL MIXER (7,.. MCC-Ell•-8 , • 1 .3, r--- —1,,,P 1 MX 4112 A 4—00, 3/4 C. : \ : : . : c2, • 1 , , \ . .•• \ „N t \ SPAR E 1 : \I .! 1 •• a 2 : : , : 3:1 : nu' • •'• , • • • ANOXIC Cal MIXER 1""”"\ , --, .! `-''' : s- MCC-81-10 i N -I --;iT,S Y., • MX 411.3A 4 ti,o; 3/4'C tis \ •-•-. ! ! :,...7.: T 5 BB s:. 1 1 '-'■1 11i C.: : - SPAR -- E 1 h-,, -----' N , . 1 `'..3 :• : • c...2,g: .•, . , FE1 : , • ",---' .•• movc cril mr.x57R 1 '' )-. MCC-W-12 :• . 0. MX 4114A 4-#10, 3/4 C :,I 7 i N...,.._, . ,,, i 7..i-0,,1 5z 1 . • . -'d,..• 1 ,..:,c-:.--, : r•z,:---::::-: i ',-2 i sP ARE : : ; \ : 1 M X 0 1 : tag' ..• _ P El r 1 1 ! r.,03 ..• : -.. ANOXIC CELL MIXER • MCC-81-14 .• m MX 4116A 41-ro, 3/4"c : . 1,1 r----;:d 8 : —• • : . . c) SPARE - • . . Is. : I-- :• '. ..;•:: / : : ..• c., +f' :".;,:•," : ,,,- : 0 .• : : . • Z i • In CC 43 i ,,,, • : . - '-16 : • I ANOXIC CF.I.J. MiXER ,..,.., • MX. 4118A 44.110, 3/4'C Z .,.. - i " ;..,..r_r: I .-: .• __, 1,1 . . , . . C7 .• .• ? .,,r'' • '. 5; 1 C) SPARE : •'' ,2 ' 4 ' :•.9 ! .:1 : ....1 ANOXIC Cal. MIXT:R (, .;.1. CC M -81-I 6 • ,,,,, ; .... MX 4121A \-..._ L. 4-#10, 3/4 ,,-c ..._, ?... .-.• *-: : fa`-,•' , i ,..., • • '0 SPARE • \ ' : • :• 1../.\1 ---....... - • nu' : 71 .•• • • . • MOM CELL. MiXER MCC-81.-20 : : • ; MX 41221 4 pc 4- „3/ '' c. . - i .:•J m- , • ift't,.-4•.. • . : . i • • o• . F.:"""!=i I\ : * . • SPARE ' .•• co ••, : ".......... • • • • i • ANOXIC CELL MXER 81-22 • • . s • . • - MX 4123A .3/4"C. • i1\ .-i,-.• : • • .•- t---;-- --0 • 1 : . : . : SPARE : . • : . : s";;;. • • 1.-ti . • . • • ■.' . _ • /-""\ "---t- MCC-81-24 ' ANOXIC al. MIXER f, 2':, ') 'ij I MX 4124A \-' . 4- 0 .3/C C . . ..-- n4, . t".(2054j :• : . • • : \1";;"" -- N - PARE ,1-..:::: -.,:-, : -- - ilICC—B1-26 : . . ANOXIC CELL MIXER 4) . . __ • i , MX 4126A 11-0o,3/e C t...1- LI -. r-----1; —.., :• 4..— .— 9 : . .•• ,- i ...._.rn \ -.CR cn —._1.3 '4 SPARE : 1 ; • ' r". '•- * ro . • 1 : • '-----------:'` FZ'J'1 1 0'- i I . : :9 .• :: . : •••••4- ANOXIC CELL MIXER O.- MX 4128A \ni '---4-' •.... 4•-•#10, ..1,,,,,,,, .•' 3 = : ."..,,, :• ! i 1 : 5 : 1 . ,.. r,22'an*6.• =co c,r- SPARE : : to • i , MI ggr"• C-7° VII Wili 0 1 tik i I 3 VIA a i 0 0 I * a : : : : i N = . : .•' :• C 6 z m o r -,,. xi SPARE : : . I k•A tr PI 1111 2 Y:d31 AII3 , . ..• gi in 5 L 11 :0 i W V fi I 8dV 110Z , , : ,,,,,.•;....,, :::. .• I n G 2R .= —0 } . . .• . • . ,• : 9 rn ;65,c A= •• • . . , • - I E 9�® n .•' # : p ?.. §E = : ,..„.„....- : ffic2 S vil g .! : : 1 Co M—I 0 4 4 es E = . : .•. , . : ,.. . o x 0 3 11 d , , „ , „ , , , _ ...., ,.... :• mmo- rO XI Z A— . .,•,, 27.7C 33, = FA x. X LA M 0 p I o I r... I -.1 I . ! x • I COD 01R* * i ' I CA I ° I , I 'E.. I 1 x . , -,- .1111:5 I <., • a- .•• as I (sr\ I a - • Ni , .-12 C. I \ A i :: ...,...,, //:„-'''• AERAIION BLOWER ( k s"" { : , . •. , * 4-1104A \••••;,-/ -IN (2) 3-4/1:, 1-1/0 GND 2 i/2 (... , 1 i ..,. — c,..1€:'. , : i '1 ,.„,.,T, ,,. a•:- i 14 i :• +ff:::ii...4 ?,-,,,::: u. AERATION BLOC? co g 4 , MCC-B2- i itvgl• —7:11'1111•11' B 4505A -1:1 (2) 3-4/0, 1-1,to CND, 2 1/2'' C — .4 %,.,1::; Lifq;•) '' I ::•-•,,,, •-:-..: . -1 1 1:.:''•"'-'xi -,F•3' 4CC---82•-•3 AN '11" I- I IF1-.q 0 I 4-#2 Wil•---#8 CND, 1 1ln — --"c > •r„;,- -„," ' . ...,. t,*" MC -132-4 AN "11r I 1 i 4-18 W/1-110 4.; ?: ••-• ?:•-• 4•40, 3/4'1; f•• ;(44:-) +en ,1:,4-,.• : , ; : A i ..-.• • • . ,...:..•;,,... 1 . ).•'.'1 : SPARE • 1 ---• : -0, 1 . 1 : 1 : I : : . AERATOR BASIN : : . . • MCC--B2-6 I . : .•• 80V PANEL . : ;- . 4•412/0 W/1-411 (140, rc i : :• .., : : i _ ,....: ANoxic cm.mixER i — . 14(r..--132-•7 : . MX 413IA L. :.'..:) L. : 4--#10, 1"C 1 : • , •,.....- .... SPARE E 'g. 40 I VEN E.E. .../ I 1 '-------' z;-, y.,...„,„ rZi 1 >,...., ■-•i 1 1:,.i,S' c). ,) ANOXIC CELL.MIXER (--.:''‘ r"-) MCC-132-9 :\ MX 4132A ''2,,,/ I:: 4--r iv, r----,........,----16 s \ ,...,. .• _ 7, 1 ir4i:..,4;c,:- :• ANOXIC CELL MIXER MCC-132-10 i MX 4136A (I. • 4-110, 1"C r 1 14n\ ' -- ,.. ▪ . FEEEI CE:0 0 4-4 ......,r) _. c") _ . •m:,...4' .. • <--) MCC-62-11 i rs:-.\--f:. i 1 I ANOXIC CELL MX 1:R. • ' : I * lco MX 4133A 1, -,,:-: ,1 .1.L.: 4-410 1" C ; 1,,\i ,____ , 5'••••• :;11-;; : I -) ..........,/ : k f•A 0 '''6 a•i'.