Loading...
HomeMy WebLinkAboutREMODEL/CITY ATTY & CITY COUNCIL OFFICE/2008REMODEL / CITY ATTORNEY & CITY COUNCIL OFFICE / 2008 ~r2mo~ e.~ 1 C ~~ ~k~to rn-Q.~/ ~' C~y ~c,CrLC~ ~ Vt~t-i cE? ~~A~Q ~ ~ 'O~ ( ~J i C7~ I. ~ (o - ~ Vic- d g ~.~So~~-~-i D 2 O g ~' 3~ 7 S e~ ~ r~~ _ ~ ,~ k. ~ ~; c. ~.~,~.a.r ~ r~ o r1 {_ ~cc,.h~ 0. ~ ~ ~ ~~9 ~ r ~~.vt5 Sc~~eC.~-~: c~~,_a-n5 f ~rrn o~ I rr ~ (` I ~?Ytti^ a-G"~'" ~ ~i YYL0.~ ate Cvs-~- -~D v ~.c._ ~.O Y~S~ 1^c.~C -~ i tJti~ 0~ ~ ~ _ C r~~l "~ ~ D. r i'L~~i ~ ~.L7~-~- n.C., ~ V-t-~ • C e. r~~ 1'YZO LI ~ ` ~ 1rt,A ~ro ~. 5-~ ~ - +^~e.~-~ ;~ ~..g ~ ~ ~~~ r ~ 7~ _~ ~. Cj~,• s~,, r7c~^~--c.,2 0'~ -- _ , f - i rr . SCi. ~ _ . Yl ~Gt i"i Y~# ~ G`l,. t ~"~2.. G. '~ YL~_ ~ - ~ ~ -'t~_~ t~ ~~° l~' ~D rO ~CiG ~ ~_ ~~..~ ~ _P l rc nJ , _ Q ~ -~- ; _ l~ --~o ~ _ ~ u_ 1' ~ __i r-~S~eG-~-~ 6~.,, 1 __ 1 \ oS 1 .-. t. _ ~, ,, _ _ _ L ~ ~ d ue.r-(- ~ s ~e r~ fir,-~--- -~n Y S , C~ S _, ~ `~r~cd'F o~- ~ic.b 1, c~-~-; o v~ 7 i , ~ Q (~ ~ - ~Al~_ "' ~ cl ~ ~ ~Y`~S v l ~~ ~ h ~ 7 - ~t~' Q ~o ~'O ~J ~ n ~ , G~.1rZS ~ S,P_e L ~ -~~ Ca_~ ~ D nS ~ `tc~ r Y,-i I ~ L } o~ C.S~n~-r a ~-~- , £ 2.5~ r,r,p~-~ ~ ~ cos- -~p 0 `r~..~ cvrts~~.cc -~-; o,. o-~- ~~c. ~ ~ C +`~/ ~ ~"prr.e ~ C~uh <; t ~ ~..~, c.e- ~ler+~od.~ ~.,~g a rod 2L[~ ~f't-6 ~ ~ 5~,i r~ ~J O ~C~rr» u n+ o -~ ~ d S et-.4Y ; ~o ~~~~ a h ~ e~cl, a. ~ ~, ~ ~ re,c~-. rL~i ~-~-y ,~ C) ~~ ~C -~-o ~~. b l : s ~, a ~~ r .~..; S ~ ~~n-E- -~~ .6 < ds ~ .~C ~x ~ „5 --~-; ~.,~ } ~ ~ Q 1~~~ -~~ r~.~ e..; .~- a-F ~l : ds ,, ,t ~`~a -S ~., ~, , ate; ~ ~. ~~~, ~ c~ , ~ ` ~~ ~ ~~~ o~ ~ ~~~~~y~ ~ ~ ~~,,- y ~ ~~~ ~-~ d a-o g io-~F~- 09 ~esol~-~-~o~., 09- ~3 cZ.~~.rcl',,,,c~ crvr~r~e~~- ~ Q~--~~-flr-Z,~nd ', ~~ I v w~.~, Ov~ ~a S ~~ ~ Y~ rc n d ~ ~ ~ 1-~ r ~ ~t'~ CL'~'r2~ T' C~ 0 ': C~r~-rCt.c~- ~ ~'' Gc~r~rwc-~-; t~~n c~ ~~ C~~j -~l~'orr~.~~ / . C oc~ri c: ~ Q~~ce, '1 e nr+ad 2, ~ ~ n~, ~e~ cc^~ ~b - ~iEg - D ~ L.e~~.,r -~v ~ ~ ~'L ~ c.CtQc7 ~'~ r ~. ~ c,~.nc; l v ~- ~L.r rtr~'!'~Y'S v P ~: t'a- ~- ~1 ~eSr,(t,~+i on ~g ^ ~ ~V q,~C.Q.p~`..1Ct ~"~i.~ u~Qrr~~ ~ r ~~ f 1 O' t... ~ ~ ~ "H"orn a t/ ~ CD~c r- ~~ 1 ~-~-~ i c-~- ~~m~e ~lwn~ ~t"OJ 2 C~ . -. #- i i• +• --; , 4d 1 Prepared by: Kumi Morris, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319)356-5044 RESOLUTION NO. 08-347 RESOLUTION SETTING A PUBLIC HEARING ON JANUARY 6, 2009 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE CITY ATTORNEY AND COUNCIL OFFICE REMODELING 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 6th day of January, 2009, 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 16th day of ATTEST: . -~~~'~~ CIT LERI< December ,20 08 MA Approved City Attorney's Office i~/,~i~~~- pwe ng\res\CA&Co Remode I. doc 1 /09 Resolution No. 08-347 Page ~ It was moved by Champion and seconded by Hayek the Resolution be adopted, and upon roll call there were: AYES: ~- x X x x x NAYS: ABSENT: Bailey Champion Correia Hayek O'Donnell Wilburn Wright wpdata/glossary/resolution-ic.doc . a ~ rv~ ~. DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE CITY ATTORNEY AND COUNCIL OFFICE REMODELING PROJECT IOWA CITY, IOWA -~R CITY OF IOWA CITY SPECIFICATIONS TABLE OF CONTENT`S" ~ " I ~ "~ ~ rE: ~ 5 .'-Pa "e Number TITLE SHEET TABLE OF CONTENTS NOTICE OF PUBLIC HEARING ............................................................................. NP-1 ADVERTISEMENT FOR BIDS ................................................................................ AB-1 NOTICE TO BIDDERS ............................................................................................ NB-1 INSTRUCTION TO BIDDERS .:............................................................................... IB-1 FORM OF PROPOSAL .........:................................................................................. FP-1 BID BOND ............................................................................................................... BB-1 FORM OF AGREEMENT ........................................................................................ AG-1 PERFORMANCE AND PAYMENT BOND .............................................................. PB-1 CONTRACT COMPLIANCE (ANTI-DISCRIMINATION REQUIREMENTS) ................................................... CC-1 (thru pg.7) GENERAL CONDITIONS ........................................................................................ GC-1(thru pg.14) SUPPLEMENTARY CONDITIONS ......................................................................... SC-1 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS ........................................................................................................ R-1 ATTACHMENT: INFORMAL PROJECT FORM OF PROPOSAL (TO SUBMIT] ATTACHMENT: PLANS a ~ r-.. ~_..,, NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR CITY ATTORNEY AND COUNCIL OFFICE REMODELING 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 City Attorney and Council Office Remodeling Project in said City at 7 p.m. on the 6th day of January, 2009, said meeting to be held in the Emma J. Harvat Hall in City Hall in said City, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Coun- cil of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK pweng\nph\nph-CA&CouncilOffice.doc 9/99 _.. ~ I t.... ~ ! '7r,'r~, NP-1 ADVERTISEMENT FOR BIDS CITY ATTORNEY AND COUNCIL OFFICE REMODELING PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, before 2 P.M. on the 3rd day of February, 2009. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at its next regular meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 10th day of February, 2009, or at a special meeting called for that purpose. The project will involve the remodeling of the City Attorney's Office and library into additional office space for the City Attorney Office staff and the City Council. The work will also involve creating an ADA access to the women's restroom with a sloped ramp, minor modifications to the City Hall Maintenance space and new carpets and lighting in existing City Attorney's Office spaces. The work includes general building construction, mechanical, and electrical. A mandatory pre-bid meeting will be held at 9 A.M. on Tuesday, the 20th day of January, 2008 in the City Attorney's library at City Hall, at 410 East Washington Street, Iowa City, Iowa. All work is to be done in strict compliance with the plans and specifications prepared by Nowysz Associates and Shive-Hattery, Inc., of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days 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 until a contract is awarded, or until rejection is made. Other bid bonds will be returned after the canvass and tabula- tion 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 Council, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless~e City tram all claims and damages of any kind caused directly or indirectly by the operation of the contra):, :and sfiall also guarantee the maintenance of the improvement for a period of one (1) year(s) from and~~ter its~c~m- pletion and formal acceptance by the City. ~_,~ The following limitations shall apply to this Project: .. Completed Date: June 12, 2009 - " ,r, Liquidated Damages: $200.00 per day _ ~ --'- The plans, specifications and proposed contract documents may be examined at the office o;City%~lerk. Copies of said plans and specifications and form of proposal blanks may be secured at the~ffice o.~owa City Reprographics, at 114 S. Dubuque Street, Iowa City, Iowa, (319) 338-7872 (phone), (319) 338985 (fax) by bona fide bidders. A $20.00 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Iowa City Reprographics. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. 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. If no minority business enterprises (MBE) are utilized, the Contractor shall furnish documentation of all reasonable, good faith efforts to recruit MBE's. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721. By virtue of statutory authority, preference will be given to products and provisions grown and coal produced .i.c AB-1 ADVERTISEMENT FOR BIDS •, ~ . ~... CITY ATTORNEY AND COUNCIL OFFICE ; S"°~ REMODELING PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, before Z P.M: a ~n~ ~'~ ~ day of February, 2009. Sealed proposals will be opened immediately thereafter by the City n ineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purpo `. ,~ this P_roj~Gt? Proposals received after this deadline will be returned to the bidder unopened. Proposals ' `lie acted uAdsi ~,~,~,~, by the City Council at its next regular meeting to be held in the Emma J. Harvat Hall at 7: P.M. on the 10th day of February, 2009, or at a special meeting called for that purpose. The project will involve the remodeling of the City Attorney's Office and library into a itional office space for the City Attorney Office staff and the City Council. The work will also involve Great' g an ADA access to the women's restroom with a sloped ramp, minor modifications to the City Hall M mtenance space and new carpets and lighting in existing City Attorney's Office spaces. The work include eneral building construction, mechanical, and electrical. A mandatory pre-bid meeting will be held at 9 A.M. on Tuesday, the 20th day of January, 2008 in the City Attorney's library at City Hall, at 410 East Washington Street, Iowa City, I a. All work is to be done in strict compliance with the plans and specific ons prepared by Nowysz Associates and Shive-Hattery, Inc., of Iowa City, Iowa, which have heretofore be 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 ty and must be accompanied in a sealed envelope, separate from the one containing the proposal, y a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the m of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOW CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to ente into a contract within ten (10) calendar days and post bond satisfactory to the City ensuring the faithful p rformance of the contract and maintenance of said Project, if required, pursuant to the provisions of this tice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for eriod of not to exceed fifteen (15) calendar days until a contract is awarded, or until rejection is made. Oth bid bonds will be returned after the canvass and tabula- tion of bids is completed and reported to the City ouncil. The successful bidder will be required to furni a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued a responsible surety approved by the City Council, and shall guarantee the prompt payment of all mater Is and labor, and also protect and save harmless the City from all claims and damages of any kind caus d directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the ~ provement for a period of one (1) year(s) from and after its com- pletion and formal acceptance by the C~ The following limitations shall apply this Project: Completed Date: June 12, 2009 Liquidated Damages: $200.00 p day The plans, specifications and p posed contract documents may be examined at the office of the City Clerk. Copies of said plans and spe ications and form of proposal blanks may be secured at the Office of Iowa City Reprographics, at 114 .Dubuque Street, Iowa City, Iowa, (319) 338-7872 (phone), (319) 338-7985 (fax) by bona fide bidders. A $20.00 non-refundable ee is required for each set of plans and specifications provided to bidders or other interested persons. The e shall be in the form of a check, made payable to Iowa City Reprographics. Prospective bidders a advised that the City of Iowa City desires to employ minority contractors and subcontractors on Ci projects. Bidders shall list o the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder i ends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contracto awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractor together with quantities, unit prices and extended dollar amounts. If no minority business enterprises ( BE) are utilized, the Contractor shall furnish documentation of all reasonable, good faith efforts to recruit MBE's. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721. By virtue of statutory authority, preference will be given to products and provisions grown and coal produced AB-1 within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa Reciprocal Preference Act applies to the contract with respect to bidders who are~ao~rdents. The City reserves the right to reject any or all proposals, and also reserves the rightjf"o 8. nicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. .;-n., ftc f• ~ ~ ~~ ~: ~ 5 MARIAN K. KARR, CITY CLERK - ~ ~ "~ pwengVidbids~P,dbids-CA&CouncilOffice.doc 6/07 t:, :;, ~IZt: Ics~,.,. _ , : ~~. Io~~~A AB-2 NOTICE TO BIDDERS Sealed Bids will be received at the Office of the City Clerk, until the time and date specified below. BID DOCUMENTS: Copies of plans, specifications and form of proposal blanks may be secured at the Office of: Iowa City Reprographics ~ ,.~ `~' 114 South Dubuque Street ~ ~ ~ ~ Iowa City, Iowa 52240 _~~_ ~ ~ 319-338-7872 (phone) ~ ~% ~ '° 3193387985 (fax) rn ~~ ~ _ A $20.00 non-refundable fee is required for each set of bid documents. :~ ~' `~ D N V 2. ADDRESS BIDS TO: Attention of the City Clerk's Office, City Hall, 410 E. Washington St., Iowa City, IA 52240-1826, on or before the bid opening local time and date specified below. Bids shall be sealed and clearly marked on the front: "CITY ATTORNEY AND COUNCIL OFFIGE REMODELING PROJECT" Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal 3. BIDS DUE: All bids must be received by the City, Clerk's office (date and time stamped) before: 2 p.m., Tuesday 3rd of February, 2809 FAXED Bids will not be accepted. 4. BID OPENING: following bid due date and time in the Emma Harvat Hall Council Chambers, City Hall, 410 E Washington St., Iowa City, lA. The City is not responsible for delays occasioned by the U.S. Postal Service, the internal mail delivery system of the City, or any other means of delivery employed by the bidder. Similarly, the City is not responsible for, and will not open, any bid responses which are received later than the date and time stated above. 5. BONDS AND INSURANCE: Insurance is required, as specified in General Conditions S-4. Bid security and performance bond is required. 