Loading...
HomeMy WebLinkAboutSPLASH PAD/FAIRMEADOWS PARK/2012SPLASH PAD/ FAIRMEADOWS PARK/ 2012 SPlcSI PcctL ( F0.',✓r14Gc�OWS Parr <70/� t�-SEC-12- 1 LG.7-iS��c+-�•:ca.�;p-r�,S�. {�ro�rSC�! 0.nd ��n�tr-�L� "�Yc�r "�-�j-Q T�rYr�24tl9�S _CJEc- /d eSg) ^oh �a-51a SP44I'pT Q IQu61;(c �zcr`(n9 a -ti Qelctr D; C _1 0� f Cm S wc�,v o — �a;rr*i2c �ows Tarf� -SQ )CS� L`0 hEkr,nJq _� c1', ne�4; C; fy�n�'-nem ` !fJ 4 C 4 s�: dlc ns _. a�, i x -4— 1$-(J�C- ice- ReSatu ;o 1a -53a C,I - - n. - - P -- �an_S,�S eci ek�ons % Yen D7 ) --- tP -r«- C.on4rr�c� 25-� mG�2 n -f Cn& t -rar CS 'A, - _...-----•-'i-0.;r T2a�lDu�s �qrt K� sp lasG�+?wu _ id SeC4t r/It)i2([ZrYpan �1 (�eQU'i_ ��[L�'-Q l_�t-�nRJ /`I-tY �/N v(4,\. '�tJ, 1 -f/ � lac 1���icA_�rS YYOD 4�_� 6�rcCI D} + r cen37 (ucLa2 w— - a'!-FE$-13 4 1-Drm of ��-y'2.Crr�2rl:��asc�-i_---� �J•,Q ..�oc�-t.m£tn�s - i 1 ; W CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE FAIRMEADOWS PARK SPLASH PAD PROJECT IOWA CITY, IOWA TABLE OF CONTENTS Page Number TITLE SHEET TABLE OF CONTENTS ENGINEER'S SEAL PAGE NOTICE OF PUBLIC HEARING............................................................................................. NP -1 NOTICETO BIDDERS............................................................................................................ NTB-1 NOTETO BIDDERS......................................-........................................................................ NBA INSTRUCTION TO BIDDERS ...... ............................................ ........ ........................ r ............. .'-,' , IB 01 2300-1 Section 01 3216 Progress and Schedules.......................................................... FORMOF PROPOSAL........................................................................................................... :v„FP-11 'i 01 3300-1 .j 01 4000-1 Section 01 5710 Traffic Control and Construction Facilities .................................. BIDBOND ................................................. ............... ........................................................ ....... BB -1 01 5713-1 Section 01 6000 Product Requirements................................................................ FORMOF AGREEMENT ................. .AG -1 ......... .................. .-........................................................ Section 01 7800 Closeout Submittals,. .,: . .. ... .. . ............ ... .. . .... ” - - 01 7800-1 Section 01 7900 Demonstration and Training .... _........_ ................I............ PERFORMANCE AND PAYMENT BOND.............................................................................. PB -1 CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS) ........................ CC -1 (thru pg.7) GENERALCONDITIONS........................................................................................................ GC -1 SUPPLEMENTARY CONDITIONS......................................................................................... SC -1 RESTRICTION ON NON-RESIDENT BIDDING ON NON -FEDERAL -AID PROJECT......... R-1 SECTION V. SPECIAL CONDITIONS- SUPPLEMENT FOR ALL CDBG CONTRACTS AND AGREEMENTS................................................................................ SP -1 (thru pg.13) DIVISION 01 —GENERAL REQUIREMENT (Division o1-33 section numbers modified to incorporate I.C.P.W. sections) Section 01 1000 Summary of the Work................................................................ 011000-1 Section 01 2000 Measurement and Payment ................................ .._..... ____ --- 01 2000-1 Section 01 2300 Alternates ................ I ......... .......... ...- ..... _- .- ............................. 01 2300-1 Section 01 3216 Progress and Schedules.......................................................... 013216-1 Section 01 3300 Submittals .......................... ....._..._....._.---._-.................. ..... ...... 01 3300-1 Section 014000 Quality Requirements................................................................. 01 4000-1 Section 01 5710 Traffic Control and Construction Facilities .................................. 015710-1 Section 01 5713 Temporary Erosion and Sediment Control (SWPPP & NPDES) 01 5713-1 Section 01 6000 Product Requirements................................................................ 016000-1 Section 01 700D Execution and Closeout Requirements .... .... ..._-_..................... 017000-1 Section 01 7800 Closeout Submittals,. .,: . .. ... .. . ............ ... .. . .... ” - - 01 7800-1 Section 01 7900 Demonstration and Training .... _........_ ................I............ 01 7900-1 DIVISION 02—SITE WORK Section 02 2050 Demolition, Removal and Abandonment .................................... 024100-1 DIVISION 03—CONCRETE Section 031000 Concrete Forming and Accessories ............................................ 031000-1 Section 032000 Concrete Reinforcing....................................................... 032000-1 Section 033000 Cast -In -Place Concrete............................................................... 033000-1 DIVISION 07—THERMAL AND MOISTURE PROTECTION Section 07 9005 Joint Sealers............................................................................... 079005-1 DIVISION 13 — SPECIAL CONSTRUCTION Section 13 1110 Splash Pad Infrastructure........................................................ 13 1110-' Section 13 1120 Aquatic Play Structures ... ........................ .................................. 13 1120-' DIVISION 26 — ELECTRICAL Section 26 0500 Basic Electrical Requirements_ ............._.................................. 26 0500-' DIVISION 31 — EARTHWORK Section 31 2100 Site Preparation ............ ...................... ........................... ........... 31 1000-1 Section 31 2220 Earth Excavation. Backfill. Fill and Grading ... _....,...................... 31 2200-1 DIVISION 32 — EXTERIOR IMPROVEMENTS Section 32 2520 Concrete Paving........................................................................ 322520-1 Section 32 2900 Landscaping......... _...... _....... .................................._...._........ 322900-1 DIVISION 33 — UTILITIES Section 33 2665 Water Service Work for Contractors ....................................... 332665-1 Section33 2700 Sewers ......... ... ............ _........ ........ ... ..................... ........... 332700-1 ATTACHMENT: FORMAL PROJECT FORM OF PROPOSAL [TO SUBMIT] ATTACHMENT: PLANS C.Y Faimeadows Splash Pad Project ENGINEER'S SEAL PAGE I hereby certify that this engineering document was prepared by me or under my direct supervision and that I am a duly Ilcensed Professional Engineer under the laws of the State of Iowa. 20 17 STEVEN P. NOACK, P.E. Iowa Lic. No. 13055 STEVEN P. =z _ NOACK €m 13055 My license renewal date is December 31, 201',1. Pages or sheets covered by this seal: SEAL 1 � �7 • ra I hereby certify that this engineering document was prepared by me or under my direct supervision and that I am a duly Ilcensed Professional Engineer under the laws of the State of Iowa. 20 17 STEVEN P. NOACK, P.E. Iowa Lic. No. 13055 STEVEN P. =z _ NOACK €m 13055 My license renewal date is December 31, 201',1. Pages or sheets covered by this seal: SEAL NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR FAIRMEADOWS PARK SPLASH PAD 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 Fairmeadows Park Splash Pad Project in said City at 7 p.m. on the 18" day of December, 2012, said meeting to be held in the Emma J. Harvat Hall in City Hall in said City, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Coun- cil of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK S G.ARCHCLECNAEFfl£1PmjenslFaiemeedow Park Splas:t Pad Prajct\Front evils Fw=eadou Park Splash paftph PorF*rn=owsplash pad.doa R-1 l r� NOTICE TO BIDDERS FAIRMEADOWS PARK SPLASH PAD PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:00 P.M. on the 17th day of January, 2013. 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 22nd day of January, 2012, or at a special meeting called for that purpose. There will be a pre-bid meeting on Tuesday, January 81" at 10 a.m. in the Helling Lobby Conferenc@ Room in City Hall, at 410 East Washington Street, Iowa City, Iowa. The Project will involve the following: = a Provide and install a new Vortex Aquatic Structure product Splash Pad System from b, utdbcr R@creatjon. Products at the Fairmeadows Park located at 2451 Miami Drive in Iowa City, Iowa. This work wall include' above and below ground mechanical, electrical and plumbing systems, a water containmerifianq recirculating A pump system, and a vandal resistant enclosure. There will be alternates for a parking lo;,arid sidewalks.'' The contractor will be responsible for all associated mechanical, structural, paving and electrical wok. This ,J project will be funded by Community Development Block Grant Funds through the US Department of Housing and Urban Development and SECTION V. SPECIAL CONDITIONS- SUPPLEMENT FOR ALL CDBG CONTRACTS AND AGREEMENTS are incorporated into the specifications. `'' All work is to be done in strict compliance with the plans and specifications prepared by MMS Consultants Inc., of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) year(s), unless an extended warranty is stipulated by specification, from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Final Completion Date: May 17, 2013 Liquidated Damages: $800.01) per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of Technigraphics, 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone :319-354-5950 Fax:319-354- 8973 Toll -Free 800-779-0093 by bona fide bidders. A $30.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the forin of a check, made payable to Technigraphics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable $15.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa. and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK S,'.FF'C-4lllCffiYLCR'l2E LLP„j.„s Ys'; vI N Pak S_u5R P_�'.ei8mnt �:wdww ��P me �- ,IJd...:-F ae,P,rk aFld- NOTE TO BIDDERS 1. 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: Envelope 2: Bid Bond Form of Proposal NB -1 INSTRUCTIONS TO BIDDERS:" e . ARTICLE 1 - DEFINITIONS Zi%,r?fir 1.1 Bidding documents include the bidding requirements and the contract documents:, The bidding requirements include the Advertisement or Invitation to bid,,l'nstruttions.to Bidders, the Bid Form, other sample bidding and contract forms, and the Cbntract.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 the Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, as amended shall apply except as amended in the supplementary conditions, or in other Contract Documents are applicable to the bidding documents. A. Addenda are written or graphic instruments issued by the Architect prior to execution of the Contract which modify or interpret the Bidding Documents by addition, deflection, clarifications or correction. B. A bid is a complete and properly signed proposal to do the work or designated portion thereof for the sums stipulated therein, submitted in accordance with the bidding documents. C. The base bid is the sum stated in the bid for which the Bidder offers to perform the work described in the bidding documents as the Base, to which work may be added, or from which work may be deducted for sums stated in alternate bids. D. An alternate bid (or Alternate) is an amount stated in the bid to be added to or deducted from the amount of the base bid if the corresponding change in the work, as described in bidding documents, is accepted. E. A unit price is an amount stated in the bid as a price per unit of measurement for materials or services as described in the bidding documents or in the contract documents. F. A bidder is a person or entity who submits a bid. G. A sub -bidder is a person or entity who submits a bid to a bidder for materials, equipment or labor for a portion of the work. ARTICLE 2 — BIDDER'S REPRESENTATIONS 2.1 The bidder by making a bid represents that the bidder has read and understands the bidding documents, and the bid is made in accordance with those documents. 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. 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. ARTICLE 3 — BIDDING DOCUMENTS 3.1 Copies Y. t A. Complete sets of the bidding documents may be obtained from the, office of Office of Tech nig rap hicslRapids Reproductions at 125 South Dubuque Streef„ Iowa City, IA 52240, (319)354-5950, for the deposit sum as indicated. The deposit will be refunded to plan holders who return the bidding documents in good condition within 15 days after receipt of bids. 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 Architect receives written notification within the 30 calendar day period following receipt of bids. B. Bidders shall use complete sets of bidding documents in preparing bids. Neither the Owner nor the Architect assumes responsibility for errors or misinterpretations resulting from the use of incomplete sets of bidding documents. No partial sets will be issued. C. In making copies of the bidding documents available on the above terms. the Owner and the Architect do so only for the purpose of obtaining bids for the work, and do nor confer license or grant permission for any other use of the bidding documents. D. Copies of the reports and drawings that are not included with the Bidding Documents may be examined at Engineering Division at City Hall, Iowa City; Iowa during regular business hours, or may be obtained from the Owner at Owner's reproduction cost, plus handling charge. These reports and drawings are not part of the contract documents, but the "technical data" contained therein upon which the bidder may rely as identified and established above, are incorporated therein by reference. 3.2 Interpretation or Correction of Bidding Documents A. The bidder shall carefully study and compare the bidding documents with each other, and with other work being bid concurrently or presently under construction to the extent that it relates to the work for which the bid is being submitted, shall examine the site and local conditions, and shall at once report to the Architect errors, inconsistencies or ambiguities discovered. B. Bidders and sub -bidders requiring clarification or interpretation of the bidding documents shall make a written request which shall reach the Architect at least ffm nine days prior to the date for receipt of bids. C. Interpretations, corrections and changes of the bidding documents will be made by addendum. Interpretations, corrections and changes to the bidding documents made in any other manner will not be binding, and bidders shall not rely upon them. 3.3 Substitutions A. The materials, products and equipment described in the bidding documents establish a standard of required function, dimension, appearance and quality to be met by any proposed substitution. Refer to AIA Substitutions form for substitution requirements. B. If the Architect approves a proposed substitution prior to receipt ofrbjds, such approval will be set forth in an addendum. Bidders shall not rely uporf'approvalA, made in any other manner. ; 3.4 Addenda 1 A. Addenda will be mailed or delivered to all who are known by the Architect to,, ave a � + complete set of bidding documents. B. Copies of addenda will be made available for inspection wherever bidding documents are on file for that purpose. C. No addenda will be issued later than four (4) days prior to the date for receipt of bids, except for any one or more of the following reasons: 1. An addendum withdrawing the request for bids. 2. An addendum which includes postponement of the date for receipt of bids. 3. An addendum issued after receipt of bids and prior to execution of the contract. D. Each bidder shall ascertain prior to submitting a bid that he has received all addenda issued, and the bidder shall acknowledge their receipt in the proper location on the bid form. ARTICLE 4 — BIDDING PROCEDURES 4.1 Form and Style of Bids A. A separate copy of the bid form is contained within the back cover of this document. B. Fill in all blanks on the bid form by typewriter or manually in ink. C. Where so indicated by the makeup of the bid form, sums shall be expressed in both words and numerals, and in case of discrepancy between the two, the amount written in words will govern. D. Interlineations, alterations or erasures shall be initialed by the signer of the bid. E. All requested alternates shall be bid. If no change in the base bid is required, enter go 4.2 4.3 "No Change". F. Where two or more bids for designated portions of the work have been requested, the bidder may; without forfeiture of the bid security, state the bidder's refusal to accept award of less than the combination of bids stipulated by the bidder. The bidder shall make no additional stipulation on the bid form, nor qualify the bid in any other manner. G. Each copy of the bid shall include the legal name of the bidder and a statement that the bidder is a sole proprietor, a partnership, a corporation or some other legal entity. Each copy shall be signed by the person or persons legally authorized to bind the bidder to a contract. A bid by a corporation shall further give the state of incorporation and have the corporate seal affixed. A bid submitted by an agent shall have a current power of attorney attached certifying the agent's authority to bind the bidder. H. No bid may be withdrawn for a period of 30 calendar days after the date of opening. Bid Security i 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 th-e 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 ppj ment of all obligations arising there under. Should the bidder refuse to enteranto 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 cashiers 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. 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. IM 1. Location: Office of City Clerk, City Hall, 410 East Washington Street, Iowa City, Iowa 52240 2. Time and Date: Before 2:00 p.m. on Thursday. January 17, 2093. C. Bids received after the time and date for receipt of bids will be returned unopened. D. The bidder shall assume full responsibility for timely delivery at the location designated for receipt of bids. E. 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 sfipylated+>° time and date designated for the receipt of bids, and each bidder;so�ag`rges 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, signed by `,the person or persons legally authorized to bind the bidder to a contract. If written notice is electronic, written confirmation from the person or persons legally authorized to bind the bidder to a contract shall also be mailed and postmarked on or before the date and time set for receipt of bids, and it shall be so worded as not to reveal the amount of the original bid. C. Withdrawn bids may be resubmitted up to the time designated for the receipt of bids provided that they are then fully in conformance with these Instructions to Bidders. D. Bid security shall be in an amount sufficient for the bid as modified or resubmitted. ARTICLE 5 — CONSIDERATION OF BIDS 5.1 Opening of Bids A. The properly identified bids received on time will be opened publicly and will be read aloud. 5.2 Rejection of Bids A. The Owner will have the right to reject any or all bids, and to reject a bid not accompanied by the required bid security or by another data required by the bidding documents, or to reject a bid which is in any way incomplete or irregular. 5.3 Acceptance of Bid (Award) A. It is the intent of the Owner to award a contract to the lowest responsive responsible bidder provided the bid has been submitted in accordance with the M requirements of the bidding documents, and does not exceed the funds available. The Owner will have the right to waive informalities or irregularities in a bid received, and to accept the bid which, in his judgment, is in his own best interest. B. The Owner will have the right to accept bid alternates in any order or combination, and to determine the low bidder on the basis of the sum of the base bid and the accepted alternates. ARTICLE 6 —POST -BID INFORMATION 6.1 Submittals A. The names of those persons, firms, companies or other parties jwfth whom the' bidder intends to enter into a major subcontract, together with tha,4ype of subcontracted work and approximate dollar amount of the subcontract' will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsible bidder. B. The bidder shall, within seven (7) days of notification of selection for the award of a contract for the work, submit the following information to the Architect: 1. A designation of the work to be performed by the bidder with the bidder's own forces. 2. The proprietary names and the suppliers or principal items or system of materials and equipment proposed for the project. C. The bidder will be required to establish to the satisfaction of the Architect and the Owner the reliability and responsibility of the persons or entities proposed to furnish and perform the work described in the bidding documents. D. Prior to the award of the contract, the Architect will notify the bidder in writing if either the Owner or Architect, after due investigation, has reasonable objection to any such proposed person or entity. If the Owner or the Architect has reasonable objection to such proposed person or entity, the bidder may, at the bidder's option: 1. Withdraw the bid. 2. Submit an acceptable substitute person or entity with an adjustment in the bid price to cover the difference in cost occasioned by such substitution. 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 an 7.1 Bond Requirements A. The bidder shall furnish bonds covering the faithful performance of contract and the payment of all obligations arising there under. Bonds may be secured through the bidder's usual sources. The cost of furnishing such bonds shall be included in the bid. B. If the Owner requires that bonds be obtained from other than the bidder's usual source, all change in cost will be adjusted as provided in contract documents. 7.2 The Time of Delivery and Form of Bonds A. The bidder shall deliver the required bonds to the Owner not later than three (3) days following the date of execution of the contract. If the work is to be commenced prior thereto in response to a letter of intent, the bidder shall, prior to commencement of the work, submit evidence satisfactory to the Owner that such bonds will be furnished and delivered. B. The bonds shall be written on the "Performance 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.'. ,i ARTICLE 8 — PRE-BID CONFERENCE 8.1 Conference A. Bidder is encouraged to attend a pre-bid conference on Tuesday, January 8, 2013 � at 10:00 AM local time, in the Helling Lobby Conference Room in City Hall'110 E. Washington Street, in Iowa City, Iowa. 82 Parking A Limited metered parking is available neighboring City Hall. Otherwise a hourly pre -pay parking is available south of City Hall at Chauncey Swan Ramp or a hourly -fee parking is available in Tower Place, located west of City Hall at 335 East Iowa Avenue, the entrance is on the Iowa Avenue side of the ramp. I 5'. IENGWRCHITECi RE FRETroject9Fairmaadow Park Splash Pad ProjecaFent ends Falrmeado,es Park Splash padVB- Instructions to Bidders Master 10312012.dad TIM Fairmeadows Park Splash Pad Project Smith Blair 325 with nitrile gasket to be used in L.U.S.T. areas CORPORATION VALVES: ANSI/AWWA C800 Mueller B-25008, AY McDonald 4701 BQ BALL CURB VALVES: ANSI/AWWA C800 Mueller B-25209, AY McDonald 6100Q CURB BOX ARCH PATTERN: ANSI/AWWA C800 —with stainless steel rod and cotter pin AY McDonald 5601 and 5603 with 5660SS-5' shut off rod END OF SECTION 332665-7 FORM OF PROPOSAL FAIRMEADOWS PARK SPLASH PAD PROJECT CITY OF IOWA CITY BIDDERS PLEASE NOTE: 1. PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE PROJECT MANUAL. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder: Address of Bidder BIDS RECEIVED BEFORE: 2:00 PM local time on January 17, 2013 TO: City Clerk -' City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 r. a The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. FP -1 I • Estimated I Extended LQuantitv I Amount I-_ 1 I_ _2990 r 311 _2005 184 _ _i 477 - -_--! 504— -- -- 2 1 I I i 10616 10616 i I a 1 • O. Estimated Extended Quantity_ Amount � - 1 542 55 L- - 275 ! jl 75_ 197 __70 i _------------- � 7 e -- f i t,a .. . J I 2265 2265 —( ----- — ' 1 — I 1 � L ALT. 4 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: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature FP -3 1._, J Printed Name: r'; Title: Address: Phone: Contact: FP -3 as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated Project. for NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a -contract'' in the form specified, and the Principal shall then furnish a bond for the Priacipal's faithful performance of said Project, and for the payment of all persons peqTming 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_ Witness Witness 9M (Seal) Principal By (Title) (Seal) Surety By (Attorney-in-fact) Attach Power -of -Attorney FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the e day of December, 2012, for the Fairmeadows Park Splash Pad 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. "Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, as amended, C. ]DOT Design Manual, Chapter 12: Sidewalks and Bicycle Facilities, Dated 4/17112: d. Plans; e. Specifications and Supplementary Conditions: _ f. Notice to Bidders, _ _.a g. Note to Bidders; } h. Performance and Payment Bond; h. Restriction on Non -Resident Bidding on Non -Federal -Aid Projects; j. Contract Compliance Program (Anti -Discrimination Requirements); k. Proposal and Bid Documents; and I. This Instrument. The above components are deemed complementary and should be read together. In the AG -0 event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions, 5. Project to be substantially complete by May 3, 2013. Final Completion May 17, 2013. 6. 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 22nd day of January, 2013. [DATE BASED ON FORMAL COUNCIL MEETING AWARDING CONTRACT BY RESOLUTION NUMBER j CitV Contractor (Signature) (Printed name) ATTEST: (Signature) (Printed name) Mayor Title City Clerk AG -1 ATTEST: (Title) (Company Official) Approved By: City Attorney's Office J A Y. .a (Title) (Company Official) Approved By: City Attorney's Office PERFORMANCE AND PAYMENT BOND (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and as (insert the legal title of the Surety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns,,jointly and severally. WHEREAS, Contractor has, as of January 22, 2013, entered into a (date) written Agreement with Owner for the Fairmeadows Park Splash Pad Project, and 7. WHEREAS, the Agreement requires execution of this Performance and Payment -Bond, to be completed by Contractor, in accordance with plans and specifications prepared by MMS Consultants Inc. , 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 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 one (2) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. 20 SIGNED AND SEALED THIS DAY OF IN THE PRESENCE OF: Witness Witness MM r fc e (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) Contract Compliance Program CITY OF IOWA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 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 abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. CC -1 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 sem.) 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 Empioymen Oppgrtanity Officer? (Please print) "a iv Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. 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 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 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 pr6&am. T -Js persoq should have a position in your organization which emphasizes the importance of the program: 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment bp-portupity pr6g`�am. All employees authorized to hire, supervise, promote, or discharge employees or are :involved.o such actions should be trained and required to comply with your policy and the current equalemployrii`nt opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use jab -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 City of o*A 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 f_J 2-3-1 CHAPTER 3 2-3-1 DISCfi1MINAiURY PRA T ` 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- plicant or member. - � x C. It shall be unlawful fors"any employe, employment agency,'-IdOr organiza- tion or the employees'`or metsibers thereof. to directly or indirectly'adver- Use or in any other manner indicate or publicize that individuals are unwel- come, objectionable or not solicited for employment or membership be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to preg- nancy and childbirth shall be governed by the following: 1. A written or unwrltten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this Title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- riage, childbirth and recovery there- from are, for all job-related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available In connection with employment or any written or unwrit- ten employment policies and practices involving terms and conditions of employment as applied to other tem- porary disabilities. E. It shall be unlawful for any person to solicit or require as. a condition of employment of any employee or pro - 897 Iowa City XOOM 2-3-1 spective employee a test for the pres- ence of the antibody to the human immunodeficiency virus. An agree- ment between an employer, employ- ment agency, labor organization or their employees, agents or members and an employee or prospective em- ployee concerning employment, pay or benefits to an employee or pro- spective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the State epidemiologist determines and the Director of Public Health declares through the utilization of guidelines established by the Center for Disease Control of the United States Depart- ment of Health and Human Services, that a person with a condition related to acquired immune deficiency syn- drome poses a significant risk of transmission of the human immunode- ficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this Section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifica- tions are related to a bona fide reli- gious purpose. A religious qualifica- tion for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide rellgious educational facility or reli- gious institution shall be presumed to be a bona fide occupational qualifica- tion. (Ord. 94-3647, 11-8-1994) 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 no-, 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- lic purpose. 7. To employ on the basis of disability in those certain instances where pres- ence of disability is a bona fide occu- pational qualification reasonably nec- essary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 94-3647, 11-8-1994) -4 897 Iowa City -_ r,J CC -7 GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, as amended, shall apply except as amended in the Supplementary Conditions. b � f 1\Z SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others t S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti -Discrimination Requirements) - _- S-9 Measurement and Payment S-10 Taxes S-11 Construction Stakes S-12 Restriction on Non -Resident Bidding on Non -Federal -Aid Projects Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended. S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER- S -3 INSURANCE. R-1 Q r3 CERTIFICATE OF INSURANCE; CANCELLATION OR MODIFICATION Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Each Occurrence Aggregate Bodily Injury & Property Damage* $1;000,000 $2,000.000 Automobile Liability Combined Single Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $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 when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. MVJ - C,3 41 In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. 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. 4. 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 tw.o..years=after City's acceptance of the work, Contractor agrees to immediately notify. the C -sty of -such event. b. If Contractor's insurance is canceled or is allowed to lapse-dii6ng said period, Contractor shall be required to obtain replacement insurance coveragoo funds obligation hereunder. kt, c. If, during said period, Contractor voluntarily changes insurance ca-rriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City, R-3 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage; and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS` CONTRACTOR shall maintain a qualified and responsible person available 24 hours per_ day, seven days per week to respond to emergencies which may ocdur aftetp hours" CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this individual. S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. M necessary re -staking will be at the Contractor's expense and will be charged at a rate of $75 per hour. S-12 RESTRICTION ON NON-RESIDENT BIDDING ON NON -FEDERAL -AID PROJECTS. The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and entitled the same as this section) and submit it to the Engineer before work can begin on the project. M a� e M S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS The Contractor and all subcontractors shall comply with the requirements of 29 CFR 191C (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA.and State laws regarding hazardous chemicals and right -to -know - S -7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical .Qr mental condition is such that his/her employment will endanger the health and,safefy'of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to.include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status.. age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program. which is included with these Specifications beginning on page CC -1. S-9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S-10 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. S-11 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: The Contractor shall be responsible for the preservation of stakes and marks. Any R-5 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: M. i ra ATTACHMENT A SECTION V. SPECIAL CONDITIONS — SUPPLEMENT FOR ALL CDBG CONTRACTS AND AGREEMENTS The City is referred to as "contractor and recipient" below and Consultant as "subcontractor and subrecipient." City and Consultant agree to abide by the following provisions, as applicable: 1) Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act (33 U.S.C. 1251 et seq.), as amended. Contracts and subgrants of amounts in excess of $100,000 shall comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et seq.). Violations shall be reported to HUD and the Regional Office of the Environmental Protection Agency (EPA). Contractors and subcontractors agree: a. That any facility to be used in the performance of the contract or subcontract or to benefit from the contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities;—, b. To comply with all the requirements of Section 114 of the Clean Air Act, as amended 42 U.S.0 1857 _ ct seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 &I-seq. j relating to inspection, monitoring, entry, reports, and information, as well as all other requ rementr F ` specified in Section 114 and Section 308 of the Acts, respectively, and all other regulations and guidelines issued thereunder; 5 c. That, as a condition for the award of this contract, the contractor or subcontractor will notify the awarding official of the receipt of any communication from the EPA indicating that a facilify to be )sed for the performance of or benefit from the contract is under consideration to be listed on the EPA List of Violating Facilities; d. To include or cause to be included in any construction contract or subcontract which exceeds $100;000 the aforementioned criteria and requirements. 2) Contract Work Hours and Safety Standards Act (40 U.S.C. 327 through 333) Where applicable, all contracts awarded by recipients in excess of $2,000 for construction contracts and in excess of $2,500 for other contracts that involve the employment of mechanics or laborers shall include a provision for compliance with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-333), as supplemented by Department of Labor regulations (29 CFR part 5). Under Section 102 of the Act, each contractor shall be required to compute the wages of every mechanic and laborer on the basis of a standard workweek of 40 hours. Work in excess of the standard workweek is permissible provided that the worker is compensated at a rate of not less than 1 1/2 times the basic rate of pay for all hours worked in excess of 40 hours in the workweek. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 3) Copeland "Anti -Kickback" Act (18 U.S.C. 874 and 40 U.S.C. 276c) 1 OF 13 All contracts and subgrants in excess of $2,000 for construction or repair awarded by recipients and subrecipients shall comply with the Copeland "Anti -Kickback" Act (18 U.S.C. 874), as supplemented by Department of Labor regulations (29 CFR part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient shall be prohibited from inducing, by any means, any person employed in the construction. completion, or repair of public work, to give up any part of the compensation to which he is otherwise entitled. The recipient shall report all suspected or reported violations to HUD. 4) Davis -Bacon Act, as amended (40 U.S.C. 276a to 276a-5) When required by Federal program legislation, all construction contracts awarded by the recipients and subrecipients of more than $2,000 shall include a prevision for compliance with the Davis- Bacon Act (40 U.S.C. 276a to 276a-5) and as supplemented by Department of Labor regulations (29 CFR part 5, "Labor Standards Provisions Applicable to Contracts Governing Federally Financed and Assisted Construction"). Under this Act, contractors shall be required to pay wages to laborers and mechanics at a rate not less than the minimum wages specified in a wage determination made by the Secretary of Labor. In addition, contractors shall be required to pay wages not less than once a week. The recipient shall place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation and -the award of a contract shall be conditioned upon the acceptance of the wage determination. The recipient shall report all suspected or reported violations to HUD, 5) Debarment and Suspension (E.O,s 12549 and 12689) �. s No contact shall be made to parties listed on the General Services Administration's List of Parties, �t Excluded from Federal Procurement or Nonprocurement Programs in accordance with F.O,s 12549 an.T 12689, "Debarment and Suspension," as set forth at 24 CPR part 24. This list contains the names of r -,r parties debarred, suspended, or otherwise excluded by agencies, and contractors declared ineligible under statutory or regulatory authority other than G.O. 12549, Contractors with awards that exceed the small purchase threshold shall provide the required certification regarding its exclusion status and that of its principal employees. 6) Drug -Free Workplace Requirements The Drug -Free Workplace Act of 1988 (42 U,S,C. 701) requires grantees (including individuals) of federal agencies, as a prior condition of being awarded a grant, to certify that they will provide drug-free workplaces. Each potential recipient must certify that it will comply with drug-free workplace requirements in accordance with the Act and with HUD's rules at 24 CPR part 24, subpart F. 7) Equal Employment Opportunity Contractor shall comply with E.O. 11246, "Equal Employment Opportunity," as amended by E.O. 11375 m _. "Aending Executive Order 11246 Relating to Equal Employment Opportuni y;" and as supplemented by regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." During the performance of the contact, the Contractor agrees as follows 2 OF 13 a. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The Contractor will take affirmative action to insure that applicants are employed and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. 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 to be provided by the municipality setting forth the provisions of the non-discrimination clause. b. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. c. The Contractor will send to each labor union or representative of workers with which he has a `,-; collective bargaining agreement or other contract or understanding, a notice, to be provided-b.ythe ±_ property Owner, advising the labor union of workers' representative of the Contractor's coi iirritmeiits under this section and shall post copies of the notice in conspicuous places available to employees artd applicants for employment. - , tr d. The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965,.and of the rules, regulations and relevant orders of the Secretary of Labor. e. The Contractor will furnish all information and reports required by Executive Order 11246 amended as of September 24, 1965, and by the rules, regulations and orders of the Secretary of Labor, or the Secretary of Housing and Urban Development, pursuant thereto, and will permit access to his books, records, and accounts by the property owner, the City, the Secretary of Housing and Urban Development and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. f. In the event of the Contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations or orders, this contract may be cancelled, terminated or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or Federally funded constructed contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order 11246 of September 24, 1965, or by rule, regulations or order of the Secretary of Labor, or as otherwise provided by law. g. The Contractor will include the provisions of paragraphs (a) through (g) in every subcontract or purchase order unless exempted by rules, regulations or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract OF purchase order as the property owner may direct as a means of enforcing such provisions, including sanctions for non-compliance; provided, however, that, in the event the Contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction, the Contractor may request the United States to enter into such litigation to protect the interest of the United States. In addition to the federal EEO requirements above, Contractor agrees that its employees and agents shall not discriminate against any person in employment or public accommodation because of race, religion, 3 OF 13 color, creed, gender identity, sex, national origin, sexual orientation, mental or physical disability, rnaPital status, or age. "Ernployment" shall include but not be limited to hiring, accepting, registering classiVyjng,» promoting, or referring to employment. "Public accommodation" shall include but not be limtte "P providing goods, services, facilities, privileges and advantages to the public. 8) Lobbying and Influencing Federal Employees a. No Federal appropriated funds shall be paid, by or on behalf of the contractor, to any person for 'f influencing or attempting to influence an officer or employee of any agency. a Member of Congress, an.. officer or employee of Congress, or an employee of a Member of Congress in connection with the making of any Federal grant and the amendment or modification of any Federal grant, b. If any funds other than Federal appropriated funds have been paid or �e ill be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any Federal grant, the contractor shall complete and submit Standard Form -LLL, "Disclosure of Lobby Activities,' in accordance with its instructions. c. The Recipient shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subreeipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, US Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than 510,000 and not more than $100,000 for each such failure." 9) Nonsegregated Facilities The federally -assisted construction contractor certifies that she or he does not maintain or provide, for his employees, any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their senices at any location, under his control, where segregated facilities are maintained. The federally -assisted construction contractor certifies that she or he will not maintain or provide, for his employees_ segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally -assisted construction contractor agrees that (except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. 4 OF 13 10) Section 3 of the Housing and Urban Development Act of 1968 Contractor agrees to comply with Section 3 requirements, the regulations set forth in 24 CFR 135, and to include the following language in all subcontracts executed under this Agreement: a. The work to be performed under this contract is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (Section 3). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or -HUD- assisted projects covered by Section 3 shall, to the greatest extent feasible, be directed to low- and very 1 low-income persons, particularly persons who are recipients of HUD assistance for housing. i b. The parties to this contract agree to comply with HUD's regulations in 24 CPR part 135, which' implement Section 3. As evidenced by their execution of this contract, the parties to this contract certify, a that they are under no contractual or other impediment that would prevent them from corisplyipg with the part 135 regulations. C. The contractor agrees to send to each labor organization or representative of workers with whichihe. contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this Section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the Section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. d. The contractor agrees to include this Section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this Section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CPR part 135. e. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR part 135. f. Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. g. With respect to work performed in connection with Section 3 covered Indian housing assistance, section 7(b) of the Indian Self -Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian -owned Economic Enterprises. Parties to this contract that are subject to the provisions of Section 3 and section 7(b) agree to comply with Section 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b). 5 OF 13 11) Women and Minority Owned Business Enterprises Contractor shall use its best efforts to afford minority and women -owned business enterprises (at leash mi fifry-one (51) percent owned and controlled by minority group members or women) the nraxini'tup c " practicable opportunity to participate, in the performance of this Agreement. 