Loading...
HomeMy WebLinkAboutMAINTENANCE FACILITY IMPROVEMENTS/PARKS DEPT/2010MAINTENANCE FACILITY IMPROVEMENTS/ PARKS DEPT/ 2010 22-rna+'-11( "o I Ma,hlenanc� 'QC li�v n,p(bv�m�n S /'cCf, �4>' �G7J D r Y" Tr Sc cera - i5 -J L�L I 1� _ %D Se EF t 4y C;-���_; r )) II tat S hfG, r,n� r2C* nG Ci4,vi_ bl�_rl-, I -e Ir A-/o (v cz rou:r� iG c -)r ci.;nivr�c�- Cur r'e c 22-rna+'-11( "o I CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE PARKS DEPARTMENT MAINTENANCE FACILITY IMPROVEMENTS PROJECT IOWA CITY, IOWA N b G PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE PARKS DEPARTMENT MAINTENANCE FACILITY IMPROVEMENTS PROJECT IOWA CITY, IOWA FORM OF PROPOSAL PARKS DEPARTMENT MAINTENANCE FACILITY IMPROVEMENTS PROJECT CITY OF IOWA CITY Name of Bidder Address of Bidder: BIDS RECEIVED BEFORE: 2:00 PM local time on August 12, 2010 N O TO: City Clerk o City of Iowa City? C= - City City Hall --q Ut 410 East Washington Street Iowa City, Iowa 52240 < In response to your request for bids, and in compliance with the Procurement aijd Con-fracting I Requirements, the undersigned proposes to furnish all labor, materials and equipmenf'',�II supervision, coordination, and all related incidentals necessary to perform the work to complete PARKS DEPARTMENT MAINTENANCE FACILITY IMPROVEMENTS PROJECT in strict accordance with the Project Manual and the Drawings dated June 11, 2010, including Addenda numbered and , inclusive, prepared by VJ Engineering, Inc., for the Base Bid Lump Sum of BASE BID Dollars The undersigned bidder submits herewith bid security in the amount of $ ten percent (10%) of the Base Bid amount. ALTERNATE BID No.1 - Contractor install new nailbase insulation on roof deck as shown in Alternate Detail. Dollars ($ ALTERNATE BID No.2 - Contractor install remove two existing overhead door and install two new overhead doors on the south building section . Dollars The names of those persons, firms, companies or other parties with whom we intend to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: Carpentry: Plumbing: Electrical: Concrete: Roofing: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. In submitting this Proposal, The undersigned agrees that the Bid will not be withdrawn for a period of thirty (30) consecutive calendar days following the date of the Bid Opening. Further, that if a Notice to Proceed or a prepared Agreement provided by the Owner is received at the business address identified below within the thirty (30) day period, the undersigned will, within ten (10) days of receipt, acknowledge acceptance of the contract award. The undersigned will then execute and deliver to the Owner address the Agreement, the Procurement, Labor and Material Payment Bonds, and the certificates of insurance, and will proceed in accordance with requirements of the Contract Documents for this project, and have the Project at Substantial Completion on or before November 5, 2010. Firm: n p o Signature: c Printed Name: — cn Title: ' Address: Phone: Contact: CITY OF IOWA CITY PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE PARKS DEPARTMENT MAINTENANCE FACILITY IMPROVEMENTS PROJECT - IOWA CITY, IOWA I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: Darrell L. Smith, P.E. VJ Engineering Iowa License No. 11460 My license renewal date is December 31, 2010 DATE: /5 - or d �.a 7q—C"; Cil DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION cri cl PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE PARKS DEPARTMENT MAINTENANCE FACILITY IMPROVEMENTS PROJECT - IOWA CITY, IOWA I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: Darrell L. Smith, P.E. VJ Engineering Iowa License No. 11460 My license renewal date is December 31, 2010 DATE: /5 - or d SPECIFICATIONS TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS NOTICE OF PUBLIC HEARING .... ...................... ......................._..................._.... NOTICE TO BIDDERS... ............. .................... NOTETO BIDDERS............................................................................................. INSTRUCTION TO BIDDERS............................................................................... FORMOF PROPOSAL......................................................................................... BIDBOND............................................................................................................. FORMOF AGREEMENT...................................................................................... PERFORMANCE AND PAYMENT BOND.. ... .......................... CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS).................................................. GENERALCONDITIONS ................................................................................... SUPPLEMENTARY CONDITIONS........................................................................ RESTRICTION ON NON-RESIDENT BIDDING ON NON -FEDERAL -AID PROJECTS...................................................................................................... ATTACHMENT: FORMAL PROJECT FORM OF PROPOSAL [TO SUBMIT] ATTACHMENT: PLANS Page Number NP -1 NTB-1 NB -1 IB -1 FP -1 BB -1 AG -1 PB -1 CC -1 (thru pg.7) GC -1 SC -1 10 G� u`I Uri NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR PARKS DEPARTMENT MAINTENANCE FACILITY IMPROVEMENTS PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the Parks Department Maintenance Facility Improvements Project in said City at 7:00 p.m. on the 12th day of July, 2010, said meeting to be held in the Emma J. Harvat Hall in City Hall in said City, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK pweng \nph\parksdeprlacility.doc 4110 R-1 y �....,.,,k A. --- rte_ l: m. • cn NOTICE TO BIDDERS PARKS DEPARTMENT MAINTENANCE FACILITY IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:00 P M. on the 12" day of August, 2010. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids sub- mitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. 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 17`" day of August, 2010, or at a special meeting called for that purpose. The Project will involve the following: The Project involves removal of existing south bearing wall and footings, installation of new footings and poured in place concrete bearing/retaining wall at new higher elevation. Project involves new wood roof trusses for south slope of building and new standing seam metal panel roof on entire building. Minor grading, electrical, plumbing and re -siding work required. Alternate Bids include installing insulation for new roofing system and installation of new overhead doors. There will be a pre-bid meeting onsite at 10:30 a.m. on Thursday, July 29", 2010. This will be held at the Parks Department Maintenance Facility at 200 East Park Road. Parking available neighboring the site. All work is to be done in strict compliance with the plans and specifications prepared by VJ Engineering, of Coralville, 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 maintfE�mnce of the improvement for a period of two (2) year(s) from and after its completion and formal acceptanc4lby the (ity Council. The following limitations shall apply to this Project 6 C._ Completion Date: November 5, 2010 Liquidated Damages: $250 per day �' f cr3 The plans, specifications and proposed contract documents may be examined at the office of 1&$aity Clerk, Cpp�i s of said plans and specifications and form of proposal blanks may be secured at the Office -cif VJ ngine p Coralville, Iowa, by bona fide bidders. — A $30.00 non-refundable fee is required for each set of plans and specifications provided io bidders or other interested persons. The fee shall be in the form of a check, made payable to VJ Engineering, 2570 Holiday Road, Coralville, Iowa 52241, 319-338-4939. 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 Farm of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes, The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK Pweng/Notice To bidders)NT&ParksMaintlmprovements.doc NOTE TO BIDDERS The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3- Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal NB -1 - 4= NB -1 INSTRUCTIONS TO BIDDERS ARTICLE 1 - DEFINITIONS 1.1 Bidding documents include the bidding requirements and the contract documents. The bidding requirements include the Advertisement or Invitation to bid, Instructions to Bidders, the Bid Form, other sample bidding and contract forms, and the Contract Forms including addenda issued prior to receipt of bids. 1.2 The contract documents for the work consist of the Owner/Contractor Agreement, the Conditions of the Contract (General and Supplementary Conditions), the Drawings, the Specifications and all addenda issued prior to and all modifications issued after execution of the Contract. 1.3 Definitions set forth in AIA document A201, "General Conditions of the Contract for Construction", 2007 edition, or in other Contract Documents are applicable to the bidding documents. A. Addenda are written or graphic instruments issued by the Architect prior to execution of the Contract which modify or interpret the Bidding Documents by addition, deflection, clarifications or correction. B. A bid is a complete and properly signed proposal to do the work or designated portion thereof for the sums stipulated therein, submitted in accordance with the bidding documents. C. The base bid is the sum stated in the bid for which the Bidder offers to perform the work described in the bidding documents as the Base, to which work may be added, or from which work may be deducted for sums stated in alternate bids. D. An alternate bid (or Alternate) is an amount stated in the bid to be added to or deducted from the amount of the base bid if the corresponding change in the work, as described in bidding documents, is accepted. E. A unit price is an amount stated in the bid as a price per unit of Foeasurgment for„ materials or services as described in the bidding documents 6 the -=contract documents.w' 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,i 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 A. Complete sets of the bidding documents may be obtained from the office of VJ Engineerinq Inc at 2570 Holiday Road, Coralville, IA 52241, 319-338-4939. for the deposit sum as indicated. The deposit will be nonrefundable. The cost of replacement of missing or damaged documents will be deducted from the deposit. A bidder receiving a contract award may retain the bidding documents, and his deposit will be refunded. Successful sub -bidders, including material suppliers, may retain their bidding documents, and their deposit will be refunded if the 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. CD C,:;, .Iri making copies of the bidding documents available on the above terms, the f " - Owner and the Architect do so only for the purpose of obtaining bids for the `voork, and do nor confer license or grant permission for any other use of the .t t,-) ''bidding documents, r' Q_3 Go ies of the reports and drawings that are not included with the Bidding Documents may be examined at Engineering Division at City Hail, Iowa City, Iowa during regular business hours, or may be obtained from the Owner at Owner's reproduction cost, plus handling charge. These reports and drawings are not part of the contract documents, but the "technical data" contained therein upon which the bidder may rely as identified and established above, are incorporated therein by reference. 3.2 Interpretation or Correction of Bidding Documents A. The bidder shall carefully study and compare the bidding documents with each other, and with other work being bid concurrently or presently under construction to the extent that it relates to the work for which the bid is being submitted, shall examine the site and local conditions, and shall at once report to the Architect errors, inconsistencies or ambiguities discovered. B. Bidders and sub -bidders requiring clarification or interpretation of the bidding documents shall make a written request which shall reach the Architect at least nine days prior to the date for receipt of bids. UIN 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. Please send a letter to VJ Engineering to request a substitution, this may be sent to Darrell Smith at VJ Engineering, Inc. at 2570 Holiday Road, Coralville, IA 52241. B. If the Architect approves a proposed substitution prior to receipt of bids, such approval will be set forth in an addendum. Bidders shall not rely upon approvals made in any other manner. 3.4 Addenda A. Addenda will be mailed or delivered to all who are known by the Architect to have a complete set of bidding documents. B. Copies of addenda will be made available for inspection wherever bidding documents are on file for that purpose. C. No addenda will be issued later than seven (7) days prior to the date for receipt of bids, except for any one or more of the following reasons: 1. An addendum withdrawing the request for bids. 2. An addendum which includes postponement of the date for receipt of bids. 3. An addendum issued after receipt of bids and prior to execution of the contract. D. Each bidder shall ascertain prior to submitting a bid that he has Mceived all addenda issued, and the bidder shall acknowledge their ree6ipt irr=the proper location on the bid form. c� H ARTICLE 4 — BIDDING PROCEDURES ='+� 4.1 Form and Style of Bids A. Submit bids in duplicate on forms identical to the form bound into`tXe project manual. Separate copies of the bid form are contained within the back cover of this document. B. Fill in all blanks on the bid form by typewriter or manually in ink. C. Where so indicated by the makeup of the bid form, sums shall be expressed in both words and numerals, and in case of discrepancy between the two, the amount written in words will govern. D. Interlineations, alterations or erasures shall be initialed by the signer of the bid. E. All requested alternates shall be bid. If no change in the base bid is required, enter M "No Change". F. Where two or more bids for designated portions of the work have been requested, the bidder may, without forfeiture of the bid security, state the bidder's refusal to accept award of less than the combination of bids stipulated by the bidder. The bidder shall make no additional stipulation on the bid form, nor qualify the bid in any other manner. G. Each copy of the bid shall include the legal name of the bidder and a statement that the bidder is a sole proprietor, a partnership, a corporation or some other legal entity. Each copy shall be signed by the person or persons legally authorized to bind the bidder to a contract. A bid by a corporation shall further give the state of incorporation and have the corporate seal affixed. A bid submitted by an agent shall have a current power of attorney attached certifying the agent's authority to bind the bidder. H. No bid may be withdrawn for a period of 30 calendar days after the date of opening. 4.2 Bid Security A. Each bid shall be accompanied by a bid security in the amount of ten percent (10 %) of the base bid and in the form of surety bond pledging that the bidder will enter into a contract with the Owner on the items stated in his bid and will, if requested, furnish bonds covering the faithful performance of the contract and the payment of all obligations arising there under. Should the bidder refuse to enter into such cz: contract or fail to furnish such bond if required, the amount of the bid security shall c_,1 be.fofeited to the Owner as liquidated damages, not as a penalty. A cashier's check; cash or certified check will not be an accepted bid bond. -,. B. +11 SJItety 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 = shiafaffix to the bond a certified and current copy of power of attorney. CD C. The Owner will have the right to retain the bid security of bidders to whom an award is being considered until either: 1. The contract has been executed and bonds have been furnished. 2. The specified time has elapsed so that the bids may be withdrawn. 3. All bids have been rejected. 4.3 Submission of Bids A. All copies of the bid, the bid security and other documents required to be submitted with the bid shall be enclosed in sealed opaque envelopes as instructed in Section NB - Note to Bidders. Both envelopes shall be addressed to the party receiving the bids ("City Clerk, City of Iowa City"), and shall be identified with the project name, the bidder's name and address, and the envelope's contents. If the bid is sent by mail, the sealed envelopes shall be enclosed in a separate mailing envelope with the notation "SEALED BID ENCLOSED" on the face of that envelope. ID B. Bids shall be deposited at the designated location prior to the time and date for receipt of bids. 1. Location: Office of City Clerk, City Hall, 410 East Washington Street, Iowa City, Iowa 52240 2. Time and Date: Before 2 P.M., Thursday August 12, 2010. Bids received after the time and date for receipt of bids will be returned unopened. C. The bidder shall assume full responsibility for timely delivery at the location designated for receipt of bids. D. Oral, telephonic, or telegraphic bids are invalid and will not receive consideration. 4.4 Modification or Withdrawal of Bid A. A bid may not be modified, withdrawn or canceled the bidder after the stipulated time and date designated for the receipt of bids, and each bidder so agrees in submitting his bid. B. Prior to the time and date designated for receipt of bids, a bid submitted may be modified or withdrawn by notice to the party receiving bids at the place designated for receipt of bids. Such notice shall be in writing over the signature of the bidder or by telegram. If by telegram, written confirmation over the signature of the bidder shall be mailed and postmarked on or before the date and time set for receipt of bids, and it shall be so worded as not to reveal the amount of the original bid. C. Withdrawn bids may be resubmitted up to the time designated for the receipt of bids provided that they are then fully in conformance with these Instructions to Bidders. D. Bid security shall be in an amount sufficient for the bid as �gtodified or resubmitted. o -. -� L ARTICLE 5 - CONSIDERATION OF BIDS �;a-a 1. 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 anyway incomplete or irregular. 5.3 Acceptance of Bid (Award) A. It is the intent of the Owner to award a contract to the lowest responsible bidder provided the bid has been submitted in accordance with the requirements of the En bidding documents, and does not exceed the funds available- The Owner will have the right to waive informalities or irregularities in a bid received, and to accept the bid which, in his judgment, is in his own best interest. B. The Owner will have the right to accept bid alternates in any order or combination, and to determine the low bidder on the basis of the sum of the base bid and the accepted alternates. ARTICLE 6 – POST -BID INFORMATION 6.1 Submittals A. The bidder shall, within seven (7) days of notification of selection for the award of a contract for the work, submit the following information to the 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. 3. A list of names of the subcontractors or other persons or entities proposed for the principal portions of the work. B. The bidder will be required to establish to the satisfaction of the Architect and the Owner the reliability and responsibility of the persons or entities proposed to furnish and perform the work described in the bidding documents. C. Prior to the award of the contract, the Architect will notify the bidder in writing if either the Owner or Architect, after due investigation, has reasonable objection to any such proposed person or entity. If the Owner or the Architect has reasonable objection to such proposed person or entity, the bidder may, at the bidder's option: 1 _= Withdraw the bid- 2- id.2 Submit an acceptable substitute person or entity with an adjustment in -— v�.z_; the bid price to cover the difference in cost occasioned by such ` substitution. D. The'Owner may accept the adjusted bid price or may disqualify the bidder. In " the event of either withdrawal or disqualification, bid security will not be forfeited. ARTICLE 7 – PERFORMANCE BOND AND LABOR & MATERIAL PAYMENT BOND 7.1 Bond Requirements A. The bidder shall furnish bonds covering the faithful performance of contract and the payment of all obligations arising there under. Bonds may be secured through the bidder's usual sources. The cost of furnishing such bonds shall be included in the bid. B. If the Owner requires that bonds be obtained from other than the bidder's usual ML source, all change in cost will be adjusted as provided in contract documents. 7.2 The Time of Delivery and Form of Bonds A. The bidder shall deliver the required bonds to the Owner not later than three (3) days following the date of execution of the contract. If the work is to be commenced prior thereto in response to a letter of intent, the bidder shall, prior to commencement of the work, submit evidence satisfactory to the Owner that such bonds will be furnished and delivered. B. The bonds shall be written on the "Performance and Payment Bond" form bound within the project manual, or a copy thereof. Both bonds shall be written in the amount of the contract sum. C. The bonds shall be dated on or after the date of the contract. D. The bidder shall require the attorney-in-fact who executes the required bonds on behalf of the surety to affix a current and certified copy of power of attorney. ARTICLE 8 — PRE-BID CONFERENCE 8.1 Conference A. Bidder is encouraged to attend a pre-bid conference on Thursday July 29, 2010 at 10:30 AM local time, in City Park Maintenance Facility located at 200 East Park Road in Lower City Park in Iowa City, Iowa. 8.2 Parking Free Parking is available neighboring the site. ffm ry c- gym, ♦ ri 9 TNG1 RCHITECTURE FIL0Pmjects%R.rks Department Maintenance Facility Improvement Projectv'ront sndsdB - Instructions to Bidders Parks Department Maintenance Facility Improvements Project.doc ffm FORM OF PROPOSAL PARKS DEPARTMENT MAINTENANCE FACILITY IMPROVEMENTS 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 August 12, 2010 �o a TO: City Clerk City of Iowa City a C t City Hall r Wx 410 East Washington Street " Iowa City, Iowa 52240 In response to your request for bids, and in compliance with the Procurement and Contracting Requirements, the undersigned proposes to furnish all labor, materials and equipment, all supervision, coordination, and all related incidentals necessary to perform the work to complete PARKS DEPARTMENT MAINTENANCE FACILITY IMPROVEMENTS PROJECT in strict accordance with the Project Manual and the Drawings dated June 11, 2010, including Addenda numbered and , inclusive, prepared by VJ Engineering, Inc., for the Base Bid Lump Sum of: BASE BID Dollars ($ ) The undersigned bidder submits herewith bid security in the amount of $ ten percent (10%) of the Base Bid amount. ALTERNATE BID No.1 - Contractor install new nailbase insulation on roof deck as shown in Alternate Detail. Dollars ($ ) ALTERNATE BID No.2 - Contractor install remove two existing overhead door and install two new overhead doors on the south building section . Dollars FP -1 The names of those persons, firms, companies or other parties with whom we intend to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: Carpentry: Plumbing: Electrical: Concrete: Roofing: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. In submitting this Proposal, The undersigned agrees that the Bid will not be withdrawn for a period of thirty (30) consecutive calendar days following the date of the Bid Opening. Further, that if a Notice to Proceed or a prepared Agreement provided by the Owner is received at the business address identified below within the thirty (30) day period, the undersigned will, within ten (10) days of receipt, acknowledge acceptance of the contract award. The undersigned will then execute and deliver to the Owner address the Agreement, the Procurement, Labor and Material Payment Bonds, and the certificates of insurance, and will proceed in accordance with requirements of the Contract Documents for this project, and have the Project at Substantial Completion on or before November 5, 2010. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -2 C-) Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -2 , 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 for PARKS DEPARTMENT MAINTENANCE FACILITY IMPROVEMENTS PROJECT. 0 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,"delivetb contract in the form specified, and the Principal shall then furnish a bond for the -Principal's faithful performance of said Project, and for the payment of all persons`f erforming 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 L 'mil Principal By _ Surety By _ Attach Power -of -Attorney (Seal) (Title) (Seal) (Attorney-in-fact) 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 11" day of June, 2010, for the PARKS DEPARTMENT MAINTENANCE FACILITY IMPROVEMENTS PROJECT ("Project'), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a_ Addenda Numbers b. "General Conditions of the Contract for Construction" AIA DOC A201-2007, as amended; c. Plans,- d. lans;d. Specifications and Supplementary Conditions; ca e. Notice to Bidders; f. Note to Bidders; :' T J g. Performance and Payment Bond, cr: h. Restriction on Non -Resident Bidding on Non -Federal -Aid Projects; i. Contract Compliance Program (Anti -Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AGA 3, The names of subcontractors approved by City, together with quantities, unit prices. and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. 5. The Project base bid submitted by form of proposal is in the amount of: To be completed after award and no/100 Dollars 0.00). DATED this day of 20_ [DATE BASED ON FORMAL COUNCIL MEETING AWARDING CONTRACT BY RESOLUTION NUMBER ] By Mayor ATTEST AG -2 Contractor ATTEST: (Company Official) Approved By: City Attorney's Office City Clerk n N AG -2 Contractor ATTEST: (Company Official) Approved By: City Attorney's Office PERFORMANCE AND PAYMENT BOND as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. N U C:h WHEREAS, Contractor has, as of entered intyG (date) written Agreement with Owner for PARKS DEPARTMENT MAINTENANCE FACILITY IMPROVEMENTS PROJECT; and ;^^=' • — fes' WHEREAS, the Agreement requires execution of this Performance and Pajmenf6ond, to be completed by Contractor, in accordance with plans and specifications prepared by VJ Engineering Inc. of Coralville Iowa, 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 W__X 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 two (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 IN THE PRESENCE OF: Witness DAY OF (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) �a T, Witness n N DAY OF (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) F9W O O 71 C;l C.9 F9W Contract Compliance Program CITY OF IOWA CITY N O .n Y 1i• ti � IJl lD 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: I . 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 CC -t N C� Q .-� G D -a x n1 n r r SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination, rates of pay or other forms of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et sec.) and relevant orders.of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Eclual Employment Opportunity policy statement. Where is this statement posted? What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. CC -2 , :, 4 LIQ U F- rU LL ]} 0 N CC -2 W"Hopwdoes 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 N-� t1 r (il 5n i M -i f.7 r- M�rrt 1 - ` I 2. 3. 4. SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?' Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal iritqrviews.can be a major source of discrimination. (h). Improve hiring and selection procedures and use non -biased promotion, transfer and training �- poTcies.'to 1ncrease and/or improve the diversity of your workforce representation. Companies L �10, n4ust make sure procedures for selecting candidates for promotion, transfer and training are F based 6W(;n a fair assessment of an employee's ability and work record. Furthermore, all coTnpanjbi�should post and otherwise publicize all job promotional opportunities and encourage I al galj_R+�:employees to bid on them, c, o N CC -4 war®� *inSao I`s - %aa i City or O4054 C, Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 2-3-1 CHAPTER3 DISCRIMINATORY PRACTICES SECTION 2-3-1: Employment; Exceptions 2.3-2: Public Accommodation,- ccommodation;Exceptions f Exceptions 2-3-3: Credit Transactions; Exceptions 2-3-4: Education 2-3-5: Aiding Or Abetting; Retaliation; .J Intimidation 2-3-1: EMPLOYMENT, EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, upgrade or refer for employ- ment, or to otherwise discriminate in employment against any other person or to discharge any employee be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. B. It shall be unlawful for any labor orga- nization to refuse to admit to member- ship, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprentice- ship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or train- ing because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such ap- plicant or member. 2-3-1 C. It shall be unlawful for any employer, empfoyment agency, labor Organiza- tion or the employees or members thereof to directly or indirectly adver- tise or in any other manner indicate or publicize that individuals are unwel- come, objectionable or not solicited for employment or membership be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to preg- nancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this Title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- riage, childbirth and recovery there- from are, for all job-related purposes, temporary disabllitles and shall be treated as such under any health or temporary disability insurance or sick leave plan available In connection with employment or any written or unwrit- ten employment policies and practices involving terms and conditions of employment as applied to other tem- porary disabilities. E. it shall be unlawful for any person to solicit or require as a condition of employment of any employee or pro - Iowa City CC -6 997 c� rte` f i o UJ �> .J n N 2-3-1 C. It shall be unlawful for any employer, empfoyment agency, labor Organiza- tion or the employees or members thereof to directly or indirectly adver- tise or in any other manner indicate or publicize that individuals are unwel- come, objectionable or not solicited for employment or membership be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to preg- nancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this Title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- riage, childbirth and recovery there- from are, for all job-related purposes, temporary disabllitles and shall be treated as such under any health or temporary disability insurance or sick leave plan available In connection with employment or any written or unwrit- ten employment policies and practices involving terms and conditions of employment as applied to other tem- porary disabilities. E. it shall be unlawful for any person to solicit or require as a condition of employment of any employee or pro - Iowa City CC -6 997 iective employee a test for the pres- ice of the antibody to the human imunodeficiency virus. An agree- ment between an employer, employ- ment agency, labor organization or their employees, agents or members and an employee or prospective em- ployee concerning employment, pay or benefits to an employee or pro- spective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the State epidemiologist determines and the Director of Public Health declares through the utilization of guidelines established by the Center for Disease Control of the United States Depart- ment of Health and Human Services, that a person with a condition related to acquired immune deficiency syn- drome poses a significant risk of transmission of the human Immunode- ficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this Section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifica- tions are related to a bona fide reli- gious purpose. A religious qualifica- tion for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or 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 not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, mari- tal status, national origin, race, reli- gion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 3. The employment of individuals for work within the home of the employer If the employer or members of the family reside therein during such em- ployment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. 5. To employ on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted nar- rowly. 