6. REFERENCES :The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. References shall be addressed to the staff member listed below. and include the name, address and phone number of the contact person, for City verification. NB-1 NOTICE TO BIDDERS Sealed Bids will be received at the Office of the City Clerk, below. 1. BID DOCUMENTS: Copies of plans, secured at the Office of: Iowa City Reprographics 114 South Dubuque Street Iowa City, Iowa 52240 319-338-7872 (phone) 3193387985 (fax) until the time and dates~~if'~ed~~ '`"`~' ~?rC I S P:1 G~ OS specifications and form of proposal blanks may be I ~ ~. .. ,_ ~ i~ i{ I O ,y,; r:'. ~ ~ ; ~.- `~', IOW A A $20.00 non-refundable fee is required for each set of bid documents. 2. ADDRESS BIDS TO: Attention of the City Clerk's Office, City Hall, 10 E. Washington St., Iowa City, IA 52240-1826, on or before the bid opening local tim and date specified below. Bids shall be sealed and clearly marked on the front: "CITY ATTORNEY ANC7 COUNCIL OFFICE RLMODI~LING P Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Pro 3. BIDS DUE: All must re eived the ' y Clerk's office (date and time stamped) before: 2 p ., Tuesday 2"d of Febru , 2 9 FAXEd~Bi accepted. 4. BID OPENING: following bid due dat and time in the Emma Harvat Hall Council Chambers, City Hall, 410 E Washi ton St., Iowa City, IA. The City is not responsible f r delays occasioned by the U.S. Postal Service, the internal mail delivery system of th City, or any other means of delivery employed by the bidder. Similarly, the City is not esponsible for, and will not open, any bid responses which are received later than the ate and time stated above. 5. BONDS AND INSUR 6CE: Insurance is required, as specified in General Conditions S-4. Bid security and pe rmance bond is required. 6. REFERENCES : he 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 ref ence. Award of the bid or use of specific subcontractors may be denied if sufficient fav rable references are not verified or may be denied based on past experience on projects wi the City of Iowa City. References shall be addressed to the staff member listed below and include the name, address and phone number of the contact person, for City verification. NB-1 7. PREBID CONFERENCE: A Pre-Bid Conference will be held on: ~p ~ Tuesday, January 20, 2009 at 9:00'A.M. local time. ~ s In lower level of City Hall in :the City Attorney's library at 490 East Washington Street, Iowa City, lA. ~'`'~° ~=~ ~ S Fij ts. QS The Pre-bid meeting is mandatory. All interested Bidders must attend the [~r~~id-; I E R t~ Conference in order to be considered for this award. The Pre-Bid Conferer~lAol~l ~,; ~ ;~, IOWA provide each bidder with an opportunity to discuss the City's requirements, to discuss the specifications related to the project, and to ask questions that pertain to this Request for Bid Parking: t_irnited metered parking is available. on neighboring the site, ©therwise prepaid hourly-fee parking is available directly south of City Hall in Chauncey Swan Parking Ramp at 415 East Washington Street; or hourly-fee; metered parking is available in Tower Place, at 335' East Iowa Avenue. Please review the following Request for Bid before attending the Pre-Bid Conference. 8. QUESTIONS: All questions and clarifications regarding this Request for Bid can be answered before Friday, January 23,2009, by contacting the person listed below: Kumi Morris Architectural Services Coordinator 410 East Washington Street Iowa City, IA 52240 kumi-morrisCa~iowa-city.orq (319) 356-5044 MTTHF 8:00 a.m - 1:00 p.m. 9. NOTE TO ANSWERS: All questions will be addressed in a single document and sent to all bid document holders. N B-2 INSTRUCTIONS TO BIDDERS ARTICLE 1 -DEFINITIONS ~'`~~~' ~~~ i S ~~~ 4~ Q6 1.1 Bidding documents include the bidding requirements and the cor4t~'acf'd~~ts. The ,T,. - bidding requirements include the Advertisement or Invitation to ,~h~5~ti°tac~ic~r~~~~~lders, 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", 1997 edition, the attached supplemental conditions or in other Contract Documents are applicable to the bidding documents. A. Addenda are written or graphic instruments issued by the Architect prior to execution of the Contract which modify or interpret the Bidding Documents by addition, deflection, clarifications or correction. B. A bid is a complete and properly signed proposal to do the work or designated portion thereof for the sums stipulated therein, submitted in accordance with the bidding documents. C. The base bid is the sum stated in the bid for which the Bidder offers to perform the work described in the bidding documents as the Base, to which work may be added, or from which work may be deducted for sums stated in alternate bids. D. An alternate bid (or Alternate) is an amount stated in the bid to be added to or deducted from the amount of the base bid if the corresponding change in the work, as described in bidding documents, is accepted. E. A unit price is an amount stated in the bid as a price per unit of measurement for materials or services as described in the .bidding documents or in the contract documents. F. A bidder is. a person or entity who submits a bid. G. Asub-bidder is a person or entity who submits a bid to a bidder for materials, equipment or labor for a portion of the work. ARTICLE 2 -BIDDER'S REPRESENTATIONS 2.1 The bidder by making a bid represents that the bidder has read and understands the bidding documents, and the bid is made in accordance with those documents. 2.2 The Bidder has read and understands the bidding documents or contract documents, to the extent that such documentation relates to the work for which the bid is submitted. IB-1 2.3 The bidder has visited the site, has become familiar with local conditions u er which the work is to be performed, and has correlated the bidder's personal observ~r~s ~it~i""~he requirements of the contract documents. 'kf'+~.'7 ~rr tt 2.4 The bid is based upon the materials, equipment and systems required b~ th~ b~~di(~g Q6 documents without exception. ~-~% t t `' tr L_ Q v'~;,`~ ; ~ ` ;fit O VIlA ARTICLE 3 -BIDDING DOCUMENTS 3.1 Copies A. Complete sets of the bidding documents may be obtained from the office listed above for the deposit sum as indicated. The deposit will be refunded to plan holders who return the bidding documents in good condition within 30 days after receipt of bids. The cost of replacement of missing or damaged documents will be deducted from the deposit. A bidder receiving a contract award may retain the bidding documents, and his deposit will be refunded. Successful sub-bidders, including material suppliers, may retain their bidding documents, and their deposit will be refunded if the Architect receives written notification within the 30 calendar day period following receipt of bids. B. Bidders shall use complete sets of bidding documents in preparing bids. Neither the Owner nor the Architect assumes responsibility for errors or misinterpretations resulting from the use of incomplete sets of bidding documents. No partial sets will be issued. C. In making copies of the bidding documents available on the above terms, the Owner and the Architect do so only for the purpose of obtaining bids for the work, and do nor confer license or grant permission for any other use of the bidding documents. D. Copies of the reports and drawings that are not included with the Bidding Documents may be examined at Engineering Division at City Hall, Iowa City, Iowa during regular business hours, or may be obtained from the Owner at Owner's reproduction cost, plus handling charge. These reports and drawings are not part of the contract documents, but the "technical data" contained therein upon which the bidder may rely as identified and established above, are incorporated therein by reference. 3.2 Interpretation or Correction of Bidding Documents A. The bidder shall carefully study and compare the bidding documents with each other, and with other work being bid concurrently or presently under construction to the extent that it relates to the work for which the bid is being submitted, shall examine the site and local conditions, and shall at once report to the Architect errors, inconsistencies or ambiguities discovered. B. Bidders and sub-bidders requiring clarification or interpretation of the bidding documents shall make a written request which shall reach the Architect at least nine days prior to the date for receipt of bids. IB-2 C. Interpretations, corrections and changes of the bidding documents will be made by addendum. Interpretations, corrections and changes to the ~~g~uments made in any other manner will not be binding, and bidders fi I ~ ~yy upon them. 3.3 Substitutions ~"~~ ~r~ ! 5 P~j 4: 06 A. The materials, products and equipment described in t~q t9,~j~lc~x7e~~, , q~pq~ts establish a standard of required function, dimension, appearance and quality to be met by any proposed substitution. Refer to Section PS -Pre-Bid Substitutions for substitution requirements. 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 received all addenda issued, and the bidder shall acknowledge their receipt in the proper location on the bid form. ARTICLE 4 -BIDDING PROCEDURES 4.1 Form and Style of Bids A. Submit bids in duplicate on forms identical to the form bound into the 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 IB-3 "No Change". ~ ~ ~.n F. Where two or more bids for designated portions of the work h~,~ t~n~r~q~~~ted, the bidder may, without forfeiture of the bid security, state ttie ~i ct r' of I~o~6 accept award of less than the combination of bids stipulated by a bidder TT<h~e bidder shall make no additional stipulation on the bid form, n~r,}I~r,~il~'. IO1/tnA 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 contract or fail to furnish such bond if required, the amount of the bid security shall be forfeited to the Owner as liquidated damages, not as a penalty. A cashier's check, cash or certified check will not be an accepted bid bond. B. Surety bond shall be written on enclosed "Bid Bond" form bound within the project manual and the attorney-in-fact who executes the bond on behalf of the surety shall affix to the bond a certified and current copy of power of attorney. C. The Owner will have the right to retain the bid security of bidders to whom an award is being considered until either: 1. The contract has been executed and bonds have been furnished. 2. The specified time has elapsed so that the bids may be withdrawn. 3. All bids have been rejected. 4.3 Submission of Bids A. All copies of the bid, the bid security and other documents required to be submitted with the bid shall be enclosed in sealed opaque envelopes as instructed in Section NB -Note to Bidders. Both envelopes shall be addressed to the party receiving the bids ("City Clerk, City of Iowa City"), and shall be identified with the project name, the bidder's name and address, and the envelope's contents. If the bid is sent by mail, the sealed envelopes shall be enclosed in a separate mailing envelope with the notation "SEALED BID ENCLOSED" on the face of that envelope. IB-4 B. Bids shall be deposited at the designated location prior to the time and date for receipt of bids. The Location, Date and Time are listed in this~i~~dent in the Notice to Bidders section, NB-1. ~,, Bids received after the time and date for receipt of '!s(~~ill~ ~e ~ty~.ne$ unopened. 4.4 5.1 5.2 5.3 C. The bidder shall assume full responsibility for timely de#G~l's~la~, atl ~ jj~n designated for receipt of bids. D. Oral, telephonic, or telegraphic bids are invalid and will not receive consideration. Modification or Withdrawal of Bid A. A bid may not be modified, withdrawn or canceled the bidder after the stipulated time and date designated for the receipt of bids, and each bidder so agrees in submitting his bid. B. Prior to the time and date designated for receipt of bids, a bid submitted may be modified or withdrawn by notice to the party receiving bids at the place designated for receipt of bids. Such notice shall be in writing over the signature of the bidder or by telegram. If by telegram, written confirmation over the signature of the bidder shall be mailed and postmarked on or before the date and time set for receipt of bids, and it shall be so worded as not to reveal the amount of the original bid. C. Withdrawn bids may be resubmitted up to the time designated for the receipt of bids provided that they are then fully in conformance with these Instructions to Bidders. D. Bid security shall be in an amount sufficient for the bid as modified or resubmitted. ARTICLE 5 -CONSIDERATION OF BIDS Opening of Bids A. The properly identified bids received on time will be opened publicly and will be read aloud. The Location, Date and Time are listed in this bid document in the Notice to Bidders section, NB-1. Rejection of Bids A. The Owner will have the right to reject any or all bids, and to reject a bid not accompanied by the required bid security or by another data required by the bidding documents, or to reject a bid which is in any way incomplete or irregular. 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 bidding documents, and does not exceed the funds available. The Owner will IB-5 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. ~'J ~~. 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 ~~ ~$ ~a~~ ~. ~6 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. Submit an acceptable substitute person or entity with an adjustment in the bid price to cover the difference in cost occasioned by such substitution. D. The Owner may accept the adjusted bid price or may disqualify the bidder. In the event of either withdrawal or disqualification, bid security will not be forfeited. ARTICLE 7 -PERFORMANCE BOND AND LABOR 8~ 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 source; all change in cost will be adjusted as provided in contract documents. IB-6 7.2 The Time of Delivery and Form of Bonds ~- $ A. The bidder shall deliver the required bonds to the Owner not I~te~~~ee (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, _ ~~~e~ gh~d~ ~rio~j~ commencement of the work, submit evidence satisfactory fo~tlie Owner that suc bonds will be furnished and delivered. C I -, ,p; ;,; ~ ~ P K 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. S:\ENGWRCHITECTURE FILE\Projects\City Attorney's Office and Library Remodel 2007\Bid Documents\IB -Instructions to Bidders (2) City Attorney and counci office remodeling project .doc IB-7 TO BIDDERS: 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. 