---P-,=.' ! .• .01 .• IF; . i N.7-7.::: :• C) SPARE, I I ' ,... rI . $ gr, - ---1 I 1.1.....,..‘.N ....,.i•c, 1 I Za CIS Fl 1 - :• • :• ANOXIC CHI MI rx5iR ( ---I \ 11 M(c-132-•13 4 r\---7:71 : \ • fC) kiX 4134A '',,''''I -,,..' 4-,po: 1. c 27 ......... ',:',.-5,-' :• ..,4, . _,./ 1----, ,..er. ,-, 1,-- - '-' , Irn . •'I f••!.‘"•- r . •' .•• '-• ' MCC-62-14 . ....-• : .• C.") PAN 1EL PCC • . . : 15"r; : .• 13-gi Wil-i8 --,) .•-• 2•g4 Sll PO I , • c) `Z3 6 : 6 :2:2 jeti1), 1 1/2'C i::;,';•••/, -a---' - sND, • -.., ; .”• : C -"i X: •........ ,;;;;-;-.•„.• :i',;,,,,,,.: -,-..;-,-If; • 1 : I : 1 - . . 0-.; •,•,.., ;•.;••-••• ; 1 :::.., • ,,x, i 111 I i ,-,-, ,•• i • .-11 ANOXIC CELL.MIXER MCC••:•82-17 i .., i, -4 \ •-•-•- —el it : - MX 4138A 4-#10, 1"RG8 ,.. 1 8 ,..-3<„, -- ,,,, - ,),. es • .-• .., _ 1..--.7:-..i ,••• kiCC-62-19 1 --.. ANDAC CELL MIXER ( ."- •--- 1-I -1- x44 \ , T: 4-110, 1" C 1 : : : • ;1e-tfre. I c3;-5,- 1 : : 1 ; • • I .••. : . • .•• : . 7••••••••••••• ; R.-,••••••=-: MCC-•132-2I 1 s. : 1 : ANOXIC CELL.MIXER f :1-1 '3•••••••-•-f""' -;; * • MX 442A :... -#18, 1"C . . : 44 i'••• . .•. y•.• ▪ . : -- : 1 ANOXIC CELL MIXER • 1 .•' : MX 4146A MCC-132-22 4-110, 1"C Nrci::::[ i \-4 _ E as• 1 -,,,:a .• • . i 4 me 1 : • . : .•• : • — 12 I'L.: ! - ANOXIC Cal MIXER 1 r..; -1 1"' MCC-•82•••23 ,.. : ••••••=\ T! MX 4143A 4-410, 1"C L'fN -.."-- 1 „, 7,,-&t. ,• , =15-7.-- • .• : ; ,„,.... IN, i '''i•= i .•• 1 C) C■11 ....... SPARE 1 i 1•■•■,, ...ft.. 1 C) 3:4. 1 • W,42'''''' '-'0 r:::::: 1. .1 E r \E 'EL. MCC—Ei2-25 : N\H —.E.— ANOXIC CELL 1-.1("'"4 4". rm. MX 4144A 1,,,\I ••••___•-• " 6 1 Zirr"' .4_ .-V-0?•,• i 15.•:: : , .,fn __ ..• I :•• --;....•'i .2Zios C-)'0 rn - tr.— LI i I1 C:17 E ! i : . •i".• C...." . i .•' i . : : I 1 : .•• , . --I_ ANOXIC CELL MIXER MCC-62-29 . . _ MX 4 484 4-#10, 1" C ;v: --\: -:-... • "' - i Z f2.i' • I e•s EEE' •EIE.2"E''' , E E g :,.,. i rc---::::1 • : • , :• • • . SPARE ;i.., . rri •,,, : : AArn r• ?, c-)0 IA • : .. el E . 1 E 0 r.,......,p 32,„ o o I * mr„:32-7A : : .•• K 0 El MIXED LIBUOR 1 I.1211 '1-- " IrI• : 411,' RECYCLED PuMP ., , 1--1 ' .'', #8 w/1••-#10 13141), 34" c : c•;75';;G = 6 z enr Z a tr =I xi P4101A : a 0 ■ 2 : . . ...,,,, : , F ki.w ,rig;, . , : . MI— -2 N a gic 5 : : - = C)p 2m1 • i : . : 6 . , 0,._,. = •• E "c) ca 7:1 I 14;X1.1) uouoR , , ,, ',::3 , : .,,.. : vicc-82-TB : • • .--: '-'8138 _ a c) ,-,, 6411 RE:cYCJ: pump . f z •.. ;---- • .:, #8 Vul•r I1,Nft 11/411 C I g- 0 s.• -,,,,,- • 1;15?..N i = P4102 A : , ::::;: .•• S , , m La. * - E •■ c.) z . i . m rrl 0 XI 0= rn g — - 0 rrtrn0= "1•1' Col CS Z M6A a 31.-I to v 70 Z A 2 rn Ts.PC V P us as X SA M CS Q -111 a I m m I o I ,., 1 -., I m I x - .. , - „ ,.. .. co o o rn 0 ° CADD D1-R4 ' I I I 1 I I I I C M CD MI CR rr, (-JR MID72,., • RIN12^,m 0:,,,zmm , , ,.=a , : 70 --. • : : ...C3 7.r-,-r, it W p2 49 . — C ..r,m 2 A so i = '6 ?ft•co r,-.g ;JR.-,-. -,-=- Q 03 ret c4 rr, GO : (/) 9 e.,:* *-.:::::::::::::Afiri::::,;;;;::::::::::;;;;;:;;,;;;;:;;;:::::::;:;:::::::•,::,....Q.,„ ;=::::::::::::::::=::::::::::0&:::::::::::::::::::::::::::::::::::::::::::S : — , ?:,:i:::i;:,.•,,,. c I:1 1 ...1 I'!.;,- T .... -41_r\i;,,•_‘:-_./o-_\_._,---- 1,1:L-• -•- (4\ 44 :4 11J Pt I -1 1- l " 0 ,..,„..... : , . . , .. , ,...., , : \\„_.„,'' ',="7-'--3-:-.I73`3:313 if: • .., 1• %—.046-----'..1.51:71T47 It,1 1 lir ‘-': :El '145 . *4; 0° T-FT-47---; -' - i, a..4...; !II /-„ 111 il I.! ,_ 'Pk : , 0111! 1 ,.., di : • ': I 4 41,....,. •----4—..—, .-0,!4 3 4;-. _,S,J___-_,iii-Ei 1 I i.1...., •L- Ja-,--"M •- ---, 1 i -I-f • , : ` 353'.!-'t f"''".::. . . ; : 3'N...tiri.F.-....,7 1 . 1 ; =f4;4-3 I i 1-1 Lv 4,4 ,',„:.;,-p d -L, i.A.ert ,P*:....- ,/..--, :. . I 1 . . .'-!)--..gr'1114 ' ;; j",_'t! :44,!'.0-4 4.::j.. i : 1!:-.' 7/;-- 1- 'T= • '1"- = r 7 \ ,4-...1 r "-/ ,,„ • • •:!-•:;.!- 1.4 .ii-';. .er•e, 1 I 1 1 gf.1 ., : . , . . • : ' :: , ,:, ...,..., r-'---: :N••••-,, ,':•,.--,4:il , 11 l• .• . -4;•-„,• ) 5-.F.; • :3.-I ,,,.., ):; " '; :0 ,..•: ,,, ,,, .r........, . !0 1 1 4'!: T::!;; .';; 1:. '; . ;; ‘... : ; '; 1 vr-f; T-..,,1 : ...... : . • :,:•...•,: vrziri liers :: Aill ::-: '1if1 1! 