12) Federal Labor Provisions I. Applicability c� The Project or Program to which the construction rv'ork covered by this contract pertains is being assisted' by the Crined States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. 11. Minimum Wages. All laborers and mechanics employed or working upon the site of the work 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 thereot) duo 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 inside a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions madc or costs reasonably anticipated for bona fide fringe benefits under Section I(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 29 CPR 5.5(a)(1)(iv); 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 ra eekly period, are deemed to be coushruetively madc 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 29 CFR 5 5(a)(4). 1_ aborers 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 employei's payroll records accurately set forth the time spent in each classification in which work is performed. The ravage determination (including any additional classification and wage rates conformed under 29 CFR 5.5(a)(1)(ii) and the Davis -Bacon porter (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. a. Any class of laborers or mechanics 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. HUD shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: b. The work to be performed by the classification requested is not performed by a classification in the wage determination; and c. The classification is utilized in the area by the constriction industry; and d. The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. 6 OF 13 e. If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and HUD or its designee agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30 -day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 12150140.) f. In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), HUD or its designee sfA refer the questions, including the views of all interested patties and the recommendation of HUI) or its - designee, to the Administrator for determination. The Administrator, or an authorized repres'entativ;e, will; G issue a determination within 30 days of receipt and so advise HUD or its designee or will notify FCD of, its designee within the 30 -day period that additional time is necessary. (Approved by the _Office of- Management f a Management and Budget under OMB Control Number 13150140.) _ d g. The wage rate (including fringe benefits where appropriate) determined pursuant to subparagrapbs (1)(ii)(b) or (c) of this paragraph, shall be paid to all workers performing work in the classificatiorf iQnder this contract from the first day on which work is performed in the classification. h. 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 another bona fide fringe benefit or an hourly cash equivalent thereof. i. 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. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) III. Withholding. HUD or its designee 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 render 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, all or part of the wages required by the contract, HUD or its designee 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 of funds until such violations have ceased. HUD or its designee may, after written notice to the contractor, dishurse such amounts withheld for and on account of 7 OF 13 the contractor or subcontractor to the respective employees to whom they are due. The Comptroller General shall make such disbursements in the case of direct Davis -Bacon Act contracts. IV. Payrolls and basic records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section l(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)( I )(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 I(b)(2)(B) of the Danis -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 trainees under approved programs shall maintain written evidence of the reeistration 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. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017.) a. The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee 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 applicant sponsor, or owner, as the case may- be, for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely all of the information required to he maintained under 29 CFR 5.5(a)('3)(i), This information ma.v be submitted in any form desired. Optional Form WH -347 is available for this purpose and may be purchased from the Superintendent of Documents ('Federal Stock Number 029-005-000 14-1): U.S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget ander OMB Control Number 1215-0149.) 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 certifythe followlne: • That the payroll for the payroll period contains the information required to be maintained under 29 CFR 5.5 (a)(3)(i) and that such information is correct and complete; • 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 indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR Part 3: • That each laborer or mechanic has been paid not less than the applicable %s age rates and fi°inge, benefits or cash equivalents for the classification of work performed, as specified in -tire - applicable wage determination incorporated into the contract. • The �Neekly submission of a properly executed certification set forth on the reverse sitie of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by subparagraph A.3.(ii)(b). 8 OF 13 _-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 231 of Title 31 of the United States Code. c. The contractor or subcontractor shall make the records required under subparagraph A.3.(i) available for inspection, copying, or transcription by authorized representatives of HUD or its designee 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, HUD or its designee 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, of guarantee 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. V. Apprentices and Trainees. s a. Apprentices. Apprentices will be permitted to work at less than the predetermined rate fot• the work they performed when they are employed pursuant to and individually registered in a bong 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,"T 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 journeyman "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 thejourneymen 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 utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. b. Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for 9 OF 13 the trainee's level of progress, expressed as a percentage ofthejourneyman 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 fill amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and FIour 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 work actually performed. In addition, any trainee performing work on tho 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 iraining 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. VI. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under 29 CFR Part 5 shall be in conformity with the equal employment opportunity requirements of Fxeeutive Order 11246, as amended, and 29 CFR Part 30. VII. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract. VIII, Subcontracts, The contractor or subcontractor will insert in any subcontracts the clauses contained in subparagraphs I through I 1 of this paragraph A and such other clauses as HUD or its designee may by appropriate instructions require, and a copy of the applicable prevailing wage decision, and also a clause requiring the subcontractors to include those clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in this paragraph. IX. Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 maybe grounds for termination of the contract and for debarment as a contactor and a subcontractor as proylted m CFR 5.12. X. Compliance with Davis -Bacon and Related AetRequirements. All rulings and interprcitatlons of a ^a u the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorpac3#ed by== reference in this contract. XL Disputes concerning labor standards. Disputes arisingoutOfthe labor standards provisions offhis 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 ?, Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and HUD or its designee, the U.S. Department of Labor, or the employees or their representatives. XII. Certification of Eligibility. a. 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 poison or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(x)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CPR Part 24, 10 OF 13 b. 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) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. Additionally, U.S. Criminal Code, Section 1 01 0, Title 18, U.S.C., "Federal Housing Administration transactions", provides in part: "Whoever, for the purpose of ... influencing in any way the action of such Administration..... makes, utters or publishes any statement knowing the same to be false..... shall be fined not more than $5,000 or imprisoned not more than two years, or both." XIII. Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whorn the wage, salary, or other labor standards provisions of this Contract are applicable shall be'discharged or in c . any other manner discriminated against by the Contractor or any subcontractor because such employee ' has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about; to testify in any proceeding under or relating to the labor standards applicable under this Contract to his E employer. XIV. Contract Work IIours and Safety Standards Act. The provisions of this paragraph B are applicable only where the amount of the prime contract exceeds $100,000. As used in this paragraph, the terms "laborers" and "mechanics" include watchmen and guards. a. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of 40 hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of 40 hours in such workweek. b. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subparagraph (1) of this paragraph, the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for 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 subparagraph (1) of this paragraph, 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 40 hours without payment of the overtime wages required by the clause set forth in sub paragraph (1) of this paragraph. c. Withholding for unpaid wages and liquidated damages. HUD or its designee 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 contract, 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 subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (2) of this paragraph. 11 OF 13 d. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by am- subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs (1) through (4) of this paragraph. e. Health and Safety. The provisions of this paragraph C are applicable only where the amount of the prime contract exceeds $100,000. • No laborer or mechanic shall be required to work in surroundings or udder working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary, of Labor by regulation. • The Contractor shall comply with all regulation; issued by the Secretary of Labor pursuant to Title 29 Part 1926 and failure to comply may result in imposition of sanctions pursuantto the Contract Work Hours and Safety Standards Act, 40 USC 3701 et seq. • The Contractor shall include the provisions of this paragraph in every subcontract so that such provisions will be binding on each subcontractor. The Contractor shall take such action with respect to any subcontract as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. 13) Access and Maintenance of Records The contractor must maintain all required records for five years after final payments are made and all other pending matters are closed. At any time during normal business hours and as frequently as is deemed necessary, the cont actor shall make available to the Iowa Department of Economic Development, the State Auditor, the General Accounting Office, and the Department of Housing and Urban Development, for their examinatic5y�o'all of its records pertaining to all matters covered by this contract and permit these agencies to audit, exiri�ine, make excerpts or transcripts from such records, contract, invoices, payrolls, personnel rcc`o`1, conditions of employment, and all other matters covered by this contract 14) Civil Rights Provisions As applicable, the Subcontractor agrees to comply with: a. Title VI of the Civil Rights Act of 1964 as amended'title VI, codified at 42 U.S.C, y 2000id, prohibits racial discrimination by recipients of federal Rinds as follows: No person in the united States shall_ on the ground of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any, program or activity receiving Federal financial assistance. b. Title VIII of the Civil Rights Act of 1968 as amended titl , VIII of the Civil Rights Act of 1968, as amended by the Fair Housing Act of 1988, which is codified at 42 U.S.C. ;' 3604, prohibits discriminating against persons in the sale or rent or a 6elling based on disability. Discrimination includes a refival to make reasonable accommodations in rules and policies, when such accommodations may be necessary to afford such person equal opportunity to use and enjoy a dwelling. e. Iowa Civil Rights Act of 1965: The Iowa Civil Rights Act prohibits discrimination in employment based on positive HIV tests or on AIDS or the symptoms of AIDS and on the basis of pregnancy, childbirth, and related conditions. Also prohibited is employment discrimination based on age, race, creed, color, sex, national origin, religion, and disability. The Iowa Civil Rights Act is administered and enforced by the Iowa Ciyit Rights Commission (ICRC). 12 OF 13 d. Section 109 of Title I of the Housing and Community Development Act of 1974 as amended: Section 109 is codified at 42 USC 5309 and provides that no person shall on the ground of race, color, national origin, religion, or sex be excluded fiom participation in, be denied the benefits of, or be subjected to discrimination under any program or activity funded in whole or in part with CDBG funds. e. Americans with Disabilities Act of 1990 as amended: The Americans with Disabilities Act of 1990, as amended, prohibits private employers, state and local governments, employment agencies and labor unions from discriminating against qualified individuals with disabilities in job application procedures, hiring, firing, advancement, compensation, job training, and other terms, conditions, and privileges of employment. The ADA covers employers with 15 or more employees, including state and local governments. f. Section 504ofthe 1973 Rehabilitation Act: The Subcontractor agrees to comply with all Federal regulations issued pursuant to compliance with Section 504 of the Rehabilitation Act of 1973 (29 U,S.C. 794), which prohibits discrimination against the individuals with disabilities or handicaps in any Federally assisted program, The Contractor shall provide the Subcontractor with any guidelines necessary for compliance with that portion of the regulations in force during the term of this Agreement. g. Age Discrimination Act of 1975: This prohibits discrimination on the basis of age in programs or activities receiving Federal financial assistance. h. Executive Order 11063: This Executive Order signed by President Kennedy "prohibits discrimination in the sale, leasing, rental, or other disposition of properties and facilities owned or operated by the federal government or provided with federal funds." 15) Prevailing Wage — Prevailing wages shall apply to the installation of the Splash Pad. It is the Bidder's responsibility to incorporate the updated 2013 prevailing wages within their bid. Prevailing wage information can be obtained at: hnff://www.wdgl.ggy/dba.aspx or can be provided upon requestto the Engineer. 13 OF 13 Fairmeadows Park Splash Pad Project SECTION 01 1000 SUMMARY OF THE WORK PART1 GENERAL 1.01 CONTRACT DESCRIPTION A. Contract Type: One contract, with alternates, based on a unit price bid. B. Contract to complete the Fairmeadows Park Splash Pad Project as described in the Drawings and Specifications for the City of Iowa City 1.02 PROJECT DESCRIPTION A. The Project will involve the following: Site grading, Sewer structures, water and sewer services, electrical service, storm sewer, PCC paving & sidewalks, seeding, and construction of the splash pad facility including; excavation, water recirculation system, tank and equipment installation, prefab pump enclosure installation with concrete foundation, aquatic play structure installation, PCC paving, other related mechanical and electrical connections per manufacturer instruction and other related work. All work is located in Fairmeadows Park at 2451 Miami Drive, Iowa City, Iowa. B. Scope of alterations work is shown on drawings 1.03 OWNER OCCUPANCY A. City of Iowa City intends to occupy the Project upon Substantial Completion. B. Cooperate with Iowa City Community School District and the City of Iowa City to minimize conflict with Grant Wood Elementary School operations. C. Schedule the Work to accommodate City of Iowa City occupancy and maintenance of the other park facilities. 1.04 CONTRACTOR USE OF PREMISES A. Contractor shall limit the use of premises to allow: 1. Construction operations on property provided by Owner. 2. Owner occupancy and use of existing parking areas throughout construction. 3. Use of public rights-of-way for public access. 4. Provide access for use of park trail. 1.05 CONTRACTOR USE OF SITE AND PREMISES A. Construction Operations: Limited to areas noted on Drawings. B. Provide access to and from site as required by law and by City of Iowa City: 1. Do not obstruct roadways, sidewalks, or other public ways without permit. C. Time Restrictions: 1. 7:00 a.m. to 10:00 p.m. unless otherwise approved by owner or engineer. 1.06 SUBSTANTIAL COMPLETION AND BENEFICIAL USE A. Owner intends to occupy and provide beneficial use of all improvements constructed under this 01 1000-1 Fairmeadows Park Splash Pad Project contract by May 17, 2013, 1. Additional working days for alternate items will not be provided if the Owner selects alternate items to be included with the Contract. B. Substantial completion of the construction work and beneficial use shall be provided by May 3, 2013. 1.07 COORDINATION WITH UTILITIES A. Communicate with and inform public utilities of work activities in areas of potential conflict. B. It is anticipated that some utility conflicts may occur which cannot be resolved ahead of time. Contractor shall work closely with utility companies and owners to aid in all relocations to keep the project on schedule. 1.08 PERMITS REQUIRED BY OWNER A. Erosion Control Permits 1. Owner will obtain the Iowa Department of Natural Resources, National Pollutant € ischatge . Elimination System (NPDES) General Permit Number 2. a 2, Owner will prepare and Contractor shall maintain a Storm Water Pollution~pFeve--ton Plan'; (SWPPP) for use by the Contractor, as required by the NPDES permit. The"C'ontragtorshall ' have the responsibility to conduct work on the site in accordance with the SWPPRo 1.09 PERMITS REQUIRED BY CONTRACTOR A, Contractor shall obtain and pay for all construction permits, building permits and licenses required including the procedures for preparation of any and all plan and all required notices. 1.10 JOB SITE ADMINISTRATION A. Contractors shall provide competent, suitable qualified personnel to perform construction as required by Contract Documents. Contractor shall at all times maintain good discipline and order at site. B. 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. C. Contractor shall provide space/ building for Job Site Office. All contractors shall use and coordinate within provided space. Jobsite office shall be used at a minimum for maintaining a complete set of Project Documents. SWPPP documents and holding Construction Update meetings. 1.11 EXAMINATION OF SITE; PLANS and SPECIFICATIONS A. The Contractor must satisfy himself by personal examination of the location of the proposed work, by examination of the plans and specifications and requirements of the work and accuracy of the estimate of the quantities of work to be done, and shall not at any time after submission of a bid, dispute or complain of such estimate or assert that there was any misunderstanding in regard to the nature or amount of work to be done. Submission of a signed proposal by the Contractor shall signify to the Owner that the Contractor has made personal examination of the site and the physical conditions which may affect his bidding and performance under this proposal. B. The Contractor shall not use or be entitled to use any of the information made available to him as stated above or obtained in any examination made by him in any manner as a basis of or ground for hyfNAli�.l Fairmeadows Park Splash Pad Project any claim or demand against the Owner or the Engineer, arising from or by reason of any variance which may exist between the information made available and the actual subsurface or other conditions, natural phenomena, existing pipes or other structures actually encountered during the construction work, except as may otherwise be expressly provided for in the Contract Documents. END OF SECTION 01 1000-3 Y �*q 01 1000-3 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 -GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values, prices. applications for payment, and unit 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT: A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. PART2-PRODUCTS 2.01 NONE PART 3 - EXECUTION 3.01 PROCEDURE: A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 3.02 BID ITEMS: A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL Eachunit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused the Contractor or his/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an 01025-1 item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as 'REMOVE' or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material; handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing. ferning, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity The cost of clean up shall be incidental. B. BID ITEM DESCRIPTIONS 1. Remove and Salvage Existing Signs and Reinstall Y The unit price for this item (EACH) shall constitute full payment for elh',laldor, material,'OAnd equipment to remove and reinstall of existing street signs in same general loeation.- "_ 2. Sawcut and Remove Existing Paving <y, The unit price for this item (SQUARE YARD) shall constitute full payment for all labor, material. and equipment to saw, remove and dispose of existing sidewalk including street curb and Paving. 3. Strip Existing Topsoil and Stockpile - 6" Depth The unit price for this item (SQUARE YARD) shall constitute full payment for all labor, material, and equipment to strip onsite topsoil and stockpile. Included with this item is all work required to remove topsoil from cuts, or areas to be covered by fill, hauling and depositing and/or stockpiling. Also included is mowing. plowing, blading, disking. and. Topsoil shall be removed to a uniform 6 -inch depth. Frost excavation, frost ripping. frost blankets, or other activities associated with cold weather are incidental. 4. Excavation, Grade and Compaction The unit price for this item (SQUARE YARD) shall constitute full payment for all labor, material, and equipment to excavate, grade and compact on-site soils. Included with this item is all work required to bring the parking and trails to the proper subgrade elevation and density along the 0102 entire cross section with a uniform surface free of debris. Also included is cutting, loading, hauling and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material. Approved Contractor -provided borrow pit and materials, as needed, shall be incidental to this item. There will be no payment for overhaul. frost excavation, frost ripping, frost blankets, or other activities associated with cold weather are incidental. 5. Over -excavation of Unsuitable Soils The unit price for this item (CUBIC YARDS) shall constitute full payment for all labor, material, and equipment to repair unsuitable subgrades and includes removal and disposal of unsuitable material and supply, placement and compaction. This item is to be used only at the direction of the Engineer. Measured quantity may vary up to 100% with no unit price adjustment. Acceptable subgrades which become unsuitable due to the Contractor's sequence of operations will not be paid for under this item. Item may be used for quantities of frost removal from subgrades deemed to be beyond incidental work within typical excavation work (Item 4 above) as directed by Engineer. 6. Respread Topsoil - 6" min. depth The unit price for this item (SQUARE YARD) shall constitute full payment for'altaaborry material and equipment to spread stockpiled and onsite topsoil. Included with this item -is -all work required to spread the topsoil on areas to be seeded and/or sodded. Also included is f nish grading a correction of any effects of erosion. 7. Install 4" Granular Base The unit price for this item (TON) shall be full compensation for installing granular subbase constructed at the specified thickness including placement 12 -inches beyond the back of curb. Also included with this item is excavation to grade, subgrade preparation and compaction to 98% proctor, subgrade treatments, and subbase placement and compaction to required elevations. 8. Install PCC Pavement Patch - IDOT'M' mix The unit price for this item (SQUARE YARD) shall constitute full payment for all labor, material, and equipment to install PCC street patch to the level and thickness of abutting concrete not less than 9" thick using PCC materials as approved in Iowa DOT standard specification section 2529.02. Included with these items are excavation and removal of excess soil, subgrade preparation and compaction, forming, concrete placement and finishing, curing, jointing and joint sealing Doweling to adjoining PCC and CD baskets as required for all transverse joints shall be incidental to this item and shall be installed in accordance with Iowa DOT Standard Road Plan RH-50 and RH-51. Integral 6" PCC curb as shown shall be considered incidental to this item and will not be paid separately with this or any other item. Existing pavement removal shall be paid via item 2 above. 9. Install 7" PCC Paving 10. Install 6" PCC Paving The unit price for this item (SQUARE YARD) shall be full compensation for installing Portland Cement Concrete paving (IDOT 'C' mix) constructed at the specified widths, thicknesses and mix designs. Included with these items are excavation and removal of excess soil, subgrade preparation and compaction, forming, concrete placement and finishing, curing, jointing and joint sealing. Also incidental to this bid item is curb grinding for connection of parking lot to street. 11. Install 6" PCC Sidewalk -10' wide 12. Install 6" PCC Sidewalk - T wide 13. Install 6" PCC Sidewalk - 5' wide 14. Install 6" PCC Sidewalk - Plaza The unit price for this item (SQUARE YARD) shall be full compensation for installing Portland Cement Concrete sidewalk ([DOT 'C' mix) constructed at the specified widths, thicknesses and mix designs. Included with these items are excavation and removal of excess soil, subgrade preparation and compaction, forming, concrete placement and finishing, curing, jointing (including dowelled expansion jointing) and joint sealing. 01025-1 15. Concrete Testing The unit price for this item (LUMP SUM) shall constitute full payment for quality control testing for PCC including. but not limited to; all labor; material, and equipment to make, take, handle, and test PCC placed with this project. 16. Splash Pad - 6" PCC The unit price for this item (SQUARE YARD) shall be full compensation for instal ling. Portland Cement Concrete sidewalk constructed at the specified widths, thicknesses and mi5Z4esigns ) Included with these items are excavation and removal of excess soil, subgrade'preWation and compaction, forming, concrete placement and finishing, curing, jointing andjoiEt-sea@ing " 17. Splash Pad - Recirculation Pipe - 1-1/2" plus Fittings 18. Splash Pad - Drain Line - 10" PVC 19. Splash Pad - Storm Drain Line - 4" PVC 20. Splash Pad - Electrical Raceway and wire 21. Splash Pad - Recirculation Pipes - 3" - 4" plus Fittings The unit price for this item (LINEAR FEET) shall be full compensation for furnishing and installation of pipe, wyes. tees, fittings, joint materials, and appurtenances. Supply. placement and compaction of specified pipe bedding material and standard or select material within the pipe envelope. Supply, placement and compaction of standard backfill and granular backfill material. Granular backfill material shall be used in trenches under or within 5 feet of pavement or as otherwise indicated or specified on the plans and by the Engineer. Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather are incidental. 22. Splash Pad - Drain Structure install The unit price for these items (EACH) will be paid based on the number of drains constructed within the splash pad and includes excavation, supply and installation of all connections, necessary fittings and joint materials, installation of reinforced PCC footings, supply, placement and compaction of specified backfill. 23. Splash Pad - Buried Equipment Install The unit price for these items (EACH) will be paid based on the number of underground units installed with the splash pad equipment and includes excavation. supply and installation of all connections, necessary fittings and joint materials. supply, placement and compaction of specified backfill. 24. Splash Pad - Shelter Foundation The unit price for these items (EACH) will be paid based on the installation of aboveground equipment foundations and slab and includes installation of reinforced PCC footings. supply, placement and compaction of specified backfill. 25. Splash Pad - Play Product Installation The unit price for these items (EACH) will be paid based on the number of aquatic play units installed within the splash pad and includes excavation, supply and installation of all connections, necessary fittings and joint materials, installation of reinforced PCC footings, supply, placement and compaction of specified backfill 26. Splash Pad - Pumplfilterlchemical - Equipment Installation The unit price for these items (EACH) will be paid based on the installation of the aboveground splash pad equipment and includes excavation, supply and installation of all connections, necessary connections. fittings and joint materials. Also included is all necessary electrical connections and equipment, setup, startup, and training. 27. Splash Pad - Equipment Enclosure Installation The unit price for these items (EACH) will be paid based on the installation of aboveground equipment shelter unit and includes, supply and placement, including all connections and fasteners necessary to secure unit, as well as all access doors, vents, and associated hardware, 010=5-4 28. Vortex Equipment Package Splash Pad Equipment Package from Vortex Aquatic Structures International, Inc. via Outdoor Recreation Products, 1055 North 205th Street, Elkhorn, NE 68022. Phone: 402-289- 0400. Fax: 402-289-0300. The City of Iowa City has selected the Splash Pad package from Vortex / Outdoor Recreation Products and has received quote for said package through an RFP process. The quote for items shown in plan drawings and shipment of the items to the site is $112,716.00. Contact Rick Ertz @ Outdoor Recreation Products for Splash, Pad Equipment, (515) 233-0222 or Rick@outdoorrec.net. 29. Install 4" PVC Sanitary Sewer 30. Install 8" HDPE Storm Sewer (under turf) The unit price for this item (LINEAR FEET) shall be full compensation for furnishing and installation of pipe, wyes, tees, fittings, joint materials, and appurtenances. Supply, placement and compaction of specified pipe bedding material and standard or select material within the pipe envelope. Supply, placement and compaction of standard backfill and granular back fill material. Granular backfill material shall be used in trenches under orwithin 5 feet of pav6ment or as otherwise indicated or specified on the plans and by the Engineer. Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather are incidental. 31. Sawcut existing 15" and 24" RCP St Sewer for Intake Install The unit price for this item (EACH) shall constitute full payment for all labor, material, and equipment to saw, remove and dispose of existing concrete storm sewer pipe. 32. Install Storm Intake Structure; SUDAS SW -508 33. Install Storm Intake Structure; SUDAS SW -512 (24") 34. Install Storm Manhole Structure; SUDAS SW -401 (48") 35. Install Sanitary Manhole Structure; SUDAS SW -301 (48") The unit price for these items (EACH) will be paid based on the number of each type of intake or manhole constructed and includes excavation, forming, reinforcing steel, dowels, supply, placement, compaction and finishing of concrete, supply and installation of prefabricated structures, supply, placement and compaction of specified backfill, and the frame and casting. Stoppers for stub connections, connections to sewers, steps, flat top slabs, platforms, adjusting rings, chimney seal and the manhole frame and casting are incidental. 36. Install 4" PVC Sanitary Sewer Clean Out The unit price for these items (EACH) will be paid based on the number of cleanouts constructed and includes excavation, supply and installation of all necessary pipe, fittings and joint materials, supply, placement and compaction of specified backfill. 37. Install 2" Water Service The unit price for this item (LINEAR FEET) shall constitute full payment for all labor, material, and equipment to install water service to a min. 48" below finished surface elevation for the length as indicated on the project plan. Contractor will be required to provide all materials necessary for the new service. All products used for the work shall be from the list of "Accepted Products for Water Distribution and Water Service Materials" contained in the Iowa City Water Division Reference Manual 38. Install 8"x2" Water Service Corp and Curb Stop The unit price for this item (LUMP SUM) shall constitute full payment for all labor, material, and equipment to install water service on the existing water main. Contractor will be required to provide all materials necessary for the new service. All products used for the work shall be from the list of "Accepted Products for Water Distribution and Water Service Materials" contained in the Iowa City Water Division Reference Manual. Contractor will be required to provide new corp and saddle, service line, all fittings and connections/ splices, new curb stop and stop box, and any incidental items required for this work. Contractor shall also be required to backfill and compact service repair with a Class A Roadstone to within 12" of surface. City of Iowa City Water Department will conduct the service tap and will need to be contacted a min. 48 hours' notice prior to conducting the work. 01025-5 39. Install Electrical Raceway and Cable The unit price for this item (LINEAR FEET) shall be full compensation for furnishing and installation of electrical raceway, fittings, joint materials. and electrical cable . Supply, placement and compaction of standard backfill and granular backfill material. Granular backfill material shall be used in trenches under or within 5 feet of pavement or as otherwise indicated or specified on the plans and by the Engineer. Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather are incidental. 40. Install Electrical Service and Connections The unit price for these items (LUMP SUM) will be paid based on the installation of the electrical equipment and includes supply and installation of all components and connections. 41. Permanent Turf Seeding The unit price shall (SQUARE FEET) be full compensation for furnishing all materials, labor. and equipment necessary to fine grade. seed or hydroseed with urban mix, fertilize and provide waterings as needed to re-establish disturbed areas following construction 42. Erosion Control - Stabilization Seeding The unit price shall (SQUARE FEET) be full compensation for furnishing all materials. labor, and equipment necessary to fine grade, seed or hydroseed with stabilization seed and fertilize as needed to protect disturbed areas during construction 43. Erosion Control - Silt Fence or Equal The unit price shall (LINEAR FEET) be full compensation for furnishing all materials, labor, and equipment necessary to install sediment control devices as needed to control erosion of disturbed areas during construction. 44. Erosion Control - Concrete Washout The unit price shall (LUMP SUM) be full compensation for furnishing all materials, labor, and, equipment necessary to install sediment control devices as needed to containspoils*rom washout of concrete trucks during construction. ' 45. Erosion Control - Construction Entrance ' The unit price shall (SQUARE FEET) be full compensation for furnishing all rratenals� labor;, a d equipment necessary to install sediment control devices as needed to protect publiostreets from sediment drop-off from vehicles exiting the site during construction. 46. Erosion Control - Document and Maintenance The unit price shall (LUMP SUM) be full compensation for updating of Storm Water Pollution Prevention Plan and all materials, labor, and equipment necessary to maintain sediment control devices as needed to prevent erosion during construction. 47. Mobilization The unit price for this item (LUMP SUM) includes all costs associated with mobilizing to and from the site, temporary restrooms. and all other overhead expenses. This item includes all efforts necessary for multiple mobilizations to location to complete the project. 48. Construction Staking The unit price for this item (LUMP SUM) shall constitute full payment for all labor, material, and equipment to install site and utility layout, grade stakes, and paving hubs necessary for accurate placement of all site improvements. 01025-6 Fairmeadows Park Splash Pad Project 01 2300 ALTERNATES PART1 GENERAL 1.01 SECTION INCLUDES A. Alternate submission procedures. B. Documentation of changes to Contract Sum and Contract Time, 1.02 RELATED REQUIREMENTS A. Document IB - Instructions to Bidders: Instructions for preparation of pricing for alternatives. B. Document FP - Bid Form: List of alternates with respective pricing. C. Document AG - Agreement with General Conditions: Incorporating monetary value of accepted alternates. 1.03 ACCEPTANCE OF ALTERNATES A. Alternates quoted on Bid Forms will be reviewed and accepted or rejected at City of Iowa City's option. Accepted alternates will be identified in the Owner -Contractor Agreement. B. Coordinate related work and modify surrounding work to integrate the Work of each alternate. 1.04 SCHEDULE OF ALTERNATES A. Alternate No. 1 (Add) - Parking Lot B. Alternate No. 2 (Add) — 10' wide PCC Trail from Parking Lot to Splash Pad: 1. Description: Provide 444 SY of 6" PCC trail and sidewalk on 4" granular base wide as shown on drawing sheets. And, other related grading, seeding and erosion control. C. Alternate No. 3 (Add) —10' wide PCC Trail from Lakeside Drive to Splash Pad: 1. Description: Provide 286 SY of 6" PCC trail and plaza on 4" granular base wide as shown on drawing sheets. And, other related grading, seeding and erosion control. D. Alternate No. 4 (Add) — 10' wide PCC Trail from Parking Lot to Cul de sac and 7' wide PCC sidewalk connecting to existing sidewalk on Western Rd. Also included is 10' wide PCC trail from Miami Dr. to Splash pad: 1. Description: Provide 167 SY of 6" PCC trail and sidewalk on 4" granular base wide as shown on drawing sheet. And, other related grading, seeding and erosion control. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION 0339-248 ALTERNATES 01 2300-1 Fairmeadows Park Splash Pad Project SECTION 013216 PROGRESS AND SCHEDULES PART 1 -GENERAL 1.01 SUMMARY: A. Prepare, submit and update as necessary a schedule of the work. B_ Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre -Construction meeting a detailed schedule of the proposed work with the controlling operation identified. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two week intervals throughout the project. PART 2 -PRODUCTS None. PART 3 - EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION: A. Pre -Bid meeting is scheduled for Bidder is encouraged to attend a pre-bid conference on Tuesday, January 8, 2013 at 10:00 AM local time, in the Helling Lobby Conference Room in City Hall, 410 E. Washington Street, in Iowa City, Iowa. B. A Pre -Construction meeting is TBD. C. Owner reserves the right to schedule and conduct supplementary Pre -Bid Meet(s). D. A list of Pre -Bid Attendees is attached herein 3.02 PROGRESS OF WORK: A. All work will be completed by May 17, 2013. Liquidated damages shall be $800.00 per day. B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer. C. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to concession stand and asphalt trail shall be maintained at all times to greatest extent possible. D. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. 0339-248 PROGRESS 01 3216-1 Fairmeadows Park Splash Pad Project E. The Contractor will become an active partner with the Owner in communicating with and providing information to concerned residents and businesses Liquidated Damages Contractor and Owner recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed within the times specified in paragraph 3.02A above, plus any extensions thereof allowed in accordance with the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay Owner $800 for each day that expires after the time specified in paragraph 3.02A until the Work is complete and ready for final payment. Contractor and Owner recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Milestone Work is not completed by the Milestone dates specified in paragraph 3.026 above, plus any extensions thereof allowed in accordance with the General Conditions. The parties also recognize the delays, expense. and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Milestone Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty). Contractor shall pay Owner $800 for each day that expires after the time specified in paragraph 3.02B until the Milestone Work is complete. 3. Separate sums of liquidated damages which will be assessed for each of the conditions described hereinbefore, and they shall be cumulative if multiple conditions have not been satisfied. 3.03 INTERIM COMPLETION: _ A, First interim completion date of March 15, 2013 includes all utilities work related to and necessary prerequisite of the splash pad installation. B. Second interim completion date of May 3, 2013 for all grading. paving and Splash pfid underground work, Also included on this date shall be Engineer and Owner punchfist walk thru with Contractor 3.04 COORDINATION WITH UTILITIES: A. It is anticipated that utility conflicts will occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. B. The Contractor shall coordinate all necessary work with the Iowa Interstate Railroad for the proposed roadway at -grade crossing, sanitary sewer/storm sewer pipe installation, drainage culverts and grading for the railroad spurs / siding. END OF SECTION PROGRESS 0339-248 01 3216-2 Fairmeadows Park Splash Pad Project SECTION 01 3300 SUBMITTALS PART 1 GENERAL % '- 1.1 SUBMITTAL PROCEDURES A. Submittal form to identify Project, Contractor, Subcontractor or supplier and pertinent Contract Document references. B. Apply Contractor's stamp, signed or initialed and dated, certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with the requirements of the Work and Contract Documents. C. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. Notify the Engineer in writing, at the time of submission, of variations. D. Provide space for the Engineer review stamp on each item. E. Revise and resubmit submittals as required. Identify all changes made since previous submittal. F. Do not begin fabrication or work which requires a submittal until the return of such submittals by the Engineer with the Engineer stamp marked either "Reviewed" or "Reviewed as Noted". 1.2 ENGINEER'S REVIEW A. The Engineer review and stamp of submittals shall not relieve the Contractor from responsibility for any deviation from the Contract Documents unless the Contractor has, in writing, called the Engineer attention to such deviation at the time of submission, and the Engineer has given written concurrence to Contract Documents to specific deviation, nor shall any concurrence by the Engineer relieve the Contractor from the responsibility for errors or omissions in submittals. 1.3 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule in duplicate for Engineer review within 5 days after date established in Notice to Proceed B. Submit revised schedules with each Application for Payment, identifying changes since previous version. Indicate estimated percentage of completion for each item of Work at each submission. 1.4 PROPOSED PRODUCTS LIST A. Within 5 days after date of Notice to Proceed, submit list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. 1.5 SUBSTITUTIONS A. Within 5 days after date of Notice to Proceed, submit for review, descriptions of any materials or procedure substitutions to contract specifications and rationale for the exception. Contractor shall be prepared to submit cost data for any substitutions. 0339-248 SUBMITTALS 01 3300-1 Fairmeadows Park Splash Pad Project 1.6 PRODUCT DATA A. Submit the number of copies which the Contractor requires, plus four copies which will be retained by the Engineer and Owner. 8- Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this project. 1.7 SUPPLIER'S CERTIFICATES A. When specified in individual specification sections, submit certifications by manufacturer to Engineer, in quantities specified for Product Data. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. END OF SECTION SUBMITTALS 0339-248 01 3300-2 Fairmeadows Park Splash Pad Project 014000 QUALITY REQUIREMENTS PART1 GENERAL 1.01 SECTION INCLUDES A. Quality assurance submittals. B. Control of installation. C. Tolerances. D. Testing and inspection services. E. Manufacturers' field services. 1.02 RELATED REQUIREMENTS A. Section 01 3300 -Submittals. 1.03 REFERENCE STANDARDS A. ASTM C 1021 - Standard Practice for Laboratories Engaged in Testing of Building Sealants, 2008. B. ASTM C 1077 - Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation; 2007a. C. ASTM D 3740 - Standard Practice for Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction; 2004a. D. ASTM E 329 - Standard Specification for Agencies Engaged Construction Inspection and/or Testing; 2007a. E. ASTM E 543 - Standard Specification for Agencies Performing Nondestructive Testing; 2008. 