6. A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub- 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) N d 0 O 897 n� C Iowa city O a CC -7 " GENERAL CONDITIONS "General Conditions of the Contract for Construction" AIA DOC A201-2007 amended, shall apply except as amended in the Supplementary Conditions. GC -1 d GC -1 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: 05 w C Ti r C •, r) CITY OF IOWA CITY SUPPLEMENTARY CONDITIONS CITY OF IOWA CITY 1,1 INTRODUCTION A. The following supplements modify the "General Conditions of the Contract for Construction", AIA Document A201-2007. Where a portion of the General Conditions is modified or deleted by these Supplementary Conditions, the unaltered portions of the General Conditions shall remain in eltecl. B. Terms used in these Supplementary Conditions will have meanings assigned to them in the General Conditions Additional terms used in these Suppiementary Conditions have the meanings indicated below, which are applicable to both the singular and plural thereof. C. Deletions from the AIA A201 are indicated as strike out and additions to the AIA A201 are indicated as "bold Halle'. D. The OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Law or Regulations In respect to any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to any dispute arising between the parties or under the Contract Documents. E, Delete all references to mediation and arbitration in (heir entirety. 1.2 ARTICLE 1 - GENERAL PROVISIONS A. Add the following paragraph 1.1.1.1 Contract Documents to read as tallows: 1.1 1.1 Any reference within the Contract Documents of the Agreement between Owner and Contractor should be substituted with of the Form of Agreement between Owner and Contractor (hereinafter the Agreement). The Form of Agreement is listed as AG in the project manual. B. Change paragraph 1 1.3 to read as follows: IA 3 The term "Work" means the construction and services required by the Contract Documents. whether completed or partially completed, and includes all other labor, tools, materials, equipment, transportation, services, taxes, insurance and all other services provided or to be provided by the Contractor to fulfill the Contractor's obligations. The Work may constitute the whole or a pad of the Project. The Contractor shall provide all work and materials which any part of the Contract Documents require him to provide. C. Add the lolfowing paragraph 1.2.4: 1.2.4 Sections of Division t - General Requirements, govern the execuffon of all sections of the specifications. 1.3 ARTICLE 2 -OWNER A. Change paragraph 2.4 to read as follows: 2.4 If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents and fails within a seven-day period after receipt: 0 written notice from the Owner to commence and continue correction of such default or neglect with diligence and promptness, the Owner may without prejudice to other remedies the Owner may have, correct such deficiencies. - In such case ap appropriate G ge QFd9f shall be 16smod deducing the SUPPLEMENTARY CONDITIONS DOCUMENT SC -1 Owner may deduct from payments than or thereafter due the Contractor the ceasenable entire cost of correcting such deficiencies, including Owner's expenses and compensation for the Architect's and/or Consultant's additional services and expenses and heating, engineering, accounting, consulting services and attorneys'tees and expenses made necessary by such default, neglect, or failure. Rush aeties by the Owner A d 4e_Centraster If payments then or thereafter due the Contractor are not sufficient to cover such amounts, the Contractor shall pay the difference to the Owner. The Owner's actions pursuant to this Subparagraph shall 1701 operate as a release of any obligation of surety. 1 4 ARTICLE 3 - CONTRACTOR A. Change paragraphs 3.2.2 to read as follows: 3.2.2 Because the Contract Documents are complementary, the Contractor shall, before starting each portion of the Work, carefully study and compare the various Contract Documents relative to that portion of the Work, as well as the information furnished by the Owner pursuant to Section 2-2.3, shall take field measurements of any existing conditions related to that portion of the Work, and shall observe any conditions at the site affecting it. These obligations are for the purpose of facilitating coordination and construction by the Contractor and are not for the purpose of discovering errors, omissions, or inconsistencies in the Contract Documents; however, the Contractor shall promptly report to the Architect any errors, inconsistencies or omissions discovered by or made known to the Contractor as a request for information in such lorm as the Architect may require. It is recognized that the contractor's review is made in the Contractor's capacity as a contractor and not as a licensed design professional, unless otherwise specifically provided in the Contract Documents. The Contractor shall not be liable to the Owner or Architect for damage resulting from errors, inconsistencies or omissions in the Contract Documents unless the Contractor recognized such error, inconsistency or omission and knowingly failed to report it to the Architect. tf the Contractor performs any construction activity knew ng -4 Rvalves involving a recognized error, inconsistency or omission in the Contract Documents without such notice to the Architect, the Contractor shall assume apprepFiate responsibility for such performance and shall bear an APPFQPF alB RMOURI At the agFibUlable all costs for correction. The Contractor shall perform no portion of the Work at any time without Contract Documents or, where required, approved Shop Drawings, Product Data or Samples for such portion of the Work. B. Change paragraph 3.3.2 to read as tallows: 3.3.2 The Contractor shall be responsible to the Owner for acts and omissions of the Contractor's employees, Subcontractors, Sub -subcontractors, vendors, materialmen and suppliers and their agents and employees, and other persons performing portions of the Work under a contract with the Contractor or any of its Subcontractors. C. Add the following 3.3.4: 3.3.4 Contractor shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. Contractor shall provide to Owner and Architect the phone number and/or paging service of this individual. D. Change paragraph 3.4.1 to read as lolfows: 3.4.1 Unless otherwise provided in the Contract Documents, the Contractor shall provide and pay for labor, matenats, equipment, tools, construction equipment and machinery, water, heal, utilities; transportation, storage, parking and other faciiifies and services necessary for proper execution -and completion of the Work, whether temporary or permanent and whether or not incogwratad or to be incorporated in the Work. Should the Contract Documents require work !o be performed after regular wOWng hours or should the Contractor elect to perform work after regular hours, the additional cost of such work shall be borne by the Contractor. SUPPLEMENTARY CONDITIONS DOCUMENT SC -2 Add the following paragraphs 3 4 4 through 3 4 6: 3.4.4 Whenever any provisions of the Contract conflict with any agreements or regulation of any kind in force among members of any trade association, unions or councils, which regulate what work shall be included in the work of particular trades, the Contractor shall make all necessary arrangements to reconcile any such conflict without delay or cost to the Owner and without recourse to the Architect or the Owner. 3.4.5 After the Contract has been executed, the Owner and the Architect will consider a formal request for the substitution products in place of those specified only under the conditions set forth in Section 0160 00 • Post Bid Substitutions. 3.4.6 By making requests for substitutions based on Subparagraph 3.4.4 above, the Contractor: .1 represents that the Contractor has personally investigated the proposed product and determined that it is equal or superior in all respects to that specified. .2 represents that the Contractor will provide the same warranty for the substitution that the Contractor would for that specified. .3 certifies that the cost data presented is complete and includes aft related costs under this Contract except the Architect's redesign costs, and waives all claims for additional costs related to the substitution which subsequently become apparent; and .4 will coordinate the installation of the accepted substitute, making such changes as may be required for the Work to be complete in all respects. .5 will adhere to the contract schedule Change paragraphs 3.5 to read as follows: 3.5 The Contractor warrants to the Owner and Architect that materials and equipMem furnished under the Contract will be of good quality and new unless the Contract. Documents require or permit Otherwise. The Contractor further warrants Thal the Work will center m, with the requirements of the Contract Documents and will be free from detects. F8 er-perA;it- Work, materials or equipment not conforming to these requirements may be considered detective. The Contractor's warranty excludes remedy for damage or defect caused by abuse, alterations to the Work not executed by the Contractor, improper or insulticient maintenance, improper operation, or normal wear and tear and normal usage. If required by the Architect, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. Change paragraph 3.6 ,1 to read as follows: The Contractor shall pay sales, consumer, use and similar lazes for the Work provided by the Contractor that are legally enacted when bids are received or negotiations concluded, whether or not yet effective or merely scheduled to go into effect. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. All such information for said certificates shall be submitted to the City/Owner together in one submission. H. Change paragraph 3.7 2 to read as follows- 3.7.2 The Contractor shall samply perform the Work in compliance with and give notices required by applicable laws, statutes, ordinances, codes, rules, regulations and lawful orders of public authorities bearing on performance of the Work. Charge paragraph 3.7-3 to read as follows: 3.7.3 If the Contractor performs Work knowing it to be contrary to applicable laws. statutes, ordinances, codes, rules and regulations, or lawful orders of public authorities, the Contractor shall assume fullapWopr4ate responsibility for such Work and shall bear the costs ak4butabla to ftte9sFrastiea and expenses of correcting or replacing such Work. SUPPLEMENTARY CONDITIONS DOCUMENT SC -3 J. Change paragraph 3.7.4 to read as follows: 3.7.4 Concealed or Unknown Conditions- If the Contractor encounters conditions at the site that are 1) subsurface or otherwise concealed physical conditions that differ materially from those indicated in the Contract Documents or 2) unknown physical conditions of an unusual nature that differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, the Contractor shalt promptly provide notice to the Owner and the Architect before conditions are disturbed and in no event later than the next business day 21 days after first observance of the conditions. The Architect will promptly investigate such conditions and, it the Architect determines that they differ materially and cause an increase or decrease in the Contractor's costs of or time required for performance of any part of the work, will recommend an equitable adjustment in the Contract Sum or Contract Time, or both. If the Architect determines that the conditions at the site are not materiaily different from those indlcated in the Contract Documents and that no change in the terms of the Contract is justified, the Architect shelf promptly notify the Owner and Contractor in writing, stating the reasons. Provided 4 Article I J. Change paragraph 3.11 to read as follows: 3.11 The Contractor shall maintain at the site for the Owner, one copy of the Drawings, Specifications, Addenda, Change Orders and other Modifications, in good order and marked currently to indicate field changes and selections made during construction, and one-sepy-of: al! approved Shop Drawings, MSPS Sheets, Product Data, Samples and similar required submittals. These shall be available to the Architect and shall be delivered to the Architect for submittal to the Owner upon completion of the Work as a record of the Work as constructed. K. Change paragraph 3.13 to read as follows: 3.13 The Contractor shall confine operations at the site to areas permitted by applicable laws, statutes, ordinances, codes, rules and reputations, and lawful orders of public authorities and the Contract Documents and shall not unreasonably encumber the site with materials or equipment. The Contractor acknowledges that the property on which the Pro(ect and Work are located may be occupied and in use by the Owner during the execution of the Work. The Contractor shall perform and coordinate Its work in such a manner that the portions of the property occupied and in use will not be encumbered or the use Interfered with or interrupted. L. Change paragraph 3.17 to read as follows: 3-17 The Contractor shall pay all royalties and license fees. The Contractor shall defend suits or claims for infringement of patent rights and shall hold the Owner and Architect harmless from loss on account thereof, but shall not be responsible for such defense or loss when a particular design, process or product of a particular manufacturer or manufacturers is required by the Contract Documents, or where the copyright violations are contained in Drawings, Specifications or other documents prepared by the Owner or Architect. However, if the Contractor has reason to believe that the required design, process or product is an infringement of a copyright or patent, the Contractor shall be responsible for such loss unless such information is promptly furnished to the Architect and the Owner in writing, M. Change paragraphs 3.18.1 to read as follows: 3.18.1 To the fullest extent permitted by law, the Contractor shall indemnify, defend and hold harmless the Owner, Architect, Architect's consultants, and agents and employees of any of them from and against claims, damages, losses and expenses, including, but not limited to attorneys' lees, arising out of or resulting from performance of the Work, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to `Injury to or destruction of tangible property k84119f tha4 the 1.09mol, itselfl, but only to the extent caused in whole or in part by intentional or negligent acts or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they SUPPLEMENTARY CONDITIONS ` DOCUMENT SC -4 — o d _- may be liable, pan by pany indern nrtmed h6FeURGISF. Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity that would otherwise exist as to a party or person described in this Paragraph 3.16. Nothing in the foregoing Paragraph 3.18.1 is intended or shall be deemed to constitute an indemnification by the Contractor against the negligence of any of the parties to be otherwise indemnified pursuant to Paragraph 3.1'8.1. Change paragraph 3. 161 to read as follows: 3.18.2 Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. In claims against any person or entity indemnified under this Section 3.18 by an employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under Section 3. 18.1 shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Contractor or a Subcontractor under worker's compensation acts, disability benefit acts or other employee benefit acts. 1.5 ARTICLE 4 -ARCHITECT A. Change paragraph 4.1.2 to read as follows: 4.1.2 Duties, responsibilities and limitations of authority of the Architect as set forth in the Contract Documents shall not be restricted, modified or extended without wriileil,.conseet of the Owner:4Centraeter and Architect. Consent shall not be unreasonably withheld. Change paragraph 4.2 ,1 to read as follows: 4.2.1 The Architect will provide administration of the Contract as described in the Contract Documents and will be the Owner's representative as provided herein during construction and until the Architect issues the final Certificate for Payment to the Contractor on the Project. The Architect will advise and consult with the Owner. The Architect will have authority to act on behalf of the Owner only to the extent provided in the Contract Documents. C. Change paragraph 4.2.3 to read as follows: 42.3 On the basis of the site visits, the Architect will keep the Owner reasonably informed about the progress and quality of the portion of the Work completed, and report to the Owner 1) known deviations born the Contract Documents and from the most recent construction schedule submitted by the Contractor, and 2) defects and deficiencies observed in the Work. The ! Architect and the Owner will not be responsible for the Contractor's failure to perform the Work I• in accordance with the requirements of the Contract Documents. The Architect and the Owner will not have control over or charge of and will not be responsible for acts or omissions of the Contractor, Subcontractors, or their agents or employees, or any other persons or entities performing portions of the Work. D. Change paragraphs 4.2.5 through 4.2.6 to read as follows: 4.2.5 Based on the Architect's observations and evaluations of the Contractor's Applications for Payment, the Architect will review and Gently recommend to the Owner the amounts due the Contractor and will issue Certificates for Payment in such amounts. 4.2.6 The Architect has authority to reject Work which does not conform to the Contract Documents. Whenever the Architect considers it necessary or advisable for implementation of the Intent of the Contact Documents, the Architect will have authority to recommend to the Owner to require additional inspection or testing of the Work in accordance with Subparagraphs 13.5.2 and 13.5.3, whether or not such Work is fabricated, installed or completed. However, neither this authority of the Architect nor a decision made in good faith either to exercise or not to exercise such authority shall give rise to a duty or responsibility of the Architect to the Contractor, Subcontractors, malarial and equipment suppliers, their agents or employees, or other persons SUPPLEMENTARY CONDITIONS DOCUMENT SC -5 IV Performing portions of the Work. E. Change paragraphs 4.2.10 through 4.2.12 to read as follows: 4.2.10 If the Owner and Architect agree, the Architect will provide one or more project representatives to assist in carrying out the Architect's responsibilities at the site. The duties, 4.2.11 The Architect will interpret and make recommendations to the Owner regardingdeeide matters concerning performance under and requirements of the Contract Documents on written request of either the Owner or Contractor. The Architect's response to such requests will be made in writing within any time limits agreed upon or otherwise with reasonable promptness. If no agreement is made concerning the time within which recommendations required of the Architect shall be furnished in compliance with this Paragraph AZ then the Architect shall furnish such recommendations within such reasonable time after the request is made that allow sufficient time in the professional judgment of the Archftect for review. 4.2.12 Interpretations and recommendations desisiens of the Architect will be consistent with the intent of and reasonably inferable from the Contract Documents and will be in writing or in the form of drawings. When making such interpretations and recommendations decisiam, the Architect will endeavor to secure faithful performance by both Owner and Contractor, wilt not show partiality to either and will not be liable for results of interpretations or recommendations desisierrs rendered in good faith. 1.6 ARTICLE 5 -SUBCONTRACTORS A. Delete paragraph 5.2.1 and add the following: 5.2.1 The CONTRACTOR shall provide, within 24 hours of the bid opening, a list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required on the Bid Form and the Agreement. 1. It no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. B. Change paragraph 5.3 to read as follows: 5.3 By appropriate agreement, written where legally required for validity, the Contractor shall require each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Contractor by terms of the Contract Documents, and to assume toward the Contractor all the obligations and responsibilities which the Contractor, by these Documents. assumes toward the Owner and Architect. Each subcontract agreement shall preserve and protect.the rights of the Owner and Architect under the Contract Documents with respect to the Work 1a be performed by the Subcontractor so that subcontracting thereof will not prejudice such rights, and shall allow to the Subcontractor, unless specifically provided otherwise in the subcontract agreement, the benefit of all rights, remedies and redress against the Contractor that the Contractor, by the Contract Documents, has against the Owner. Where appropriate, the Cbnt*tor shall require each Subcontractor to enter into similar agreements with . 94b -subcontractors. The Contractor shall make available to each proposed Subcontractor, prior Cdr he execution of the subcontract agreement, copies of the Contract Documents to which the contractor will be bound, and, upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of the proposed subcontract agreement which may be at variance with the Contract Documents. Subcontractors shall similarly make copies of applicable portions of such documents available to their respective proposed Sub -subcontractors. All warranties provided by the Subcontractors, Including all express and implW warranties in the Contract Documents and the agreements between the Contractor and the Subcontractors and all warranties provided by law, shall run to and be for the benefit of the Owner, and the Owner shall have a direct right of action against the Subcontractors for any breach of said warranties. SUPPLEMENTARY CONDITIONS DOCUMENT SC -6 1.7 ARTICLE 6 - CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS Delete paragraph 6.1 .4 in its entirety 8. Change paragraph 6.2.4 to read as follows: 6.2 .4 The Contractor shall promptly remedy damage the Contractor wreaRlally causes to completed or partially completed construction or 10 property of the Owner or separate contractors as provided in Subparagraph 10.2.5. 1.6 ARTICLE 7 - CHANGES 1N THE WORK Change paragraph 7.2 ,1 to read as follows: 7.2.1 A Change Order is a written instrument prepared by the Architect and signed by the Owner and Contractor and approved by the Architect, staling their agreement upon all of the following: B. Add paragraph 7.2 2 as follows: 7.2.2 A Change Order is conclusively presumed to include all adjustments in Contract Time and Contract Sum necessary to complete the change to the Work and related parts of the Work. C. Add paragraph 7.2 3 as follows 7.2.3 In all Change Orders or Construction Change Directives, the allowance for Overhead and profit to be included in the total cost to the Owner shall not exceed the following amounts- .1 For the Contractor, for any Work performed directly by the Contractor's employees, not including oversight of such work performed by subcontractor, fifteen percent (1591.) of the cost. .2 For the Contractor, for Work performed by his Subcontractor, ten percent (10%) of the amount due the Subcontractor. .3 For each Subcontractor, or Sub -subcontractor Involved, for any Work performed by such contractor's own forces, fifteen percent (15%) of the cost. .4 For each Subcontractor, for Work performed by his Sub -subcontractors, five percent (5%) of the amount due the Sub -subcontractor. .5 In order to facilitate checking of quotations for extras or credits, all proposals, except those so minor that their propriety can be seen by inspectiorl, ,shall be accompanied by a complete itemization of costs including labor, materials and Subcontracts. In no case will a change involving over $200.00 be approved without such itemization. 6 Unless otherwise agreed, costs to which overhead and profff are to be applied shall, be those costs listed in Subparagraph 7.3.6. 1.9 ARTICLE 8 - TIME A. Change paragraph 8.2 .3 to read as Follows: 8.2.3 The Contractor shall proceed expeditiously with adequate forces and shall achieve Substantial Completion within the Contract time. The Contractor shall bear all costs for overtime and all additional expense which may arise in order to achieve Substantial Completion within the Contract Time. Add paragraph 8.2 .4 to read as lollows. 8.2.4 It, upon the recommendation of the Architect, it becomes necessary at times during construction for the Owner to accelerate the work, each Contractor or subcontractor when ordered and directed by the Owner, shall cease work at any point and shall transfer his men to such points and execute such portion of his work as may be required to SUPPLEMENTARY CONDITIONS DOCUMENT SC -7 enable others to properly engage in and carry on their work. C. Change paragraph 8.3 .1 to read as follows: 8.3.1 if the Contractor is delayed at any time in progress of the Work by an act or neglect of the Owner or Architect, or of an employee of either, or of a separate contractor employed by the Owner, or by changes ordered in the Work, or by labor disputes, lire, unusual de ay in-geliveraes, unavoidable casualties or other causes beyond the Contractor's control. of by4he-9wnevpendngarbitraFlen;-er-by�Flaer�atrses--wkusMa#�e ArsM+tonFdetgrmipgs a�ay_justi�y 4akiy; then the Contract Time shall be extended by Change Order for such reasonable time as the Owner, with the advice of the Architect, may determine. Such delays shall not be a basis for damages. An extension of the Contract Time is the Contractor's sole remedy for such delay. D. Delete paragraph 8.3.3 in its entirety. E. Add paragraph 8.4 LIQUIDATED DAMAGES to read as follows- Since the actual monetary value of damages sustained by the Owner as a result of delayed completion of the Work is extremely difficult or impractical to assess, the Owner and Contractor agree as follows: Upon failure of the Contractor to achieve "Substantial Completion" of the Work in compliance with requirements of the Contract Documents: The Contractor shall pay as liquidated damages, and not as a penalty, the sum of amount as listed In the Notice to Bidders (or Instruction to Bidders) for each calendar day that "Substantial Completion" is delayed beyond the date written in the Agreement, subject to adjustments of the Contract Time as provided for in the Contract Documents. 2. The Owner shall give written notice to the Confractor of Intent to assess liquidated damages pursuant to provisions of this Article. Calculation of the amount of liquidated damages shall commence on the date the Owner notifies the Contractor of this intent. 3. Liquidated damages assessed in accordance with these provisions are exclusive of other monetary damages to which the Owner may be entitled as a direct result of the Contractor's failure to achieve final completion of the Work in accordance with requirements of the Contract Documents. These liquidated damages are not intended to be exclusive of Owner's right to terminate this Contract based on Contractors' failure to comply with the terms and provisions of the Contract. 4. Partial performance of the Work of this Contract shall not relieve the Contractor from liability for liquidated damages. 5_ Contractor's liability for liquidated damages shall cease upon Issuance of Substantial Completion Certificate for the Work of the Contract. 6. Notwithstanding anything In the Contract Documents to the contrary, amounts assessed to the Contractor as liquidated damages may be deducted by the Owner from any money payable to the Contractor pursuant to this Contract. The Owner shall notify the Contractor in writing of a claim for liquidated damages prior to the date the Owner deducts such sum from money payable to the Contractor. 1.10 ARTICLE 9 - PAYMENTS AND COMPLETION A. Add the following paragraph 9.3.1.3. SUPPLEMENTARY CONDITIONS DOCUMENT SC -8 .3 The first payment application shall be accompanied by Contractor's partial waiver of lien only, for the full amount of the payment. Each subsequent monthly payment application shall be accompanied by fhe Contractor's partial waiver and by the partial waivers of Subcontractors and Suppliers who were included in the immediately preceding payment application to the extent of that payment. Application for final payment shall be accompanied by final waivers of lien from the Contractor, Subcontractor and Suppliers who have not previously furnished such tinal waivers. Change paragraph 9.4,1 to read as lollows 9.4.1 The Architect will, within seven days alter receipt of the Contractor's Application €or Payment, either issue to the Owner a Certificate for Payment, with a copy to the Contractor, for such amount as the Architect determines is properly due, or notify the Contractor and Owner in writing of the Architect's reasons for withholding certilication in whole or m pari as provided in Subparagraph 9 5 1 Nothing herein shall be construed as requiring the Architect to reduce the retainage to be applied to payment applications. All certifications and payments. including those pursuant to a pending claim, shall be tentative and conditional and it shall not be necessary for the Architect to make any statement to this effect. C- Add paragraph 9.4 2.1: 9.4.2.1 The Architect's determination as to the issuance of or withholding of or the amount of payment reflected on Certificates of Payment shall subject the Architect to no liability whatsoever to the Owner, Contractor, Surely, or any other person. D. Change paragraph 9.6.1 to read as follows 9.6 1 The Owner shall make partial payments to the Contractor within 30 days after the Owner has received a Certificate for Payment from the Architect. To insure proper performance of the Contract, the Owner will retain 5% of each payment amount or such larger amount as will insure that there always remains a sufficient balance to complete the work, such retainage to be held until Finat Acceptance of Work and shall so notify the Architect. Payment in the manner arid wilhIR the lime pFov Aed iw the Eerka4 Besre:+eais, shag so- not ly-!he Arch ites6 Change paragraph 9 8.4 to read as follows: When the Work or designated portion thereof is substantially complete, the Architect will prepare a Certificate of substantial Completion that Shall establish the date of Substantia! Completion, shall establish responsibilities of the Owner and contractor for security, maintenance. heat, utilities, damage to the Work, and insurance, and shall fix the time within which the contractor shall finish all items on the list accompanying the Certificate. s! �rui ysF�esigealed porlie;; lheFea! unless otherwise P(GV dB4�lifiralG Of S 1; a tiAl GGIPPIPWOOP. Add paragraph 9.10-6: 9.10.6 Notwithstanding any provision to the contrary in this Contract, final payment of the retainage due the Contractor will be made not earlier than 31 days from the final acceptance of the work by the Owner, subject to the conditions and in accordance with the provisions of Chapter 573 of the Code of Iowa (2009), as amended. G. Add paragraph 9 107: 9.10.7 Warranties required by the Contract Documents, including those stated In the performance and payment bond, shall commence on the date of final, formal acceptance of the work by the City. ARTICLE 10 - PROTECTION OF PERSONS AND PROPERTY A. Add paragraph 10.1.1: 1. The Contractor wilt provide Material Safety Data Sheets (MSDS) for all hazardous SUPPLEMENTARY CONDITIONS DOCUMENT SC -9 1.12 chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Owner prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. Change paragraph 10.2.4 to read as follows: f. When use or storage of explosives or other hazardous materials or equipment or unusual methods are necessary for the execution of the Work, the Contractor shall give the Owner reasonable advance notice and shall exercise utmost care and carry on such activities under supervision of properly qualified personnel. Add paragraph 10.2.9: 10.2.9 When required by law or for the safety of the Work, the Contractor shall shore up, brace, underpin and protect foundations and other portions of existing structures which are in any way affected by the Work. The Contractor, before commencement of any part of the Work, shall give any notices required to be given to adjoining landowners or other parties. The Owner shall be notified once these notices have been served and before the work is performed. ARTICLE 11 - INSURANCE AND BONDS A. Change paragraph 11.1.1.5 to read as follows: .5 claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including explosion, collapse and damage to underground utilities and loss of use resulting therefrom; L� Change paragraph 11 -1.2 to read as follows: 11.1.2 The insurance required by Subparagraph 11. 1.1 shall be written for not less than limits of liability specified in the Contract Documents or required by law, whichever coverage is greater. Coverage whether shall be written on an occurrence or --- basis and shall be maintained without interruption from the date of commencement of the Work unfit the date of final payment and termination of any coverage required to be maintained after final payment, and, with respect to the contractor's completed operations coverage, until the expiration of the period tar correction of Work or for such other period for maintenance of completed operations coverage as specified in the Contract Documents. Change paragraph 11.1.3 10 read as follows: 11.1.3 Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior to commencement of the Work and thereafter upon renewal or replacement of each required policy of insurance. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder most apply to this Project only These certificates and the insurance policies required by this Section 111 shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least 30 days' prior written notice has been given to the Owner. An additional certificate evidencing continuation of liability coverage, including coverage for completed operations, shalt be submitted upon final Application for Payment as required by Section 9.10.2 and thereafter upon renewal or replacement of such coverage until the expiration of the time required by Section 11.1.2. Information concerning reduction of coverage on account of revised limits or claims paid under the General Aggregate, or both, shall be furnished by the Contractor with reasonable promptness. 0. Delete paragraph 11.1,4 in its entirety and add the following paragraphs 11 -1.4 through 11.1 14_ 11,1.4 Any pollcy or polkfes of Insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be SUPPLEMENTARY CONDITIONS DOCUMENT SC -10 in the following type and minimum amounts: Tyne of Coverage Comprehensive General Liability Bodily Injury & Property Damage' Automobile Liability Bodily Injury & Property Damage Excess Liability Employer's Liability Each Accident Each Employee Policy Limit Professional Liability (if applicable) Each Occurrence Aggregate $1,000,000 $2,000,000 Combined Single Limit $1,000,000 $1,000,000 $1,000,000 $500,000 $500,000 _ $500,000 - $1,000,000 $1,000,000 - Worker's Compensation Insurance as required by Chapter 95, Code of Iowa. Property Damage liability insurance must provide explosion, collapse and underground coverage Comprehensive General Liability using Insurance Services Office CGOOOI or equivalent. shall include Contractual, Premises & Operations. Products & Completed Operations, Independent Contractors. Personal & Advertising Injury coverages, and Aggregate Limits of Insurance (Per Project) endorsement. Automobile Liability shall include all owned. non -owned and hired autos and also coverage for Contractual Liability. Excess Liability shall provide no less than following form coverage to the primary underlying policies Workers Compensation shall include the Alternative Employer and Waiver of Subrogation endorsements in favor of the Owner. Professional Liability, if applicable: Tthe Contractor shall procure and maintain, during the life of this Agreement, Professional Errors and Omissions Liability Insurance The Contractor will notify the Owner it claims made erode the policy limits below those required above. All liability policies above, except for Workers Compensalron and Professional Liability, shall include the Owner's Governmental Immunities Endorsement [See attached]. 11. 1.5 The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 11,1.6 The entire amount of Contractor's liability insurance policy coverage limits, identified In the policy and in the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction or set off by virtue of Investigation or defense costs incurred by Contractor's insurer. 11.1.7 The entire amount of the Contractor's liability Insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or sef -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. SUPPLEMENTARY CONDITIONS DOCUMENT SC -11 11. 1.8 If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance and copies of such shall be attached thereto - if. 1,9 hereto. f1.1.9 The Contractor shall include the City as additional insured on all policies except workers compensation. The Contractor shaft include the Owner (City of Iowa City, including its employees, agents and assigns) as additional insured on all policies, except worker's compensation and professional liability. Such additional insured endorsement(s) shall make the Contractor's liability insurance primary to the Owner's and, furthermore, shall not be contributing with any other insurance or similar protection available to the Owner, whether such available protection be primary, contributing or excess. Owner shall be an Additional Insured with repecf to all required aforementioned coverages, which shall be stated on all Certificates of Insurance. Such Certificates shall also state that the Governmental Immunities Endorsement (see attached) apply and said endorsements shall be attached thereto. The Contractor shall require any of its agents and subcontractors who perform work and/or services pursuant to the provisions of this Agreement to purchase and maintain the same types of insurance as are required of the Contractor. 11.1.10 The City prefers that Contractor provide It with "occurrence form" liability insurance coverage. If Contractor can only provide "Claims -made" insurance coverage, than the Contractor must comply with the following requirements: A. if the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years atter City's acceptance of the work, Contractor agrees to Immediately notify the City of such event. 8. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill Its obligation hereunder. e C, lf, during said period, Contractor voluntarily changes insurance carriers or is r required to obtain replacement coverage from another carrier, Contractor shall = : either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" Insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. D. 'Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the Insurance which it replaces 11.1.11 The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and seek specific performance or termination, as the case may be. 11.1.12 In the event that any of the policies of Insurance or insurance coverage Identified on Contractor's Certificate of Insurance are canceled or modified, or In the event that Contractor Incurs liability losses, either due to activities under this Contract, or SUPPLEMENTARY CONDITIONS OOCUMENT SC -12 due to other activities not under this Contract but covered by the same insurance, and such losses exhaust the aggregate limits of Contractor's liability insurance, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 11.1.13 In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified. then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 11.1.14 Contractor shall be responsible for any deductible amounts; including but not limited to the owner's deductible on the owner's builder's risk. E. Delete paragraphs 11.3 in Is entirety and add paragraphs 11.3 as tollows 11.3 PROPERTY INSURANCE 11.11 OWNER shall purchase and maintain property insurance upon the Work at the Site in the amount of the ful) replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: .1 include the interests of OWNER, CONTRACTOR, Subcontractors, Owner's Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an additional insured; .2 be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, false work, and materials and equipment in transit, and shall Insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, water damage, and such other perils or causes of loss as may be specifically required by the Supplementary Conditions; I .3 include expenses incurred in the repair or replacement of any insured property; .4 include $100,000 for materials and equipment stored at the Site or at another location that was agreed to In writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by OWNER; .5 allow for partial utilization of the Work by OWNER; .6 include resting and startup; and .7 be maintained in effect until final payment is made 8 Such coverage shall not include coverage for loses or damage caused by the negligent acts or omissions or Contractor or Subcontractors, or for damage to material or equipment while under the confrol of or stored by Contractor prior to installation or prior to inclusion of such material or equipment in construction. Contractor shall maintain appropriate insurance for such risks or occurrences SUPPLEMENTARY CONDITIONS DOCUMENT SC -13 11.3.2 OWNER shall purchase and maintain such boiler and machinery insurance which shall specifically cover such insured objects or additional property insurance as may be required by Laws and Regulations which will include the interests of OWNER. CONTRACTOR, Subcontractors, OWNER's Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured. 11.3.3 All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to OWNER and CONTRACTOR and to each other additional Insured to whom a certificate of insurance has been issued and will contain waiver provisions. 11.3.5 If CONTRACTOR requests in writing that other special insurance be Included in the property insurance policies provided under paragraph 5.06, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment Prior to commencement of the Work at the Site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. Delete section 11.4 in its entirety and add paragraph 11 4 to read as loltows: 11.4.1 the Contractor shall furnish a Performance Bond and Labor and Material Payment Bond from a surety using the form included in the Contract Documents, each in an amount equal to the Contract Price. Cost of such Bonds shall be included in the base bid. Each alternative bid shall include the additional Bond cost. Contractor shall deliver the required Bonds to the Owner prior to the signing of the Agreement. .1 The Performance, Labor and Material Bond shall be executed in conformity with the American Institute of Architect's Document A-312 (1984 Edition), with coverage provided by a surety having a financial rating from A.M. Best of A, Vll or higher. 2 Whenever the Contractor shall be and is declared by the Owner to be in default ender the Contract, the Surety and Contractor are each responsible to make full payment to the Owner for any and all additional services of the Architect as defined in the rOvner/Archifect Agreement which are required as a result of the Contractor's default and -tw, protecting the Owner's right under the agreement with the Contractor to remedy the Contractor's default or honor the forms of the Performance Bond. .3 These Bonds shall be maintained by the Contractor and shall remain In full force and effect until final acceptance of the Work by the Owner. The Contractor agrees and will cause the Surety to agree to be bound by each and every provision or off the Contract Documents. .4 The Surety shall give written notice to Owner, within seven (7) days after receipt of a declaration of default, of the Surety's election either to remedy the default or defaults promptly or to perform the work promptly or to pay to Owner the penal sum of the bond, time being of the essence. In said notice of election, the Surety shall indicate the date on which the remedy or performance will commence, and It shall then be the duty of the Surety to give prompt notice in writing to Owner immediately upon completion of (a) the remedy and/or correction of each default, (b) the remedy and/or correction of each omitted item of work, (c) the furnishing of each omitted Item of work, and (d) the performance of the work. The Surety shall not assert solvency of its Principal or Its Principal's denial of default as justification for its failure to promptly remedy the default or defaults or perform the work. SUPPLEMENTARY CONDITIONS DOCUMENT SC -14 .5 The Principal and Surety further agree as part of this obligation to pay aft such damages of any kind io person or property that may result from a failure in any respect to perform and complete the Work including, but not limited to, all repair and replacement costs necessary to rectify construction error, architectural and engineering costs and fees, all consultant fees, all testing and laboratory fees, and all legal fees and litigation costs incurred by the Owner. .6 The Surety agrees that other than as is provided in the Bond it may not demand of the Owner that the Owner shalt (a) perform any thing or act, (b) give any notice, (c) furnish any clerical assistance, (d) render any service, (e) furnish any papers or documents, or (q take any other action of any nature or description which is not required of the Owner to be done under the Contract Documents. 11.4.2 Surety shall be satisfactory to the Owner and shall be authorized to do business in the state of Iowa. 1.13 AAT1CLE 13 - MISCELLANEOUS PROVISIONS A. Change paragraph 13.1 to read as follows: 13.1 The Contract shall be governed by the laws of the State of Iowa at Ion p,aG@ where jh@ disputen as 'he melhind at 13ORding �;4 B. Change paragraph 13.3.1 to read as follows; 13-3.1 Written notice shall be deemed to have been duly served if delivered in person to the individual, to a member of the Arm or entity or to an officer of the corporation for which it was intended, or it AeiLvered at or sent by registered or certified mail to the last business address known to the party giving notice. Change paragraph 13.5.1 to read as follows: 13.5.1 Tests, inspections and approvals of portions of the Work shall be made as required by the Contract Documents and by applicable laws, statutes, ordinances, codes, rules, and regulations or lawful orders of public authorities. Unless otherwise provided, the Contractor shall make arrangements for such tests, inspections and approvals with an independent testing laboratory or entity acceptable to the Owner, of with the appropriate public authority, and shall bear all related costs of tests, inspections and approvals. The Contractor shall give the Architect and Owner timely notice of when and where tests and inspections are to be made so the Architect and Owner may observe such procedures. The Owner shall bear costs of 1) tests, inspections or approvals that do not become requirements until after bids are received or negotiations concluded and 2) tests, inspections or approvals where building codes or appicaplg laws or regulations prohibit the Owner from delegating their cost to the Contractor. Copies of all reports, data and other documents related to tests, inspections and approvaSs shall be provided to the Architect as soon as practicable. D. Delete paragraphs 13.7. - E. Add the following Section 13.8: 13.8 The Contractor shall maintain policies of employment as follows. 1 The Contractor and the Contractor's subcontractors shall not discrlminare,against any employee or applicant for employment because of race, religion, color, 'sex, age, disability or national origin or otherwise as may be required by local or state ordinance. The Contractor shall take affirmative action to insure that applicants are employed, and that employees are treated during employment without regard to their race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance. Such action shall include, but not be limited to, the following: SUPPLEMENTARY CONDITIONS DOCUMENT SC -15 employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post In conspicuous places, available to employees and applicants for employment, notices setting forth the policies of non-discrimination. .2 The Contractor and the Contractor's subcontractors shall, in all solicitations or advertisements for employees placed by them or on their behalf, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance Add the following Section 13.9: 13.9 The Contractor shall maintain CONTRACT COMPLIANCE PROGRAM (ANTI DISCRIMINATION REQUIREMENTS) for all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC -1. 1.14 ARTICLE 14 - TERMINATION OR SUSPENSION OF THE CONTRACT A- Add the following paragraph 14.2-1-5: .5 falls or refuses to provide Insurance or proof of insurance as required by the Contract Documents. Change paragraph 14.2.4 to read as follows: 14.2.4 If the unpaid balance of the Contract Sum exceeds costs o1 finishing the Work, including compensation for the Architect's services and expenses made necessary thereby, and other damages incurred by the Owner and not expressly waived, such excess shall be paid to the Contractor. If such costs exceed the unpaid balance, the Contractor shall pay the difference to the Owner. The amount to be paid to the Contraclor or Owner, as the case may be, shall be cerlified by the Initial Decision Maker, upon application, and this obligation for payment shall survive termination of the Contract. The Contractor shall bear all testing, engineering, accounting, and legal expenses made necessary as a result of termination of the Contract. 1.15 ARTICLE 15• CLAIMS AND DISPUTES A. Change paragraphs 15.1.1 through 15.1.3 to read as follows: 15.1.1. Definition. A Claim is a demand or assertion by one of the parties seeking, as a matter of right, payment of money, or other similar relief with respect to the administration tewe s of the Contract during the performance of the Work. The term "Claim" also includes other disputes and matters in question between the Owner and Contractor arising out of or relating to the Contract. The responsibility to substantiate Claims shall rest with the party making the Claim. Nothing In this Article is Intended to limit claims by the Owner related to the performance o1 or "Uty of the Work. ci 95.1.2 Noce of Claims. Claims by either the Owner or Contractor must be initiated by written uetice to the other party and to the Initial Decision Maker with a copy sent to the Architect it the Architect is not serving as the Initial Decision Maker. Claims by either party must be initiated within 21 days atter occurrence of the event giving rise to such Claim or within 21 days after the claimant first recognizes the condition giving rise to the Claim, whichever is later. An additional Claim relating to the same subject matter made after the initial Claim has been implemented by Change Order will not be considered and is deemed waived by the Contractor. .,Ri..«..,,RTiced n..,..I,'M.......,. 15.1.3 Continuing Contract Performance. Pending final resolution of a Claim, except as otherwise agreed in writing or as provided in Section 9.7 and Article 14, the Contractor shall SUPPLEMENTARY CONDITIONS DOCUMENT SC -16 proceed diligently with performance of the Contract and the Owner shall continue to make payments for sums not in dispute in accordance with the Contract Documents, The Architect will prepare Change Orders and issue Ceriilicates for Payment in accordance with the decisions of the Initial Decision Maker. B. Change paragraph 152.5 to read as follows 15.2 5 The Initial Decision Maker will render an initial decision approving or rejecting the claim, or indicating that the Initial Decision Maker is unable to resolve the claim. This initial decision shall 1) be in writing, 2) slate the reasons therefore, and 3) notify the parties and the Architect, if the Architect is not serving as the Initial Decision Maker, of any change in the Contract Sum or Contract Time or both. Theappr-oval-GvToect4Gnef.a_CWnr by441""_desision6galtbe-4na1 arid.eindin9-er+1 44 to r9S9;heir dasputo througt+mediaEiorr; C. Delete paragraphs 15.2.6 and 15.2.6.1 in their entirety. D- Delete Section 15 3 MEDIATION in its entirety. E. Delete Section 15.4 ARBITRATION in its entirety. Add the following paragraph 15.5 to read as follows_ 15.5 The Owner and Contractor may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be re aired as to any dispute arising between the parties or under the Contract Documents, END OF DOCUMENT ooaOo SUPPLEMENTARY CONDITIONS DOCUMENT SC -17 SECTION 01010 GENERAL REQUIREMENTS AND INFORMATION PARTI-GENERAL 1.1 INTENT A. To set forth requirements of performance, type of equipment or structure desired and standards of materials and construction. B. To describe specifically Work set out in Contract Documents unless otherwise specifically indicated. C. To require performance of complete Work in spite of omission of specific reference to any minor component parts. D. To provide for new materials and equipment unless otherwise included. 1.2 INTERPRETATION A. Report errors or ambiguities in specifications to Engineer as soon as detected: Engineer will answer questions regarding and interpret intended meaning of specifications by issuing an addendum. 1.3 DRAWINGS AND SPECIFICATIONS A. Engineer will furnish up to three sets of Drawings and Specifications after award of contract. Contractor shall compensate Engineer for printing costs for additional copies required. B. Subcontractor will be furnished copies only at request of Contractor. Engineer will be compensated for printing costs. C. Contractor shall provide one set of Drawings and Specifications for each foreman or superintendent in charge of each crew on job. 1.4 STANDARDS AND CODES A. Perform work in accordance with best present-day installation and construction practices. B. Conform to and test materials in accordance with the latest editions and revisions to the following codes and standards unless specifically noted otherwise: 1. American Concrete Institute (ACI). 2. American Institute of Steel Construction (AISC). i=? 3. American National Standards Institute (ANSI). 4. American Society for Testing Materials (ASTM). =' j y'_ 5. American Standards Association (ASA). yG 6. American Water Works Association (AWWA). �== T American Welding Society (AWS). 8. Institute of Electrical and Electronic Engineers (IEEE). 9. Iowa Occupational Safety and Health Act (current version) 10. Manual of Accident Prevention in Construction by Associated General Contractors of America, Inc. (AGC). 11. National Electrical Manufacturers Association (NEMA). 12. National Electrical Safety Code (NESC). 13. National Institute for Occupational Safety and Health (NIOSH). SECTION 01010 GENERAL REQUIREMENTS AND INFORMATION 14. National Lumber Manufacturer's Association (NLMA). 15. National Safety Council (NSC). 16. Occupational Safety and Health Act of 1970 (Public Law 91-596) (OSHA). 17. I-ndcr%Ntiters' Laboratories, Inc. (I J-). 18. Standards and Codes of the State of lowa and applicable local standards and codes of the Engineer. 19. Other standards and codes which may be applicable to acceptable standards of the industry for equipment, materials and installation under the contract. L, MATERIALS TESTS A. Includes all materials tests or tests specified hereinafter_ B. Employ approved testing laboratory to show that construction materials comply with Specifications. C. Provide samples of materials required for laboratory- tests and pay cost of all tests including transportation charges on samples. D. Incorporate no materials into work until laboratory tests have been furnished which indicate that materials are in compliance with the Specifications. E. All materials subject to sampling, testing, inspection and rejection at site by Engineer. F. Laboratory tests for materials: 1. Structural Steel: Certified copies of mill tests; ASTM A36. 2. Cement: ASTM C 150. 3. Concrete Aggregates: One sample of each, ASTM C33. 4. Two concrete compression cylinders from trial batch for each proposed mix, ASTM C39; test one at 7 days, one at 28 days; test 3 cylinders per 50 c.u. concrete minimum of 3 cylinders per day when concrete is being placed. Reinforcing Steel: Certify that steel conforms to ASTM A615 for grade specified. 1.6 .. P RE rRONSI$ILITY OF CONTRACTOR A Pr.2t> C?tion of his work. B. Proteetion of all property from injury or loss resulting from his operations. C. Replace or repair objects sustaining any such damage, injury or loss to satisfaction of Engineer. D. Accept full responsibility for all construction means, methods, sequences, techniques, proceedings, property and personal safety on the project site, including the same for all subcontractors. E. Cooperate with Engineer and representatives of utilities in locating underground utility lines and structures. F. Keep cleanup current with construction operations. G. Comply with all federal, State of Iowa and City laws and ordinances. 1.7 INFORMATION FOR ENGINEER A. After execution of contract, submit following information and drawings for Engineer's approval. Total number of approved copies required for distribution: Four plus copies required by Contractor. SECTION 01010 GENERAL REQUIREMENTS AND INFORMATION 1. Manufacturer's specifications and catalog data for materials, appurtenances and other special items. 2. List of Subcontractors, if any, to which the prime contractor proposes to sublet a portion of the work. 3. Such other information as Engineer may request. B. Provide two copies of following information: 1. Shipping papers for all materials. 2. Materials test reports. 3. Concrete mix designs; submit eight days before proposed mix is to be used. 1.8 SUBMITTAL PROCEDURES A. Sequentially number the transmittal forms. Resubmittals to have original number with an alphabetic suffix. B. Identify project, contractor, subcontractor or supplier; pertinent drawing sheet and detail number(s), and specification sections number, as appropriate. C. Apply Contractor's stamp, dated, signed or initialed, 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. D. Provide space for Contractor and Engineer review stamps. E. Revise and resubmit submittals as required, identify all changes made since previous submittal. 1.9 CONSTRiJCTION PROGRESS SCHEDULES A. Submit initial progress schedule in duplicate within 15 days after project start date for Engineer review. B. Revise and resubmit as required. C. Submit revised schedules with each application for payment, identifying changes since previous version. ti E. Indicate estimated percentage of completion for each item of_WorifFat each submission. F. Indicate submittal dates required for shop drawings, product ddta;Aa*l'es, andu product delivery dates. 1.10 SHOP DRAWINGS in � A. Intent of Engineer's approval: to assist Contractor in interpreting specifications and drawings. B. Contractor's Responsibility: To check drawings prior to submission for coordination and conformance with contract documents; do not submit without checking. C. Approval does not relieve Contractor of responsibility for errors in shop drawings and will not relieve him of any responsibility assumed under Contract. D. Prior to submission of shop drawings and catalog data to Engineer, affix Contractor's stamp with signature of responsible person to show that material submitted has been checked and approved. 3 SECTION 01010 GENERAL REQUIREMENTS AND INFOWNIATION E. If the equipment proposed varies in detail from the drawings or illustrations frrmished, or if it varies from any of the requirements specified herein, such variations shall be noted by the manufacturen'supplier. 1.11 INCIDENTAI. WORK Any incidental work not specifically mentioned in the specifications or shown on the plans but obviously necessary for the proper completion of the work shall be considered as being a part of and included in the Contract and shall be executed in the proper manner and the Contractor shall not be entitled to extra or additional compensation for same. 1.12 APPROVAL OF MATERIALS A. Materials shall be new and shall be designed for the function and service specified herein. No equipment or materials shall be used in the project except that which has been approved by the Engineer. The contractor shall submit to the Engineer such test results, shop drawings, manufacturer's specifications, data and other information which may be required for determining approval or disapproval, sufficiently in advance of shipment of the equipment to provide time for determining compliance with the specifications and drawings prior to shipment. Final approval with acceptance of equipment will be made only after such equipment is in operation and has met all specified tests and requirements. B. Materials of a specific make may be named in the specifications in certain instances, in order to set out specific features desired or required. However, other makes of equal quality, which meet the functional requirements will be considered. C. Information to be furnished with requests for approval shall include all information] necessary to enable the Engineer to determine the adequacy of the materials and its suitability for the specified function and conditions of service. It is not intended to require special detailed drawings for this specific project prior to contract award, but sales bulletins which give general information only will not be acceptable. Mainffacturer's printed cuts of illustrations and data or detailed drawings prepared -_ forpr`evious similar installations will be sufficient for preparing pre-bid approval. ° Sues "drawings or illustrations shall be accompanied by specifications covering F u' matLals, construction features, sizes and capacities (when not shown on the — r dr4wings). Where pertinent, the basis of design (including stresses) of structural or t l otfierj-lpad carrying members shall be given. D. o If the material proposed varies in detail from the drawings or illustrations famished, or if it varies from any of the requirements specified herein, such variations shall be noted by the marmfacturer/supplier. E. The materials specified herein or described on the drawings are intended to establish standards of design, quality and performance. Any substitution proposed shall be equal in finish, appearance, certification of recognized testing agencies and standards bureau, allowable working pressures. physical size and arrangement so far as affects installation in the available space and all other features and capabilities specified herein. The Engineer shall be the sole judge of the ability of any proposed substitution to meet the requirements of this specification and the burden of proof shall be the responsibility of the Contractor. SECTION 01010 GENERAL REQUIREMENTS AND INFORMATION F. In the evaluation of materials offered as substitutes for the specified items, consideration will be given to local representation and the availability of local parts and service, the lack of which will be regarded as sufficient cause for the rejection of such substitutions in instances where such local representation, parts or service are available for the specified items. G. Upon submission of sufficient data from which a determination can be made. the Engineer will examine such data and issue, in writing, a list of approved materials covered by data submitted. A list of approved materials will be issued by addendum to those to whom plans and specifications have been issued, five days prior to the bid date. H. It is specifically provided that approval of materials under the procedures outlined above is a general approval only and that it in no way constitutes final approval of such equipment, nor waives any requirement of these specifications, nor relieves the Contractor or Manufacturer of any degree of responsibility for compliance with specific requirements of other portions of these contract documents. Final approval for all materials installed in the project will be given only upon submission of complete detailed shop drawings and data as required by other paragraphs of these specifications. I. The various manufacturers shall be experienced in the design and construction of the type of materials they propose to furnish. No consideration will bE.given to materials from manufacturers that do not have an equivalent recoy of perlormance for similar materials in successful operation. 1.13 EXISTING UTILITIES cr h� A. The location of utilities indicated on the drawings are taken fromt existigg public records. The exact location and elevation of all public utilities shall 95e dd-nnined.' by the Contractor, prior to excavation Contractor shall notilf� UTILITY COMPANIES 48 HOURS IN ADVANCE so they may locate their utility'for the contractor. It shall be the duty of the Contractor to ascertain whether any additional utilities other than those shown on the drawings may be present. Existing underground utilities indicated on the drawings are shown for convenience only and the Engineer or Engineer accepts no responsibility for improper locations or failure to show utility locations on the drawings. The Contractor shall be responsible to excavate and locate exact locations of utility crossings before installing new piping. B. Contractor is fully responsible for repairing damage to utilities and services due to his work, which are not in direct conflict with line or grade of new pipe system. Damages to Utilities/Service during construction are at no expense to the Engineer. C. Service lines for existing water and telephone utilities have not been shown. Gas services have been indicated on route but not located to scale. D. The Contractor shall be responsible to contact all utility companies to confirm utility locations and their depths. If the utility company fails to locate existing underground facilities with 48 hours of request, the Contractor shall immediately notify the Engineer in writing and shall stop work in the area requiring utility locations. Any delay caused by the FAILURE of the utility company to provide locations within 48 hours may provide the basis for an extension of the contract completion date. 5 SECTION 01010 GENERAL REQUIREMENTS AND INFORMATION E. Utilities not shown on drawings that are determined in the field to he in direct line and/or grade conflict with new pipe system: Stop work and notify Engineer immediately. Engineer will determine whether the new pipeline can be relocated. 