2. ALL BLANKS TO BE COMPLETED. 3. ONLY BIDS ON THESE FORMS WILL BE ACCEPTED. FORM OF PROPOSAL CITY ATTORNEY AND COUNCIL OFFICE REMODELING PROJECT CITY OF IOWA CITY Name of Bidder: Address of Bidder: BIDS RECEIVED BEFORE: 2:00 PM local time on February_3~d, 20D9 TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 In response to your request for bids, and in compliance with the Procurement and Contracting Requirements, the undersigned proposes to furnish all labor, materials and equipment, all supervision, coordination, and all related incidentals necessary to perform the work to complete CITY ATTORNEY AND COUNCIL OFFICE REMODELING PROJECT in strict accordance with the Project Manual and the Drawings dated December 12, 2008, including Addenda numbered and ,inclusive, prepared by Nowysz Associates and Shive Hattery, Irtc., 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. ~ =.~ . `' t~ ;. .- ~, .~ j e aril C /~ .~. .........y'1 L V FP-1 TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOL_ PROJECT MANUAL. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. ~rt,~ f?'•~ 15 Fla t~.: nb ALL BLANKS TO BE COMPLETED. ONLY BIDS ON THESE FORMS WILL BE ACCEPTED. ~, I-~ ~_.~~ , L_Et~i< trt, FORM OF PROPOSAL 7 I ~'`'Y `` ~'' ' '''' I o WA CITY ATTORNEY AND COUNCIL OFFICE REM ELING PROJECT CITY OF IOWA CITY Name of Bidder: Address of Bidder: BIDS RECEIVED BEFORE: 2:00 PM local. TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 In response to your request for Requirements, the undersignec supervision, coordination, and CITY ATTORNEY AND COU C the Project Manual and the ra and , i clu: the Base Bid Lump Sumo BASE BID bruary 2"d, 2009 b' s, and in compliance with the Procurement and Contracting proposes to furnish all labor, materials and equipment, all related incidentals necessary to perform the work to complete IL OFFICE REMODI:LING PROJECT in strict accordance with wings dated December 12, 200$, including Addenda numbered ive, prepared by Nowysz Associates and Shave Hattery, Inc., for Dollars ($ The undersigned adder submits herewith bid security in the amount of $ ten percent (10° ) of the Base Bid amount. FP-1 The following names of those persons, firms, companies or other parties with whom t~nc~o act to ether with the type of subcontracted work and ~i~. obi enter into a mayor subcontr g dollar amount of the subcontract. This list will not be read at the Bid Opernng• ^r„~ ~~~ , S ~~j ~, X16 $ V Carpentry: ~:;' ~ ',' (_ E R K HVAC: Plumbing: Temp. Control: ~ Electrical: Concrete ramp: Paint: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the. event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. In submitting this Proposal, The undersigned agrees that the Bid will not be withdrawn for a period of thirty (30) consecutive calendar days following the date of the Bid Opening. Further, that if a Notice to Proceed or a prepared Agreement provided by the Owner is received at the business address identified below within the thirty (30) day period, the undersigned will, within ten (10) days of receipt, acknowledge acceptance of the contract award. The undersigned will then execute and deliver to the Owner address the Agreement, the Procurement, Labor and Material Payment Bonds, and the certificates of insurance, and will proceed in accordance with requirements of the Contract Documents for this project, and have the Project at Substantial Completion on or before June'12"', 2009. Firm: Signature: Printed Name: Title: FP-2 ~~M~~ Address: '~"~ ~F~ 15 F~~ 4~ Q7 ~~'i ~ >. I_~tti~ 10~{;5. _'-'';~. IOWA Phone: Contact: FP-3 BID BOND as Principal, and ~ ~- ~ ~~~ as Surety declare that we are held and are firmly bound unto the City of~ lowar City, Iowa, "' ~ C~C 15 Pit 4~ 07 hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said ~~rri ~as~li~~'!C I C.:.; :., ., , ~ ~ 10 WA provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, for (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and alt 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 (Seal) Principal gy (Title) (Seal) Surety By (Attorney-in-fact) Attach Power-of-Attorney BB-1 FORM OF AGREEMENT ~~, THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City") and ~M("~o~ntr~to~i~ ~{~ 07 -„ Whereas the City has prepared certain plans, specifications, prop ~t,'~nd .fS[~;~~~nts l~r~r, ~..•~ ~ , dated the day of 20_, for the Project ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers ; b. "General Conditions of the Contract for Construction" AIA DOC A201-1997, as amended; c. Plans; d. Specifications and Supplementary Conditions; e. Notice to Bidders; f. Note to Bidders; g. Performance and Payment Bond; h. Restriction on Non-Resident Bidding on .Non-Federal-Aid Projects; i. Contract Compliance Program (Anti-Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG-1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shov~n i~ tchment): n t~~:.~ t IC~Q,~~ t~::-~~ IOWA 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of 5. The Project base bid submitted by form of proposal is in the amount of: To be completed after award and no/100 Dollars c~ o.oo~. C By 20 Contractor By (Title) Mayor ATTEST: City Clerk ATTEST: (Title) (Company Official) Approved By: City Attorney's Office AG-2 PERFORMANCE AND PAYMENT BOND F~L~' as ,';! (insert the name and address or legal title of the Contractor) --t ~?:.C 1 S Fji ~~ Q7 Principal, hereinafter called the Contractor and -- (insert the legal title of ~~,,ur~~ %, I OV'JA as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars (~ )for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of ,entered into a (date) written Agreement with Owner for Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by ,which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient PB-1 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 "ba~^l-anlce off the Contract Price, as used in this paragraph, shall mean the total` a~fe~t payable by Owner to Contractor under the Agreement, together wit ~ ~ d d , and/or amendments thereto, less the amount properly paid by Owner to CI-'' l_Ei:K Contractor. 1O';'J;~ r';ti~';', 1OV`JA 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 the date of formal acceptance of the improvements by the Owner. ~, years from D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF 20 IN THE PRESENCE OF: Witness Witness (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) PB-2 ~'~~,~.. ~~;, ~~C 15 PM 4~ 07 Contract Compliance Program CITY OF IOWA CITY ~.~ SECTION I -GENERAL POLICY STATEMENT ?~'~ !?rC I S P~1 07 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 requir~e~:~?ar~.~o~~re that applicants seeking employment with them and their employees are treated equ~,~y~~tFto~rzeg race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract' Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities arid receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC-2 and CC-3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. CC-f SECTION II -ASSURANCE OF COMPLIANCE ~ ! ~~ The followin sets forth the minimum requirements of a satisfacto Equal Em to , u~}~ ro m g rY P ~~~~~~ ~~ which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 ~` I O O THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTACT. Ui ~ '. "~ LRK l 0+y''~"; t~; i "~ With respect to the performance of this contract, the contractor, consultant or vendor agre~sa~~l~ws: (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 seg.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. CC-2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? ' ~ ~ ~ ~~ nr„n r~~ ~ 5 Q~ ~4: ~7 ,.s_i~RK t :', ;``1'r, ~ ,`~.~ ~;'. IOWA The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date CC-3 SECTION III -SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPO~~t~~l~~fil COMPANY POLICY `? ~c~ ~ S Pry ~~ Q~ Determine your company's policy regarding equal employment opportunities. Document t IZQI)'cX st it in a conspicuous place so that it is known to all your employees. Furthermore, disse ~ ~l'~,~~ I dry i:!'1 ` potential sources of employees and to your subcontractors asking their cooperation.~e policy sf~teme t 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. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non-biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC-4 ~A,.~~ ~F~ ~~C 15 P~1 ~~ Q7 O'~ ~E °~, }::; -~~ ''. IOW A i r 1 ~~~.®~ A ~®1~~ ~O City of ~~ 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. CG5 2-3-1 2-3-1 ~~~~ CHAPTER 3 DISCRIMINATORY PRACTICES SECTION: 2-3-1: Employment; Exceptions 2-3-2: Public Accommodation; Exceptions 2-3-3: Credit Transactions; Exceptions 2-3-4: Education 2-3-5: Aiding Or Abetting; Retaliation; Intimidation 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, upgrade or refer for employ- ment, or to otherwise discriminate in employment against any other person or to discharge any employee be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. 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, disabiNty, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such ap- plicant or member. ., , ~,i C'~ERK C. It shall be unlawful for any employer, employment agency, labor organiza- tion or the employees or members thereof. to directly or indirectly adver- tise or in any other manner Indicate or pubilcize that individuals are unwel- come, objectionable or not solicited for employment of membership be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to preg- nancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this Title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- riage, childbirth and recovery there- from are, for all job-related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwrit- ten employment policies and practices involving terms and conditions of employment as applied to other tem- porary disabilities. E. it shall be unlawful for any person to solicit or require as a condition of employment of any employee or pro- Iowa city es~ CC-6 2-3-1 F 897 spective employee a test for the pres- ence of the antibody to the human immunodeficiency virus. An agree- ment between an employer, employ- ment agency, labor organization or their employees, agents or members and an employee or prospective em- ployee concerning employment, pay or 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. The following are exempted from the provisions of this Section: 1. Any bona fide relfgious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifica- tions are related to a bona fide reli- gious purpose. A religious qualifica- tion for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or reli- gious institution shall be presumed to be a bona fide occupational qualifica- tion. (Ord. 94-3647, 11-8-1994) Iowa City CC-7 r 2. An emptt~r ~~ipl~rri~nQ~gency which chooses to offer employment or advertise forre~pfo~'~' only the disabled ~(~~4frI~~,Xr~y ~~~mploy- 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) ~,.. ~ [~ GENERAL CONDITIONS ~`'~~ ~~'~ ! 5 ~~~ ~!~ 08 "General Conditions of the Contract for Construction" AIA DOC A201-1~r~a~:~tri>bntl~thall apply except as amended in the Supplementary Conditions. GC-1 DOCUMENT 00800 ~ ~ ~ ~~ SUPPLEMENTARY CONDITIONS '"~~ ~~C ! 5 P~1 u: Q3 PART1-GENERAL 1.1 INTRODUCTION IO'.`.r;' ~~~I.rY, IOWA ,~ A. The following supplements modify the General Conditions of the Contract for Construction", AIA Document A201-1997. Where a portion of the General Conditions is modified or deleted by these Supplementary Conditions, the unaltered portions of the General Conditions shall remain in effect. B. Terms used in these Supplementary Conditions will have meanings assigned to them in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings indicated below, which are applicable to both the singular and plural thereof. C. Deletions from the AIA A201 are indicated as stfike-eut and additions to the AIA A201 are indicated as "bold italic". D. The OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to any dispute arising between the parties or under the Contract Documents. E. Delete all references to mediation and arbitration in their entirety. 1.2 ARTICLE 1 -GENERAL PROVISIONS A. Add the following paragraph 1.1.1.1 Contract Documents to read as follows: 1.1.1 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: 1.1.3 The term "Work" means the construction and services required by the Contract Documents, whether completed or partially completed, and includes all other labor, tools, materials, equipment, transportation, services, taxes, insurance and al/.other services provided or to be provided by the Contractor to fulfill the Contractor's obligations. The Work may constitute the whole or a part of the Project. The Contractor shall provide all work and materials which any part of the Contract Documents require him to provide. C. Add the following paragraph 1.2.4: 1.2.4 Sections of Division 1 -General Requirements, govern the execution of all sections of the specifications. 1.3 ARTICLE 2 -OWNER A. Change paragraph 2.4.1 to read as follows: 2.4.1 If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents and fails within aseven-day period after fese+pt-ef written notice from the Owner to commence and continue correction of such default or neglect with diligence and promptness, the Owner may eetise-te without prejudice to other remedies the Owner may have, correct such deficiencies SUPPLEMENTARY CONDITIONS DOCUMENT 00800-1 ' the Ofavri~ y d ~' a a In such case from payments then or thereafter due the Contractor the entire cost of correcting such deficiencies, including compensation for the Architect's additional services and e~eh~es-~IR ~ heating, engineering, accounting, consulting services and attorneys' fe~~~~t~ ~xjb~ifse~ WA made necessary by such default, neglect, or failure. . If payments then or thereafter due the Contractor are not sufficient to cover such amounts,. the Contractor shall pay.. the difference to the Owner. The Owner's actions pursuant to this Subparagraph shall not operate as a release of any obligation of a surety. 