1.04 SUBMITTALS A. Testing Agency Qualifications: 1. Prior to start of Work, submit agency name, address, and telephone number, and names of full time specialist and responsible officer. B. Test Reports: After each testlinspection, promptly submit two copies of report to Engineer and to Contractor. 1. Include: a. Date issued. b. Project title and number. c. Name of inspector. d. Date and time of sampling or inspection. e. Identification of product and specifications section. f. Location in the Project. g. Type of test/inspection. h. Date of test/inspection. I. Results of test/inspection. j. Conformance with Contract Documents. k. When requested by Engineer, provide interpretation of results. 2. Test report submittals are for Engineer's knowledge as contract administrator for the limited purpose of assessing conformance with information given and the design concept 0339-248 QUALITY REQUIREMENTS 01 4000- 1 Fairmeadows Park Splash Pad Project expressed in the contract documents, or for Owner's information. C. Certificates: When specified in individual specification sections, submit certification by the manufacturer and Contractor or installation/application subcontractor to Engineer, in quantities specified for Product Data. 1. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. 2. Certificates may be recent or previous test results on material or product, but must be acceptable to Engineer. D. Manufacturer's Instructions: When specified in individual specification sections, submit printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, for the Owner's information. Indicate special procedures, perimeter conditions requiring special attention, and special environmental criteria required for application or installation. E. Manufacturer's Field Reports: Submit reports for Engineer's review and for Owner documentation. 1. Submit for information for the limited purpose of assessing conformance with information given and the design concept expressed in the contract documents. 1.05 TESTING AND INSPECTION AGENCIES A. Contractor shall employ and pay for services of an independent testing agency to perform specified testing and inspection of excavation, backfill, and compaction work specified in sections 31 2220. B. Contractor shall employ and pay for services of an independent testing agency to perform other specified testing. C. Employment of agency in no way relieves Contractor of obligation to perform Work in accordance with requirements of Contract Documents. D. Contractor Employed Agency: 1. Testing agency: Comply with requirements of ASTM E 329, ASTM E 543, ASTM C 1021, ASTM C 1077. and ASTM C 1093. 2. Inspection agency: Comply with requirements of ASTM D3740 and ASTM E329. 3. Laboratory: Authorized to operate in Iowa. 4. Laboratory Staff: Maintain a full time registered Engineer on staff to review services. 5. Testing Equipment: Calibrated at reasonable intervals either by NIST or using ap,N- IST established Measurement Assurance Program, under a laboratory measuremeri assurance program. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION " 3.01 CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions; and workmanship, to produce Work of specified quality. r c B. Comply with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Engineer before proceeding. D. Comply with specified standards as minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Have Work performed by persons qualified to produce required and specified quality. QUALITY REQUIREMNETS 0339-248 01 4000-2 Fairmeadows Park Splash Pad Project F. Verify that field measurements are as indicated on shop drawings or as instructed by the manufacturer. G. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, and disfigurement. 3.02 TOLERANCES A. Monitor fabrication and installation tolerance control of products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract Documents, request clarification from Engineer before proceeding. C. Adjust products to appropriate dimensions; position before securing products in place, 3.03 TESTING AND INSPECTION = A. See individual specification sections for testing required. B. Testing Agency Duties: - - 1. Test samples of mixes submitted by Contractor. g 2. Provide qualified personnel at site. Cooperate with Engineer and Contractof.in performance of services. 3. Perform specified sampling and testing of products in accordance with specified standards. 4. Ascertain compliance of materials and mixes with requirements of ContraefDocum''pts. 5. Promptly notify Engineer and Contractor of observed irregularities or non-conformance of Work or products. 6. Perform additional tests and inspections required by Engineer. 7. Submit reports of all tests/inspections specified. C. Limits on Testing/Inspection Agency Authority: 1. Agency may not release, revoke, alter, or enlarge on requirements of Contract Documents. 2. Agency may not approve or accept any portion of the Work. 3. Agency may not assume any duties of Contractor. 4. Agency has no authority to stop the Work. D. Contractor Responsibilities: 1. Deliver to agency at designated location, adequate samples of materials proposed to be used that require testing, along with proposed mix designs. 2. Cooperate with laboratory personnel, and provide access to the Work and to manufacturers' facilities. 3. Provide incidental labor and facilities: a. To provide access to Work to be tested/inspected. b. To obtain and handle samples at the site or at source of Products to be testedlinspected. c. To facilitate tests/inspections- d. To provide storage and curing of test samples. 4. Notify Engineer and laboratory 24 hours prior to expected time for operations requiring testing/inspection services. 5. Employ services of an independent qualified testing laboratory and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. 6. Arrange with Owner's agency and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. E. Re -testing required because of non-conformance to specified requirements shall be performed by the same agency on instructions by Engineer. Payment for re testing will be charged to the Contractor by deducting testing charges from the Contract Price. 0339-248 QUALITY REQUIREMENTS 01 4000-3 Fairmeadows Park Splash Pad Project 3.04 MANUFACTURERS' FIELD SERVICES A. When specified in individual specification sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation; quality of workmanship, start-up of equipment, test, adjust and balance of equipment as applicable, and to initiate instructions when necessary. B. Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions. 3.05 DEFECT ASSESSMENT A. Replace Work or portions of the Work not conforming to specified requirements. B. If, in the opinion of Engineer. it is not practical to remove and replace the Work, Engineer will direct an appropriate remedy or adjust payment. END OF SECTION QUALITY REQUIREMNETS 0339-248 01 4000-4 Fairmeadows Park Splash Pad Project SECTION 01 1570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES S � n PART1-GENERAL 1.01 SUMMARY: A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES A. IDOT Standard Specifications. B. U.S. Department of Transportaticn Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 1988 Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS A. Submit a traffic control plan for all activities requiring traffic control not specifically addressed by the project plans. PART 2 -PRODUCTS 2.01 MATERIALS A. Traffic control devices may be new or used, but must meet the requirements of the IDOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 - EXECUTION 3.01 TECHNIQUES A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 NO PARKING SIGNS 01 1570-1 Fairmeadows Park Splash Pad Project A. The City will furnish "NO PARKING' signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non -work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. END OF SECTION 01 1570-2 Fairmeadows Park Splash Pad Project SECTION 01 5713 SLOPE PROTECTION AND EROSION CONTROL PART 1 -GENERAL 1.01 SUMMARY A. Placement of silt fence, erosion control mat, engineering fabric, revetment stone, and erosion stone. 1.02 REFERENCES A. IDOT Standard Specifications. B. Iowa Department of Transportation Highway Division "Standard Road Plans-Manual",,latest 1 edition. :a C. NPDES Permit/SWPPP Document U� 1.03 QUALITY ASSURANCE A. Revetment stone and erosion stone shall meet the abrasion and durability requirements of Section 4130 of the IDOT Standard Specifications. B. Engineering Fabrics (geotextile) shall be of a non -woven material and conform to the requirements of IDOT Engineering Fabric for Embankment Erosion Control. 1.04 STORAGE A. Prior to use, geotextile shall be stored In a clean dry place, out of direct sunlight, not subject to extremes of either hot or cold, and with the manufacturer's protective cover in place. Receiving, storage, and handling at the job site shall be in accordance with the requirements in ASTM D 4873. PART 2 -PRODUCTS 2.01 MATERIALS A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Section 4130. Revetment Stone and Erosion Stone. Section 4169. Erosion Control Materials. Section 4196. Engineering Fabrics. 2.02 ITEMS PROVIDED BY OWNER A. NPDES Permit obtained by owner, contractor shall maintain. 01 5713-1 Fairmeadows Park Splash Pad Project PART 3 - EXECUTION 3.01 TECHNIQUES A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 25. Miscellaneous Construction. Section 2507. Concrete & Stone Revetment and the following IDOT Standard Road Plans: _ =a RC -5 Wood Excelsior Mat RC -16 Silt Fence 3.02 SCHEDULE A. Silt fence shall be installed at locations indicated on the plans immediately upon completion of grading. Wood excelsior mat shall be placed and staked in seeded areas of' swales` immediately following seeding. 3.03 GEOTEXTILE A. Surface Preparation 1. The surface on which the geotextile is to be placed will be graded to the neat lines and grades as shown on the plans. The surface will be reasonably smooth and free of loose rock and clods, holes, depressions. projections, muddy conditions and standing or flowing water. B. Placement Prior to placement of the geotextile. the soil surface will be inspected for quality of design and construction. The geotextile will be placed on the approved surface at the locations and in accordance with the details shown on the plans. The geotextile will be unrolled along the placement area and loosely laid (not stretched) in such a manner that it will conform to the surface irregularities when material is placed on or against it. The geotextile may be folded and overlapped to permit proper placement in the designated area. 2. The geotextile will be joined by overlapping a minimum of 18 inches (unless otherwise specified on the plans or by the manufacturer), and secured against the underlying foundation material, Securing pins, approved and provided by the geotextile manufacturer, shall be placed along the edge of the panel or roll material to adequately hold it in place during installation. Pins will be steel or fiberglass formed as a "U", " U. or "T" shape or contain "ears" to prevent total penetration. Steel washers will be provided on all but the "U" shaped pins. The upstream or up- slope line will be inserted through both layers along a line through approximately the midpoint of the overlap. At horizontal laps and across slope laps, securing pins will be inserted through the bottom layer only. Securing pins will be placed along a line approximately 2 inches in from the edge of the placed geotextile at intervals not to exceed 12 feet unless otherwise specified. Additional pins will be installed as necessary and where appropriate, to prevent slippage or movement of the gectextile. The use of securing pins will be held to the minimum necessary. Pins are to be left in place unless otherwise specified. 01 5713-2 Fairmeadows Park Splash Pad Project 3. Should the geotextile be torn or punctured, or the overlaps disturbed, as evidenced by visible damage, subgrade pumping, intrusion, or grade distortion, the backfill around the damaged or displaced area will be removed and restored to the original approved condition. The repair will consist of a patch of the same type of geotextile being used, overlapping the existing geotextile. Geotextile panels joined by overlap will have the patch extend a minimum of 2 feet from the edge of any damaged area. 4. The geotextile will not be placed until it can be anchored and protected with the specified covering within 48 hours or protected from exposure to ultraviolet light. In no case will material be dropped on uncovered geotextile from a height greater than 3 feet. END OF SECTION t�J 01 6713-3 Fairmeadows Park Splash Pad Project SECTION 01 6000 PRODUCT REQUIREMENTS PART1 GENERAL 1.01 SECTION INCLUDES A. General product requirements. B. Re -use of existing products. C. Transportation, handling, storage and protection. D. Product option requirements. E. Substitution limitations and procedures. F. Maintenance materials, including extra materials, spare parts, tools, and software. 1.02 RELATED REQUIREMENTS A. Document 002113 - Instructions to Bidders: Product options and substitution procedures prior to bid date. B. Section 011000 - Summary: Lists of products to be removed from existing building. C. Section 014000 - Quality Requirements: Product quality monitoring. D. Section 017419 - Construction Waste Management and Disposal Waste disposal requirements potentially affecting packaging and substitutions. 1.03 SUBMITTALS A. Product Data Submittals: Submit manufacturer's standard published data. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project. B. Shop Drawing Submittals: Prepared specifically for this Project, indicate utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. C. Sample Submittals: Illustrate functional and aesthetic characteristics of the product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. 1 _ For selection from standard finishes, submit samples of the full range of the manufacturer's standard colors, textures, and patterns, PART 2 PRODUCTS 2.01 EXISTING PRODUCTS A. Do not use materials and equipment removed from existing premises unless specifically required or permitted by the Contract Documents. B. Reused Products: Reused products include materials and equipment previously used in this or other construction, salvaged and refurbished as specified. 2.02 NEW PRODUCTS A. Provide new products unless specifically required or permitted by the Contract Documents. 2.03 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only. Use any product meeting 01 6000 016000-1 Fairmeadows Park Splash Pad Project those standards or description. B. Products Specified by Naming One or More Manufacturers: Use a product of one of the manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 2.04 MAINTENANCE MATERIALS A. Furnish extra materials, spare parts, tools, and software of types and in quantities specified in individual specification sections. B. Deliver to Project site; obtain receipt prior to final payment. PART 3 EXECUTION 3.01 SUBSTITUTION PROCEDURES A. Instructions to Bidders specify time restrictions for submitting requests for substltutions'during 7 the bidding period. Comply with requirements specified in this section. B. Document each request with complete data substantiating compliance of proposed substitution - with Contract Documents. C. A request for substitution constitutes a representation that the submitter 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the substitution as for the specified product. 3. Will coordinate installation and make changes to other Work that may be required for the Work to be complete with no additional cost to City of Iowa City. 4. Waives claims for additional costs or time extension that may subsequently become apparent. D. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. E. Substitution Submittal Procedure: 1. Submit three copies of request for substitution for consideration. Limit each request to one proposed substitution. 2. Submit shop drawings, product data. and certified test results attesting to the proposed product equivalence. Burden of proof is on proposer. 3. The Engineer will notify in writing of decision to accept or reject request. 3.02 TRANSPORTATION AND HANDLING A. Coordinate schedule of product delivery to designated prepared areas in order to minimize site storage time and potential damage to stored materials. B. Transport and handle products in accordance with manufacturer's instructions. C. Transport materials in covered trucks to prevent contamination of product and littering of surrounding areas. D. Promptly inspect shipments to ensure that products comply with requirements, quantities are correct, and products are undamaged. E. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. F. Arrange for the return of packing materials, such as wood pallets, where economically feasible. 01 6000 016000-2 Fairmeadows Park Splash Pad Project 3.03 STORAGE AND PROTECTION A. Designate receiving/storage areas for incoming products so that they are delivered according to installation schedule and placed convenient to work area in order to minimize waste due to excessive materials handling and misapplication. B. Store and protect products in accordance with manufacturers' instructions. C. Store with seals and labels intact and legible. D. Store sensitive products in weather tight, climate controlled, enclosures in an environment favorable to product. E. For exterior storage of fabricated products, place on sloped supports above ground. F. Cover products subject to deterioration with impervious sheet covering_ Provide ventilation to prevent condensation and degradation of products. G. Prevent contact with material that may cause corrosion, discoloration, or staining. H. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. I. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. END OF SECTION 016000 016000-3 Fairmeadows Park Splash Pad Project SECTION 01 7000 EXECUTION AND CLOSEOUT REQUIREMENTS PART1 GENERAL 1.01 SECTION INCLUDES A. Examination, preparation, and general installation procedures. B. Surveying for laying out the work. C. Cleaning and protection. D. Starting of systems and equipment. E. Demonstration and instruction of City of Iowa City personnel. F. Closeout procedures, except payment procedures. G. General requirements for maintenance service. 1.02 RELATED REQUIREMENTS ra 1:- :2 A. Section 011000 - Summary: Limitations on working in existing building, continued occupancy;. work sequence; identification of salvaged and relocated materials. B. Section 013000 - Administrative Requirements: Submittals procedures. C. Section 014000 - Quality Requirements: Testing and inspection procedures. D. Section 015713 - Temporary Erosion and Sedimentation Control: Additional erosion and sedimentation control requirements. E. Section 017800 -Closeout Submittals: Project record documents, operation and maintenance data, warranties and bonds. 1.03 SUBMITTALS A. See Section 013000 -Administrative Requirements, for submittal procedures. B. Survey work: Submit name, address, and telephone number of Surveyor before starting survey work. 1. On request, submit documentation verifying accuracy of survey work. 2. Submit a copy of site drawing signed by the Land Surveyor, that the elevations and locations of the work are in conformance with Contract Documents. 3. Submit surveys and survey logs for the project record. 1.04 QUALIFICATIONS A. For survey work, employ a land surveyor registered in Iowa and acceptable to Project Engineer. Submit evidence of Surveyor's Errors and Omissions insurance coverage in the form of an Insurance Certificate. 1.05 PROJECT CONDITIONS A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. C. Erosion and Sediment Control: Plan and execute work by methods to control surface drainage from cuts and fills, from borrow and waste disposal areas. Prevent erosion and sedimentation. 01 7000 Fairmeadows Park Splash Pad Project 1. Minimize amount of bare soil exposed at one time. 2. Provide temporary measures such as berms, dikes, and drains, to prevent water flow. 3. Construct fill and waste areas by selective placement to avoid erosive surface silts or clays. 4. Periodically inspect earthwork to detect evidence of erosion and sedimentation; promptly apply corrective measures. D. Noise Control: Provide methods, means, and facilities to minimize noise produced by construction operations. 1. Outdoors: Limit conduct of especially noisy exterior work to the hours of 8 am to 5 pm. 1.06 COORDINATION A. Coordinate scheduling, submittals, and work of the various sections of the Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Notify affected utility companies and comply with their requirements. C. Verify that utility requirements and characteristics of new operating equipment are compatible with building utilities. Coordinate work of various sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. D. Coordinate space requirements, supports, and installation of mechanical and electrical work that 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. E. In finished areas except as otherwise indicated, conceal pipes, ducts, and wiring within the construction, Coordinate locations of fixtures and outlets with finish elements. F. Coordinate completion and clean-up of work of separate sections. G. After Owner occupancy of premises, coordinate access to site for correction of defectivework and work not in accordance with Contract Documents, to minimize disruption of.lowa City Community School District and City of Iowa City's activities. r� PART PRODUCTS ' r PART 3 EXECUTION _ 3.01 EXAMINATION :,a A. Verify that existing site conditions and substrate surfaces are acceptable for sgptequer t work. Start of work means acceptance of existing conditions. B. Verify that existing substrate is capable of structural support or attachment of new work being applied or attached. C. Examine and verify specific conditions described in individual specification sections. D. Take field measurements before confirming product orders or beginning fabrication, to minimize waste due to over -ordering or misfabrication. E. Verify that utility services are available, of the correct characteristics. and in the correct locations. F. Prior to Cutting: Examine existing conditions prior to commencing work, including elements subject to damage or movement during cutting and patching. After uncovering existing work, assess conditions affecting performance of work Beginning of cutting or patching means acceptance of existing conditions. Fairmeadows Park Splash Pad Project 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 co6ditioner'.,ior to applying any new material or substance in contact or bond. 3.03 LAYING OUT THE WORK rt JTV A. Verify locations of survey control points prior to starting work. B. Promptly notify Engineer of any discrepancies discovered. C. Protect survey control points prior to starting site work, preserve permanent reference points during construction. D. Promptly report to Engineer the loss or destruction of any reference point or relocation required because of changes in grades or other reasons. E. Replace dislocated survey control points based on original survey control. Make no changes without prior written notice to Engineer. F. Utilize recognized engineering survey practices. G. Establish elevations, lines and levels. Locate and lay out by instrumentation and similar appropriate means, 1. Site improvements including pavements, stakes for grading, fill and topsoil placement, utility locations, slopes, and invert elevations. 2. Grid or axis for structures. H. Periodically verify layouts by same means. I. Maintain a complete and accurate log of control and survey work as it progresses. 3.04 GENERAL INSTALLATION REQUIREMENTS A. Install products as specified in individual sections, in accordance with manufacturer's instructions and recommendations, and so as to avoid waste due to necessity for replacement. B. Make vertical elements plumb and horizontal elements level, unless otherwise indicated. C. Install equipment and fittings plumb and level, neatly aligned with adjacent vertical and horizontal lines, unless otherwise indicated. D. Make consistent texture on surfaces, with seamless transitions, unless otherwise indicated. E. Make neat transitions between different surfaces, maintaining texture and appearance. 3.05 PROGRESS CLEANING 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 trash/rubbish from site periodically and dispose off-site; do not burn or bury. 3.06 PROTECTION OF INSTALLED WORK 01 7000 Fairmeadows Park Splash Pad Project A. Protect installed work from damage by construction operations. B. Provide special protection where specified in individual specification sections. C. Provide temporary and removable protection for installed products. Control activity in immediate work area to prevent damage. D. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings. E. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. F. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. G. Remove protective coverings when no longer needed; reuse or recycle plastic coverings if possible. 3.07 SYSTEM STARTUP A. Coordinate schedule for start-up of various equipment and systems. -� B_ Verify that each piece of equipment or system has been checked for proper lub'rication, drive -T rotation, belt tension, control sequence; and for conditions that may cause damage. ° C Verify tests, meter readings, and specified electrical characteristics agree with those required ey the equipment or system manufacturer. D. Verify that wiring and support components for equipment are complete and tested. E. Execute start-up under supervision of applicable personnel and manufacturer's representative in accordance with manufacturers' instructions. F. 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. G. Submit a written report that equipment or system has been properly installed and is functioning correctly. 3.08 DEMONSTRATION AND INSTRUCTION A. Demonstrate operation and maintenance of products to City of Iowa City's personnel one week prior to date of Substantial Completion, B. Demonstrate start-up, operation. control, adjustment. trouble -shooting, servicing, maintenance, and shutdown of each item of equipment at scheduled time, at equipment location. C. For equipment or systems requiring seasonal operation. perform demonstration for other season within six months. D. Provide a qualified person who is knowledgeable about the Project to perform demonstration and instruction of owner personnel. E. Utilize operation and maintenance manuals as basis for instruction. Review contents of manual with City of Iowa City's personnel in detail to explain all aspects of operation and maintenance. 3.09 ADJUSTING A. Adjust operating products and equipment to ensure smooth and unhindered operation. 3.10 FINAL CLEANING A. Use cleaning materials that are nonhazardous. Fairmeadows Park Splash Pad Project B. Remove all labels that are not permanent. Do not paint or otherwise cover fire test labels or nameplates on mechanical and electrical equipment. C. Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the surface and material being cleaned. D. Clean filters of operating equipment. E. Clean site; sweep paved areas, rake clean landscaped surfaces. F. Remove waste, surplus materials, trash/rubbish, and construction facilities from the site; dispose of in legal manner; do not burn or bury. 3.11 CLOSEOUT PROCEDURES A. Notify Engineer when work is considered ready for Substantial Completion. B. Submit written certification that Contract Documents have been reviewed, work has been inspected, and that work is complete in accordance with Contract Documents and ready for Engineer's review. C. Correct items of work listed in executed Certificates of Substantial Completion and comply with requirements for access to Owner -occupied areas. D. Notify Engineer when work is considered finally complete. E. Complete items of work determined by Engineer's final inspection. 3.12 MAINTENANCE A. Provide service and maintenance of components indicated in specification sections. B. Maintenance Period: As indicated in specification sections or, if not indicated, not less than one year from the Date of Substantial Completion or the length of the specified warranty, whichever is longer. C. Examine system components at a frequency consistent with reliable operation. Clean, adjust, and lubricate as required D. Include systematic examination, adjustment, and lubrication of components. Repair or replace parts whenever required. Use parts produced by the manufacturer of the original component. E. Maintenance service shall not be assigned or transferred to any agent or subcontractor without prior written consent of the Owner. END OF SECTION 01 7000 r n.ry v� Fairmeadows Park Splash Pad Project SECTION 01 7800 CLOSEOUT SUBMITTALS PART1 GENERAL 1.01 SECTION INCLUDES A. Project Record Documents. B. Operation and Maintenance Data. C. Warranties and bonds. 1.02 RELATED REQUIREMENTS A. Section 00 7200 - General Conditions: Performance bond and labor and material payment bonds, warranty, and correction of work. B. Section 013000 -Administrative Requirements: Submittals procedures, shop drawings, product data, and samples. C. Section 017000 -Execution and Closeout Requirements: Contract closeout procedures. D. Individual Product Sections: Specific requirements for operation and maintenance data. E. Individual Product Sections: Warranties required for specific products or Work. 1.03 SUBMITTALS A. Project Record Documents: Submit documents to Engineer with claim for final Application for Payment. B. Operation and Maintenance Data: 1. Submit two copies of preliminary draft or proposed formats and outlines of contents before start of Work. Engineer will review draft and return one copy with comments. 2. For equipment, or component parts of equipment put into service during construction and operated by Owner, submit completed documents within ten days after acceptance. 3. Submit one copy of completed documents 15 days prior to final inspection. This copy will be reviewed and returned after final inspection, with Engineer's comments. Revise content of all document sets as required prior to final submission. 4. Submit two sets of revised final documents in final form within 10 days after final inspection. C. Warranties and Bonds: 1. For equipment or component parts of equipment put into service during construction with City of Iowa City's permission, submit documents within 10 days after acceptance. 2. Make other submittals within 10 days after Date of Substantial Completion, prior to final Application for Payment. 3. For items of Work for which acceptance is delayed beyond Date of Substantial Completion, submit within 10 days after acceptance, listing the date of acceptance as the beginning of the warranty period. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 PROJECT RECORD DOCUMENTS A. Maintain on site one set of the following record documents, record actual revisions to the Work: 1. Drawings. 2. Addenda. 01 7800 Fairmeadows Park Splash Pad Project 3. Change Orders and other modifications to the Contract. 4. Manufacturer's instruction for assembly, installation, and adjusting. B. Ensure entries are complete and accurate, enabling future reference by Owner, C. Store record documents separate from documents used for construction. D. Record information concurrent with construction progress. E. Record Drawings and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Field changes of dimension and detail. 3. Details not on original Contract drawings. 3.02 OPERATION AND MAINTENANCE DATA A. For Each Product or System: List names, addresses and telephone numbers of Subcontractors and suppliers, including local source of supplies and replacement parts. B. Product Data: Mark each sheet to clearly identify specific products and component parts, and data applicable to installation. Delete inapplicable information. C. Drawings: Supplement product data to illustrate relations of component parts of equipment and systems. to show control and flow diagrams. Do not use Project Record Documents as maintenance drawings. D. Typed Text: As required to supplement product data. Provide logical sequence of instructions for each procedure, incorporating manufacturer's instructions. 3"03 OPERATION AND MAINTENANCE DATA FOR EQUIPMENT AND SYSTEMS A. For Each Item of Equipment and Each System: 1. Description of unit or system, and component parts. _ 2. Identify function, normal operating characteristics, and limiting conditions.:, 3. Include performance curves, with engineering data and tests. 4. Complete nomenclature and model number of replaceable parts. B. Operating Procedures: Include start-up, break-in, and routine normal operating instructions and sequences. Include regulation, control, stopping, shut -down, and emergency instructions. Include summer, winter, and any special operating instructions. C. Maintenance Requirements: Include routine procedures and guide for preventative maintenance and troubleshooting: disassembly, repair, and reassembly instructions, and alignment, adjusting, balancing, and checking instructions. D. Provide servicing and lubrication schedule, and list of lubricants required. E. Include manufacturer's printed operation and maintenance instructions. F. Include sequence of operation by controls manufacturer. G. Provide original manufacturer's parts list, illustrations. assembly drawings, and diagrams required for maintenance. H. Provide coordination drawings. with color coded piping diagrams as installed. Provide charts of valve tag numbers, with location and function of each valve, keyed to flow and control diagrams. J. Additional Requirements: As specified in individual product specification sections. Fairmeadows Park Splash Pad Project 3.04 OPERATION AND MAINTENANCE MANUALS A. Prepare instructions and data by personnel experienced in maintenance and operation of described products. B. Prepare data in the form of an instructional manual. 3.05 WARRANTIES AND BONDS A. Obtain warranties and bonds, executed in duplicate by responsible Subcontractors, suppliers, and manufacturers, within 10 days after completion of the applicable item of work. Except for items put into use with Owner's permission, leave date of beginning of time of warranty until the Date of Substantial completion is determined. B. Verify that documents are in proper form, contain full information, and are notarized. C. Co -execute submittals when required. D. Retain warranties and bonds until time specified for submittal. END OF SECTION 01 7800 s Fairmeadows Park Splash Pad Project SECTION 01 7900 DEMONSTRATION AND TRAINING PART GENERAL 1.01 SUMMARY A. Demonstration of products and systems to be commissioned and where indicated in specific specification sections. B. Training of City of Iowa City personnel in operation and maintenance is required for: 1. Plumbing equipment. 2. Electrical systems and equipment. C. Training of City of Iowa City personnel in care, cleaning, maintenance, and repair is required for: 1. Fixtures and fittings. 2. Items specified in individual product Sections. 1.02 RELATED REQUIREMENTS A. Section 017800 - Closeout Submittals: Operation and maintenance manuals. 1.03 SUBMITTALS A. See Section 013000 - Administrative Requirements, for submittal procedures; except: 1. Make all submittals specified in this section, and elsewhere where indicated for commissioning purposes, directly to the Commissioning Authority. 2. Submit one copy to the Commissioning Authority, not to be returned. 3. Make commissioning submittals on time schedule specified by Commissioning Authority. 4. Submittals indicated as "Draft' are intended for the use of the Commissioning Authority in preparation of overall Training Plan; submit in editable electronic format, Microsoft Word 2003 preferred. B. Training Manuals: Provide training manual for each attendee, allow for minimum of two attendees per training session. 1. Include applicable portion of O&M manuals. 2. Include copies of all hand-outs, slides, overheads, video presentations, etc., that are not included in O&M manuals. 3. Provide one extra copy of each training manual to be included with operation and maintenance data. 1.04 QUALITY ASSURANCE A. Instructor Qualifications: Familiar with design, operation, maintenance and troubleshooting of the relevant products and systems. 1. Provide as instructors the most qualified trainer of those contractors and/or installers who actually supplied and installed the systems and equipment. 2. Where a single person is not familiar with all aspects, provide specialists with necessary qualifications. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 DEMONSTRATION -GENERAL A. Demonstrations conducted during Functional Testing need not be repeated unless City of Iowa City personnel training is specified. B. Demonstration may be combined with City of Iowa City personnel training if applicable. 01 7900 Fairmeadows Park Splash Pad Project C. Operating Equipment and Systems: Demonstrate operation in all modes, including start-up, shut -down, seasonal changeover, emergency conditions, and troubleshooting, and maintenance procedures. including scheduled and preventive maintenance. 1. Perform demonstrations not less than one week prior to Substantial Completion. 2. For equipment or systems requiring seasonal operation, perform demonstration for other season within six months. D. Non -Operating Products: Demonstrate cleaning, scheduled and preventive maintenance, and repair procedures. 1. Perform demonstrations not less than one week prior to Substantial Completion. 3.02 TRAINING -GENERAL A. Conduct training on-site unless otherwise indicated. B Training schedule will be subject to availability of City of Iowa City's personnel to be trained; re -schedule training sessions as required by Owner. C. Review of Facility Policy on Operation and Maintenance Data: During training discuss: 1. The location of the O&M manuals and procedures for use and preservation, backup copies. 2. Typical contents and organization of all manuals, including explanatory information, system narratives. and product specific information. 3. Typical uses of the O&M manuals. D. Product- and System -Specific Training: 1. Review the applicable O&M manuals. 2. For systems, provide an overview of system operation, design parameters and constraints, and operational strategies. 3. Review instructions for proper operation in all modes, including start-up, shut -down, seasonal changeover and emergency procedures, and for maintenance, including preventative maintenance. 4. Provide hands-on training on all operational modes possible and preventive maintenance. 5. Discuss common troubleshooting problems and solutions. 6. Discuss any peculiarities of equipment installation or operation. 7. Discuss warranties and guarantees, including procedures necessary to avoid voiding coverage. 8, Review recommended tools and spare parts inventory suggestions of manufacturers. 9. Review spare parts and tools required to be furnished by. 10. Review spare parts suppliers and sources and procurement procedures. E Be prepared to answer questions raised by training attendees; if unable to answer during training session, provide written response within one week. END OF SECTION i • L.y 017900 Fairmeadows Park Splash Pad Project SECTION 02 2050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART 1 -GENERAL 1.01 SUMMARY A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. B. Furnish labor, materials, tools and equipment to remove existing storm sewer pipes, sanitary sewer pipes, intakes, and drainage structures as indicated and specified. 1.02 REFERENCES A. IDOT Standard Specifications. 1.03 QUALITY ASSURANCE A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or debris resulting from work on the project. r 1.04 SUBMITTALS A. Locations of disposal sites. PART 2 -PRODUCTS = 2.01 MATERIALS A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. B. Explosives shall not be used for demolition. PART 3 - EXECUTION 3.01 TECHNIQUES A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 24. Structures. Section 2401. Removal of Existing Structures. Division 25. Miscellaneous Construction. Section 2510. Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Side- walks. 022050-1 Fairmeadows Park Splash Pad Project Section 2515. Removal and Construction of Paved Driveways. Section 2516. Removal and Construction of Retaining Walls and Steps. 3.02 INSPECTION A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to revise demolition limits if required by the nature of construction. 3.03 PROCEDURES =i I A. Utilities 1. Notify all corporations, companies, individuals and state or local -authorities owning pipelines. water lines, gas mains. buried and overhead electric facllities,:'telephcri2. cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. 3. If active utilities are damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Contractor's expense. 4. Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shall be relocated in accordance with instructions from the Engineer. Generally. the respective utility owners shall be responsible to perform relocation work for their facilities. The Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. B. Site Protection Measures Refer to Traffic Control Sheets for details. 2. Barricade and fence open excavations or depressions resulting from work during non -working hours and when not working in immediate area. Provide suitable warning devices adjacent to excavations and work areas. 3. Warning devices shall be kept operational during all non -working and non-active periods. C. Site Access Measures Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. D. Disposals No material or debris shall be buried within the project work area. All unsuitable material resulting from demolitions and removals shall be hauled to and disposed of at a Contractor -furnished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. 022050-2 Fairmeadows Park Splash Pad Project 3.04 DEMOLITION AND REMOVALS A_ Pavement and Sidewalk Removals 1. Removal shall be to the limits noted on the plans or as directed by the Engineer. 2. Pavement removal shall include brick, P. C. Concrete, and A. C. Concrete pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or aggregate surfaces is not considered pavement removal. 3. Sawcuts shall be approved by the Engineer. 4. Removal operations shall conform to construction phasing noted on the plans or as directed by the Engineer. B. Sewer Abandonment and Removal 1. Removal shall be at the locations and to the limits noted on the plans or as directed by the Engineer. 2. Backfill under and within 5 feet of paved surfaces shall be Class A crushed stone compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. Other excavations shall be backfilled with suitable excavated material, compacted to 90% Standard Proctor Density. 3. Sewers to be abandoned, but not removed, shall be filled with an approved non - shrink flowable mortar and bulkheaded at each end with concrete. 4. Select castings shall be delivered to the pollution control plant at 1000 S. Clinton Street as directed by the Engineer. END OF SECTION 022050-3 Fairmeadows Park Splash Pad Project SECTION 03 1000 CONCRETE FORMING AND ACCESSORIES PART1 GENERAL 1.01 SECTION INCLUDES A. Formwork for cast -in place concrete, with shoring, bracing and anchorage. B. Form accessories. C. Form stripping. 1.02 RELATED REQUIREMENTS A. Section 032000 - Concrete Reinforcing. B. Section 033000 - Cast -in -Place Concrete. µ `, 1.03 SUBMITTALS ' A. See Section 013000 -Administrative Requirements, for submittal procedures. _ ,y 1.04 QUALITY ASSURANCE A. Perform work of this section in accordance with Highways standards of the State of Iowa. PART 2 PRODUCTS 2.01 FORMWORK - GENERAL A. Provide concrete forms, accessories, shoring, and bracing as required to accomplish cast -in- place concrete work. B. Design and construct to provide resultant concrete that conforms to design with respect to shape, lines, and dimensions. C. Comply with applicable state and local codes with respect to design, fabrication, erection, and removal of formwork. D. Comply with Highways standards of the State of Iowa. 2.02 WOOD FORM MATERIALS A. Form Materials: At the discretion of the Contractor. 2.03 FORMWORK ACCESSORIES A. Form Release Agent: Capable of releasing forms from hardened concrete without staining or discoloring concrete or forming bugholes and other surface defects, compatible with concrete and form materials, and not requiring removal for satisfactory bonding of coatings to be applied. PART 3 EXECUTION BiliTi■ *3-111411 X F-1voli A. Verify lines, levels and centers before proceeding with formwork. Ensure that dimensions agree with drawings. 3.02 EARTH FORMS A. Earth forms are not permitted. 3.03 ERECTION - FORMWORK 03 1000-1 Fairmeadows Park Splash Pad Project A. Erect formwork, shoring and bracing to achieve design requirements, in accordance with requirements of ACI 301. B. Provide bracing to ensure stability of formwork. Shore or strengthen formwork subject to overstressing by construction loads. C Arrange and assemble formwork to permit dismantling and stripping, Do not damage concrete during stripping. Permit removal of remaining principal shores. 3.04 APPLICATION - FORM RELEASE AGENT A. Apply form release agent on forimwork in accordance with manufacturer's recommendations. 3.05 FIELD QUALITY CONTROL A. An independent testing agency will perform field quality control tests, as specified in Section 014000. B. Inspect erected formwork, shoring, and bracing to ensure that work is in accordance with formwork design, and to verify that supports; fastenings, wedges, ties, and items are secure. 3.06 FORM REMOVAL A. Do not remove forms or bracing until concrete has gained sufficient strength to carry its own weight and imposed loads. B. Store removed forms to prevent damage to form materials or to fresh concrete. Discard damaged forms. END OF SECTION 03 1000-2 2+ m 03 1000-2 Fairmeadows Park Splash Pad Project SECTION 03 2000 CONCRETE REINFORCING a PART1 GENERAL 1.01 SECTION INCLUDES ; �o A. Reinforcing steel for cast -in-place concrete. ;r? B. , Supports and accessories for steel reinforcement.ul 1.02 RELATED REQUIREMENTS A. Section 031000 - Concrete Forming and Accessories. B. Section 033000 - Cast -in -Place Concrete. 1.03 REFERENCE STANDARDS A. ASTM A706/A706M - Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement; 2009b. B. ASTM A775/A775M - Standard Specification for Epoxy -Coated Steel Reinforcing Bars, 2007b. C. ASTM A996/A996M - Standard Specification for Rail -Steel and Axle -Steel Deformed Bars for Concrete Reinforcement; 2009b. D. ASTM D3963ID3963M - Standard Specification for Fabrication and Jobsite Handling of Epoxy Coated Reinforcing Steel Bars, 2001 (Reapproved 2007). 