1. Contractor will be required to relocate the new pipe system and repair damages to the utility as directed by the Engineer. No additional compensa- tion will be allowed for relocating new pipe system and/or repair to existing utilities. 2. Existing utility relocation shall be performed by the utility company at no expense to the Contractor or paid for as an extra work item if performed by the Contractor. F. The City and utility companies shall have access to the project during construction to make repairs or extensions of service. No claims for additional compensation will be allowed for delays caused by such work. U. Work to maintain utilities shall be considered incidental to construction regardless of the work required to maintain them. 1.14 FINAL REVIEW AND ACCEPTANCE A. Notify Engineer when installation is considered complete and ready for final review. B. Engineer will accept work and make final payment to Contractor: 1. When Engineer has certified that they have reviewed the work of the Contractor and stated that the work is complete and in compliance with the Drawings and Specifications. 2. When Contractor has famished the Engineer with required documents specified in the specifications. 3. When all government agencies involved have indicated in writing. that the work is complete and acceptable. END OF SECTION 01010 e� r cv L✓y ., ,_ t t� .ate. C� N 6 ti v SECTION 01030 e' ALTERNATES INDEX PART I - GENERAL I.l Work of this Section = 1.2 Related Requirements o 1.3 Description of Alternates - See Bid Form C-• PART I -GENERAL 1.1 WORK OF THIS SECTION A. This Section identifies each Alternate by number, and describes the basic changes to be incorporated into the Work, only when that Alternate is made a part of the Work by specific provisions in the Owner -Contractor Agreement. B. Bidder, in submitting his bid proposal, shall include in addition to his base bid, the following alternates. The numerical order of listing these alternates does not necessarily imply their priority. The Owner may decide to use any one or more of all the items. 1.2 RELATED REQUIREMENTS A. Sections of the Specifications as listed under the respective Alternates. B. Referenced sections of Specifications stipulate pertinent requirements for products and methods to achieve the work stipulated under each Alternate. C. Coordinate pertinent related work and modify surrounding work as required to properly integrate the work under each Alternate, and to provide the complete construction required by Contract Documents. 1.3 DESCRIPTION OF ALTERNATES - SEE BID FORM A. Alternate Bid No.I — Install new 3 '/2" thick nailbase roof insulation above deck as shown on Alternate Detail. B. Alternate Bid No. 2 — Remove existing two overhead doors, tracks and accessories and install two new overhead doors and all accessories in south section of building on the west and east side. END OF SECTION 01030 SECTION 01045 CUTTING AND PATCHING PARTI- GENERAL 1.1 REQUIREMENTS INCLUDED A_ Contractor shall be responsible for all cutting, fitting and patching, including attendant excavation and backfill, required to complete the Work or to: I . Make its several parts fit together properly. 2. Uncover portions of the Work to provide for installation of ill-timed work. 3. Remove and replace defective work. 4. Remove and replace work not conforming to requirements of Contract Documents. 5. Remove samples of installed work as specified for testing. 6. Provide routine penetrations of non-structural surfaces for installation of piping and electrical conduit. 7. Make connections to existing, utilities or equipment. 1.2 RELATED REQUIREMENTS A. Section01010: General Requirements, B. Section02220: Excavation and Backfill - Building N O 1.3 SUBMITTALS a A. Submit written request in advance of cutting or alteration which 4M- ts: 1. Structural integrity of any element of Project. —2 2. Integrity of weather -exposed or moisture -resistant element":,_`-.. 3. Efficiency, maintenance, or safety of any operational cletuerAl 1 4. Visual qualities of sight exposed elements. 5. Work of Owner or separate contractor. c B. Request shall include: c? 1. Identification of Project. 2. Description of affected work. 3. The necessity for cutting, alteration or excavation. 4. Effect on work of any separate contractor, or on structural or weatherproof integrity of project. 5. Description of proposed work: a. Scope of cutting, patching, alteration, or excavation. b. Trades who will execute the work. C. Products proposed to be used. d. Extent of refinishing to be done. 6. Alternatives to cutting and patching. PART2-PRODUCTS 2.1 MATERIALS A. Comply with specifications and standards for each specific material involved. SECTION 01045 CUTTING AND PATCHING PART 3 - EXECUTION 3.1 INSPECTION A. Inspect existing conditions of Project, including elements subject to damage or to movement during cutting and patching. B. After uncovering work, inspect conditions affecting installation of Products, or performance of work. C. Report unsatisfactory or questionable conditions to Owner in writing; do not proceed with work until Ovaier has provided further instructions. 3.2 PREPARATION A. Provide adequate temporary support as necessary to assure structural value or integrity of affected portion of Work. B. Provide devices and methods to protect other portions of Project from damage. C. Provide protection from elements for that portion of the Project which may be exposed by cutting and patching work, and maintain excavations free from water. 3.3 PERFORMANCE A. Execute cutting and demolition by methods which will prevent damage to other work, and will provide proper surfaces to receive installation of repairs. B. Execute excavating and backfilling methods which will prevent settlement or damage to other work. C. Execute fitting and adjustment of products to provide a finished installation to comply with specified products, functions, tolerances and finishes. D. Restore work which has been cut or removed; install new products to provide complete Work in accord with requirements of Contract Documents. E. Fit work airtight to pipes, sleeves, ducts, conduit and other penetrations through surfaces. END OF SECTION 01045 c LV 2 SECTION 01300 SUBMITTALS PART 1 - GENERAL 1.1 DESCRIPTION A. This section describes the process to be used for submittal, to the Engineer, of Shop Drawings, project data, and samples required by Specification Sections. 1.2 SHOP DRAWINGS A. Submit shop drawings blueline or blackline prints. B. Provide Shop Drawings as complete submittals (no partial sets) on original drawings or information prepared solely by the fabricator or supplier. C. In no instance shall the Contract Drawings be reproduced for Shop Drawing submittals. D. Sheet sizes shall not exceed the size of the Contract Drawings. E. Each sepia print shall have blank spaces large enough to accept 4 -inch x 4 -inch review stamps of both Engineer and Contractor. F. Each print shall carry the following information: 1. Project name and project number. 2. Date 3. Names of: a. Owner b. Engineer c. Contractor c d. Sub -contractor (if applicable) — M e. Manufacturer 4. Identification of product or material. `r x 5. Relation to adjacent structure or materials. 6. Field dimensions, clearly stated. c7) 7. Project Manual Section number. 8. Applicable standards such as ASTM or Federal Specifications. 9. Identification of deviations from Contract Documents. 10. Reference to construction drawings by drawing number and/or detail number. G. Submit prints without fold either as flat sheets, or reverse rolled in tubes. H. Checking of the shop drawings is only for general conformance with the design of the project and general compliance with the information given in the Contract Documents. Any action shown is subject to the requirements of the plans and specifications. If the shop drawings in any way supersede or waive requirements stated in Contract Documents, appropriate Change Order or other approved communication must be performed, prior to implementation of the construction related to the shop drawing. 1.3 PROJECT DATA A. Manufacturer's standard schematic drawings. 1. Modify drawings to delete information which is not applicable to project. 2. Supplement standard information to provide additional information applicable to project. SECTION 01300 SUBMITTALS B. Manufacturer's catalog sheets, brochures, diagrams, schedules, performance charts, illustration, and other standard descriptive data. 1. Clearly, mark each copy to identify pertinent materials, products, and models. 2. Shoe dimensions and clearances required. 3. Show performance characteristics and capabilities. 4. Show wiring diagrams and controls. 1.4 SAMPLES A. Physical examples to illustrate materials, equipment or workman ship, and to establish standards by which completed %Mork is judged. B. Office samples: of sufficient size and quantity to clearly illustrate: 1. Functional characteristics of product or material, with integrally related parts and attachment devices. 2. Full range of color samples. 1.5 CONTRACTOR'S RESPONSIBILITIES A. Review Shop Drawings, Project Data, Samples prior to submission. B. Verify: 1. Field measurements. 2. Field construction criteria. 3. Catalog numbers similar data. C. Coordinate each submittal with requirements of work and of Contract Documents. D. Contractor's responsibility for errors and omissions in submittals is not relieved by Engineer's review of submittals. E Ccialractor's responsibility for deviation in submittals from requirements of CZaTract Documents is not relieved by Engineer's review of submittals unless c'oAsultation with Engineer to give written acceptance of specific deviations. cn "- R. � F..— Notify Engineer, in writing at time of submission, of deviations in submittals from reWI. ements of the Contract Documents. 11e no work which requires submittals until return submittals with Engineer's o stamp and initials or signature indicating review. N H. After Engineer's review, distribute copies. 1.6 SUBMISSION REQUIREMENTS A. Schedule submissions at least 14 days before dates reviewed submittals will be needed. B. Submit number of copies of Shop Drawings, Project Datum, and Samples which Contractor required for distribution plus three 3 copies which will be retained by Engineer. C. Submit number of Samples required in each of Specification Sections. D. Accompany submittals with transmittal letter, in duplicate, containing: 1. Date 2. Project title and number 3. Contractors name and address. 2 SECTION 01300 SLIBMITTALS 4. The number of each Shop Drawings, Project Datum, and Sample submitted. 5. Notification of deviations from Contract Documents. 6. Other pertinent data. F. Submittals shall include: 1. Date and revision dates. 2. Project title and number. 3. The names of a. Owner b. Engineer C. Contractor d. Subcontractor e. Supplier f. Manufacturer _ g. Separate detailer when pertinent.' 4. Identification of project material. 5. Relation to adjacent structure materials. u'� 6. Field dimensions, clearly identified as such. ' 7. Specification Section clearly number. 8. Applicable standards, such as ASTM or Federal Specification. 9. A space for Engineer's stamp. 10. Identification of deviations from Contract Documents. 11. Contractor's stamp, initialed or signed, certifying the review od submittal, verification of the field measurements, and compliance with Contract Documents. 1.7 RESUBMISSION REQUIREMENTS A. Shop Drawings 1. Revise initial drawings as required and resubmit as specified for initial submittal. 2. Indicate on drawings any changes which have been made other than those required by the Engineer. B. Project Data and Samples: Submit new datum and samples as required for initial submittal. 1.8 DISTRIBUTION OF SUBMITTALS AFTER REVIEW. A. Distribute copies of Shop Drawings and Project Datum which carry Engineer's stamp. B. Distribute samples as directed. C. Contractor shall submit proposed submittal date schedule for each section requiring submittals to the office of the Engineer. 1.9 ENGINEER'S DUTIES A. Review submittals with reasonable promptness. B. Review for: 1. Design concept of project. 3 SECTION 01300 SUBMITTALS 2. Information given in Contract Documents. C. Reviexa of separate items does not constitute review of an assembly in which it functions. D. Affix stamp and initials or signature certifying the review of submittal. E. Return submittals to Contractor for distribution. END OF SECTION 01300 CD _. r1 an.; 4 SECTION 01710 CLEANING PART 1 -GENERAL 1.1 WORK OF THIS SECTION A. Execute cleaning, during progress of the Work, and at completion of the Work, as required by General Conditions. 1.2 DISPOSAL REQUIREMENTS A. Conduct cleaning and disposal operations to comply with codes, ordinances, regulations, and anti -pollution laws. 1. Do not bum or bury rubbish and waste materials on project site. 2. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains. PART2-PRODUCTS 2.1 MATERIALS A. Use only those cleaning materials which will not create hazards to health or property and which will not damage surfaces. B. Use only those cleaning materials and methods recommended by manufacturer of the surface material to be cleaned. C. Use cleaning materials only on surfaces recommended by cleaning material manufacturer. D. Sweeping compounds used in cleaning operations shall leave no residue on concrete floor surfaces that may effect installation of finish flooririg materials. u PART 3 - EXECUTION 3.1 DURING CONSTRUCTION Zi A. Execute periodic cleaning to keep the Work, the site and ddjllcentfropertde free from accumulations of waste materials, rubbish and vulhd blown debris; resulting from construction operations. c3 B. Provide on-site containers for the collection of waste materials, d6 ris and rubbish. C. Remove waste materials, debris and rubbish from the site periodically and dispose of at legal disposal areas away from the site. 3.2 DUST CONTROL A. Schedule operations so that dust and other contaminants resulting from cleaning process will not fall on wet or newly -coated surfaces. B. Handle materials in a controlled manner with as few handlings as possible; do not drop or throw materials from heights. 3.3 FINAL CLEANING A. Employ skilled workmen for final cleaning. B. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels, and other foreign materials from sight exposed interior and exterior surfaces. C. Broom clean exterior paved surfaces; rake clean other surfaces of the grounds. D. Prior to final completion, or Owner occupancy, Contractor shall conduct an inspection of sight -exposed interior and exterior surfaces, and all work areas, to verify that the entire Work is clean. END OF SECTION 01710 SECTION 01720 PROJECT RECORD DOCUMENTS PART1-GENERAL 1.1 SECTION INCLUDES A. The Contractor shall maintain at thejob site one copy of: 1. Record Contract Drawings 2. Record Project Manual 3. Addenda 4. Reviewed Shop Drawings 5. Change Orders 6. Other modifications to Contract Field test records 1.2 GENERAL A. Store documents in cabinets in temporary field office, apart from documents used for construction. B. Maintain documents in clean, dry, legible condition. C. Do not use project record documents for construction purposes. D. Make documents available for inspection by Engineer. E. Failure to maintain documents up-to-date will be cause for withlib ng, r, payments. c - s' F. Obtain from the Engineer one set of Contract Documents for -''-" — projects record documents including: 9wt 1. Project Manual with all addenda. 2. One complete set of sepia reproducible of all drawings. C:) cc; 1.3 RECORDING A. Label each document "Project Record" B. Keep record documents current. C. Do not permanently conceal any work until required information has been recorded. D. Contract Drawings: 1. Required information may, as an option, be entered on a "working Set' and then at completion of project transfer the information to final submitted "Project Record" set. 2. Legibly mark to record actual construction. a. Depths of various elements of foundation in relation to survey data. b. Horizontal and vertical location of underground utilities and appurtenances referenced to permanent surface improvements. C. Location of internal utilities and appurtenances concealed in construction referenced to visible and accessible features of structure. d. Field changes of dimension and detail. e. Changes made by Change Order or field Order. f Details not on original Contract Drawings. SECTION 01720 PROJECT RECORD DOCUMENTS E. Project Manual and addenda. 1. Legibly mark up each section to record. a. Changes made by Change Order or Field Order. C. Other items not originally specified. 1.4 SUBMITTAL A. At completion of project, deliver Project Record Documents to the Engineer prior to request for final payment. B. Accompany submittal with transmittal letter, in duplicate, containing: 1. Date 2. Project title project number 3. The Contractor's name and address 4. Title and number of each record document 5. Certification that each document as submitted is complete and accurate. 6. Signature of the Contractor, or his authorized representative. END OF SECTION 01720 2 - =2 F®'+ H-2 c5 2 SECTION 02220 EXCAVATION AND BACKFILL - BUILDING INDEX PART1-GENERAL 1.1 Scope 1.2 Quality Assurance 1.3 Submittals N 0 PART 2 -PRODUCTS c `_ 2.1 Fill Materials �� r PART 3 - EXECUTION 3.1 Excavation 3.2 Compaction = v s 3.3 Backfill and Fill o CD PART1-GENERAL 1.1 SCOPE Excavate subsoil as required for the construction of the work, including space for forms and slabs on grade. 1.2 QUALITY ASSURANCE A. Perforni work in compliance with applicable requirements of governing authorities having jurisdiction. B. Site Compaction Testing. Testing of compacted fill materials will be performed at Contractor's expense by an independent testing laboratory approved in writing by the Owner. Tests will be performed so as to least encumber the performance of work. The Owner will pay for the costs of tests only on the area being evaluated. The Contractor shall pay for costs of additional testing as required due to improper performance of his work. Contractor shall, when work of this Section or portions of work are completed, notify the testing laboratory to perform density tests. Do not proceed with additional portions of work until results have been verified. If during progress of the work tests indicate that compacted materials do not meet specified requirements, remove defective work, replace and retest at no cost to the Owner as directed by the Owner or his representative. Contractor shall ensure that compacted fills are tested before proceeding with placement of surface materials. Test each lilt as required by the Soils Engineer. 1.3 SUBMITTALS A. Description of backfill materials to be used. B. 'fest Results PART 2 -PRODUCTS 2.1 FILL MATERIALS A. CRUSHED ROCK fill shall be angular pit run crushed natural stone; free from shale, clay, friable materials, and debris; graded within the following limits: SECTION 02220 EXCAVATION AND BACKFILL - BUILDING Sieve Size % Passim '/a inch 100 /2 inch 75 to 100 55 to 85 No -4 35 to 60 No, 200 0 to 5 B. WASHED RIVER GRAVEL shall be one inch max. size free from fines and dust. C. SAND fill shall be clean natural river or bank sand; free form silt, clay, loam, friable or soluble materials. and organic matter; graded within the following limits and approved by the Soils Engineer. See soils investigation report: Sieve Size % Passing No. 4 100 No. 30 40 to 75 No. 100 5 to 30 No. 200 0 to 5 D. Backfilling shall be done with care. E. Do not backfill over existing subgrade surfaces which are porous, wet or spongy. F. Maintain optimum moisture content of backfill materials to obtain necessary compaction density. PART 3 - EXECUTION 3.1 EXCAVATION A. Excavation consists of removal and disposal of material encountered when establishing required finish grade elevations. B. Earth excavation includes removal and disposal of pavements and other obstructions visible on ground surface, underground structures and utilities indicated to be demolished and removed, material of any classification indicated in data on subsurface conditions, and other materials encountered that are not classified as rock excavation or unauthorized excavation. C6 Unauthorized excavation consists of removal of materials beyond indicated subgrade elevations or dimensions without specific direction of Engineer. Unauthorized excavation, as well as remedial work directed by General Contractor 'F shall be at Contractor's expense. -? D.— Atid_ltional excavation: When excavation has reached required subgrade elevations, nggA� Soils Engineer who will make an inspection of conditions. If unsuitable E beVing materials are encountered at required subgrade elevations, carry excavations ti deeper and replace excavated material as directed. Removal of unsuitable material and its replacement as directed will be paid on basis of contract conditions relative to changes in work. E. Stability of excavations: Slope sides of excavations to comply with local codes and ordinances having jurisdiction. Shore and brace where sloping is not possible because of space restrictions or stability of material excavated. F. Shoring and bracing: Provide materials for shoring and bracing, such a sheet piling, uprights, stringers and cross -braces, in good serviceable condition. Establish requirements for trench shoring and bracing to comply with local codes and authorities having jurisdiction. 2 SECTION 02220 EXCAVATION AND BACKFILL - BUILDING Maintain shoring and bracing in excavations regardless of time period excavations will be open. Carry down shoring and bracing as excavation progresses. G. Material storage: Stockpile satisfactory excavated materials where directed. until required for backfill or fill. Place, grade and shape stockpiles for proper drainage. Locate and retain soil materials away from edge of excavations. Dispose of excess soil material and waste materials as herein specified. H. Excavation for structures: Conform to elevations and dimensions shown within a tolerance of plus/minus 0.10' and extending a sufficient distance from pile caps or foundations to permit placing and removal of concrete form work, installation of' services. other construction, and for inspection. In excavating for foundations, take care not to disturb bottom of excavation. Excavate by hand to final grade just before concrete reinforcement is placed. Trim bottoms to required lines and grades to leave solid base to receive other work. L Excavation for pavements: Cut surface under pavements to comply with cross-sections, elevations and grades as shown. I. Cold weather protection: Protect excavation bottoms against freezing when atmospheric temperature is less than 35 degrees P. (1 degree Q. 3.2 COMPACTION A. 95% standard proctor - ASTM D 698, required at under -floor fill, interior backfill, exterior backfill below slabs, drives, parking areas, sidewalks or other structures. B. Lift thickness shall be a maximum of 9" (loose thickness). C. Existing sub -grade soils below slab -on -grade shall be scarified to6minir�ngm depth of 8" and re -compacted. Soft or disturbed areas which cannot be 6'tffi in place shall be removed and replaced with suitable fill. n — (ji 4 3.3 BACKFILL AND FILL A. General: Place acceptable fill material in layers to required subgrade elevations t' B. Backfill excavations as promptly as work permits, but not until cbmpletiun of the following: o 1. Acceptance of construction below finish grade, including, where applicable, damp -proofing, water proofing and perimeter insulation. 2. Inspection, testing, approval and recording locations of underground utilities. 3. Removal of trash and debris. C. Placement and compaction: Place backfill and fill materials in layers not more than 9" in loose thickness. Before compaction, moisten or aerate each layer as necessary to provide optimum moisture content. Compact each layer to required percentage of maximun dry density or relative dry density required. Do not place backfill or fill material on surfaces that are muddy, frozen or contain frost or ice. Place backfill and fill materials evenly adjacent to structures, to required elevations. Take care to prevent wedging action of backfill against structures by carrying material uniformly around structure to approximately same elevation in each lift. END OF SECTION 02220 SECTION 02500 SURFACE RESTORATION INDEX PARTI-GENERAL 1.1 Section Includes 1.2 Related Work 1.3 References 1.4 Submittals 1.5 Environmental Requirements PART II - PRODUCTS 2.1 Portland Cement Concrete 2.2 Grass Seed `� c 2.3 Fertilizer 2.4 Mulching Material Cn PART III - EXECUTION 3.1 Portland Cement Concrete Slab ' 3.2 Finish Grading `= 3.3 Seeding 3.4 Erosion Control PART1-GENERAL 1.1 SECTION INCLUDES 1. Replacement of all obstructions removed to facilitate construction or to excavate trenches, structures or other appurtenances. A. Finish grading of excavated areas. B. Seeding. C. Portland cement concrete paving. 2. All obstructions to the work removed to facilitate construction or to excavate the trench shall be replaced with equal or better materials. 3. Roadways, drives, structures, lawns and parkings, pasture and cultivated areas outside the approved construction area which are damaged by the Contractor's operations during construction shall be replaced by the Contractor at his expense except for items specifically listed in the contract. 4. Contractor is responsible to correct, at no cost to the Owner, all damage to items not shown for removal or demolition. 5. All surface areas disturbed by construction related activities shall be restored to provide as a minimum, a surface equivalent to the type removed. Erosion control measures shall be used where erosion may occur. 1.2 RELATED WORK A. Section 01010: General Provisions B. Section 02220: Excavation and Backfill - Building SECTION 02500 SURFACE RESTORATION 1.3 REFERENCES A. Standard Specifications for Highway and Bridge Construction. Iowa Department of Transportation. Current Edition. 1.4 SUBMITTALS A. Mix design in accordance with Paragraph 2.4. PART II - PRODUCTS 2.1 PORTLAND CEMENT CONCRETE Materials used shall comply with Section 03300, Cast -in -Place Concrete. Compressive strength shall be 4000 psi at 28 days. 2.2 GRASS SEED Comply with Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction Section 2601.04 C. for urban areas. 2.3 FERTILIZER Comply with Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction Section 2601.04 B. 2.4 MULCHING NLATERIAL Oat or wheat straw, free from weeds. foreign matter detrimental to plant life, and dry. Hay or chopped cornstalks are not acceptable. PART III - EXECUTION 3.1 PORTLAND CEMENT CONCRETE SLAB A. Verify- compacted subgxade is acceptable and ready to support paving and imposed loads. B. Baei 6 -inch gravel or crushed rock meeting the following gradation: Size % Passing by Weight `1 1-1/2" 100 F, Ln —"- V 90-100 - s - 1/2" 60-90 No. 4 35-55 No. 16 10-40 No. 200 4-12 Gradation and type of material may need revision to meet what is available locally or in accordance with local or State Highway Specifications. Compact to 95 percent maximurn density. C. Verify gradients and elevations of base are correct. D. Moisten base to minimize absorption of water from fresh concrete. E. Coat surface of manhole and structure frames with oil to prevent bond with concrete 2 SECTION 02500 SURFACE RESTORATION pavement. F. Notify Engineer a minimum of 24 hours to commencement of concrete placement operations. G. Place and secure forms to correct location, dimension and profile. II. Assemble formwork to permit easy stripping and dismantling without damaging concrete. I. Place concrete in accordance with ACI 301. J. Place concrete continuously between predetermined construction joints. K. Saw cut contraction joints 3/16 inch (5mm) wide not less than 8 hours nor more than 24 hours after cleaning. Cut to 1/4 depth of slab. Clean joint slot and fill with sealant. L. Submit written reports to the Engineer of each proposed mix for each class of concrete at least 15 days prior to start of work. Do not begin concrete production until the Engineer has reviewed mixes. M. Adjustment to Concrete Mixes: Mix design adjustments may be requested by the Contractor when characteristics of materials, job conditions, weather, test results, or other circumstances warrant; at no additional cost to the Owner and as accepted by the Engineer. Laboratory test data for revised mix designs and strength results must be submitted to and accepted by the Engineer before using in the work. N. Use air -entraining admixture at the manufacturers prescribed rate to result in concrete at the point of placement having air content within the following limits: 6% plus or minus 1 % O. Concrete Mixing: 1. Ready -Mix Concrete: Comply with the requirements of ASTM C94, and as herein specified. Addition of water to the batch will not be permitted. 2. During hot weather, or under conditions contributing to rapid setting of concrete, a shorter mixing time than specified in ASTM C9�'may be required. 6 Ls 3. When the air temperature is between 85 degrees F. and 90 I &esTc, reduce' the mixing and delivery time from 1 1/2 hours to 75 minul.end when t'- a air temperature is above 90 degrees F., reduce the mixing and'lielivery time, to 60 minutes. 7 P. Reinforcing: c ,. 1. Welded Wire Fabric: Welded wire fabric shall conform to ASTM 4;185. 2. Provide 6 X 6 - W2 X W2 WWF. (Provide only if shown on drawings.) Q. Finishing: 1. Drive paving: Light broom & trowel joint edges (Match Existing) 2. Place curing compound on exposed concrete surfaces immediately after finishing. Apply in accordance with manufacturer's instructions. 3. Finish to match existing adjacent work. R. Field Quality Control: I . The Engineer may perform Field inspection and testing. 2. Engineer will take cylinders and perform slump and air entrainment tests in accordance with ACI 301. SECTION 02500 SURFACE RESTORATION S. Protection: Immediately after placement, protect pavement from premature drying, excessive hot or cold temperatures and mechanical injury. 3.2 FINISH GRADING A. Examination: 1. Verify fill material to be reused, is acceptable. 2. Verify trench backfilling has been inspected. 3. Verify subsoil base has been contoured and compacted. B. Subsoil Preparation: 1. Smooth out uneven areas and eliminate low spots. 2. Remove debris, roots, branches and stones in excess of 1 inch in size. Remove subsoil contaminated with petroleum products. C. Placing Topsoil: 1. Contractor shall strip, stockpile, and replace existing topsoil. Provide 6 -inch cminimum or match adjacent ground. Rake smooth ready for application of fertilizer, seed or sod. 2.1 Use topsoil in relatively dry state. Place during dry weather. Fine grade topsoil eliminating rough or low areas. Maintain profiles and contour of subgrade. " Qa Remove roots, weeds and foreign material while spreading. 5 Manually spread topsoil close to trees, plants and building to prevent N damage. 6. Lightly compact placed topsoil. 7. Remove surplus subsoil and topsoil from site. 8. Leave stockpile area and site clean and raked, ready to be seeded. D. Tolerances: 1. Top of Topsoil: Plus or minus 1 inch. E. Protection: 1. Protect landscaping and other features remaining as final work. 2. Protect existing structures, fences, sidewalks. utilities, paving and curbs. F. Schedule: 1. Finish grading required on all surfaces not receiving paved surfaces. 3.3 SEEDING A. Inspection: 1. Verify that prepared soil base is ready to receive the work of this Section. 2. Beginning of installation means acceptance of existing site conditions. B. Preparation of Subsoil: 1. Remove foreign materials, weeds, and undesirable plants and their roots. Remove contaminated subsoil. C. Fertilizing: 1. Apply fertilizer in accordance with IDOT Standard Specifications for Highway and Bridge Construction, Section 2601.04 B. 2. Apply after smooth raking of topsoil and prior to roller compaction. 4 SECTION 02500 SURFACE RESTORATION 3. Do not apply fertilizer at same time or with same machine as will be used to apply seed. 4. Mix thoroughly into tipper 2 inches of topsoil. 5. Lightly water to aid the dissipation of fertilizer. D. Seeding: 1. Comply with Iowa Department Of Transportation Standard Specifications for Highway and Bridge Construction, Section 2601.03 and 2601.04. 2. Seed all areas to be seeded with the grass seed mixtures specified. Sow evenly with an approved mechanical broadcast type seeder. In areas inaccessible to equipment, seed shall be spread and lightly raked to incorporate into soil. 3. Hydro -seeding may be used in lieu of conventional seeding, subject to the approval of the Engineer. 