1.4 ARTICLE 3 -CONTRACTOR A. Change paragraphs 3.2.1 through 3.2.2 to read as follows: 3.2.1 The Contractor shall carefully study and compare the Contract Documents with each other and with information furnished by the Owner pursuant to Subparagraph 2.2.2 and shall at once report to the Architect errors, inconsistencies or omissions discovered. 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 Ic~ew++ngry failed to report it to the Architect. If the Contractor performs any construction activity 1Faew+r~^ ~+ ~^~~^'~~°.. involving a recognized error, inconsistency or omission in the Contract Documents without such notice to the Architect, the Contractor shall assume appFepr+ate responsibility for such performance and shall bear ae 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 follows: 3.3.2 The Contractor shall be responsible to the Owner for acts and omissions of the Contractor's employees, Subcontractors, Sub-subcontractors, materialmen and suppliers and their agents and employees, and other persons performing portions of the Work under a contract with the Contractor. C. Change paragraph 3.4.1 to read as follows: 3.4.1 Unless otherwise provided in the Contract Documents, the Contractor shall provide and pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, and other facilities and services necessary for proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. Should the Contract Documents require work to be performed after regular working hours or should the Contractor elect to perform work after regular hours, the additional cost of such work shall be borne by the Contractor. D. 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 al/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 01 60 00 -Post Bid Substitutions. SUPPLEMENTARY CONDITIONS DOCUMENT 00800-2 3.4.6 By making requests for substitutions based on Subparagraph 3.4.4 abode, ~~~ Contractor: .1 represents that the Contractor has personally investigated the proe~lrgrga~+ctp~~ t~. ~ ~ and determined that it is equal or superior in all respects to that specified.' Ct, ~ .2 represents that the Contractor will provide the same warranty for the substitution that the Contractor would for that s ecified. ` I ° ~'~ `' ~ ~ ~ ~~ .3 certifies that the cost data presented is complete and includes all r~~>~~c~t~~' ~ 101/tfA 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 maybe required for the Work to be complete in all respects. E. Change paragraphs 3.5.1 to read as follows: 3.5.1 The Contractor warrants to the Owner and Architect that materials and equipment furnished under the Contract will be of good quality and new unless otherwise required or permitted by the Contract Documents, that the Work will be free from defects and that the Work will conform with the requirements of the Contract Documents. Work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. The Contractor's warranty excludes remedy for damage or defect caused by abuse, modifications not executed by the Contractor, improper or insufficient maintenance, improper operation, or normal wear and tear under normal usage. If required by the Architect, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. F. Change paragraph 3.7.2 to read as follows: 3.7.2 The Contractor shall ssr~ply perform the Work in compliance with and give notices required by laws, ordinances, rules, regulations and lawful orders of public authorities bearing on performance of the Work. G. Change paragraph 3.7.4 to read as follows: 3.7.4 If the Contractor performs Work knowing it to be contrary to laws, statutes, ordinances, building codes, and rules and regulations without such notice to the Architect and Owner, the Contractor shall assume full responsibility for such Work and shall bear the astable costs and expenses. of correcting or replacing such Work. H. Change paragraph 3.11.1 to read as follows: 3.11.1 The Contractor shall maintain at the site for the Owner, one record copy of the Drawings, Specifications, addenda, Change Orders and other Modifications, in good order and marked currently to record changes and selections made during construction, and in addition all approved Shop Drawings, 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. Change paragraph 3.13.1 to read as follows: 3.13.1 The Contractor shall confine operations at the site to areas permitted by law, ordinances, permits and the Contract Documents and shall not unreasonably encumber the site with materials or equipment. The Contractor acknowledges that the property on which the Project and Work are located will 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. Change paragraph 3.17.1 to read as follows: 3.17.1 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 SUPPLEMENTARY CONDITIONS DOCUMENT 00800-3 loss on account thereof, but shall not be responsible for such defense or loss whew design, process or product of a particular manufacturer or manufacturers is required Contract Documents. However, if the Contractor has reason to believe that the required design, process or product is an infringement of a patent, the Contractor shall be re~~i~~I~~ ip5su~ tt: Q$ loss unless such information is promptly furnished to the Architect. and the Owner in writing.. Ct ~~'~' ~_: ~ I~ R 6< K. Change paragraph 3.18.1 to read as follows: I Q 6°d~'. ~ i ! `(, IOWA 3.18.1 To the fullest extent permitted by law and to the extent claims, damages, losses or expenses are not covered by Project Management Protective Liability insurance purchased by the Contractor in accordance with paragraph 11.3, the Contractor shall indemnify, defend and hold harmless the Owner, Architect, Architect's consultants, and agents and employees of any of them from and against claims, damages, losses and expenses, including, but not limited to attorneys' fees, arising out of or resulting from performance of the Work, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of. tangible property including loss of use resulting there from, but only to the extent caused in whole or in part by intentional or negligent acts or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liabl , Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity which would otherwise exist as to a party or person described in this Paragraph 3.18. Nothing in the foregoing Paragraph 3.18.1 is intended or shall be deemed to constitute an indemnification by the Contractor against the negligence of any of the parties to be otherwise indemnified pursuant to Paragraph 3.18.1. 3.18.2 Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa . L. Change 3.3 SUPERVISION AND CONSTRUCTION PROCEDURES paragraph 3.3.4 to read as follows: 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. M. Change TAXES 3.6 paragraph 3.6.1 to read as follows: 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. 1.5 ARTICLE 4 -ADMINISTRATION OF THE CONTRACT 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 written consent of the Owner, Sentfaster and Architect. Consent shall not be unreasonably withheld. B. Change paragraph 4.2.1 to read as follows: 4.2.1 The Architect will provide administration of the Contract as described in the Contract SUPPLEMENTARY CONDITIONS DOCUMENT 00800-4 C. Documents, and will be the Owner's representative as provided herein (1) during c~~cdv~ and (2) with the Owner's concurrence, from time to time during the correction period de rt Paragraph 12.2. 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 ContrDr>le~ts~~:~ ~; ~~ unless otherwise modified by written instrument in accordance with other provisions of the Contract. C i ~. `F' ~;'_ i" ~ {~ I o ~°~~~~~, c. ; ~ ~~. Iowa Change paragraph 4.2.3 to read as follows: 4.2.3 The Architect and the Owner will not be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. The Architect and the Owner will not have control over or charge of and will not be responsible for acts or omissions of the Contractor, Subcontractors, or their agents or employees, or any other persons or entities performing portions of the Work. D. Change paragraphs 4.2.5 through 4.2.6 to read as follows: 4.2.5 Based on the Architect's observations and evaluations of the Contractor's Applications for Payment, the Architect will review and certify recommend to the Owner the amounts due the Contractor and will issue Certificates for Payment in such amounts. 4.2.6 The Architect will have authority to reject Work which does not conform to the Contract Documents. Whenever the Architect considers it necessary or advisable for implementation of the intent of the Contract Documents, the Architect will have authority to recommend to the Owner to require additional inspection or testing of the Work in accordance with Subparagraphs 13.5.2 and 13.5.3, whether or not such Work is fabricated, installed or completed. However, neither this authority of the Architect nor a decision made in good faith either to exercise or not to exercise such authority shall give rise to a duty or responsibility of the Architect to the Contractor, Subcontractors, material and equipment suppliers, their agents or employees, or other persons 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. tY~C-a~tie~ 4.2.11 The Architect will interpret and make recommendations to the Owner regarding decide matters concerning performance under and requirements of the Contract Documents on written request of either the Owner or Contractor. The Architect's response to such requests will be made with reasonable promptness and within any time limits agreed upon. If no agreement is made concerning the time within which recommendations inter~etatiens required of the Architect shall be furnished in compliance with this Paragraph 4.2, then delay-met--be . . .The Architect shall furnish such recommendations within such reasonable time after the request is made that allow sufficient time in the professional judgment of the Architect for review. 4.2.12 Interpretations and recommendations decisier~s 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 drawing. When making such interpretations and recommendations decisierrs, the Architect will endeavor to secure faithful performance by both Owner and Contractor, will not show partiality to either and will not be liable for results of interpretations or recommendations decisiens so rendered in good faith. Change paragraphs 4.3.1 through 4.3.5 to read as follows: 4.3.1 Definition. A Claim is a demand or assertion by one of the Parties seeking, as a matter SUPPLEMENTARY CONDITIONS DOCUMENT 00800-5 of right, adjustment or interpretation of Contract terms, payment of money, extensiono~ ~a other similar relief with respect to the administration tefn~s of the Contract during the performance of the Work. The term "Claim" also includes other disputes ana~~~s ~~ Pp1 ~; pg question between the Owner and Contractor arising out of or relating to the Contras . C aims must be made by written notice.. The responsibility to substantiate Claims shall rest with the, ~ ~ K party making the Claim. Nothing in this Article is intended to limit claims byy t,bl~~r IOWA related to the performance of or quality of the Work. fO ``~ `' `` ' ' `~~ 4.3.2 Time Limits on Claims. Claims by either party must be made within 21 days. after occurrence of the event giving rise to such Claim or within 21 days after the claimant first recognizes the condition giving rise to the Claim, whichever is later. Claims must be made by written notice. An additional Claim relating to the same subject matfer made after the initial Claim has been implemented by Change Order will not be considered and is deemed waived by the Contractor 4.3.3 Continuing Contract Performance. Pending final resolution of a Claim insiud~g afbitratasr~, unless otherwise agreed in writing the Contractor shall proceed diligently with performance of the Contract and the Owner shall continue to make payments for sums not in dispute in accordance with the Contract Documents. G. Delete paragraph 4.6 ARBITRATION in its entirety (paragraphs 4.6.1 thru 4.6.6).. H. The Owner and Contractor may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to any dispute arising betweerrthe parties or under the Contract Documents. 1.6 ARTICLE 5 -SUBCONTRACTORS A. Delete paragraph 5.2.1 and add the following: 5.2.1 The CONTRACTOR shall provide, within 24 hours of the bid opening, a list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required on the Bid Form and the Agreement. 1. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. B. Change paragraph 5.3.1 to read as follows: 5.3.1 By appropriate agreement, written where legally required for validity, the Contractor shall require each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Contractor by terms of the Contract Documents, and to assume toward the Contractor all the obligations and responsibilities which the Contractor; by these Documents, assumes toward the Owner and Architect. Each subcontract agreement shall preserve and protect the rights of the Owner and Architect under the Contract Documents with respect to the Work to be performed by the Subcontractor so that subcontracting thereof will not prejudice such rights, and shall allow to the Subcontractor, unless specifically provided otherwise in the subcontract agreement, the benefit of all rights, remedies and redress against the Contractor that the Contractor, by the Contract Documents, has against the Owner. Where appropriate, the Contractor shall require each Subcontractor to enter into similar agreements with Sub-subcontractors. The Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract agreement, copies of the Contract Documents to which the Subcontractor will be bound, and, upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of the proposed subcontract agreement which may be at SUPPLEMENTARY CONDITIONS DOCUMENT 00800-6 variance with the Contract Documents. Subcontractors shall similarly make copies o-# applicable portions of such documents available to their respective proposed Sub-subcontractors. A/ warranties provided by the Subcontractors, including all express a~n~i~al~uJiar ti~s O8 in the Contract Documents and the agreements between the Contractor and the Subcontractors and all warranties provided bylaw, shall run to and be f~th+~ ~h.4iil~dlf the Owner, and the Owner shall have a direct right of action against t~~~h?i~ctl~d~A for any breach of said warranties. 