1.04 SUBMITTALS A. See Section 013000 -Administrative Requirements, for submittal procedures. PART PRODUCTS 2.01 REINFORCEMENT A. Reinforcing Steel: ASTM A706/A706M, deformed low -alloy steel bars. 1. Unfinished. B. Reinforcing Steel: Deformed bars, ASTM A996/A996M Grade 40 (280), Type A. 1. Epoxy coated in accordance with ASTM A7751A775M. C. Reinforcement Accessories: 1. Tie Wire: Annealed, minimum 16 gage. 2. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for adequate support of reinforcement during concrete placement. 2.02 FABRICATION A. Fabricate and handle epoxy -coated reinforcing in accordance with ASTM D3963/D3963M. B. Locate reinforcing splices not indicated on drawings at point of minimum stress. PART 3 EXECUTION 3.01 PLACEMENT A. Place, support and secure reinforcement against displacement. Do not deviate from required position. B. Maintain concrete cover around reinforcing as follows: 1. Footings and Concrete Formed Against Earth: 2.5 inch. 032000-1 Fairmeadows Park Splash Pad Project 2. Slabs on Fill: 2 inch. C. Conform to applicable code for concrete cover over reinforcement. END OF SECTION 032000-2 OI 032000-2 Fairmeadows Park Splash Pad Project SECTION 03 3000 CAST -IN-PLACE CONCRETE PART1 GENERAL 1.01 SECTION INCLUDES A. Floors and slabs on grade. B. Concrete foundations and anchor bolts for pre-engineered building. C. Concrete reinforcement. D. Joint devices associated with concrete work. E. Miscellaneous concrete elements, including equipment pads, light pole bases, flagpole bases, thrust blocks, and manholes. F. Concrete curing. 1.02 RELATED REQUIREMENTS A. Section 031000 - Concrete Forming and Accessories: Forms and accessories for formwork. B. Section 032000 - Concrete Reinforcing. C. Section 079005 - Joint Sealers: Sealants for saw cut joints and isolation joints in slabs. D. Section 321313 - Concrete Paving: Sidewalks, curbs and gutters. 1.03 PRICE AND PAYMENT PROCEDURES A. Cast -in-place concrete work will be paid for by the unit price method. B. Concrete- Slab -on -Fill or Slab -on -Grade: Includes formwork as specified in Section 031000, reinforcement as specified in Section 032000, concrete, placement accessories, consolidating and leveling, troweling, and curing. Measurement by: 1. Square yard. C. Concrete - Miscellaneous Locations: Includes formwork as specified in Section 031000, reinforcement as specified in Section 032000, concrete, placement accessories, consolidating, and curing. Measurement by: 1. Square yard. 1.04 REFERENCE STANDARDS A. ACI 211.1 - Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete; American Concrete Institute International, 1991 (Reapproved 2002). B. ACI 301 - Specifications for Structural Concrete for Buildings; American Concrete Institute International; 2010. C. ACI 302.1 R - Guide for Concrete Floor and Slab Construction; American Concrete Institute International; 2004 (Errata 2007). D. ACI 304R - Guide for Measuring, Mixing, Transporting, and Placing Concrete; American Concrete Institute International; 2000. E. ACI 318 -Building Code Requirements for Structural Concrete and Commentary; American Concrete Institute International; 2008. F. ASTM A615/A615M - Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement; 2012. 033000-1 Fairmeadows Park Splash Pad Project G. ASTM A775/A775M - Standard Specification for Epoxy -Coated Steel Reinforcing Bars, 2007b. H. ASTM C33/C33M - Standard Specification for Concrete Aggregates; 201 la. I. ASTM C391C39M - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens; 2012. J. ASTM C94/C94M - Standard Specification for Ready -Mixed Concrete; 2012. K. ASTM C109/C109M - Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2 -in. or (50 -mm) Cube Specimens); 2011 b. L ASTM C143/C143M - Standard Test Method for Slump of Hydraulic -Cement Concrete; -2010a. M. ASTM C150/C1501V1 - Standard Specification for Portland Cement: 2012. r i N. ASTM C171 - Standard Specification for Sheet Materials for Curing Concrete; 21007. i O. ASTM C173/C173M - Standard Test Method for Air Content of Freshly Mixed Cgncrete_ by the VOIUmetric Method: 2010b. _ �e P. ASTM C260 - Standard Specification for Air -Entraining Admixtures for Concrete;, 2010" c.> O. ASTM C309 - Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete, 2011. R. ASTM C330 - Standard Specification for Lightweight Aggregates for Structural Concrete: 2009. S. ASTM C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete; 2012. T. ASTM C685/C685M - Standard Specification for Concrete Made by Volumetric Batching and Continuous Mixing, 2011. U. ASTM 01240 - Standard Specification for Silica Fume Used in Cementitious Mixtures; 2011. V. ASTM C1315 - Standard Specification for Liquid Membrane -Forming Compounds Having Special Properties for Curing and Sealing Concrete; 2011. W. ASTM D994 - Standard Specification for Preformed Expansion Joint Filler for Concrete (Bituminous Type); 2011. X. ASTM D1751 - Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types); 2004 (Reapproved 2008). Y. ASTM D1752 - Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction. 2004a (Reapproved 2008). Z. ASTM D2103 - Standard Specification for Polyethylene Film and Sheeting; 2010. AA. ASTM D3963/D3963M - Standard Specification for Fabrication and Jobsite Handling of Epoxy Coated Reinforcing Steel Bars: 2001 (Reapproved 2007). AB. ASTM El 54 - Standard Test Methods for Water Vapor Retarders Used in Contact with Earth Under Concrete Slabs. on Walls, or as Ground Cover; 2008a. AC. ASTM E1643 - Standard Practice for Selection, Design; Installation and Inspection of Water Vapor Retarders Used in Contact with Earth or Granular Fill Under Concrete Slabs, 2011. AD. COE CRD -C 48 - Method of Test for Water Permeability of Concrete: 1992. 1.05 SUBMITTALS 033000-2 Fairmeadows Park Splash Pad Project A. See Section 013000 -Administrative Requirements, for submittal procedures. B. Product Data: Submit manufacturers' data on manufactured products showing compliance with specified requirements and installation instructions. C. Project Record Documents: Accurately record actual locations of embedded utilities and components that will be concealed from view upon completion of concrete work. 1.06 QUALITY ASSURANCE A. Perform work of this section in accordance with ACI 301 and ACI 318. B. Follow recommendations of ACI 306R when concreting during cold weather. PART2 PRODUCTS 2.01 FORMWORK A. Comply with requirements of Section 031000. 2.02 REINFORCEMENT A. Comply with requirements of Section 032000. 2.03 CONCRETE MATERIALS A. Cement: ASTM C150, Type I - Normal Portland type. 1. Acquire all cement for entire project from same source." B. Fine and Coarse Aggregates: ASTM C 33. .a 1. Acquire all aggregates for entire project from same source. -' C. Fly Ash: ASTM C618, Class C or F. D. Calcined Pozzolan: ASTM C618, Class N. E. Silica Fume: ASTM C1240, proportioned in accordance with ACI 211.1. F. Waterproofing Additive: Crystalline waterproofing intended for mixing into concrete to close concrete pores by growth of crystals, with no decrease in concrete strength or chemical resistance. 1. Permeability of Cured Concrete: No measurable leakage when tested in accordance with COE CRD -C 48 at 350 feet of head; provide test reports. 2.04 CHEMICAL ADMIXTURES A. Do not use chemicals that will result in soluble chloride ions in excess of 0.1 percent by weight of cement. B. Air Entrainment Admixture: ASTM C260. 2.05 BONDING AND JOINTING PRODUCTS A. Slab Isolation Joint Filler: 1/2 inch thick, height equal to slab thickness, with removable top section that will form 1/2 inch deep sealant pocket after removal. 1. Material: Closed -cell, non-absorbent, compressible polyethylene or polymer foam in sheet form. B. Slab Construction Joint Devices: Combination keyed joint form and screed, galvanized steel, with minimum 1/2 inch diameter holes for conduit or rebars to pass through at 24 inches on center, ribbed steel stakes for setting. 2.06 CURING MATERIALS A. Curing and Sealing Compound, Low Gloss: Liquid, membrane -forming, clear, non -yellowing 033000-3 Fairmeadows Park Splash Pad Project acrylic; complying with ASTM C309. 2.07 CONCRETE MIX DESIGN B. Normal Weight Concrete: 1. Shall meet the requirements of Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, Sections 4101 through 4115. 2. Shall meet the requirements of Iowa Department of Transportation, Office of Materials, Materials IM 529, Dated April 19, 2005, or latest revision. PART 3 EXECUTION 3.01 EXAMINATION A. Verify lines, levels, and dimensions before proceeding with work of this section. 3.02 PREPARATION A. Verify that forms are clean and free of rust before applying release agent. B. Coordinate placement of embedded items with erection of concrete formwork and placement of form accessories. 3.03 INSTALLING REINFORCEMENT AND OTHER EMBEDDED ITEMS A. Comply with requirements of ACI 301. Clean reinforcement of loose rust and mill scale, and accurately position, support, and secure in place to achieve not less than minimum concrete coverage required for protection. 3.04 PLACING CONCRETE A. Place concrete in accordance with ACI 304R. w B. Place concrete for floor slabs in accordance with ACI 302.1 R. '$ 1 C. Ensure reinforcement, inserts, waterstops, embedded parts; and formed construction joint devices will not be disturbed during concrete placement. D. Place concrete continuously without construction (cold) joints wherever possible, where construction joints are necessary, before next placement prepare joint surface by removing laitance and exposing the sand and sound surface mortar, by sandblasting or high-pressure water jetting. E. Finish floors level and flat, unless otherwise indicated, within the tolerances specified below. 3.05 SLAB JOINTING A. Locate joints as indicated on the drawings. B. Anchorjoint fillers and devices to prevent movement during concrete placement. C. Isolation Joints: Use preformed joint filler with removable top section for joint sealant_ total height equal to thickness of slab, set flush with top of slab. D. Saw Cut Contraction Joints: Saw cut joints before concrete begins to cool, within 4 to 12 hours after placing: use 3/16 inch thick blade and cut at least 1 inch deep but not less than one quarter (1/4) the depth of the slab. 3.06 SLAB FLATNESS AND LEVELNESS TOLERANCES A. Maximum Variation of Surface Flatness: 1. Exposed Concrete Floors: 1/4 inch in 10 ft. 2. Under Seamless Resilient Flooring: 1/4 inch in 10 ft. 3. Under Carpeting: 1/4 inch in 10 ft. 033000-4 Fairmeadows Park Splash Pad Project f s, _ B. Correct the slab surface if tolerances are less than specified. y < C. Correct defects by grinding or by removal and replacement of the defective wAIImeas requiring corrective work will be identified. Re -measure corrected areas by the same'process,�!,g „ 3.07 CONCRETE FINISHING C A. Repair surface defects, including tie holes, immediately after removing formwork r B. Concrete Slabs: Finish to requirements of ACI 302.1 R, and as follows: 1. Other Surfaces to Be Left Exposed: "Steel trowel" as described in ACI 302.1 R, minimizing burnish marks and other appearance defects. 3.08 CURING AND PROTECTION A. Comply with requirements of ACI 308R. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. B. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete. C. Surfaces Not in Contact with Forms: 1. Initial Curing: Start as soon as free water has disappeared and before surface is dry. Keep continuously moist for not less than three days by water ponding, water -saturated sand, water -fog spray, or saturated burlap. 2. Final Curing: Begin after initial curing but before surface is dry. 3.09 FIELD QUALITY CONTROL A. An independent testing agency will perform field quality control tests, as specified in Section 014000. B. Provide free access to concrete operations at project site and cooperate with appointed firm. C. Submit proposed mix design of each class of concrete to inspection and testing firm for review prior to commencement of concrete operations. D. Tests of concrete and concrete materials may be performed at any time to ensure conformance with specified requirements. E. Compressive Strength Tests: ASTM C39/C39M. For each test, mold and cure three concrete test cylinders. Obtain test samples for every 100 cu yd or less of each class of concrete placed. F. Take one additional test cylinder during cold weather concreting, cured on job site under same conditions as concrete it represents. G. Perform one slump test for each set of test cylinders taken, following procedures of ASTM C143/C143M. 3.10 DEFECTIVE CONCRETE A. Test Results: The testing agency shall report test results in writing to Engineer and within 24 hours of test. B. Defective Concrete: Concrete not conforming to required lines, details, dimensions, tolerances or specified requirements. C. Repair or replacement of defective concrete will be determined by the Engineer and Owner. The cost of additional testing shall be borne by Contractor when defective concrete is identified. D. Do not patch, fill, touch-up, repair, or replace exposed concrete except upon express direction of Engineer for each individual area. 033000-5 Fairmeadows Park Splash Pad Project 3.11 PROTECTION A. Do not permit traffic over unprotected concrete floor surface until fully cured. END OF SECTION 033000-6 z } 033000-6 Fairmeadows Park Splash Pad Project SECTION 07 9005 JOINT SEALERS PART1 GENERAL 1.01 SECTION INCLUDES A. Sealants and joint backing. 1.02 RELATED REQUIREMENTS A. Section 312520 -Portland Cement Concrete Paving: Sealants required in conjunction with paving. 1.03 REFERENCE STANDARDS A. ASTM C920 - Standard Specification for Elastomeric Joint Sealants; 2011. B. ASTM C1193 -Standard Guide for Use of Joint Sealants, 201 la. C. ASTM D1056 - Standard Specification for Flexible Cellular Materials --Sponge or Expanded Rubber: 2007. D. ASTM D1667 -Standard Specification for Flexible Cellular Materials--Poly(Vinyl Chloride) Foam (Closed -Cell); 2005 (Reapproved 2011). E. ASTM D2240 - Standard Test Method for Rubber Property--Durometer Hardness; 2005 (Reapproved 2010). 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordinate the work with other sections referencing this section. 1.05 SUBMITTALS A. See Section 013000 -Administrative Requirements, for submittal procedures. 1.06 FIELD CONDITIONS A. Maintain temperature and humidity recommended by the sealant manufacturer during and after installation. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Gunnable and Pourable Sealants: 1. BASF Construction Chemicals -Building Systems: www.buildingsystems.basf.com, 2. Dow Corning Corporation: www.dowcorning.com. 3. Tremco Global Sealants: www.tremcosealants.com. 4. Substitutions: See Section 016000 - Product Requirements. B. Preformed Compressible Foam Sealers: 1. Dayton Superior Corporation; Product www.daytonsuperior.com. 2. Tremco Global Sealants; www.tremcosealants.com. 3. Substitutions: See Section 016000 - Product Requirements. 2.02 SEALANTS A. Concrete Floor Joint Filler: Self -leveling, pourable, semi-rigid sealant intended for filling cracks and control joints not subject to significant movement, rigid enough to support concrete edges 11 Fairmeadows Park Splash Pad Project under traffic. 1. Composition: Polyurea or epoxy, single or multi -part, 100 percent solids by weight. 2. Hardness: 75 to 80 after 7 days, when tested in accordance with ASTM D2240 Shore A. 3. Color: Concrete gray. 4. Joint Width: 118 to 114 inch. B. Concrete Paving Joint Sealant: Polyurethane, self -leveling; ASTM C920, Class 25, Uses T. I, M and A; single component. 1. Color: Gray. 2. Applications: Use for: a. Joints in sidewalks and vehicular paving. 2.03 ACCESSORIES A. Primer: Non -staining type. recommended by sealant manufacturer to suit application. B. Joint Backing: Round foam rod compatible with sealant, ASTM D 1667, closed cell PVC; oversized 30 to 50 percent larger than joint width. PART 3 EXECUTION 3.01 EXAMINATION a A. Verify that substrate surfaces are ready to receive work. B. Verify that joint backing and release tapes are compatible with sealant. 3.02 PREPARATION G] A. Remove loose materials and foreign matter that could impair adhesion of sealant.* B. Clean and prime joints in accordance with manufacturer's instructions. C. Perform preparation in accordance with manufacturer's instructions and ASTM C1193. D. Protect elements surrounding the work of this section from damage or disfigurement. 3.03 INSTALLATION A. Perform work in accordance with sealant manufacturer's requirements for preparation of surfaces and material installation instructions. B. Perform installation in accordance with ASTM C1193. C. Install sealant free of air pockets, foreign embedded matter, ridges, and sags. D. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. E. Tool joints concave. 3.04 PROTECTION A. Protect sealants until cured. END OF SECTION 079005-2 Fairmeadows Park Splash Pad Project SECTION 131110 SPLASH PAD INFRASTRUCTURE PART1-GENERAL 1.01 RELATED DOCUMENTS A Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes piping, valves, specialties, controls and wiring for control system. 1.03 DEFINITIONS A. Circuit Piping: Downstream from control valves to water features. Piping is under pressure during flow. B. Drain Piping: Downstream from circuit -piping drain valves. Piping is not under pressure. C. Main Piping: Downstream from point of connection to water distribution piping to, and including, control valves. Piping is under water -distribution -system pressure. 1.04 SUBMITTALS A. Product Data: include pressure ratings, rated capacities, and settings of selected models for the following: 1. General -duty valves. 2. Specialty valves. 3. Waterfeatures. 4. Irrigation specialties. 5. Controllers. Include wiring diagrams. 6. Control cables. Include splice kits and conduit. B. Shop Drawings: Show system piping, including plan layout and locations, types, sizes, capacities and flow characteristics of irrigation system piping components. Include water meters, backflow, preventers, valves, piping, sprinklers and devices, accessories, controls and wiring. Show areas of sprinkler spray and overspray. Show wire size and number of conductors for each control cable. C. Coordination Drawings: Show piping and major system components. Indicate interface and spatial relationship between piping, system components, adjacent utilities and proximate structures. D. Field quality -control test reports. E. Operation and Maintenance Data: For systems to include in emergency, operation and maintenance manuals. 1. Automatic -control valves. 2. Water features. 3. Controllers. 131110-1 1.05 QUALITY ASSURANCE Eairmeadows Park Splash Pad Project A. Electrical Components, Devices and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction and marked for intended use, 1.06 OPERATING SYSTEM WARRANTY Minimum Warranty periods for Water Management and Operating System. A. A 25 Year Warranty on stainless steel Play Events/Products, stainless steel anchoring systems and aluminum spheres. B. A 10 Year Warranty on the reinforced fiberglass skid, sand filter fiberglass tank and cartridge filter fiberglass tank. C. A 5 Year Warranty on brass components including; spray nozzles, spray caps and spray heads, high-density polyethylene components, polyurethane components and ultra high molecular weight polyethylene components. The Subterranean vault (enclosure and access hatches), stainless steel automated water distribution manifold, drain boxes, strainers, electrical enclosures, and chemical controllers. D. A 2 Year Warranty on color coatings, stainless steel hardware and moving parts, fiberglass products, SeeflowT"l polymers, Soft Touch Elastomers (Toe Guards), subterranean water containments system, circulation pumps, chemical injection pumps, chlorinator systems, acid feed systems, polyvinyl chloride (PVC); piping, fittings, ball valves, check valves, cartridge elements, pressure gauges, chemical sensing probes, motor starters, electrical relays, terminal blocks, actuated valves, programmable log controller (PLC controller), time switches, manual switches, transformers; breaker -'s, , electrical wiring and connections. E. All warranties are managed by the equipment supplier. � 9 1.07 DELIVERY, STORAGE AND HANDLING _ A. Deliver piping with factory -applied end caps. Maintain end caps through shipping, `storage and handling to prevent pipe -end damage and to prevent entrance of dirt, debris and moisture. B. Store plastic piping protected from direct sunlight. Support to prevent sagging and bending. 1.08 PROJECT CONDITIONS A. Interruption of Existing Water Service: Do not interrupt water service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary water service according to requirements indicated. 1.09 COORDINATION A. Coordinate size and location of concrete bases. Cast anchor -bolt inserts into bases. Coordinate connection to water main with utility company. PART 2 -PRODUCTS 2.01 PIPES, TUBES AND FITTINGS A. Refer to Part 3 "Piping Applications" Article for applications of pipe. fitting and joining materials. 13 1110-2 Fairmeadows Park Splash Pad Project B. Hard Copper Tube: ASTM B 88, Type K, water tube, drawn temper. 1. Copper Pressure Fittings: ASME B16.18, cast-copper-allow or ASME 816.22, wrought-copper, solder-joint fittings. Furnish wrought-copper fittings if indicated. 2. Bronze Flanges: ASME B16.24, Class 150, with solder-joint end. 3. Copper Union: MSS SP-123, cast-=copper-allow, hexagonal-stock body, with ball- and-socket, metal-to-metal seating surfaces and solder-joint or threaded ends. C. PVC Pipe: ASTM D 1785, PVC 1120 compound, Schedule 80. 1. PVC Socket Fittings, Schedule 40: ASTM D 2466. D. PVC Pipe: ASTM D 1785, PVC 1120 compound, Schedule 80. 1. PVC Socket Fittings, Schedule 80: ASTM D 2467. 2. PVC Threaded Fittings: ASTM D 2464. E. PVC, Pressure-Rated Pipe: ASTM D 2241, PVC 1120 compound, SDR 26:' — d... 1. PVC Socket Fittings, Schedule 80: ASTM D 2467. t 2.02 WATER METERS A. Water meters will be furnished by utility company. 2.03 GENERAL-DUTY VALVES A. Curb Valves: AWWA C800. Include bronze body, ball or ground -key plug and wide tee head, with inlet and outlet matching piping material. B. Service Boxes for Curb Valves: Similar to AWWA M44 requirements for cast-iron valve boxes. Include cast-iron telescoping top section of length required for depth of burial of valve, plug with lettering "WATER," bottom section with base of size to fit over curb valve and approximately 3 -inch- (75 -mm-) diameter barrel. Shutoff Rods: Furnish total of two steel, tee -handle shutoff rod(s) with one pointed end, stem of length to operate deepest buried valve, and slotted end matching curb valve. C. Copper -Alloy Ball Valves: MSS SP -110, two-piece bronze body with full --port chrcme- plated bronze ball; PTFE or TFE seats; and 600 PSIG (4140 -kPa) minimum CWP rating and blowout -proof stem. 2.04 BACKFLOW PREVENTERS A. Reduced -Pressure Principle Backflow Preventers: 1. Standard: ASS E1013orAWWAC511. 2, Operation: Continuous -pressure applications. 3. Pressure Loss: 12 psig (83 kPa) maximum, through middle 1/3 of flow range. 4. Body: Bronze for NPS 2 (DN 50) and smaller. 5. End Connections: Threaded for NPS 2 (DN 50 and smaller. 6. Configuration: Designed for ccrizontal,straight through. 7. Accessories: a. Valves: Ball type with threaded ends on inlet and cutlet of NPS 2 (DN 50) and smaller. b. Air -Gap Fitting: ASME Al 12.1.2, matching backflow preventer connection. 13 1110-3 Fairmeadows Park Splash Pad Project 2.05 CONCRETE VAULTS A. Drain: ASME Al 12.6.3, cast-iron floor drain with outlet of size indicated. Include body anchor flange, light-duty cast-iron grate, bottom outlet and integral or field -installed bronze ball or clapper -type backwater valve. 2.06 PROTECTIVE ENCLOSURES A. Weather -Resistant Enclosures: 1. Description: Uninsulated enclosure designed to protect abcvegrdund'wat0r; piping,,... equipment, or specialties from weather and damage. a. Standard: ASSE 1060. b. Class III -V: For pressure or atmospheric vacuum breaker eq ipment or devices. Include drain opening in housing. 1) Housing: Reinforced fiberglass construction a) Size: Of dimensions indicated, but not less -than those required for access and service of protected units. b) Drain opening for units. C) Locking devices. d) Anchoring devices for attaching housing to concrete base. 2.07 SPECIALTY VALVES A. PVC Automatic Control Valves: PVC body, stainless steel internals, normally closed, diaphragm type with manual flow adjustment and operated by 24-V ac solenoid. B. Automatic Drain Valves: Spring -loaded -ball type of corrosion -resistant construction and designed to open for drainage if line pressure drops below 2-1/2 to 3 psig (17 to 20 kPa). C. Quick -Couplers: Factory -fabricated, bronze or brass, two-piece assembly. Include coupler water -seal valve; removable upper body with spring-loaded or weighted, rubber -covered cap; hose swivel with ASME 81.20.7, 3/4-11.5NH threads for garden hose on outlet and operating key. Locking -Top Option: Vandal -resistant, locking feature. Include two matching key(s). PART 3 - EXECUTION 3.01 EARTHWORK A. Install warning tape directly above pressure piping; 12 inches (300 mm) below finished grades, except 6 inches (150 mm) below subgrade under pavement and slabs. B. Install piping and wiring in sleeves under sidewalks, roadways, parking lots and railroads. Install piping sleeves by boring orjacking under existing paving if possible. C. Drain Pockets: Excavate to sizes indicated. Backfill with cleaned gravel or crushed stone; graded from 3/4 to 3 inches (19 to 75 mm), to 12 inches (300 mm) below grade. Cover gravel or crushed stone with sheet of asphalt -saturated felt and backfill remainder with excavated material. D. Provide minimum cover over top of underground piping according to the following: 1. Main piping: Minimum depth of 48 inches below finished grade. 2. Circuit Piping: 12 inches (300 mm) 3. Drain Piping: 12 inches (300 mm) 4. Sleeves: 24 inches (600 mm) 131110-4 Fairmeadows Park Splash Pad Project 3.02 PREPARATION A. Set stakes to identify locations of proposed water features. Obtain Engineer's approval before excavation. 3.03 PIPING APPLICATIONS A. Install components having pressure rating equal to or greater than system operating pressure. B. Piping in control -valve boxes and aboveground may be joined with flanges instead of joints indicated. C. Main Piping: Use the following piping materials for water piping upstream of backflow preventer: 1. NPS 4 (DN 100) and Smaller: ASTM B 88 Type K copper tube, wrought -or cast - copper fittings and soldered joints. D. Circuit Piping: Use the following piping materials for water piping downstream of backflow preventer: 1. NPS 2 (DN 50) and Smaller: SR 26, PVC, pressure -rated pipe; Schedule 40, PVC socket fittings and solvent -cemented joints. E. Underground Branches and Offsets at Devices: Schedule 80, PVC pipe; threaded PVC fittings and threaded joints. F. Risers to Aboveground Sprinklers and Specialties: Schedule 80, PVC pipe and socket fittings and solvent -cemented joints. G. Drain piping: Use the following piping materials: 1. All Sizes: Schedule 40, PVC pipe and socket fittings and solvent -cemented joints. H. Sleeves: Schedule 40, PVC pipe and socket fittings; and solvent -cemented joints. I. Transition Fittings: Use transition fittings for plastic -to -metal pipe connections according to the following: 1. Fittings: a. Aboveground Piping: Plastic -to -metal transition fittings. <=' 3.04 VALVE APPLICATIONS A. Aboveground, Shutoff -Duty Valves. 1. NPS 2 (DN50) and Smaller: Bronze ball valve. 3.05 VALVE INSTALLATION A. Underground Curb Stops: Install in service box with top flush with grade. 3.06 SPRINKLER INSTALLATION A. Flush circuit piping with full head of water and install water features after hydrostatic test is 131110-5 Fairmeadows Park Splash Pad Project completed. B. Install water features per manufacturer's recommendations. 3.07 AUTOMATIC -CONTROL SYSTEM INSTALLATION A. Install controllers on concrete bases not less than 6 inches thick, and not less than 6 inches (150 mm) greater in each direction than overall dimensions of controller enclosure. B. Install control cable in same trench as irrigation piping and at least 2 inches (50 mm) below piping. Provide conductors of size not smaller than recommended by controller manufacturer. Install cable in separate sleeve under paved areas if irrigation piping is installed in sleeve. 3.08 CONNECTIONS A. Drawings indicate general arrangement of piping, fittings and specialties. , 3.09 LABELING AND IDENTIFYING i A. Equipment Nameplates and Signs: Install engraved plastic -laminate equipment nameplates and signs on each automatic controller. 1. Text: In addition to identifying unit, distinguish between multiple units, inform; operator of operational requirements, indicate safety and emergency' precautions, and warn of hazards and improper operations. R Warning Tapes: Arrange for installation of continuous, underground, detectable warning tape over underground piping during backfilling of trenches. 3.10 FIELD QUALITY CONTROL A. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect, test and adjust field -assembled components and equipment installation, including connections and to assist in field testing. Report results in writing. B. Perform the following field tests and inspections and prepare test reports: 1. Leak Test: After installation, charge system and test for leaks. Repair leaks and retest until no leaks exist. 2. Operational Test: After electrical circuitry has been energized, operate controllers and automatic control valves to confirm proper system operation. 3. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. C. Remove and replace units and retest as specified above. 3.11 STARTUP SERVICE A. Verify that controllers are installed and connected according to the Contract Documents, B. Verify that electrical wiring installation complies with manufacturer's submittal and installation requirements in Division 16 Sections. C. Complete startup checks according to manufacturer's written instructions. 13 1110-6 Fairmeadows Park Splash Pad Project 3.12 ADJUSTING A. Adjust settings of controllers. B. Adjust automatic control valves to provide flow rate of rated operating pressure required for each circuit. 3.13 CLEANING A. Flush dirt and debris from piping before installing devices. END OF SECTION 3 j n3Y 131110-7 Fairmeadows Park Splash Pad Project SECTION 131120 AQUATIC PLAY PRODUCTS PART1-GENERAL The aquatic play products shall be suitable for installation in aquatic facilities and public play'areas. They .y shall be specifically designed for use by children and adults and be manufactured by a company that has at least five years experience in the design and engineering of children's aquatic play areas. ' 1.01 PRODUCT CONSTRUCTION A. Play Products: All aquatic play products installed above and below grade shall be manufactured from 304/304L stainless steel. The anchoring system and associated fastening hardware shall be manufactured from 304/304L stainless steel. Rigid centricast fiber reinforced (FRP) and/or molded fiberglass, PVC, filament wound tubing or Galvanized Steel shall not be utilized for any above or below grade play product structures. B. Mounting and Assembly Hardware: All hardware and anchoring systems shall be 304/304L or 316 stainless steel. All Play Products and Ground Spay systems shall Include an integrated anchoring and leveling system facilitating installation and a flush surface finish. Exposed and accessible hardware shall be tamper resistant (unless 316 Stainless is required in supervised areas), requiring a special tool for removal to deter vandalism and theft. C. Spray nozzles, caps and heads: Shall be manufactured from lead free brass or UHMWPE and shall use tamper resistant tools for installation and removal. All grade level play products are to be furnished with appropriate winterization caps. PVC, Nylon, and Delrin TM. shall not be utilized. D. Painted Finish: Shall be a polyester smooth glossy heat -cured powder coat that is UV and chemical resistant and suitable for public spaces. Airbrush graphics are applied over the base powder coating and are to be clear -coated for UV resistance and physical durability. E. Polished Finish (for polished structures only): All polished structures shall be passivated, to inhibit corrosion. F. Material for Paneling, Signage, Water Deflection, and Toe Guards: All Polyethylene, HDPE, Polyurethane, Elastomers, and Seeflow Polymers used for paneling, signage or water deflection shall be resistant to chlorinated water and be ultraviolet stabilized to inhibit sunlight fading. G. Safety & Craftsmanship: All accessible edges shall be machined to a rounded finish. All welds shall be watertight, buffed smooth, or polished to a nonvisible finish and factory pressure tested. Accessible nozzles and spray heads shall be recessed to ensure a completely safe play environment with no pinch points, head entrapments or protrusion hazards. All products shall be designed in accordance with ASTM F1487, ASTM F-2461 and CSA Z614-98 regulations for public playgrounds. H. Lexan Polymer: The Lexan Polymer shall be specially selected for aquatic play products and shall have the following characteristics: translucent, highly resistant to shock, impact vandalism and must be non-flammable. The polymer shall present dimensional stability 131120-1 1.02 1.03 1.04 1.05 Fairmeadows Park Splash Pad Project and a high resistance towards chemical products, ultra violets rays and be transparent presenting crystal clear surface throughout. I. SeefloW 74 Polymer: The SeeflowTA° Polymer specially selected for aquatic play products and shall have the following characteristics: translucent, highly resistant to shock, impact vandalism and must be non-flammable. The polymer shall present dimensional stability and a high resistance towards chemical products, ultra violets rays and be transparent presenting crystal clear surface throughout. PRODUCT DELIVERY, STORAGE AND HANDLING A. All aquatic play products and associated equipment must be properly wrapped and secured in place while in transport to the project site. Care shall be observed during offloading and handling to prevent excessive stress and abrasions. B. At the site, the play products and associated equipment are to be stored in safe areas, out of the way of traffic and other construction activities, until the actual time of installation. If required, safety barricades or other like precautions must be taken for the protection of public and adjacent property. J C. Protective wrapping on the aquatic play features must be left in place until construction work for the Splashpad is complete. = 1 m COMMISSIONING OF THE SPLASHPAD A. Upon completion of construction, the general contractor shall provide the ownedoperatar = adequate training on facility operations and maintenance. The contractor may requesf--' that the equipment manufacturer and/or manufacturer's representative provide onsite`.? startup and training for the owner/operator. SPLASHPAD QUALITY ASSURANCE A Provide evidence of commitment of quality craftsmanship as demonstrated by the following: Splashpad Manufacturer Qualifications: 1. The products shall be designed and produced at a facility owned and directly supervised by the supplier. 2. All products shall be shipped from a single source. 3. A full time licensed engineer must be on staff 4. A full time quality control manager must be on staff SPLASHPAD EQUIPMENT WARRANTIES Minimum Warranty periods Splashpad Play Events/Products & Skid Mounted Water Quality Management System Equipment A. A 25 Year Warranty on stainless steel Play Events/Products, stainless steel anchoring systems and aluminum spheres. B. A 10 Year Warranty on the reinforced fiberglass skid, sand filter fiberglass tank and cartridge filter fiberglass tank. C. A 5 Year Warranty on brass components including; spray nozzles, spray caps and spray heads, high-density polyethylene components, polyurethane components and ultra high molecular weight polyethylene components. The Subterranean vault (enclosure and access hatches), stainless steel automated water distribution manifold, drain boxes, strainers, electrical enclosures, and chemical controllers. 131120-2 Fairmeadows Park Splash Pad Project D. A 2 Year Warranty on color coatings, stainless steel hardware and moving parts, fiberglass products, SeeflowT" polymers, Soft Touch Elastomers (Toe Guards), subterranean water containments system, circulation pumps, chemical injection pumps, chlorinator systems, acid feed systems, polyvinyl chloride (PVC); piping, fittings, ball valves, check valves, cartridge elements, pressure gauges, chemical sensing probes, motor starters, electrical relays, terminal blocks, actuated valves, programmable log controller (PLC controller), time switches, manual switches, transformers, breakers, electrical wiring and connections. E. All warranties are to be managed by the equipment supplier. 1.06 ADDITIONAL REQUIREMENTS A. The manufacturer is required to offer a complete water quality management system to accommodate the specified aquatic play products. This complete Splashpad automation package, consisting of a FRP water containment system, 2 loop water filtration system, automated chemical treatment system, automated water distribution system, Splashpad operational control and failsafe monitoring systems, Motor starter protection circuitry, and a user activated controller to regulate the use of the play events and their hours of operation. B. This water quality management system must be preassembled, factory tested, and come complete with all the necessary plumbing, prewired control systems, pumps, and solenoid valves. The manufacturer must have the capacity to provide technical documentation, operations and maintenance manuals, and technical support for the entire system. } 2 3y PART2-PRODUCTS -. 2.01 AQUATIC PLAY EVENTS h - u A. The contractor shall provide and install the following aquatic play events as`.' manufactured by VORTEX, 328 Avro St., Montreal, Quebec, Canada H9R 5W5, (514) 6943868. B. See attached sheets for VOR7020.000 Foaming Geyser, VOR7010.0000 Water Jelly 03, VOR215.2000 Frog Cannon, VOR205.2000 Monkey Cannon, VOR109.2000 Dumping Pelican, VOR8061.4000 Monkey in the Middle, and VOR7382.0000 Raining Buckets, 2.02 SPLASHPAD SYSTEM CONTROLLER A. The Touch Pad programmable logic controller shall be mounted and prewired to all Water Quality Management System skid mounded components. Sized according to the number of outputs it is required to control, the programmable logic controller shall be factory programmed with a variety of spray sequences designed according to the requirements of the project. It shall have the flexibility to user modify the sequences using either a transportable memory cartridge or via the Touch Pad user interface. B. A 24hr/7day user programmable time switch, which shall allow the user to set the operational hours of the facility, shall be incorporated into the operating system. The time switch shall have the ability to be programmed with a different time schedule for each day of the week, and up to 2 time schedules per day. C. The operating system shall be capable of interfacing with the supplied automated water chemistry control unit, and other pertinent monitoring equipment and shall display current operating parameters on the touch screen interface. In the event of a chemical or equipment fault the operating system shall disable water flow to the patrons and/or 131120-3 Fairmeadows Park Splash Pad Project initiate an equipment shut down procedure. D. The operating system shall be supplied with a touch pad user interface with controls for each output, activation device(s), and time switch. These selector switches allow the user to select the operational mode of the components (i.e. Hand, Off and Automatic) E. The operating system shall be housed in a corrosion resistant NEMA 4X rated enclosure, complete with stainless steel lockable latches. F. The operating system shall have the capacity to receive signals from activation devices, operating on 24VDC. G. The operating system shall have the capacity to send signals from the controller PLC to actuated valves operating at 24 VAC. H. The operating system shall have the ability to automatically purge all water lines based on the user selected time and duration (i.e. every day at 5 am). It shall also, be configured to purge all lines after a user defined period of inactivity (i.e. after 4 hours of inactivity). I. The operating system shall have the ability to display "help menu" topics within the touch pad screen window for each relevant function. i.e, an on screen step by step tutorial for backwashing the sand filter. J. The operating system shall contain a 120 VAC primary 124 VAC secondary"f transformer with built in electrostatic shield protection. _ 1 w 2.01 ACTIVATION DEVICES s A. The contractor shall provide and install the following activation devices as manufaCttlred by VORTEX, 328 Avro St., Montreal, Quebec, Canada H9R 5W5, (514) 6943868. - ca B. See attached sheets for VOR7399.00 Magic Touch Bollard 02 2.03 ACTIVITY DECK DRAIN (s) A. The contractor shall provide and install the following activation devices as manufactured by VORTEX, 328 Avro St., Montreal, Quebec, Canada H9R 5W5, (514) 6943868. QTY2. VOR1000.0001 B. The activity deck drain(s) shall be fabricated from noncorrosive and nontarnishing materials. The grating shall provide an antiskid surface, with openings no larger that 5/16", and shall be secured to the drain box with stainless steel tamper resistant hardware. C. The activity deck drain(s) shall be capable of handling 200 GPM flow at a maximum of 1.5 ft/sec, through an 8" PVC side outlet. D. The activity deck drain(s) shall be constructed to accept a removable stainless steel 22 gauge filtration basket, that if so configured, would capture all large debris prior to entering the drain line. PART 3: EXECUTION 3.01 EXECUTION A. The manufacturer shall furnish the purchaser with at least two sets of complete installation and operating manuals. The installation manual will illustrate the installation of the entire system. It shall describe the startup procedure and day-to-day operation of the system. 13 1120-4 Fairmeadows Park Splash Pad Project 3.02 PLAY PRODUCT INSTALLATION A. Safeswap Anchoring and leveling Systems: The Stainless Steel Safeswap Anchoring System shall provide the ability to add/remove/interchange select play products without having to incur any additional infrastructure costs. The anchoring system shall have an integrated leveling system facilitating installation and a flush finished to the activity deck surface without any protruding bolts or hardware. The Play Product shall be fastened directly to the Safeswap Anchoring system. The dead and live loads shall be distributed onto the Safeswap Anchoring system flange plate. A neoprene sealing gasket shall provide a water tight seal between the play product flange and Safeswap flange. Mechanical fastening of the Play Products to the activity deck slab shall be prohibited unless used on elevation with Toe Guards. B. Embedded Anchoring and leveling Systems: The anchoring system shall have an integrated leveling system facilitating installation, ensuring product is plumb and installed at the desired height. C. When applicable, templates shall be supplied to facilitate the installation of embedded anchoring equipment. D. All play products shall have electrical grounding studs incorporated into their associated anchoring equipment. All play products shall be grounded by the installer per local codes. E. All installation conduit wiring including electrical supply panel, PVC connections, piping, elbows, tees, play product assembly if required and other items relating to the installation shall be supplied by the general contractor. F. Drawings and Instructions: Product drawings and installation manuals shall be supplied by the manufacturer for ease of installation. END OF SECTION 131120-5 Fairmeadows Park Splash Pad Project SECTION 26 0500 BASIC ELECTRICAL REQUIREMENTS PART1 GENERAL 1.01 SECTION INCLUDES A. Requirements applicable to all Division 26 Sections. Also refer to Division Requirements. B. All materials and installation methods shall conform to the applicable standards, guidelines and codes referenced in each specification section. 1.02 SCOPE OF WORK A. This Specification and the associated drawings govern furnishing, installing, testing and placing into satisfactory operation the Electrical Systems. B. The Contractor shall furnish and install all new materials as indicated on the drawings, and/or in these specifications, and all items required to make his portion of the Electrical Work a finished and working system. C. Description of Systems shall be as follows: 1. Electrical power system to and including sports lighting, panelboards, and light fixtures, equipment, motors, devices, etc. 2. Electrical power service system from the Utility Company to and including service entrance equipment, distribution and metering. 3. Grounding system. 4. Wiring of equipment furnished by others. 5. Reuse of existing systems and equipment. 1.03 WORK SEQUENCE A. All work that will produce interference with normal building operations, as determined by the Owner, shall be scheduled with the Owner. It may be necessary to schedule such work during unoccupied hours. The Owner reserves the right to determine when restricted construction hours are required. All work requiring electrical outages shall be coordinated with the Owner at least two weeks in advance 1.04 QUALITY ASSURANCE A. Contractor's Responsibility Prior to Submitting Pricing/Bid Data: 1. The Contractor is responsible for constructing complete and operating systems. The Contractor acknowledges and understands that the Contract Documents are a two-dimensional representation of a three-dimensional object, subject to human interpretation- This representation may include imperfect data, interpreted codes, utility guides, three-dimensional conflicts, and required field coordination items. Such deficiencies can be corrected when identified prior to ordering material and starting installation. The Contractor agrees to carefully study and compare the individual Contract Documents and report at once in writing to the Architect/Engineer any deficiencies the Contractor may discover. The Contractor further agrees to require each subcontractor to likewise study the documents and report at once any deficiencies discovered. 