4. The Contractor will be required to maintain all lawn areas which are seeded for a minimum of 7 consecutive days following the seed application. The seed bed shall be watered daily to provide the equivalent of 1/8 -inch of water per day. 3.4 EROSION CONTROL: A. Mulch shall consist of hay, straw, wood excelsior, biodegradable extruded plastic mesh netting, wood cellulose, or other Engineer approved material. B. Other erosion control materials which may be required such as jute mesh blankets, glass fiber blankets, silt screens, etc., shall be suitable for erosion control applications and shall be subject to the Engineer's approval. END OF SECTION 02500 R> O P i („r'i Yvr.o ...y �J • Iy M W SECTION 03300 CAST -IN-PLACE REINFORCED CONCRETE PART1-GENERAL 1.1 RELATED DOCUMENTS A. The other Contract Documents complement the requirements of this Section. 1. The General Requirements apply to the work of this Section. 1.2 SCOPE A. Provide labor, materials, equipment and supervision necessary to furnish and install: Cast -in-place concrete walls, footings, slab -on -grade, and related accessory items. B. Installation of anchorage and erection items famished by other Sections for installation by this Section. C. Curing and finishing of concrete. 1.3 SUBMITTALS A. Materials List: 1. Submit a complete list of all materials proposed to be famished and installed under this portion of the Work showing manufacturer's name and catalog number of all items such as admixtures and membranes and the name and address of the ready -mix concrete supplier. B. Delivery Tickets: 1. With each load of ready -mix concrete delivered to the site, ready -mix concrete supplier shall provide duplicate delivery tickets, one for Contractor and one for Engineer. Delivery tickets shall contain the following information: Q a, Date. b. Name of ready -mix supplier. C. Contractor. > d. Job name. e. Job location. f Type and brand of cement. g. Class and specified cement content in bags per- cub'te yard of concrete. CD h. Quantity of water per bag of cement (water -cement ratio). i. Truck number. j. Time dispatched. k. Amount of concrete in load in cubic yards delivered. 1. Admixtures in concrete, if any. M. Aggregate weights. n. Signature of responsible party representing ready mix supplier. o. Record of all water added at the site. P_ Time truck is unloaded. 1.4 QUALITY ASSURANCE A. Codes and Standards: 1. Where provisions of pertinent codes and standards conflict with this Section, the requirements of this Section shall govern. SECTION 03300 CAST -IN-PLACE REINFORCED CONCRETE 2. In addition to complying with all pertinent codes and regulations, comply with all pertinent recommendations of "Specifications for Structural Concrete for Buildings" (ACI 301). "Recommended Practice for Concrete Floor and Slab Construction" (ACI 302), "Guide to Cast -In -Place Engineered Concrete Practice (ACI 303) and 'Building Code Requirements for Reinforced Concrete" (ACI 318). 3. Obtain and have available at the site at least one copy- of the referenced standards throughout the construction period. 1.5 TESTING A. Submit trial mixes of concrete required to the Testing Laboratory for testing prior to the start of concrete work. Tests will be made for compressive strength. slump and air entrainment. B. Notify Engineer and Testing Laboratory at least 24 hours in advance of concrete pours. C. Routine field-testing will be the duty of the Engineer. Contractor may, at his option and expense, engage a separate Testing Laboratory for his own information and guidance. D. Tests will be performed per requirements of Chapter 16 of ACI 301 except as noted below. Briefly, the Engineer will perform in the following areas of testing, if required: 1. Will have the authority to reject concretc not meeting the requirements of the approved design mix. 2. Confirm Contractor's conformance with material requirements of this Section including verification of the design mixes. 3. Conduct strength, slump, air -entrainment and density tests on the following basis: a. One test for each 50 cubic yards or fraction thereof for each mix design placed in any one day with no less than four cylinders representing a given mix design. in addition, slump test shall be conducted as required. E. Contractor shall be responsible for assisting the Engineer as follows: 1. Deliver to Testing Laboratory• representative material samples upon request; deliver proposed design mix data along with written request for review. 2. Advise Engineer of intended dates of pour 24 hours in advance of the operation to allow reasonable assignment of personnel. 3. Furnish casual labor as necessary to obtain and handle samples and tests at ;e the site. 4. = e' Provide adequate storage facilities for site storage of test cylinders. F. Test;@valuations will be performed in compliance with ACI 301, Chapter 17 for r 2 Ultiif ate Strength concrete. 2 SECTION 03300 CAST -IN-PLACE REINFORCED CONCRETE G. If strength tests do not indicate attainment of strengths specified.. Contractor shall make such additional tests as required by Engineer to determine the strength of the concrete in place. In the event that such tests and subsequent analysis do not verify that the work in place is within contract conformance, the Engineer shall require such remedial or replacement measures as are deemed necessary. Contractor shall bear all costs in connection with the added testing, engineering determination and remedial work. PART 2—PRODUCTS 2.1 FORM MATERIALS A. Forms may be of wood, plywood, concrete -form -grade hardboard, metal or other acceptable material, which will produce smooth, true surfaces. B. Provide lumber dressed on at least 2 edges and one side for tight fit. C. Metal forms shall have smooth surfaces free from any pattern, irregularities, dents and sags. D. Provide commercial formulation form -coating compounds that will not bond with, stain nor adversely affect concrete surfaces, and will not impair subsequent treatment of concrete surfaces requiring bond or adhesion, nor impede wetting of surfaces to be cured with water or curing compound. 2.2 REINFORCING MATERIALS A. Reinforcing Bars: ASTM A615 - Grade 60, for all reinforcing bars. Rolled -in grade marks shall visually establish the grade. B. Supports for Reinforcement: Provide wire or plastic bar type supports for reinforcement including bolsters, chairs, spacers and other devices for spacing supporting and fastening reinforcing bars in place. All devices shall be galvanized or plastic. 2.3 CONCRETE MATERIALS A. Concrete: Ready -mixed concrete, ASTM C94. '-4 B. Portland Cement: Type 1, ASTM C-150. C. Fly Ash Pozzolan — Meet requirements of ASTM C 618, F or C aiid wftfi loss on ignition (LOI) of 3 percent maximum. Q D. Aggregate: Fine and coarse aggregate for concrete shall comply with ASTM -33 (concrete aggregate). 1. Fine aggregate: Clean, sharp, free from clay, loam or foreign substance. Sieve % Passing 3/8„ 100 No.4 95-100 No. 16 45-80 No. 50 10-30 No. 100 2-10 No. 200 0-1.5 2. Coarse Aggregate: Clean, sound, screened and washed gravel or crushed stone. Gradation shall conform to size number 67, ASTM C33. 3 SECTION 03300 CAST -IN-PLACE REINFORCED CONCRETE 3. Maximum Aggregate Size: Not larger than one-fifth of the narrowest dimension between sides of forms, one-third of the depth of slabs, nor three-fourths of the minimum clear spacing between individual reinforcing bars or bundles of bars. 'I hese limitations may be waived if, in the judgment of the Owner, workability and methods of consolidation are such that concrete can be placed without honeycomb or voids. D. Water: Clear and free from injurious amount of oil, acid, alkali, organic matter or other deleterious substances. E. Admixtures: 1. Air -entraining ASTM C-260, 6% plus or mires 1%. F. Reinforcing: Deformed domestic steel conforming to requirements of ASTM A-615 Grade 60. Rolled in grade marks shall visually establish grade. 2.4 RELATED MATERIALS A. Concrete Repair Compound: "Sonopatch" as produced by Sotnebom Building Products Division; "Embeco 411 Mortar" as produced by Master Builders; or equivalent. B. Bonding Agent: Two -component epoxy compound such as "Sikadur Hi .Mod" as produced by Sika Chemical Corporation; "Supercrete Bonder TE 2001" as produced by Technical Sealants and Adhesives; or equivalent. C. Vapor barrier shall be a reinforced polyethylene fabric such as manufactured by Poly Plastic and Design Corp., "x#450 B", Springfield, Ohio, or equivalent. D. Joint Filler shall be polyethylene, closed -cell expansion joint filler. Sonnoflex F by Somrebom. E. Joint Sealant shall be a one -component, urethane elastomeric material conforming to Federal Specifications TT -S -00230-C, -I ype 11, Class A. F. Curing membrane shall be a spray applied silicate base compound for surface application; "Sonosil" as manufactured by Sonnebom: W.R. Meadows "Cure Hard" or approved equivalent conforming to ASTM C309 for water retention. 2.5 PROPORTIONING AND DESIGN OF MIXES A Proorirtion mixes by the laboratory trial batch method using materials to be 7 emR6Lyed on the project for each class of concrete required, complying with ACI. Cbtnply with the following: 28 -day compressive strength of moist cured laboratory samples 4000 psi. t 5 2 c 5 Water -cement ratio: Maximum 0.49. 3 c? Minimum Cement Content: 564 lb. per cubic yard for 3i4" maximum aggregate (up to 30% substitution of fly ash for Portland will be allowed). 4. Slump: Reinforced foundation walls and footings, slab on grade. 4" max. 2" min. B. Submit written reports to the Engineer of proposed mix for concrete at least 15 days prior to start of work. Do not begin concrete production until mixes have been reviewed by the Engineer. 4 SECTION 03300 CAST -IN-PLACE REINFORCED CONCRETE C. Adjustment to Concrete Mixes: Mix design adjustments may be requested by the Contractor when characteristics of materials, job conditions, weather, test results, or other circumstances warrant; at no additional cost to the Owner and as accepted by the Engineer. Laboratory test data for revised mix designs and strength results must be submitted to and accepted by the Engineer before using in the work. D. Use air -entraining admixture in all concrete. Add air -entraining admixture at the manufacturer's prescribed rate to result in concrete at the point of placement having air content of 6%+ 1 %. 2.6 CONCRETE MIXING A. Ready -Mix Concrete: Comply with the requirements of ASTM C94, and as herein specified. B. When the air temperature is between 85 degrees F. and 90 degrees F., reduce the mixing and delivery time from 1 1/2 hours to 75 minutes, and when the air temperature is above 90 degrees F., reduce the mixing and delivery time to 60 minutes. v 0 PART 3 - EXECUTION 3.1 FORMS A. Design, erect, support, brace and maintain formwork to support vertipaka`nd lateral loads that might be applied until such loads can be supported'. -Y the coneri?fe structure. Construct formwork so concrete members and structiinds arc:bf cotreVt size, shape, alignment, elevation and position. B. Design formwork to be readily removable without impact, shack or 2mage to cast -in-place concrete surfaces and adjacent materials. C. Chamfer exposed corners and edges using wood, metal, PVC or rubber chamfer strips fabricated to produce uniform smooth lines and fight edge joints. D. Accurately place and secure in position, prior to placing concrete, all anchors, bolts, inserts, and other items to be embedded in concrete; including items furnished under other sections of this specification and for other contractors on the project. E. Provide openings in concrete formwork to accommodate work of other trades. Determine size and location of openings, recesses and chases from those trades involved. F. Earth cuts shall not be used as forms for vertical surfaces without specific approval of the Engineer. G. Form Ties 1. Factory -fabricated, adjustable -length, removable or snap off metal form ties, designed to prevent form deflection, and to prevent spalling concrete surfaces upon removal. 2. For concrete that will be exposed, provide ties so portion remaining within concrete after removal is at least 1 1/2" inside concrete. 3. Unless otherwise shown, provide form ties which will not leave holes larger than 1" diameter in concrete surface. H. Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt or other debris just before concrete is placed. Re -tighten forms after concrete placement if required to eliminate mortar leaks. R SECTION 03300 CAST -IN-PLACE REINFORCED CONCRETE 3.2 PREPARATION OF FORM SURFACES A. Coat the contact surfaces of forms with a form -coating compound before reinforcement is placed. B. Thin form -coating compounds only with thinning agent of type, and in amount, and under conditions of the form -coating compound manufacturer's directions. Do not allow excess form -coating material to accumulate in the forms or to come into contact with concrete surfaces against which fresh concrete will be placed. Apply in compliance with manufacturer's instructions. C. Coat steel forms with non -staining, rust -preventative form oil or otherwise protect against rusting. Rust -stained steel formwork is not acceptable. 3.3 RE -USE OF FOP -NIS A. Clean and repair surfaces of forms to be re -used in the work. Split, frayed, de- laminated or otherwise damaged forrrt facing material will not be acceptable. Apply new form coating compound material to concrete contact form surfaces as specified for new formwork. B. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close joints. Align and secure joints to avoid offsets. Do not use "patched" forms for exposed concrete surfaces, except as acceptable to Engineer. 3.4 REINFORCING A. Fabricate and place to shapes and dimensions indicated or required to carry out intent of drawings and specifications. Clean off rust, ice or other coatings that would reduce bond. Do not use reinforcing reduced in section. Provide corner bars, the same size and number as the continuous reinforcing lapped 2'-0" with the main steel. Field bending of bars is not allowed without Engineer's written permission. B. Tagging shall be with metal, linen or rope fiber tags filled in with machine or waterproof ink. Paper tags shall not be used. 3.5 PLACEMENT OF REINFORCING A..a rcurately place all reinforcing steel as shown on the drawings. Fasten rigidly so thatt cannot be displaced during the construction operation. 13. Tie= minimum cover of concrete for all reinforcement shall conform to the P tin dl',-ensions shown on the drawings, which indicate the clear distance from the edge F _ oi~ltbe reinforcement of the concrete surface. Where not otherwise specified or sh2, t by written dimension, the minimum coverage of the concrete over the steel G shall`be as follows: 1. Concrete against ground, without forms, 3" 2. Concrete against ground, with forms, 2" 3. Concrete exposed to weather or water, 2. 4. Concrete in beams and columns not exposed to ground or weather, 1-%". 5. Concrete slabs and walls not exposed to weather or water, 1" ri SECTION 03300 CAST -IN-PLACE REINFORCED CONCRETE C Splices shall be lapped as shown on the drawing. Those not shown shall have a minimum lap of 40 bar diameters. D. Lap mesh at least 8". Mesh should extend into adjacent slab and/or lap evith existing mesh. Mesh shall be centered in slab, positioned and held in place during concrete placement by bar chairs or other methods acceptable to the Engineer. E. Reinforcing steel shall be accurately located and held in position by the use of proper reinforcing steel supports, spacers and accessories in accordance with the drawings and "Manual of Standard Practice for Detailing Reinforced Concrete Structures" ACI 315. Tie bars securely at intersections. 1. Steel Placement Tolerance: 8 inch unit thickness or less + 318". 2. Steel Placement Tolerance: Greater than 8 inch thickness + 1/2". 3.6 EMBEDDED TIES AND BLOCK-OUTS A. Before placing inserts and embedded items, determine that the drawings and shop drawings intended for use in locating the items are the latest drawings approved and issued for construction. B. Concrete inserts shall be stainless steel. Pipes, conduits or similar items made of metals reactive to the concrete and against which concrete must be placed shall be isolated from the concrete by a heavy coating of bituminous mastic. C. Notify all trades when construction is ready for the setting of anchor bolts, inserts, sleeves, and other built-in items, in order that such material shall be set at the proper time. D. All items shall be thoroughly clean, free from rust, scale, grease or other coatings. E. Any wood used for removable keys shall be thoroughly dampened before concrete is placed against the wood. F. Before placing concrete, care shall be taken to determine that all items to be embedded in concrete are accurately located, firmly secured in place an rotected from damage or displacement until securely held by the coneretR The ontracto� shall be responsible for any displacement or damage of the iteim&cat ed by.hi3 workmen. cn J 3.7 GROUTED -IN ITEMS i A. After the items have been carefully positioned to line and gracje as shfr�xni on the drawings, they shall be grouted in place. B. Concrete surfaces shall be cleaned and thoroughly wetted before placing grout. Contact surfaces shall be kept continuously wet for at least one hour prior to grouting. C. Grout shall be firmly packed or tamped into all spaces around the item to assure a watertight seal. Exposed surfaces shall be finished by wiping with a damp cloth. D. Unless otherwise noted on the drawings or as specified below, grout shall be one part Portland cement and 1 1/2 parts sand, by weight, with only enough water to produce a mortar that can be molded firmly by hard pressure. E. Finished grout shall be kept moist for 24 hours by spraying, by covering with wet cloth, or by coating with membrane curing compound. 7 SECTION 03300 CAST -IN-PLACE REINFORCED CONCRETE F. All grout materials shall be noncorrosive. 3.8 JOINTS A. Construction Joints I. Provide construction joints at Maximum 40 Coot spacing or as to least impair the strength of the structure. 2. Provide keyways at construction joints and extend the reinforcing through the joints. 3. Thoroughly clean the face of joint before placing adjacent concrete. Wet the surface and coat with a neat cement grout immediately before placing is resutned. 4. Place water stop in all construction joints of hydraulic structures. B. Expansion Joints 1. Provide where slabs abut walls, exterior pavements abut the exterior walls and where otherwise shown on the plans_ 2. Install 1/2" thick joint filler the full depth of the slab set with the top of the cut-out joint material 1/4" below the surface of the concrete. Fill remainder of joint with approved joint sealant. 3.9 CONCRETE PLACEMENT A. Pre -Placement Inspection: Before placing concrete, inspect and complete the formwork installation, reinforcing steel, and items to be embedded or cast -in. Notify other crafts to permit the installation of their work; cooperate with other trades in setting such work, as required. Thoroughly wet wood forms immediately before placing concrete, where form coatings are not used. B. Comply with ACI 304 and as herein specified. 1. Concrete shall be placed continuously and as rapidly as practicable and shall be in place no later than one hour after the addition of mixing water. No retempering of concrete shall be allowed. Concrete which has taken initial set shall not be deposited in the work. If a section cannot be placed r' continuously, provide construction joints as herein specified. Deposit concrete as nearly as practicable at its final location to avoid segregation due ,� .�B Lr).. to rehandling or flowing. 2:':_ Concrete shall be placed only when weather conditions and the Contractor's R Fr- available facilities will permit proper finishing and curing. 3. Deposit concrete in forms in horizontal layers not deeper than 24" in a manner to avoid inclined construction joints. Free fall of concrete shall be limited to three feet. Where placement consists of several layers, place each layer while preceding layer is still plastic to avoid cold joints. Control rate of placement so as not to exceed structural capacity of forms. 4. Conveyor belts, chutes, pumps, or similar transporting equipment shall not be used except with prior written permission of the Engineer. No aluminum equipment shall be allowed in contact with the concrete. All equipment shall be maintained in clean, serviceable condition, and checked for reliability before beginning concrete placement. 8 SECTION 03300 CAST -IN-PLACE REINFORCED CONCRETE 5. Consolidate placed concrete by mechanical vibrating equipment supplemented by hand -spading, rodding or tamping. Use equipment and procedures for consolidation of concrete in accordance with the reanrunended practices of ACI 309, to suit the type of concrete and project conditions. 6. Do not use vibrators to transport concrete inside of forms. Insert and withdraw vibrators vertically at uniformly spaced locations not farther than the visible effectiveness of the machine. Place vibrators to rapidly penetrate the placed layer of concrete and at least 6" into the preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion limit the duration of vibration to the time necessary to consolidate the concrete and complete embedment of reinforcement and other embedded items without causing segregation of the mix. 7. Deposit and consolidate concrete slabs in a continuous operation, within the limits of construction joints, until the placing of a panel or section is completed. 8. Consolidate concrete during placing operations so that concrete is thoroughly worked around reinforcement and other embedded items and into corners. 9. Bring slab surfaces to the correct level with a straightedge and strike off. Use bull floats or derbies to smooth the surface, leaving it free of humps or hollows. Do not sprinkle water on the plastic surface. Do notQisturb the slab surfaces prior to beginning finishing operations. 10. Maintain reinforcing in the proper position during coli terplacem6it operations. —L C. Cold Weather Placing —7,7J, 07 1. Protect concrete work from physical damage or reduc d'strength w(titl, could be caused by frost, freezing actions, or low .empei-atures,, it compliance with ACI 306 and as herein specified. 2. The use of set accelerators will not be allowed except with the Engineer's specific permission and only when other methods of protection are not practicable or adequate. If the use of an accelerator is permitted, it shall be a product without calcium chloride. 3. When air temperature has fallen to or is expected to fall below 40 degrees F., uniformly heat all water and aggregates before mixing as required to obtain a concrete mixture temperature of not less than 50 degrees F. and not more than 80 degrees F. at point of placement. Maintain the concrete at a temperature of 50-55 degrees F. for at least the first three (3) days and above freezing for the next three (3) days. The temperature of the air surrounding the concrete shall be gradually reduced to the outside air at a rate not exceeding 25 degrees in 24 hours. 4. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 2 SECTION 03300 CAST -IN-PLACE REINFORCED CONCRETE 5. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators. unless specifically accepted in writing by the Engineer. D. Hot Weather Placing 1. When hot weather conditions exist that would seriously impair the quality and strength of concrete, place concrete in compliance with ACI 305 and as herein specified. 2. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90 degrees F. and above 75 degrees F. insofar as practicable. Mixing water may be chilled or chopped ice may be used to control the concrete temperature provided the water equivalent of the ice is calculated as part of the total amount of mixing water. 3. Cover reinforcing steel with water -soaked burlap, so that the steel temperature will not exceed the ambient air temperature immediately before embedment in concrete. 4. Do not use retarding admixtures unless specifically accepted in mix designs. 3.10 CURING A. Concrete shall be cured in a manner which will prevent loss of moisture from the concrete surface and keep the concrete in a continuously moist condition for at least seven (7) days. B. Formed Concrete: If forms are removed sooner than seven (7) days after placement of concrete, curing shall be continued until at least seven (7) days have elapsed by application of membrane curing compound of type specified or as otherwise approved by the Engineer. Apply in accordance with the manufacturer's instructions. C. Slabs: Curing shall begin immediately upon completion of specified finishing operations. Methods of curing may be by continuously covering with damp burlap, or lapped curing paper, or membrane curing compound of types specified and r.:t compatible with the finish which will be applied to the slab. D Interior Slabs: Apply curing -sealer membrane. r r Aim 3.11-- SHOaING 1D BRACING A Cont rete shall be protected by shoring or bracing as required to prevent damage by J supci`osed loads. Temporary- storage or traffic loads shall be limited to the designed strength of the structure or to the portion of that strength developed at the time such loads are applied, except with written permission of the Engineer and with special temporary shoring as required by the Engineer. No stacking, backfilling, or other operations shall be allowed which will place excessive lateral loads against walls. B. All required shoring and bracing shall be designed by competent and qualified registered engineers. Working drawings and calculations showing the intended work shall be submitted to the Engineer for review prior to execution. 10 SECTION 03300 CAST -IN-PLACE REINFORCED CONCRETE G 3.12 CONSTRUCTION TOLERANCES A. Contractor is responsible for setting and maintaining concrete foinlwo&lso as to insure erection of completed work within tolerances necessary tcraccommodat 6& installation of other rough and finish materials. Any remedial w6ik n�ssaty for correcting excessive tolerances is the responsibility of the Contractor aAd shall be done at no additional cost to the Owner. B. In addition, erected work that exceeds following specified tolerance limits shall be remedied or removed and replaced at no additional cost to the Owner. C. Variations listed below, in established lines, grades and dimensions of completed concrete work are maximum permissible: 1. Variation from plumb: a. In line and surfaces of walls. In 10'-0", 1/4" maximum for the entire length. C 2. Variations in location 1/2" of sleeves through main structural members, floors and openings. 3. Variation in thickness of slabs and walls. Minus 1/4". Plus 1/2" 4. Footings: a. Variations in dimensions in plan. Minus v4", Plus 2" b. Misplacement or eccentricity: 2% of footing width, width of direction of misplacement but not more than 2" C. Reduction in specified thickness. Minus 5% of specified thickness) 3.13 REPAIR AND PATCHING OF CONCRETE A. Concrete work not in accordance with the specifications, not formed as shown on the drawings, out of alignment or level, or showing a defective surface, shall be removed and completely replaced if directed by the Engineer. Slight imperfections in appearance of the structure may be patched, provided the permission of the Engineer is obtained prior to patching. B. Block-outs and areas where patching is required shall be cleaned of all dust, dirt, grease, laitance and loose or spalling concrete and be given a brush applied coat of epoxy bonding agent. The compound shall be mixed in accordance with the manufacturer's instructions. The patching mortar shall be freshly mixed and shall be composed of the same materials and proportions as were used for the original concrete, including the admixture, except that the coarse aggregate shall be omitted and fine aggregate substituted therefor. The placing of mortar shall begin immediately after the bonding compound is applied and shall be completed within the manufacturer's recommended time. The Bonding Compound must be sticky to the touch during placing of mortar. The patching shall be finished to match adjoining concrete and cured and protected as specified for concrete. C. Holes left by withdrawal of rods or by removal of end ties shall be filled solid with mortar, using epoxy bonding compound in the same manner as specified above. For holes passing entirely through the wall a plunger -type gun or other device shall be used to force the mortar through the walls starting from the back face. A piece of burlap or canvas shall be held over the holes on the outside, and when the holes are completely filled, the excess mortar shall be struck off with the cloth flush with the surface. 11 SECTION 03300 CAST -IN-PLACE REINFORCED CONCRETE Holes not passing entirely through the wall shall be filled using small tools that will pack the hole solid with mortar. Excess mortar at the surface of the wall shall be struck off flush with a cloth. D. Repair of defective concrete, performance of required patching and/or filling of holes shall be performed and completed as soon as possible. Exposed concrete shall be repaired immediately upon stripping of forms. Concrete which will be concealed or against which earth will be placed, must be repaired in time to allow such operations to proceed as scheduled. 3.14 SURFACE FINISHES A. Surfaces of all exposed concrete shall be smooth, of uniform color, texture and appearance. All outside comers shall have 3/4" chanifer, and be clean and straight with unbroken edges. Constriction joints shall be true to line. 3.15 FLOOR FINISHES A. Trowel Finish: Trowel smooth all interior floor slabs. B. Broom Finish: Trowel exterior slabs, walks and platforms to a smooth uniform finish using a mag float. After floating, drag a brush, hair broom, lightly over the surface with parallel strokes perpendicular to traffic to produce a slightly textured finish. C. Holes left by withdrawal of rods or by removal of end ties shall be filled solid with mortar, using epoxy bonding compound in the same manner as specified above. For holes passing entirely through the wall a plunger -type gun or other device shall be used to force the mortar through the walls starting from the back face. A piece of burlap or canvas shall be held over the holes on the outside, and when the holes are completely filled, the excess mortar shall be struck off with the cloth flush with the surface. Holes not passing entirely through the wall shall be filled using small tools that will pack the hole solid with mortar. Excess mortar at the surface of the wall shall be struck off flush with a cloth. D. Repair of defective concrete, performance of required patching and/or filling of holes shall be performed and completed as soon as possible. Exposed concrete shall be repaired immediately upon stripping of forms. Concrete which will be concealed or against which earth will be placed, must be repaired in time to allow such operations to proceed as scheduled. 3.14 SURFACE FINISHES A. C- 1, of exposed concrete shall be smooth, of uniform color, texture and appearance. Outside corners exposed to view shall have 3'4" chamfer, and be clean =w = ,-and str aaight with unbroken edges. Construction joints shall be true to line. LZ .,.t END OF SECTION 03300 w a . N 12 SECTION 04220 CONCRETE UNIT MASONRY INDEX PART 1 — GENERAL 1.1 Work of this Section 1.2 Submittals 1.3 Materials Testing 1.4 Job Conditions PART2—PRODUCTS 2.1 Materials 2.2 Mixes PART 3 — EXECUTION o 3.1 Installation o 3.2 Reinforced Masonry 3.3 Bracing 3.4 Cleaning Cn 3.5 Masonry Special Inspection PART 1 - GENERAL c� 1.1 WORK OF THIS SECTION A. Concrete Unit Masonry used in non -cavity wall construction. B. Reinforcing for embedment. C. Miscellaneous items necessary to completion of above. D. Mortar. E. Grouting of hollow metal frames in masonry partitions. 1.2 ' SUBMITTALS A. Certification: 1. Prior to delivery of masonry units to job site, submit a letter from manufacturer of masonry unit, certifying that masonry units delivered to job site are in strict conformance with provisions of this section of specifications. B. Reinforcing Materials: 1. Provide Shop Drawings showing sire, grade, quantity of reinforcement, mill test reports, method of support and fastening, bending and placing sched- ules, diagrams, material grades and relation of reinforcement to adjacent materials. C. Product Data: 1. Submit product data on masonry accessories. 1.3 MATERIALS TESTING A. Prepare test specimens in accordance with the requirements of the governing building code and IF requested by Engineer. 1 SECTION 04220 CONCRETE UNIT MASONRY B. Tests, consisting of three prisms each made in the field from materials currently in use, shall be conducted for each 5000 square feet. or Iraction thereof, of masom-N. throughout the course of construction. Not less than three such tests shall be conducted for the project. C. Mortar and grout tests shall be conducted on materials used to construct the first set of three prisms above. In the event such tests fail to achieve the required strength, perform additional testing as required by the Engineer. 