1.7 ARTICLE 6 -CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS A. Delete paragraph 6.1.4 in its entirety. B. Change paragraph 6.2.4 to read as follows: 6.2.4 The Contractor shall promptly remedy damage vv~eng#ully caused by the Contractor to completed or partially completed construction or to property of the Owner or separate contractors as provided in Subparagraph 10.2.5. 1.8 ARTICLE 7 -CHANGES IN THE WORK A. 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, stating their agreement upon all of the following: B. Add paragraph 7.2.3 as follows: 7.2.3 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 7.2.4 as follows: 7.2.4 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 by the Contractor's own forces, fifteen percent (15%) of the cost. .2 For the Contractor, for Work performed by his Subcontractor, ten percent (10%} of the amount due the Subcontractor. .3 For each Subcontractor, or Sub-subcontractor involved, for any Work performed by such 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 inspection, shall be accompanied by a complete itemization of costs including labor, materials and Subcontracts. In no case will a change involving over $200.00 be approved without such itemization. .6 Unless otherwise agreed, costs to which overhead and profit are to be applied shall be those costs listed in Subparagraph 7.3.6. 1.9 ARTICLE 8 -TIME A. Change paragraph 8.2.3 to read as follows: 8.2.3 The Contractor shall proceed expeditiously with adequate forces and shall achieve Substantial Completion within the Contract time. The Contractor shall bear all costs for overtime and all additional expense which may arise in order to achieve Substantial SUPPLEMENTARY CONDITIONS DOCUMENT 00800-7 Completion within the Contract Time. ~ ~ ~ _ ~~ B. Add paragraph 8.2.4 to read as follows: ?~~ [lr~ ~ S ~~'~ ~~ ~~ 8.2.4 If, upon the recommendation of the Architect, it becomes necessary at times during construction for the Owner to accelerate the work, each Contractor or subc~![t~ct~a-;` ~: `rZ Ft when ordered and directed by the Owner, shall cease work at any point ~~14.,~~,a ~r~r~s3'~ ~iA his men to such points and execute such portion of his work as maybe requ-re~to enable others to properly engage in and carry on their work. C. Change paragraph 8.3.1 to read as follows: 8.3.1 If the Contractor is delayed at any time in progress of the Work by an act or neglect of the Owner or Architect, or of an employee of either, or of a separate contractor employed by the Owner, or by changes ordered in the Work, or by labor disputes, fire, , unavoidable casualties or other causes beyond the Contractor's control, de4a~ then the Contract Time shall be extended by Change Order for such reasonable-time as the Owner, with the advice of the Architect, may determine. Such delays shall not be a basis for damages. An extension of the Contract Time is the Contractor's sole remedy for such delay. D. Delete paragraph 8.3.3 in its entirety. 1.10 ARTICLE 9 -PAYMENTS AND COMPLETION A. Add the following paragraph 9.3.1.3. .3 The first payment application shall be accompanied by Contractor's partial waiver of lien only, for the full amount of the payment.. Each subsequent monthly payment application shall be accompanied by the Contractor's partial waiver and by the partial waivers of Subcontractors and Suppliers who were included in the immediately preceding payment application to the extent of that payment. Application for final payment shall be accompanied by final waivers of lien from the Contractor, Subcontractor and Suppliers who have not previously furnished such final waivers. B. Change paragraph 9.4.1 to read as follows: 9.4.1 The Architect will, within seven days after receipt of the Contractor's Application for Payment, either issue to the Owner a Certificate for Payment, with a copy to the Contractor, for such amount as the Architect determines is properly due, or notify the Contractor and Owner in writing of the Architect's reasons for withholding certification in whole or in part as provided in Subparagraph 9.5.1. Nothing herein shall be construed as requiring the 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 as follows: 9.4.2.1 The Architect's determination as to the issuance of or withholding of or the amount of payment reflected on Certificates of Payment shall subject the Architect to no liability whatsoever to the Owner, Contractor, Surety, or any other person. D. Change paragraph 9.6.1 to read as follows: 9.6.1 After the Architect has issued a Certificate for Payment, the Owner shall make partial payments to the Contractor on or about the 15th day of each month. To insure proper performance of the Contract, the Owner will retain 5% of each payment amount or such larger amount as will insure that there always remains a sufficient balance to complete the work, such retainage to be held until Final Acceptance of Work and shall so notify the Architect. SUPPLEMENTARY CONDITIONS DOCUMENT 00800-8 ~~~:.'~. E. Change paragraph 9.10.3 to read as follows: 9~-9-31f, after Substantial Completion of the Work, final completion there of is md~i~~d~I~re~Dj.~ u: ~3 through no fault of the Contractor or by issuance of Change Orders affecting final. completion, and the Architect so confirms, the Owner shall, upon applicatior(~y~~the~~~{ Contractor and certification by the Architect, and without terminating the ~tTIM1",Qc~h,, f payment of the balance due for that portion of the Work fully completed and accepted. ' If ~'~'/'~ the remaining balance for Work not fully completed or corrected is less than retainage stipulated in the Contract Documents, and if bonds have been furnished, the written consent of surety to payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by the Contractor to the Architect prior to certification of such payment. Such payment shall be made under terms and conditions governing final payment, except that it shall not constitute a waiver of claims. ~e ~paragr-apla-4-~:~ F. Add paragraph 9.10.5 to read as follows: 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, 2005, as amended 1.11 ARTICLE 10 -PROTECTION OF PERSONS AND PROPERTY. A. Add paragraph 10.1.1.2.: . The Contractor will provide Material. Safety Data- Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Owner prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right to-know. B. Add paragraph 10.2.4.1: . When use or storage of explosives or other hazardous materials or equipment or unusual methods are necessary, the Contractor shall give the Owner reasonable advance notice. C. Add paragraph 10.2.8: - 10.2.8 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. 1.12 ARTICLE 11 -INSURANCE AND BONDS A. Change paragraph 11.1.1.5 to read as follows: .5 claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including explosion, collapse and damage to underground utilities and loss of use resulting therefrom; B. Change paragraph 11.1.2 to read as follows: 11.1.2 The insurance required by Subparagraph 11.1.1 shall be written for not less than limits of SUPPLEMENTARY CONDITIONS DOCUMENT 00800-9 liability specified in the Contract Documents or required by law, whichever cot~ere~ ater. Coverage w~et#ef shall be written on an occurrence er-sla+~-s-a+ade basis and shall be maintained without interruption from date of commencement of the Worl~Fan~at~~f f~,~al~: 08 payment and termination of any coverage required to be maintained aftef`t:tn ~' a e~r{{t~'. C. Change paragraph 11.1.3 to read as follows: I Ef. R S"' 11.1.3 Certificates of Insurance acceptable to the Owner shall f~l~c~-tH~~ti~tl~~r er prior to commencement of the Work, and to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this. Project only. These Certificates and the insurance policies required by this Paragraph 11.1 shall contain a provision that coverage 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. If any of the foregoing insurance coverages are required to remain in force after final payment ar-d-,are an additional certificate evidencing continuation of such coverage shall be submitted with the final Application for Payment as required by Subparagraph 9.10.2. Information concerning reduction of coverage shall be furnished by the Contractor with reasonable promptness in D. Add the following paragraphs 11.1.4 through 11.1.12:. 11.1.4 Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Each Occurrence 2.Aggregate Bodily Injury & Property Damage* $1,000,000 $2,000,000 Automobile Liability Combined Single Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. *Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. 11.1.5 The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 11.1.6 The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and in the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction or set off by virtue of investigation or defense costs incurred by Contractor's insurer. 11.1.7 The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible orself-insured retention. SUPPLEMENTARY CONDITIONS DOCUMENT 00800-10 ~~~~ 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 ex~i~s 9r5 limitations shall be noted on the Certificate of Insurance. ((\~ F~1 ~~ ~8 11.1.9 The Contractor shall include the City as additional insured on all p ~~ R K workers compensation. ' ' ' - ~ ~ ~A 11.1.10 The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims-made" insurance coverage, then the Contractor must comply with the following requirements: A. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such . event. 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. C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase 'prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. D. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces 11.1.10 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 maybe. 11.1.11 In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses exhaust the aggregate limits of Contractor's liability insurance, then in that- . event the City may in its discretion .either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 11.1.11 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. 11.1.12 Contractor shall be responsible for any deductible amounts; including but not SUPPLEMENTARY CONDITIONS DOCUMENT 00800-11 limited to the owner's deductible on the owner's builder's risk. ~ ~ ~,~ E. Delete paragraphs 11.4.1 through 11.4.12; add paragraphs 11.4.1 throu~la,~ 1~,~.15 ~~foiklyvs4: Q9 11.4.1 OWNER shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof (subject to such ded~a~tit~fe~ah~6~ftCs as t =. r ~. maybe provided in the Supplementary Conditions or required by L s ~lfc{-l~~g'(u/~14bY~- 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, demolition occasioned by enforcement of Laws and Regulations, water damage, and such other perils or causes of loss as maybe specifically required by the Supplementary Conditions; 3, include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 4. include $ 500,000 for materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by OWNER; 5. allow for partial utilization of the Work by OWNER; 6. include testing and startup; and 7. be maintained in effect until final payment is made. 8. Such coverage shall not include coverage for loses or damage caused by the negligent acts or omissions of Contractor or Subcontractors, or for damage to material or equipment while under the control of or stored by Contractor prior to installation or prior to inclusion of such material or equipment in construction. Contractor shall maintain appropriate insurance for such risks or occurrences 11.4.2 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. 11.4.3 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. 11.4.51f 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 SUPPLEMENTARY CONDITIONS DOCUMENT 00800-12 insurance has been procured by OWNER. ~ ~ ~a f'-~ ~~ F. Change paragraph 11.5.1 to read as follows: '`~"' R~~ + 5 p~~ 11.5.1 The Contractor shall furnish a Performance Bond and Labor and Material F~ayment ~~ Q ~ Bond from a surety using the form included in the Contract Documents, each ' r amount equal to the Contract Price. Cost of such Bonds shall be includedlUr ~`ba~` I- ~ R ~ IOW bid. Each alternative bid shall include the additional Bond cost. Contractor shall ~~Ifv~-' A the required Bonds to the Owner prior to the signing of the Agreement. G. Delete paragraph 11.5.2 in its entirety. H. Add the following paragraphs 11.5.1.1 through 11.5.1.6: .