2. The Contractor shall resolve all reported deficiencies with the Architect/Engineer prior to awarding any subcontracts, ordering material, or starting any work with the Contractor's own 260500-1 Fairmeadows Park Splash Pad Project employees. Any work performed prior to receipt of instructions from the Architect/Fngineer will be done at the Contractor's risk. B. Qualifications: 1. Only products of reputable manufacturers as determined by the Engineer are acceptable. 2. All Contractors and subcontractors shall employ only workmen who are skilled in their trades. At all times, the number of apprentices at thejob site shall be less than or equal to the number of journeymen at the job site. C. Compliance with Codes, Laws, Ordinances: 1. Conform to all requirements of the City of Iowa City, Iowa Codes, Laws, Ordinances and other regulations having jurisdiction over this installation. 2. If there is a discrepancy between the codes and regulations and these specifications, the Engineer shall determine the method or equipment used. 3. If the Contractor notes. at the time of bidding, any parts of the drawings or specifications that do not comply with the codes or regulations, he shall inform the Architect/Engineer in writing, requesting a clarification. If there is insufficient time for this procedure, he shall submit with his proposal a separate price to make the system comply with the codes and regulations. 4. All changes to the system made after the letting of the contract to comply with codes or the requirements of the Inspector, shall be made by the Contractor without cost to the Owner, 5. If there is a discrepancy between manufacturer's recommendations and these specifications, the manufacturer's recommendations shall govern. 6. If there are no local codes having jurisdiction, the current issue of the National Electrfpal ti Code shall be followed. D. Permits, Fees, Taxes, Inspections: 1. Procure all applicable permits and licenses. 2. Abide by all laws, regulations, ordinances, and other rules of the State or Political Subdivision where the work is done, or as required by any duly constituted pul�rTc autho- Pity. 3. Pay all charges for permits or licenses. 4. Pay all fees and taxes imposed by State. Municipal, and other regulatory bodies. 5. Pay all charges arising out of required inspections by an authorized body. 6. Pay all charges arising out of required contract document reviews associated with the project and as initiated by the Owner or authorized agency/consultant. 7. Where applicable, all fixtures, equipment and materials shall be listed by Underwriter's Laboratories, Inc. or a nationally recognized testing organization. 8. Pay all telephone company charges related to the service or change in service. E. Utility Company Requirements: 1. Secure from the private or public utility company all applicable requirements. 2. Comply with all utility company requirements. 3. The Owner shall make application for and pay for new electrical service equipment and installation. The Contractor shall coordinate schedule and requirements with the Owner and Utility Company. 260500-2 Fairmeadows Park Splash Pad Project 4. Furnish the meter socket metering per Utility Company requirements. Verify approved manufacturers and equipment with the Utility Company. 5. The Owner shall apply and pay for any changes for removal of existing electrical service by the utility company. The Contractor shall verify approved manufacturers and equipment with the Utility Company. F. Examination of Drawings: 1. The drawings for the electrical work are completely diagrammatic, intended to convey the scope of the work and to indicate the general arrangements and locations of equipment, outlets, etc., and the approximate sizes of equipment. 2. Contractor shall determine the exact locations of equipment and rough -ins, and the exact routing of raceways so as to best fit the layout of the job. 3. Scaling of the drawings will not be sufficient or accurate for determining these locations. 4. Where job conditions require reasonable changes in arrangements and locations, such changes shall be made by the Contractor at no additional cost to the Owner. 5. Because of the scale of the drawings, certain basic items, such as junction boxes, pull boxes, conduit fittings, etc., may not be shown, but where required by other sections of the specifications or required for proper installation of the work, such items shall be furnished and installed. 6. If an item is either shown on the drawings or called for in the specifications, it shall be included in this contract. 7. The Contractor shall determine quantities and quality of material and equipment required from the documents. Where discrepancies arise between drawings, schedules and/or specifications, the greater and better quality number shall govern, S. Where used in electrical documents the word "furnish" shall mean supply for use, the word "install" shall mean connect up complete and ready for operation, and the word "provide' shall mean to supply for use and connect up complete and ready for operation. 9. Any item listed as furnished shall also be installed unless otherwise noted. 10. Any item listed as installed shall also be furnished unless otherwise noted o G. Files: k 1 1. The information is provided to expedite the project and assist the Contractor,witft no - guarantee by the engineer as to the accuracy or correctness of the information' provided.) The engineer accepts no responsibility or liability for the Contractor's use of these documenf§, H. Field Measurements: 1. Verify all pertinent dimensions at the job site before ordering any conduit, conductors, wireways, bus duct, fittings, eta 1.05 SUBMITTALS A. Submittals shall be required for all electrical items. B. Provide Schedule of Values: 1. Application forms: Use AIA Document Continuation Sheets G703 (or similar) as the form for application. 2. Provide line items on the Schedule of Values including: a. General Conditions (mobilization, bonds, insurance, etc.) 260500-3 Fairmeadows Park Splash Pad Project b. Lighting c. Power 3. Change orders shall have schedule of values broken out as listed above submittedwith each change order. _= 4. Coordinate with the Project Engineer the items included in the Schedule of Values The intent is to not create schedules in addition to those the Electrical Contractor. ndrmalt'-'submits, to the General Contractor for payment. n 1.06 PRODUCT DELIVERY, STORAGE, HANDLING AND MAINTENANCE A. Exercise care in transporting and handling to avoid damage to materials. Store -materials on the site to prevent damage. B. Keep all materials clean, dry and free from damaging environments. C. Coordinate the installation of heavy and large equipment with the General Contractor and/or Owner. If the Electrical Contractor does not have prior documented experience in rigging and lifting similar equipment, he/she shall contract with a qualified lifting and rigging service that has similar documented experience. Follow all equipment lifting and support guidelines for handling and moving. D Contractor is responsible for moving equipment into the building and/or site. Contractor shall review site prior to bid for path locations and any required building modifications to allow movement of equipment. Contractor shall coordinate his/her work with other trades. 1.07 WARRANTY A Provide one-year warranty for all fixtures, equipment, materials, and workmanship. B. The warranty period for all work in this specification Division shall commence on the date of Substantial Completion or successful system performance whichever occurs later. The warranty may also commence if a whole or partial system or any separate piece of equipment or component is put into use for the benefit of any party other than the installing contractor with prior written authorization of the Owner. In this instance, the warranty period shall commence an the date when such whole system, partial system or separate piece of equipment or component is placed in operation and accepted in writing by the Owner. C. Warranty requirements extend to correction, without cost to the Owner, of all work found to be defective or nonconforming to the contract documents The Contractor shall bear the cost of correcting all damage due to defects or nonconformance with contract documents excluding repairs required as a result of improper maintenance or operation, or of normal wear as determined by the Architect/Engineer. 1.08 INSURANCE A_ This Contractor shall maintain insurance coverage asset forth in General Conditions of these specifications. 1.09 MATERIAL SUBSTITUTION A, Where several manufacturersnames are given, the manufacturer for which a catalog number is given is the basis of design and establishes the quality required. B, Equivalent equipment manufactured by the other named manufacturers may be used. Contractor shall ensure that all items submitted by these other manufacturers meet all requirements of the drawings and specifications, and fit in the allocated space. The Engineer shall make the final determination of whether a product is equivalent. C. Any material, article or equipment of other unnamed manufacturers which will adequately 260500-4 Fairmeadows Park Splash Pad Project perform the services and duties imposed by the design and is of a quality equal to or better than the material, article or equipment identified by the drawings and specifications may be used if approval is secured in writing from the Architect/Engineer via addendum. The Contractor assumes all costs incurred as a result of using the offered material, article or equipment, on his part or on the part of other Contractors whose work is affected. D. Voluntary add or deduct prices for alternate materials may be listed on the bid form. These items will not be used in determining the low bidder. This Contractor assumes all costs incurred as a result of using the offered material or equipment on his part or on the part of other Contractors whose work is affected. E. All material substitutions requested after the final addendum must be listed as voluntary changes on the bid form. PART PRODUCTS 2.01 GENERAL. A. All items of material having a similar function (e.g., safety switches, panelboards, switchboards, contactors) shall be of the same manufacturer unless specifically stated otherwise on drawings or elsewhere in specifications. PART 3 EXECUTION 3.01 JOB SITE SAFETY A. Neither the professional activities of the Engineer, nor the presence of the Engineer or his or her employees and subconsultants at a construction site, shall relieve the Contractor and any other entity of their obligations, duties and responsibilities including, but not limited to, construction means, methods, sequence, techniques or procedures necessary for performing, superintending or coordinating all portions of the work of construction in accordance with the contract documents and any health or safety precautions required by any regulatory agencies. The Engineer and his or her personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. The Contractor is solely responsible for jobsite safety. The Engineer and the Engineer's consultants shall be indemnified and shall be made additional insureds under the Contractor's general liability insurance policy. 3.02 EXCAVATION, FILL, BACKFILL, COMPACTION,; A. General: 1. Prior to the commencement of any excavation or digging, the Contractor shiallverify all underground utilities with the regional utility locator. Provide prior notice to thbrjocatore,before'-mil excavations. Contact information for most regional utility locaters can be fou6ad by calling 811' 2. The Contractor shall do all excavating, filling, backfilling, compacting, and'sestorat ri in connection with his work. B. Excavation: 1. Make all excavations to accurate, solid, undisturbed earth, and to proper dimensions 2. If excavations are carried in error below indicated levels, concrete of same strength as specified for the foundations or thoroughly compacted sand -gravel fill, as determined by the Architect/Engineer shall be placed in such excess excavations under the foundation. Place thoroughly compacted, clean, stable fill in excess excavations under slabs on grade, at the Contractors expense. 3. Trim bottom and sides of excavations to grades required for foundations. 260500-5 Fairmeadows Park Splash Pad Project 4. Protect excavations against frost and freezing. 5. Take care in excavating not to damage surrounding structures, existing utilities, equipment or buried pipe. Do not undermine footing or foundations. S. Perform all trenching in a manner to prevent cave-ins and risk to workmen. 7. Where original surface is pavement or concrete, the surface shall be saw cut to provide clean edges and assist in the surface restoration. 8. If satisfactory bearing soil is not found at the indicated levels, immediately notify the Arch itect/Englneer or their representative. and do no further work until the Architect/Engineer or their representative gives further instructions. 9. Excavation shall be performed in all ground conditions, including rock, if encountered. Bidders shall visit the premises and determine the soil conditions by actual observations, borings, or other means. The cost of all such inspections, borings, etc., shall be borne by the bidder. 10. If a trench is excavated in rock, a compacted bed with a depth of 3" (minimum) of sand and gravel shall be used to support the conduit unless masonry cradles or encasements are used. 11. Mechanical excavation of the trench to line and grade of the conduit or to the bottom level of masonry cradles or encasements is permitted, unless otherwise indicated on the electrical drawings, C. Dewatering: 1. Furnish, install, operate and remove all dewatering pumps and pipes needed to keep trenches and pits free of water. D. Underground Obstructions: , F 1. Known underground piping, conduit, feeders, foundations, and other obstructions in the w vicinity of construction are shown on the civil drawings. Review all Bid Documenfs:for alltrade's ".L on the project to determine obstructions indicated. Take great care in making installations rear'_ ,L obstructions. 2. If objects not shown on the drawings are encountered. remove. relocate, cr performLgxtra work as directed by the Arch itectiEngineer. E. Fill and Backfilling. 1. No rubbish or waste material is permitted for fill or backfill. 2. Furnish all necessary sand for backfilling. 3. Dispose of the excess excavated earth as directed. 4. Backfill materials shall be suitable for required compaction, clean and free of perishable materials, frozen earth. debris, earth with a high void content, and stones greater than 4 inches in diameter. Water is not permitted to rise in unbackfilled trenches. 5. Backfill all trenches and excavations immediately after installing of conduit, or removing forms, unless other protection is directed. 6. Around piers and isolated foundations and structures, backfill and fill shall be placed and consolidated simultaneously on all sides to prevent wedge action and displacement. Spread fill and backfill materials in 6" uniform horizontal layers with each layer compacted separately to required density. 7. For conduits that are not concrete encased, lay all conduits on a compacted bed of sand at least 3" deep. Backfill around conduits with sand, in 6" layers and compact each layer. 260500-6 Fairmeadows Park Splash Pad Project 8. Backfill with sand up to grade for all conduits under slabs or paved areas. All other conduits shall have sand backfill to 6" above the top of the conduit. 9. Place all backfill above the sand in uniform layers not exceeding 6" deep. Place then carefully and uniformly tamp each layer to eliminate lateral or vertical displacement 10. Where the fill and backfill will ultimately be under a building, floor or paving, each layer of fill shall be compacted to 95% of the maximum density as determined by AASHTO Designation T- 99 or ASTM Designation D-698. Moisture content of soil at time of compaction shall not exceed plus or minus 2% of optimum moisture content as determined by AASHTO T-99 or ASTM D- 698 test. 11. After backfilling of trenches, no superficial loads shall be placed on the exposed surface of the backfill until a period of 48 hours has elapsed F. Surface Restoration: 1. Where trenches are cut through graded, planted or landscaped areas, the areas shall be restored to the original condition. Replace all planting and landscaping features removed or damaged to its original condition. At least 6° of topsoil shall be applied where disturbed areas are to be seeded or sodded. All lawn areas shall be sodded unless seeding is called out in the drawings or specifications. 2. Concrete or asphalt type pavement, seal coat, rock, gravel or earth surfaces removed or damaged shall be replaced with comparable materials and restored to original conditjch. Broken edges shall be saw cut and repaired as directed by Arch itect/Engineer:.- 3.03 PROJECT CLOSEOUT A. The following paragraphs supplement the requirements of Division 1. B. Final Jobsite Observation. 1. In order to prevent the Final Jobsite Observation from occurring too early, the ContraAptor - shall review the completion status of the project and certify that the job is ready,for the�fpal jobsite observation. C. The following must be submitted before Architect/Engineer recommends final payment: 1. Record documents including marked -up drawings and specifications. 2. Provide spare parts, maintenance, and extra materials in quantities specified in individual specification sections. Deliver to project site and place in location as directed by Owner and submit receipt to Architect/Engineer. 3. Start-up reports on all equipment requiring a factory installation or start-up. 3.04 INSTRUCTING THE OWNER'S REPRESENTATIVE A. Adequately instruct the Owner's designated representatives in the maintenance, care, and operation of the complete systems installed under this contract. B. Provide verbal and written instructions to the Owner's representatives by FACTORY PERSONNEL in the care, maintenance, and operation of the equipment and systems. C. The instructions shall include: 1. Maintenance of equipment. 2. Start-up procedures for all major equipment. D. Notify the Architect/Engineer of the time and place for the verbal instructions to the Owner's representative so his representative can be present if desired. 260500-7 Fairmeadows Park Splash Pad Project 3.05 RECORD DOCUMENTS A. Upon completing the job, and before final payment is made, give the marked -up drawings to the Architect/Engineer. 3.06 ADJUST AND CLEAN A. Thoroughly clean all equipment and systems prior to the Owner's final acceptance of the project. B. Clean all foreign paint, grease, oil, dirt, labels, stickers, etc. from all equipment. C. Remove all rubbish, debris, etc.. accumulated during construction from the premises. 3.07 SPECIAL REQUIREMENTS A. Coordinate the installation of all equipment, controls, devices, etc., with other trades to maintain clear access area for servicing. B. Install all equipment to maximize access to parts needing service or maintenance. Review the final location, placement, and orientation of equipment with the Owner's representative, nor to setting equipment. -- 3.08 FIELD QUALITY CONTROL A. General: 1. Conduct all tests required during and after construction. 2. Supply necessary instruments, meters, etc., for the tests. Supply competent technicians with'I training in the proper testing techniques. G; 3. All cables and wires shall be tested for shorts and grounds following installation and - connection to devices. Replace shorted or grounded wires and cables. 4. Any wiring device, electrical apparatus or lighting fixture, if grounded or shorted on any integral "live" part, shall have all defective parts or materials replaced. 5. Test cable insulation of service and panel feeder conductors for proper insulation values. Tests shall include the cable, all splices. and all terminations. Each conductor shall be tested and shall test free of short circuits and grounds and have an insulation value not less than the National Electrical Code Standards. Take readings between conductors, and between conductors and ground. 6. If the results obtained in the tests are not satisfactory make adjustments, replacements, and changes as needed. Then repeat the tests, and make additional tests, as the Architect/Engineer or authority having jurisdiction deems necessary. B. Ground Resistance: 1. Conduct service ground resistance tests using an approved manufactured ground resistance meter. Submit to the Arch itect/Ergineer a proposed test procedure including type of equipment to be used. (The conventional ohmmeter is not an acceptable device.) 2. Make ground resistance measurements during normal dry weather and not less than 48 hours after a rain. 3. If the ground resistance value obtained is more than the value set forth in Section 26 05 26, the following shall be done to obtain the value given: a. Verify that all connections in the service ground system are secure. b. Increase the depth to which ground rods are driven by adding section lengths to the rods and retest. If the resistance is still excessive increase the depth by adding an 260500-8 Fairmeadows Park Splash Pad Project additional rod section and retest. c. If the resistance is still excessive, furnish and install additional ground rods, spaced not less than 20 feet from other ground rods unless otherwise noted on plans, and connect into the ground electrode system. Retest. d. Review results with the Architect/Engineer. 4. Before final payment is made to the Contractor submit a written report to the Arch itect/Eng I neer including the following: a. Date of test. b. Number of hours since the last rain. c. Soil condition at the time of the test in the ground electrode location. That is: dry, wet, moist, sand, clay, etc. d. Diagram of the test set-up showing distances between test equipment, ground electrode, auxiliary electrodes, etc. e. Make, model, and calibration date of test equipment. f. Tabulation of measurements taken and calculations made. C. If any test results are not satisfactory, make adjustments, replacements and changes as needed and repeat the tests and make additional tests as the Architect/Engineer or authority having jurisdiction deem necessary. END OF SECTION 260500-9 Fairmeadows Park Splash Pad Project SECTION 312100 SITE PREPARATION PART 1 -GENERAL 1.01 SUMMARY A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES: A. [DOT Standard Specifications. B. Section 01 5713: Slope Protection and Erosion Control PART 2 -PRODUCTS None.rO _ PART 3 - EXECUTION 3.01 TECHNIQUES A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the DOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2101. Clearing and Grubbing. Division 25. Miscellaneous Construction. Section 2519. Fence Construction. 3.02 EXISTING TREES, SHRUBS AND VEGETATION A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. C. Contractor is responsible for damage outside the limits of construction, and for trees, shrubs and vegetation not designated for removal_ The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 3.03 EXISTING STRUCTURES AND PROPERTY A. Remove existing signs and posts within the construction area as directed by the Engineer. All permanent traffic signs will be removed, stored, and replaced by the City of Iowa City. 312100-1 Fairmeadows Park Splash Pad Project Contractor shall provide 48 hour minimum advance notice for sign removal and for sign replacement. Permanent signs will be replaced prior to concrete pours. B. Move mailboxes to a location approved by the Engineer prior to closing road. Salvage and store any unique supports for mailboxes. Restore mailboxes and their supports to their prior location and condition when road is reopened. 3.04 EXISTING FENCING A. Only fencing designated by the Engineer shall be removed. B. Sections of fence removed for construction shall be replaced per the applicable bid item. If not addressed, replace with new materials. 3.05 EXISTING UTILITIES A Contact appropriate utility representative to verify the presence and location of buried utilities in the construction area. 3.06 EROSION CONTROL A. Comply with Iowa City Code and Section 01 5713, Slope Protection and Erosion Control. END OF SECTION 31 2100-2 ca 31 2100-2 Fairmeadows Park Splash Pad Project SECTION 312220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART 1 -GENERAL 1.01 SUMMARY A. Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material, and topsoil, strip, salvage and spread. 1.02 REFERENCES A. IDOT Standard Specifications. 1.03 QUALITY ASSURANCE A. Whenever a percentage of compaction is indicated or specified, use percent of maximum density at optimum moisture as determined by ASTM D698-91, unless noted otherwise. B. Borrow sites and materials shall be approved by the Engineer prior to use. PART 2 -PRODUCTS j 2.01 MATERIALS A. Granular backfill material shall consist of Class A Crushed Stone, COT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. PART 3 - EXECUTION 3.01 TECHNIQUES A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. All sections Division 24. Structures. Section 2402. Excavation for Structures. 3.02 TOPSOIL A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity of material for placement of a minimum of 9 inches of topsoil for surface restoration and landscaping. Protect topsoil from mixture with other materials such as aggregate and from erosion. Removal of topsoil from the site is not permitted. 312220-1 Fairmeadows Park Splash Pad Project 3.03 DRAINAGE AND DEWATERING A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and/or remove promptly and dispose properly of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. B. Dispose of all pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site. C. Take all precautions necessary to prevent damage to the work by rain or by water tering the site, whether water entry be overland or by groundwater. 3.04 TRENCH EXCAVATION - A. General — - 1. Excavate trench by machinery to, or just below; designated subgrad�.when pipe is''"'J to be laid in granular bedding or concrete cradle, provided that material remaining at bottom of trench is only slightly disturbed. 2. Do not excavate lower part of trenches by machinery to subgrade when pipe is to be laid directly on bottom of trench. Remove last of material to be excavated by use of hand tools, just before placing pipe. Hand shape bell holes and form a flat or shaped bottom, true to grade, so that pipe will have a uniform and continuous bearing. Support on firm and undisturbed material between joints, except for limited areas where use of pipe slings have disturbed bottom. B. Protection 1. Barricade and fence open excavations or depressions resulting from work during non -working hours and when not working in immediate area. C. Trench Width Make pipe trenches as narrow as practicable and safe. Make every effort to keep sides of trenches firm and undisturbed until backfilling has been completed and consolidated. Excavate trenches with vertical sides between elevation of center of pipe and elevation 1 foot above top of pipe. 3. Refer to plans for allowable trench widths within the pipe envelope for various types, sizes and classes of pipe. D. Trench Excavation in Fill Place fill material to final grade or to a minimum height of 6 feet above top of pipe when pipe is to be laid in embankment or other recently filled areas. Take particular care to ensure maximum consolidation of material under pipe location. Excavate pipe trench as though in undisturbed material. E. Excavation Near Existing Structures Discontinue digging by machinery when excavation approaches pipes, conduits, or 312220-2 Fairmeadows Park Splash Pad Project other underground structures. Continue excavation by use of hand tools. 2. Excavate exploratory pits when location of pipe or other underground structure is necessary for doing work properly. F. Disposal of Unsuitable Soil 1. The Contractor shall notify the Engineer and Iowa Department of Natural Resources (DNR) if soil contamination is found or suspected during excavation. 2. Soil disposal and remediation method shall be an option outlined in the IDOT Construction Manual Section 10.22, and approved by the Iowa DNR and City. The Contractor is not to proceed with soil removal and remediation measures until instructed by the Engineer. 3. Disposal site to be provided by the Contractor and approved by the Engineer and Iowa DNR. 4. Contractor is responsible for completing and filing all necessary Federal, `Sfate and local government agency forms and applications. a; ;ai d G. Care of Vegetation and Property 1. Use excavating machinery and cranes of suitable type and operate with care to `41 prevent injury to trees, particularly to overhanging branches and limbs and underground root systems. 2. All branch, limb, and root cuttings shall be avoided. When required, they shall be performed smoothly and neatly without splitting or crushing. Trim injured portions by use of a chainsaw or toppers for branches, or an ax when working with roots. Do not leave frayed, crushed, or torn edges on any roots 1" or larger in diameter or on any branches. Frayed edges shall be trimmed with a utility knife. Do not use tree paint or wound dressing. If conflicts with large roots and branches are anticipated, notify the Engineer. 3. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. 4. Excavators and loaders used on brick surfaces shall be limited to those with rubberized tracks or rubber tires. 5. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. 6. Restore all surfaces which have been damaged by the Contractor's operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. 7. Aerate all grassed and planter areas compacted by construction activities. 8. Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: a. Repair or otherwise reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient is maintained, if applicable. 312220-3 Fairmeadows Park Splash Pad Project b. Connect drainage tiles to nearest storm sewer. The Contractor shall document the location and elevation of any utility lines encountered. The Contractor shall notify the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and approval. All utility repairs shall be made prior to backfilling the trench. H. Water Services 1. Permanent copper water service lines which are damaged (cut, nicked, bent, crimped, crushed, etc.) shall be replaced from the water main to the curb box with new copper service pipe, without any joints. The cost for this work shall be at the Contractor's expense, 2. In any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area. the Contractor shall replace the existing lead or galvanized piping with new 1 -inch or larger copper water service pipe from the water main to the curb box. The Contractor will be paid per the applicable bid item. If there is no bid item, the unit price for the replacement of the water service shall be negotiated prior to commencement of the work. 3. When water service is disrupted, the Contractor shall make a reasonable attempt to restore the service within two hours. 4. Water service pipe shall be type k soft copper. - ;--7 y 3.06 ROCK EXCAVATION A. Rock excavation will be considered Class 12 Excavation as defined in IDOT Stancfafd Specification Section 2102.02. _ ` :---II B. Explosives shall not be used for rock excavation. 3.06 BACKFILLING A. General Do not place frozen materials in backfill or place backfill upon frozen material, Remove previously frozen material or treat as required before new backfill is placed B. Backfilling Excavations Begin backfilling as soon as practicable and proceed until complete. 2. Material and Compaction a. Paved Areas: Under and within 5 feet of paved surfaces, including streets, sidewalks and driveways, backfill shall be Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfi9l to bottom of the subgrade. If not under pavement, backfill to within 12 inches of finished surface. b. All other areas: Backfill shall consist of suitable job excavated material 31 2220-4 3.07 Fairmeadows Park Splash Pad Project placed in one foot lifts compacted to 90% Standard Proctor Density. If excavated material is unsuitable, backfill with Class A crushed stone to within 12 inches of finished surface. c. Do not place stone or rock fragment larger than 2 inches within 2 feet of pipe nor larger than 12 inches in backfill. Do not drop large masses of backfill material into trench. C. Backfilling Around Structures 1. Do not place backfill against or on structures until they have attained sufficient strength to support the loads, including construction loads, to which they will be subjected. Avoid unequal soil pressure by depositing material evenly around structure. 2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise indicated or specified. UNAUTHORIZED EXCAVATION A. When the bottom of any excavation is taken out beyond the limits indicated or specified, backfill, at Contractor's expense, with Class A crushed stone compacted to 95% Standard Proctor Density. END OF SECTION 312220-5 r -p r_a :S -q r } _ t`: l Fairmeadows Park Splash Pad Project SECTION 032 1313 PORTLAND CEMENT CONCRETE PAVING PART 1 —GENERAL 1.01 SECTION INCLUDES tl A. Concrete sidewalks, integral curbs, and parking areas. 1.02 RELATED REQUIREMENTS _ A. Section 03 1000 — Concrete Forming and Accessories B. Section 03 3000 — Cast -in -Place Concrete C. Section 07 9005 — Joint Sealers D. Section 31 2220 — Grading: Preparation of the site for paving and base E. Section 312323 — Aggregate Base Course: Compacted subbase for paving F. Section 31 1723.13 — Painted Pavement Markings 1.03 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact subgrades to receive Portland Cement Concrete paving. B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint and cure Portland Cement Concrete roadways, parking area slabs, driveways, and sidewalks at the locations and grades noted on the plans. 1.04 REFERENCES: A. IDOT Standard Specifications. 1.05 QUALITY ASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. Compressive Strength Tests. 2. Entrained Air. 3. Slump. 4. Density Tests of Base and Subgrade. PART2-PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: 02520-1 Fairmeadows Park Splash Pad Project Division 41. Construction Materials. Sections 4101 through 4122. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases Section 2111. Granular Subbase. Division 22. Base Courses. =; Section 2201. Portland Cement Concrete Base. - Section 2212. Base Repair. Section 2213, Base Widening. Division 23. Surface Courses. Section 2301. Portland Cement Concrete Pavement. Section 2302. Portland Cement Concrete Pavement Widening. Section 2310. Bonded Portland Cement Concrete Overlay. Section 2316. Pavement Smoothness. Division 25. Miscellaneous Construction Section 2512. Portland Cement Concrete Curb and Gutter. Section 2515. Removal and Construction of Paved Driveways. Section 2517. Concrete Header Slab. Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 CURING AND PROTECTION OF PAVEMENT: A. Curing compound shall be applied immediately following finishing of the concrete, including back of curb. 3.03 ENVIRONMENTAL REQUIREMENTS: A. When concrete is being placed in cold weather and temperatures may be expected to drop below 35'F. the following requirements must be met for concrete less than 36 hours old' 24 Hour Temperature Forecast Minimum 35-32° F Minimum 31-25° F Below 25° F Coverinq One layer plastic or burlap. One layer plastic and one layer burlap or two layers burlap. Commercial insulating material approved by the Engineer. Fairmeadows Park Splash Pad Project B. Concrete shall be protected from freezing temperatures until it is at least five days old. C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. D. Maximum allowable concrete temperature shall be 90° F. E. If concrete is placed when the temperature of the concrete could exceed 90° F, the Contractor shall employ effective means, such as precooling of aggregates and/or mixing water, as necessary to maintain the temperature of the concrete as it is placed below 90' F. 3.04 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of 6" dia. x 12" cylinders is at least 3,000 Ib. per square inch. B. All joints in the pavement shall be cleaned and sealed prior to opening the street(s) to traffic of any kind. C. Opening to traffic shall not constitute final acceptance. 3.05 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets and sidewalks shall be finished and opened to the public as soon as practicable. B. Contractor shall notify the Engineer if weather conditions make it difficult to use Class M concrete, when specified. 11/00 sh.,.dlengln...lepecs-002520. doc END OF SECTION 02520-3 Farimeadows Park Splash Pad Project SECTION 32 1723.13 PAINTED PAVEMENT MARKINGS PART1 GENERAL 1.01 SECTION INCLUDES A. Parking lot markings, including parking bays, handicapped symbols, and curb markings. B. "No Parking" curb painting. 1.02 RELATED REQUIREMENTS A. Section 32 2520 - Concrete Paving. 1.03 REFERENCE STANDARDS A. MPI (APL) - Master Painters Institute Approved Products List; Master Painters and Decorators Association; current edition, www.paintinfo.com. B. FHWA MUTCD - Manual on Uniform Traffic Control Devices for Streets and Highways, U.S. Department of Transportation, Federal Highway Administration; http://mutcd.fhwa.dot.gov; current edition. 1.04 SUBMITTALS ; A. See Section 01 3300 - Construction Submittals, for submittal procedures. B. Product Data: Manufacturer's data sheets on each product to be used, includ-i g-1 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Installation methods. 1.05 DELIVERY, STORAGE, AND HANDLING ,.J A. Deliver paint in containers of at least 5 gallons accompanied by batch certificate. B. Store products in manufacturer's unopened packaging until ready for installation. C. Store and dispose of solvent -based materials, and materials used with solvent -based materials, in accordance with requirements of local authorities having jurisdiction. 1.06 FIELD CONDITIONS A. Do not install products under environmental conditions outside manufacturer's absolute limits. 1.07 EXTRA MATERIALS A. See Section 01 6000 - Product Requirements, for additional provisions. B. Supply 1 container of each color for Owner's use. PART2 PRODUCTS 2.01 MATERIALS A. Line and Zone Marking Paint: MPI No. 97 Latex Traffic Marking Paint, color(s) as indicated. 1. Roadway Markings: As required by authorities having jurisdiction. 2. Parking Lots: Yellow. 3. Handicapped Symbols: White on Blue background. 32 1723.13 - 1 Farimeadows Park Splash Pad Project B. Temporary Marking Tape: Preformed, reflective, pressure sensitive adhesive tape in color(s) required; is responsible for selection of material of sufficient durability as to perform satisfactorily during period for which its use is required. PART 3 EXECUTION -7 3.01 EXAMINATION A. Do not begin installation until substrates have been properly prepared. B. If substrate preparation is the responsibility of another installer, notify Engineer of uins2tisfactory ^'s preparation before proceeding. 3.02 PREPARATION A. Allow new pavement surfaces to cure for a period of not less than 14 days before application of marking materials. B, Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. C. Clean surfaces thoroughly prior to installation. 1. Remove dust, dirt, and other granular surface deposits by sweeping, blowing with compressed air. rinsing with water, or a combination of these methods. D. Where oil or grease are present, scrub affected areas with several applications of trisodium phosphate solution or other approved detergent or degreaser, and rinse thoroughly after each application: after cleaning, seal oil -soaked areas with cut shellac to prevent bleeding through the new paint. E. Establish survey control points to determine locations and dimensions of markings, provide templates to control paint application by type and color at necessary intervals. F Temporary Pavement Markings: When required or directed by Engineer and/or Owner, apply temporary markings of the color(s) width(s) and length(s) as indicated or directed. 1. After temporary marking has served its purpose, remove temporary marking by carefully controlled sandblasting, approved grinding equipment, or other approved method so that surface to which the marking was applied will not be damaged. 2 At Owner's option, temporary marking tape may used in lieu of temporary painted marking, remove unsatisfactory tape and replace with painted markings at no additional cost to Owner. 3.03 INSTALLATION A Begin pavement marking as soon as practicable after surface has been cleaned and dried. B. Do not apply paint if temperature of surface to be painted or the atmosphere is less than 50 degrees F or more than 95 degrees F. C. Apply in accordance with manufacturer's instructions using an experienced technician that is thoroughly familiar with equipment, materials, and marking layouts. D. Comply with FHWA MUTCD manual (http://inutcd.fhwa.dot.gcv) for details not shown. E. Apply markings in locations determined by measurement from survey control points: preserve control points until after markings have been accepted. F. Apply uniformly painted markings of color(s), lengths, and widths as indicated on the drawings true, sharp edges and ends. 321723 13 -2 Farimeadows Park Splash Pad Project 1. Apply paint in one coat only. 2. Wet Film Thickness: 0.015 inch, minimum. 3. Length Tolerance: Plus or minus 3 inches. 4. Width Tolerance: Plus or minus 1/8 inch. G. Roadway Traffic Lanes: Use suitable mobile mechanical equipment that provides constant agitation of paint and travels at controlled speeds. 1. Conduct operations in such a manner that necessary traffic can move without hindrance. 2. Place warning signs at the beginning of the wet line, and at points well in advance of the marking equipment for alerting approaching traffic from both directions. Place small flags or other similarly effective small objects near freshly applied markings at frequent intervals to reduce crossing by traffic. 3. If paint does not dry within expected time, discontinue paint operations until cause of slow drying is determined and corrected. 4. Skip Markings: Synchronize one or more paint "guns" to automatically begin and cut off paint flow; make length of intervals as indicated. 5. Use hand application by pneumatic spray for application of paint in areas where a mobile paint applicator cannot be used. H. Parking Lots: Apply parking space lines, entrance and exit arrows, painted curbs, and other markings indicated on drawings. 1. Mark the International Handicapped Symbol at indicated parking spaces. 2. Hand application by pneumatic spray is acceptable. I. Symbols: Use a suitable template that will provide a pavement marking with true, sharp edges and ends, of the design and size indicated. 3.04 DRYING, PROTECTION, AND REPLACEMENT A. Protect newly painted markings so that paint is not picked up by tires, smeared, or tracked. B. Provide barricades, warning signs, and flags as necessary to prevent traffic crossing newly painted markings. C. Allow paint to dry at least the minimum time specified by the applicable paint standard and not less than that recommended by the manufacturer. D_ Remove and replace markings that are applied at less than minimum material rates; deviate from true alignment, exceed length and width tolerances, or show light spots, smears, or other deficiencies or irregularities. E. Remove markings in manner to avoid damage to the surface to which the marking was applied, using carefully controlled sand blasting, approved grinding equipment, or other approved method. F. Replace removed markings at no additional cost to Owner. END OF SECTION e_. a, 32 1723.13 - 3 Fairmeadows Park Splash Pad Project SECTION 02900 � eS LANDSCAPING PARTS -GENERAL 1.01 SUMMARY A. Plantings (tFees, sh Fuhs, seed and sod), including soil preparation, finish grading, landscape accessories and maintenance. 1.02 QUALITY ASSURANCE A. The fitness of all plantings shall be determined by the Engineer and/or the City Forester with the following requirements: Nomenclature: Scientific and common names shall be in conformity with U.S.D.A. listings and those of established nursery supplies. • . -r_rmair_ssr-es..rr_em.rr_es�. iffile B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer and/or City Forester, have not survived and grown in a satisfactory manner for a period of one year after City Council acceptance of the project. 1.03 SUBMITTALS A. Certify that all plantings are free of disease and insect pests. Certificates shall be submitted to the Engineer and/or City Forester. B. Submit certification of seed mixtures, purity, germinating value, and crop year identification to the Engineer. 1.04 DELIVERY, STORAGE AND HANDLING A. Protect all plantings in transit to site to ^Fees^' winds Of f0li@gG e PART 2 -PRODUCTS 2.01 TRER; AND SHRUBS 322900-1 Fairmeadows Park Splash Pad Project C. All troch isg4ay�followinq for and braro4ihq babi s_ 1. €ree-ef�anches to a point at 609% ;eir-heigrt- 2. GoNtau--- - inir^. um of six (6) well braaehes notincluding the leader. D. Trot- hall be measured-whein bl'AnGi 2re in the • ^ormal pesitioR. Caliper shatlke tak n at a point on the trunk six . E. Trees vanish have no leader or have am„ogecf-or-ero..; d !6ader r multiple-lead„i unless specified, wjil be ,rejected—Trees shall be freshly d.. 2.02 SEED Mix Minimum Proportion by Weight Ill Acre Lbs./ 1,000 sq.ft. URBAN MIX* Kentucky Blue Grass 70% 122.0 2.80 Perennial Rygrass (fine leaf variety) 10% 18.0 0.40 Creeping Red Fescue 20% 35,0 0.80 RURAL MIX* Kentucky 31 Fescue 54% 25 0.57 Switchgrass (Black Well) 17% 8 0.18 - Alfalfa (Northern Grown) 11% 5 0.11 = Birdsfoot Trefoil (Empire) 9% 4 0.09 Alsike Clover 9% 4 0.09 T's *A commercial mix may be used upon approval of the Engineer if it contains a - high percentage of similar grasses. 2.03 SOD A. Grass and sod established, nursery grown Kentucky or Merion Bluegrass sod, vigorous, well rooted, healthy turf. free from disease, insect pests, weeds and other grasses. stones, and any other harmful or deleterious matter. B. Sod harvested by machine at uniform soil thickness of approximately one inch but not less than 3/4 of an inch, Measurement for thickness excludes top growth and thatch. Prevent tearing, breaking. drying or any other damage. 2.04 LIME AND FERTILIZER A. Ground agriculture limestone containing not less than 85 percent of total carbonates. B. Fertilizer shall contain the following percentages by weight or as approved by Engineer: Nitrogen" - 15% Phosphorus - 15% Potash - 15% *At least 50 percent of nitrogen derived from natural organic sources of ureaform. PART 3 - EXECUTION 322900-2 Fairmeadows Park Splash Pad Project 3.01 PLANTING TREES AND S__W IQQ A. Planting Season and Completion nate: c a Y 1 Trees: Spr n - March 30 through May 15 t _ Fall Sept 18 through Nov.18 ��% L_ The igntFaG m -y0 ant outside theme is of cs s wqh perrK'c of Oho !' h. j Gnrester The.11 Cit,f'h2 Gnrester may stop or nest planting during these' Aaloc if Vrcn/hv her-ovnnd t "pro are SUGh that pliant rnatenaals may he adversely O estedT I.; 22 Planantch����h n pitcs7'n�hesgrreeater n width than dian;eter of rent hell g ontn'n _ ai4-sufficieagydeep-taallow-fera-n4 m m fa nrher of-plantingsoil-mixiure helew root hall. 3. Da nGtt useauger t exGavate pl.apt+ng pits. H. P,*e-bed-@Fea-maoGthand-neat-Mulch-all-tree-pits-and-shn -h beds -with -a minimuaa-0f_three rhes of hnrdwGGd m I h ae 2h'nh hos been a .ed by the G t Forester. 