1.4 JOB CONDITIO_YS A. Protection: 1. Protect masonryagainst freezing when outside air temperature is lower than forty- degrees Fahrenheit. 2. Heat materials and provide temporary protection of completed portions of masonry work. Masonry when laid shall be above 40T with 48T air temperature maintained on both sides of masonry for 72 hours (minimum). 3. Comply with "Constnuetion and Protection Recommendations for Cold Weather Masonry Construction", Technical Notes on Brick and Tile Construction by Brick Institute of America. PART 2 -PRODUCTS 2.1 MATERIALS A. Concrete Block: 1. Concrete block shall be manufacturer's standard units in shapes and sizes. 2. Units shall be cured by one process and shall be uniform in texture and color. 3. Concrete block shall conform to requirements of ASTM C 90 for c load-bearing concrete units, Grade N. Type I, light weight. Shrinkage of standard concrete blocks shall not exceed amount recommended in ASTM C 426. '� At the time of delivery to job site, concrete masonry units shall have a value ca in weight of contained water, of not more than 35% of fully saturated content for unit tested. ® 6:` a -a Ship units from factory, and store at job site with necessary protection to prevent increase of water content from rain and other sources. 7. Provide 2 -hour fire -rated concrete block with U.L. Certification that they, meet requirements stipulated by U.L. for fire -rated units. S. Moisture absorption shall be limited to maximum twenty-five percent saturation prior to installation. B. Steel Reinforcement: 1. Steel reinforcement for reinforced brick masonry shall conform in quality to the following specifications of the American Society for Testing and Materials: a. Billet -Steel Bars for Concrete Reinforcement ASTM A 615. b. Cold -Drain Steel Wire for Concrete Reinforcement ASTM A 82. 2 SECTION 04220 CONCRETE UNIT MASONRY C. Welded Steel Wire Fabric for Concrete Reinforcement ASTM A 185. 2. Reinforcement shall be accurately formed to dimensions indicated on Drawings. 3. Bars shall be cold bent. 4. Metal reinforcement shall be straightened or repaired in manner that will not injure material. Bars with kinks or bends not shown on Drawings shall not be used. 5, Heating of reinforcement will be permitted only when entire operation is reviewed by Architect. C. Horizontal Joint Reinforcing: I. Welded wire units shall be heavy duty prefabricated in straight lengths no less than 10' long with matching corner and tee units. Fabricate from cold -drawn steel wire complying with ASTM A 82 with deformed continuous side rods and plain cross -rods and unit width of 11/2"to 2" less than partition thickness. 2. Provide ladder type for single wythe fabricated with single pair of nine gage cross -rods spaced on no more than 16" centers. a 3. Approved manufacturers: a. DUR-O-WALL b. SOUTHERN WIRE MESH r _ c. LOX -ALL; r Cn d. AA WIRE PRODUCTS r;g e. NATIONAL `VIRE 4. For use in interior partition walls, fabricate from plain wire,"unmated. For use in exterior walls, fabricate with 1.5 ounce wire zinc coating complying with ASTM A 153, hot -dipped galvanized after fabrication. D. Wire Ties 1. Individual Wire Ties: a. Fabricate from 3/16" cold -drawn steel wire complying with ASTM A 82 of length required for proper embedment in wythes of masonry shown. Ties shall be dovetail anchor type, 2 piece, with standard triangular shape, to fit cast -in-place dovetail slot. Ties shall be hot -dipped galvanized with 1.5 ounce zinc coating after fabrication. b. For use with hollow masonry units laid with cells vertical, provide rectangular shaped ties. E. Miscellaneous Materials: L Joints: a. Control joints at concrete pilasters or columns for standard block walls: 1) Extruded solid rubber, ASTM D 2240 durometer of 80. 2) Shear section 5/8" thick. 3) Flange 5116" thick. 4) Control joint width, 3/8 3 SECTION 04220 CONCRETE UNIT MASONRY b. Control joints for standard block walls shall be factory molded rubber with a compressible concave neoprene compound edge and a 4 durometer hardness of 80. C. Control joints for 12" concrete block: 1) PVC conforming to ASTM D 2287. 2) ASTM D 2240 durometer hardness of 85. d. Approved manufacturers: 1) DUR-O-WALL 2) AA WIRE PRODUCTS 3) Architect approved equivalent. 3. Masonry Cleaner: a. Masonry cleaner shall be "Sure Clean 101" or "Sure Clean 600" manufactured by PROCESS SOLVENT CO. as recommended by manufacturer for appropriate masonry units. 4. Concrete Inserts: a. Malleable iron of type and size shown, not less than 12 gage steel, hot -dip galvanized, zinc coating according to ASTM A-153. b. Dovetail slots: 1" wide, I" deep, 5/8" wide face, 22 gage hot -dipped galvanized steel with polyurethane filler. 2.2 MIXES A. Mortar and Grout Materials: 1. Mortar and grout shall conform to following: a. Portland Cement ASTM C 150, Type I. b. Hydrated Lime: ASTM C 207, Type S (non -air entrained). C. rine Aggregate: ASTM C 144 except that sand for mortar in 1/4" joints shall pass a No. 16 sieve. d. Coarse Aggregate: ASTM C 404. e. Water shall be clean and potable. f. Mortar proportions: Based on requirements of ASTM C 270 as n modified by this Section. S t g. Mortar for concrete block shall be Type S. �. p02 _ -- h. Mix mortar mechanically for 3 to 5 minutes, apply within 2 hours. -n 2M:- Grout for Reinforced Masonry m ria a a. Fine and Coarse Grout: Comply with ASTM C476. Grout shall - contain a minimum of six sacks of Portland Cement per cubic yard. Add sufficient water to provide proper consistency without segregation for pouring or troweling (9" to 11" slump). Minimum 28 -day compressive strength of 2000 psi required. Grouting of unit masonry shall be by transit mixed grout. b. Fine Grout (spaces less than 2" wide): Proportion by volume. One part Portland Cement, with not more than one-tenth part hydrated lime or lime putty added, and two and one-fourth to three parts sand. 4 SECTION 04220 CONCRETE UNIT MASONRY C. Coarse Grout (spaces 2" to 4" wide): Proportioned by volume. One part Portland Cement with not more than one-tenth part hydrated lime or lime putty added, and two to three parts sand, and not more than two parts gravel. PART 3 EXECUTION P 3.1 INSTALLATION o A. Wetting: � SECTION 04220 CONCRETE UNIT MASONRY 3. Accommodate and build -in items furnished by others; provide chases and recesses required by trades; set nailers, lintels. 4. Install flashing over exterior steel lintels, under window sills and elsewhere as required by Drawings. Flashings shall weep moisture to exterior through weep holes placed in bed joints. 5. Grout hollow metal fraanes hill; hold masonry back from joints approximately 1/4". Rake frame to masonry joints back approximately 14", leave ready to accept caulking. 6. Provide bond beams. E,. Reinforcing and Anchorage: 1. Install horizontal joint reinforcement in partitions at 16" center to center using nominal wall width units end -lapped 6" minimum, interrupted only where control and expansion joints are required. 2. Bond partition intersections and corners with fabricated sections having 16" minimum length legs. 3. Additional reinforcing in the two courses above and below openings shall extend Y beyondjamb limits. 4. Interior partitions shall terminate at structure above with open joint left clean and ready to accept sub -caulking fillers, fire safing material and caulking. 5. Cavity wall interior Wythe shall terminate at structure above with open joint left clean and ready to accept sub -caulking fillers and caulking. 6. Provide additional wire ties within 8 of openings and discontinuities, i.e., windows shelf angles. vertical expansion joints, etc. 7. The clear distance between the wire tie and the outside face of brick shall be between 5/8" and 1-3/4". 3.2 REINFORCED MASONRY A. General: 1. Where indicated, reinforce masonn Ni ith deformed steel reinforcing bars and grout as indicated. 2. Construct with vertical alignment of cells and other spaces to be grouted to provide continuous unobstructed openings. W,. T 3., _„ Grout spaces less than 2" in width with fine grout using low -lift grouting ;`4-.^ techniques. In spaces greater than 2", use coarse grout using high -lift `>- grouting techniques. r,°24. , Z3 Hold mortar in bed joints back 1/4" from edges of masonry unit adjacent to � grout spaces, bevel back and upward from grout space. Keep mortar 6droppings out of grout spaces. Head and bed joints shall be formed by shoving units at least 112" into place. "5. Support vertical reinforcement in position at top and bottom of lift and at intervals not exceeding 192 bar diameters. 6. When the grouting is stopped for one hour or longer, stop pouring of grout 11/2" below the top of the uppermost unit. 6 SECTION 04220 CONCRETE UNIT MASONRY B. Low -Lift Grouting: Lay up masonry units, install reinforcing, and grout in lifts not exceeding 4' high. Immediately consolidate grout by puddling or with mechanical vibration sufficient to cause grout to completely fill all grout spaces. 3.3 BRACING A. Adequately brace masonry until cured and permanently supported. 3.4 CLEANING A. Brush and scrape masonry free from mortar waste as masonry is laid. B. Masonry shall be cleaned only with approved commercial masonry cleaner no acid allowed. Dilution of masonry cleaner shall follow manufacturer's recommendations for specific masonry units. C. Protect all adjacent materials to prevent damage of any kind. 3.5 MASONRY SPECIAL INSPECTION A. Testing Agency shall provide special inspection complying with the requirements of the goveniing building code during the construction of work designated on the drawings as "special inspection required." 1. Special inspection shall be performed by personnel experienced in masonry construction and acceptable to the building official and Engineer. B. Special inspection shall be performed according to the schedule specified below for compliance with drawings and standards cited herein: 1. Observe preparation of all masonry prisms and preparation of all grout and mortar specimens. 2. For masonry constructed by low -lift grouting techniques, observe the following on a schedule of not less than 2 times each day that masonry construction is in progress: a. Proportioning, mixing, and placing of mortar and grout. b. Placement of masonry units. C. Type, size and location of reinforcing ties, and accessories. C. Daily reports of all special inspections shall be prepared and distributed as specified herein within 48 hours of the time the inspections were made. Provide other reports as required by the governing building code. END OF SECTION 04220 N d a Cl) C_ U1 Flo ry C7 7 SECTION 06100 ROUGH CARPENTRY PARTI-GENERAL 1.1 SECTION REQUIREMENTS A. Submit model code evaluation reports for wood products, as requested by Engineer. PART2-PRODUCTS 2.1 LUMBER, GENERAL A. Dressed lumber, S4S, 19 percent maximum moisture content for 2" thickness, marked with grade stamp of inspection agency. 2.2 TREATED MATERIALS A. Preservative -"Created Materials: ACQ. 40 No. 2 better southern yellow pine lumber, labeled by an inspection agency approved by ALSCs Board of Review. 1. Wood members in connection with roofing, flashing, vapor barriers, and waterproofing. 2. Concealed members in contact with masonry or concrete. 3. Wood framing members less than 18 inches (460 mm) above grade. 2.3 LUMBER- LSL A. Dimension Lumber: The following grades per inspection agency indicated. 1. Non -Load -Bearing Interior Partitions: No. 2 Construction SPF grade. 2. Framing Other Than Non -Load -Bearing Partitions: Construction No. 2 or better SPF. B. Concealed Boards: 19 percent maximum moisture content: No.2 Grade SPF or better. C. Miscellaneous Lumber: No. 2 or better SPF for nailers, blocIp9g, and similar members. ci 2.4 FASCIA SOFFIT SYSTEM A. White soffit, white fascia. :M 2.5 MISCELLANEOUS _ A. Fasteners: Size and type indicated. Where rough carpentry isin area o�' high relative humidity, provide fasteners with a hot -dip zinc coating per ASTM 4-153 or of Type 304 stainless steel. 1. Bolts: Steel bolts complying with Grade 5,hex nuts and, where indicated, flat washers. 2. Grade 5 bolts, washer, and nuts for hailers to steel beams. 3. Self -drilling screws for fastening wall studs to steel columns. 4. Nails/screws meeting nailing codes. C. Sill Plate -Sealer: Foam type -corrugated design in widths to match plate size D. Adhesives for Field Gluing: APA AFG-01. SECTION 06100 ROUGH CARPENTRY PART 3 - EXECUTION 3.1 INSTALLATION A. Fit rough carpentry to other construction; scribe and cope for accurate fit. Correlate location of furring, blocking, and similar supports to allow attachment of other construction. B. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated, complying with the following: L CABO NER-272 for power-driven staples. P-nails, and allied fasteners. 2. Published requirements of metal framing anchor manufacturer. 3. "Table 1705.1—Fastening Schedule" of the Standard Building Code and "Table 23-I-Q Nailing Schedule" of the Uniform Building Code. C. Use hot-dip galvanized or stainless-steel nails where rough carpentry is exposed to weather, in ground contact, or in area of high relative humidity. D. Installation of Structural-Use Panels: Comply with applicable reconnnendatiotts contained in APA Form No. E30 and as follows: l . Girts: Nail to stud framing with 10 d. END OF SECTION 06100 c.; n 0 PJ SECTION 07115 MEMBRANE WATERPROOFING INDEX PART1-GENERAL 1.1 Quality Assurance 1.2 Submittals -As requested 1.3 Description 1.4 Product Delivery, Storage and Handling 1.5 Warranty PART I1—PRODUCTS 2.1 Materials PART III — EXECUTION 3.1 Inspection 3.2 Preparation 3.3 Installation 3.4 Testing PART 1 -GENERAL 1.1 DESCRIPTION b CJ c_ Cil 0 A. Work included: Provide waterproofing membrane where shown on drawings, and or specified herein. 1.2 QUALITY ASSURANCE A. Manufacturer: Obtain primary waterproofing materials of each type required from a single manufacturer, to greatest extent possible. Provide secondary materials only as recommended by manufacturer or primary materials. B. Pre -installation Conference: Prior to installation of waterproofing and associated work meet at project site with waterproofing installer and installers of each component of associated work, including manufacturers' representatives and inspection personnel, to coordinate related requirements with waterproofing work. Review material selections and procedures to be followed in performing work. Notify Engineer and Owner at least 48 hours before conducting meetings. C. Use adequate number of workmen that are acceptable to the manufacturer as possessing necessary skills to provide a quality installation. 1.3 SUBMITTALS — AS REQUESTED A. Manufacturer's data and installation recommendations. B. Technical data to demonstrate equal or surpassing physical requirements of waterproofing membrane approved by Engineer. (Tensile strength, penetration strength, resealing etc.) C. Samples, 5 inches x 5 inches of sheet membrane waterproofing, drainage core, tapes, fasteners and auxiliary materials as requested by the Engineer SECTION 07115 MEMBRANE WATERPROOFING 1.4 SAFETY A. Bituthene products must be properly handled. Vapors from the solvent based primer and mastic are harmful and flammable. For these products, the best available information on safe handling, storage, personal protection, health and environmental considerations has been gathered and is available on Material Safety Data Sheets (MSDS). All users should acquaint themselves with this information. Carefully read detailed precaution statements on product labels and MSDS before use, or contact Grace Construction Products. 1.5 PRODUCT DELVIERY, STORAGE & HANDLING A. Protect all materials from rain and physical damage. Do not double stack pallets of membrane on the jobsite. Provide tarpaulin cover on top and all sides, allowing for adequate ventilation. B. Store membrane where temperatures will not exceed 90 degrees F for extended periods. In low temperature conditions, the membrane should be stored above 40 degrees F to promote good adhesion. C. Store all products in a dry area away from high heat, flames or sparks. Store only as much material at point -of -use as required for each day's work. D. Deliver to job site in containers with labels and seals intact. E. Store off ground and under waterproof cover. F. Immediately remove any damaged material from the jobsite. 1.6 WARRANTY A. Warrant material to be free of defects and replace any found to be detective at no cost to the owner. Provide 5 year manufacturer's warranty on materials. PARTII-PRODUCTS 2.1 MATERIALS A. Acceptable Manufacturer — 1. Grace Construction Products — Bituthene 3000 and Hydroduct 220 2. Engineer Approved Equivalent — Submit to Engineer per General c� Conditions for review 13 Wterproofng membrane C C� = Membrane meeting or exceeding the following physical properties: s ? (Larger sheets also available). j a. Puncture resistance at 50 lbs. ASTM E154 g w b. Membrane tensile strength at 325 psi ASTM D412 (Die C) ` Modified N C. Water permeability through membrane at 0.05 perms, ASTM E96 d. Resistance to hydrostatic head at 200 feet :ASTM D5385 C. Percent elongation at 300%.: ASTM D412 — Modified f. Thickness — 0.060" nominal — ASTM D3767 ,Method A SECTION 07115 MEMBRANE WATERPROOFING All physical properties shall commence immediately and be unchanged through a 28 day test. C. Drainage Composite 1. Hydroduct 220 a. C. e. f. 9. h. PART III - EXECUTION Drain core thickness, ASTM C366 -B - 0.433" Compressive strength, ASTM D1621 (modified) - 15,000 psf Flow, 1.0 gradient, 37.9 kPa load, ASTM D4716 - 16 gal/min/ft Filter fabric Apparent opening size, ASTM D4751�f 100 US sieve rN Permittivity, ASTM D4491 - 150 gal/min/fE- -, r Tensile strength, ASTM D4632 - 110 lb Mullen Burst, ASTM D3786 - 215 psi �- Puncture, ASTM D4833 - 65 lb r`v 0 3.1 INSPECTION A. General: Examine surfaces specified to receive waterproofing to ensure they are in condition acceptable to manufacturer's requirements. Do not proceed with installation until voids greater than 3/8 inch are filled with grout or mastic and sharp protrusions are removed. B. Do not install membranes in standing water. C. Ensure that surfaces to receive tape products are free of dust, dirt, snow, ice, form release oils and other containments. 3.2 PREPARATION A. Layout: Lay out project to determine and anticipate conditions prior to start of work. Note termination and penetration conditions to determine methods for creating a waterproof envelope. B. Surface Condition - Concrete must be smooth, monolithic and free of voids, spalled areas, loose substrate and sharp protrusions, dirt and debris, and must contain no visible coarse aggregate. Repair defects such as spalled or poorly consolidated areas. C. Concrete must be cured a minimum of 7 days for normal structural concrete D. Apply manufacturer's primer as recommended. 3.3 INSTALLATION A. Coordinate as required with other trades to assure proper and adequate provision in the work of those trades for interface with the work of this Section. B. Install the composite membrane waterproofing where shown on the Drawings and in accordance with the Manufacturer's recommendations as approved by the Engineer. SECTION 07115 MEMBRANE WATERPROOFING C. At wall -to -footing inside corners: Treat the inside corner by installing a 3/4"fillet oCBituthene Liquid Membrane. Apply 12" wide strip of membrane centered over fillet. Apply wall membrane over inside corner and extend 6" onto footing. Apply V wide troweling of Bituthene Mastic or Bituthene Liquid Membrane over all terminations and seams within 12" of corner D, Application to Vertical Surfaces 1. Apply membrane in lengths up to 8'. 2. Overlap all seams 2 1,12" minimum. 3. On higher walls, apply membrane in 2 or more sections with the upper overlapping the lower by at least 2 112". Roll membrane with a hand roller. 4. 1 erminate the membrane at grade level. Press the membrane firmly to the wall with the butt end of a hardwood tool such as a hammer handle, or secure into a reglet. A termination bar may be used to secure the top termination. Failure to use heavy pressure at terminations can result in a poor seal. S, Terminate the membrane at the base of the wall if the bottom of the interior floor slab is at least 6" above the footing. Otherwise, use appropriate inside corner detail where the wall and footing meet. c 6: Seal all laps within 12" of all comers with a troweling of mastic. Apply a troweled bead of Bituthene Mastic or Bituthene Liquid Membrane to all vertical and horizontal terminations at the end of each workday. Protrusions and Penetrations- Apply membrane to within 1" of the t _, base of the protrusion. Apply Liquid Membrane 0.090" thick C) around the protrusion. Extend Bituthene Liquid Membrane over c.. the sheet membrane at least a minimum of 6" for vertical applications. E. Membrane Repair 1. Patch tears and inadequately lapped seams with membrane. Slit fishmouths and repair with a patch extending 6" in all directions from the slit and seal edges of the patch with Bituthene Mastic. 2. Inspect the membrane thoroughly before covering and make any repairs. 3. Install IIydroduct 220 Drainage Composite or alternate protection the same day the membrane is applied or immediately after a the flood test. No waiting before backfill or application of wearing course is necessary. F. Protection 1. Protect Bituthene membranes to avoid damage from other trades' construction materials or backfill. Place protection immediately in temperatures above 77 degrees F to reduce potential for blistering. SECTION 07115 MEMBRANE WATERPROOFING 2. On vertical applications, use Hydroduct 220 Drainage Composite. Adhere Hydroduct 220 to membrane with Hydroduct Tape. 3. Alternative protection methods are to use 1/4" extruded polystyrene that has a minimum compressive strength of 10 lb/in' . If 1/4" extruded polystyrene protection board is used, backfill should not contain sharp rock or aggregate over 2" in diameter. A Adhere polystyrene protection board with Hydroduct Tape or compatible adhesive. 4. Cover any exposed Bituthene membrane with weather resistant flashing such as copper, aluminum or neoprene. G. Placement of Backfill 1. Use care during backfill operation to avoid damage to waterproofing and drainage system. 2. Follow generally accepted practice for backfill and compaction. 3. In general, backfill or the final wearing course should be placed as soon as possible after installation of the membrane. 3.4 TESTING A. Before backfilling conduct flood testing of area covered by waterproof membrane. Coordinate flood testing with owner and engineer. Maintain water pressure over the membrane for a minimum of 2 hours. Repair all lcaks and re -test until no leakage observed before membrane is covered by backfill. END OF SECTION 07115 0 0 0 _ cs , S2 5 SECTION 07410 METAL ROOF PANELS PARTt- GENERAL 1.1 SUMMARY A. Section includes: Factory -formed metal roofing or soffits, including flashing and accessories. Metal roofing includes: Snap-On Standing Seam Panels B. Related Sections: Section(s) related to this section include: 1. Wood Framing and Decking: Division 6 Rough Carpentry Section. 2. Flashing and Trim: Division 7 Flashing and Sheet Metal Section. 3. Sealants: Division 7 Joint Sealers Sections. 1.2 REFERENCES A. American Society for Testing and Materials (ASTM): 1. ASTM A653 - Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc - Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process. 2. ASTM B209 - Specification for Aluminum and Aluminum -Alloy Sheet and Plate. 3. ASTM E283/1680 - Test Method for Determining the Rate of Air Leakage Through Exterior Windows, Curtain Walls and Doors Under Specified Pressure Differences Across the Specimen. B. Underwriters Laboratories (UL Classified Tests): 1. UL 263 - Fire Tests of Building Construction and Materials 2. UL 580 -Test for Wind -Uplift Resistance of Roof Assemblies 3. UL 790 - Test for Fire Resistance of Roof Covering Materials C_ T 4. UL 2218 - Impact Resistance Test K = u C. Sheet Metal and Air Conditioning Contractors National Association,_(-S1vIACN A): �"" 1. SMACNA Architectural Sheet Metal Manual ? a 1.3 SYSTEM DESCRIPTION A. Performance Requirements: Provide sheet metal roofing that has been manti6etured, fabricated and installed to withstand structural and thermal movement, wind loading and weather exposure to maintain manufacturer's performance criteria without defects, damage, failure of infiltration of water. 1. Wind -Uplift: Roof panel assembly shall comply with UL Classification 580 for UL Classified 90 rated assemblies 2. Static Air Infiltration: Completed roof system shall have a maximum of .06 cfm/sf with 6.24 kPa air pressure differential as per ASTM E283/1680. 3. Water Infiltration: No evidence of water penetration at an inward static air pressure differential of not less than 6.24 psf) and not more than 12.0 psf as per ASTM E331/1646. 4. Minimum roof slope for metal panel system —1 inch vertical per horizontal foot. 1.4 SUBMITTALS A. General: Submit listed submittals in accordance with General Conditions and Division 1 Submittal Procedures Section. 1. Product Data: Submit product data, including manufacturer's product sheet, for specified products. SECTION 07410 METAL ROOF PANELS B. Shop Drawings: 1. Submit complete shop drawings and erection details, approved by the metal roofing manufacturer, to the engineer for review. Do not proceed with manufacturer of roofing materials prior to review of shop drawings and Yield verification of all dimensions. Do not use drawings prepared by the engineer for shop or erection drawings. 2. Shop drawings show roof plans, elevations, methods of erection, and flashing details. C. Performance Tests: I. Submit certified test results by a recognized testing laboratory in accordance with specified test methods for each panel system. D. Samples: Submit selection and verification samples for finishes, colors and textures. E. Quality Assurance Submittals: Submit the following: 1. Certificates: Product certificates signed by manufacturer certifying materials comply with specified performance characteristics and physical requirements. 2. Manufacturer's Instructions: Manufacturer's installation instructions. F, Closeout Submittals: Submit the following: 1. Operation and Maintenance Date: Operation and maintenance date for installed products. Include methods for maintaining installed products and precautions against cleaning materials and methods detrimental to finishes and performance. ?y Project Warranty: Warranty documents specified herein. A: 'Manufactures warranty: Submit, for Engineer's acceptance, manufacturers - Standard warranty document executed by authorized company official. Nlattufacturer's warranty is in addition to and not limited of, other rights the 6AUer may have under the contract documents. Warranty to be for 20 year leak ,fee system with no dollar limit and color finish warranty ` a7_:z;'1,1arran1y Period: 20 years commencing on Date of Substantial Completion. ra c� u� 1.5 QE�ALITY ASSURANCE A. Installer Qualifications: Installer experienced in performing work of this section who has specialized in the installation of work similar to that required for this project. 1. Certificate: When requested, submit certificate indicating qualifications. B. Sheet Metal Industry Standard: Comply vvith Sheet Metal and Air Conditioning Contractors National Association( SMACNA) Architectural Sheet Vetal Manual. C. Pre -Installation Meetings: Conduct pre -installation meeting to verify project requirements, substrate conditions, Manufacturer's installation instructions and manufacturer's warranty requirements. 1.6 DELIVERY. STORAGE AND HANDLING A. General: 1. Ordering: Comply with manufacturer's ordering instructions and lead-time requirements to avoid construction delays. B. Delivery: Deliver materials in manufacturer's original, unopened, undamaged containers with identification labels intact. Identify fabricated components with UL 90 Classified label where appropriate. SECTION 07410 METAL ROOF PANELS C. Storage and Protection: Store materials protected from exposure to harmful conditions. Store material in dry, above ground location. 1. Stack prefinished material to prevent twisting, bending, abrasion, scratching and denting. Elevate one end of each skid to allow for moisture to runoff. 2. Prevent contact with material that may cause corrosion, discoloration or staining. 3. Do not expose to direct sunlight or extreme heat trim material with factory applied strippable film. 1.7 PROJECT CONDITIONS A. Field Measurements: Verify actual measurements/openings by field measurements before fabrication; show recorded measurements on shop drawings. Coordinate field measurements, fabrication schedule with construction progress to avoid construction delays. 1.8 WARRANTY A. Manufacturer's Warranty: Submit, for Owner's acceptance, manufacturer's standard warranty document executed by authorized company official. Manufacturer's warranty is in addition to and not a limitation of, other rights Owner may have under the Contract Documents, 1. Warranty : 20 -year non -prorated roof system warranty covering leaks (no dollar limit), color finish, including color, fade, chalking and Film integrity. 20 years commencing on Date of Substantial Completion. PART 2 -PRODUCTS 2.1 SHEET METAL ROOFING A. Approved Manufacturer: 1. Petersen Aluminum Corporation 2. Approved Manufacturer : Acceptable on slope per plans a. Submit product data to Engineer per General Conditions -for revipiv and potential approval :D � ., c u L B. PAC -CLAD Snap-On Tite-Loc Panels: 1. Type: Standing Seam 2. Seam Height: 1 inch minimum 3. Material: 24 ga G-90 Hot -dipped Galvanized Steel 4. Panel Dimension: maximum 18 inches r 5. Texture: Smooth c� 6. Rating UL Classified 90 rated (wind uplift) panel assembly. 7. Flashing and Trim: 24 ga G-90 Steel 8. Fasteners: Non -penetrating clop, manufacturer's standard. C. Panel Finish: 1. Panel Topside: Finish color selected from manufacturer's standard colors. As selected by Owner: 2. Panel Underside: Polyester washcoat with dry film thickness of 0.3 mils. D. Flashing and Trim: Manufacturer's standard flashing and trim profiles, factory formed, gauge as recommended by manufacturer, color and finish to match metal roofing panels. SECTION 07410 METAL ROOF PANELS E. Substitutions: Provide information to Engineer for review and potential approval per General Conditions. 2.2 RELATED MATERIALS A. General: Coordinate use of related materials: 1. Underlaymcm: 40 mil thick Grace Ice and Water Shield 2. Plywood Deck: 5/8" nominal thickness. 3. Nailable Insulation (Alternate Bid) : 3 './z" maximum nominal thickness classified polvisocyanurate foarned plastic, 2 pcf density, with factory laminated 7/16" thick APA rated Oriented Strand Board (OSB). 4. Sealants: Elastometic joint sealants. Refer to Division 7 Joint Sealers Sections. 2.3 FABRICATION A. General: 1. Continuous Length: Fabricate panels 55' and less in one continuous length. 2. Trim and Flashings: Fabricate trim and flashings from same material as roof system material. 3. Portable Roll Former: Panels fabricated by portable roll former shall not be approved. 2.4 FINISHES A. Factory Applied Finish: 1. Topside: Full-strength fluoropolvtner (70% Kynar 500 or Hylar resin) system of 1.0 mil total dry film thickness. 2. Underside: Wash coat of 0.3 - 0.4 mil dry film thickness. 3. Texture: Smooth texture, dull matte specular gloss 25 - 35% at 60' F. 4. Protective film: Strippable vinyl film applied during panel fabrication and finishing. PART 3 - EXECUTION 3.1 MANUFACTURER'S INSTRUCTIONS A. Compliance: Comply with manufacturer's product data, recommendations and installations instructions for substrate verification, preparation requirements and installation. 1. Strippable Film: Remove manufacturer's protective film, if any, from surfaces of roofing panels. 3.2 EXAMINATION A. Site -Verification of Conditions: Verify substrate conditions, which have been :CJ previously installed under other sections, are acceptable for project installation in ,i -decordanee with manufacturer's instructions. 4 SECTION 07410 METAL ROOF PANELS 3.3 PREPARATION A. Coordination: Coordinate metal roofing with other Work (drainage, flashingand trim, deck substrates, parapets, copings, walls) and other adjoining work -to prove a non -corrosive and leak -proof installation. C3_ C `l,1 B. Dissimilar Metals: Prevent galvanic action of dissimilar metals. 3.4 INSTALLATION A. Ice and Water Shield Application 1. Apply underlayment only in fair weather when the air, roof deckatid r membrane are at temperatures of 40 degrees F or higher. ; 2. Cut the membrane into 10' - 15' lengths and reroll loosely. Peel back F - 2' of release liner, align the membrane, and continue to peel the release liner from the membrane. Press the membrane in place with heavy hand pressure. 3. Side laps must be a minimum of 3 1/2" and end laps must be a minimum of 6". 