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 policy holder's rating of "A" and a minimum class of 15 financing rating in the Best Insurance Guide, latest edition. .2 Whenever the Contractor shall be and is declared by the Owner to be in default under the Contract, the Surety and Contractor are each responsible to make full payment to the Owner for any and all additional services of the Architect as defined in the Owner/Architect Agreement which are required as a result of the Contractor's default and in protecting the Owner's right under the agreement with the Contractor to remedy the Contractor's default or honor the terms of the Performance Bond. .3 These Bonds shall be maintained by the Contractor and shall remain in full- force and effect until final acceptance of the Work by the Owner. The Contractor agrees and will cause the Surety to agree to be bound by each and every provision of all the Contract Documents. ' .4 The Surety shall give written notice to Owner, within seven (7) days after receipt of a declaration of default, of the Surety's election either to remedy the default or defaults promptly or to perform the work promptly or to pay to Owner the penal sum. of the bond, time being of the essence. In said notice of election, the Surety shall indicate the date on which the remedy or performance will commence, and it shall then be the duty of the Surety to give prompt notice in writing to Owner immediately upon completion of (a) the remedy and/or correction of each default, (b) the remedy and/or correction of each omitted item of work, (c) the furnishing of each omitted item of work, and (d) the performance of the work. The Surety shall not assert solvency of its Principal omits Principal's denial of default as justification for its failure to promptly remedy the default or defaults or perform the work. .5 The Principal and Surety further agree as part of this obligation to pay all such damages of any kind to person or property that may result from a failure in any respect to perform and complete. the Work including, but not limited to, all repair and replacement costs necessary to rectify construction error, architectural and engineering costs and fees, all consultant fees, all testing and laboratory fees, and all legal fees and litigation costs incurred by the Owner. .6 The Surety agrees that other than as is provided in the Bond it may not demand of the Owner that the Owner shall (a) perform any thing or act, (b) give any notice, (c) furnish any clerical assistance, (d) render any service, (e) furnish any papers or documents, or (f) take any other action of any nature or description which is not required of the Owner to be done under the Contract Documents. Add the following paragraph 11.5..3: SUPPLEMENTARY CONDITIONS DOCUMENT 00800-13 11.5.3 Surety shall be satisfactory to the Owner and shall be authorized to do ~~i~e~ n~ the state of Iowa. ~~;~ nrr f 5 P~1 +~~ 09 1.13 ARTICLE 13 -MISCELLANEOUS PROVISIONS A. Change paragraph 13.3.1 to read as follows: t % s j '~' ~.% L c R r< 13.3.1 Written notice shall be deemed to have been duly served if delivered irk ~~ti'n'toP fiTi~, IOWA individual or a member of the firm or entity or to an officer of the corporation for which it was intended, or if tte{+vered-a~ef sent by registered or certified mail to the last business address known to the party giving notice. B. Change paragraph 13.5.1 to read as follows: 13.5.1 Tests, inspections and approvals of portions of the Work required by the Contract Documents or by laws, ordinances, rules, regulations or orders of public authorities having jurisdiction shall be made at an appropriate time. Unless otherwise provided, the Contractor shall make arrangements for such tests, inspections and approvals with an independent testing laboratory or entity acceptable to the Owner, or with the appropriate public authority, and shall bear all related costs of tests, inspections and approvals. The Contractor shall give the Architect timely notice of when and where tests and inspections are to be made so the Architect may observe such procedures. The Owner shall bear costs of tests, inspections or approvals which do not become requirements until after bids are received or negotiations concluded. Copies of all reports, data and other documents related to tests, inspections and approvals shall be provided to the Architect as soon as practicable. C. Delete paragraphs 13.7.1 through 13.7.1.3: D. Add the following to Article 13: 13.8.1 The Contractor shall maintain policies of employment as follows: .1 The Contractor and the Contractor's subcontractors shall not discriminate against any employee or applicant for employment because of race,- religion, color, sex, age, disability or national origin or otherwise as maybe 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 maybe required by local or state ordinance. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the policies ofnon-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 maybe required by local or state ordinance 13.9.1 The Contractor shall maintain CONTRACT COMPLIANCE PROGRAM (ANTI . DISCRIMINATION REQUIRENTS) as follows: 1. 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 SUPPLEMENTARY CONDITIONS DOCUMENT 00800-14 A. Change paragraph 14.2.1.4 to read as follows: ~ ~_~ t® ~, .4 Otherwise is guilty of substantial breach of a provision of the Contract Documents; or ?~' ~~C I5 Pa'i t B. Add the following paragraph 14.2.1.5: {~ ~~ .5 fails or refuses to provide insurance or proof of insurance as required byCt~ ~, F t ~ _:,:Ll:.hiC Contract Documents. ~ O i~`~r; ~1' ~ `', 1 O W~ C. Change paragraph 14.2.4 to read as follows: 14.2.4 If the unpaid balance of the Contract Sum exceeds costs of finishing the Work, including compensation for the Architect's services and expenses made necessary thereby, such excess shall be paid to the Contractor. If such costs exceed the unpaid balance, the Contractor shall pay the difference to the Owner. The amount to be paid to the Contractor or Owner, as the case may be, shall be certified by the Architect, 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. END OF DOCUMENT 00800 SUPPLEMENTARY CONDITIONS DOCUMENT 00800-15 ~' RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJ~ rqr-, r~~'r I S Ptf ~: Q9 v 9 t }'~ t~--• PROJECT NAME: tn`>>!,~ .->>==~-ERt< ' - '',IOWA TYPE OF WORK: DATE OF LETTING: A resident bidder shall be allowed a preference as against anon-resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign. country. That preference is equal to the preference given or required by the state or foreign country in which the non-resident bidder is a resident. "Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his/her contractors and subcontractors at the work site until the project is completed. I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: R-1 FORM OF PROPOSAL CITY ATTORNEY AND COUNCIL OFFICE REMODELING PROJECT CITY OF IOWA CITY Name of Bidder: Address of Bidder: BIDS RECEIVED BEFORE: 2:00 PM local ime on February 3`", 2Q09 TO: City Clerk City of Iowa City City Hall -.> 410 East Washington Street ~~ `'~ Iowa City, Iowa 52240 - ~ F.~~ In response to your request for bids, and in compliance with the Procurement and cCottrac~+ng ~~ Requirements, the undersigned proposes to furnish all labor, materials and egai~rr'Jent; °all j supervision, coordination, and all related incidentals necessary to perform the work to icomp~te CITY ATTORNEY AND COUNCIL QFFICE REMODELING PROJECT in strict accoq~a~ace nth the Project Manual and the Drawings dated December 12, 2008, including Addendumb 3'r d and ,inclusive, prepared by Nowysz Associates and Shive Hattery, Inc.r 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. The following 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. This list will not be read at the Bid Opening. Carpentry: $ HVAC: Plumbing: Temp. Control: Electrical: Concrete ramp: Paint: $ NOTE: All subcontractors are subject to approval by City. R-2 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 June 1~~', X009. Firm: Signature: Printed Name: Title: Address: Phone: Contact: r~ ~., ~': =: c~a ; ~:; ~ ,~r 12/08 ~- ~ ` ` -- ~ ~~ `~ data on citynt/Eng/MasterSpecs/frontend.doc ~.; r- ~•~ ~~ p ;~~ ~. .y. ,; ,1 Mtraam ~ ~ ;~ +'} +' (~ R-1 a,, r FORM OF PROPOSAL CITY ATTORNEY AND COUNCIL OFFIEE REMODELING PROJECT CITY OF IOWA CITY Name of Bidder: Address of Bidder: BIDS RECEIVED BEFORE: 2:00 PM.local time on F+abriry ', 2009 TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 In response to your request for bids, and in compliance with the Requirements, the undersigned proposes to furnish all labor, supervision, coordination, and all related incidentals necessary o CITY ATTORNEY AND CUU~tCII. OFFICE REMODELING O, the Project Manual and the Drawings dated December 12.008, and ,inclusive, prepared by Nowysz ssocia the Base Bid Lump Sum of BASE BID ~~ c~ _r k~~ • _ n -~. I..- --~ ,~..~ t,., _~, r .~ . m ~ o %7~ ocurement a~ Contacting aterials and equipmeAt, all perform the work to complete iECT in strict accordance with including Addenda numbered es and Shive Hattery, Inc., for ($ ) The uhdersigned bidder submits herewith bid sec my in the amount of $ ten percent (10%) of the Base Bid amount. The following names of those persons, rms, companies or other parties with whom we intend to enter into a major subcontract, toget er with the type of subcontracted work and approximate dollar amount of the subcontract. Th' list will not be read at the Bid Opening. Carpentry: _ HVAC: Plumbing: Temp. Control: Electrical: Concrete ramp: Paint: NOTE: All subcontractors are subject to approval by City. R-2 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 with wn for a period of thirty (30) consecutive calendar days following the date of the Bid Openin Further, that if a Notice to Proceed or a prepared Agreement provided by the Owner is re ived at the business address identified below within the thirty (30) day period, the undersigne ill, within ten (10) days of receipt, acknowledge acceptance of the contract award. The un rsigned will then execute and deliver to the Owner address the Agreement, the Procuremen abor and Material Payment Bonds, and the certificates of insurance, and will proceed in acc ance with requirements of the Contract Documents for this project, and have the Project at S stantial Completion on or before June 12"', 2009. Firm: Signature: _ Printed Name: Title: 4Y} Addres ~~ ~; :: . ` ~ T~ U ~ -~ Y hone: `° Contact: 12/08 data on cii R-1 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR CITY ATTORNEY AND COUNCIL OFFICE REMODELING 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 City Attorney and Council Office Remodeling Project in said City at 7 p.m. on the 6th day of January, 2009, said meeting to be held in the Emma J. Harvat Hall in City Hall in said City, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Coun- cil of the City of Iowa City, Iowa and as provided bylaw. MARIAN K. KARR, CITY CLERK pweng~nph~nph-CA&CouncilOffice.doc 9/99 NP-1 ADVERTISEMENT FOR BIDS CITY ATTORNEY AND COUNCIL OFFICE REMODELING PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, before 2 P.M. on the 3rd day of February, 2009. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at its next regular meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 10th day of February, 2009, or at a special meeting called for that purpose. The project will involve the remodeling of the City Attorney's Office and library into additional office space for the City Attorney Office staff and the City Council. The work will also involve creating an ADA access to the women's restroom with a sloped ramp, minor modifications to the City Hall Maintenance space and new carpets and lighting in existing City Attorney's Office spaces. The work includes general building construction, mechanical, and electrical. A mandatory pre-bid meeting will be held at 9 A.M. on Tuesday, the 20~' day of January, 2008 in the City Attorney's library at City Hall, at 410 East Washington Street, Iowa City, Iowa. All work is to be done in strict compliance with the plans and specifications prepared by Nowysz Associates and Shive-Hattery, Inc., of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days 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 until a contract is awarded, or until rejection is made. Other bid bonds will be returned after the canvass and tabula- tion 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 Council, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1) year(s) from and after its com- pletion and formal acceptance by the City. The following limitations shall apply to this Project: Completed Date: June 12, 2009 Liquidated Damages: $200.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of Iowa City Reprographics, at 114 S. Dubuque Street, Iowa City, Iowa, (319) 338-7872 (phone), (319) 338-7985 (fax) by bona fide bidders. A $20.00 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall .be in the form of a check, made payable to Iowa City Reprographics. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. 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. If no minority business enterprises (MBE) are utilized, the Contractor shall furnish documentation of all reasonable, good faith efforts to recruit MBE's. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721. By virtue of statutory authority, preference will be given to products and provisions grown and coal produced AB-1 within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa Reciprocal Preference Act applies to the contract with respect to bidders who are not Iowa residents. 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 pwengWdbidsWdbids-CA&CouncilOffice.doc 6/07 AB-2 Printer's Fee $~a_~ CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS-CITIZEN FED. ID #~42-0330670 I~~Y'rf r1 rte..-~f'ZC~I~ Big-Seeiel~a, being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS-CITIZEN, a newspaper published in said county, and :that a notice, a printed copy of which is hereto attached, was published in said paper I time(s), on the following date(s): Legal Clerk Subscribed and sworn to before me this_~ day of A.D. 20_x_. Notary Public ~Pr,,ra. LINDA KROTZ a ~ Commission Number 73261 •: ' My Commission Expires ; ow- January 27, 2011 ' OFFICi LPUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS,. FORM OF CONTRACT AND ESTI- NEYE AND COUNCIIYOFF CE REMODELING'PROJECT IN THE CITY OF IOWA. CITY, IOWA fi0 ALL TAXPAYERS OF THE CITY OF IOWA. CITY, IOWA, AND O -OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa ...City, .Iowa, will conduct a .public hdaring on plans, specifications, form of contract and estimated cost for the construction `of the City Attorney and Council- Office Remodeling Protect in -said City at 7 p.m. on the 8th day of January, 2009,. said meetinA_to be held in the Emma J. Harvat Hail in City Hall in said' City, or if said meeting'. is can- celled, at the next.. meeting of the City Council thereafter as posted by a,e city clerk. Said plans, specifications, form. of contract and estimated cost are now on file in the office of ~lowa Clfitk in Ctty Hall in Ioy~ia City, and may be inspected Dy any inter- ested persons. - Any.. interested persons .may appear at said meeting of ~e Cily 'Council for the purpose of making objections to and comments con- coming said puns, specifcations,' contract or the cost of making said improvement. This notice is given by order of the Ciry Council of the City of Iowa City, Iowa and as provided,by law. MARIAN K. KAFtR CITY CLERK 67479 Qacember 22, 2008 I_ ~~J 8 Prepared by: Kumi Morris, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5044 RESOLUTION NO. 09-4 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE CITY ATTORNEY AND COUNCIL OFFICE REMODELING PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH ADVERTISEMENT FOR BIDS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 2 p.m. on the 3rd day of February, 2009. 