3.02 PLANTING SOIL MIXTURE A. Backfill material for plantings shall be a mixture of 2/3 loose friable topsoil and 1/3 clean sand. All backfill shall have a uniform appearance and shall be loose, friable, and free of hard clods and rock over two inches in diameter. 3.03 SEED, FERTILIZE, LIME AND MULCH A. Apply lime by mechanical means at rate of 3,000 pounds per acre. B. Apply fertilizer at rate of 450 pounds per acre. C. Seed Areas: Remove weeds or replace loam and reestablish finish grades if any delays in 322900-3 A E. C 3.04 SOD a Fairmeadows Park Splash Pad Project seeding lawn areas allow weeds to grow on surface or loam is washed out prior to sowing seed. This work will be at the Contractor's expense, 2. Sow seed at rate of 175 pounds per acre on calm day, by mechanical means. Sow one-half of seed in one direction, and other one-half at right angles to original direction. 3. Rake seed lightly into loam to depth of not more than '%-inch and compact by means of an acceptable lawn roller weighing 100 to 150 pounds per linear foot of width. 4. Hydro -seeding may be used upon approval of the Engineer. Water lawn area adequately at time of sowing and daily thereafter with fine spray until germination, and continue as necessary throughout maintenance and protection period. Seed during approximate time periods of April 1 to May 15 and August 15 to September 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. All areas requiring mulch shall be mulched as soon as seed is sown and final rolling is completed. Mulch shall be evenly and un'formly distributed and anchored into the soil. The application rate for reasonably dry material shall be approximately 1% tons of dry cereal straw, two tons of wood excelsior, or two tons of prairie hay per acre, or other approved material. depending on the type of material furnished. All accessible mulched areas shall be consolidated by tilling with a mulch stabilizer, and slope areas shall be tilled on the contour. Crawler -type or dual -wheel tractors shall be used for the mulching operation. Equipment shall be operated in a manner to minimize displacement of the soil and disturbance of the design cross section. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one- year maintenance period. Install sod not more than 48 hours after cutting. Stake all sod as necessaryto-prevQnt erosion before establishment. B. Apply lime by mechanical means at a rate of 3,000 pounds per acre. C. Apply fertilizer at a rate of 450 pound per acre. D. Remove weeds or replace loam and reestablish finish grades if there are any delays in sodding. E. Rake area to be sodded. F. Roll sod to establish smooth, uniform surface. G. Water area adequately at time of sodding and continue as necessary throughout maintenance period. H. Sod during approximate time periods of April 1 to May 15 and August 15 to October 15; and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one- year maintenance period. 3.05 MAINTENANCE - ALL PLANTINGS 322900-4 Fairmeadows Park Splash Pad Project A. Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, weed, prune, spray, fertilize, cultivate and otherwise maintain and protect all plantings. B. Maintain sod and seed areas at maximum height of 21/2inches by mowing at least three times. Weed thoroughly once and maintain until time of final acceptance. Reseed and refertilize with original mixtures, watering, or whatever is necessary to establish, over entire area, a close stand of grasses specified, and reasonably free of weeds and undesirable grasses. IQ E E. Reset settled trees and shrubs to proper grade and position, and remove dead material. All plantings shall be guaranteed for a period of one year after by City Council acceptance of the project. The Contractor shall supply all water for planting and maintenance. Water may be obtained at the Contractor's expense at the bulk water fill station located at 1200 S. Riverside Drive. All water must be paid for in advance at the Civic Center, 410 E. Washington Street. END OF SECTION 322900-5 J r� Fairmeadows Park Splash Pad Project SECTION 33 2665 WATER SERVICE WORK FOR CONTRACTORS PART 1 -GENERAL 1.01 SUMMARY: ^* A. Furnish and install new water services and yard hydrants as indicated and­-specifiera. 1.02 RELATED WORK: - a A. Section 02661: Water Distribution ' 1.03 REFERENCES: A. This specification references the following documents. In their latest edition, the referenced documents form a part of this specification to the extent specified herein. B. City of Iowa City Water Division: 1. Policy and Procedures Manual. C. American National Standards Institute and American Water Works Combined Standards: 1. ANSI/AWWA-C800 Underground Service Line Valves and Fittings. D. American Society for Testing Materials, 1. ASTM B75-86 Seamless Copper Tubing. 1.04 SUBMITTALS: A. Submit to the Engineer the following drawings or details for approval 4 weeks prior to installation. 1. Sworn certificates of shop tests showing compliance with appropriate standard for all piping materials. 2. Working drawing or site plan with customer location, address, size, and materials of water service and main pipe including a full list of materials required from the Iowa City Water Division, as applicable. 1.05 PERMITS: A. City of Iowa City: Contractor's superintendent on the job must have a license as a sewer and water service installer issued by the City to construct water and sewer mains and services in Iowa City. 332665 - 1 Fairmeadows Park Splash Pad Project 2. The Contractor or their agent will be responsible for the tapping application forms and records. 1.06 TIME: A. Time is of the essence for water service work. All required work must be completed as quickly as possible to minimize inconvenience to the consumers. The Contractor is expected to comply with the minimum response and completion times listed. B. Amount of advance notice required to the Iowa City Water Division when materials or services are supplied by the Division are listed below. Serve notice to the Water Division at 356-5160. 1. For tapping service, provide 24 hours notice. Scheduling depends on workload. 2. For locations of underground facilities, provide 48 hours notice. C. Response Time -the maximum time allowed from telephone notice by the_Enginegruntil the Contractor is on the job and ready to begin work: a � +e 1. For 1 service which is planned work, less than 24-36 hours. 1. 2. For 1 service which is emergency work, less than 4-6 hours. 3. For 3 or more services which are planned work, less than 48 hours r .a D. Completion Time - the maximum time allowed from the time the Contractor turns off the water until the water service is connected and operational under normal circumstances: 1. For 1 service, where it is necessary to break and remove concrete with no prior warning or planning. less than 12 hours. 2. For 6-8 services or more in one block area with prior planning, some services on each side of the street and in conjunction with paving projects; less than a 12 -hour workday. 1.07 WORK ON PRIVATE PROPERTY FOR OTHERS: A. Water service work may be necessary or desired by private property owners at the same time as the new water service work under this contract is done, The Contractor will be allowed to work on private property adjacent to the work site in order to do water service work directly for the private property owner. Work on private property shall not adversely affect the time schedule for work under this contract. B. The work on private property will not be the responsibility of the City. PART2-PRODUCTS 2.01 WATER SERVICE MATERIALS All products used for this work shall be from the list of "Accepted Products for Water Distribution and Water Service Materials" contained in the Iowa City Water Division Reference Manual. The manufacturer shall furnish a certificate indicating all new materials meet the specifications. 332665 -2 Fairmeadows Park Splash Pad Project All valves, fittings and pipe shall be inspected several times during the manufacturing process and pressure tested with air under water before shipment. All water service materials shall be visually inspected before installation. Brass and copper are soft metals and care in handling shall be exercised to avoid damaging threads or distorting piping, valves or fitting bodies. All water service lines will be furnished and installed by the Contractor. Material shall be new type K copper in coils for sizes 3/4 -inch through 111/2 -inch and in coils or straight pipe for 2 -inch size. No couplings or connections will be permitted under the paving. A. SERVICE SADDLES: 1. Service saddles shall meet or exceed current to ANSI/AWWA C800/C900 specifications and shall be made in accordance with ASTM B-62. 2. Saddles shall be equal to but not exceed up to 200 PSIG. 3. Body shall be 85-5-5-5 cast brass. 4. Strap shall be wide band, 304L stainless steel with 304L stainless' steel stdds. ' 5. Nuts and washers shall be 304 stainless steel. Nuts are supplied with fldo€ccarbon coating. 6. Saddles shall be AWWA tap thread (CC thread). 7. Saddles with nitrile gaskets shall be used in L.U.S.T, areas (leaking underground storage tank areas). B. CORPORATION VALVES: 1. Corporation valves shall meet or exceed current ANSI/AWWA C800 specifications and shall be made in accordance with ASTM B-62. 2. Valves shall be 300 PSIG maximum working pressure. 3. Body shall be 85-5-5-5 cast brass. 4. Valves shall be inlet: AWWA taper thread, outlet: conductive compression connection for CTS O.D. tubing. 5. Valves shall be compression ball type valves. C. BALL CURB VALVES: 1. Ball curb valves shall meet or exceed current ANSI/AWWA C800 specifications and shall be made in accordance with ASTM B-62. 2. Valves shall be 300 PSIF maximum working pressure. 3. Body shall be 85-5-5-5 cast brass. 4. Valves shall be compression connection for CTS O.D. tubing, both ends. 5. Valve shall have a quarter turn check with fluorocarbon coated ball and stainless steel reinforced seat. 332665 -3 Fairmeadows Park Splash Pad Project 6. Valve shall have end pieces o -ring sealed with double o -ring seals. D. CURB BOX—ARCH PATTERN: Curb box shall meet or exceed current ANSI/AWWA C800 specifications. 2. Curb box lid shall be Erie Pattern — 5601 L — 2 -hole. 3. Curb box shall be 5 -foot box (telescope 1 -foot) and shall telescope up and down inside the base casting. 4. Curb box shall be slide style. 5. Curb box and accessories shall be black dip coated inside and out. 6. Curb box rod length shall be a 518` rod. 42 -inches long. small key -clamp welded to rod with stainless steel rod and cotter pin. E. STRAIGHT THREE PART UNIONS: 1. Unions shall meet or exceed current ANSI/AWWA C800 specifications and shall be made in accordance with ASTM B-62. 2. Union shall be conductive compression connection for CTS O.D. tubing both ends. 3. Body and nut shall be corrosion resistant cast bronze 85-5-5-5. 4. Gripper band shall be stainless steel and overlap itself so no gasket material can get underneath. 5. Conductor spring shall provide metal to metal contact between copper tubing andV the fitting for electrical conductivity. 6. Entire gasket shall be enclosed. 7. Fluorocarbon coating shall be on inside surface of nut. _ 8. Union pressure rating shall be greater than the valve or fitting with which it is used. F. COPPERTUBING: Copper tubing shall meet or exceed current ANSI/AWWA C800 specifications. G. YARD HYDRANTS: Yard hydrants shall be freezeless style. PART 3 - EXECUTION 3.01 RECORDS AND DOCUMENTS: A. Contractor must prepare and retain a set of "as -built drawings on the job site with accurate and current information on the location of all water service valves, pipe and special construction features. Examples of special construction features include: 332665 -4 Fairmeadows Park Splash Pad Project Offsets in alignment. 2. Changes in depth and depth greater than 8 feet or less than 5 feet. 3. Special fittings or construction materials. Following completion of the project, a copy of these drawings shall be furnisfied to the Water Division. 3.02 RECEIVING, STORAGE AND HANDLING: 0 A. The Engineer may mark materials found on the job site which are determined to be defective or not approved. The marking may be done with spray paint. The Contractor shall promptly remove defective or unapproved materials from the site and replaced with new. 3.03 EXCAVATION AND BACKFILL: A. All excavators shall comply with the requirements of the O.S.H.A Standards subpart P - Excavations. B. Earth excavation, backfill, fill and grading shall be in accordance with Section 02220 C. Excavation and backfill shall include all excavation, backfilling, compacting, stockpiling of surplus material on the site, and all other work incidental to the construction of trenches, including any additional excavation which may be required for construction of the water service lines. D. Along the proposed water service lines, the Contractor shall remove the surface materials only to such widths as will permit a hole or trench to be excavated, which will afford sufficient room for proper construction. Paving removals shall be as directed by the Engineer E. The Engineer shall approve removal limits. F. Where working space permits, holes or trenches may be excavated by machine, provided that by so doing, public and private improvements will not be subjected to an unreasonable amount of damage. The size of the hole shall be as small as reasonably possible to do the work. If, however, excavation by machine methods cannot be made without damage being done to public and private improvements, hand excavation shall be employed. G. The Contractor shall use a mole for excavation of a hole to place the water service piping, %" to 2" diameter, at any location under a street surface, driveway, sidewalk or lawn area whenever the distance from the water main to the water service connection is greater than 20 feet. The mole shall be used even though the street surface has been removed so as to protect the new street surface from settlement. The mole shall be a maximum of four inches in diameter. The Contractor shall be responsible for all labor, equipment, materials and supervision for mole excavation. H. The Contractor shall be responsible for coordinating the location of all buried utilities and for all damage or repairs to utilities caused by mole excavation. Whenever, in the opinion of the Engineer, it is necessary to explore and excavate to determine the best line and grade for the construction of the new water service line or to locate an existing water service which must be disconnected, the Contractor shall make explorations and excavations for such purposes. 332665 -5 Fairmeadows Park Splash Pad Project J. All excavated material shall be piled in a manner that will not endanger the work and that will avoid obstructing sidewalks and driveways. Fire hydrants under pressure; valve pit covers, valve boxes.. curb stop boxes, or other utility controls shall be left unobstructed and accessible until the work is completed. Gutters shall be kept clear and adequate provisions shall be made for street drainage. Natural watercourses shall not be obstructed. K. The Contractor shall provide and maintain ample means and devices with which to promptly remove and properly dispose of all water entering excavations or depressions until all work has been completed. No sanitary sewer shall be used for disposal of water. L. To protect persons from injury and to avoid property damage, adequate barricades, fencing, construction signs, caution lights and guards as required shall be placed and maintained by the Contractor at excavations during the progress of the construction work and until it is safe for pedestrian and vehicular traffic to use the roads, sidewalks and facilities. All material piles, equipment and pipe which may serve as obstructions shall be enclosed by fences or barricades and shall be protected by proper lights when the visibility is poor. The rules and regulations of O.S.H.A. and appropriate authorities for safety provisions shall be observed. M. Trees, shrubbery, fences, poles and all other property and structures shall be protected during construction operations unless their removal for purposes of construction is authorized by the Engineer. Any fences, poles, or other improvements which are removed or disturbed by the Contractor shall be restored to the original condition after construction is completed. Any trees, shrubbery or other vegetation which are approved for removal or ordered for removal by the Engineer shall be removed completely. including stumps and roots. The Contractor shall be responsible for any damage caused by coresiruction operations to shrubbery or other landscape improvements which were not authgrized for removal by the Engineer. -. 3.04 WATER SERVICE CONSTRUCTION: _ A. Tapping mains for new connections 1 -inch to 12 -inch in diameter shall be done by the,Wate'r Division. This includes connections made on public and private mains. ;a B. The City Water Division will provide, at Contractor cost; labor to tap the water main for services. Each water service pipe shall be connected to the water main through a brass corporation stop. A tapping saddle is required on all water main materials. The plastic plug from PVC main shall be recovered. The main shall be tapped at an angle of forty-five degrees (45`) with the vertical, if possible. The stop must be turned so that the T -handle will be on top. C. The old water service under the street right-of-way will be shut off and removed. The old stop box will be removed. D. The Contractor shall install the new copper service line from the new corporation stop to the new curb stop and from the curb stop to the customer service line near the property line. The size will be determined by the Water Division. The minimum size will be 1 -inch to the stop box. The service pipe shall be laid in the mole hole excavation and in the trench with sufficient weaving to allow not less than one foot extra length for each 50 feet of straight line distance. E. Underground water service pipe shall be laid not less than ten (10) feet horizontally from the building drain, and shall be separated by undisturbed or compacted earth. Where the horizontal separation cannot be met, the water service pipe shall be installed so the bottom of the water service pipe is at least eighteen (18) inches above the top of the building drain line at its highest point. 332665 -6 Fairmeadows Park Splash Pad Project A curb stop shall be furnished and installed for each service at the location shown on the plans, or as directed by the Engineer. Place a brick or masonry block under each stop box valve. A cast iron stop box shall be furnished and installed over the curb stop and held in a truly vertical position, until sufficient backfill has been placed to ensure permanent vertical alignment of the box. The top of the box shall be adjusted and set flush with the finished surface grade. The stop box shall be located between the curb and the property line and visible from the sidewalk. If the stop box is located in the concrete (such as a driveway or sidewalk) a cement -style stop box lid must be used instead of the regular style lid. G. The Contractor shall make a clean cut on the existing service line and connect the new service line at the location as directed by the Engineer. H. The Contractor shall be responsible for visual inspection of all water service materials used in this work. If water pressure is available or will be available within 24 hours of making the new service connection, the new service shall be subjected to normal system pressure and visually inspected for leaks. If any leaks appear, the Contractor shall make repairs. Each water service shall be turned on and observed by the Contractor within the premises to verify adequate pressure and flow. 3.05 ACCEPTED PRODUCTS FOR WATER DISTRIBUTION MATERIALS Department of Public Works, Iowa City Water Division (Revised 319/2011) WATER PIPE: (Ductile)ANSI/AWWA-A21.51/C151 - =' American, Clow, Griffin, McWane, and US Pipe Class 52 for direct bury piping unless otherwise indicated or specified Class 53 for suspended from structures and bolted or restrained joint pipe WATER PIPE: ( PVC) (Class 150)-C900 C900 thickness class DR18 (6" thru 10") FITTINGS: (Ductile Iron Standard) ANSI/AWWA- A21.10/C110, 3" to 24"-350 psi (Ductile Iron Compact) AWWA C153,350 psi Clow, Tyler/Union, U.S. Pipe, or Sigma TAPPING SLEEVES: (Full Body Ductile Iron With Stainless Steel and/or NSS Cor -Blue Nuts and Bolts) for 12" and larger or under pavement Mueller - H615, Kennedy, Tyler/Union, American Flow Control - Series 2800, or U.S. Pipe - T-9 TAPPING SLEEVES: (Stainless Steel) Smith Blair - 662 or 663, Ford FAST, Mueller -H304, Romac SST, JCM-432 Smith Blair -665 or Cascade CST -EX 3655 with nitrile gaskets to be used in L.U.S.T, areas MECHANICAL JOINT RESTRAINT DEVICE: (Megalug -with NSS Cor -Blue Nuts and Bolts) Ebaa Iron Sales Inc. -1100 series for ductile iron 2000 PV for PVC STAINLESS STEEL REPAIR CLAMPS: (With Stainless Steel Nuts & Bolts) Smith -Blair -261, Ford FS1, Romac SS1 VALVES: (Resilient Seated Gate Valves) ANSI/AWWA - C509 332665 -7 Fairmeadows Park Splash Pad Project Clow F-2640, Kennedy 8571 SS, Mueller Resilient Seat - A-2360-20, or U.S. Pipe - USPO-23-without accessories or USPO-20-with accessories VALVES: (Butterfly) ANSI/AWWA C504, Class 1506 Clow, Pratt, Mueller. Kennedy, M & H. DeZurik or Val -Matic VALVES: (Tapping) Clow—F-2640, Mueller—T-2360-16, Kennedy 8950 SS. U.S. Pipe — A-USPO-16 VALVE BOXES: Tyler— (Series 6855 & Item 666A. Range 51" to 71") East Jordan Series 8555 & Item 666A— Range 51" to 71" HYDRANTS (4 Yi' for 12'' and under) (5'/;' for 16` and above) AWWA C502 Clow F-2545 Medallion, Mueller Super Centurion 250 SLEEVE TYPE COUPLING: (With Stainless Steel Nuts & Bolts) Standard solid black sleeve —Tyler/Union 5-1442, Griffin Bolted Straight Coupling with stainless steel bolts and nuts — Smith -Blair 441 or Romac Style 501 TRACER WIRE TERMINAL BOX (DAYLIGHT BOX): U.S. Filter, WaterPrc or Utility Equipment- Valvco —95E —2 %' ID with lockable cast-iron lid — minimum 18' long, telescoping TRACER WIRE CONNECTORS Twister DB Plus Wire Connector POLYWRAP: 8 mil polyethylene encasement WIRE: #12 solid copper, THHN insulation in yellow, orange or blue FREEZELESS YARD HYDRANT: Woodford Mfg. Iowa Model Y34 and Yl Accepted Products for Water Service Parts SERVICESADDLES: ANSI/AWWA—C800/C900 AY McDonald 3845 Ford 202BS Smith Blair 325 with nitrile gasket to be used in L.U.S.T, areas CORPORATION VALVESANSI/AWWA C800 Mueller B-25008, AY McDonald 4701 BO BALL CURB VALVES: ANSI/AWWA C800 Mueller 8-25209, AY McDonald 6100Q CURB BOX ARCH PATTERN: ANSI/AWWA C800 — with stainless steel rod and cotter pin AY McDonald 5601 and 5603 with 5660SS-5' shut off rod END OF SECTION 332665 -8 Fairmeadows Park Splash Pad Project SECTION 33 2700 r� SEWERS PART 1 -GENERAL 1.01 SUMMARY A. Construction of piping and structures for the collection and transmission of wastewater and storm water. s. J 1.02 REFERENCES A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers 1. ASTM C76, latest edition, Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe. 2. ASTM C443, latest edition, Standard Specification for Joints for Circular Concrete Culvert and Sewer Pipe, Using Rubber Gaskets. 3. ASTM C361, latest edition, Standard Specification for Reinforced Concrete Low - Head Pressure Pipe. B. Reinforced Concrete Arch Pipe - For Storm Sewers ASTM C506, latest edition, Specification for Reinforced Concrete Arch Culvert, Storm Drain and Sewer Pipe C. Vitrified Clay Pipe 1. ASTM C700, latest edition, Standard Specification for Vitrified -Clay Pipe, Extra Strength, Standard Strength, and Perforated. 2. ASTM C425, latest edition, Standard Specification for Compression Joints for Vitrified -Clay Pipe and Fittings. D. Ductile Iron Pipe 1. ANSI/AWWA-A21.5/C151, latest edition, Ductile -Iron Pipe, Centrifugally Cast in Metal Molds or Sand -Lined Molds, for Water or Other Liquids. 2. ANSI/AWWA-A21.50/C150, latest edition, Thickness Design of Ductile -Iron Pipe - 3. ANSI/AWWA-A21.53/C153, latest edition, Ductile -Iron Compact Fittings, 3 in. through 16 in., for Water and Other Liquids. 4. ANSI/AWWA-A21.1 1/C1 11, latest edition, Rubber -Gasket Joints for Ductile -Iron Pipe and Gray -Iron Pressure Pipe and Fittings. 5. ANSI/AWWA-A21.4/C104, latest edition, Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water. E. Poly Vinyl Chloride (PVC) Pipe — For Sanitary Sewer Service Lines ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 332700-1 Fairmeadows Park Splash Pad Project 2. ASTM D2321, latest edition, Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe. 3, ASTM D2729, latest edition, PVC Sewer Pipe and Fittings 4. ASTM D3034, latest edition, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings 5. ASTM D3212, latest edition, Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals PVC Truss Pipe — For Sanitary Sewers 1. ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 2. ASTM D2321, latest edition. Recommended Practiice for Underground Installation of Flexible Thermoplastic Sewer Pipe. 3. ASTM D2680, latest edition, Standard Specification for Acrylonitrile -Butadiene - Styrene (ABS) and Poly(Vinyl Chloride) (PVC) Composite Sewer Piping 4. ASTM F477. latest edition, Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe G. Manholes 1. ASTM C478, latest edition, Standard Specification for Precast Reinforced Concrete Manhole Sections. H. Intake Structures f 1. IDOT Standard Specifications. 2. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. �.o a 1.03 QUALITY ASSURANCE: ;s A. All products will meet or exceed the minimum standards specified in the applicable references listed in the previous subsection. B. All suppliers of reinforced concrete pipe and manholes must be certified by the Iowa Department of Transportation. C. Reinforced concrete pipe shall be manufactured by such means to minimize cage twist. Pipe displaying cage twist in excess of 30 degrees, as demonstrated by the form seam, will be rejected. D. Details of gasket installation and joint assembly are subject to acceptance by the Engineer, E. All materialsjudged to be of poor quality will be marked by the Engineer and promptly removed from the site by the Contractor and replaced with new. All pipe must pass the leakage tests specified in Part 3 of this section. 332700 Fairmeadows Park Splash Pad Project 1.04 SUBMITTALS A. Concrete Pipe: Submit current Iowa Department of Transportation certification. B. Vitrified -Clay Pipe: Submit shop drawings of gasket installation and joint assembly. C. Shoring: Submit plans for all shoring, excluding trench boxes, certified by a professional engineer registered in the State of Iowa. This submittal will not be reviewed for structural adequacy by the City. PART 2 - PRODUCTS - 2.01 MATERIALS A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers j 1. Joints: All joints will be confined O-ring gasket meeting ASTM C443 or A8TM C361, as specified. All pipe 36 -inch diameter and smaller will have bell and"Spigot joints. Pipe larger than 36 -inch diameter may have tongue and groove joints. 2. Wall Thickness: Minimum wall thickness will be B -wall as defined in ASTM C76 or Class C25 as defined in ASTM C361. 3. Pipe Strength: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III as defined in ASTM C76 or as defined in ASTM C361. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on the outside of the pipe. 5. Lift holes are not allowed. 6. Minimum Bedding — Type B per ASTM C 12 with compacted granular material to the springline of the pipe. B. Reinforced Concrete Pipe - For Storm Sewers Joints a. Circular pipe: All joints will be confined O-ring or profile gasket meeting ASTM C443. All pipe 36 -inch diameter and smaller will have bell and spigot joints. Pipe larger than 36 -inch diameter may have tongue and groove joints. b. Arch pipe: All joints will be sealed with mastic butyl rubber -based sealant meeting the requirements of AASHTO M198-75, Type "B". Wrap exterior of each joint with engineering fabric. 2. Wall Thickness a. Circular pipe: Minimum wall thickness will be 13 -wall as defined in ASTM C76. b. Arch pipe: Minimum wall thickness as defined for in ASTM C506. 3. Pipe Strength a. Circular pipe: Pipe strength shall be as specified on the plans. If not 332700-3 Fairmeadows Park Splash Pad Project specified, the minimum pipe strength shall be Class III as defined in ASTM C76. b. Arch pipe: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III A as defined in ASTM C506. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on the outside of the pipe. 5. Lift holes are not allowed. 6. Minimum Bedding —Type B per ASTM C 12 with compacted granular material to the springline of the pipe. C. Vitrified Clay Pipe 1. Joints: Shop drawing of gasket installation and joint assembly, subject to approval of the Engineer. 2. All pipe shall be "extra strength" as defined by ASTM C700. 3. Minimum Bedding — Type B per ASTM C12 with compacted granular material to the springline of the pipe. D.Ductile Iron Pipe 1. Joints: Use push on joints unless otherwise specified on the plans 2. Thickness: Unless otherwise indicated or specified, use Class 52. ; 3. Lining and Coating: a. Inside of pipe and fittings: Double thickness cement lining -and bituMinous seal coat conforming to ANSI A21.4. b. Outside of pipe and fittings. Standard bituminous coating conforming to appropriate ANSI. 4. Minimum Bedding — Type 5 per ANSI/AWWA C1 501A21.50 with compacted granular material to the springline of the pipe. E. PVC Truss Pipe — For Sanitary Sewers 1. All PVC truss pipe shall be made of PVC compound having a minimum cell classification of 12454 as defined in ASTM D1784. 2. Joints: Gaskets shall comply with all requirements in ASTM F477 and F913. Joint shall meet the requirements of ASTM D 2680 and ASTM D3212. 3. Pipe shall have a minimum pipe stiffness of 200 psi at 5% deflection. 4. Minimum Bedding — Crushed stone encasement to the top of the pipe. The minimum bedding depth shall be as specified on the plans. If not specified, the minimum bedding depth shall be 4" below the pipe. 332700 Fairmeadows Park Splash Pad Project F. Poly Vinyl Chloride (PVC) Pipe—For Sanitary Sewer Service Lines 1. All PVC pipe shall be manufactured in accordance with ASTM D3034. 2. Joints: ASTM D3212 gasketed. 3 All 4" and 6" services shall be SDR 23.5. 4, Minimum Bedding — Crushed stone encasement to 6" above pipe. The minimum bedding depth shall be as specified on the plans. If not specified, the minimum bedding depth shall be 4" below the pipe. G. Corrugated Plastic Pipe for Subsurface Drainage 1. Corrugated PVC with a smooth interior wall shall meet the standards of ASTM F949 and be constructed of resins meeting the requirements of ASTM D1784, cell class 124546. 2. Corrugated HDPE with a smooth interiorwall shall meet the standards of AASHTO M-252 and M-294. 3. Minimum Bedding — Drainable stone encasement to 6" above pipe".> H. Manholes 1. Joints: All joints will be confined O-ring or profile gasket meeting`ASTM d443 2. No lift holes through the entire wall. 3. Mark date of manufacture. 4. Inverts: Precast and cast -in-place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe. All junctions and changes in directions of inverts shall be smooth and rounded to the maximum extent possible to supplement flow through the manholes. 5. All manholes are 4 -foot diameter unless noted otherwise. 6. Manhole frame and lid to be Neenah R-1670, self-sealing, East Jordan 1117, self-sealing or approved equal. If in paved area, casting shall also be non -rocking - 7. Manholes in paving shall have an interior Cretex chimney seal (or approved equal) that spans from the casting to the cone section. I. Bedding: 1. Granular bedding material shall consist of porous backfill material, IDOT Standard Specification Section 4131 and Section 4109, Gradation No. 29. PART 3 - EXECUTION 3.01 INSTALLATION OF PIPE A. Inspect before installation. Remove and replace defective sections. B. Alignment and Grade Install to line and grade indicated on plans using laser and check elevation as required to maintain grade. 332700-5 Fairmeadows Park Splash Pad Project 2. Driving down to grade by striking or with excessive force from excavating equipment is not allowed. 3. Blocking the pipe to grade with wood, stones or other materials is not allowed. C. Bedding 1. Support on compacted granular bedding material using the type of bedding specified on the plans. If no bedding is specified, use the minimum bedding specified in Part 2 of these specifications. 2. Place bedding material to ensure that there are no voids under or alongside the length of the pipe. Slice with shovel to remove voids. Compact with pneumatic equipment. 3. Hand shape bell holes so that only pipe barrel receives bearing pressure. Connections 1. A-LOK shall be used for all sanitary sewer connections to manholes unless approved by the Engineer. 2. Subdrains shall be connected to storm sewer intakes and manholes using IDOT standard intake outlet detail RF -19C. CMP outlet shall be used unless approved by the Engineer. E. Jointing 1. Clean and lubricate all joints prior to assembly. 2. Join per manufacturer's recommendations. y 3. Suitable couplings shall be used forjointing dissimilar materials. F. Backfill as specified in Section 02220. Y ,o G. Clean pipeline upon completion. H. Tolerances Any deviation in a sewer pipes section more than 1/8 inch per foot of pipe diameter from the horizontal or vertical alignment, as established by the Engineer, will not be allowed; and all sewer laid incorrectly, as determined by the Engineer, must be relaid at the Contractor's expense. This tolerance in grade will be allowed only if the sewer is designed at a slope sufficient to prevent backfall when its limits are reached. Under no condition will a sewer be accepted when one or more pipe lengths have been installed without "fall'. 2. The completed sewer must be laid so nearly in a perfect line that an ordinary electric lantern held at center of the sewer at a manhole may be wholly visible to the eye at the level of the sewer at the next manhole. 3. Sags and reverse slope on gravity pipe is prohibited. Remove and relay pipe to proper grade. 3.02 TESTING OF PIPE A Lamp all pipe to visually inspect for defects and debris. B. Leakage Tests: Perform leakage tests on all sanitary sewers as follows: 332700 Fairmeadows Park Splash Pad Project Perform after completion of backfill. 2. Perform after groundwater has returned to normal level. 3. Furnish test plugs, water pumps, appurtenances, and labor. Install bulkheads for testing and weirs for measurement as necessary. Groundwater elevation from observation wells or excavations are subject to acceptance by the Engineer. a. If groundwater is more than two foot above top of pipe at upper end, conduct infiltration or low-pressure air tests. If maximum pressure exerted by groundwater is greater than 4 psig, conduct infiltration test. b. If groundwater is less than two foot above top of pipe at upper end, conduct exfiltration or low-pressure air tests. C. If pipe is larger than 27 -inch, air test is not allowed. 4. Exfiltration or infiltration test performed on sections of approved length (maximum Yz-mile for sewers) and before connection to buildings. Low-pressure air tests performed on manhole -to -manhole sections of pipeline. Y+' 5. Low-pressure air test a. Equipment }a (1) Designed for testing sewers using low-pressure eir..,.. (2) Provide air regulator or safety valve so air pressure doesOabt exceed 8 psig. (3) All air through single control panel. b. Procedure (1) Perform from manhole -to -manhole after backfill. (2) Place pneumatic plugs: (a) sealing length equal to or greater than pipe diameter, (b) capable of resisting internal test pressure without external bracing or blocking. (3) Introduce low-pressure air into sealed line and achieve internal air pressure 4 psig greater than maximum pressure exerted by groundwater above pipe invert. (4) Limit internal pressure in sealed line below 8 psig. (5) Allow two minutes minimum for air pressure to stabilize. Disconnect low-pressure air hose from control panel (6) Acceptable Test Result: (a) Minimum time for pressure to drop from 3.5 to 2.5 psig greater than maximum pressure exerted by ground water above pipe invert. 332700-7 Fairmeadows Park Splash Pad Project Pipe diameter Time in in inches Minutes 4 2.0 —1, 6 3.0 ' 8 4.-0r 10 5.0 12 5.5' 15 7.5` _ 18 8.5 �J 21 10.0 24 11.5 `- 27 A 3.0 (b) Minimum allowable time for sewers with more than one size of pipe: based on largest diameter reduced by 0.5 min. (c) If groundwater level at time of testing is above the sewer, air pressure shall be increased 0.43 psig for each foot the groundwater is above the flow line of the pipe. C. If pressure drop exceeds 1.0 psig during the test period. the test shall be considered to have failed. Locate and repair leaks and retest as required. 6. Infiltration Test a. Dewater and conduct test for at least 24 hours. b. Locate and repair leaks, and retest as required. C. Allowable infiltration, including manholes, fittings, and connections: maximum 200 gallons per inch diameter per mile per 24 hours. Exfiltration Test a. Subject sewers to internal pressure by: (1) plugging the inlet of the upstream and downstream manholes. (2) filling sewer and upstream manhole with clean water until the water elevation in the manhole is two feet above top of sewer, or two feet above the existing ground water in the trench, whichever is the higher elevation. b. Use suitable ties, braces. and wedges to secure stoppers against leakage from test pressure. where conditions between manholes may result in test pressure causing leakage. C. Rate of leakage from sevder: Determined by the amount of water required to maintain the initial water elevation for one hour from the start of the test. d. Allowable exfiltration same as allowable infiltration. If the average head above the section being tested exceeds two feet above top of pipe, then the allowable exfiltration can be increased by 5% for each additional foot of head. e. Modification to this test only as approved by the Engineer. f. Locate and repair leaks and retest as required. C. Deflection Tests: Perform deflection tests on all PVC truss sewers as follows: 332700 Fairmeadows Park Splash Pad Project The mandrel (go/no-go) device shall be cylindrical in shape and constructed with nine (9) evenly spaced arms or prongs. The mandrel dimension shall be 95% of the flexible pipe's published ASTM average inside diameter. Allowances for pipe wall thickness or ovality (from shipment, heat, shipping loads, poor production, etc.) shall not be deducted from the ASTM average inside diameter, but shall be counted as part of the 5% allowance. The contact length of the mandrel's arms shall equal or exceed the nominal diameter of the sewer to be inspected. Critical mandrel dimensions shall carry a tolerance of± .001". Proving rings shall be available. 2. The mandrel inspection shall be conducted no earlier than 30 days after reaching final trench backfill grade provided, in the opinion of the Engineer, sufficient water densification or rainfall has occurred to thoroughly settle the soil throughout the entire trench depth- Short-term (tested 30 days after Installation) deflection shall not exceed 5% of the pipe's average inside diameter. The mandrel shall be hand pulled by the Contractor through all sewer lines. Any sections of the sewer not passing the mandrel test shall be uncovered and the Contractor shall replace and recompact the embedment backfill material to the satisfaction of the Engineer. These repaired sections shall be retested with the go/no-go mandrel until passing. 3. The Engineer shall be responsible for approving the mandrel. Proving rings may be used to assist in this. Drawings of the mandrel with complete dimensioning shall be furnished by the Contractor to the Engineer for each diameter and type of flexible pipe. 3.03 CONSTRUCTION AND INSTALLATION OF MANHOLES, MANHOLE BOXES AND INTAKE STRUCTURES A. Set bases true to line and elevation on minimum six-inch granular backfill material. B. Install O-ring or profile gasket in joints between sections conforming to manufacturer's standard. C. Cast in place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe. All junctions and changes in direction shall be smooth and rounded to the maximum extent possible to supplement flow through the structure. D. Plug holes for handling with mortar. E. Lay grading rings in full bed and joint of mortar without subsequent groutitlg, flusjring or filling; bond thoroughly. F. Set frames with top conforming to finished ground or pavement surface as: indicated and " directed. Grading rings plus the frame height shall not exceed 24 inche5'"i'-= G. Set frames in full bed of RAM-NEK or equal to fill and make watertight spape betwgen masonry top and bottom flange of frame. H. Backfill as specified in Section 02220. Clean manhole upon completion. J. Inspect for visible leaks after groundwater has returned to normal level. Repair leaks. 3.04 MAINTENANCE OF FLOW A. Storm Sewers: At the end of each working day, the Contractor shall reestablish the full capacity of any drainage system affected by construction. Diversion of storm water into the sanitary sewer system is not allowed. 332700-9 Fairmeadows Park Splash Pad Project B. Sanitary Sewers: The Contractor shall at all times maintain full capacity in the sanitary sewer system and protect the system from storm water. C. If pumps are used for the diversion of flow, the Contractor shall have a stand-by pump readily at hand. The Contractor shall provide the Police Department and the Supervisor of the Iowa City Wastewater Treatment Plant with phone numbers where the responsible person may be reached 24 hours a day to make immediate repairs and/or replacement in case of diversion system failure. Diversion of sanitary sewage to storm sewers or waterways is not allowed. 3.05 CONFLICTS A. Provide temporary support for existing water. gas, telephone, power or othJpr utiliE(_�!s or services that cross the trench. B. Compact backfill under the existing utility crossing as specified in Section 62200. C. Separate gravity sewers from water mains by horizontal distance of at least 10 feet unless: 1. Top of sewer is at least 18 inches below the bottom of the water main. 2. Sewer is placed in separate trench or in same trench on bench of undisturbed earth with at least three feet separation form the water main. D. Use water main materials for gravity sewers with less than 10 feet of horizontal distance and top of the sewer less than 18 inches below the bottom of the water main: maintain a linear separation of at least two feet. E. Where gravity sewer crosses over water main or service or where the top of sewer is less than 18 inches below the bottom of the water main or service, the following requirements shall apply: 1. The sewer may not be placed closer than 6 inches below a water main or 18 inches above a water main. The separation distance shall be the maximum feasible in all cases. 2. Use 20 -foot length of water main material as specified for gravity sewer centered on the water main. Both joints shall be located as far from the water main as possible. 3. The sewer and the water main must be adequately supported and have watertight joints, 4. Backfill trench with law permeability soil for the 20 -foot length centered on the crossing. Sanitary sewer farce mains and water mains shall be separated by a horizontal distance of at least 10 feet unless: 1. The force main is constructed of water main material meeting a minimum pressure rating of 200 psi. 2. The force main is laid at least four linear feet from the water main. END OF SECTION 332700 j 0 FJA MMS CONSULTANTS, INC, MA IOWA CITY OFFICE: 3191351-8282 Your Vision + Our Innovation = Inspired Results LETTER OF TRANSMITTAL City Clerk TO: City of Iowa City We are sending you the following attached items: Date: 12/03//2012 ( Project #: 0339-248 From: Luke Newton RE: Plats for Fairmeadows Park Splash Pad Project COPIES DATE PROJECT NO. DESCRIPTION 1 12/03/12 0339-248 Plats for Fairmeadows Park Splash Pad Project These are transmitted as checked below: ❑ For approval ❑ Approved as submitted ❑ For Approval & Signature ® For your use ❑ Approved as noted ❑ Submit copies for distribution ❑ As requested ❑ Returned as noted ❑ For Recording ❑ For review & comment ❑ Prints returned after loan to us ❑ Other 10 ►U_C. Luke Newton MMS Consultants, Inc. COPY TO: Received by: IF ENCLOSURES ARE NOT NOTED, KINDLY NOTIFY US AT ONCE. 1917 SOUTH GILBERT STREET'- IOWA CITY •:IOWA WEBSITE: WWW.MMSCONSULTANTS.NET EMAIL: MMS@MMSCONSULTANTS.NET 14AMMS CONSULTANTS, INC. IOWA CITY OFFICE: 319!351-8282 I Your Vision + Our Innovation =Inspired Results LETTER OF TRANSMITTAL City Clerk TO: City of Iowa City We are sending you the following attached items: Date: 12/03//2012 Project #: 0339-248 From: Luke Newton RE: Plats for Fairmeadows Park Splash Pad Project COPIES DATE PROJECT NO. DESCRIPTION 1 12/03/12 0339-248 Plats for Fairmeadows Park Splash Pad Project These are transmitted as checked below: ❑ For approval ❑ Approved as submitted ❑ For Approval & Signature ® For your use ❑ Approved as noted ❑ Submit copies for distribution ❑ As requested ❑ Returned as noted ❑ For Recording ❑ For review & comment ❑ Prints returned after loan to us ❑ Other REMARKS: Luke Newton MMS Consultants, Inc. COPY TO: Received by: IF ENCLOSURES ARE NOT NOTED, KINDLY NOTIFY US AT ONCE. 1917 SOUTH GILBERT STREET ;• IOWA CITY • IOWA WEBSITE: WWW.MMSCONSULTANTS.NET EMAIL: MMS@MMSCONSULTANTS.NET im ,,, A Location • Not To S(Iiile I� STANDARD LEGEND AND NOTES - PROPERTY &/or BOUNDARY LINES — — © OVERALL LAYOUT, DIMENSION PLAN - RIGHT-OF-WAY LINES OVERALL GRADING AND EROSION CONTROL PLAN — - - - — - EXISTING RIGHT-OF-WAY LINES SPLASH PAD GRADING AND DIMENSION PLAN ©GENERAL NOTESAND DETAILS Mail SPLASH PAD PIPING AND ELECTRICAL DIAGRAM - LOT LINES, INTERNAL SPLASH PAD SPRAY ZONE PLAN Pi =-I WATER MANAGEMENT SYSTEM DETAILS — — — - PROPOSED EASEMENT LINES WATER MANAGEMENT SYSTEM DETAILS - EXISTING EASEMENT LINES DEBRIS TRAP AND RAIN DIVERTER DETAILS - BENCHMARK AOUATIC PLAY PRODUCTS DETAILS - RECORDED DIMENSIONS AOUATIC PLAY PRODUCTS STANDARD LEGEND AND NOTES - PROPERTY &/or BOUNDARY LINES — — - CONGRESSIONAL SECTION LINES ------------- - RIGHT-OF-WAY LINES — - - - — - - - — - - - — - EXISTING RIGHT-OF-WAY LINES — - CENTER LINES — - EXISTING CENTER LINES - LOT LINES, INTERNAL - LOT LINES, PLATTED OR BY DEED — — — — — — — — - PROPOSED EASEMENT LINES ----------------- - EXISTING EASEMENT LINES 0 - BENCHMARK (R) - RECORDED DIMENSIONS 22-1 - CURVE SEGMENT NUMBER -EXIST- -PROP- - POWER POLE Z - POWER POLE W/DROP - POWER POLE W/TRANS - POWER POLE W/LIGHT - GUY POLE xt - LIGHT POLE O OO - SANITARY MANHOLE - FIRE HYDRANT WATER VALVE DRAINAGE MANHOLE wi O - CURB INLET —x—X— - FENCE LINE ( - EXISTING SANITARY SEWER (( - PROPOSED SANITARY SEWER - EXISTING STORM SEWER PROPOSED STORM SEWER W - WATER LINES E - ELECTRICAL LINES T - TELEPHONE LINES G - GAS LINES - - - - - - - - - - - - - CONTOUR LINES (1' INTERVAL) - PROPOSED GROUND -- - - - -- - - - ---- EXISTING GROUND - EXISTING TREE LINE - EXISTING DECIDUOUS TREE & SHRUB - EXISTING EVERGREEN TREES & SHRUBS THE ACTUAL SIZE AND LOCATION OF ALL PROPOSED FACILITIES SHALL BE VERIFIED WITH CONSTRUCTION DOCUMENTS, WHICH ARE TO BE PREPARED AND SUBMITTED SUBSEQUENT TO THE APPROVAL OF THIS DOCUMENT. STEVEN P. 2ATA01 13055 I SEAL a 2 7*=* 1 41:10 1 MMS CONSULTANTS, INC. Iowa City, Iowa (319) 351-8282 <> CIVIL ENGINEERS <> LAND PLANNERS <> <> LANDSCAPE ARCHITECTS <> LAND SURVEYORS <> <> ENVIRONMENTAL SPECIALISTS <> I hereby certify that this engineering document was prepared by me or under my direct supervision and that I am a duty licensed Professional Engineer under the laws of the State of Iowa. 20 // Z STEVEN P. NOACK, P.E. Iowa Lic. No. 13055 My license renewal date is December 31, 20 t . Pages or sheets covered by this seal: 1 - CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319) 351-8282 www.mmsconsultants.net Date I Revl5lon TITLE SHEET 2451 MIAMI DRIVE IOWA CITY IOWA MMS CONSULTANTS, INC. Date: 11-30-12 Designed by: Field Book No: LCN _ Drawn by: Scale: LLS NONE Checked by: Sheet No: SPIN Project No: IOWA CITY 0339248 of: 0 TO = 695 .42 IE IN = 65340 24" OHE FY115T 15 0 EXIST Iv'o IF OUT' = k5�,10 ..... W @ 0.547. 