1 '111 ,..,,: : " . . :''''': : I;" . : i'il ! I I " ' . . : . --41 1 1: • 104 iiii:: : , 111141 :144.: i : • • . .N : .; . : -7 ; , ; ; , .4 :• L: : ..,„: k 4••••••- -----: 4••,• ; .;;;': , 4 r:--, , : : ,.......... ,..k.—„,i-:,±:: ',i,.., ‘'•,1,------: 1 1 1-:.,..-•-•••„,,,-,, • , 'At. ;‘.. ;; .,4 . , :. i i'-. : 3:•-- Ri. ; : 1 1 .4 3 :1 :" HI • '- =Fe;=',•E 1.' --■:'i bl v6 1 il : (---, , i'i • ' 1 17,.•; ;lo t ;-1L,.. .• , :,; ;I 1: ;.: , .. : Y:, ,.• : . . .... .• : ; 1 ,: :,• :: T. 3,,,. 31: :3 .,13 1 I 3 im .-- 1; 3 3'il I! I k 3: 3 I 33 - . :4 c • :t .• : 33 c 'I ---.. •cc A -0 . . i ! i•; !, 4: .! k; :0 i: ;,I;, if., !, h: .., I 1 ..L... r.•;= •1; ;, ;, :r.i.. I t•1 : 1 ' : : • , : Z; .: i : :0 :: ■;I!; ;';';':1 I 1 . . " ;; $ ;• ! ;q I „. I; 5:2 03! :; :' Hi= 3 3 3 ; . : . 1 i ' 3; 'A 3 • ' = i•f i =0 33 =::33 3 i . . , ;13 ;; :33 =:5 I IC i ;111 5 - . . -.4,, 11'13 3f, 33 3.:33 : : N., „.. .. :• . ::: 3 ; 3 3 .• : , , :1 t: 3 3' " - I:3 34 c ;45 1 .• : .• .• ..; 3 '; c :;;.' 5 ..‘,.., ' ':i :0 '3 :•34-11 .• 5 -.E. ;•::i....11.1.....l.. . -1 ..' __...,_ cm 31. 1 r- - m ' ' ■ tr. 1 ; 1 1 ./.... i#: '411!i'si .`... : . .5).-------", ..—,. „F---,5A, ,....-- , ...„._ ,,:0.. : . ../ ,...:4 1 1 4...t 4:„:: : ,g,,, r : . ,_ e...,, :.4-1°11:4.'.• •= , , - i I i....4 i i0 t.i i ' , I „1_,LI r-L-1 ---..7' .1.11,L-fo:j1:1 1..l'_1,;1 1-5411 : : I ir.-..I 1 k :: Z; 1•4,-'•-); ::',.:.: ; . : I , . . . :,...: 01 ';,,,,.ii -, tA ,r.3 : , . , . 3 7":”.3 .150.•1 : 1 1 ;:j•;0 :1 ,, I: I 316 1 5 5 •PC . . i jj (/1 : : ;1 : .• :,•,••:: ..., 'i•: •1 ;: ; i 1 r...1 .• f i 4/ . , : .• :1` , Y1:I i : " : • ,;:, ;: : : A , - -17 . ›. -: 1 I 11; :, i: i I! ; • . . 2 ! i 11 !.! , ill li i 1 i•, • ;.,4 A:I, : • , i , . . . S i . . ' •' 0" : , i,: 44 *IT i„:„;; 1 1 , .t C,r -;-;0,1 OP'iii i!4."-Aq.t.3 1•C i : 1 M : : , . , . rr1 , '-1' 1•- ':-:,:- : : ,-,... - 1 ':•'17:10 ' :1 c;4-4-: 4". ;.. • • - : a,--14-It I: , . . , , ...i,,,4 ,;I;,1: :1 . • 1•:'!-`, . , , . 5 ; ; • . . ;...; ,I ,-.1:::: ,1-5,, I! ,; 4, "51 . . „ ! !: ';', ',!': ' . . ', „ .„:„ .5: 1 1 1 . : . , , . r•1!, , .• . I 1 1; .'„' i! H : ; II III; ;: :1! !II ' ; ': H A ; , , .- . , 4: , 1 0, ,' !,• , : I I I V '';;;', !: ".1 : I it ': :NI . . _ .- . .. , , , ! !Ili i; ::" ; i I : : ' il ! ir: ;•-1!I: . . . , : . ,'41;:•...;',:l ,,'‘,,,.,,;.'1;;.; , , " : ! . • , . , „ , .5. •, 5 :4! I ; 1, : LI II 1 I • . . . . . ' . r . . 45 1 -...; i1 1 :f•It'l 33,,,'Lt . .: 5,,••1. ,;:./: •0•11 5 5 . . -4`;•• : 4-.,..2-•-• 1..,. ;: ,45,.„..___,,,,,, : . . . . /-i)------r'! . ,,,•‘---,.,•,: :- - „... : : 1 . . j . : . . . . ,: 1,, , 4.,.., : : : . . ..- ,0.-..:, rt..: : . . . , : : 1 ..: : : : . 1 : . i . . ,.:.1:1! " i 3 i : 3 , . . . ; : :.1 1 I " =r0 " :0 ■: ' i 33 . : : : '4,1 •.00.i t..". 0 1; ".3 a -00 1 . 1 .• . . : 1 !".,ir:0 ': :::ii ::•":.: 3 '-''r•'' '" ::3 a 0.0" , . . . . . ; . 3 . I ' . . .• 3 .•' I. r. , .,, , , • ; . .4,:,4;.:.:1 , . ■ ' # ; ; 1 1 ,••ir, :. ..:ti ,......., . , . ,......., :„.,•. J: t ',-,••-.i.. 3-4- • .. , „ 3 i-'''',a - , •br I.:E.! i I---, l'''''• '4 '.i igly--1,'N;j• . , '"- ',.... '--•!-",„-# ::1.-4 i 1 , . , . . , l''', .•••.,:•,+,: --;:... , 1 . . , ', 05 %1: • ''.''... l5:150 1:11:-1 11...( \ 5 5 q!i! 1; : 1 , / ' .I.li'1.111:111-:r::::I illr 111'' — . . „ . . , . i': 1, 1: : ;' i 1 1 / 1 1 1.. 7•44•41:• I-1 '.1 .i. .0. dr...... rl 1 1 :' ': ; i . , , , . 1 I 1 i `1: .' I t 1 1 I I 7'1 1 , I: 1: .{ : '' 5 : .5....... cc; oo) . ' • 1 I 0: :: ::: : 1 0 ZIC I jj a !I 7 N I: i to Ili 14C ....i>... (..)l''''.. . . : : P: :1 ,; II: :: i: .I ! 1 I ' 1; 1 ; : 1 *ea. sopi ....... >a(..., , . : : : : : : .!: i H 1: : : : . , : . : . : : 1 ' • :: :•: i: . , 1/1010.0 1"::.' mil .% N I .: .• ir 000.7" i i ,...L. -- U... 1"r k . , • ' h 'liC - cl—C7 ...... AA.• ..... . n . . ....._ CAS i fk:/ .'4, '''',: ; l'' ;'"? '\, }....C.i '...! • . ( I ,...1..., -.' . i . . .: : r-L--: I •---:: T, , '. --,,, I i , ',-- 1.1c ;,•, 1; ,,i I: i i 1 EI ; t ,... ;z: I- i ).-- if:„: ;>5 N - 1 4" , ',.:4 — • ■ ,: a:.,:t.•1 t....- a.'," : : , , 1 fi 1 IT :; i!'• : ,4'4 1 1 : !:±44 i •- " . , : : 1 i •ii; ,: i., 4 ,r., , , -.1 ; : ,t 1 11 II/i :; '1: 1 :•,..1 ::›, I i:(,1 :%!ll ir..;: „ . . , , „ , -A— r : : ,- . 