4. For valley and ridge application, peel the release liner, center the sheet over the valley or ridge, drape, and press in place. Split the release paper for faster and easier installation in these detail areas. Work from the center of the valley or ridge outward in each direction and start at the low point and work up the roof. 5. Alternatively, starting with a full roll of membrane, unroll a 3' - 6' "starter strip," leaving the release liner in place. Align the membrane and roll in the intended direction of membrane application. Carefully cut the release liner on top of the full roll in the cross direction being careful not to cut the membrane. Peel back about 6" of the release liner in the opposite direction of the intended membrane application exposing the black adhesive. Hold the release liner with one hand and pull the roll along the deck with the release liner, leaving the starter strip behind. Use the other hand to apply pressure on the top of the roll. Stop frequently to press the membrane in place with heavy hand pressure. When finished with the roll, go back to the beginning, reroll it, and pull the remaining release paper from the material, finishing the installation. 6. Consistent with good roofing practice, install the membrane so that all laps shed water. Always work from the low point to the high point of the roof. Apply the membrane in valleys before the membrane is applied to the eaves. B. Metal Roof panels - General: Install metal roofing panels to profiles, patterns and drainage indicated and required for leak -proof installation. Provide for structural and thermal movement at work. Seal joints for leak -proof installation. 1. Seams: Provide uniform, neat seams. 2. Fasteners: Conceal fasteners where possible in exposed work. Cover and sea] fasteners and anchors for watertight and leak -proof installation. 3. Sealant -Type Joints: Provide sealant -type joint where indicated. Form joints to conceal sealant. Comply with Division 7 Joint Sealants Section for Sealant installation. 3.5 FIELD QUALITY REQUIREMENTS A. Site Tests (Post Installation Testing): Engineer reserves right to perform post installation testing of installed sheet metal roofing. SECTION 07410 METAL ROOF PANELS B. Manufacturer's Field Services: Upon Engineer's request, provide manufacturer's field service consisting of product use recommendations and periodic site visit for inspection of product installation in accordance with manufacturer's instructions 3.6 CLEANING A. Cleaning: Remove temporary coverings and protection of adjacent work areas. Repair or replace damaged installed products. Clean installed products in accordance with manufacturer's instructions prior to owner's acceptance. Remove construction debris from project site and legally dispose of debris. 3.7 PROTECTION A. Protection: Protect installed product from damage during construction. END SECTION 07410 v -f �••j tem•_ C� `: N 6 SECTION 07462 CEDAR SIDING PART 1 -GENERAL 1.1 SECTION INCLUDES A Lap Siding. 1.2 RELATED SECTIONS A. Section 06100 - Rough Carpentry. 1.3 REFERENCES A. Western Red Cedar Lumber Association B. Western Red Cedar Lumber Association Siding" C. Western Red Cedar Lumber Association "Installing Cedar Siding" D. NLGA - National Lumber Grades Authority "Grading Standards". 1.4 SUBMITTALS A. Submit, if requested by Engineer, under provisions of Section 01300. B. Product Data: Western Red Cedar Lumber Association's data sheets on each product to be used, including: 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Installation methods. a. Selection Samples: If requested by Engineer or Owner. For each finished product specified, two complete sets of color chips representing manufacturer's full range of available materials and finished appearance. b. Verification Samples: If requested by Engineer or Owner. For each finish product specified, three samples, nominal size 5 '/2 inches square representing actual product with finished color and texture. 1.5 QUALITY ASSURANCE A. Manufacturer Qualifications: Manufacturer shall be a member of the Western Red Cedar Lumber Association capable of providing all Western Red Cedar siding materials specified in this section. B. Installer Qualifications: 1. Installer shall have three (3) years experience installing cedar trim on the type and size of project specified by this section. C. Installation: Products shall be installed according to Western Red Cedar Lumber Association installation guidelines and adhere to local building codes. 1.6 DELIVERY, STORAGE, AND HANDLING A. Inspect the materials upon delivery to assure that specified products have been received. CD "Designer's Handbook". A_ -:. Fx "Specifying Western Red Cede C. Western Red Cedar Lumber Association "Installing Cedar Siding" D. NLGA - National Lumber Grades Authority "Grading Standards". 1.4 SUBMITTALS A. Submit, if requested by Engineer, under provisions of Section 01300. B. Product Data: Western Red Cedar Lumber Association's data sheets on each product to be used, including: 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Installation methods. a. Selection Samples: If requested by Engineer or Owner. For each finished product specified, two complete sets of color chips representing manufacturer's full range of available materials and finished appearance. b. Verification Samples: If requested by Engineer or Owner. For each finish product specified, three samples, nominal size 5 '/2 inches square representing actual product with finished color and texture. 1.5 QUALITY ASSURANCE A. Manufacturer Qualifications: Manufacturer shall be a member of the Western Red Cedar Lumber Association capable of providing all Western Red Cedar siding materials specified in this section. B. Installer Qualifications: 1. Installer shall have three (3) years experience installing cedar trim on the type and size of project specified by this section. C. Installation: Products shall be installed according to Western Red Cedar Lumber Association installation guidelines and adhere to local building codes. 1.6 DELIVERY, STORAGE, AND HANDLING A. Inspect the materials upon delivery to assure that specified products have been received. SECTION 07462 CEDAR SIDING B. Store materials in safe area, away front construction traffic; store under cover and off ground, protected from moisture. C. Keep materials clearly separated and identified with grade marks legible. Keep damaged material identified as damaged and stored separately. 1.7 PROJECT CONDITIONS A. Maintain environmental conditions (temperature, humidity. and ventilation) within limits recommended by manufacturer for optimum results. Do not install products under environmental conditions outside manufacturer's absolute limits. 1.8 SUPPLEMENTAL MATERIALS A. Fasteners, supports, and hangers shall be provided by manufacturers other than member organizations of the WRCLA, and confornt to the requirements set forth by this section. PART 2 -PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturer: Western Red Cedar Lumber Association, Toll Free Tel: 866-778-9096; Tel: 604-684-0266; Fax: 604-687-4930; Email: request info; Web: www.wTcla.ore B. Requests for substitutions will be considered in accordance with provisions of Section 01600. 2.2 LAP SIDING A.-• Clear Cedar Lap Siding: 1 x 6, Western Red Cedar graded to meet NLGA 'Standards," = "Gradingparagraph 200 Grade: Standard Grade, NLGA 114 a, b, c S ;un 2:' Pattern: Channel Siding. x 3'r Texture: Saw textured LT:.. , U Moisture Content: Kiln -dried. © 5. 2 Finish: Factory primed 6. Finish: Factory finished. 2.3 FASTENERS A. Nails: Material: No. 304 stainless steel. 2. Material: Hot -dipped galvanized per ASTM 153. 3. Type: Ring Shank, 4. Length: Must be sufficient to penetrate solid wood a minimum of 1 1/4" 2.4 PROTECTING FINISH A. Water repellant, fungus and mildew resistant penetrating stain that is resistant to Ultra Violet (UV) light. For solid colors, an alkyd oil primer is SECTION 07162 CEDAR SIDING recommended. 'Cop coats should be 10090 Acrylic Latex. 1. Color: Translucent. B. Follow guidelines of the Western Red Cedar Lumber Association. C. Adhere to coating manufacturer's instructions. C� PART 3 -EXECUTION �m 3.1 PREPARATION A. Coordinate work with related trades; scribe and cope siding boards"for . _ accurate fit. Allow installation of related work to avoid cutting and patching. •- ; B. Select siding boards of longest possible lengths. Discard boards that are`' warped, twisted, bowed, crooked or otherwise defective. 3.2 INSTALLATION A. Follow installation instructions specified in the Western Red Cedar Lumber Association's Installing Cedar Siding publication. B. Installation must comply with local building codes and regulations. C. Finish materials on all sides and ends. Apply touch up coating on new cuts. Factory primed or finishing is preferred. 3.3 ADJUSTING AND CLEANING A. As work proceeds, maintain premises free of unnecessary accumulation of tools, equipment, surplus materials, and debris related to this work. 3.4 MAINTENANCE A. Explain proper maintenance procedures to owner or owner's representative at project closeout. B. Visually inspect siding, caulking, flashing annually for overall condition. Re- apply caulking and coating as necessary. Adjust flashing as required. C. The use of pressure washers is not recommended. END OF SECTION 07462 SECTION 07900 SEALANTS PART 1 -GENERAL _ 1.1 WORK OF THIS SECTION c=' p A. Sealants B. Sealing Gaskets U1 s T I 12 SUBMITTALS A. Samples, if requested by Owner: Submit samples of full range of colors of each type sealant, calk and sealing gasket for selection. B. Product data, if requested by Owner: Submit manufacturer's descriptive literature for each material. C. Location Identification, as requested by Owner: Submit list of locations for each type of material 1.3 DELIVERY & STORAGE A. Deliver materials to job site in the manufacturer's original containers. Containers shall contain following information : I . Name of supplier and material 2. Specification number or formula, lot number 3. Instructions for application, curing time and storage 4. Shelf life B. Store and install backer and sealant tape to prevent deformation of the material. 1.4 WARRANTY A. Contractor shall provide a two year maintenance warranty on all labor and materials furnished under this specification. The warranty will be delivered to the Owner prior to time of project close out. Warranty work performed during two year period shall be at no cost to the Owner. B. Defective work covered by the warranty shall include 1. Moisture infiltration through sealant 2. Hardening and cracking of sealant 3. Crumbling, melting or shrinkage of sealant 4. Excess flow or staining of adjacent building components PART 2- PRODUCTS 2.1 MATERIAL A. Polyurethane, One -Component Sealant (typical exterior use): 1. Sealant shall meet or exceed the requirements of ASTM C-920. 2. Approved manufacturers: a. Mameco " Vulkem" b. SONNEBORN "NP 1" C. Approved equivalent 3. Properties : Withstand movement to 25% extension and 25% compression. Gun -grade, non -sagging SECTION 07900 SEALANTS B. Sealing Gasket 1. Sealing gasket shall be open celled foamed polyurethane strips saturated with a polybutylene waterproofing material. Waterproofing material shall not migrate or stain. Adhesive used to adhere sealing gaskets to preassembled surfaces shall be as recommended by manufacturer. a. SANDELL MANUFACTURING COMPANY "Polvtite" (617) 491-0540 b. WILL -SEAL CONSTRUCTION FOAMS "Will -Seal" (800) 231-2875 C. Approved equivalent C. Primer: As recommended by sealant manufacturer D. Joint Backing (Backer Rod): 1. Provide closed -cell polyurethane rod designed for use with cold applied joint sealants. Provide backer rod of size required for joint design. 2. Approved manufacturers: a. DOW CHEMICAL "Ethafoam" b. SONNEBORN "Sonofoam" C. Owner approved equivalent E. Color 1. Color of sealants and caulk shall match materials being caulked. Use the manufacturer's standard color range. PART 3- EXECUTION 3.1 APPLICATION A. General: No sealant or caulk shall be applied on damp, wet or frosty surfaces. T? Apply only when temperature is between 40'T and 80T. Where the possibility of primer or sealant staining of adjacent areas or Ln ;Y d materials exists, joints shall be masked prior to application. Masking tape shall not be removed before joints have been tooled and initial cure of sealant has taken place. Work stained due to failure of proper masking - precautions will not be accepted. r, B. Cleaning: 1. Concrete and steel: Clean by liquid on steel and wire brush on concrete. Remove all dust from surfaces to receive primer or sealant. 2. Painted surfaces: Follow manufacturers recommended cleaning procedures prior to primer or sealant application. 3. Metals, unpainted: a. Aluminum, mill finish: Clean with xylene or trichloroethylene. b. Galvanized steel: Clean and degrease with xylene or toluene. C. Back-up Material 1. Verify the compatibility of back-up material v, ith sealant before installation. SECTION 07900 SEALANTS 2. Use back-up material ''/z" wider than width of joint so that sufficient pressure is exerted by material to provide substantial resistance to displacement. D. Release Agent I. Provide release agent or bond -breaker strip in joint to be sealed on top of back-up material to prevent adhesion of seal ant to the back-up material per manufacturer's recommendations. E. Sealant -Caulk Application: 1. Prepare sealants that require mixing following manufacturer's recommend- ed procedures, mixing thoroughly. 2. Mix only as much material as can be applied within manufacturer's recommended application time period. 3. Apply materials in accordance with the manufacturer's recommendations taking care to produce beads of proper width and depth, to tool as recommended by the manufacturer and to immediately remove surplus sealant. 4. Apply materials only within manufacturer's specified applications period. If inspection indicates that application life is expiredor iirtl'ie prescribed application period has elapsed, remainder of seafaht sh�ali be .l 9 discarded. 5. On all metal laps, embed laps fully into sealant �� $ F. Sealant applications include but are not limited to the following "r., 1. Concrete to concrete. r 1 Joints for metal edge and gutters CD 3. All open joints or holes to seal building from the weather v G. Gasket Application: 1. Sealing gaskets shall be not less than l" in front -to -rear depth in the joint. Adjust depth as necessary to maintain a ratio of depth equals 1 1/2 times compressed width. Thickness of uncompressed gasket shall be adequate to allow 50% (minimum) compression in the installed joint at the widest part of the joint. 2. Installed gaskets shall be held back from face of adjacent material approximately 1/4". 3. Installation procedures shall follow manufacturer's specific printed instructions. H. Clean Up: Any adjacent surface to sealant material that is smeared or has excess material on, shall be cleaned by the Contractor at no additional cost to the Owner. END OF SECTION 07900 SECTION 08361 SECTIONAL OVERHEAD DOORS_ PART 1 -GENERAL. 1.1 SUMMARY A. This Section includes manually operated sectional overhead do6is Fll 1.2 PERFORMANCE REQUIREMENTS o A. Structural Performance: Provide sectional overhead doors capable of withstanding the effects of gravity loads and the following loads and stresses without evidencing permanent deformation of door components: 1. Wind Loads: Uniform pressure (velocity pressure) of 20 lbs/sq. ft. acting inward and outward. 2. Air Infiltration: Maximum Rate: 0.08 cfm at 15 mph. 3. Impact Test for Flying Debris: Comply with ASTM E 1996, tested according to ASTM E 1886. a. Level of Protection: Basic Protection b. Wind Zone B: 90 mph, pressure test to 3/4 and 1-1/2 x design pressure (positive and negative). B. Operation -Cycle Requirements: Provide sectional overhead door components and operators capable of operating for not less than 10,000 cycles. 1.3 SUBMITTALS A. Product Data: For each type and size of sectional overhead door and accessory. B. Shop Drawings: For special components and installations not detailed in manufacturer's product data. C. Samples: For each exposed finish. 1.4 QUALITY ASSURANCE A. Installer Qualifications: Manufacturer's authorized representative who is trained and approved for both installation and maintenance of units required for this Project. PART 2 -PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Overhead Steel Doors with Insulated Steel Panels: a. Ideal Clopay — Model No.3602 insulated steel with (3) 24" x 8" insulated glass. b. Any substitutions to be provided for Engineer's review per General Conditions. SECTION 08361 SECTIONAL OVERHEAD DOORS 2.2 STEEL DOOR SECTIONS A. Construct door sections including face sheets and frames from zinc -coated (galvanized), cold -rolled, commercial steel (CS) sheet, complying with ASTM A 653/A 65310, G90 designation. 1. Exterior -Section Face: Manufacturer's standard ribbed. B. Fabricate door panels from a single sheet to provide sections not more than 24 high and nominally 1 3/4 inches deep. 1. For Insulated Doors: Thermal -break construction. C. Reinforce top and bottom sections with a continuous struts the width of door panel. D. Provide reinforcement for hardware attachment. E. Thermal Insulation: Insulate inner core of steel sections with door manufacturer's standard polyurethane insulation. Enclose insulation completely within steel sections that incorporate the following inside facing material, with no exposed insulation material evident: 1. Inside Facing Finish: Zinc -coated (galvanized) steel sheet. 2. Inside Facing Finish: Manufacturer's standard prefinished painted steel panel. F. Fabricate sections so finished door assembly is rigid and aligned, with tight hairline joints and free of warp, twist, and deformation. G. Finish Color: Manufacturers standard white each face. 2.3 TRACKS, SUPPORTS, AND ACCESSORIES A.& Tracks: Manufacturer's standard, galvanized steel track system, sized for door size and weight, designed for lift type indicated and clearances, including braekets, bracing, and reinforcement for rigid support of ball-bearing steel rollers fogrequired door type and size. Weld or bolt to track supports. rn l., tovide tracks configured for the following lift types: a. Standard. 1_ 27 rack Reinforcement and Supports: Galvanized steel supporting members to provide strefigth and rigidity during opening and closing of doors. B. " Weather seals: Continuous. Compressible weather-stripping gaskets of flexible vinyl, rubber, or neoprene fitted to jambs and of overhead doors. 1. Provide doors with combination bottom weather seal 2. Provide continuous flexible seals at door jambs and top of overhead doors for a weather tight installation. 2. Fasten with white fasteners. C. Windows: 24" x 8" Panels: Manufacturer's standard, polypropylene frame windows with clear insulated glass. 2.4 HARDWARE A. General: Provide heavy-duty, corrosion -resistant hardware to suit door type. B. Hinges: Heavy-duty galvanized steel hinges at each end stile and at each intermediate stile. Attach hinges to door sections through stiles and rails. Provide double -end hinges where required. Rollers: Heavy-duty rollers with steel ball bearings in case-hardened steel races. SECTION 08361 SECTIONAL OVERHEAD DOORS N o C__ 2.5 COUNTERBALANCE MECHANISM A. Torsion Spring: Fabricated from oil -tempered -steel wire, mounCqgd::On a cross- header ross-header tube or steel shaft. Connect to door with galvanized airciaf%typaGift t ` cables with cable safety factor of at least 5 to 1. Provide springs: calibra(d for a ' minimum of 10,000 cycles. B. Cable Drums: Cast -aluminum or gray -iron casting cable drums grooved to receive cable. Mount counterbalance mechanism with manufacturer's standard ball-bearing brackets at each end of shaft. C. Bracket: Provide anchor support bracket as required to connect stationary end of spring to the wall and to level shaft and prevent sag. D. Provide a spring bumper at each horizontal track to cushion door at end of opening operation. PART 3 - EXECUTION 3.1 INSTALLATION A. General: Install door, track, and operating equipment complete with necessary hardware according to Shop Drawings, manufacturer's written instructions, and as specified. 3.2 ADJUSTING A. Lubricate bearings and sliding parts; adjust doors to operate easily, free of warp, twist, or distortion and with weathertight fit around entire perimeter. B. Touch-up Painting: Notify Owner of any damages to panel doors prior to any touch up. 3.3 DEMONSTRATION A. Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain sectional overhead doors. END OF SECTION 08361 N SECTION 09900 PAINTINGc ' c � c � -71 _ c PART1-GENERAL — 1.1 WORK OF THIS SECTION A. Exterior materials, including but not limited to the following: 1. Exposed exterior wood and plywood 2. Exterior exposed Concrete Wall r., 1.2 SUBMITTALS A. Materials List: 1. Before delivery to site, submit a complete list of materials proposed to be furnished and installed under this portion of work. B. Samples: I . Submit along with materials list, two copies of full range of colors available in each of proposed products. 2. Prepare and deliver to Consultant and Owner, 16" x 16" samples of each paint color on 1/4" gypsum wallboard, of colors selected by Consultant and Owner, as requested. C. Paint Formulations: 1. Submit actual paint formulations for each paint manufacturer, type and paint color for the Owner's future use in obtaining paint color matches. 2. Submit formulations after paints have been installed and prior to final payment. 1.3 QUALITY ASSURANCE A. Field Quality Control: 1. Request review of first finished item of each color scheme required by Consultant and Owner for color, texture and workmanship. 2. Notify Consultant and Owner prior to starting for review so he may be present for observation. 3. A reviewed set of samples and brochures will be returned to the Contractor and shall be kept on the job throughout painting operations. 1.4 PRODUCT HANDLING A. Deliver paint materials to job site in original containers with labels intact and legible at time of use. B. General: 1. Material will be stored in one assigned area which will be used for storage, tinting, mixing and thinning. Adequate protection for floors, walls and ceilings shall be provided. 2. Flammable materials shall be kept in metal containers. Soiled rags, waste and empty containers shall be removed at the end of each day's work. PART 2 -PRODUCTS 2.1 MATERIALS A. Manufacturer: 1. Based on use of BENJAMIN MOORE products (unless identified otherwise). 2. Provide alternate manufacturer's to Consultant for review and potential approval as noted in General and Supplemental Conditions. SECTION 09900 PAINTING B. Colors 1. Paint for both wood siding and exterior concrete shall be the following: a. Benjamin Moore Ben® 100% Acrylic Exterior Soft Gloss Finish (543) C. Compatibility: 1. Paint materials and equipment shall be compatible in use; finish coats shall be compatible with prime coats; prime coats shall be compatible with surface to be coated. Tools and equipment shall be compatible with coatings to be applied. 2. Thinners, when used, shall be only those thinners recommended for that purpose by manufacturer of material to be thinned. PART 3 - EXECUTION 3.1 PREPARATION, GENERAL A. Ambient temperature shall be maintained at 60°F for 24 hours prior to, during, and a minimum 24 hours following paint application on interior surfaces. B. Prior to all surface preparation and painting, completely mask, remove or otherwise protect all hardware accessories machined surfaces, plates, lighting fixtures, and similar items in contact with painted surfaces but not scheduled to receive paint. C. c� Exterior surfaces shall not be painted if in direct sunlight, during, or prior to rainy or frosgy4eather or if surface temperature is below 50°F. D Typing and Tinting: �:] c 1 s.A= Job site tinting of finish coats shall be done only when approved by Consultant. Tinting colors shall be of type recommended by manufacturer of paint or coating whose products are being used. F„ . >. Tlurming shall be done only when specifically allowed by manufacturer and =' never to exceed his directions. F. Spot prime exposed nails and other metals which are to be painted with emulsion paints, using a primer recommended by manufacturer of coating system. G. Cleaning: 1. Before applying paint or other surface treatment, thoroughly clean surfaces involved. 2. Schedule cleaning and painting so that dust and other contaminants from cleaning process will not fall on wet, newly painted surfaces. H. Preparation of Wood Surfaces: 1. Wood surfaces shall be sanded smooth, dust removed before application of any paint or coating. 2. Knots or sap spots shall be thoroughly cleaned and sealed with two pound cut shellac prior to application of prime coat. 3. Nail holes shall be puttied after prime coat, then sanded smooth. Putty or wood filler shall match color of wood when clear coat is specified. I. Preparation of Exterior Concrete and Masonry: 1. Large cracks and openings shall be patched before paint application. 2. Block walls shall cure 30 days before being painted. Surfaces shall be brushed and scraped to remove loose sand particles and mortar splatters before painting. SECTION 09900 PAINTING 3. Poured concrete walls shall cure 60 days before painting. Surfaces shall be brushed and scraped to remove loose sand and cement particles and other foreign matters. Form -oil deposits shall be removed with suble liquid removing agent. 3.2 APPLICATION c_- 1 A. Each coat of paint or coating shall be a different shade of same cAp'ni a B. If paint or coating is not hiding substrate or has non-uniform"appeag6ce, ly additional coats until results are satisfactory to Consultant and Order. ry C Each coat of paint shall be completely dry belore applying succeeding aaats, unless specifically allowed by material manufacturer. i"i D. Each coat of paint or coating shall be applied at spreading rate recommended by paint manufacturer. E. When paint or coating is brush applied, each coat shall be brushed uniformly to eliminate laps, skips, and excess brush marks; there shall be no visible evidence of runs, sags, curtains or other evidence of poor application. F. When paint or coating is roller applied, proper skill shall be used avoid signs of lapping and excess paint lines from edge of roller. When cutting -in with brush, these areas shall be of same texture, color and hiding as adjacent areas, to assure good appearance. G. When paint or coating is applied by spray, it must be done before installation of fixtures, hardware, flooring and other finish items, unless thoroughly protected. Paint or coating by spray application shall be applied to assure a uniform finish with no evidence of improper application. H. Final coat of paint or coating shall have visual evidence of solid hiding and uniform appearance. I. Make edges of paint or coating adjoining other materials or colors, sharp and clean, with no overlapping. J. Environmental Conditions: 1. Comply with manufacturer's recommendations as to environmental conditions under which paint and coatings may be applied. 2. Do not apply paint in areas where dust is generated. 3.3 CLEAN UP A. Following completion of painting in each area, reinstall items which were removed for painting by this Contractor. B. During progress of work, do not allow accumulation of empty containers or other excess items except in areas designated for that purpose. C. In event of accidental spilling of paint, immediately remove spilled paint and wash surfaces to original undamaged condition, at no cost to Owner. D. Upon completion of this portion of work, visually inspect surfaces and remove paint from surfaces not scheduled to be painted. E. Spot painting to correct soiled or damaged paint surfaces will be allowed only when touch-up spot is blended into surrounding finish and is not visible to normal view- ing. If not possible, re -coat entire surface to corners or visible stopping point. END OF SECTION 09900 3 Prepared by Kumi Morris, Engineering Division, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5044 RESOLUTION NO. 10-,110 RESOLUTION SETTING A PUBLIC HEARING ON JULY 12, 2010 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE PARKS DEPARTMENT MAINTENANCE FACILITY IMPROVEMENTS PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 12`h day of July, 2010, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 19th day of ,rune 20 to ATTEST: �%u`taJ ',V, �e� CITY -CLERK pwenglresVParksdpt-serph-2010.Joc /r1t4L__L- XI n MAYOR Approved by City Attorney's Office c,fglic Resolution No. 10-310 Page 2 It was moved by champion and seconded by Wi Ihnrn the Resolution be adopted, and upon roll call there were: AYES: wpdata/glassary/resolution-ic. d oc NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR PARKS DEPARTMENT MAINTENANCE FACILITY IMPROVEMENTS PROJECT IN THE CITY OF IOWA CITY. IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the Parks Department Maintenance Facility Improvements Project in said City at 7:00 p.m. on the 121h day of July, 2010, said meeting to be held in the Emma J. Harvat Hall in City Hall in said City, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK pweng 1nph\parksdeptfacility.doc 4110 R-1 Printer's Fee $ g • l g CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS -CITIZEN FED. ID # 42-0330670 a, is 01 P, X101 A -f VZ_ 6 being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS -CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper / time(s), on the following date(s): Ca aJF.-. xx� Z 10 6 Legal Cie, ed and sworn to be ore me this ow'i day o A.D. 20 �0 Notary Public �"AlUNDA KROTZ Commission Number 732619 My Commission Expires Janua 27,2011 OFFICIAL PUBUCAnCN NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR PARKS DEPARTMENT MAINTENANCE FACILITY IMPROVEMENTS PRO. JECT IN THE CITY OF IOWA CITY, IOWA TO ALLTAXPAYERS OF THE CIT`/ OF IOWA CIN, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City ofIowa City Iowa, will conduct a public hearing On plans, specifications, form of contract and estimated coat for the construction of the Parks Department Maintenance Facility Improvements Project in said City at 7:00 P.M. an the 12th day of July, 2010, said reefing to be held in the Emma J. Harval Fall in City Hall in said City, or if Said meeting Is can- ' celled, at the next meeting of the City Council d oreafter 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 he inspected by any inter- ested persons. Any Inleresled persons may appear at Said meeting of the Oily Council for the purpose of met objeo tions to and comments concerning said plans, Specifications, contract . or the cost of making said improve- ment. This notice is given by order of the City Council of the City of Iowa City, 10,va and as provided by law, MARIAN K. KARR, CITY CLERK 77450 June 22, 2010 NOTICE TO BIDDERS PARKS DEPARTMENT MAINTENANCE FACILITY IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:00 P.M. on the 12th day of August, 2010. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids sub- mitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. 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 17'h day of August, 2010, or at a special meeting called for that purpose. The Project will involve the following: The Project involves removal of existing south bearing wall and footings, installation of new footings and poured in place concrete bearing/retaining wall at new higher elevation. Project involves new wood roof trusses for south slope of building and new standing seam metal panel roof on entire building. Minor grading, electrical, plumbing and re -siding work required. Alternate Bids include installing insulation for new roofing system and installation of new overhead doors. There will be a pre-bid meeting onsite at 10:30 a.m. on Thursday, July 29th, 2010. This will be held at the Parks Department Maintenance Facility at 200 East Park Road. Parking available neighboring the site. All work is to be done in strict compliance with the plans and specifications prepared by VJ Engineering, of Coralville, 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) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Completion Date: November 5, 2010 Liquidated Damages: $250 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 VJ Engineering, Coralville, Iowa, by bona fide bidders. A $30.00 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to VJ Engineering, 2570 Holiday Road, Coralville, Iowa 52241, 319-338-4939. 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 PwenglNotice To Bidders/NTB-ParksMaintlmprovements.doo Prepared by. Kumi Morris. Public Works, 410 E Washington St., Iowa City, IA 52240 (319) 3565044 RESOLUTION NO, 10-346 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF COW TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE PARKS DEPARTMENT MAINTENANCE FACILITY IMPROVEMENTS PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for fling the bids, for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 2:00 p.m. on the 12th day of August, 2010. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p,m. on the 17'h day of August, 2010, or at a special meeting called for that purpose. Passed and approved this 12th day of July 2010 EM proved by ATTEST: LC c� 2>J 2�tJt l� rti( ti CITY CtERK City Attorney's Office wen VresNms a p dy p g ppp&s- aBsmaintfaul' .doc 6110 Resolution No. 10-346 Page 2 It was moved by champion and seconded by rums the Resolution be adopted, and upon roll call there were: AYES: wpdataiglossary/resolution-ic. doc NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright Printer's Fee CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS -CITIZEN FED. ID # 42-0330670 I, 2nIs E2 5wAIR r2 being duly sworn, say that I am the legal clerk of the IOWA i CITY PRESS -CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper time(s), on the following date(s): X11_ ue r io r Legal Cler n Subscribed and sworn to before me this I i day cq A.D.2010 Urf I P Public �piFt6 LINDA KROTZ Commission Number 732619 My.Commission Expires ow. January 27,2011 _OFFICIAL PUBLICATION said bond to be issued by a respon- NOTICE TO BIDDERS Bible surety approved by the City, PARKS DEPARTMENT and 05!I yaarani the prompt MAINTENANCE payment of all materials and labor, FACILITY IMPROVEMENTS PROJECT Sealed proposals will be received and also protect and save harmless by the City Clerk of the Iowa the City from all claims and dam - Iowa, unlit P.M.of .M. the does of any kind caused directly or indirectly by ilia operation of the 12thCity' 12th day of August, 2010. Sealed August. Se will e opened contract, and shall also guarantee atelyproposals t thereafter e Cit- the City the maintenance of the improve- Engi Engineer or designee. Rids submit- e. ment for a period of two (2) year(s) from and after its completion and ted by fax machine shall not es a for purposes formal acceptance by the City of this of this is dead Proposals received Proje"seact. rope after this deadline will be returned Council. The following limitations shall bidder unopened, Proposals apply to this Project: Completion Date November 5, willthe will be acted upon by the City 2010 - theuat a meeting to held in _ Liquidated Damages$250 per Em the Emma J. Harvel Hallll a1 700 day P.M. on the 17th day of August, 2010, cr at a special meeting called The plans, specifications and pro - for that purpose, posed contract documents may be The Project will involve the follow- examined at the office of the City ing. Clerk. Copies of said plans and The Project involves removal of specifications and form of proposal existing south bearing wall and blanks may be secured al the Office of VJ Engineering, Coralville, footings, installation of new lettings Iowa, by bona fide bidders. and poured in glare concrete bear- non-refundable fee is A $30red vationaining wall at new higher ale- for required for each set of plans and valion. Project involves new wood roof trusses for south slope of build- specifications provided to bidders ing and new standing seam metal or other interested persons. The fee panel roof on entire building. Minor shall be in the farm of a check, made payable to VJ Engineering, grading, electrical, plumbing and re -siding work required. Alternate 2570 Holiday Road, Coralville, Bids include installing insulation for Iowa 52241, 319-338-4939 new roofing system and installation Prospective bidders are advised that the City of Iowa City desires to of new overhead acres. There will a pre-bid meeting employ minority contractors and 1 Y onsite 1 0 a.m. on oat o projects. subcontractors o on cont projects. n listing of minority contractors can 29th, 010 July 29th, 2010. This will be held at be hot be obtained from the Iowa the Parks Department Maintenance Department of Economic Facility at 200 East Park Road Parking avauable neighboring the Development at (515) 2424721 site. and the Iowa Department of Transportation Contracts Office at All work is to be done in strict com- (515) 2391422. pliance with the pians and specifi- Bidders shall list on the Form of cations prepared by VJ Proposal the names of persons, Engineering, of Coralville, Iowa, firms, companies or all parkas which have heretofore been with wham the bidder intends to approved by the City Council, and subcontract. Thu lis, shall include are on file for public examination in the Office of the City Clerk, the type of work and approximate Each proposal shall be completed subcontract amoi on a form furnished by the City and The Contractor awarded the con - must be accompanied in a sealed tract shall submit a list on the Form envelope, separate from the one of Agreement of the proposed sub - containing the proposal, by a bid contractors, together with quanti- bond executed by a corporation ties, unit prices and extended dollar authorized to contract as a surety in amounts. the State of Iowa, in the sum of By virtue of statutory authority, 10% of the bid. The bid security preference must be given to prod - shall be made payable to the nets and provisions grown and coal TREASURER OF THE CITY OF produced within the State of Iowa, IOWACITY, IOWA, and shall Peter- and to Iowa domestic labor, to the failed to the City of Iowa City in the extent lawfully required under Iowa event the successful bidder falls to Statutes. The Iowa reciprocal resi. enter into a contract within ten (10) dent bidder preference law applies calendar days of the City Council's to this Project award of the contract and post The City reserves the right to bond satisfactory to the City ensur- reject any or all proposals, and also ing the faithful performance of the reserves the right to waive techni- contract and maintenance of said calities and irregularities. Project, if required, pursuant to the Published upon order of the City provisions of this notice and the Council of Iowa City, Iowa, other contract documents. Bid MARIAN K, KARR. CITY CLERK bonds of the lowest two or more 194617 July 16, 2010 bidders may be retained for a peri- od of not to exceed fifteen (15) cal- endar 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 band in an amount equal to one hundred per. cent (100%) of the contract price. Prepared by: Kumi Morris, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5044 RESOLUTION NO. 11-77 RESOLUTION ACCEPTING THE WORK FOR THE PARKS DEPARTMENT MAINTENANCE FACILITY IMPROVEMENT PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the Parks Department Maintenance Facility Improvement Project, as included in a contract between the City of Iowa City and Apex Construction Company, of Iowa city, Iowa, dated August 17, 2010, be accepted; and WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and WHEREAS, funds for this project are available in the City Park -Old Shop Repairs account # 4167; and WHEREAS, the final contract price is $137,078.00. 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 22nd day of March 120 11 4Vk^ �J^ MAYOR Approved by ATTEST: -,,C L 0LAtE 44-Ztiz/ Akal & CITYLLERK City Attorney's Office 3116.1tl It was moved by _ Champion and seconded by Mims the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT, —S_ — Bailey Champion X Dickens X Hayek X Mims X Wilburn X Wright Pwen Vres/pa rk mainflac-a cptwor k. doc Cam; CCITY OF IOWA CITY PARKS DEPARTMENT U Z W LLI O c� G 0 U Z Z CQ G Z w Q ��U cn } Q � J CL U O F- DRAWING LIST DWG. NO. DESCRIPTION G1 TITLE SHEET C1 SITE PLAN Al BUILDING ELEVATIONS S1 FOUNDATION PLAN & NOTES S2 ROOF FRAMING PLAN, ROOF DETAILS & NOTES REVISIONS 1 S3 STRUCTURAL DETAILS 2 S4 ROOF DETAILS 3 M1 MECHANICAL, ELECTRIC, PLUMBING PLAN 4 scale AS NOTED drawn b NVH approved b DLS date 06-14-2010 sheet G1 10-1003 MPROVEMENTS C/) I hereby certify that this engineering document was I hereby certify that this engineering document was re ared b me or under m direct ersonal su erand I am duly vision I HEREBY CERTIFY THAT THIS DOCUMENT WAS PREPARED BY ME OR UNDER prepared and the related engineering work was performed by \\��III\IIIIIIIIIIII/�����/ / p p y Y P P MY DIRECT PERSONAL SUPERVISION AND THAT I AM A DULY LICENSED ESSlpy9o,��i/ {he lahwst of t eaStote olfe�owa Professional Engineer under � •M• �O� PROFESSIONAL ENGINEER USER THE LAWS OF THE STATE OF IOWA. J`Q�IF°ESS1���9,// me � under my direct person supervision and that I am �. a dul licensed Professio n ineer under the laws of the A Oe �ENSFO••'9�Q �V� • Statej f 1 wa. <v Licensed , c1 � �-- � j �• w• °LicensedZ % BZ° l 1460 ✓'cn ROSANNE M. EDWARDS, P.E. IOWA REGISTRATION N0. 9518 z^ 13692 °� �_= Darrell L. 'm= DARRELL L. SMITH, P.E. DATE �: s5ts =w• °z= �*r; v: John T. :m= JO T. PALMER, P.E. DATE �> Smith � c License number 11460 .p �• MY REGISTRATION EXPIRES DECEMBER 31, 2011 2 ,••° �� �`�\ �O•• � � PAGES OR DRAWINGS COVERED BY THIS SEAL: Palmer ° �\ Lice number 13692 My license renewal date is December 31, 2010 ��.•.,/OWP.•G��°,•,•.•°°*��`` My license renewal date is December 31, 2011 ///��������� umNin Pages or sheets covered by this seal: S SSf�NAL F'�IIOniuAllUp��`��\\\ Pages or sheets covered by this seal: yl ' MPROVEMENTS C/) I hereby certify that this engineering document was I hereby certify that this engineering document was re ared b me or under m direct ersonal su erand I am duly vision I HEREBY CERTIFY THAT THIS DOCUMENT WAS PREPARED BY ME OR UNDER prepared and the related engineering work was performed by \\��III\IIIIIIIIIIII/�����/ / p p y Y P P MY DIRECT PERSONAL SUPERVISION AND THAT I AM A DULY LICENSED ESSlpy9o,��i/ {he lahwst of t eaStote olfe�owa Professional Engineer under � •M• �O� PROFESSIONAL ENGINEER USER THE LAWS OF THE STATE OF IOWA. J`Q�IF°ESS1���9,// me � under my direct person supervision and that I am �. a dul licensed Professio n ineer under the laws of the A Oe �ENSFO••'9�Q �V� • Statej f 1 wa. <v Licensed , c1 � �-- � j �• w• °LicensedZ % BZ° l 1460 ✓'cn ROSANNE M. EDWARDS, P.E. IOWA REGISTRATION N0. 9518 z^ 13692 °� �_= Darrell L. 'm= DARRELL L. SMITH, P.E. DATE �: s5ts =w• °z= �*r; v: John T. :m= JO T. PALMER, P.E. DATE �> Smith � c License number 11460 .p �• MY REGISTRATION EXPIRES DECEMBER 31, 2011 2 ,••° �� �`�\ �O•• � � PAGES OR DRAWINGS COVERED BY THIS SEAL: Palmer ° �\ Lice number 13692 My license renewal date is December 31, 2010 ��.•.,/OWP.•G��°,•,•.•°°*��`` My license renewal date is December 31, 2011 ///��������� umNin Pages or sheets covered by this seal: S SSf�NAL F'�IIOniuAllUp��`��\\\ Pages or sheets covered by this seal: yl ' CONTRACTOR TO REMOVE EXISTING PCC SLAB (-8 SY) AND REPLACE WITH NEW 6" PCC. REMOVE EXISTING MODULAR WALL; REPLACE WITH NEW WING WALL PER STRUCTURAL DRAWINGS EX. SAN. MANHOLE T/RIM = 652.81 I.E. EAST = 645.46 EXISTING BUILDING 7.77 = FFE @ OVERHEAD DOOR EXCAVATION/REMOVAL AREA r; - 650 EX,, 12 VCP _ z EXISTING — ASPyAL T TRAIL EXISTING SITE PLAN/REMOVAL PLAN INSTALL 4" PERFORATED DRAIN TILE ALONG FOOTING. CONNECT NEW DOWNSPOUTS TO FOOTING TILE. GRADE SO THAT HIGH POINT IS AT CENTER OF WALL AND SLOPE TO DRAIN TO OUTLET HOLES AT WINGWALLS. PIPE TO MEET AASHTO M178. ENCLOSE WITH ENGINEERING FABRIC MEETING IDOT SECTION 4196 FOR SUBSURFACE DRAINAGE. INOTES: REMOVE EXISTING WOOD WALL �— Z'EX. WATER VALVE p0 NEW DIRT GRADE © BUILDING WALL = 652.00 51• 52 o HIGH POINT = 652.00 st 52 51 p0 650 6� — 5 YV PROPOSED GRADING PLAN CONTRACTOR TO EXCAVATE EXISTING MATERIAL, SHRUBS, DEBRIS AND WOOD FROM AREA AND DISPOSE OF AT APPROVED DISPOSAL SITE. FURNISH AND PLACE NEW BACKFILL MATERIAL TO REPLACE EXISTING. DO NOT PLACE AND COMPACT UNTIL DIRECTED BY ENGINEER. RE —SEED ALL DISTURBED AREAS. THE LOCATION OF UTILITIES INDICATED ON THE DRAWINGS ARE TAKEN FROM EXISTING PUBLIC RECORDS. THE EXACT LOCATION AND ELEVATION OF ALL PUBLIC UTILITIES SHALL BE DETERMINED BY THE CONTRACTOR. IT SHALL BE THE DUTY OF THE CONTRACTOR TO ASCERTAIN WHETHER ANY ADDITIONAL UTILITIES OTHER THAN THOSE SHOWN ON THE DRAWINGS MAY BE PRESENT. NORTH V 0 5 10 20 c� z� ,_5 d � m- 07 Z Lu W O fr a U- w U Z Q Z W Z_ Q Z W � Q Q �ctI_— Q U> ��LLI rZUO c� :1 10-1003 CONTRACTOR TO REMOVE EXIST. SINGLE PLY EPDM/BUILT-UP ROOF OVER PLYWOOD DECK AND EXIST. TRUSSES CONTRACTOR TO PAINT NEW CMU WALL & EXPOSED CONCRETE WALL II II I II I NEW CONCRETE WALL CONTRACTOR TO REMOVE EXISTING SHINGLES & DECKING. EXHAUST STACK SEE STRUCTURAL FOR EXIST. TRUSS SEE PENETRATION MODIFICATIONS. PIPE DETAIL 12 1.9 NOTE: BASE BID FOR NEW ROOF IS FOR NEW METAL PANELS AND ICE AND WATER SHIELD ON ROOF DECK (NO INSULATION). ALTERNATE BID NO. 1 FOR NEW ROOF DECK NAIL BASE INSULATION PER ALTERNATE BID DETAIL FOR GUTTER. CONSTRUCT ALL OTHER DETAILS FOR ALTERNATE BID SIMILAR TO THIS DETAIL FOR INSULATION. CONTRACTOR TO -�- INSTALL NEW CEDAR SIDING & PAINT NEW � II 4'-0" 4'-0" EXIST. O.H. DOOR TO REMAIN 1 EAST ELEVATION SCALE: lJ4"=1'-0" LIGHT FIXTURE POWER LINE CONTRACTOR TO REMOVE EXISTING 12 SHINGLES (REPLACE DAMAGED OR ROTTEN 12 3.5 DECKING SHEETS). NOTIFY ENGINEER 3.5 L CONDUIT FS PV SEE PENETRATION PIPE DETAIL INSTALL GUTTER EXPANSION JOINT PV Ho 11L I III I 12 II II II II II II NORTH ELEVATION J SCALE: =1' 0" i INSTALL GUTTER EXPANSION JOINT BASE BID INCLUDES REMOVAL OF EXISTING OVERHEAD DOORS. NEW DOORS PURCHASE AND INSTALLATION TO BE BY CITY UNDER BASE BID. ALTERNATE BID NO. 2 INCLUDES PURCHASE AND INSTALLATION OF NEW DOORS AND ACCESSORIES BY CONTRACTOR (TYP. FOR WEST AND EAST ELEVATIONS) POWER LINE CONDUIT 8' -0" NEW CONCRETE WALL NEW %' WIDE x 414" DEEP GUTTER - SEE GUTTER DETAIL NEW 3"x4" METAL DOWNSPOUT FINISH GRADE NEW 5h" WIDE x 4>4" DEEP GUTTER NEW 3"x4" METAL DOWNSPOUT (4 TOTAL THIS SIDE), CONNECT TO DRAINAGE TILE EL +652.52' I � � FINISH GRADE TOP OF CON. WALL EL +651.52' I I I I I I I IIIIII II II ONTRCTOR TO PIT I CAANI NWVEXPOSED CONCRETE ERT. DRAIN TILE FINISH FLOOR IWALL I I IICONNECT TO HORIZONTAL h r---------------------------------ir-----------------------------------�------------- ------ I III II II -III TILE ® FOOTING EL +648.19' TYP. THIS SIDE I I III II II III I -J----------IL---------------------------------JL----------------------------------JL---------------------------------Ju----------j- L- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - J 4" DRAINAGE TILE CONNECT TO DAYLIGHT OR TIE INTO EXIST. SOUTH ELEVATION SCALE: 1/4"=1'-0" a� 70 r-� - v- •3 Lu 2 Lu Of 0- Q LL Lu U Z Z H Q U) z Z O CW G Q Q ¢ LLJ J 121— wprYH_ Lu C� c/) Z aU� m 0 i M " NEW RETAIN. WALL NEW CONCRETE WALL NEW RETAIN. WALL 4'-0" 4'-0" STEP T.O.WALL 12" 4'-0" 4'-0" STEP T.O.WALL 12" T.O.WALL +658.19' +65WALL 652.52 � T.O.WALL N 00 TYR S - - - +652.52 S3 - 2 i FlNISH FLOOR 2 � +648.19' S3 04 c SANITARY LINE S3 TO REMAIN CONC. SLAB SLOPE SLOPE GRADE EXIST. CONC. SLAB o TO REMAIN r w o EXISTING DRAIN m w 00 3 �- TYP. o= N _ o C o .s `r I c I o rn i � w EXISTING 20"x10" o c 0 3 3 FOOTING (TYP. FOR EXTERIOR WALLS) v uj - EXISTING 20"z10" FOOTING I 1 1 N N EXISTING 8"x42" FDN. WALL 0 0 OD 00 Z a 4 W 3 a o a c 0 o W EXISTING 8"x42" o c i 3 FDN. WALL (TYP. 3 0 o FOR EXTERIOR WALLS) c w u EXISTING 16"x8" FOOTING 0 I 0 N N 80'-0" FOUNDATION PLAN 1_ SCALE: 1/4"=V-0" 1 \'ORTH GENERAL STRUCTURAL NOTES 1. SITE / DESIGN REQUIREMENTS 1.1 THIS PROJECT CONSISTS OF EXCAVATION, CONCRETE WORK FOR FOOTINGS AND FOUNDATIONS, FORMWORK, REINFORCING, FINISHING, CURING, ROOF FRAMING DESIGN, METAL ROOF & WALL SIDING, BRACING, SHORING, CLEAN-UP AND OTHER WORK INCIDENTAL TO THE COMPLETION OF THE PROJECT. 1.2 ALL DIMENSIONS, ELEVATIONS AND CONDITIONS SHALL BE VERIFIED BY THE CONTRACTOR PRIOR TO CONSTRUCTION. 1.3 ANY WORK NOT SPECIFICALLY MENTIONED IN THE PLANS OR SPECIFICATIONS, BUT OBVIOUSLY NECESSARY FOR THE PROPER COMPLETION OF THE PROJECT SHALL BE CONSIDERED A PART OF, AND INCLUDED IN THE CONTRACT, AND SHALL BE EXECUTED IN THE PROPER MANNER. 1.4 NOTIFY THE ENGINEER IMMEDIATELY OF ANY DISCREPANCIES IN THE PLANS OR OF ANY UNUSUAL, QUESTIONABLE, OR UNANTICIPATED CONDITIONS ENCOUNTERED DURING THE COURSE OF THIS WORK. 1.5 THE CONTRACTOR SHALL EXERCISE EXTREME CAUTION WHENEVER PERFORMING ANY OPERATION WHICH MAY IMPART VIBRATION OR SHAKING MOTION TO THE GROUND OR ADJACENT STRUCTURES. 1.6 IT IS THE CONTRACTOR'S RESPONSIBILITY TO CONTACT THE UTILITY COMPANIES TO LOCATE THE EXISTING UTILITIES IN THE PROJECT AREA. NOTIFY THE ENGINEER OF ANY CONFLICTS. 1 1.7 STRUCTURAL DESIGN LOADS M LIVE/SNOW LOAD - 25 PSF (GROUND SNOW LOAD) DEAD LOAD - 15 PSF WIND LOAD BASED ON 90 MPH 1.8 GENERAL SPECIFICATIONS IBC06 - INTERNATIONAL BUILDING CODE 2006 ACI 318 - BUILDING CODE REQUIREMENTS FOR REINFORCED CONCRETE. AISC - MANUAL OF STEEL CONSTRUCTION AWS - STANDARD CODE FOR ARC AND GAS WELDING IN BUILDING CONSTRUCTION OSHA - STANDARDS FOR THE CONSTRUCTION INDUSTRY EXCAVATION AND FOUNDATIONS 1. GEOTECHNICAL REPORT 1.1 A SUBSURFACE INVESTIGATION HAS NOT BEEN PERFORMED FOR THIS PROJECT. ASSUMED _ ALLOWABLE SOIL BEARING PRESSURE IS 1500 PSF. VERIFICATION OF BEARING CAPACITY BY FIELD TESTING SHALL BE PERFORMED BY A QUAL19FIED GEOTECHNICAL CONSULTANT PRIOR TO t� PLACEMENT OF CONCRETE FOR FOOTINGS AND WALLS. 3 3 2. EXCAVATION 0 2.1 ALL EXCAVATIONS OR OPEN PITS SHALL COMPLY WITH CURRENT OSHA STANDARDS FOR THE ng CONSTRUCTION INDUSTRY. THE CONTRACTOR SHALL DETERMINE THE EXISTING SOIL CONDITIONS AND PLAN SURFACE REMOVALS AND EXCAVATION ACCORDINGLY TO MEET OSHA REQUIREMENTS. THE CONTRACTOR SHALL PROVIDE POSITIVE PROTECTIONS (CONSTRUCTION FENCE, BARRIERS, ETC.) FOR EXPOSED EXCAVATIONS AT ALL TIMES. 2.2 FOUNDATION SHALL REST ON FIRM UNDISTURBED SOIL. CONCRETE SHALL NOT BE PLACED ON SOFT, MUDDY, OR FROZEN SUBGRADE. SLAB ELEVATIONS WHICH DO NOT PERMIT CONCRETE PLACEMENT ON FIRM UNDISTURBED SOIL SHALL EITHER BE PLACED AT A LOWER ELEVATION SO THAT IT RESTS ON SUITABLE SOIL, OR SHALL BE PLACED AT THE ELEVATIONS INDICATED USING AN OVER EXCAVATION AND BACKFILL PROCEDURE. THE ENGINEER SHALL BE NOTIFIED PRIOR TO PROCEEDING WITH EITHER PROCEDURE. 2.3 ALL EXCAVATED MATERIALS SHALL BE REMOVED FROM THE SITE AND DISPOSED OF PROPERLY. ALL OTHER MATERIALS WHICH ARE TO BE REMOVED SHALL REMAIN THE PROPERTY OF THE OWNER AND SHALL BE STORED AT THE DIRECTION OF AN OWNER'S REPRESENTATIVE. 2.4 THE CONTRACTOR SHALL HAVE FULL RESPONSIBILITY FOR DAMAGE TO STRUCTURES, UTILITIES, OR FACILITIES BOTH EXISTING ON -SITE OR ADJACENT SITES, DUE TO HIS CONSTRUCTION OPERATIONS INCLUDING LOSS OF GROUND DURING OR SUBSEQUENT TO HIS CONSTRUCTION. 3. BACKFILL 3.1 STRUCTURAL BACKFILL SHALL BE A "NON-ERODEABLE" GRANULAR TYPE SOIL CONFORMING TO ONE OF THE SOIL CLASSIFICATIONS: GW-WELL GRADED GRAVEL, SW -WELL GRADED SAND, SP-POORLY GRADED SAND, GM- SILTY GRAVEL, OR SM- SILTY SAND, IN ACCORDANCE WITH ASTM D2487. I 3.2 STRUCTURAL BACKFILL SHALL BE PLACED IN HORIZONTAL UNIFORM LAYERS NOT EXCEEDING 12 3 INCH LOOSE LIFTS AND COMPACTED TO NOT LESS THAN 90 PERCENT OF THE MAXIMUM DENSITY OBTAINED IN ACCORDANCE WITH ASTM D1557 (MODIFIED PROCTOR) OR 95 PERCENT OF THE MAXIMUM DENSITY OBTAINED IN ACCORDANCE WITH ASTM D698 (STANDARD PROCTOR). s E2 W =3 CONCRETE ' 1. CONCRETE MATERIALS 1.1 ALL CONCRETE SHALL HAVE A MINIMUM ULTIMATE COMPRESSIVE STRENGTH OF 4000 PSI IN 28 DAYS, WITH NOT LESS THAN 600 POUNDS OF CEMENT PER YARD OF CONCRETE REGARDLESS OF STRENGTHS OBTAINED, NO OVER 5.1 GALLONS OF WATER PER 100 POUNDS OF CEMENT, AND A MAXIMUM OF 4 INCHES OF SLUMP. 1.2 THE PRECEDING MIX MAY HAVE UP TO 10 PERCENT OF THE CEMENT CONTENT REPLACED WITH AN APPROVED FLY ASH MEETING THE REQUIREMENTS OF ASTM C618, CLASS C, PROVIDED THE MINIMUM CEMENTITIOUS MATERIAL IS NOT REDUCED. 1.3 THE NOMINAL MAXIMUM SIZE OF COARSE AGGREGATE SHALL NOT BE MORE THAN 3/4". 1.4 EXPANSION JOINT MATERIAL TO BE 1/2" THICK, ASPHALT IMPREGNATED, PREMOLDED FIBER BY W.R. MEADOWS AND SHALL BE IN ACCORDANCE WITH STM D1751. 1.5 BACKER ROD SHALL BE SOFT ROD BY NOMACO, INC. 1.6 JOINT SEALANT SHALL BE SIKAFLEX- 2C, SL INSTALLED IN ACCORDANCE WITH MANUFACTURER'S INSTRUCTIONS. 2. REINFORCING STEEL MATERIALS 2.1 REINFORCING BARS SHALL BE ASTM A615, FOR BILLET STEEL BARS FOR CONCRETE REINFORCEMENT, GRADE 60. 2.2 THE HORIZONTAL REINFORCING SHALL BE CONTINUOUS WHERE PRACTICAL. ANY SPLICES REQUIRED SHALL BE LAPPED 24 BAR DIAMETERS, OR A MINIMUM OF 12 INCHES. REINFORCING IN WALLS AND FOOTINGS SHALL BE CONTINOUS AROUND ALL CORNERS. PROVIDE CORNER BARS THE SAME SIZE AND SPACING AS LONGITUDINAL REINFORCING AND LAPPED 40 BAR DIAMETERS. 2.3 ALL MISCELLANEOUS EMBEDDED STEEL ANCHORED TO CONCRETE SHALL BE ASTM A36 FURNISHED AND INSTALLED BY THE CONCRETE CONTRACTOR, UNLESS OTHERWISE NOTED. 2.4 CONTRACTOR SHALL VERIFY THAT ALL CONCRETE INSERTS AND EMBEDDED ITEMS ARE CORRECTLY LOCATED AND RIGIDLY SECURED PRIOR TO PLACEMENT OF CONCRETE. 2.5 CLEAR MINIMUM COVERAGE OF CONCRETE OVER REINFORCING STEEL SHALL BE AS FOLLOWS: CONCRETE PLACED AGAINST EARTH................3" CONCRETE AGAINST FORMS .............................2" 3. REQUIREMENTS 3.1 CONCRETE CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE AMERICAN CONCRETE ASSOCIATION (ACI) 301 "SPECIFICATION FOR STRUCTURAL CONCRETE FOR BUILDINGS" 3.2 UNLESS OTHERWISE NOTED OR DETAILED, REINFORCING STEEL SHALL BE IN ACCORDANCE WITH 'THE MANUAL OF STANDARD PRACTICE FOR DETAILING REINFORCED CONCRETE STRUCTURES." 3.3 CONCRETE SHALL BE DEPOSITED CONTINUOUSLY, OR IN LAYERS OF SUCH THICKNESS THAT NO CONCRETE WILL BE PLACED ON CONCRETE WHICH HAS HARDENED SUFFICIENTLY TO CAUSE FORMATION OF SEAMS AND PLANES OF WEAKNESS WITHIN THE SECTION. IF A SECTION CANNOT BE PLACED CONTINUOUSLY, CONSTRUCTION JOINTS SHALL BE PROVIDED. 3.4 ALL OPENINGS IN CONCRETE WALLS GREATER THAN 1 SQ. FOOT SHALL HAVE 2-#5 BARS AT EACH OF THE FOUR SIDES AND 2-#5 BARS DIAGONALLY AT ALL FOUR CORNERS. BARS SHALL EXTEND A MINIMUM OF 2'-6" PAST EDGE OF OPENING. NOTE DO NOT BACKFILL BEHIND NEW SOUTH WALL UNTIL STRUCTURE IS IN PLACE AND RAFTERS ATTACHED. " � Cam➢ 70 = y Z w w O ly- J U w w U p Z Z Z -I w z w Z 06 w Z Q (if a Q Q Z w ~ O ACLU p Y Q Z 0-50 O REVISIONS 1 2 3 4 scale AS NOTED drawn b NVH approved b RME date 06-14-2010 sheet si 10-1003 NEW RETAIN. WALL o z It 0 0 I � � n 0 I 0 N 0 N _ O I 0 N S3 1'-0. TYP. L L 80,-0" 0a I 6 1 TYR NEW 8" BEARING EXISTING ROOF IN THIS AREA CONCRETE WALL � TO BE REMOVED S3 53 I 2 II Y93 SHEATHING II S3 I w/8d COMMON NAILS 0 4" o.c. II SHORE WALL PRIOR BOUNDARY, 6" o.c. ALL OTHER TO REMOVING ROOF EDGES AND 12" o.c. FIELD I I (TYP. FOR EAST & BLOCKING REQUIRED I I II WEST WALLS) II II 9 I I S351M. I I NEW 202 ® 24" o.c. 11 EXIST. LINTEL 7 NEW CMU BEARING WALL BUILT UP ON THE EXISTIN EXIST. LINTEL I I I I I S3 I �— TO REM AIN 8" CMU BEARING WALL -- — -- -- — -- -- — -- -- — -- -- — T — TO —T REMAIN — -- -- I —� I -- -- — T— —T — -- — — -- -- — -- -- — -- -- — — AT INTERIOR CMU BEARING WALL, INSTALL 2x10 LEDGER & CONNECT TRUSSES PRIOR CUTTING TRUSS CHORD OVERHANG MEMBERS. FLUSH WITH NORTH FACE OF CMU WALL NAIL TRUSSES TO LEDGER, & ADD BLOCKING BETWEEN TRUSSES AT FACE OF WALL. JEXIST.EADERIN EXIST. HEADER 8 TO REMAIN S3 EXISTING TRUSSES 0 24" o.c. TO REMAIN ROOF FRAMING PLAN 1 -J SCALE: 1/4"=V-0" .\-ORTH ROOF PEAK 0 0 NEW RETAIN. WALL 3 OPP. 2 HAND � o S3 = `� O I OPP. z HAND 53 g SIM. 53 PP. HAND /-- CUT AND REMOVE / EXIST. OVERHANG o O O Z U WOOD 1. MATERIALS 1.1 ALL DIMENSION LUMBER SHALL BE NO. 2 OR BETTER DOUGLAS FIR —LARCH OR SOUTHERN PINE DIMENSION LUMBER, FREE FROM WIND SHAKES, LARGE OR LOOSE KNOTS, DECAY, OR OTHER DEFECTS IMPAIRING ITS STRENGTH OR DURABILITY. 1.2 NAILS SHALL BE COMMON WIRE NAILS CONFORMING TO NOMINAL SIZES SPECIFIED IN FEDERAL SPECIFICATION FF—N-105B. 1.3 ALL TYPES OF PAINT, VARNISH, LACQUER, AND STAIN REQUIRED FOR FINISH WORK (INCLUDING COLOR) SHALL BE SELECTED BY THE OWNER. 1.4 ALL WOOD IN CONTACT WITH CONCRETE & CMU SHALL BE TREATED LUMBER. • am � Q3 i 0 r� U) Z w w > O I..L a F'- J_ U Q LL w U Z Z Z Q Q Z Q Z Q w J Q Q Z C) W <U LL < F- - O CLU w x® h GRADE Ems' PROVIDE WATERPROOFING \ PER SPEC R51OTC�11,ISTIAG SOIL, RANULAR FILL �.�.-i. COMPACTED TO 95% STANDARD I• PROCTOR 12" WASHED STONE ..?.... �.. OVER 4" DRAINAGE TILE NEW 8" CONIC. WALL SEE 2/S3 FOR REINF. l L 2x12 ® 24" o.c. RAFTERS, NOTCH SEE GABLE END ROOF ® BEARING DETAIL SHT. S4 TOP OF WALL h TOP S WALL A \ EL. +658.191� 4, VARIES H3 HURRICANE TIE 2x12 ® 24' o.c. RAFTERS BY SIMPSON STRONG -TIE 2x8 TREATED TOP PLATE ®EACH RAFTER ANCHORED TO CONIC. WALL ® 24" o.c. 2x8 TREATED TOP PLATE W/ )z'0 ANCHORS CENTERED ON THE WALL ANCHORED ® 24" o.c. W/ h-0 ANCHORS #5 ® 20" O.C. a ,. #4 ® 20' O.C. P 8" 8" #5 ® 20" O.C. #5 ® 18" O.C. SAWCUT &REMOVE CONIC. SLAB +. SAWCUT & REMOVE CONC. SLAB AS REQ'D TO FORM NEW FND., AS REQ'D TO FORM NEW FND., PATCH TO MATCH EXIST. SLAB PATCH TO MATCH EXIST. SLAB / EXIST. 4" CONIC. SLAB FINISH FLOOR #5 ® 18"o.c. o -. I TOP • EL a • 2'-4" 3-#5 CONT. SOUTH WALL SECTION 1 Scale: 1/2"=1'-0" EAST/WEST WALL ELEVATION Scale: 1/2"=V-0" .W 8" CMU WALL i ® 16" o.c. DOWELS LOUT CORES SOLID RILL 8" & EPDXY GROUT, i ® 16" ox. CENTERED THE WALL EXIST. 8" CMU WALL EXIST. 6" CONIC. SLAB EXIST. 4" CONIC. SLAB A FINISH OR VARIES EL. +648.19' I.a ' PROVIDE WATERPROOFING PER SPEC I - .06io I • I #5 ® 18"o.c. —� •• T P F TI EL 644.27 a � ILI 2'-4" 3-#5 CONT. M 2 EAST/WEST WALL SECTION Scale: 1/2"=V-0" %" SHEATHING w/8d COMMON NAILS AT 4" o.c. BOUNDARY 6" ox. ALL OTHER EDGES 12" o.c. FIELD BLOCKING IS REQUIRED CONT. BOND BEAM WITH (2) #5 3i"0 ANCHOR BOLT ® 24" O.C. NEW 8" CMU WALL EXIST. TRUSS OVERHANG MEMBER TO BE REMOVED #5 DOWELS ® 24' ox. GROUT CORES SOLD AT REINFORCING EXISTING CMU WALL 2x8 TREATED WOOD PLATE NEW 202 ® 24" O.C. 4'-0" y _ — — — _, _ — — _ — PROVIDE BLOCKING BETWEEN TRUSSES EXISTING TRUSS CUT AT THE WALL FACE, NAIL OSB TO BOTH SIDES. SHORE TRUSS PRIOR CUTTING %"0 KWIK BOLT 3 EXPANSION ANCHOR BY HILTI ® 16" O.C. NEW 200 LEDGER INTERIOR BEAR. WALL SECTION Scale: 3/4"=V-0" EXISTING FOUNDATION WALL 8" DRILL 8" & EPDXY GROUT #4x2'-0" ® 16" O.C. IN CENTER OF WALL NEW 12'X48' FOUNDATION WALL 1-INCH gL TOP OF L VARIES , CHAMFER TYP. DRILL 8' & EPDXY GROUT #5 ® 18" VERT. (3)#4x2'-0' IN FOOTING a 4-INCH DIAM. DRAINS ONE IN EACH WALL 5-#5 HORIZ. I , SAWCUT & REMOVE EXIST. CONIC. SLAB AS REQ'D TO NEW FOUNDATION PROVIDE WATERPROOF I ` ' INSTALL NEW FOOTING & WALL, EXISTING PER SPEC I PATCH TO MATCH EXIST. SLAB FOUNDATION N it FIELD VERIFY #5018' DOWELS I a TOP OF SLAB _J 7 , EL.(648.77') ° I `• '1� FOUNDATION DETAIL REMOVE EXISTING SOIL 24• I " 4 BACKFILL WITH GRANULAR FILL I Scale: 1/2"=1'-0" COMPACTED TO 95% STANDARD 2'-10" #5 018" TRANS. PROCTOR 4-#5 TOP, LONG. 12" WASHED STONE OVER 4" DRAINAGE TILE 1 -6" I: ��_ A— TOP OF FND. EL.(644.27') 3'-10" NOTE: BACKFILL FRONT FACE AND POUR CONC. SLAB BEFORE ro a' BACKFILLING BEHIND WALL WING WALL SECTION Scale: 1/2"=1'-0" RAFTERS BEARING DETAIL Scale: 1/2"= V-0" ,'. .1 " "_.-- """= SHEATHING ON SIDE OF CORNER BARS-y TO BE SAME ° SIZE AND SPACING G AS HORIZ. REINF. 8" TYP. CORNER REINFORCING DETAIL 2x8 NAILED 3 NAILS ® EACH END W STIR. SHEATHING SEE S2 FOR NAILING 2x8 VARIES V SHEATHING W/ 8d COMMON NAILS SPACED 4"--­`� UNDER 2x12 AT PANEL EDGES WALL, TOP EL +658.19 RING WALL r� / • / 011111170111 SCALE: 3/4"=1'-0" 2x8 NAILED TO RAFTER ® 6" o.c. STAGGERED NEW 202 ® 24' ox. RAFTERS 2x6 TOP PLATE CONT. 2x6 ® 16" o.c. STUD WALL V0 ANCHOR RODS ® 2e ox. 2x6 TREATED PLATE CONT. NEW BOND BEAM w/ (2) #6 CONT. NEW CMU WALL EXIST. CMU WALL DOWEL #5 ® 24' O.C. INTO EXISTING CMU WALL GROUT TOP 2-3 CORES, CHIP EXIST. GROUT OUT IF PRESENT TYP. EAST & WEST WALL SECTION Scale: 1"=1'-0" L a 7D Z l' 2 w O J U LL w U Z Z Z Q H J Z Q w w Q g a mo (J) REVISIONS 1 2 3 4 scale AS NOTED drawn b NVH approved b RME date 06-14-2010 sheet \S3 10-1003 GABLE FLASHING W/ "J" CLOSURE CONT. CLIP 2x8 METAL FASCIA TO SOFFITT FLASHING 2x8 NAILED TO RAFTER O 6" O.C. SOFFITT STAGGERED PANEL "J" CLOSURE 2x8 O 16" O.C. FOR SOFFITT NAILED O EACH END (MIN. 3) GABLE 3/4" TURN -UP METAL PANEL 0 0 5/8" PLYWOOD ICE & WATER SHIELD FIELD -FORM PANEL LEG TO I.D. OF "J" CLOSURE SEALANT METAL PANEL PANEL CLIP PANEL CLIP W/FASTENERS w/FASTENERS TITE-LOC PANEL "Z" RETAINER STRIP SET IN SEALANT i o SEE FOOT NOTE G GUTTER STRAP (FIELD -FORMED GUTTER FLASHING - TYPE "AB" FASTENER 10-12 x 1" ICE & WATER SHIELD 5/8" PLYWOOD NEW 2X12 RAFTER (SEE STRUCTURAL PLAN) NEW SHEATHING (SEE STRUCTURAL PLAN) WALL END DETAIL HIP/RIDGE FLASHING W/ "Z" CLOSURES SEALANT PANEL CLIP W/FASTENERS 0 O LTYPE "AB" 1 10-12 x 1" SEALANT (AT VERTICAL LEG & UNDER "Z") HIP/RIDGE DETAIL V TYPE "AB" FASTENER Ll a51/2"II\V10-12 x 1" ICE & WATER SHIELDIt DETAIL BEARING PLATE PANEL CLIP W/FASTENERS METAL PANEL "Z" RETAINER STRIP SET IN SEALANT a SEE NOTE 1 18 GA MIN. SUPPORT PLATE GUTTER STRAP (FIELD -FORMED .. .. 1" WIDE x 1/4" THICK GUTTER SUPPORT GUTTER ROOF PIPE PENETRATION RUBBERIZED BOOT FLASHING METAL PANEL PANEL CLIP w/FASTENERS TYPE "AB" FASTENER 10-12 x 1" — SOLID SHEATHING PIPE PENETRATION 5/8" PLYWOOD CONTINUOUS CAULK AND STAINLESS STEEL HOSE CLAMP SET RUBBERIZED BOOT INTO CONTINUOUS BEAD OF CAULK. USE FASTENERS AS SPEC'D BY BOOT MANUFACTURER CAULK FASTENER HEADS ICE AND WATER SHIELD DETAIL GUTTER FLASHING 5 1/2" 1" WIDE x 1/4" THICK GUTTER SUPPORT GUTTER ALTERNATE \ '< 3 1/2" THICK NAIL BASE - INSULATION ICE & WATER SHIELD 5/8" PLYWOOD DECKING NOTE 1. GAP AS RECOMMENDED BY MANUFACTURER FOR EXPANSION/CONTRACTION DETAIL BID NO. 1 NOTES: 1. POSITION SQUARE BASED BOOTS IN A DIAMOND ORIENTATION WHERE POSSIBLE TO AID IN DIVERTING WATER 2. PIPE PENETRATION TO BE IN PAN OF PANEL ONLY 3. FIELD CUT HOLE IN PANEL 1 " LESS THAN DIA, OF STACK. BACK CUT HOLE AND BEND PANEL UP AROUND STACK. CAULK CONTINUOUS. 4. IF PANELS ARE 30' OR LONGER, CUT HOLE TO ALLOW FOR THERMAL MOVEMENT. 5. IF PIPE IS MADE OF METAL IT MUST BE PAINTED TO PREVENT RUST RUN-OFF FROM STAINING PANELS f �6 i/ \J � m v REVISIONS 1 2 3 4 scale AS NOTED drawn b NVH approved b DLS date 06-14-2010 sheet \S4 10-1003 REVISIONS 1 2 3 4 scale AS NOTED drawn b NVH approved b DLS date 06-14-2010 sheet \S4 10-1003 PRESERVE FLOOR DRAIN AND WATER SUPPLY REMOVE AND REUSE BACKFLOW PREVENTER AND HOSE CONNECTIONS TEMPORARILY SUPPORT OVERHEAD DOOR TRACKS. RESUPPORT FROM NEW STRUCTURE REMOVE AND REPLACE 'TEM" REMOVE AND REPLACE WASHER RECEPTICLE, GFCI ELECTRICAL CONNECTION RECEPTICLE AND CONDUIT E / � I C,J REMOVE AND REUSE \ (6) 8' FLOURESCENT I \ I FIXTURES. REPLACE \ I I CONDUIT. INSTALL / I I PER 2008 NEC II _-----_ ----- -----_ � I I \I I \ \ \ I REMOVE AND REUSE / / I \ I WORKBENCH LIGHTING ------------------------------- AND REPLACE CONDUIT / / I I ---------------- REMOVE AND REPLACE CONDUIT AND WIRING WHERE _ / L — — — — — _ — — — SUPPORTED FROM PURLINS — ELECTRICAL AND LIGHTING PLAN SCALE: 1/4" = 1'-0" REMOVE AND REPLACE GAS LINE SCOPE PROJECT SCOPE: THIS PROJECT IS TO REMOVE ALL EXISTING MECHANICAL, ELECTRICAL, AND PLUMBING EQUIPMENT, PIPING, AND APPURTENANCES THAT WILL BE DISTRUBED BY THE REMOVAL OF THE EXISTING ROOF STRUCTURE AND SOUTH WALL AND TO RE -INSTALL REMOVED ITEMS ON THE NEW STRUCTURE. GENERAL PLUMBING NOTES: UNDER SLAB PIPING TO BE PRESERVED. ALL PLUMBING WORK SHALL BE INSTALLED IN CONFORMANCE WITH THE 2006 UNIFORM PLUMBING CODE AS AMENDED BY THE CITY OF IOWA CITY. COMPRESSED AIR PIPING TO BE REMOVED WHERE SUPPORTED BY THE EXISTING ROOF. RE -INSTALL ON NEW ROOF STRUCURE. MATCH EXISTING PIPE SIZE AND TYPE. RE -INSTALL QUICK DISCONNECTS TO MATCH EXISTING LOCATIONS. GENERAL MECHANICAL NOTES: MECHANICAL WORK CONSISTS OF REMOVING AND REUSING ONE UNIT HEATER AND CHIMNEY, RE -USE NATURAL GAS PIPING, AND REMOVING AN UNUSED CHIMNEY PIPE. GAS PIPE TO BE REMOVED TO NEAREST TAKE OFF. REUSE OR MATCH EXISTING PIPING. INSTALL PIPING AND CHIMNEY PER 2006 IMC AND 2006 IFC AS AMENDED BY THE CITY OF IOWA CITY. GENERAL ELECTRICAL NOTES: ELECTRICAL WORK CONSISTS OF REMOVING AND REUSING 7 LIGHT FIXTURES, REPLACING 2 RECEPTACLES AND AN EQUIPMENT CONNECTION, AND REPLACING ALL WIRING AND CONDUIT SUPPORTED BY THE EXISTING ROOF STRUCTURE. ALL ELECTRICAL WORK PER 2005 NEC AS AMENDED BY THE CITY OF IOWA CITY. GENERAL NOTES: CONTRACTORS SHALL PROVIDE ALL MATERIALS, LABOR, EQUIPMENT, AND TESTING AS REQUIRED FOR THE COMPLETE AND OPERABLE INSTALLATION OF PIPING AND EQUIPMENT AND RELATED WORK. THE CONTRACTORS SHALL OBTAIN AND PAY ALL FEES, PERMITS, AND LICENSES REQUIRED FOR HIS WORK. THE CONTRACTOR SHALL FAMILIARIZE HIMSELF WITH THE SITE AND WITH ANY CONDITIONS WHICH MIGHT PRESENT UNUSUAL ASPECTS TO THE WORK REMOVE AND REUSE UNIT HEATER AND INVOLVED. VERIFY EXISTING CONDTIOIONS, EQUIPMENT AND DIMENSIONS EXHAUST PIPE I PRIOR TO BIDDING OR CONSTRUCTION, INCLUDING PIPE AND/OR DUCT ROUTING, POTENIAL OBSTACLES, ETC. I I COORDINATE WITH THE GENERAL CONTRACTOR FOR THIS PROJECT. I PROVIDE PROTECTION FOR EQUIPMENT AND MATERIALS TO BE INSTALLED 1 AS PART OF THIS PROJECT AS WELL AS THE OWNER'S EQUIPMENT AND TEMPORARILY SUPPORT FACILITIES. OVERHEAD DOOR TRACKS. 1 RESUPPORT FROM NEW STRUCTURE SKILLED TRADESMEN SHALL PERFORM WORK. ALL MATERIALS, EQUIPMENT, \ AND SYSTEMS SHALL BE INSTALLED IN ACCORDANCE WITH THE MANUFACTURER'S INSTALLATION INSTRUCTIONS AND SHALL BE KEPT IN \' REMOVE AND REPAIR AND PROPER OPERATING CONDITION UNTIL FINAL ACCEPTANCE BY REPLACE REMOVE UNUSED THE GENERAL CONTRACTOR. THERMOSTAT WIRE CHIMNEY PIPE THE CONTRACTOR SHALL REMOVE AND DISPOSE OF ALL DEBRIS AND MATERIALS RESULTING FROM WORK. THIS SHALL INCLUDE EQUIPMENT, FURNISHINGS, AND EXCESS ITEMS LYING LOOSE WITHIN THE BUILDING DUE TO CONSTRUCTION. REMOVE THAT PORTION OF THE AIR PIPING THAT IS SUPPORTED - BY THE EXISTING ROOF. RE -INSTALL AIR PIPE AND QUICK COUPLINGS. CONTRACTOR TO SUPPLY EXTRA PIPE, FITTINGS, AND OTHER MATERIALS REQUIRED TO PROVIDE COMPRESSED AIR QUICK DISCONNECTS IN THE SAME SIZE AND LOCATIONS AS BEFORE THE SOUTH WALL AND ROOF REPLACEMENT. MECHANICL AND PLUMBING PLAN SCALE: 1/4" = 1'-0" :n z � z � Q c z z z � Q Q L_ � � z � Q � U o OF �c1 d r u Qr✓ �rOVEd '�V TP d CI18 SID'IS