6 0 F,617 @ 1,07% GRIND CURB PROP INTK #2 (SW -512) C) TYPE 48 GRATE 0 TG = 695.22 ,EXIST INTKIE IN = 693.16 JE OUT = 693.16 iw/00 mmmmmo 20" 0 20" EXIST 74"o - R(1P @ IV97- EX15T INTIK T6 = 650,09 IE IN = 686.90 IE Of = 656-430 WE WE WE EXIST 24"o LAKESIDE DRIVE FICIP @ 7 U7. 6 12" Kb �,, /-, � REbIHUUM BUILDING , W 11 (FUTURE BY OTHERS) 12" t F 4"0 24 PVC 2.00% 0 V 16"o 0" 0 'PROP SAN MH #1 7777 7 (SW -301) 77 TR = 6%3.80 X/ 50 77 IE IN - 6 693.60 PROP INTK #3 (SW -51 TYPE 4B GRATE ft-ww TR = 698.33 EXISTING 12" GARDEN ... JE OUT = 693.07 I — 175' - 4"0 -r//VG � PVC 0 2.00% 'X/S SALVAGE ANY FENCE AND ..... 1 sHjEFL -rea POSTS IMPACTED BY TRAIL CLEANOUT SALVAGE EXISTING GRILL GRADING; STOCKPILE WITHIN IE = 692.10 AND POST; REINSTALL w GARDEN AREA PER LOCATION SHEET 418 HYDRAN HYDRANT 1 24 8 0 611 18" 0 6 0 18" 28" 0 5. CONSTRUCTION 44" 00 i 1 4" LIMITS glob ...... REMOVE & REPLACE 194 SF PCC SIDEWALK ........... FOR SEWER LL INSTALLATION o WE_WE—WE—WE—WE— WE--WE—W&—W —a— 18" 0 2 nO" 0 EX16T SAN MH TR = 691.35 JE IN (PROP) = 686.33 IE OUT" = 654.115 32" 0 10.1 BENCH 36" 0 EXIST SAN MH TR = 702.03 IE IN = 091-15 IE OUT = 651-53 EXIST SAN SEWER @ 0-07. COORDINATE WITH IOWA CITY WATER DEPARTMENT TO TAP SERVICE CIT WILL TAP SERVICE WITH CONTRACTOR PROVIDED MATERIALS. REMOVE & REPLACE 6 SY PCC PAVEMENT AS NECESSARY FOR WATER SERVICE TAP REMOVE 132 SF PCC SIDEWALK FOR WATER SERVICE TAP EXIST SAN MH ry Tp, = 69626 IE Off = 697.66 75 NOTE: SEE SHEET 4 FOR DIMENSIONS AND SPOT ELEVATIONS NOT SHOWN ON THIS SHEET M. 4-E 0 3 15 30 GRAPHIC SCALE IN FEET 111=30' ITR / Mil1 EXIST SAN Mt-INOTE: = 696.94 z THE CONTRACTOR SHALL NOT BLOCK LCN IE IN = 691,54 0 I WESTERN ROAD OR EXISTING DRIVE. Drawn by; IF OUT = 691s4z 0 ............ ....... ................. ALTERNATE 3 (6" PCC) iChecked by: ALTERNATE 4 (6" PCC) SPIN co � vfj, , 30" IOWA CITY y N" 0 0339248 OHE EX15T ORATE INTIK TO = 037.53 EXIST ORATE INTK OHE IE IN = 6947��' Te = (657 40 16" AREA DRAIN CONSTRUCTION 0 IF Off = 09*`33 LIMITS HE IE Off = 05.00 uJ 0 OHE 20" MST ORATE INTK E TO = 695 .42 IE IN = 65340 24" OHE FY115T 15 0 EXIST Iv'o IF OUT' = k5�,10 ..... W @ 0.547. 6 0 F,617 @ 1,07% GRIND CURB PROP INTK #2 (SW -512) C) TYPE 48 GRATE 0 TG = 695.22 ,EXIST INTKIE IN = 693.16 JE OUT = 693.16 iw/00 mmmmmo 20" 0 20" EXIST 74"o - R(1P @ IV97- EX15T INTIK T6 = 650,09 IE IN = 686.90 IE Of = 656-430 WE WE WE EXIST 24"o LAKESIDE DRIVE FICIP @ 7 U7. 6 12" Kb �,, /-, � REbIHUUM BUILDING , W 11 (FUTURE BY OTHERS) 12" t F 4"0 24 PVC 2.00% 0 V 16"o 0" 0 'PROP SAN MH #1 7777 7 (SW -301) 77 TR = 6%3.80 X/ 50 77 IE IN - 6 693.60 PROP INTK #3 (SW -51 TYPE 4B GRATE ft-ww TR = 698.33 EXISTING 12" GARDEN ... JE OUT = 693.07 I — 175' - 4"0 -r//VG � PVC 0 2.00% 'X/S SALVAGE ANY FENCE AND ..... 1 sHjEFL -rea POSTS IMPACTED BY TRAIL CLEANOUT SALVAGE EXISTING GRILL GRADING; STOCKPILE WITHIN IE = 692.10 AND POST; REINSTALL w GARDEN AREA PER LOCATION SHEET 418 HYDRAN HYDRANT 1 24 8 0 611 18" 0 6 0 18" 28" 0 5. CONSTRUCTION 44" 00 i 1 4" LIMITS glob ...... REMOVE & REPLACE 194 SF PCC SIDEWALK ........... FOR SEWER LL INSTALLATION o WE_WE—WE—WE—WE— WE--WE—W&—W —a— 18" 0 2 nO" 0 EX16T SAN MH TR = 691.35 JE IN (PROP) = 686.33 IE OUT" = 654.115 32" 0 10.1 BENCH 36" 0 EXIST SAN MH TR = 702.03 IE IN = 091-15 IE OUT = 651-53 EXIST SAN SEWER @ 0-07. COORDINATE WITH IOWA CITY WATER DEPARTMENT TO TAP SERVICE CIT WILL TAP SERVICE WITH CONTRACTOR PROVIDED MATERIALS. REMOVE & REPLACE 6 SY PCC PAVEMENT AS NECESSARY FOR WATER SERVICE TAP REMOVE 132 SF PCC SIDEWALK FOR WATER SERVICE TAP EXIST SAN MH ry Tp, = 69626 IE Off = 697.66 75 NOTE: SEE SHEET 4 FOR DIMENSIONS AND SPOT ELEVATIONS NOT SHOWN ON THIS SHEET M. 4-E 0 3 15 30 GRAPHIC SCALE IN FEET 111=30' NOTE: EXISTING GEOTHERMAL 'HORIZONTAL' WELL FIELD IS INSTALLED AT +/-15' AND .30' DEPTH BELOW EXISTING GROUND. A 28E AGREEMENT BETWEEN THE CITY OF IOWA CITY AND THE IOWA CITY COMMUNITY SCHOOL DISTRICT EXISTS. THE AGREEMENT COVERS THE USE OF THE AREA OF THE GEOTHERMAL WELL FIELD AS WELL AS ITEMS CONSTUCTED OVER THE WELL FIELD. 2 LAYERS BUILDING PAPER OR FIBER PACKING BETWEEN PIPE AND CONCRETE / Mil1 BASE BID Field Book No: LCN ALTERNATE 1 (6" & 7" PCC) I ALTERNATE 2 (6" PCC) Drawn by; t 5001e: ............ ....... ................. ALTERNATE 3 (6" PCC) iChecked by: ALTERNATE 4 (6" PCC) SPIN co Project No: NOTE: EXISTING GEOTHERMAL 'HORIZONTAL' WELL FIELD IS INSTALLED AT +/-15' AND .30' DEPTH BELOW EXISTING GROUND. A 28E AGREEMENT BETWEEN THE CITY OF IOWA CITY AND THE IOWA CITY COMMUNITY SCHOOL DISTRICT EXISTS. THE AGREEMENT COVERS THE USE OF THE AREA OF THE GEOTHERMAL WELL FIELD AS WELL AS ITEMS CONSTUCTED OVER THE WELL FIELD. 2 LAYERS BUILDING PAPER OR FIBER PACKING BETWEEN PIPE AND CONCRETE CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319) 351-8282 www.mmsconsultants.net P07� 7,151on r10 177 DA OVERALL LAYOUT, DIMENSION AND UTILITY PLAN 2451 MIAMI DRIVE IOWA CITY IOWA 00 0 MMS CONSULTANTS, INC. s - C11 Date: 11-30-12 De519ned by: Field Book No: LCN I I Drawn by; CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319) 351-8282 www.mmsconsultants.net P07� 7,151on r10 177 DA OVERALL LAYOUT, DIMENSION AND UTILITY PLAN 2451 MIAMI DRIVE IOWA CITY IOWA 00 0 MMS CONSULTANTS, INC. s - C11 Date: 11-30-12 De519ned by: Field Book No: LCN co Drawn by; t 5001e: ILLS 1 It =30' iChecked by: Sheet No: 0 SPIN co Project No: 2 IOWA CITY 0339248 of: 12 C) CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319) 351-8282 www.mmsconsuItants.net Date I Revision 2451 MIAMI DRIVE IOWA CITY IOWA O MMS CONSULTANTS, INC. '2 Date; 11-30-12 M town Is Pe,519ned by: CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319) 351-8282 www.mmsconsuItants.net Date I Revision 2451 MIAMI DRIVE IOWA CITY IOWA O MMS CONSULTANTS, INC. '2 Date; 11-30-12 Pe,519ned by: Field Book No: 7 LCN co 'T C1 4 Prawn Scale: LLS 1 =30' Checked by: Sheet No: 00 SPN Project No: 3 IOWA CITY 0 0339248 of: 12 CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319) 351-8282 www.mmsconsultants.net Date, I Revision r C Z 2451 MIAMI DRIVE IOWA CITY IOWA MMS CONSULTANTS, INC. Date - 11 -30-12 �2 Designed by: Field Book No: LCN Drawn by; Scale: LLS 1 =10' 0 Checked by: Sheet No: 01 SPN 0 Project No: 00 't IOWA CITY 4 N 0339248of: 12 ' 0 M CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319) 351-8282 www.mmsconsultants.net Date, I Revision r C Z 2451 MIAMI DRIVE IOWA CITY IOWA MMS CONSULTANTS, INC. Date - 11 -30-12 �2 Designed by: Field Book No: LCN Drawn by; Scale: LLS 1 =10' 0 Checked by: Sheet No: 01 SPN 0 Project No: 00 't IOWA CITY 4 N 0339248of: 12 ' 0 SANITARY SEWER AND WATER MAIN CONSTRUCTION NOTES 1) SANITARY SEWER AND WATER MAIN CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE PROJECT SPECIFICATIONS AS PREPARED BY MMS CONSULTANTS INC. CONSTRUCTION SHALL ALSO CONFORM TO THE CITY OF IOWA CITY STANDARDS. 2) CONTRACTOR SHALL PROVIDE CRUSHED STONE ENCASEMENT BEDDING FOR ALL SANITARY SEWER UNLESS NOTED OTHERWISE ON THE PLANS. 3) SANITARY SEWERS TO BE PVC TRUSS PIPE UNLESS NOTED OTHERWISE. SANITARY SEWER SERVICE LINES SHALL BE PVC, SDR 23.5 WITH GASKETED JOINTS. 4) CONTRACTOR TO PROVIDE CLOW "BAND -SEAL" COUPLINGS FOR DISSIMILAR PIPE CONNECTIONS. 5) 6" AND 8" DIAMETER WATER MAINS SHALL BE DR -18 PVC PIPE, EXCEPT AROUND CUL-DE-SACS AND SMALL RADIUS CURVES WHERE CLASS 52 DIP SHALL BE USED, UNLESS NOTED OTHERWISE ON THE PLANS. 5) SANITARY SEWER TRENCHES SHADED ON THE PROFILE VIEW SHALL BE BACKFILLED AND COMPACTED TO 95% STANDARD PROCTOR DENSITY AS FOLLOWS: A. LANDSCAPED AREAS; SUITABLE EXCAVATED MATERIAL. B. CRUSHED STONE AS SPECIFIED FOR GRANULAR TRENCH BACKFILL SHALL BE USED. C. UNDER AND WITHIN 5' OF PCC PAVEMENT INCLUDING STREETS & SIDEWALKS; 3/4"-1" CLASS A ROADSTONE. 7) GRANULAR TRENCH BACKFILL SHALL BE CLASS A CRUSHED STONE CONFORMING TO I.D.O.T. STANDARD SPECIFICATION 4120.04 WITH 1" MAXIMUM AGGREGATE SIZE. COMPACT TO 95% STANDARD PROCTOR DENSITY. 8) WATER MAINS WITHIN STREET RIGHT OF WAYS OR WITHIN EASEMENTS ADJACENT TO THE STREET RIGHT OF WAYS SHALL BE BACKFILLED WITH EITHER OF THE FOLLOWING COMPACTED TO 95% STANDARD PROCTOR DENSITY: A. SUITABLE EXCAVATED MATERIAL. IF EXCAVATED MATERIAL IS NOT SUITABLE, THEN 9) ALL SANITARY SEWER SERVICE LINES CROSSING STREET RIGHT-OF-WAY SHALL BE BACKFILLED IN ACCORDANCE WITH THE PRECEDING NOTE. 10) ALL SANITARY SEWER SERVICE LINES SHALL BE EXTENDED A. TO THE UTILITY EASEMENT LINE FOR THOSE LOCATIONS WHERE THE LOTS BEING SERVED ARE ON THE OPPOSITE SIDE OF THE STREET FROM THE SEWER MAIN. B. TO THE UTILITY EASEMENT LINE FOR THOSE LOCATIONS WHERE THE LOTS BEING SERVED ARE ADJACENT TO THE SEWER MAIN. THE FOLLOWING MINIMUM CLEARANCES MUST BE MAINTAINED 11) WATER MAIN SHALL BE LOCATED 10 FEET HORIZONTALLY DISTANT FROM ALL SANITARY SEWER AND STORM SEWER. 12) WATER MAIN SHALL NOT PASS THROUGH NOR CONTACT A SEWER OR A SEWER MANHOLE. A MINIMUM HORIZONTAL SEPARATION OF 3 FEET SHALL BE MAINTAINED. 13) VERTICAL SEPARATION OF WATER MAINS CROSSING OVER ANY SANITARY SEWER SHOULD BE A MINIMUM OF 18 -INCHES, MEASURED OUTSIDE TO OUTSIDE FROM THE CLOSEST EDGE OF EACH PIPE. IF PHYSICAL CONDITIONS PROHIBIT THIS SEPARATION, THE WATER MAIN SHALL NOT BE PLACED CLOSER THAN 6 -INCHES ABOVE A SEWER OR 18 -INCHES BELOW A SEWER. THE SEPARATION DISTANCE SHALL BE THE MAXIMUM FEASIBLE IN ALL CASES. 14) WHERE THE WATER MAIN CROSSES SEWER, ONE FULL LENGTH OF WATER PIPE SHALL BE LOCATED SO BOTH JOINTS ARE AS FAR AS POSSIBLE FROM THE SEWER. THE WATER AND SEWER PIPES MUST BE ADEQUATELY SUPPORTED AND HAVE WATER TIGHT JOINTS. A LOW PERMEABILITY SOIL SHALL BE USED FOR BACKFILL MATERIAL WITHIN 10 -FEET OF THE POINT OF CROSSING. 15) NOMINAL DEPTH OF WATER MAIN = 5.5 FEET TO TOP OF PIPE. 16) WATER MAIN SHADED ON PLAN VIEW, AND ALL WATER SERVICE LINES CROSSING STREETS, SHALL BE INSTALLED PRIOR TO PAVING. 17) ALL SANITARY SEWER AND SERVICE LINES SHALL BE AIR TESTED TO PASS THE FOLLOWING TEST: AIR TESTING A. PERFORM FROM MANHOLE -TO -MANHOLE AFTER BACKFILL. B. PLACE PNEUMATIC PLUGS: (1) SEALING LENGTH: EQUAL TO OR GREATER THAN PIPE DIAMETER, (2) CAPABLE OF RESISTING INTERNAL TEST PRESSURE WITHOUT EXTERNAL BRACING OR BLOCKING. C. INTRODUCE LOW-PRESSURE AIR INTO SEALED LINE AND ACHIEVE INTERNAL AIR PRESSURE 4 PSIG GREATER THAN MAXIMUM PRESSURE EXERTED BY GROUNDWATER ABOVE PIPE INVERT. D. LIMIT INTERNAL PRESSURE IN SEALED LINE BELOW 8 PSIG. E. ALLOW 2 MINUTES MINIMUM FOR AIR PRESSURE TO STABILIZE. DISCONNECT LOW-PRESSURE AIR HOSE FROM CONTROL PANEL. F. MINIMUM TIME FOR PRESSURE TO DROP FROM 3.5 TO 2.5 PSIG GREATER THAN MAXIMUM PRESSURE EXERTED BY GROUNDWATER ABOVE PIPE INVERT: LENGTH FOR TIME FOR PIPE DIAMETER, MINIMUM TIME, MINIMUM TIME, LONGER LENGTH, INCHES min: s ft S 4 3:46 597 0.380 L 6 5:40 398 0.854 L 8 7:34 298 1.520 L 10 9:26 239 2.374 L 12 11:20 199 3.418 L 15 14:10 159 5.342 L 18 17:00 133 7.692 L 21 19:50 114 10.470 L 24 22:40 99 13.674 L 27 25:30 88 17.306 L 30 28:20 80 21.366 L 33 31:10 72 25.852 L 36 34:00 66 30.768 L G. IN AREAS WHERE GROUND WATER IS KNOWN TO EXIST, THE HEIGHT OF WATER ABOVE THE TOP OF THE PIPE BEING TESTED, IN FEET, SHALL BE DETERMINED AND THAT HEIGHT DIVIDED BY 2.3 TO ESTABLISH THE PRESSURE THAT WILL BE ADDED TO ALL READINGS ABOVE. ALTERNATIVELY, THE ENGINEER MAY ALLOW THE CONTRACTOR TO MEASURE INFILTRATION INTO THE SEWER BY USING A V -NOTCH WEIR OR OTHER SUITABLE DEVICE. H. LOCATE, REPAIR AND RETEST LEAKS. I. AIR TESTING SHALL BE CONSIDERED INCIDENTAL TO SANITARY SEWER CONSTRUCTION. 18) ALL PVC TRUSS SEWERS SHALL HAVE A DEFLECTION TEST PERFORMED AS FOLLOWS: A. DEFLECTION TEST SHALL BE CONDUCTED AFTER THE FINAL BACKFILL HAS BEEN IN PLACE AT LEAST 30 DAYS. B. DEFLECTION TEST TO BE CONDUCTED USING A RIGID BALL OR MANDREL WITH A DIAMETER EQUAL TO 95% OF THE INSIDE DIAMETER OF THE PIPE. NO MECHANICAL PULLING DEVICES ALLOWED. C. NO PIPE SHALL EXCEED A DEFLECTION OF 5%. 19) MANHOLE FRAME AND LID TO BE NEENAH R-1642 SELF SEALING WITH CITY OF IOWA CITY LOGO. MANHOLE FRAMES IN PAVING SHALL ALSO BE NON -ROCKING ID Bd F ..' INCHES FEET & ACKFILL INCHES 4 2-0 AND 8 2-3 LACED 10 2-3 ACKFILL 12 2-3 15 2-9 - ,RUSHED 1s 3-0 ?' TONE 21 3-3 12" - 24 3-6 ' NOTES: - ° 1. PIPE SHALL BE PLACED ON CRUSHED 12" MIN. ID T STONE MATERIAL. g°8, SO8 r 2. BELL HOLES SHALL BE HAND SHAPED - SO THAT ONLY PIPE BARREL RECEIVES BEARING PRESSURE. - 3. PLACE BEDDING TO ENSURE THAT - I �- ••-� THERE ARE NO VOIDS UNDER OR D/4 + T J ALONGSIDE THE LENGTH OF PIPE. (4" MIN.) 4. BACKFILL SHALL BE HAND TAMPED UNDISTURBED SOIL UP TO 12" ABOVE TOP OF PIPE. 5. SEE TABLE FOR ALLOWABLE TRENCH CRUSHED STONE ENCASEMENT WIDTH Bd. NTS FOR PVC TRUSS PIPE WHERE PUBLIC OR PRIVATE UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS, OR ENCOUNTERED WITHIN THE CONSTRUCTION AREA, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO THE BEGINNING OF ANY CONSTRUCTION. THE CONTRACTOR SHALL AFFORD ACCESS TO THOSE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES. UNDERGROUND FACILITIES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS, AND THEREFORE THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY. IT IS POSSIBLE THAT THERE MAY BE OTHER FACILITIES IN THE CONSTRUCTION AREA, THE EXISTENCE OF WHICH IS NOT PRESENTLY KNOWN OR SHOWN HEREON. IT IS THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE THEIR EXISTENCE AND EXACT LOCATION, AND TO AVOID DAMAGE THERETO. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK. U/,t t i (4' MIN.) UNDISTURBED SOIL CLASS "B" BEDDING STORM SEWER CONSTRUCTION NOTES 1) CITY OF IOWA CITY DESIGN AND CONSTRUCTION STANDARDS AND PROCEDURES SHALL PREVAIL. 2) ALL STORM SEWERS SHALL BE CLASS 3 RCP UNLESS NOTED OTHERWISE IN THE PLANS. 3) AT PLACES WHERE A FLARED END SECTION IS REQUIRED, PIPE LENGTH INCLUDES THE FLARED END. THE LAST TWO JOINTS ARE TO BE TIED WHERE FLARED END SECTIONS ARE REQUIRED. 4) ALL STORM SEWERS SHALL BE PROVIDED WITH CLASS "B" BEDDING, UNLESS NOTED OTHERWISE. 5) STORM SEWER TRENCHES SHADED ON THE PROFILE VIEW SHALL BE BACKFILLED WITH EITHER OF THE FOLLOWING COMPACTED TO 95% STANDARD PROCTOR DENSITY: A. SUITABLE EXCAVATED MATERIAL. IF EXCAVATED MATERIAL IS NOT SUITABLE, THEN B. CRUSHED STONE AS SPECIFIED FOR GRANULAR TRENCH BACKFILL SHALL BE USED. C. 3/4"-1" CLASS A ROADSTONE UNDER AND WITHIN 5' OF PCC PAVEMENT INCLUDING STREETS & SIDEWALKS. 6) GRANULAR TRENCH BACKFILL SHALL BE CRUSHED STONE CONFORMING TO I.D.O.T. STANDARD SPECIFICATION 4120.04 WITH 1" MAXIMUM AGGREGATE SIZE. COMPACT TO 95% STANDARD PROCTOR DENSITY. 7) ALL STORM SEWERS SHALL HAVE CONFINED "0" RING GASKETS. STORM SEWERS 36" AND SMALLER SHALL HAVE BELL AND SPIGOT JOINTS. STORM SEWERS LARGER THAN 36" MAY HAVE TONGUE AND GROOVE JOINTS. NO MASTIC JOINTS ALLOWED. 8) ALL PIPE SHALL BE CERTIFIED. 9) ALL STORM INTAKES SHALL BE A MINIMUM OF 48 INCHES FROM TOP OF CURB/RIM TO SUBGRADE. IF INVERT ELEVATIONS ARE INSUFFICIENT TO PROVIDE THIS REQUIRED DEPTH, THE CONTRACTOR TO PROVIDE DEEPER STRUCTURE AND POUR CONCRETE FILLET IN INTAKE TO MAKE INTAKE PIPES DRAIN AT INVERT ELEVATIONS LISTED. 10) LIFT HOLES IN STORM SEWER WILL NOT BE ALLOWED. 11) PROVIDE CONCRETE FILLETS IN ALL NEW & EXISTING DRAINAGE STRUCTURES PER REFERENCED DETAILS. WHERE PUBLIC UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS, OR ENCOUNTERED WITHIN THE CONSTRUCTION AREA, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO THE BEGINNING OF ANY CONSTRUCTION . THE CONTRACTOR SHALL AFFORD ACCESS TO THOSE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES. UNDERGROUND FACILITIES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS, AND THEREFORE THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY. IT IS POSSIBLE THAT THERE MAY BE OTHER FACILITIES IN THE CONSTRUCTION AREA, THE EXISTENCE OF WHICH IS NOT PRESENTLY KNOWN OR SHOWN HEREON. IT IS THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE THEIR EXISTENCE AND EXACT LOCATION, AND TO AVOID DAMAGE THERETO. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK. NOTES: Bd MAX. 1. PIPE SHALL BE PLACED ON CRUSHED STONE MATERIAL. 2. BELL HOLES SHALL BE HAND SHAPED BACKFILL SO THAT ONLY PIPE BARREL RECEIVES BEARING PRESSURE. I -- HAND 3. PLACE BEDDING TO ENSURE THAT PLACED THERE ARE NO VOIDS UNDER OR BACKFILL ALONGSIDE THE LENGTH OF PIPE. `� CRUSHED 4. BACK FILL SHALL BE HAND TAMPED STONE UP TO 12" ABOVE TOP OF PIPE. 5. SEE TABLE FOR ALLOWABLE TRENCH WIDTH Bd. °S"Pa o T D/2 ID Bd INCHES FEET & T, INCHES 1 D/4 + T 2 2-3 15 2-9 (4" MIN.) 18 3-0 UNDISTURBED SOIL 21 3-3 CLASS "B" BEDDING 24 3-6 27 4-0 NTS 30 4-3 36 4-9 42 5-6 ACCESSIBLE PARKING DETAIL N.T.S. CURB RAMP (TYP.) MAX. RUNNING SLOPE 1:12 MAX. CROSS "r SLOPE 1:50 ag.Y 6" CURB j 1/2" EXPANSION OPTIONALVr (SEE PLAN) MATERIAL (TYP) 41 Iflo .11 V F xa.Y s \ate \' NOTE: SEE PLAN FOR APPLICABILITY AND LOCATION OF PARALLEL CURB RAMPS ,o NTS CONSTRUCTION JOINTING DETAIL N.T.S. KEY, AND/OR REINFORCE JOINT CONSTRUCTION JOINT, SAWCUT TO 1" DEPTH, FILL CONTROL JOINT, WITH #4 REBAR WITH JOINT SEALER SAWCUT TO Y3 ® 24" O.C. PAVING THICKNESS, NEW CONCRETE SEE PLANS FOR CONCRETE PAVEMENT LOCATIONS PAVEMENT END OF POUR' a..' d .. 41% MIN " ° a COMPACTED SUB -BASE EXPANSION JOINT DETAIL N.T.S. GREY, POLYURETHANE SELF -LEVELING, JOINT SEALER 1/2" WIDE BITUMINOUS FABRIC DRILL AND INSTALL 1/2° DOWEL 0 24" O°C. (WHERE NOTED) `.'EROXY. COATED SMOOTH °. DOWEL..QAR ° °� (WHERE NOTED) CONSTRUCTION SITE FENCING DETAIL N.T.S. ACCESSIBLE SIGN DETAIL REUSE EXISTING SIGN 2"x4" TOP RAIL SECURE N.T.S. PARKING TO EACH LINE POST 1'-0" PLASTIC MESH FABRIC ACCESSIBLE PARKING ' STRETCH TIGHT SECURE STATE PERMIT REQUIRED ADA PARKING SIGN - TO TOP RAIL, MIDDLE AND SIGNAGE MESSAGE PER 0 BOTTOM OF EACH POST REGULATIONS. ATTACH O 10 SIGNS TO POST WITH NATIVE 1.5" PIPE ® 8' O.C. MAXIMUM STAINLESS STEEL SCREWS. [& MATERIAL SURFACE MOUNT POST FOOT, 0 DO NOT ANCHOR TO PAVING, IMPROPER USE VAN ACCESSIBLE SIGN 6. FILTER FABRIC SHALL BE STAPLED OR WIRED TO THE POSTS SUCH THAT THE FABRIC EXTENDS INTO THE TRENCH AS SHOWN ABOVE. THE FABRIC SHALL BE FASTENED A MINIMUM OF THREE PLACES ON EACH POST. WEIGHT AS NECESSARY $200 FINE PER REGULATIONS CRUSHED COMPACTED SOIL 15 STONE DRIVE POST IN GROUND CONCRETE WHEN NOT IN PAVING VAN N ACCESSIBLE tO NTS CONSTRUCTION JOINTING DETAIL N.T.S. KEY, AND/OR REINFORCE JOINT CONSTRUCTION JOINT, SAWCUT TO 1" DEPTH, FILL CONTROL JOINT, WITH #4 REBAR WITH JOINT SEALER SAWCUT TO Y3 ® 24" O.C. PAVING THICKNESS, NEW CONCRETE SEE PLANS FOR CONCRETE PAVEMENT LOCATIONS PAVEMENT END OF POUR' a..' d .. 41% MIN " ° a COMPACTED SUB -BASE EXPANSION JOINT DETAIL N.T.S. GREY, POLYURETHANE SELF -LEVELING, JOINT SEALER 1/2" WIDE BITUMINOUS FABRIC DRILL AND INSTALL 1/2° DOWEL 0 24" O°C. (WHERE NOTED) `.'EROXY. COATED SMOOTH °. DOWEL..QAR ° °� (WHERE NOTED) CONSTRUCTION SITE FENCING DETAIL N.T.S. RA REUSE EXISTING SIGN 2"x4" TOP RAIL SECURE WHERE POSSIBLE PARKING TO EACH LINE POST ANY PLASTIC MESH FABRIC ' STRETCH TIGHT SECURE tet-► TO TOP RAIL, MIDDLE AND 0 BOTTOM OF EACH POST :2 O z_ O 1.5" PIPE ® 8' O.C. MAXIMUM 0 O ALIGNMENT. POSTS SHALL BE DRIVEN INTO THE GROUND A MINIMUM OF 28". SURFACE MOUNT POST FOOT, 0 DO NOT ANCHOR TO PAVING, 0 6. FILTER FABRIC SHALL BE STAPLED OR WIRED TO THE POSTS SUCH THAT THE FABRIC EXTENDS INTO THE TRENCH AS SHOWN ABOVE. THE FABRIC SHALL BE FASTENED A MINIMUM OF THREE PLACES ON EACH POST. WEIGHT AS NECESSARY O COMPACTED SOIL EXISTING DRIVE POST IN GROUND CONCRETE WHEN NOT IN PAVING REGULATORY SIGN DETAIL N.T.S. SIGN TEXT PER PLAN; USE CITY OF IOWA CITY APPROVED SIGN m :t *INSTALLATION TYPICAL FOR ALL REGULATORY TRAFFIC CONTROL SIGNS. 2"x2" GALVANIZED PERFORATED STEEL POST BOLT SIGN POST INTO GROUND RECEIVING POST DRIVE RECEIVER POST INTO GROUND ACCESIBLE PARKING SYMBOL N.T.S. �6 NOTE: SYMBOL TO BE CENTERED IN PARKING SPACE AND ORIENTED AS ILLUSTRATED ON PLANS. 41- 2" SQUARE PAINTED b STEEL POST WITH WELDED CAP - w PAINTED BLACK W X1 m xi I- CONCRETE FOOTING WITH SLOPED MOW EDGE YELLOW PAINTED SYMBOL MAY BE SUBSTITUTED WITH WHITE SYMBOL ON BLUE BACKGROUND, PERSUANT TO IOWA CODE. V-6 23' 4"(TYP) /-PAINT 'TRAFFIC YELLOW' A ,0 EXISTING PAVING TIE-IN DETAIL N.T.S. 4 EPDXY COATED REBAR, 1 CONSTRUCTION JOINT, # SAWCUT TO 1' DEPTH, FILL FOOT BAR, CENTERED ON WITH JOINT SEALER JOINT, 2' O.C. EXISTING NEW CONCRETE CONCRETE PAVEMENT PAVEMENT a DRILL AND COMPACTEI INSTALL REBAR SUB -BASE SIDEWALK ADJACENT TO PAVING DETAIL 10' e ° Q ° "ED" JOINT WITH 2' 18" EXPANSION & REINFORCEMENT, SEE EXPANSION JOINT DETAIL GRADING NOTES 1.) MAXIMUM SLOPE ON CUTS AND FILLS SHALL BE 3.5: HORIZONTAL TO 1: VERTICAL . 2.) NO EXCAVATION SHALL BE ALLOWED WITHIN 2' OF PROPERTY LINES. 3.) WHERE HEIGHT OF FILL IS GREATER THAN 30' AN INTERMEDIATE TERRACE OF AT LEAST 6WIDE SHALL BE ESTABLISHED AT MID HEIGHT. SEE TYPICAL FILL SECTION. 4.) COMPACTION TO BE 90% MODIFIED STANDARD PROCTOR WHERE > 6:1 SLOPE. 5.) ALL TREES OUTSIDE THE LIMITS OF GRADING OPERATIONS SHALL BE SAVED, UNLESS OTHERWISE INDICATED TO BE REMOVED. TREES NEAR THE EDGES OF GRADING LIMITS AND IN THE STORM WATER DETENTION BASIN AREAS SHALL BE SAVED IF POSSIBLE, WITHIN THE REQUIREMENTS OF THE SPECIFICATIONS. 6.) PRIOR TO ANY GRADING A CONSTRUCTION SAFETY FENCE SHALL BE INSTALLED 50 FEET FROM TRUNKS OF TREES TO BE PROTECTED. 7.) STABILIZATION SEEDING SHALL BE COMPLETED AS SOON AS POSSIBLE, BUT NOT MORE THAN 14 DAYS, UPON COMPLETION OF GRADING IN ANY AREA OF GRADING OPERATIONS. DISTURBED AREAS SHALL BE KEPT AS SMALL AS POSSIBLE TO PREVENT LARGE SCALE EROSION PROBLEMS. IF THE GRADING CONTRACTOR STOPS GRADING OPERATIONS FOR MORE THAN 14 DAYS, THEN STABILIZATION SEEDING SHALL BE DONE ON ALL DISTURBED AREAS. 8.) SILT FENCE LOCATIONS AND LENGTHS, AS INDICATED, ARE APPROXIMATE ONLY. FINAL LOCATIONS AND LENGTHS WILL BE DETERMINED, AS NEEDED, UPON COMPLETION OF GRADING OPERATIONS IN AN AREA. 9.) ALL PAVING SUBGRADES SHALL BE CONSTRUCTED AND COMPACTED IN ACCORDANCE WITH CITY OF IOWA CITY DESIGN AND CONSTRUCTION STANDARDS AND PROCEDURES. 10.) ALL SOIL BACKFILL SHALL MATCH FINISH ELEVATION OF ADJACENT PAVING. STANDARD CURB DETAIL N.T.S. 7 1/2" NOTE: SAWCUT CONTROL JOINTS 4 1/2 TO ALIGN WITH ADJACENT EXISTING PAVING JOINTS OR AT 10' O.C. 6" PREPARED SUB GRADE TYPICAL DRIVE/PARKING SECTION N.T.S. -18' PARKING STALL 24' DRIVE WIDTH 18' PARKING STALL 6" PCC 7" PCC I 6" PCC PAVEMENTPAVEMENT MIN 2% INVERTED PAVEMENT s� A' CROWN .. a. ' v e. ea d' n ° na 6" INTEGRAL CURB [ 6" INTEGRAL CURB I STABILIZATION SEEDING STABILIZATION SEEDING SHALL BE IN ACCORDANCE WITH I.D.O.T. STANDARD SPECIFICATION SECTION 2601.05 STABILIZING CROP SEEDING AND FERTILIZING. SEED MIXTURES SHALL BE ONE OF THE FOLLOWING: SPRING- MARCH 1 TO MAY 20 WINTER RYE OR OATS 1 BUSHEL PER ACRE SUDANGRASS (PIPER) 25 LBS. PER ACRE FESCUE, KENTUCKY 31 OR FAWN 15 LBS. PER ACRE ALFALFA (RANGER OR VERNAL) 5 LBS. PER ACRE SUMMER - MAY 21 TO JULY 20 OATS 1 BUSHEL PER ACRE SUDANGRASS (PIPER) 35 LBS PER ACRE FESCUE, KENTUCKY 31 OR FAWN 15 LBS PER ACRE ALFALFA (RANGER OR VERNAL) 5 LBS PER ACRE FALL - JULY 21 TO SEPTEMBER 30 WINTER RYE 2 BUSHEL PER ACRE FESCUE, KENTUCKY 31 OR FAWN 15 LBS PER ACRE ALFALFA (RANGER OR VERNAL) * 5 LBS PER ACRE *AFTER AUGUST 31, HAIRY VETCH SHALL BE SUBSTITUTED FOR ALFALFA AT THE RATE OF 10 LBS PER ACRE FERTILIZER SHALL BE APPLIED AT A RATE OF 450 LBS PER ACRE USING CHEMICALLY COMBINED COMMERCIAL 13-13-13 FERTILIZER. SILT FENCE DETAIL SIGN PER M.U.T.C.D. RA REUSE EXISTING SIGN NO WHERE POSSIBLE PARKING FEET. STEEL POSTS SHALL HAVE PROJECTIONS FOR FASTENING WIRE TO THEM. ANY TIME MINIMUM OF 24" AND A MAXIMUM OF 36" HIGH WHEN COMPLETE. tet-► 3. THE FILTER FABRIC SHALL BE PURCHASED IN A CONTINUOUS ROLL CUT TO THE LENGTH OF THE FENCE TO AVOID THE 0 USE OF JOINTS. WHEN JOINTS ARE NECESSARY, THE FILTER CLOTH SHALL BE SPLICED TOGETHER ONLY AT A O O O 4. POSTS SHALL BE SPACED A MAXIMUM OF 8 FEET APART AND DRIVEN SECURELY INTO THE GROUND ALONG THE FENCE 0 O ALIGNMENT. POSTS SHALL BE DRIVEN INTO THE GROUND A MINIMUM OF 28". 0 0 FILTER FABRIC 0 6. FILTER FABRIC SHALL BE STAPLED OR WIRED TO THE POSTS SUCH THAT THE FABRIC EXTENDS INTO THE TRENCH AS SHOWN ABOVE. THE FABRIC SHALL BE FASTENED A MINIMUM OF THREE PLACES ON EACH POST. ly O COMPACTED SOIL O COMPACTED NATIVE SOIL BACK FILL *INSTALLATION TYPICAL FOR ALL REGULATORY TRAFFIC CONTROL SIGNS. 2"x2" GALVANIZED PERFORATED STEEL POST BOLT SIGN POST INTO GROUND RECEIVING POST DRIVE RECEIVER POST INTO GROUND ACCESIBLE PARKING SYMBOL N.T.S. �6 NOTE: SYMBOL TO BE CENTERED IN PARKING SPACE AND ORIENTED AS ILLUSTRATED ON PLANS. 41- 2" SQUARE PAINTED b STEEL POST WITH WELDED CAP - w PAINTED BLACK W X1 m xi I- CONCRETE FOOTING WITH SLOPED MOW EDGE YELLOW PAINTED SYMBOL MAY BE SUBSTITUTED WITH WHITE SYMBOL ON BLUE BACKGROUND, PERSUANT TO IOWA CODE. V-6 23' 4"(TYP) /-PAINT 'TRAFFIC YELLOW' A ,0 EXISTING PAVING TIE-IN DETAIL N.T.S. 4 EPDXY COATED REBAR, 1 CONSTRUCTION JOINT, # SAWCUT TO 1' DEPTH, FILL FOOT BAR, CENTERED ON WITH JOINT SEALER JOINT, 2' O.C. EXISTING NEW CONCRETE CONCRETE PAVEMENT PAVEMENT a DRILL AND COMPACTEI INSTALL REBAR SUB -BASE SIDEWALK ADJACENT TO PAVING DETAIL 10' e ° Q ° "ED" JOINT WITH 2' 18" EXPANSION & REINFORCEMENT, SEE EXPANSION JOINT DETAIL GRADING NOTES 1.) MAXIMUM SLOPE ON CUTS AND FILLS SHALL BE 3.5: HORIZONTAL TO 1: VERTICAL . 2.) NO EXCAVATION SHALL BE ALLOWED WITHIN 2' OF PROPERTY LINES. 3.) WHERE HEIGHT OF FILL IS GREATER THAN 30' AN INTERMEDIATE TERRACE OF AT LEAST 6WIDE SHALL BE ESTABLISHED AT MID HEIGHT. SEE TYPICAL FILL SECTION. 4.) COMPACTION TO BE 90% MODIFIED STANDARD PROCTOR WHERE > 6:1 SLOPE. 5.) ALL TREES OUTSIDE THE LIMITS OF GRADING OPERATIONS SHALL BE SAVED, UNLESS OTHERWISE INDICATED TO BE REMOVED. TREES NEAR THE EDGES OF GRADING LIMITS AND IN THE STORM WATER DETENTION BASIN AREAS SHALL BE SAVED IF POSSIBLE, WITHIN THE REQUIREMENTS OF THE SPECIFICATIONS. 6.) PRIOR TO ANY GRADING A CONSTRUCTION SAFETY FENCE SHALL BE INSTALLED 50 FEET FROM TRUNKS OF TREES TO BE PROTECTED. 7.) STABILIZATION SEEDING SHALL BE COMPLETED AS SOON AS POSSIBLE, BUT NOT MORE THAN 14 DAYS, UPON COMPLETION OF GRADING IN ANY AREA OF GRADING OPERATIONS. DISTURBED AREAS SHALL BE KEPT AS SMALL AS POSSIBLE TO PREVENT LARGE SCALE EROSION PROBLEMS. IF THE GRADING CONTRACTOR STOPS GRADING OPERATIONS FOR MORE THAN 14 DAYS, THEN STABILIZATION SEEDING SHALL BE DONE ON ALL DISTURBED AREAS. 8.) SILT FENCE LOCATIONS AND LENGTHS, AS INDICATED, ARE APPROXIMATE ONLY. FINAL LOCATIONS AND LENGTHS WILL BE DETERMINED, AS NEEDED, UPON COMPLETION OF GRADING OPERATIONS IN AN AREA. 9.) ALL PAVING SUBGRADES SHALL BE CONSTRUCTED AND COMPACTED IN ACCORDANCE WITH CITY OF IOWA CITY DESIGN AND CONSTRUCTION STANDARDS AND PROCEDURES. 10.) ALL SOIL BACKFILL SHALL MATCH FINISH ELEVATION OF ADJACENT PAVING. STANDARD CURB DETAIL N.T.S. 7 1/2" NOTE: SAWCUT CONTROL JOINTS 4 1/2 TO ALIGN WITH ADJACENT EXISTING PAVING JOINTS OR AT 10' O.C. 6" PREPARED SUB GRADE TYPICAL DRIVE/PARKING SECTION N.T.S. -18' PARKING STALL 24' DRIVE WIDTH 18' PARKING STALL 6" PCC 7" PCC I 6" PCC PAVEMENTPAVEMENT MIN 2% INVERTED PAVEMENT s� A' CROWN .. a. ' v e. ea d' n ° na 6" INTEGRAL CURB [ 6" INTEGRAL CURB I STABILIZATION SEEDING STABILIZATION SEEDING SHALL BE IN ACCORDANCE WITH I.D.O.T. STANDARD SPECIFICATION SECTION 2601.05 STABILIZING CROP SEEDING AND FERTILIZING. SEED MIXTURES SHALL BE ONE OF THE FOLLOWING: SPRING- MARCH 1 TO MAY 20 WINTER RYE OR OATS 1 BUSHEL PER ACRE SUDANGRASS (PIPER) 25 LBS. PER ACRE FESCUE, KENTUCKY 31 OR FAWN 15 LBS. PER ACRE ALFALFA (RANGER OR VERNAL) 5 LBS. PER ACRE SUMMER - MAY 21 TO JULY 20 OATS 1 BUSHEL PER ACRE SUDANGRASS (PIPER) 35 LBS PER ACRE FESCUE, KENTUCKY 31 OR FAWN 15 LBS PER ACRE ALFALFA (RANGER OR VERNAL) 5 LBS PER ACRE FALL - JULY 21 TO SEPTEMBER 30 WINTER RYE 2 BUSHEL PER ACRE FESCUE, KENTUCKY 31 OR FAWN 15 LBS PER ACRE ALFALFA (RANGER OR VERNAL) * 5 LBS PER ACRE *AFTER AUGUST 31, HAIRY VETCH SHALL BE SUBSTITUTED FOR ALFALFA AT THE RATE OF 10 LBS PER ACRE FERTILIZER SHALL BE APPLIED AT A RATE OF 450 LBS PER ACRE USING CHEMICALLY COMBINED COMMERCIAL 13-13-13 FERTILIZER. SILT FENCE DETAIL IN ATI RA 1N POSTSL HALO BE EITHER 4" DIAMETER WOOD OR 1.33 POUNDS PER LINEAL FOOT STEEL WITH A MINIMUM LENGTH OF 5 N.T.S. FEET. STEEL POSTS SHALL HAVE PROJECTIONS FOR FASTENING WIRE TO THEM. onmom "Numli-01111 2. SILT FENCE FABRIC SHALL CONFORM TO I.D.O.T. STANDARD SPECIFICATION SECTION 4196.01.A. SILT FENCING SHALL BE A MINIMUM OF 24" AND A MAXIMUM OF 36" HIGH WHEN COMPLETE. 3. THE FILTER FABRIC SHALL BE PURCHASED IN A CONTINUOUS ROLL CUT TO THE LENGTH OF THE FENCE TO AVOID THE USE OF JOINTS. WHEN JOINTS ARE NECESSARY, THE FILTER CLOTH SHALL BE SPLICED TOGETHER ONLY AT A SUPPORT POST, WITH A MINIMUM 6" OVERLAP, AND SECURELY SEALED. 4. POSTS SHALL BE SPACED A MAXIMUM OF 8 FEET APART AND DRIVEN SECURELY INTO THE GROUND ALONG THE FENCE WOOD OR ALIGNMENT. POSTS SHALL BE DRIVEN INTO THE GROUND A MINIMUM OF 28". STEEL POST 5. A TRENCH SHALL BE EXCAVATED APPROXIMATELY 4" WIDE BY 12" DEEP ALONG THE UPSLOPE SIDE OF THE POSTS. FILTER FABRIC 6. FILTER FABRIC SHALL BE STAPLED OR WIRED TO THE POSTS SUCH THAT THE FABRIC EXTENDS INTO THE TRENCH AS SHOWN ABOVE. THE FABRIC SHALL BE FASTENED A MINIMUM OF THREE PLACES ON EACH POST. UNDISTURBED OR COMPACTED SOIL 7• THE TRENCH SHALL BE BACK FILLED WITH EXCAVATED MATERIAL AND THOROUGHLY COMPACTED. COMPACTED NATIVE SOIL BACK FILL MAINTENANCE 1. SILT FENCES SHALL BE INSPECTED WEEKLY AND AFTER EACH RAIN -FALL EVENT OF 0.5 INCHES OR MORE. DURING �4, PERIODS OF PROLONGED RAIN INSPECTIONS SHALL BE AT LEAST DAILY. ANY REPAIRS NEEDED TO MAINTAIN THE SILT FENCE'S EFFECTIVENESS SHALL BE MADE IMMEDIATELY. 2 SHOULD THE FABRIC ON A SILT FENCE DECOMPOSE OR BECOME INEFFECTIVE PRIOR TO STABILIZING THE UPSLOPE AREAS THE FABRIC SHALL BE REPLACED PROMPTLY. -) D2" I-) I I- ;4 ji I_i _ 3. SEDIMENT DEPOSITS SHOULD BE REMOVED AFTER EACH STORM EVENT. THEY MUST BE REMOVED WHEN THE DEPOSITS {' REACH APPROXIMATELY ONE-HALF THE HEIGHT OF THE FENCE. SILTS REMOVED SHALL BE PLACED IN A PROTECTED PLACE THAT WILL PREVENT THEIR ESCAPE FROM THE CONSTRUCTION SITE. 4. ANY SEDIMENT DEPOSITS REMAINING IN PLACE AFTER THE SILT FENCE IS NO LONGER NEEDED SHALL BE DRESSED TO CONFORM WITH THE EXISTING GRADE, PREPARED AND SEEDED. 5. SILT FENCE SHALL REMAIN IN PLACE UNTIL IT IS NO LONGER NEEDED AS DIRECTED BY THE POLLUTION PREVENTION PLAN. GENERALLY SILT FENCES SHALL REMAIN UNTIL THE UPSLOPE AREAS ARE STABILIZED WITH AN ESTABLISHED GRASS COVER AS A MINIMUM. PARKING SUBGRADE SECTION 1"=20' 695 FINISHED EX STIP GRA '[)E PCC PAVING PCC SIDEWALK TC PSOIL GR UN D 171 1=1 I a -IiI 11= I I -I I=IiI 1=1 I- + + ++'+++++*++ +++'++++++++++++++++++ ..+ + + - =III- _ -III=I I I= COMPACT:_'D FILL ++++++++ ++ -III-I1=III=-- _ + + + + + + + + + + + + + + + + + + + + + + + + + ++++++++++++ + + + + + + + SCARIFY & - TOPSOIL STRIP RECOMPACT GRANULAR BASE MAXIMUM RUNNING SLOPE 1:12 (TYP) MAXIMUM CROSS SLOPE 1:50 (TYP) UNLESS OTHERWISE INDICATED BY ENGINEER CURB RAMP PANEL ADJACENT TO �\ STREET CURB SHALL BE 6" THICK COMMON PANEL 1:50 MAXIMUM SLOPE IN ANY DIRECTION 61 �. -11 C W W SEALED EXPANSION MATERIAL (TYP) D CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319) 351-8282 www.mmsconsultants.net Date Revl5lon � 1 , U d 0 '%i MMS CONSULTANTS, INC. N Date: e 11-30-12 Designed by:Book No: LCNField 3 Drawn by:00 Scale: r LLS NONE Checked by: Sheet No: INSTALL RED 24" X W ADA COMPLIANT SPN DETECTABLE WARNING PANEL AT BACK Project No: OF CURB. PANELS SHALL BE COMPOSITE, CAST IRON, OR CONCRETE OR MASONRY IOWA CITY 5 PAVERS WITH TRUNCATED DOMES. n 0339248 of: 12 0 RA FkA onmom "Numli-01111 CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319) 351-8282 www.mmsconsultants.net Date Revl5lon � 1 , U d 0 '%i MMS CONSULTANTS, INC. N Date: e 11-30-12 Designed by:Book No: LCNField 3 Drawn by:00 Scale: r LLS NONE Checked by: Sheet No: INSTALL RED 24" X W ADA COMPLIANT SPN DETECTABLE WARNING PANEL AT BACK Project No: OF CURB. PANELS SHALL BE COMPOSITE, CAST IRON, OR CONCRETE OR MASONRY IOWA CITY 5 PAVERS WITH TRUNCATED DOMES. n 0339248 of: 12 0 2 0 pq rA- FMI AA *-7 70- 1 16 -*7 9 lo � E" E I 10 ltl:: j;A is tomb] DETAIL A F- -1111401M D14TYA Prr (BY INSTALLE �4 TO l SANITARY VIA AIR GAP OR SEWER BACKIFLOW PREVENTER, (BY INSTALLER) TO SANITARY VIA AIR GAP OR SEWER BACKFLOW PREVENTER (BY INSTALLER) SEE NOTE 7 A TO STORM VIA AIR GAP OR SEWER BACKFLOW PREVENTER (BY INSTAUJER) IVIA AfUgu 1Mz) SPLASHPAD PIPING AND ELECTRICAL DIAGRAM SPRAY AREA: 2125 ft2 (197M2) TO SANITARY VIA AIR GAP OR SEWER !1k PREVENTER (BY INSTALLER) W_ --m LU A,*d-Q1b-z1 11 11 Ituglata i V1104 N P # 0 Fla Water Quall ty &WIOWA manapernent system VOR -305 VOR-219076O.A000 Ground GeISI yser VOR -301 Electdcal Condult From Controllerto Activator, I Conductors*14 AWG Flower No3 VOR -7551 Main Power 230V, 3 P ase Installer) Directional Water Jet (by See WQMS Installation Ito Drawilng VOR -305 0 Aso IIR VOFL-7719 Water Containment System (2000 GAL) Aqualien Flower NO2 VOR -5312.0000 VOR -1331 Jet Stream Debrfs Trap with Rain Dilvorter VOR -7512 VO -5322 R Aquallen No2 w 4 Sox to Rain Cliverter; VOFL-7569 4 Conductors* 14 AWG (by InsItaller) Aqua Dome11 Nol VOFL-555 wwv Watergarden Frog Nol b DETAIL A F- -1111401M D14TYA Prr (BY INSTALLE �4 TO l SANITARY VIA AIR GAP OR SEWER BACKIFLOW PREVENTER, (BY INSTALLER) TO SANITARY VIA AIR GAP OR SEWER BACKFLOW PREVENTER (BY INSTALLER) SEE NOTE 7 A TO STORM VIA AIR GAP OR SEWER BACKFLOW PREVENTER (BY INSTAUJER) IVIA AfUgu 1Mz) SPLASHPAD PIPING AND ELECTRICAL DIAGRAM SPRAY AREA: 2125 ft2 (197M2) TO SANITARY VIA AIR GAP OR SEWER !1k PREVENTER (BY INSTALLER) W_ --m LU A,*d-Q1b-z1 11 11 Ituglata i V1104 N �oQ-p4ESSlpp,�� Fc k ALLEN R. fi, MUNSTERMAN 7055 10wh -* I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. ",9*2 Allen R. Munsterman. P.E. Date License Number 7055 My License Renewal Date is December 31, 2012 Pages or sheets covered by this seal: /a/ 7- 7 [MI40 # Directional Water Jet Water Quall ty &WIOWA manapernent system VOR -305 VOR-219076O.A000 Ground GeISI yser VOR -301 Electdcal Condult From Controllerto Activator, I Conductors*14 AWG Flower No3 VOR -7551 Main Power 230V, 3 P ase Installer) Directional Water Jet (by See WQMS Installation Drawilng VOR -305 Loop Nol IIR VOFL-7719 Water Containment System (2000 GAL) Aqualien Flower NO2 VOR -5312.0000 VOR -1331 Jet Stream Debrfs Trap with Rain Dilvorter VOR -7512 VO -5322 R Aquallen No2 Sox to Rain Cliverter; VOFL-7569 4 Conductors* 14 AWG (by InsItaller) Aqua Dome11 Nol VOFL-555 wwv Watergarden Frog Nol VOR -7200 �oQ-p4ESSlpp,�� Fc k ALLEN R. fi, MUNSTERMAN 7055 10wh -* I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. ",9*2 Allen R. Munsterman. P.E. Date License Number 7055 My License Renewal Date is December 31, 2012 Pages or sheets covered by this seal: /a/ 7- 7 [MI40 ManufkUe 329 Avro Street Pointe Clallre (Montreal) Quibec, Canada H9R 5W5 Project FAIRMEADOWS PARK SPLASHPAD PARKS & RECREATION DEPARTMENT IOWA CITY, IOWA E M M 031;L0,11j" i T "I .1 MIT, .7-117t 411r"V.7 F-11 r=tiri - Oil- ,I 11il fi� L., Main Consultarvt Drawing Tide FAIRMEADOWS PARK SPLASMPAD PARKS & RECREATION DEPARTMENT IOWA CITY, IOWA 09A111110" by 0"" by DK AmmvW by Pkillso *Ww4w AppoiW stab Natftsc& iftis 22fll/2012 "ad Sk DA0, 17894 ShoiF. WIP-1 # Water Quall ty &WIOWA manapernent system Wdo, wwo, VOR-219076O.A000 Ir s Electdcal Condult From Controllerto Activator, I Conductors*14 AWG (by Installer) Main Power 230V, 3 P ase Installer) (by See WQMS Installation Drawilng Water Containment System (2000 GAL) VOR -5312.0000 Debrfs Trap with Rain Dilvorter VO -5322 R EleclAcal Conduit from Rain Diverter Jumdon Sox to Rain Cliverter; 4 Conductors* 14 AWG (by InsItaller) r. wwv ManufkUe 329 Avro Street Pointe Clallre (Montreal) Quibec, Canada H9R 5W5 Project FAIRMEADOWS PARK SPLASHPAD PARKS & RECREATION DEPARTMENT IOWA CITY, IOWA E M M 031;L0,11j" i T "I .1 MIT, .7-117t 411r"V.7 F-11 r=tiri - Oil- ,I 11il fi� L., Main Consultarvt Drawing Tide FAIRMEADOWS PARK SPLASMPAD PARKS & RECREATION DEPARTMENT IOWA CITY, IOWA 09A111110" by 0"" by DK AmmvW by Pkillso *Ww4w AppoiW stab Natftsc& iftis 22fll/2012 "ad Sk DA0, 17894 ShoiF. WIP-1 NOTE A: VERIFY LOCAL CODES FOR MINIMUM ACCESS DIMENSIONS AROUND ELECTRICAL ENCLOSURES CHEMICAL RESERVOIR O (SEE CHEMICAL RESERVOIR INSTALLATION DRAWING FOR DETAILS) CHEMICAL RESERVOIR O SKID 6'x 12' O IN SEPARATE SHELTER FOR WQMS O MAX 30' BETWEEN PERISTALTIC PUMPS AND CHEMICAL RESERVOIRS LOW POINT FOR ACCESS DOOR LOCATION FORCED AIR VENTILATION LOCATION SEE NOTE A: MIN 2 ACCESS ALL ROUND SKID. 4' RECOMMENDED ( ) MAIN MIN. 10' [305cm] SHELTER CONCRETE BASE 6" MIN. OR LOCAL CODE WHICH EVER IS LARGER BY INSTALLER. COMPACTED GRANULAR 0-3/4" 10" MIN. OR LOCAL CODE WHICH EVER IS LARGER ' ^`"' JOINT OUTSIDE SHELTER CONCRETE BASE 6" MIN. OR LOCAL CODE WHICH EVER IS LARGER BY INSTALLER). COMPACTED GRANULAR 0-3/4" 10" MIN. OR LOCAL CODE WHICH EVER IS LARGER NOTE: PIPE LOCATIONS ARE APPROXIMATE AND SUBJECT TO CHANGE. DRAIN PIT, MIN. 18" WIDE, 24" DEPTH, CJW WITH GRATE COVER (BY INSTALLER) DRAIN VALVE (BY INSTALLER) CONNECTION AND PLUMBING TO PLAY PRODUCTS TYPICAL 4" DRAIN LINE WITH STRAINER CONNECTED TO SANITARY PPPP''HELTEIR �VALL DRAIN PIT, MIN. 18- WIDE, "-PIPING 24" DEPTH, C/W BY INSTALLER) WITH GRATE COVER r; BY INSTALLER) I. CONNECTION . PLUMBING TO PLAY PRODUCTS DRAIN VALVE J \ TYPICAL 4" DRAIN LINE WITH STRAINER V IMCTAI 1 ;=DN / CONNECTED TO SANITARY VOR-2190760.AOOOR06 INSTALLATION DRAWING A B VOR-2190760.AOOOR06 INSTALLATION DRAWINA SEE "PIPING AND - SIGNAL TQ - S ELECTRICAL SCHEMATIC' FOR LINE QUANTITY FLOW SEN CHEMICAL CONTROLLER 8 FLOW DELL PALL SEMI- FLOW SE A] L5 1 1/r SOLENOID VALVE WITH I ' I FLOW tILNTVFGRATED FLOW CONTROL CHEMICAL CL CELL P CONTROLLER O a ORP SE OR I FLOW TYPICALPH SEOR METE'0VALVEALVE FLOW SE SOR FLOW WITCH CON EFIGURATION O I R LINE O BALL a vALVE WATER DISTRIBUTION MANIFOLD I BALL VALVE FROM TO CHEMICAL FILTER UNE RETURN LINE (C-1) (G2) POWER TO CHEMICAL CONTROL71 LER 7 F aEFFLUENT PRESSURE GAUGE �* L9 ao ao CHLORINE MURIAnc FROM MAIN ELECTRICAL POWER ACID FLOW CELL 208 VAC, 40 AMPS, THREE PHASE, 60 Hz OR (G2) CHECK a0 L8 VALVE ,,. 230 VAC, 35 AMPS, THREE PHASE, 60 Hz. I -3-- ITEM ITEM PROVIDED BY DESCRIPTION QTY GENERAL A MAIN ELECTRICAL POWER CONTRACTOR 208 VAC, 40 AMPS, THREE PHASE, 60 Hz OR 1 WATER DISTRIBUTIONMANIFOLD a0 L8 3" 230 VAC, 35 AMPS, THREE PHASE, 60 Hz. E DIGITAL 18 OUTPUT TOUCH SCREEN INTERFACE CONTROLLER, FILTRATION PUMP G SAND FILTER H L7 3' FLOW METER WATER CONTAINMENT B SPLASHPAD SYSTEM CONTROLLER NORMALLY OPEN USER PROGRAMMABLE OPERATIONAL HOUR TIME 1 L4 SOLENOID VALVE Max 7 FPS INFLUENT PRESSURE GAUGE L1 TO FLOW CELL (C-1) © BUTTERFLY VALVE L7 2" FACTORY PRESET SPRAY SEQUENCE. EQUIPMENT SYSTEM H3 DIGITAL AND ALARM FAILSAFES. L3 C MOTOR STARTER PROTECTION FLOW METER C� �1-TO VORTEX MSP 1 ENCLOSURE SHEET 3 INDIVIDUAL CONTROL FOR EACH PUMP. ENCLOSURE FILTRATION PUMP G L6 4 - PREWIRED TO SYSTEM CONTROLLER 8 MOTOR SYSTEM H4 O PRESSURE VORTEX L4 _ 1 SANITARY SEWER SYSTEM LB GALE L3 Q BACKWASH UNE TO CITY SANITARY SYSTEM �YC/W LEGAL AIR GAP (B INSTALLER) } BUTTERFLY f VALVE COMPOUND (F )PRESSURE GAUGE ► TO USER ACTIVATOR TOUCH PAD SPLASHPAD SYSTEM CONTROLLER LC RAIN DIVERTER I LF7RAIN DIVERTER NI TO DEBRIS JUNCTION BOX TRAP o MAIN POWER MOTOR STARTER INLET PROTECTION (POWER 1 OF 2) ENCLOSURE MAIN POWER SWITCH (MSP) (BYINSTALLER) L9 , CONNECTION AND PLUMBING TO H5 ON WATER CONTAINMENT SYSTEM (BY INSTALLER) 1-6 CONNECTION AND PLUMBING FROM H4 ON WATER CONTAINMENT SYSTEM (BY INSTALLER) -I► CONNECTION AND PLUMBING T ns L3 TO H3 ON WATERCONTAINMENT SYSTEM DIGITAL ��j FLOW METER FLOW Y -STRAINER SWITCH U ® BUTTERFLYVALVE CI EAR PVC22E © L2 TO VORTEX MSP ENCLOSURE ® P ESSUGAUGE COMPOUND P PRESSURE GAUGE VOR-2190760.AOOOR06 INSTALLATION DRAWING CONNECTION AND PLUMBING FROM H2 ON WATER CONTAINMENT SYSTEM (BY INSTALLER) 1b] WATER QUALITY MANAGEMENT SYSTEM SPECIFICATIONS ITEM ITEM PROVIDED BY DESCRIPTION QTY GENERAL A MAIN ELECTRICAL POWER CONTRACTOR 208 VAC, 40 AMPS, THREE PHASE, 60 Hz OR 1 WATER DISTRIBUTIONMANIFOLD L3 3" 230 VAC, 35 AMPS, THREE PHASE, 60 Hz. E 18 OUTPUT TOUCH SCREEN INTERFACE CONTROLLER, FILTRATION PUMP G SAND FILTER H L7 3' PREWIRED TO ALL SKID MOUNTED COMPONENTS. WATER CONTAINMENT B SPLASHPAD SYSTEM CONTROLLER VORTEX USER PROGRAMMABLE OPERATIONAL HOUR TIME 1 CLOCK AND SPLASHPAD SPRAY SEQUENCES. INCLUDE LINE L3 WATER CONTAINMENT L4 2" FACTORY PRESET SPRAY SEQUENCE. EQUIPMENT SYSTEM H3 AND ALARM FAILSAFES. WATER DISTRIBUTION C MOTOR STARTER PROTECTION VORTEX MOTOR STARTERS AND OVERLOAD RELAYS. 1 ENCLOSURE SHEET 3 INDIVIDUAL CONTROL FOR EACH PUMP. WATER CONTAINMENT FILTRATION PUMP G L6 4 - PREWIRED TO SYSTEM CONTROLLER 8 MOTOR SYSTEM H4 C7 RAIN DIVERTER JUNCTION BOX VORTEX STARTER PROTECTION ENCLOSURE. CONTROL VALVE 1 SANITARY SEWER SYSTEM LB 3" FOR RAIN DIVERTER IN DEBRIS TRAP. SAND FILTER H D WOMB SKID BASE VORTEX FIBER REINFORCED POLYMER COMPOSITE 72' WIDE X 1 SYSTEM H5 144" LONG. E WATER DISTRIBUTION MANIFOLD VORTEX 10 STAINLESS STEEL VALVES DISTRIBUTION MANIFOLD, 1 PREWIRED TO ALL SOLENOIDS. WITH BALL VALVES. FILTRATION AND CHEMICAL TREATMENT LOOP F COMPOUND GAUGE WINTER INSTRUMENTS COMPOUND GAUGE, 0,30" Hg 10-60 PSI 1 3 HP, SELF PRIMING PUMP, INTEGRATED HAIR AND LINT G FILTRATION PUMP PENTAIR, WHISPERFLO, WFK-12 STRAINER ON PUN'S SUCTION, THREE PHASE 208-230V, 1 127 GPM @ 70 FT HD, 141 GPM 0 60 FT HD, 11.0 AMPS FLA 208V OR 10.4 AMPS FLA @ 230V. NSF CERTIFIED. 7.06 SQ. FT, 141 GPM 0 20 GPM/SQ FT, ID8 GPM @ 15 H SAND FILTER PENTAIR, TRITON, TR-14DC GPWSQ. FT, 36" DIAMETER, BACKWASH VALVE 1 INCLUDED. NSF CERTIFIED. I CHEMICAL CONTROLLER BELS TECHNOLOGY, BECSYS3 ORP AND PH CONTROL WITH HIGH / LOW READING 1 ALARM. NSF 50 CERTIFIED. J PERISTALTIC PUMP BLUE WHITE IND, A1N20"T UP TO 24GPD FEED CAPACITY, NSF CERTIFIED. 2 K CHEMICAL RESERVOIR VORTEX SEE CHEMICAL RESERVOIR INSTALLATION DRAWINGS 2 FOR DETAILS. L PRESSURE GAUGE WINTER INSTRUMENTS PRESSURE GAUGE, 0.60 PSI 1 U INFLUENT PRESSURE GAUGE WINTER INSTRUMENTS PRESSURE GAUGE, O-iD PSI 1 M EFFLUENT PRESSURE GAUGE WINTER INSTRUMENTS PRESSURE GAUGE, 0-80 PSI 1 N FLOW SWITCH HARWILL FLOW SWITCH, 24V 2 0 DIGITAL FLOW METER BLUE -WHITE IND, F-1000 SERIES 3' PIPE DIGITAL FLOW METER, 60-600 GPM READING 3 01 FLOW METER BLUE -WHITE IND, FA00 SERIES 3/8' PIPE FLOW METER, 02-2 GPM READING 1 PLAY PRODUCT LOOP P COMPOUND GAUGE WINTER INSTRUMENTS COMPOUND GAUGE, 0.30' Hg / OW PSI 1 3 HP, SELF PRIMING PUMP, INTEGRATED HAIR AND LINT Q PLAY PRODUCT PUMP PENTAIR, WHISPERFLO, WFK 12 STRAINER ON PUMP'S SUCTION, THREE PHASE 208.230V, 1 127 GPM 0 70 FT HD, 141 GPM @ 60 FT HD, 11.0 AMPS FLA 208V OR 10.4 AMPS FLA 0 230V. NSF CERTIFIED. R PRESSURE GAUGE WINTER INSTRUMENTS PRESSURE GAUGE, 060 PSI 1 S Y -STRAINER SPEARS W PVC STRAINER WITH MESH BASKET 1 T DIGITAL FLOW METER BLUE -WHITE IND, F-1000 SERIES 3" PIPE DIGITAL FLOW METER, 60-600 GPM READING 1 U FLOW SWITCH IFM EFECTOR FLOW SWITCH, 24V 1 LINE SIZE CONNECTION CHART BY FROM TO ITEM SIZE VORTEX PLAY PRODUCT PUMP Q WATER DISTRIBUTIONMANIFOLD L3 3" E VORTEX FILTRATION PUMP G SAND FILTER H L7 3' INSTALLER WATER CONTAINMENT PLAY PRODUCT PUMP Q L2 4" SYSTEM H2 INSTALLER LINE L3 WATER CONTAINMENT L4 2" SYSTEM H3 INSTALLER WATER DISTRIBUTION PLAY PRODUCTS L5 SEE MANIFOLD E SHEET 3 INSTALLER WATER CONTAINMENT FILTRATION PUMP G L6 4 - SYSTEM H4 INSTALLER SAND FILTER H SANITARY SEWER SYSTEM LB 3" INSTALLER SAND FILTER H WATER CONTAINMENT Lg 3" SYSTEM H5 NOTE: REFER TO VORTEX WATER QUALITY MANGEMENT SYSTEM AND VORTEX' WATER CONTAINMENT SYSTEM FOR PIPE SIZES. BETWEEN THE TWO SYSTEMS, PUT THE LESSER OF THE TWO PIPE SIZE. IF THE WATER CONTAINMENT SYSTEM IS NOT BY VORTEX, REFER TO VORTEX' WATER QUALITY MANAGEMENT SYSTEM FOR PIPE SIZE. LY61 Manufacture i.- CK '%W0R1rF'y' 328 Avro Street Pointe Claire (Montreal) Qu®bec, Canada 1-19R 5W5 Project FAIRMEADOWS PARK SPLASHPAD PARKS & RECREATION DEPARTMENT IOWA CITY, IOWA FOR SPLASHPAD EQUIPMENT CONTACT RICK ERTZ AT OUTDOOR RECREATION PRODUCTS 515-233-0222 OR Rick@ outdoo rrec. net Consultant(s) t Client 22111/201 Date I Description I Revision The information contained in this drawing is the sole property of Vortex Aquatic Structures Intemational Inc. Any reproduction in part or as a whole without the written permission of Vortex Aquatic Structures International Inc. is prohibited. Seal Main Consultant Drawing Title FAIRMEADOWS PARK SPLASHPAD PARKS & RECREATION DEPARTMENT IOWA CITY, IOWA Designed by ---- Dram by DK Approved by ---- Project manager Approval scale Not to scale Date 2211112012 Project File DAO 17894 — Sheet no. Revision WP -3 A PLAN VIEW P-1'[33cm] t_ 2'-8' [(81cm] I L 9'-3" [282-1 EXCAVATION WIDTH i A 14'-8" [447cm] EXCAVATION LENGTH ' 11'=41/2" [347cm] V-4112" [194cm] € REF. 5•-01,2» [154cm] ,� 3'-10" [117cm]3' r 1115an] y REF. �� 1 i� € REF. L Y-10" [117cm] € REF. 81/2" [22cm] UMINUM COVER AND FRAME� 1'-1" [33cm] 2'-2" [66cm] \ 6 [15cm] T F 6-[15en] 1'412" [50cm] //.y T > 1� 6'-3"[190cm] H4J- O.D.RIB 6'-1- [185om] O.D.SHELL - 9'-1012" [301cm] EXCAVATION HEIGHT 1,-7" [48cm] 1'-1" [33cm] RECESSED LOCK 6- [15cm] i (2X) STRAPS WITH TURNBUCKLE & (4X) U -BOLTS 1'_73 4" 150-1 I .