11 ig; " 1 i[i':' I: ;1111 , .. • . . . : v, , : -, it; :', • = : 1 i !.I;; :, :: ,11:1: , , , . , : 11 i;; n, 3'4 : : : : 11 i'4* 4 .• : , 3 o,•: r--4. .• , • , . . cr,- .• : L;;.: '-',7' , • : : . . : : „ : : , . I , i '' ''! !!'''.:::'r: / 1 I , ' .-04 i'..,',':: ..../4 — 1 1 1.;•:::1---K.Cr k..- '1 ZIT:.}I.. : .5.------*1 . . -(44 , 17.'Ll 1-''...112-1,- -----' 1 1 ,‘,.....„i.::, -...4 '''"i'l 1 : 0.- 1 : --kJ.; ;:.--;‘1 : 1 :',,,,•••••1-•••!-,i I: g....- 0 . ; . , . : 0 ;_,. 3 — 0>'.''',;;;;;it;.'4;; ,:;''', ; 1 . 4 1 ! :, i. : ; , -,,..4.4 i;: ; 13 ii•-r- t : .• i ,I • , , , 11: ! .,• , i.. • :i : :•:-...k .,_„, : :II :',..•': ``.• q,:',, . , „ .• 5 1;i = ' ' ' , . eintel . . , .., I . , , I, 0 p , : f 411 i ; , .; il -••:, .0 ; .; , . ;,, ; t N: : ; : , : ,1 v, : I: " ,N ▪ t gwER /— , , . . in, ; 4" 'I : , , , , : ;,5 n rn i Si ....a, xi : : , , : : : : : : ' : ,, . , . : N 1 :,. 2 ii :1 : 1 i gip En : . , : , li :; : .4, . ; 1 . . 2R It 4< 0 , , 4.'ili!,,,2-4------"---- ,„,,, : ; ,,,Iii#:,!!!!!:'4:-;;Ifl • , . , z : : IVA:Ir.:" ,L:-Niiiiii# ` .4 32.CI >va 0 „ . . n ,,,091 I; :; _ @ glig9 E' '.- g it = . rn , A VI o MATCH LINE-FOR CONTINUATION SEE DWG E403 I I CII z E 3 2 I g a 5 p CA =417. -°r"gtn3I 6' x x u 1• NJ z .-, rr, o C7 0 rn m r I 1 = 1 ,.. 1 en 0 I o I -n ..., =. _ I CAOD of-R4 > I CO I °' I I m I -, I `� I MATCH LINE-FOR CONTINUATION SEE DWG E402 Mt, f: i .. ( i.,,,.. 9 5 ;3r. .. `: li ill i!d 3I I: j d I • • 1. i0( t i3 i ;.3{i 1 i f1: i , iii I • I i ii. ;:f 3 i "� • i ?I 1 r � --- i. ... tt. `� • • • • # .i.- i at -, ,-z f ( ;ti X' l , A m O - I hi `s j } n ; I I ..s o I J) N.O t{ v I#8 I 1 i 3 1 It : Al a l pi v W d' v q Y N W E i :i i i a { a g i 11 i — — : i s t 4 i - r.: : • i b ; i , i __ IIa tt z, tt , 0 5c 33 i 3 z is II # o z r : i #I H € ' 1 cn Z 1 ........................................................ - -1 ( 1! I 1 # I 1# f # I - 3 ff I - O R '1 1 1 ' Al , I 4 I L G - --_... _... I.i s * J r v• f 1 s I 5 r.1,,,,..„.4,-... U.,J 3 p ci 1 ",?-::: :-.L.4.; ; : ! ,: 1 1 1/ i 1: : 1 1 I, li 1: 1 1; U • 1 //" } lit yy - ,I i I a i 4 £ -.j.-.�ti"3 !MI i k Z q}�4 ." J.F • f t�. , !I € 1 i t I i `l 1 ::i i 1 + :c„: csi r. Ix f• } , , ,I .................. ._ i 3 i ! c1 ; I + :{1 : .: • I .3. . i ' .,- { 3 1 , 3 . , I c N (, :1 1 t•• { tiff :;g } :`a ...- I t : :: i --... - i ill il 11 �''� �` 1 1 1 NORTH I : _ fail } 3 i i ___a,._' € -- C {............................._...._...........__..............._ ._.......... _____ __ _. ....-.............................__..... ......._..._.........__..__...____._.___._.........__........._._.._. .__.,.....__.._....... ............. i ! 8 r- V_ -t,+ C.- n z 3 o>Dy yy z I a w r.' • r r�i y-v ri D N I CZ, pV AO (7)'46P-,m 200 Zm c rC m'gl'g3 m*m I C < Olj nC <- P44E c O OOO v Nmr'+ z�z vcrp� �mzc ter*, To PER r iY -y Zim iY� �'"'mOF mE� vi amS Z � r*7 D �p mm, m��' f7 C7 r*1 zA 2 = -: zxQ;g yo Orv-6A�t �O ati rnmm zvnm z ! I19 °z 1t �1� lIJ YIr lJl ,I � zCiczis °�vgrna� S m-'v2m p r- ° y NAn a� �z + cmrm� o-O-1 � o 4 I moc >,o az xm Nm, Z• a 5. aZ 'if)Y), L�yyjj r`�,�} vg r° ;jI rp�tt ,� �a ;av mv2m D Omon S (' 1 a V1 -O z_ = 4 'LJ{WV A m Nio�ii Z z ppL N I 1mva 2^ n �"O 20 Cmmo �om?O rr*1 F 2 rya x 2,6o z8 rno�pvc =9v y rT1 SC !^ 1'*1'� z , o m O m c-�+ 2°� YL m re. G�Z .�C2 nix ~Or 77 n co J -�8 O m O C =N�O m a O p 0 n m ti W ° N y CA 73 °� rC-.°Op gr v.O rn O �' a y� y 2= r+�m� N M _. Z 2 0 _ v O > I m n I e 1 ,n I w I n I x .... II a- co o r,, o I cwoo o -R4 I I c-, I I -, I I 9--.-.16,7:- r, 44_:,0 c)...?, ..,'..,..,:,... ,"--,.....;" c•-.. ,z,::::--,-; r ..-.&,.„ 1 i t5 o r., ,' 6:: ir---:•:: x -A,c,4:?, 1' '-::,:::-:: 9 i.:f.- 6, c s Z1 -,-7--3'- , ■ 1:A fg . . . .•• . -f,-,4.4, .....,x, . ,...: ‘--.i, .-e'r [ , : .:„.,..., .z---,..--- -.n gla r" ;vs cc: :: : • , 1 -...,.......7...:.::::-. ..:::::::-: '1--:1/0.-0 12.1,-" :5' .'M-.-- • "2‘,9 e'' M.--'1:::..:c.,-.;-.le-1:::---.1 .----.4" \ 1 1-7A39 :11; / i19.:-;,. :'. __,,,-,0..-;- ; • 'e'''''2,,,,i-:.'3 ''''r'r'''''?,,,.r;;;:::;r1-, :1 '-----------T Hi.: / 6-,-4..<4.< : i ,, .,44.,444. ;''''''S--.: -4,5. NJ, '''''SI,''44.4 4. :: • 44',,4 ,'4,47:„ 444,4 1 X 4- ''.."' 0 ' -4 i. ' 4. „ _ ,, ...' --"---"il -44:2:41:4."., 4..