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 10th day of February, 2009, or at a special meeting called for that purpose. Passed and approved this 6th day of ATTEST: x CI LERK Pweng/res/app&s-CA&CounfilOffice.doc 12/08 20~_. c Ap d by ~~ /~ ~~ City Attorney's Office Resolution No. 09-4 Page 2 It was moved by O'Donnell and seconded by xayek _ the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ~_ Bailey x Champion x Correia x Hayek _~ O'Donnell x Wilburn x Wright wpdata/glossary/resolution-ic.doc Printer's Fee CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS-CITIZEN FED. ID # 42-0330670 I, ~ ~~ y ~~ S ~~P.si'Z I3$eei~ka; being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS-CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper I .time(s), on the following date(s): I~. , ab©~ Legal Cl k Subscribed and sworn to before me this / ~~" day of A.D. 20~. Public ~Q,,,td LINDA KROTZ ~ Commission Number 732619 $ ~ • ~~ M~ Commission Expires Dyck Januay 27, 2011 pFaflClAl PUItLICATiON )1p~fpt#'l~f~i'f BIOS t,f1'Y ATTORNEY AND COUNCIL OFFICE REMODELING PROJECT Seialed .proposals wild be received by.-the City Clerk of the City of;lowa City, Iowa, before 2 P:M. on the 3rd day of February, 2069:. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by'fax machine shall not be deemed a "seated bid" for pur- poses., of this Prbjeet. Proposals received affer this deadline will be returned td the bidder unopened. Proposals will be acted upon by the City. Council at. its next regular meeting to be held. in the Emma J. Harvaf Hell at 7100 P.M. on the 10th day of February, 2009, or at a spe- cial meeting called for that purpose. The project wiN involve the remod- eling of the City Attorney's Office and library into additional .office space for the City Attorney Office staff and the City Council. The work will also involve creating an ADA access to the. women's restroom with a sloped ramp, minor modifica- tions to the City Hall Maintenance space and new carpets and lighting in existing City Attorney's; Office spaces. The work includes general building construction, mechanical, and electrical A mandatory pre-bid meeting will be held at 9 A.M. on Tuesday, the 20th day of January, 2008 in the CityAttorney's library at Cdy Hall, at 410 East Washington Street, Iowa City, Iowa. All work is to be done in strict com- pliance with the plans anii specifi- cations prepared by Nowysz Associates and Shive-Hattery, Inc., of Iowa Ciry, Iowa, which have heretofore been approved by the City Council, and are on file for pub- lic 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 ttte 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 for- feited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days and post bond satis- factory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to theprovisions 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 until a contract is awarded, or until rejection is made. Other bid bonds wiq 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 handred per- cent (100%) of the contract price, said bond to be issued by a respon- sible surety approved by the City Council, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the Gity from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1) year(s) from -and after its com- pletion and formal acceptance by the City. The following limitations shall apply to this Project: Completed Date: June 12, 2009 Liquidated Damages: $200.00 per day `The plans, specifications and pro- posed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of Iowa City Reprographics, at 114 S. Dubuque Street, Iowa City, Iowa, (319) 338-7872 (phone), (319) 338-7985 (fax) by bona fide bidders. A $20.00 non-refundable fee is required for each set of plans and apecificati©ne provided to bieliiers or other interested persons. Thy fee shall be in the form ®f a check, made payable to Iowa City Reprographics. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with .whom the bidder intends to subcontract. This list shall include the type of work: and approximate subcontract amount(s). The Contractor awarded the con- tract shall submit a list on the Form of Agreement of the proposed sub- contractors, together with quanti- ties, unit prices and extended dollar amounts. If no minority business enterprises (MBE) are utilized, the Contractor shall furnish documen- tation of all reasonable, good faith efforts to recruit MBE's. A listing of minority contractors can be obtained from.. the .Iowa Department of Economic Development at (515) 242-4721. By virtue of statutory •authordy, preference will be given to products and provisions grown and coal pro- duced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa Reciprocal Preference Act applies to the con- tract with respect to bidders who are not Iowa residents. The Ciry reserves the right to reject any or all proposals, and also reserves the right to waive techni- calities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK 74478 January 12, 2009 ~~~~ 27 Prepared by: Kumi Moms, Engineering Division, 410 E. Washington St., Iowa City, IA 52240 (319)356-5044 RESOLUTION NO. 09-43 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE CITY ATTORNEY AND COUNCIL OFFICE REMODELING PROJECT. WHEREAS, City Construction Group, L.C. of Iowa City, Iowa has submitted the lowest responsible bid of $131,150 for construction of the above-named project. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The contract for the construction of the above-named project is hereby awarded to City Construction Group, L.C., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The Public Works Director is authorized to execute change orders as they may become necessary in the construction of the above-named project. Passed and approved this 10th day of ATTEST: ~ • °~~ CITY LERK (ice- 20 09 City Attorney's Office It was moved by Wilburn and seconded by wrif?ht the Resolution be adopted, and upon roll call there were: AYES: ~- X x x ~- x NAYS: ABSENT: Bailey Champion Correia Hayek O'Donnell Wilburn Wright pweng\masters\awrdcon.doc 2109 County Jurledic8on Illinois Boone Bureau Carroll Cook DeKalb DuPage Grundy Henderson Hcnry Iroquois Jo Davies Kane Kankakee Kendall La Salle Lake Lee Marshall McHenry Mercer Ogle Putnam Rock Island Stark Stephenson Whiteside Will Winnebago Wisconsin Kenosha Milwaukee Ozaukee Racine Washington Waukesha Iowa Adair Allamakee Appanoose Benton Black Hawk Bremer Buchanan Butler Cedar Cerro Gordo Chickasaw Clayton Clinton Davis Delaware Des Moines Dubuque Fayette Floyd Franklin Gnmdy Hancock Henry Howard Iowa Jackson Jefferson Johnson Jones Keokuk Kossuth Lee Linn Louisa Mahaska Mitchell Monroe Muscatine Scott "Coma Van Buren Wapcllo Washington Wayne Winnebago Winneshiek Worth Wright 4"-y r..v ..- r.`T ~. P /•~Jr P/~ FEB 2 6 2009 February 23, 2009 - ~~:~; City of Iowa City 410 S Washington Iowa City, IA 52240 Dear Sir or Madam: This is to advise that we are informed that you are doing business with CITY CONSTRUCTION GROUP at the jobsite commonly known as Iowa City City Hall, Iowa City. It is our understanding that the employees of CITY CONSTRUCTION GROUP at the jobsite do not currently enjoy the economic benefits, which are standard in this area. This situation tends to undermine the economic benefits enjoyed in this area and is the reason for our concern. We intend to use every lawful means including lawful picketing to publicize the fact of our dispute with CITY CONSTRUCTION GROUP. We do not have as an object, the forcing or requiring of any person to cease doing business with CITY CONSTRUCTION GROUP nor do we request that they be assigned to employees in any particular labor organization or in any particular trade or Please do not interpret our activity as a threat or restraint directed at your firm. Our dispute is only with CITY CONSTRUCTION GROUP. Len Saunders, Organizer Carpenters Local Union 1260 12 East Erie Street Chicago, IL 60611 pw~~~ 12 East Erie Street, Chicago, Illinois 60611-2796 Phone: 312-787-3076 • Fax: 312-951-1540 • www.carpentersunion.org Frank T. Libby, President/Executive Secretary-Treasurer • Jeffrey Isaacson, First Vice President TRANSMITTAL LETTER CITY OF IOWA CITY 410 E. Washington Street Iowa City, IA 52240 PROJECT: City Attorney and Council Office Remodeling Aroject TO: Mr. Jon W. Tiemeyer City Construction 1700 S. l5t Avenue, #27 Iowa City, IA 52240 ATTN: Mr. Jon Tiemeyer WE TRANSMIT: {X) herewith ( )under separate cover via Transmittal Date: April 28, 2009 Contract Date: February 10, 2009 Resolution No.: 09-43 awarding contract 02/I O/09 { ) in accordance with your request FOR YOUR: ( )approval { )distribution to parties ( )review & comment (X) record ( )use ( )other THE FOLLOWING: ( )drawings/plans { )shop drawing prints ( )specifications ( )shop drawing reproducibles {X) change authorization request ( )product literature/samples { )field instructions {)agreement { )other COPIES DATE SENT DESCRIPTION 1 Aril 28, 2009 CAR #7R-1 Remarks: Attached are hard copies of the signed CAR numbered: 7R-1. This transmittal with attachments has been sent as a pdf by a-mail to those listed below. Kumi Morris E-mail copy To: i. Eleanor Dilkes, City Attorney's Office 2. Annie Pedersen, City Attorney's Office -- "*' 3. Marian Karr, City Clerk's Office r ' - 4. Steve Roberts, Senior City Maintenance ~ t. - ~;a 5. Bill Nowysz, Nowysz and Associates - ~~ 6. Tim Fehr, Shive-Hatte ,Inc. S:IENGIARCHITECTURE FILEIProiectslCity Attorneys Office and Library Remodel 2l)071transmittalfor -CAy Construction CAR 7R-1.doc _ ~ ^a ~;;,~ -~ , `__ ~ d © ~~~ Y i^. N t D +,n 0 ( )information ( )signature & return City Construction Group, LC 1700 First Avenue South, Eestdale Plaza -Suite ~F27 Iowa City, IA 62240 ph #(319) 338-6900 fax #(319) 338-5151 email: jon@citygrp.com Architectural Services Coordinator 470 East Washington Street _.._.._ Iowa City, Iowa 52240 Attn: Kumi Morris ~.... EE7TER OF T~tA.~ISMITTAL DATE: ~ , , 2008 .loe No,: #0903 ul No.: N.A. J' f RE: Ci Attorne 8c Council Office Remodel CI Civic Center Iowa CI ,Iowa WE ARE SENDING YOU: ®Attached 0 underaeperabe covervia the following items: 0 Shop Drawings ~ Prints Q Specs Q Samples Q Copy of Letter ~ Change Order Req 0 other :~ ~. ~.. ; €fl 's ~ . ,• `b~i e. i;i (:;;; i; i; i; i; iii ii i ii ii E; i i i;i;i ; i i ~'t~:i:i::iEj:i:;~;i;i ;i;:i:;i;i : ~i i:: ~: iy~ ~G : 'til ~ ri t~ . ' ., '. _ 1 ' gppf Service & Feeders per ITC fF3 ?'G Elect (Change C ~~~~ ~/ THE E ARE TRANS.,jAITTED AS r}]EC}CEIa BELOW: © For Approval ~ Approved As Submffied j] For Your Use Q Approved As Noted Q As Requested ~ Returned for Corrections 0 For Review & Comment Q Q FpR 91DS DUE: REMARKS:. Q PRINTS RETURNED AFTER LQAN TD VS ;....~ ~, , ;:'a _ ,..... ..,®,. - - ,.~ ,~ COPY TO: SIGNHD: 0 Resubmit Coples for ApprovaE Q Submit Capies for Distribution Q Rsturn Corrected Prints „~ .. ~. ~ Tiemeyer; Project r_HeHGE AUTHORIZATIQN REQUEST Change Authorization Request No.: 7R"1 Date: April 2 .2009 Project: CITY ATTORNEY AND COUNCIL 01=1=iCE REMODELING PROJECT Contractor:~y Construction Group LC A change in the scope of work Is requested as indicated bebw: 1. It Is requested that the completion date be ( )extended, (}decreased by calendar days. The adjusted completion data will be: 2. Description of Change; (Refer to drawings, specifications, addenda, Ef applicable). PLEASE DO NOT REMOVE ATTACHMENTS. -Change the Electrical Feeders & Recepticle Circuits per ITC ;rt3: Revised Pricing 4-20-2009; CAR Price now includes iTC #4 which allows the reuse of the feeder from the previous service. 3. Basis of Payment: (check one) $ 560. (X) Firm price for performing this change is .......................................... ~......... ~ ..... ( crease xxxx ) In xx () Time and material per Contract, but not to exceed $ () The time required to prepare and agree upon a detailed estimate prior to proceeding with the change would unduly delay job progress. The following 1s an approximate estimate to assist the Owner in determining whether.or nat the change should be made. if noGfed to proceed, a detailed estimate In the form agreed upon, with support[ng details, wll[ be submitted WITHtN TEN DAYS after receipt of said notice. Approxl stlmate is ...................$ $ (Actual Cost) Submitted by: Con t r L - wa Ct to Date: gpri120. 2009 Contractor Agent - FOR OWNER'S USE 1. Action Recommended: (Check one) Owner's Job No. N.A. O Change wilt not be made: Explain: ,, O Proceed on the following basis: ("' ' O As Indicated above, change and basis of payment are acceptable. - ~ • ,~,~ "^~ '~ OChange is acceptable; basis of payment is not acceptable. ` ~" ~' . ~ °`"~ -~~ ~ O l'he following modification is recommended: tV ; ~ U --413 . ~ OChange in completion date is acceptable. ~. - ~" ~-I ~ ~ -~ ~` (j Change is acceptable with no change In price! -"' ~ ~ "` ~ r;:~ 2 Reason for Change: ()Design Change; ()Client Request; (j Field Condition; ()Suggested by Contractor; Y . { )Design Omission or Other --Explain O 3. Is this a part of the original contract scope? ()Yes () No 4. Is Contractor's Estimate attached? ()Yes () No 5. Is Resent Engineer's check attached? ()Yes () No ~ERS`~O MMENQED FOR APPROVAL: l~~ ~i~ Rate `~ aP CITY OF IOWA CITY Approved by: OA20l2009 CHANGE PROPOSAL ESTIMATE SUMMARY Project: City Attorney Office Remodel CITY GONSTRUCTION GROUP Locat(on: Civic Center IOWA CITY, IOWA Iowa City, Iowa Estimator: Jon Tlemeyer ITG #3 8~ #4 . Date: Apr1120, 2009 Re: Change Authorization Request #7R-'I ~ . :::~: I~~t :: ale .,. ;;;;: ~;~ :. ::4f. •.S~ir~l . #~~ ssl.~ . t~1M~ l: .I . :;::~::::::::: : '°; ,~ . . ~']~. . ~hf' ~~ . ~ 'l~sa~r :~::: s ~~t3 a . ~~QX ` .,.: s-:::.._::::. :,: ~#ri~k ' .~€ai.. :~ -'°~''' 4 ~'~u s . ~.... 