-M; Manufacture fir: IJ i ;_ 328 Avro Street Pointe Claire (Montreal) Qu6bec, Canada H9R 5W5 Project FAIRMEADOWS PARK SPLASHPAD PARKS & RECREATION DEPARTMENT IOWA CITY, IOWA Notes FOR SPLASHPAD EQUIPMENT CONTACT RICK ERTZ AT OUTDOOR RECREATION PRODUCTS 515-233-0222 OR Rick0outdoorrec. net Consultant(s) Client 7-:3 > 22/11/201 Date I DesaWm I Revision The information contained in this drawing is the sole property of Vortex Aquatic Structures International Inc. Any reproduction in part or as a whole without the written permission of Vortex Aquatic Structures International Inc. is prohibited. Seal Main Consultant Drawing Title FAIRMEADOWS PARK SPLASHPAD PARKS & RECREATION DEPARTMENT IOWA CITY, IOWA Designed by ---- Drawn by DK Approved by ---- Project manager Approval scale Not to scale Date 22/11/2012 Project File DAO 17894 Sheet no. Revision WP -5 ■ FRONT ELEVATION VIEW 3Yg' (10mm) EARTH GROUNDING STUD WATER LINE INLET 3/4" (20mm) NPT 20 SLOPE BACK. TO WATER SUPPLY. REFER TO CONSTRUCTION DOCUMENTS FOR LINE SIZE DETAILS.(LINE CONNECTION SUPPLIED BY INSTALLER s . p 7" [18cm] 1'-2" [36cm] TOP OF ANCHOR STUD ER LINE AND [- SLOPE CONNECTION [r- L.I/ rA c_-1 3 X %" (10mm) S.S HEIGHT & LEVELING CONTROL ANCHOR STUDS WITH HARDWARE. DRILL & EPDXY GPDXY GROUT STUDS. (DONE BY INSTALLER). CONCRETE SURFACE, VERIFY LOCAL CODES FOR TYPE, THICKNESS & REINFORCEMENT CONCRETE SLAB COMPACTED GRANULAR (SUPPLIED BY INSTALLEF 3" X 12" X 12" (0.076m X 0.3m X 0.3m). CONCRETE A VOR-0301.4xoc GROUND GEYSER (Construction Detail) u� 1'-2" [36cm] 12" [36cm] L FRONT ELEVATION VIEW SIDE ELEVATION VIEW TYPICAL ANCHORING SAFESWAP N°1 WATER LINE CONNECTION REPLACED BY ELECTRICAL LINE CONNECTION. 14 AWG (2,5mm2)-2 WIRE CONDUCTOR TO BE USED FOR ELECTRICAL CONNECTION.(SUPPLIED BY INSTALLER) VOR-0611.2XXX BOLLARD ACTIVATOR N°3 (Construction Detail) 7Wa1",LTA IATA 1 2'-6" [76cm] 2'-6" [76cm] FRONT ELEVATION VIEW i SIDE ELEVATION VIEW IG VOR-1331.2XXX AQUALIEN FLOWER N02 (Construction Detail) PLAN VIEW 6" [15cm] —7 1— 6" [14cm] FRONT ELEVATION VIEW 3/8" (10mm) EARTH GROUNDING STUD WATER LINE INLET Y4" (20mm) NPT. MIN. 2° SLOPE BACK TO WATER SUPPLY. REFER TO CONSTRUCTION DOCUMENTS FOR LINE SIZE DETAILS. (LINE CONNECTION SUPPLIED BY INSTALLER a_ 4 1'-2" [36cm] 7" [18cm] TOP OF ANCHOR STUD I+ SLOPE 0 0 3 X V'(1 Omm) S.S. HEIGHT & LEVELING CONTROL ANCHOR STUDS WITH HARDWARE. DRILL & EPDXY GROUT STUDS (DONE BY INSTALLER) CONCRETE SURFACE, VERIFY LOCAL CODES FOR TYPE, THICKNESS & REINFORCEMENT 3" X 12" X 12" (0.076m X 0.3m X 0.3m) CONCRETE LEVELING BASE (SUPPLIED BY INSTALLER) VOR-0305AXXX DIRECTIONAL WATER JET (Construction Detail) V-234 [37cm] T� I I FRONT VIEW ---- - BOTTOM OF THE DRAIN BOX TO BE INSTALLED LEVEL, PLUMB & FLUSH TO t''8%4" [46cm] -- FINISHED GRADEMY INSTALLER FIBERGLASS DRAIN BOX 4 X 3/$' (9.5mm) S.S. HEIGHT & LEVELING CONTROL {BY VORTEX ANCHOR STUDS WITH HARDWARE.(BY VORTEX) DRILL & EPDXY GROUT STUDS DONE BY INSTALLEF CONCRETE SURFACE. VERIFY LOCAL CODES FOR TYPE, THICKNESS & REINFORCEMENT %g REQUIREMENTS(BYINSTALLER) WATER LINE OUTLET 8 ' (219mm). MIN. 20 SLOPE.(LINE CONNECTION COMPACTED GRANULAR SUPPLIED BY INSTALLER) (SUPPLIED BY INSTALLER 5 /q [15cm3 MIN a , t a 'CONCRETE SLAB " SLOPE 1'-3- [38em] MIN 7' [18cm] TOP OF ANCHOR STUD 2'-6' [76cm] VOR-1000.OXXX DECK DRAIN (Construction Detail) PLAN VIEW -. V-8" [51 cm] FRONT ELEVATION VIEW SIDE ELEVATION VIEW TYPICAL ANCHORING SAFESWAP N°1 / T VOR-7200.2XXX WATERGARDEN FROG N01 (Construction Detail) PLAN VIEW FRONT ELEVATION VIEW Ye (10mm) EARTH GROUNDING STUD WATER LINE INLET 3/4" (20mm) NPT. MIN. 21 SLOPE BACK TO WATER SUPPLY. REFER TO CONSTRUCTION DOCUMENTS FOR LINE SIZE DETAILS. (LINE CONNECTION SUPPLIED BY INSTALLER) 1'-2" [36cm] 7" [18cm] ° TOP OF I _ ANCHOR SLOPE— STUD 3" [15cm] WATER LINE CONNECTION 3/4" (20mm) NPT FEMALE 3 X Yg' (10mm) S.S. HEIGHT & LEVELING CONTROL ANCHOR STUDS WITH HARDWARE. DRILL & EPDXY GROUT STUDS (DONE BY INSTALLER) CONCRETE SURFACE, VERIFY LOCAL CODES FOR TYPE, THICKNESS & REINFORCEMENT CONCRETE SLAB COMPACTED GRANULAR (SUPPLIED BY INSTALLER) 3'X 12"X 12" (0.076m X 0.3m X 0.3m) CONCRETE LEVELING C VOR-7512.Oxxx JET STREAM (Construction Detail) PLAN VIEW T 1'-2" [36cm] FRONT ELEVATION VIEW SIDE ELEVATION VIEW TYPICAL ANCHORING SAFESWAP N°1 VOR-0555.2XXX AQUA DOME N°1 (Construction Detail) �— 7'-2" [219cm] FRONT ELEVATION VIEW SIDE ELEVATION VIEW VOR-7551.2XXX FLOWER N03 (Construction Detail) Manufacture 328 Avro Street Pointe Claire (Montreal) Qu6bec, Canada H9R 5W5 Project FAIRMEADOWS PARK SPLASHPAD PARKS & RECREATION DEPARTMENT IOWA CITY, IOWA Notes FOR SPLASHPAD EQUIPMENT CONTACT RICK ERTZ AT OUTDOOR RECREATION PRODUCTS 515-233-0222 OR Rick@outdoorrec.net Consultant(s) Client Cu;k IJ t` 22/11/201 — — Date Description Revision The information contained in this drawing is the sole property of Vortex Aquatic Structures International Inc. Any reproduction in part or as a whole without the written permission of Vortex Aquatic Structures International Inc. is prohibited. Seal Main Consultant Drawing Title FAIRMEADOWS PARK SPLASHPAD PARKS & RECREATION DEPARTMENT IOWA CITY, IOWA Designed by -•" Drawn by DK Approved by ---- Project manager Approval Scale Not to scale Date 22/11/2012 Project File DAO 17894 -- Sheet no. Revision WP -6 I Manufacture CX , 'WonuIEK 328 Avro Street Pointe Claire (Montreal) Qu6bec, Canada H9R 5W5 Project PARKS & RECREATION DEPARTMENT' IOWA CITY, IOWA Notes FOR SPLASHPAD EQUIPMENT CONTACT RICK ERTZ AT OUTDOOR RECREATION PRODUCTS 515-233-0222 OR Rick@ outdoo rrec. net Consultant(s) 22/11/201 Date I Description I Revision The information contained in this drawing is the sole property of Vortex Aquatic Structures International Inc. Any reproduction in part or as a whole without the written permission of Vortex Aquatic Structures International Inc. Is prohibited. Seal Main Consultant Drawing Title FAIRMEADOWS PARK SPLASHPAD PARKS & RECREATION DEPARTMENT IOWA CITY, IOWA Designed by ---- Drawn► by DK Approved by Project manager Approval scale Not to scale Date 22111/2012 Project File DA0 17894 — Sheet no. Revision WP -7 Publish 12/10 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR FAIRMEADOWS PARK SPLASH PAD 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 Fairmeadows Park Splash Pad Project in said City at 7 p.m. on the 18th day of December, 2012, said meeting to be held in the Emma J. Harvat Hall in City Hall in said City, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Coun- cil of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK R-1 Prepared by: Kumi Morris, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319) 356-5044 RESOLUTION NO.ig-512 RESOLUTION SETTING A PUBLIC HEARING ON DECEMBER 18, 2012 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE FAIRMEADOW PARK SPLASH PAD PRO- JECT, 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 Fairmeadows Park Splash Pad account # 4180. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 1. 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 18th day of December, 2012, 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 4th day of December 20 12 MAYOR Approved by ATTEST: CITY CLERK City Attorney's Office if ia-7 /r i S. IENGWRCHITECTURE FILE9Pm,,,ts%Favmeadaw Park Splash Pad Project\Front ends Fa-rmaadows Park Splash pa&gel Puohr. Haanna Proled- Fairnteadowa Park Splash Pad doc Resolution No. Page 2 It was moved by Champion and seconded by Resolution be adopted, and upon roll call there were: AYES: NAYS: Mims the ASSENT: Champion Dickens Dobyns Hayek Mims Payne Thro'-Morton Publish 12/21 NOTICE TO BIDDERS FAIRMEADOWS PARK SPLASH PAD PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:00 P.M. on the 17'" day of January, 2013. 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 22n' day of January, 2012, or at a special meeting called for that purpose. There will be a pre-bid meeting on Tuesday, January 8`h at 10 a.m. in the Helling Lobby Conference Room in City Hall, at 410 East Washington Street, Iowa City, Iowa. The Project will involve the following: Provide and install a new Vortex Aquatic Structure product Splash Pad System from Outdoor Recreation Products at the Fairmeadows Park located at 2451 Miami Drive in Iowa City, Iowa. This work will include above and below ground mechanical, electrical and plumbing systems, a water containment and recirculating pump system, and a vandal resistant enclosure. There will be alternates for a parking lot, and sidewalks. The contractor will be responsible for all associated mechanical, structural, paving and electrical work. This project will be funded by Community Development Block Grant Funds through the US Department of Housing and Urban Development and SECTION V. SPECIAL CONDITIONS- SUPPLEMENT FOR ALL CDBG CONTRACTS AND AGREEMENTS are incorporated into the specifications. All work is to be done in strict compliance with the plans and specifications prepared by MMS Consultants Inc., of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) year(s), unless an extended warranty is stipulated by specification, from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Final Completion Date: May 17, 2013 Liquidated Damages: $800.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of Technigraphics, 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone :319-354-5950 Fax:319-354- 8973 Toll -Free 800-779-0093 by bona fide bidders. A $30.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable $15.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK Prepared by: Kumi Morris Public Works, 410 E Washington St., Iowa City, IA 52240 (319) 356-5044 RESOLUTION NO. RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE FAIRMEADOWS PARK SPLASH PAD 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 Fairmeadows Park Splash Pad and Park Amenities project account # 4180. 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 p.m. on the 17th day of January, 2013. 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 22nd day of January, 2013, or at a special meeting called for that purpose. Passed and approved this 18th day of December , 20 12 n MAYOR \ "� AID roved by ATTEST: ti�._Y✓ /�/�� 4iKA,- CITY LERK City Attorney's Office Id-77—ft 7. S:1ENG1PW1Resolutions?Project Resolutions'Accept Plans & Specs'Apprme Plans & Specs Fairmeadows Splashpad project 12 18 12.doc12/12 Resolution No. Page Z It was moved by Dobvns . and seconded by Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: the Champion Dickens Dobyns Hayek Mims Payne Throgmorton Printer's Fee CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS -CITIZEN FED.ID#42-0330670 1, 9,041115,9 S� 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 time(s), on the following date(s): Subscribed and sworn to befe me t is /O' day of A.D. 20 1 a - Notary Public W*11,NDAKR01sI` umher732619 ommission Expiresanuary 27,2 014 _ OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR FAIRMEADOWS PARK SPLASH PAD PROJECT ITTHE CITMF —� IOWA CIN, 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 Fairmeadows Park Splash Pad Project in said City at 7 p.m. on the 18th day of December, 2012, said meeting to be held in the Emma J. Harriet Hall In City Hall in said City, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City clerk. Said plans, specifications, farm of contract and estimated cost are now on file in the office of the City Clerk in City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments con- eerning 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 low. MARIAN K. KARR, CIN CLERK ao-c000m>90 December 10, 2012 - Printer's Fee $ E CERTIFICATE OF STATE OFJOHNSON C THE IOWA CITY PRESS -CITIZEN FED.ID#42-0330670 I, RDLAK L&!A!A- being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS -CITIZEN, a newspaper published in said county, arid that a notice, a printed copy of which is hereto attached, was published in said paper i time(s), on the following date(s)- al, ate(s)-?it %4t%, Legal Cle c Subscribed and sworn to before me this - day of IZ-01,l A.D.20_ W ommission Number 732619 My Commission Expires January 27.. 2014 OFFICIAL PUBLICATION _ OFFICIAL PUBLICATION _ NOTICE TO BIDDERS In- successful bidder will be FAIRMEADOWS PARK SPLASH required to furnish a bond in an amount equal to one hundred per - Sealed 'proposals will be cent (10090) of the contract price, received by the City Clark of the said bond to be issued by a City of Iowa Cry, Iowa, until 2'.(10 responsible surely approved by the P.M. an the 17th day of January, City, and shall guarantee the 2013. Sealed proposals will be prompt payment of all materials opened Immediately thereafter by and labor, and also protect and the City Engineer or designee. Bids save harmless the City from all submitted by fee machine shall not claims and damages of any kind be deemed a "sealed bid' for our- caused directly or Indirectly by the poses of this Project. Proposals operation of the contract, and shall received after this deadline will be also guarantee the maintenance of returned to the bidder unopened. the Improvement far a period of Proposals will be acted upon by two (2) yeads), unless an extended the City Council at e meeting to be warranty Is stipulated by escallop held in the Emma J. Harvat Hall at tion, from and after its completion 7:00 P.M. on the 22nd day of and formal acceptance by the Cit, January, 2012, or at a special Council. meeting called for that purpose. The following limitations shall There will be pre-bid meeting on apply to this Project. Tuesday, January 8111 at 10 a.m. In Final Completion Data', May 17, the Halling Lobby Conference 2013 Room in City Hell, at 410 East Liquidated Damages'. .$8001.00 per Washington Street, Iowa City, Iowa. day The Project will involve the fellow- The plans, specifications and pro- ing: posed contract documents may be Provide and Install a new Vortex examined at the office of the City Aquatic Structure product Splash Clerk. Copies of said plans and Pad System from Outdoor specifications and form of proposal Recreation Products at the blanks may be secured at the Fafrmeadows Park located at 2451 Office of Technigraphics, 415 Miami Drive In Iowa City, Iowa. Highland Ave, Suite 100, Iowa City, This work will include above and Iowa 52240, Phone :319-354-5950 below ground mechanical, sectri- Fax 319-354-8973 DILFree. 800 - cal and plumbing systems, a water 779-0093 by bona fide bidders. containment and recirculating A $30.00 refundable fee a pump system, and a vandal resis- required for each set of plans and tant enclosure. There will be alter- specifications provided to bidders nates for a perking lot, and Erna- or other interested persons. The walks. The contractor will be fee shall be in the form of a check, responsible for all associated made payable to Tachographics- mechanical, structural, paving and The fee will be returned If the plans electrical work. This project sill be are returned in unmarked and reus- funded by Community able condition within 15 days of Development Black Grant Funds Council Award, A separate and through the US Department of nonrefundable $15.00 shipping Housing and Urban Development and handling fee will apply to plans and SECTION V. SPECIAL that are sent through postal not CONDITIONS- SUPPLEMENT FOR Prospective bidders are advised ALL CDBG CONTRACTS AND that the City of Iowa City desires to AGREEMENTS are incorporated employ minority contractors and into the specifications. subcontractors on City projects, A All work is to be done in strict listing of minority contractors can compliance with the plans and be obtained from the laws spechicatlons prepared by MMS Department of Economic Consultants Inc., of Icwa City, Development at (515) 242-4721 Iowa, which have heretofore been and the Iowa Department of approved by the City Council, and Transportation Contracts Office at are on file for public exam;, atien in (515) 239-1422. the Office of the City Clerk. Bidders at all list on the Form of Each proposal shall be completed Proposal the names of persons, on a form furnished by the City and firms, companies or other partes must be accompanied In a sealed with whom the bidder Intends to envelope separate from the one subcontract. This list shall 'include containing the proposal, by a bid the type of work and approximate bond executed by a corporation subcontract amount(s). authorized to contract as a surely The Contractor awarded the ton- in the State of Iowa, in the sum of tract shall submit a list on the Form 10% of the bid, The bid security of Agreement of the proposed shall be made payable to the subcontractors, together with TREASURER OF THE CITY OF quantities, unit prices and extend - IOWA CITY, IOWA, and shall be ad dollar ail jounts. forfeited to tha City of lora City in Be virtue of statutory authority, the event the successful bidder preference must be given to prod - fails to enter into a contract within ucls and provisions grown and coal ten (10) calendar days of the City produced within the State of Iowa, Council's award of the contract and and to Iowa domestic labor, to the post bond satisfactory to the City extent lawfully required under Iowa ensuring the faithful performance Statutes. The Iowa reciprocal resi- ofthecontract and maintenance of dent bidderpreference law applies said Project, If required, pursuant to this Project. to the previsions of this notice and The City reserves the right to the other contract documents. Bid reject any or all proposals, and also bonds of the lowest two or more reserves the right to waive schni- bidders may be retained for a peri- cantles and ii regularities. ed of not to exceed fifteen (15) Published upon order of the City calendar days following sward of Council of Iowa City, Iowa. the contract, or until rejection Is MARIAN K. KARR, CITY CLERK made. Other bid bonds will be returned after the canvass and 1e11...11e2 December21, 2012 tabulation of bids Is completed and reported to the City Council. Prepared by: Kumi Morris, Engineering Division, 410 E. Washington St., Iowa City, IA 52240 (319)356-5044 RESOLUTION NO. RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE FAIRMEADOWS PARK SPLASH PAD PROJECT. WHEREAS, Bockenstedt Excavating Inc., of Iowa City, Iowa has submitted the lowest responsible bid of $354,437.91 construction of the above-named project, and WHEREAS, the bid includes the base bid and Alternates #1 and #21 and WHEREAS, funds for this project are available in the Fairmeadows Park Splash Pad and Park Amenities project account # 4180. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The contract for the construction of the above-named project for the base bid plus Alternates #1 and #2 are hereby awarded to Bockenstedt Excavating Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The Director of Parks and Recreation is authorized to execute change orders as they may become necessary in the construction of the above-named project. Passed and approved this 22nd day of January , 20 13 ATTEST:,�z ,_:tiz/ CITY'CLERK MAYOR Approved by L City Attorney's Office 1 aal3 It was moved by Dobvns and seconded by champion the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Champion X Dickens X Dobyns x_ Hayek X Mims X Payne Throgmorton 5]FNGIPW\R1311UII, 11�P10!eui Rx I.Ilons�ardCon llaGlR usol inion Io Aword CccI,c I Faiinreaduws Pu ck Splusn Paa lc,e. Bockmsle0l, Cidsmtinvo on 01172012 awdN 01222012Joc FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and Bockenstedt Excavating Inc. ("Contractor") of 3500 Dolphin Drive, Iowa City, Iowa 52240. Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the 4th day of December, 2012, for the Fairmeadows Park Splash Pad 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 Number 1 (one); b. "Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, as amended; C. Attachment A- Section V. Special Conditions— Supplement for All CDBG Contracts and Agreements. d. Plans, e. Specifications and Supplementary Conditions; f. Notice to Bidders; g. Note to Bidders, h. Performance and Payment Bond; i. Restriction on Non -Resident Bidding on Non -Federal -Aid Projects; j. Contract Compliance Program (Anti -Discrimination Requirements); k. Proposal and Bid Documents, and I. 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 The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are shown as "ATTACHMENT B." Payments are to be made to the Contractor in accordance with the Supplementary Conditions. 4. Project to be substantially complete by May 3, 2013. Final Completion May 17, 2013. 5. The Project base bid submitted by form of proposal is in the amount of: Two hundred fifty-one thousand and six hundred and sixteen Dollars and seventy Cents ($ 251 616.70). City will also award Alternates #1 through #2 as listed below. Alternate #1: Provide and Install Parking Lot, in the amount of: sixty-seven thousand three hundred and forty-six Dollars and seventeen Cents ($67,346.17) Alternate #2: Sidewalk ;rom Parking lot to Splash pad, in the amount of: Thirty-five thousand four hundred and seventy-five Dollars and four Cents ($35,475.04) For a Total contract amount of: Three hundred and fifty-four thousand and four hundred and thirty-seven Dollars and ninety-one Cents ($354,437.91) DATED this 22°a day of January, 2013. [DATE BASED ON FORMAL COUNCIL MEETING AWARDING CONTRACT BY RESOLUTION NUMBER 13-181 City 07) -e-� (Signature) (Printed name) Sh aY Mayor ATTEST: City Clerk AG -1 Contractor �JC/Ybt�f � � Cn�YAV� (Si nature) `` j� ( L hJr,W V 86G��YIS1�J— (Printed name) Title ATTEST: (Title) :7:T— (Company Official) Noprov edi ify Attorne's Offic'e J ATTACHMENT A SECTION V. SPECIAL CONDITIONS — SUPPLEMENT FOR ALL CDBG CONTRACTS AND AGREEMENTS The City is referred to as "contractor and recipient" below and Consultant as "subcontractor and subrecipient." City and Consultant agree to abide by the following provisions, as applicable: 1) Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act (33 U.S.C. 1251 et seq.), as amended. Contracts and subgrants of amounts in excess of $100,000 shall comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et seq.). Violations shall be reported to HUD and the Regional Office of the Environmental Protection Agency (EPA). Contractors and subcontractors agree: a. That any facility to be used in the performance of the contract or subcontract or to benefit from the contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities; b. To comply Nvith all the requirements of Section 114 of the Clean Air Act, as amended, 42 U.S.C. 1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. relating to inspection, monitoring, entry, reports, and information, as well as all other requirements specified in Section 114 and Section 308 of the Acts, respectively, and all other regulations and guidelines issued thereunder; c. That, as a condition for the award of this contract, the contractor or subcontractor will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be used for the performance of or benefit from the contract is under consideration to be listed on the EPA List of Violating Facilities; d. To include or cause to be included in any construction contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. 2) Contract Work Hours and Safety Standards Act (40 U.S.C. 327 through 333) Where applicable, all contracts awarded by recipients in excess of $2,000 for construction contracts and in excess of $2,500 for other contracts that involve the employment of mechanics or laborers shall include a provision for compliance with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-333), as supplemented by Department of Labor regulations (29 CFR part 5). Under Section 102 of the Act, each contractor shall be required to compute the wages of every mechanic and laborer on the basis of a standard workweek of 40 hours. Work in excess of the standard workweek is permissible provided that the worker is compensated at a rate of not less than 1 1/2 times the basic rate of pay for all hours worked in excess of 40 hours in the workweek. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or tinder working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 3) Copeland "Anti -Kickback" Act (18 U.S.C. 874 and 40 U.S.C. 276c) All contracts and subgrants in excess of $2,000 for construction or repair awarded by recipients and subrecipients shall comply with the Copeland 'Anti -Kickback" Act (18 U.S.C. 874), as supplemented by Department of Labor regulations (29 CFR part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipicnt shall be prohibited from inducing, by any means, any person SC -1 employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he is otherwise entitled. The recipient shall report all suspected or reported violations to HUD. 4) Davis -Bacon Act, as amended (40 U.S.C. 276a to 276a-5) When required by Federal program legislation, all construction contracts awarded by the recipients and subrecipients of more than $2,000 shall include a provision for compliance with the Davis- Bacon Act (40 U.S.C. 276a to 276a-5) and as supplemented by Department of Labor regulations (29 CFR part 5, "Labor Standards Provisions Applicable to Contracts Governing Federally Financed and Assisted Construction"). Under this Act, contractors shall be required to pay wages to laborers and mechanics at a rate not less than the minimum wages specified in a wage determination made by the Secretary of Labor. In addition, contractors shall be required to pay wages not less than once a week. The recipient shall place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation and the award of a contract shall be conditioned upon the acceptance of the wage determination. The recipient shall report all suspected or reported violations to HUD, 5) Debarment and Suspension (E.O.s 12549 and 12689) No contract shall be made to parties listed on the General Services Administration's List of Parties Excluded from Federal Procurement or Nonprocurement Programs in accordance with E.O.s 12549 and 12689, "Debarment and Suspension," as set forth at 24 CFR part 24. This list contains the names of parties debarred, suspended, or otherwise excluded by agencies, and contractors declared ineligible under statutory or regulatory authority other than E.O. 12549. Contractors with awards that exceed the small purchase threshold shall provide the required certification regarding its exclusion status and that of its principal employees. 6) Drug -Free Workplace Requirements The Drug Free Workplace Act of 1988 (42 U.S.C. 70 1) requires grantees (including individuals) of federal agencies, as a prior condition of being awarded a grant, to certify that they will provide drug-free workplaces. Each potential recipient must certify that it will comply with drug tree workplace requirements in accordance with the Act and with HUD's rules at 24 CFR part 24, subpart F. 7) Equal Employment Opportunity Contractor shall comply with E.O. 11246, "Equal Employment Opportunity," as amended by E.O. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and as supplemented by regulations at 41 CFR part 60, 'Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." During the performance of the contract, the Contractor agrees as follows: a. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The Contractor will take affirmative action to insure that applicants are employed and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. 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 to be provided by the municipality setting forth the provisions of the non-discrimination clause. SC -2 b. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. c. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the property Owner, advising the labor union of workers' representative of the Contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. d. The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations and relevant orders of the Secretary of Labor. e. The Contractor will furnish all information and reports required by Executive Order 11246 amended as of September 24, 1965, and by the rules, regulations and orders of the Secretary of Labor, or the Secretary of Ilousing and Urban Development, pursuant thereto, and will permit access to his books, records, and accounts by the property owner, the City, the Secretary of Housing and Urban Development and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. f. In the event of the Contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations or orders, this contract may be cancelled, terminated or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or Federally funded constructed contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order 11246 of September 24, 1965, or by rule, regulations or order of the Secretary of Labor, or as otherwise provided by law. g.'I'he Contractor wil I include the provisions of paragraphs (a) through (g) in every subcontract or purchase order unless exempted by rules, regulations or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the property owner may direct as a means of enforcing such provisions, including sanctions for non-compliance; provided, however, that, in the event the Contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction, the Contractor may request the United States to enter into such litigation to protect the interest of the United States. In addition to the federal EEO requirements above, Contractor agrees that its employees and agents shall not discriminate against any person in employment or public accommodation because of race, religion, color, creed, gender identity, sex, national origin, sexual orientation, mental or physical disability, marital status, or age. "Employment" shall include but not be limited to hiring, accepting, registering, classifying, promoting, or referring to employment. "Public accommodation" shall include but not be limited to providing goods, services, facilities, privileges and advantages to the public. 8) Lobbying and Influencing Federal Employees a. No Federal appropriated funds shall be paid, by or on behalf of the contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the making of any Federal grant and the amendment or -modification of any Federal grant. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any SC -3 Federal grant, the contractor shall complete and submit Standard Form -LLL, "Disclosure of Lobby Activities," in accordance with its instructions. c. The Recipient shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipienls shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure." 9) Nonsegregated Facilities The federally -assisted construction contractor certifies that she or he does not maintain or provide, for his employees, any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally -assisted construction contractor certifies that she or he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restromns, and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally -assisted construction contractor agrees that (except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. 10) Section 3 of the Housing and Urban Development Act of 1968 Contractor agrees to comply with Section 3 requirements, the regulations set forth in 24 CFR 135, and to include the following language in all subcontracts executed under this Agreement: a. The work to be performed under this contract is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 170lu (Section 3). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD -assisted projects covered by Section 3 shall, to the greatest extent feasible, be directed to low - and very low-income persons, particularly persons who are recipients of HUD assistance for housing. b. The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135, which implement Section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations. c. The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this Section 3 clause, SC -4 and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the Section 3 preference, shall set forth m inimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. d, The contractor agrees to include this Section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this Section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. e. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR part 135. f. Noncompliance with I IUD's regulations in 24 CFR part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. g. With respect to work performed in connection with Section 3 covered Indian housing assistance, section 7(b) of the Indian Self -Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian -owned Economic Enterprises. Parties to this contract that are subject to the provisions of Section 3 and section 7(b) agree to comply with Section 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b). 11) Women and Minority Owned Business Enterprises Contractor shall use its best efforts to afford minority and women -owned business enterprises (at least fifty-one (51) percent owned and controlled by minority group members or women) the maximum practicable opportunity to participate in the performance of this Agreement. 12) Federal Labor Provisions I. Applicability The Project or Program to which the construction work covered by this contract pertains is being assisted by the United States of America and the 'following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. 11. Minimum Wages. All laborers and mechanics employed or working upon the site of the work 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 (lie 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 l(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 29 CFR 5.5(a)(1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) SC -5 under plans, funds, or programs, which cover the particular weekly period, are deemed to be oonstruotively 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 29 CPR 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 29 CFR 5.5(a)(1)(ii) 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. a. Any class of laborers or mechanics 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. HUD shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: b. The work to be performed by the classification requested is not performed by a classification in the wage determination; and c. The classification is utilized in the area by the construction industry; and d. The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship 10 the wage rates contained in the wage determination. e. If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and HUD or its designee agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30 -day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 12150140.) f. In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), HUD or its designee shall refer the questions, including the views of all interested parties and the recommendation of HUD or its designee, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30 -day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 12150140.) g. The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(ii)(b) or (c) of this paragraph, 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. h. 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 another bona fide fringe benefit or an hourly cash equivalent thereof. SC -6 i. 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. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) III. Withholding. HUD or its designee 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, all or part of the wages required by the contract, HUD or its designee 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 of funds until such violations have ceased. HUD or its designee may, after written notice to the contractor, disburse such amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are due. The Comptroller General shall make such disbursements in the case of direct Davis -Bacon Act contracts. IV. Payrolls and basic records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section l(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 I(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 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. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017.) a. The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a parry to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CPR 5.5(a)(3)(i). This information may be submitted in any form desired. Optional Form WH -347 is available for this purpose and may, be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149.) SC -7 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: • That the payroll for the payroll period contains the information required to be maintained under 29 CFR 5.5 (a)(3)(i) and that such information is correct and complete; • 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 indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR Part 3; • That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. • The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by subparagraph A3.(ii)(b). • 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 231 of Title 31 of the United States Code. c. The contractor or subcontractor shall make the records required under subparagraph A3.(i) available for inspection, copying, or transcription by authorized representatives of HUD or its designee 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, HUD or its designee 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 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. V. Apprentices and Trainees. a. 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 thejourneyman "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 pogress, expressed as a percentage of the journeymen hourly rate specified in flit, 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 M.W. 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 utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. b. Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees tojourneymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. 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 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. VI. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under 29 CFR Part 5 shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. VII. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract. VIII. Subcontracts. The contractor or subcontractor will insert in any subcontracts the clauses contained in subparagraphs 1 through 11 of this paragraph A and such other clauses as HUD or its designee may by appropriate instructions require, and a copy of the applicable prevailing wage decision, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The pritne contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in this paragraph. IX. Contract termination; debarment. A breach of the contract clauses in 29 CPR 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. X. 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. XI. 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 Paris 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its SC -9 subcontractors) and HUD or its designee, the U.S. Department of Labor, or the employees or their representatives. XII. Certification of Eligibility. a. 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) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CPA Pmt 24. b. 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) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. o. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. Additionally, U.S. Criminal Code, Section 1 01 0, Title 18, tJ.S.C., "Federal Housing Administration transactions", provides in part: "Whoever, for the purpose of ... influencing in any way the action of such Administration..... makes, utters or publishes any statement knowing the same to be false..... shall be fined not more than $5,000 or imprisoned not more than two years, or both." XIII. Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this Contract are applicable shall be discharged or in any other manner discriminated against by the Contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this Contract to his employer. XIV. Contract Work Hours and Safety Standards Act. The provisions of this paragraph B are applicable only where the amount of the prime contract exceeds $100,000. As used in this paragraph, the terms "laborers" and "mechanics" include watchmen and guards. a. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of 40 hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of 40 hours in such workweek. b. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subparagraph (1) of this paragraph, the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for 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 subparagraph (1) of this paragraph, 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 40 hours without payment of the overtime wages required by the clause set forth in sub paragraph (1) of this paragraph. c. Withholding for unpaid wages and liquidated damages. HUD or its designee 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 anv such contract or any other Federal contract with the same prime contract, 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 SC -10 such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (2) of this paragraph. d. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs (1) through (4) of th is paragraph. e. Health and Safety. The provisions of this paragraph C are applicable only where the amount of the prime contract exceeds $100,000. • No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. • The Contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act, 40 USC 3701 et seq. • The Contractor shall include the provisions of this paragraph in every subcontract so that such provisions will be binding on each subcontractor. The Contractor shall take such action with respect to any subcontract as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. 13) Access and Maintenance of Records The contractor must maintain all required records for five years after final payments are made and all other pending matters are closed. At any time during normal business hours and as frequently as is deemed necessary, the contractor shall make available to the Iowa Department of Economic Development, the State Auditor, the General Accounting Office, and the Department of Housing and Urban Development, for their examination, all of its records pertaining to all matters covered by this contract and permit these agencies to audit, examine, make excerpts or transcripts from such records, contract, invoices, payrolls, personnel records, conditions of employment, and all other matters covered by this contract. 14) Civil Rights Provisions As applicable, the Subcontractor agrees to comply with: a. Title VI of the Civil Rights Act of 1964 as amended Title VI, codified at 42 U.S.C. § 2000d, prohibits racial discrimination by recipients of federal funds as follows: No person in the United States shall, on the ground of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination tinder any program or activity receiving Federal financial assistance. b. Title VIII of the Civil Rights Act of 1968 as amended Title VIII of the Civil Rights Act of 1968, as amended by the Fair Housing Act of 1988, which is codified at 42 U.S.C. § 3604, prohibits discriminating against persons in the sale or rent or a dwelling based on disability. Discrimination includes a refusal to make reasonable accommodations in rules and policies, when such accommodations may be necessary to afford such person equal opportunity to use and enjoy a dwelling. c. Iowa Civil Rights Act of 1965: The Iowa Civil Rights Act prohibits discrimination in employment based on positive HN tests or on AIDS or the symptoms of AIDS and on the basis of pregnancy, childbirth, and related conditions. Also prohibited is employment discrimination based on age, race, creed, color, sex, national origin, religion, and disability. The Iowa Civil Rights Act is administered and enforced by the Iowa Civil Rights Commission (ICRC). d. Section 109 of Title I of the Housing and Community Development Act of 1974 as amended SC -11 Section 109 is codified at 42 USC 5309 and provides that no person shall on the ground of race, color, national origin, religion, or sex be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity funded in whole or in part with CDBG funds, e. Americans with Disabilities Act of 1990 as amended: The Americans with Disabilities Act of 1990, as amended, prohibits private employers, state and local governments, employment agencies and labor unions from discriminating against qualified individuals with disabilities in job application procedures, hiring, firing, advancement, compensation, job training, and other terns, conditions, and privileges of employment. The ADA covers employers with 15 or more employees, including state and local governments. f Section 504ofthe 1973 Rehabilitation Act: The Subcontractor agrees to comply with all Federal regulations issued pursuant to compliance with Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. 794), which prohibits discrimination against the individuals with disabilities or handicaps in any Federally assisted progrren. The Contractor shall provide the Subcontractor with any guidelines necessary for compliance with that portion of the regulations in force during the term of this Agreement. g. Age Discrimination Act of 1975: This prohibits discrimination on the basis of age in programs or activities receiving Federal financial assistance. h. Executive Order 11063: This Executive Order signed by President Kennedy "prohibits discrimination in the sale, leasing, rental, or other disposition of properties and facilities owned or operated by the federal government or provided with federal funds." 15) Prevailing Wage — Prevailing wages shall apply to the installation of the Splash Pad. It is the Bidder's responsibility to incorporate the updated 2013 prevailing wages within their bid. Prevailing wage information can be obtained at: htlu://www.wdol.cov/dba.3sUx or can be provided upon request to the Engineer. SC -12 —'ST -S .14 3c(3) mo� Prepared by: Kumi Morris, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5044 RESOLUTION NO. 14-72 RESOLUTION ACCEPTING THE WORK FOR THE FAIRMEADOWS PARK SPLASH PAD PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the Fairmeadows Park Splash Pad Project, as included in a contract between the City of Iowa City and Bockenstedt Excavating Inc. of Iowa City, Iowa, dated January 22, 2013, 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 Fairmeadows Park Splash Pad and Park Amenities project account # 4180; and WHEREAS, the final contract price is $ 350,099.76. 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 list day of April _,20 14 ATTEST: CITY - TY GL ERK r_ X . -Cf tiF% n MAYOR I Approved by City Attorn'e sLOffic 3 _� It was moved by Mims and seconded by Payne the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Botchway X Dickens X Dobyns X Hayek X Mims X Payne X Throgmorton 9IENGIARCHITECTURE RLEIProjecl,T.,nuPadmv Park Splash Pad Projei,kObse out documenlsW alrmendows Park Splach Pad Project -Resolution Acrepting projeclApril 12014 doc 3114