„ . . ., .. 3:7,'...; X.r.,: .‘ ,,,,. ,',.., , ' 1 ;...„'', '' 1', ' .t'''5''..r, xr - ;rrr, ,5 '7 7.2.,-...,n 4,4 il „,422‘?_„1,2414__ P'-------T44-411,1' crs Cn 4. t.44 f.., -. ,.,...,.,i.2; .....:. ......._ i --, ,-.., I tr.,, ';;7,:,? i ., --0.C,-1,-r-- .-4'; 4- ./ :I .i / , •tn,...-, ,S, ..•-• " / i I i if- m ;"4" 1 : ."-Ili: L?_ / cx;;" ,' if I :i : I . 1 1 11 1 A -..•:: 1:i: I:; #•:•:::, :..... , __ g / r . ,. I i .,,..., e--.:,, ., ,,,, / :::: 4-/: : i -- ., -1 / :! ,i, / . 1, 71 I,!: -- \ 1" _ „ ., I I '- n / :.'...57:..-..F=15, --,---/- .., ■••■•■••••1 ...... I 1 , , : . 1:I I;! , \ _...•'. m = = = I I I I : :.'- '' 4"-- „•-• / i ..,1 / i r >c x >< >c c : ,1 / / • -e. .r. A ... ,....71 6 cr `6 ,= _ " . :„.,„,....' „,,...„.___4i,,.....4: ......,..."......;:;.:,:ir..._,,,:,,:r 11 - _,„- / , • _ cr, cy, cr. as 70 , I I -''''' /r 11 1 . If -1-17.:".TO 1> 0 1---,..: ..,, ' „. il / 1= y 9 9 41..:, / 1 e .._ zxcx li.11 -4,44-I / r 1:1- / i: / in 2.1 1 al/C5 8 ii 8 g \ : .,.... .., ,... p• > 6.3, „. f li .., k..: *5 , :,:. II k' , // I *-. ::: . . / r lir ...: r x = = = i _ ,...., . ., 4. 4. 4. 4. 8 , / C11 0, 0, 133 T 3. W F.' D> r> C■• 1%. 2_ EA ,..., . , ,11 .....7„:„...„--, _i , .. , , , 6 l'.! i<-, ,... z --I ■-__,,,,_-/ ■----y----, zi , i .r' '' 1: / 1 i il x; : i .. V2 CO / 1 1 :1 . ... ° 5 . . . = 0 M E ICS) P 6 ::: :.: : : ,.; . , r, Z (A 52 r.n / / il .,'' Q, 0, 0, 0, (:) I rn I Q, ...7'. * ::: , ;:: ::• , / ;;;;,/ g ; 0 o':' 9 ., I , , ,... , , ,, - rn 11 T... ..'”"X:I .• Z z 1 1__ ..„,.. : II MI i ' • LA Ps' i • i i'l'r TL F / il 1 ,„,--- :. >c .,v .: / '''' ,.. rn - ...-:, u ,, 73 z z I . : :...) c...., AA 1 ill ' 41 ; :.: = 1 1 vs A P v) G -. HN ..,,P.-:.: ::I tr,.Gr.,4. ::: ,., :,• i': 4/ N e) '- Ai52; ,,,I-.-_:-.g :H H.....---, ::: ,, :.: N.. 14§% 1 1,,'11 ',4111 -0 1 in (-) i rrl c)F, , I I ,--.-....,..,-.., ::: ::: 1 RI A 1 .3 ,4';', : 1 ••••• ,, r-t "-,-, • i .- ,4.-,.? ;14 i: -4,, 4'",44 4,-'`` r.4' :'4 / .... a z ,- , .5„7... - -44- :: r 1.4:_, ::::..S?7..::._ ...2-1 2c,--4 IV ,....,:2,...;.2() _cs 0 in-'4. :.: 4 11 r ui ,,,,, i / C3 E§ ,,-1---,- i.: .„.,„ ;-: . A= :r.4--., -4„...FI 1:i 14., Pr. ,,,-,, 4 v....-- •-4., . A:, •r"."a%., :I;i in;,0,.7...! ;';I (I'l rn in C...; i;:I. I:: /, in:‹-,ii_ I:;i -4 I:11 2 je II' ...) co 111 ::: : / • ."'•Z. L,...i.;:c•c,," W ' 1 / ,x ,.:-?.°. , '<<-5.;,.. 1 : i _ -0 r---n I -..,c 0 ': ri C,Cn A 2 -11 ...___.........,;:rr/ :43ilrilr!';.-'7,;-• _________............ IL:.-- 0 0 ,Z1 A g r \...., . r_ ........„.: a A i cn,=, ..::•:, c 1' aa- 1 1 . r•-■z 1 :: ,-,:,i 1 T 53 —v, :: ......,:•: c, E- .... C5. 1.5 . ,, ,.. ,,,. !::. ; „, P.,..:.::::::±i, ..__..„.__, +r 1 0 '.•: r4 .:1 1 1 , -I . • cc:›,;c-,:",, < '-' :7"1 ".2i cc",•,:c '4 4 '...--.5 , -..' c c3 ;'--:: —.— -, <=, , , " -4 ,.,.„..-. , g:, . F., -.-n .... _. .r. - /1 * I I IH .,...R = 0 0 k . .. i,.. : F, z , • I .. \ m : : ..1 I j"_.1 , z .., — ... -. = I * _ 4. 4.• a 1 . — 0 "V I I I i , 1 ', I p c) , -:„.: -. .„... . PI 'VI n I- • C i I g: SI: ':.! %`, a"4",, / ";;;"•-;''.:3;""."." "....*: I— m I— .„ -I <---) ....., ......; p. i,- c.,-,-5k c•-• a 4..., -3, , i'' ,,...: ,4•.•.-43,-,.?-• 1 ,c :..,.: :Fg-„,.!•,-;:4 ,... •,-: CI .• 1 ri..3 ---1---F, cs .• C) : = I, * : .• ;0 10 ,... . I ;0 0 "0 'T. 0 3: :77 '42 .w. T. • 1 :.?...: i 7:3 i : : .... ,,. , ,‹ 1 .• at! .• c . , : i •-- ..• „,„ :i.,:. i ; 1 . . -::•;', ,P,....- 1 /f 1"" , 0 .•• M ; • • .... '''''' "-r", -C- e : 3.. : . .• - ._. I— r ' (-\' "•- ,....„.( e,...../ • • • I =0 .• : .. , .• .. cn "-;;'a:f-•:::,. ,.. :5:) I- 8 4-- ',--, .;;;;, (J3--,K2 :;-.4 ,,,E., R rs1 a 2 71 2r ' -..?". -cc, co- 5, X2r"z4 1/11 DO a = 2 gRER 13 VMOI i th NMI= z ittih\01 'Ail tn = ;3 r1.77;:_'," n2c-) 3 a g.ic 5 y11313 All3 c.,rei tg z tn i li t pe 1 uclli 1101 - 70 sr cti :01 vitii ti , . 1 ff = Pr ffic-, A 1,01 g 1 V v vs rrl [ C 2 I 4P c x 1 . , 4h. z a rr, c, A 23 0 Q ■JJ I . I - I I . Addendurn Flo. 2 for _ a Blower Hoplacernent Project �- Wastewator 'p reatment Facility �m 7'' N F City of Iowa City Iowa City, Iowa I hereby certify that this engineering document was prepared by me or ``l�lpNluinlrrrrrpr PlrofessiyaliEngineer nderthe alwsoftheStateof owa.duly licensed \``\�OQOESSlOiyq ll ,(Tign' re) (date) c W rn JAY M. : m Printed or typed name Jay M. Brady c BRADY 13153 License number: 13153 My license renewal date is December 31, 2012. giyiii •�••'••••• "•••• *O`��\ Pages or sheets covered by this seal: Addendum No. 2 I hereby certify that this engineering document was prepared by me or PnodeSm direct perso I s1hervisioofthe that ate of owa duly licensed ```\"QOFIESSIONI" ` le Q �2 c (sig at ) (date) w VERNON L. y _ Printed or typed name Vernon 0 MCALLISTER m on L. McAllister _ 8333 am E J License number: 8333 = ' My license renewal date is December 31, 2012. Pages or sheets covered by this seal: Addendum No. 2 Stanley Consultants INC A 51.4q&.9 C.mNgf Ep.kwrg, rnimv [J aid Camnaon Anks- Vlaidn•.'dx 00 01 05 doc go I a Eft-116 qi ON? Stanley Consultants INC. A 5!a, y Grn, C,nn,n, Enq'.nwnirc EnA:w?emal and Cemtmdon Wdcee V:w'W.,x 2. 3. 9 ADDENDUM NO. 2 APRIL 15, 2011 BLOWER REPLACEMENT PROJECT Title Rev. No. M402 WASTEWATER TREATMENT FACILITY 0 N _o Blower Building And Aeration Tanks — MCC -61 — Electrical One- Line Diagram 0 o — 0 CITY OF IOWA CITY Aeration Tanks — 4100 — Electrical Plan — Sheet 2 0 E404 IOWA CITY, IOWA 0 c�-G - --I C7 SECTION 01 11 00— SUMMARY OF WORK �� j Elm Article "1.01 WORK COVERED BY CONTRACT DOCUMENTS" Y N Delete last sentence of paragraph A. in its entirety. SECTION 01 43 33 - MANUFACTURER'S FIELD SERVICES I_ TiRaEali�iSE���IC K�� Ce71�L= 1�?1�9ZiP690IIliiL�911 Change paragraph E. to read: E. Service Engineer shall make trips only with approval of Owner, shall report in person daily to Owner's Project Representative while at site, and shall submit written record of time spent at site and report on results of trip to site to Owner's Project Representative weekly. Only that time spent by Service Engineer at site with Owner's approval shall be credited against total service day as estimated in Agreement. SECTION 44 42 46 -26 - SUBMERSIBLE PROPELLER MIXERS Delete Section 44 42 46 -26, pages 1 through 5, in its entirety. DRAWINGS Delete the following Drawings in their entirety: Drawing No. Title Rev. No. M402 Aeration Tanks — 4100 — Mechanical Plan 0 E12 Blower Building And Aeration Tanks — MCC -61 — Electrical One- Line Diagram 0 E402 Aeration Tanks — 4100 — Electrical Plan — Sheet 1 0 E403 Aeration Tanks — 4100 — Electrical Plan — Sheet 2 0 E404 Aeration Tanks — 4100 — Electrical Details 0 Revise the following Drawings as indicated. These Drawings are not being reissued at this time. Drawing M401 ms1128 Modify Drawing M401 with attached Sketches 1, 2, and 3 and notes. Addendum No. 2 Page 1 of 2 23047.01.00 Drawinq E13 Modify Drawing E13 as follows: 1) T. D, Wilkey 2) ms1128 END OF ADDENDUM NO. 2 Addendum No. 2 Page 2 of 2 23047.01.00 w 0 C) A C-) -:in .<r m N .L' U C.) NOTES: 1. PIPE TO BE SCHEDULE 10S SST W /DESIGN CONDITIONS OF 10psi WORK PRESSURE @ 200'F MAXIMUM TEMP. FILED GRADE TP304L, CONFORMING TO ASTMA312. 2. PROVIDE INSULATION ON THE DISCHARGE PIPE, TYPE °F. B- R 19 Pm 31 21 BS -1, WITH P -2, PVC JACKETING RATED @ 150 FOLLOW MANUFACTURER INSTALLATION REQUIREMENTS. ITY CLERK NORTH :) 3. PROVIDE PIPE SUPPORT AS REQUIRED. jn CITY- ICi'ili° SUPPLEMENTARY STEEL AND STIFFENING OF C� II EXISTING STEEL SHALL BE DESIGNED BY �J PROFESSIONAL ENGINEER REGISTERED IN THE STArEOF IOWA, RETAINED BY CONTRACTOR. DRA INGS SHALL BE SEALED AND SIGNED. FLT 4` A_EX13TING BUTTERFLY VALVES, CHECK VALVE, EXPANSION JOINT AND PIPE HANGERS SHALL BE -- SALVAGED AND REUSED. CORE DRILL MASONRY AS PT Q REQUIRED FOR B4504A N PIPE PASSAGE n AND WALL SEAL T x B -1 1" GROUT -M all A -M40113 TERFLY � ®BU VA VE WA M CHECK EXPANSION VAILVE 1 JOINT o Q a AERATION 14 A co _ AEI BLOWER----. +. i v BL( � Q t\ B 4505A B 4504A 1 B M401C CN 4" SD FD -' -mac Stanley Consultants irx. REVISIONS DSGN CHKD APVD DATE DESIGNED TD WIL EY DRAWN LJ OSBOR CITY OF IOWA CITY, IOWA BLOWER BUILDING - 4500 SCALP 1/4" " =1 -O / N0. REV. APPROVED JM RAD APPROVE TD BRADY BLOWER REPLACEMENT DESIGN MECHANICAL PLAN IOWA CITY SOUTH WWTP ADDENDUM 2 M401 A 0 DATEOVED PRIL 5, 2011 11 -8 3/4 "(t S15 HOISI RAIL (TYP) 2' -3 9/16" j(T) iTllll I I .1 �' I w-ur AERATION � 14" A - BI OWER l q I —AERATION -- BLOWER B 4504A B 4505A "' EL 6501 -4" 4'-7 1/8" (t) 51 -011 SECTION A -M401 B M401A i z i i- 1 JOINT 0 5<.: n O Cr o }y N F m 0 0 c Stanley Consultants INC. REVISIONS IDSGN CHKD APVD DATE DESIGNED DRAWN TO WILKEY LJ OSBOR CITY OF IOWA CITY, SCALE 1 4�= 1' IOWA BLOWER BUILDING - 4500 -O�� CHECKED r "KEY JM BRADY BLOWER REPLACEMENT DESIGN MECHANICAL SECTION A -M401B N0. REV. o APPROVED APPROVED IOWA CITY SOUTH WWTP ADDENDUM 2 M401 B 0 O DATE APRIL 15, 2011 REFERENCE RFC 00254 S15 HOIST RAIL W801 - 2A" A 1 EL 662' -0" -- 14" A CHECK VALVE BUTTERFLY VALVE B 4505A 6' -10 11/16.,(T) 12' -0" a w 22" A AERATION BLOWER EL 650' -4" 2' -6 11/16" W SECTION B -M401 C M401 5' -4 15/16" 4' -0" 0 - + d i SIDEWALK FF EL 650' -0" EL 656' -6" o .<r =e rn -o M Stanley Consultants INC. N r o Stanley Consultants INC. REVISIONS DSGN CHKD APVD DATE DESIGNED DRAWN TD WILKEY LJ OSBOR CITY OF IOWA CITY, IOWA BLOWER BUILDING - 4500 SCALE: 1/4 " =1' -0" N0. REV. CHECKED TD WILKEY JM BRADY BLOWER REPLACEMENT DESIGN MECHANICAL SECTION B -M401C a APPROVED APPROVED IOWA C SOUTH WWTP ITY ADDENDUM 2 M 401 C 0 g DATE APRIL 15, 2011 �} �} ® \ :© »fig 3 \\ ¢ \/ — e yS \\ ¢ \/ — � yS \ � 6 t- � .\ :6 w. \\ ¢ \/ — � yS \ � Tr-oj Prepared by: Ben Clark, Engineering, 410 E. Washington St., Iowa City, IA 52240 (319)356 -5436 RESOLUTION NO. 11 -165 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE IOWA CITY WWTP BLOWER REPLACEMENT PROJECT. WHEREAS, Calacci Construction Company, Inc. of Iowa City, Iowa, has submitted the lowest responsible bid of $205,400.00 for construction of the above -named project; and WHEREAS, funds for this project are available in the Energy Efficiency and Block Grant Program (EECGB) account # 2310. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: The contract for the construction of the above -named project is hereby awarded to Calacci Construction Company, Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above -named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The City Engineer is authorized to execute change orders as they may become necessary in the construction of the above -named project. Passed and approved this 3rd day of May , 20_-L. A kKx-�Q MAYOR Approved by ATTEST: CIT RK City Attorney's Office It was moved by Wilburn and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Bailey x Champion X Dickens X Hayek x Mims X Wilburn x Wright pweng /res/awrdeon -Ca lacci.doc 4/11 r� Printer's Fee $ 1 q.5% CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: TIIE IOWA CITY PRESS- CITIZEN FED. ID # 42- 0330670 / t1 — 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 I tinie(s), on the following date(s): Subscribed and sworn to before roe this 3644- clay of A.D. 20 OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORIA OF CONTRACT AND ESTI- MATED COST FOR THE IOWA CITY WWTP BLOWER 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, imva, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the Iowa City WWTP Blower Replacement Project in said city at;7:00 P.M. on the 51h day of April;, 2011, said meeting to be held in the Emma J. Harvat Halle the City Hall, 410 E. Washington Street In said city, or it -said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments con- cerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. ., MARIAN K. KARR, CITY CLERIC 83887 March 28, 2011 Printer's Fee $ CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS- CITIZEN FED.ID #42- 0330670 1, KOW, Sir% �, being duly sworn, say that I aln 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 clatee(s): d Legal Cler Subscribed and sworn to before me this � day of n A.D. Notary Public r (.I�ears� ®za Comm ss h My i Expkkea c« in 27, 2094 _. OFFICIAL PUBLICATION NOTICE TO BIDDERS IOWA CITY WWTP SLOWER REPLACEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, lava, until 230 p.m. local time on the 20th day of April, 2011. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submit- ted 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 3rd day of May, 2011, or at special meeting called for that purpose. Bidder is encouraged to attend a pre bid conference on Tuesday, April 12, 2011, 1:30 p.m. local time, ai Iowa City South Wastewater Treatmenl Plant In Iowa City, Iowa, located at 4366 Napoleon Street Southeast. The Project will involve the follow. ing: Work comprises general con. snuction of aeration blower replace ment and associated equipment located at the Iowa City South Wastewater Treatment Plant for Iowa City, Iowa. Work includes removal of existing bower, installa- tion of new blower and appurte farces, and modifications to exist- ing electrical and piping systems. All work is to be done in strict com- pliance with the plans and specifi- cations prepared by Stanley Consultants, Inc., of Muscatine, Iowa, which have heretofore been approved by the City Councl, and are on file for public examination in the Office of the City Clerk. Each proposal shall be co•opleted on a form furnished by the 3dy 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 asa surety fn the Slate of Iowa, in the rum of 10% of the bid. The bid secuily shall be made payable to the TIIEASURER OP THE CITY OF UWA, CITY, IOWA, and shelf be fofefted to the City of Iowa City in Ore event the successful bidder fair to enter into a contract within ten (10) calendar days of the City Count's award of the contract and post bond salisfac fory 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 can- vass and tabulation of bids is corm plated and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred per- cent (100 %) of the contract price, said bond to be issued by a mspon. sfble surety approved by the City, and shall guarantee the prompt, payment of all materials and labor, and also protect and save harmless the City from all claims and dam- ages of any kind caused directly m indirectly by the operation of the contracl, and shall also guarantee the mafnlenance of the improve- ment for a period of one (1) years) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: 100 Specified Start Date: May 23, 2011 Milestone Date: June 3, 2011 Is when Blower and Mixer shop draw- ings must be submitted. Liquidated Damages: $500 per day Milestone Dale: June 3, 2011. Substantial Completion: October 28, 2011 Final Completion: November 19, 2011 The plans, specifications and pro- posed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of Stanley Consultants, Inc, Muscatine, Iowa, by bona fide bid- ders. A $25 deposit is required for each set of plans and specifications pro vided to bidders or other interested persons. The deposit shelf be in the form of a check, made payable to Stanley Consultants, Inc. Deposit will be returned upon receipt of each returned plan and specifics tion sets. Prospective bidders are advised that the City of Iowa City desires to employ minority conlrac� tors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 2424721 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 win- tract shall submit a list on the Form of Agreement of the proposed sub- contractors, together with quanti- ties, unit prices and extended dollar amounts. By virtue of statutory authonly, preference must be given to prod- ucts and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal rest 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 achnb calflies and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK 82588 April 7, 2011 A Prepared by: Ben Clark, Public Works, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5436 RESOLUTION NO. 12 -325 RESOLUTION ACCEPTING THE WORK FOR THE IOWA CITY WWTP BLOWER REPLACEMENT PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the Iowa City WWTP Blower Replacement Project, as included in a contract between the City of Iowa City and Calacci Construction Co., Inc. of Iowa City, Iowa, dated May 10, 2011, 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 Energy Efficiency and Conversation Block Grant Program account #2310; and WHEREAS, the final contract price is $207,392.90. 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 10th day of ATTEST: CITY CLERK It was moved by trims adopted, and upon roll call there were: AYES: x x x x x x x Pwengl /res /mApblower replacemt- acptwork.doc 6/12 MAYOR 2012 Ap roved by City Attorney's Office and seconded by Payne the Resolution be NAYS: ABSENT: Champion Dickens Dobyns Hayek Mims Payne Throgmorton ,-�J -(,3)