1). Modify the Electric Feeders and Recepdcle Circuits: General Candidons: Coordinate Change and Supervise HRS 1.00 0.00 $0 23.00 $23 0.00 $o Revise Elect Circuits and Feeders per ITC #3: Electrical Subcontractor SUB Dueilo 0.00 SO 0.00 $0 quote $759 Reuse Several FJect Circuits and Feeders per ITC #4 Electrical Subcontractor a SUB Duel[o 0.00 $D 0.00 $0 quote ($360) "` LABORIMATERIAUSUBCONTRACTOR'-SUBTOTAL .................... $0 $23 $459 CHANGE PROPOSAL COST SUMMARY: Total Materlal ........................:....................................................................................................................................... $0 Total Labar .................................................................................................................................................................... $23 Total Labor Bunsen: Workmen's COmpensadon (Labor' 12.ey,} ........................................................................................................... $3 Payroll Taxes (Labor • 9.78%) ................................................................................................................................ $2 Health a Welfare (labor' 31.71%) ........................................................................................................................ $7 Total Safety Consultant S OSHA Compliance Costs (,8%) ........................................................................................ N.A. Total Subcontractors!EqulpmenL ................................................................................................................................. $459 Subtotal ................... $494 Fee for Matedal Costa {Material' .16) ......................................................................................................................... SD Fee for Labor Costs ((Labor+ labor Burden) •.15) ................................................................................................... 35 Fee for Subcontractor Costa (Subcontractor `.10) ......................................._............................................................ $4u Sales Tax on Material .................................................................................................................................................. N.A. Subtotal ................... $545 Bond Cost (0.87°~) .................................................................... Sb Liability Insurance (1.68%) ........................................................ i9 ***** TOTAL COST OP CHANGE PROPOSAL *'k'"`** ............... $560 C. ;: 4 SY , / °y~"~ f~~ y p`~ ` we•r ~+wul ~~µ ~~ ' ^ V t l~uello ~,lectric 7 2 U40 328th ave K111TQSS, IA 523 35 Name ~ Address city Cunstruaipn Group 1700-ti 1stAvaEastdnlvPliva,ttnit2'7 Iowa Cily,Jn S22ac? Custom Bid Date Bid 7# ailsnotly laz Project G ~escripiion Qty Cost Total mata-ial W repil~ and rowira from panel Pl W pArtel rt and add a 658.80 E,58.80 UU amp brcaka in pandl P I to feed Pane113 IAbor to rcpipc and pull 1q wire tfetwccn panels and add brcalctx tv 8 75.OU 600.OD panel P1 atier hours john in as worsrt easy i may hnvo to up the wail up about paru:l P1 to get the Pipe in lu Irie ptulel,some ilting you may conHidcr un your p~ a bSDO erodit will ba Applied ifaccepted Total ~~~~ ~~ z3Jdd ~ 6£9 6'[£ 0113f10 ~ilHd _ -...~ -3 C,~J _~. r-° j~ ~ ~. Q r~ N D ~„n O $~1,2~5,8~,8~0 r ~I~~ Bt~89 6992-9Z-b0 INSTRUCTION TO CONTRACTOR Project: Iowa City Ci+~t Hali Basement Renovation To: Ton TiemeYer City Constructin Group TTC No.: 3 Date: April 102009 S-H lob. No.: 105318-1 The following instruction is issued to: (X } Clarify drawings, specifications and/or procedures ( ) Approve use of materials or equipment ( ) Request an estimate for Owner's further consideration ( } Transmit drawings of documents for incorporation into the work, subject to the last paragraph below Revise Electrical Demolition Notes as shown on the attached Supplemental Drawings E1 and E2. Revise two duplex receptacle circuits as shown on attached Supplemental Drawing E3. 4! • i4T1 ,^~. 4 . rye; I~" t `1 "-. / ..~~. Copies of drawings or other documents are (x) attached; ( )already issued; ( )not issued; ( )being issued by l :~ :.: ~~~~ ~~ •~ 1V ~a~ IF, IN YOUR OPINION, THIS INSTRUCTION INVOLVES WORK WHICH EITI~R INCREASES OR DECREASES THE CONTRACT PRICE, SCOPE OF WORK, OR TIlVIE OF PERFORMANCE, YOU SHALL NOT PROCEED UNTIL YOU REQUEST A WRITTEN CHANGE ORDER AND RECEIVE OWNER APPROVAL OF THE CHANGE. Copy: Tim Fehr, S-H Komi Moms, City of IC /atf SH7VE-HATTERY, INC. ake J. Henkle, P.E. GENERAL ELECTRICAL DEMOLITION NOTES: Dt REMOVE THE INDICATED ITEM, BACKBOX, CONDUIT AND WIRE BACK TO THE SOURCE EXCEPT WHERE MAINTAINING CONTINUITY TO EXISTING TO REMAIN ACTIVE DEVICES. D2 EXISTING DEVICE{S) SHALL BE REMOVED, SALVAGED, AND RELOCATED AS SHOWN IN NEW WORK PLAN. D3 EXISTING DEVICE(S) SHALL REMAIN A5 CURRENTLY INSTALLED UNLESS "ALTERNATE 1" IS ACCEPTED (SEE SHEET E3 FOR ALTERNATE 1 WORK . D4 EXISTNG PANELBOARD "A" ENCLOSURE SHALL REMAIN. REMOVE THE pANELINTERIORS AND PANEL O FEEDER CONDUCTORS BACK TO SWITCHBOARD SWBDA. PANEL FEEDER IS ROUTED UNDER SLAB. PANEL //~~ FEEDER CONDUIT SHALL BE ABANDONED IN PLACE. PROVIDE A NEW PANEL FEEDER (4#4AWG+1~8AWG j~ GND, 1 1 /4"C) FROM THE PANEL "A" 60 AMP DISCONNECT SWITCH IN SWITCHBOARD SWBDA TO THE NEW ~ITTCC REPLACEMENT PANEL "A". EXTEND ALL ACTIVE TO REMAIN CIRCUITS TO NEW PANEL `A". PROVIDE A NEW FINISHED STEEL SHEET METAL COVER FOR THE EXISTING PANEL ENCLOSURE. BEHIND THE PANEL l5 A JUNCTION BOX FOR BRANCH CIRCUITS THAT FEED THE BUILDING MAINTENANCE ROOM. CONTRACTOR SHALL REMOVE ALL CONDUIT, WIRE, AND BACKBOXES IN THE STORAGE ROOM AND PROVIDE NEW BRANCH CIRCUIT WIRING FROM NEW PANEL "A" TO BUILDING MAINTENANCE ROOM. PROVIDE NEW 60 AMP FU5E5. p5 O EXISTING WIREMOLD STRIP AND BRANCH CIRCUIT TO BE REMOVED.` ! - v ~ ~ - ~ Y ~v D6 EXISTING FIBER OPTICS EQUIPMENT ANO COAX CABLING TO BE REMOVED 8Y OTHERS. REMOVE THE INDICATED LIGHT FIXTURE. MAINTAIN CONTINUITY TO EXISTING TO REMAIN O D7 LIGHT FIXTURES. REMOVE LIGHT FIXTURES, SPEAKERS, FIRE ALARM DEVICES, COMMUNICATIONS DEVICES AND D9 BACKBOXES FROM THE INDICATED ROOM/CORRIDOR OR BOUNDED AREA CEILING(S) UNLESS ~ NO7E0 OTHERWISE. IN REFERENCE TO THE "NEW WORK" PLANS, SOME REMOVED LIGHT "' "` FIXTURES AND DEVICES SHALL BE REUSED. THE LIGHT FIXTURES TO BE REUSED SHALL BE `~ -' ` CLEANED AND RELAMPED. _,I'~. EXISTING DEVICE(S) SHALL REMAIN AS CURRENTLY INSTALLED UNLESS "ALTERNATE 2" IS _ I"~I 09 AC D S SH ET 3 OR A TE N TE 0) EXISTING SWITCHBOARD SWBDA HAS ONE(1) 200 AMP DISCONNECT SWITCH THAT 15 LABELED D10 "SPARE". CONTRACTOR SHALL PROVIDE A PERMANENTID TAG FOR "PANEL P1" AND "PANEL -'` B". EXISTING FEEDER AND PANEL Pi SHALL REMAIN AS INSTALLED. EXISTING PANEL P1 HAS ® AN BO AMP, 3-POLE CIRCUIT BREAKER LABELED AS PANEL P2. CONTRACTOR SHALL CHANGE ITC THE CIRCUIT ID FROM PANEL P2 TO PANEL B. REPLACE THE SO AMP, 3-POLE CIRCUIT BREAKER 1MTH A NEW 100 AMP, 3-POLE CIRCUIT BREAKER. EXISTING BRANCH PANELBOARD "B" TO BE REMOVED. INSTALL A JUNCTION BOX IN THE CEILING SPACE TO INTERCEPT THE BRANCH CIRCUITS, EXTEND THE ACTIVE TO REMAIN BRANCH CIRCUITS TO THE NEW REPLACEMENT PANEL "B". EXISTING PANEL "B" 15 FED FROM PANEL P1. PROVIDE 4~1 AWG+1#8 AWG GND, 1 1/4"C FROM THIS NEW 100 AMP CIRCUIT BREAKER IN PANEL Pt TD NEW PANEL "B" DURING OFF-HOURS. ALL ACTIVE TO REMAIN CIRCUITS SHALL BE REFED FROM NEW REPLACEMENT PANEL "B". CONTRACTOR SHALL REMOVE EXISTING PANEL "B" AND THE EXISTING PANEL FEEDER BACK TO PANEL P1. COORDINATE ALL SHUT DOWNS WITH THE CITY. Dti EXISTING DEVICE(S) SHALL REMAIN AS CURRENTLY INSTALLED UNLESS NOTED OTHERWISE, SH1VE ~HATTERY Cedar Raplde, IA ~ lows City, IA ~ Des Moines lA Moline, IL ~ BEoamingtor< !L ~ Chicaeq IL http: //www.shire-hattery.com ILLINOIS FIRM NUMBER: 194-000214 CITY of Iowa cmr CIVIL & HUMAN RIGHTS REMODEL IowA CITY, IowA DATE 04/09/09 SCALE NONE DRAWN DMM FIEIA 600K APPROVED JJH REVISION REFERENCE DRAWING ~• .,~ ~~ ~y IV CJ V~t PROJECT N0. 105318-1 ISSUED FOR ITC #3 ~~cE ~ E1 ~~~--yy 't,~.J ti J Q z x i A ..~ n p i :n :J Y 1 n j I J 4 t Y X 3 0 i x x i 3 i n n 0 i n Y 1 1 A ~ O Q j N J {_ 3 o p O I ~ Y p x i .. 3~ ~a ip i ~; 7D 3 nQ ~w ~o n J / ~~ i% ~, ~~ ~~ ~~ =~ I ~ X Q ~; ~a U .N iu ~ ><s E zb x. CONDENSING UNIT FOR UNITARY AIR CONDITIONER SHIVE ~HArr'ERY Cedar Rapids, IA ~ Iowa City, to ~ Des Moines, IA MoAne, IL ~ BloomMgton, IL ~ Chicago, IL http: //www.shlve-hattery.com ILLIN015 FIRM NUMBER: 184-000214 CffY OF IOWA CITY CIVIL & HUMAN RIGHTS REMODEL IOWA CITY, IOWA DATE 04/09/08 SCALE NONE DRAWN OMM FlEIA BOOK APPROVED JJH REVISION !TC ~3 REFERENCE DRASNNG E-1 SURFACE RACEWAY AT +36" ~~ ~~;~ ~~ y_ ~ , .~.. r~ ~~ :,~~'~ ~ a ~ ~, ~ PROJECT N0. 105318-1 ISSUED FOR ITC #3 E2 :MOLD 40D0 i" AFF SHIVE ~HATTERY Cedar Rapids, IA ~ lowa City, IA ~ Des N~Ines, lA Mdine, IL ~ Bloomington, IL ~ ChlcagD, IL http: //wwxr. sh ive-h attery.com ILLINOIS FIRM NUMBER: 184--000214 C THROUGH NET _ ,... s ;; ,. ~,~ .».p P' ...~ ~^. iT1 "i7 ~ ~ iV ~' t«J'1 cITY o~ IowA cmr CIVIL & HUMAN RIGHTS REMODEL IOWA CITY, IOWA DATE D4/09/09 SCALE NONE DRAWN DMM FIELD 900K APPROVED JJH REVISION ITC ~3 REFERENCE DRAWING E-2 PROJECT N0. 1D5316-1 fSSUED FDR ITC #3 E3 lluell~ Flactric 12040 32$th ave j{inrpss, iA 52335 Name !Address ~ Oily C:onstructiun Gruup 1700,5 I st nvc.&astdslc P1tan.Unic27 town City,Ta S224U Custom Bid Date Bid # 4~Z0l2Uuy i 83 ~~~~ .~. ~v~ £9Jdd 6~9 6'L~ 0-1'1~f10 ~fldd 8b ~ 89 69Q~-9~-b~ /" l INSTRUCTION TO CON'l'1tACTOR Project: Iowa City City Hall Basement Renovation - To: Jon Tiemeyer, CitX,Construction Group 1TC No.: 4 Date: April 17, 2009 S-H Job. No.: 105318-1 The fallowing instivction is issued to: { ) Clarify drawings, specifications and/or procedures ( ) Approve use of materials or equipment (X } Request an estimate for Owner's further consideration ( ) Transmit drawings of documents far incorporation into the woxk, subject to the last paragraph below Refer to Sheet E1, Reference Note D4 Contractor shall be allowed to reuse the existing feeder from switchboard SWBDA to existing Panel A. Existing Panel A enclosure shall become the splice box for the new feeder (4# ~ AWG l# 8 AWG GND,1 1/4"C) to new Panel A. ~~~..~ r ~~~u ~~ M ~` IV ~ Y ~ 11 { i ~mg~g i ~ ~ .~~ ~ ...~ r+i ~ • ~ y , Copies of drawings ox other documents are ( }attached; ( ) already,issued; ( }not issued; ( )being issued by -_ _ IF, IN YOUR OPINION, THIS INSTRUCTION INVOLVES WORK WHICH EITHER INCREASES OR DECREASES THE CONTRACT PRICE, SCOPE OF WORK, OR TIME OF PERFORMANCE, YOU SHALL NOT PROCEED UNTIL YOU REQUEST A WRITTEN CHANGE ORDER AND RECEIVE OWNER APPROVAL OF THE CHANGE. ss-a Copy: Tim Fehr, S-H Kumi Morris, City of IC /atf SHIVE-HATTERY, INC. eke enkle, P.E. ENGINEER'S REPORT August 10, 2009 Honorable Mayor and City Council Iowa City, Iowa Re: City Attorney and Council Office Remodeling Project Dear Honorable Mayor and Councilpersons: hereby certify that City Construction Group, L.C. of Iowa City, Iowa has completed the construction of the City Attorney and Council Office Remodeling Project in substantial accordance with the plans and specifications prepared by Nowysz and Associates and Shive Hattery, Inc. of City of Iowa City of Iowa City, Iowa. The required performance and payment bond is on file in the City Clerk's office. The final contract price is $158,860.00 I recommend that the above-referenced improvements be accepted by the City of Iowa City. Sincerely, ~,~,-""' Ron Knoche, P.E. City Engineer S:\ENGWRCHITECTURE FILE\Projects\City Attorney's Office and Library Remodel 20071Engineer's Report_City Attorney and Council Office Remodeling projectdoc ~~~ 2d 9 Prepared by: Kumi Morris, Engineering Division, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5044 RESOLUTION NO. 09-280 RESOLUTION ACCEPTING THE WORK FOR THE CITY ATTORNEY AND COUNCIL OFFICE REMODELING PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the City Attorney and Council Office Remodeling Project, as included in a contract between the City of Iowa City and City Construction Group, LC of Iowa City, Iowa, dated February 10, 2009, 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, the final contract price is $158,860.00. 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 18th day of ATTEST: CIT ERK It was moved by w, ~ bLrn and seconded by Champion the Resolution be adopted, and upon roll call there were: AYES: x x x x x x x NAYS: ABSENT: Bailey Champion Correia Hayek O'Donnell Wilburn Wright Pweng/res/acphvork-CA-Council-Remodel.doc 8/09 ,/J/i~ a ~'~~ cuz'~f" s~~ 'City Attorney's Office $/~~/~9 *OOY P Y A P 10 ATTO \ cou C orric� P\ MOP Li, lG 4410 �AS�" WA5 N6TON 5112F, IOWA 0111', IA 522 -0 VICINITY MT 61�N�PA1. NOTF5 PPAWIN6 L 15T, A-1 COV�P PA 1� 5-1 A-2 12FMOLMON PLAN 5 -2 A-� FOR PLAN M -1 A -4 INT�FIOP �L�VATI01\15 & PFfAII.5 M -2 A -� P \M CT19 CEILING PLAN M-5 A -6 5P�CIFICAT101\15 M-4 A -7 5P�CIFICAVON5 M -5 A -8 T CIFICATION5 A-9 5P�CIFICKION5 �-2 A -10 5P�CIFICTION5 -� 1, ANY n15CPFPANCIF5 WITHIN THE RAWIN65, 5P�CIFICMION5 OI;: ACTUAL CONnITION5 App TO P� P1�50�V�12 MOPT PPOC�MN6 WITH ANY OF THE WOPK, 2. ALL WOPK TO P� 1901\11� IN ACCOP12ANC� WITH THE APPLICAt3l� 5TAt, F�P�Pv L-, ANP LOCAL C019�5, 5,12 MOL ITION 19� NOTE P A5 LIGHT, PA5H� P L W5i NSW CON5TPUCTION 5HOWN PAP\� & 5HAJ21�19, 4. ALL PIWN51ON5 TO FIN15H�P FACE UNI,1�55 NGgW OTH�PWI51�, MATCH NSW CON5TP\UCTION P�f&5 TO �45TI1\1619 f&5f MATCH 1`11\115H�5, FLOOD H�16HT5, M, UNL 55 NOT�12 OTHFMI5�, 6, PTPAR/ PTFIN15H �45TI1\164 WA15, CMIN65, & FL00P5 A5 N�C�5W\Y, 7, UPPAt UTILITIF5 A5 N�a5W\Y 5TUCTU M P MOB ITl ON TAN 5TPUCTU \1,- 'PIAN M�CHANICAL P MOB IT'ION PLAN M�CHANICAL FLOW PLAN WCHANICAL 5CHFPUl.1�5 & 5YMPOL5 MECHANICAL P�MIL5 M�CHANICAL 5P�CIFICATION5 ���C ICAO PWOLMON PLAN ���C ICAO FLOOD\ PLAN LIGHTING PLAN �1,�CT:I CAI.- 5P�CI FICKION5 APCHITCTUF� 51�FV I a5 COOPTINATOF, KUMI MOPP15 �N1N�IN� PIV151ON, CITY OF IOWA CITY ( 519) �6 -5044 019) 5�6 -5007 FAX KU M I - MOP: 15 @IOWA -CITY, 0PG �NGIN���ING; TIM F�Hp 5HIV�- HAMP,,Y, INC 2854 NOFTHGAT PPIVF IOWA CITY, IA X2245 ( 519) �4 -15040 (X0) FAX TF�HF @5HK - HATTPY,COM Si PER'ViSIGN AND Ti A' SIGN l r: 0 TIMOTHY : W' Lu a C. ° I+f7(! a fT7'' D1�:sL3 IiP`a is iYIi 128'' _ o a 12817 v � � w. t f� �w -;� oa CIF LICENSE RENEWAL LDAT ' I" 'l(lEM� .:. 31, -2e%— ° ° ° ° °°aas.• °� °''�� � TS �� `� S,��w 5�� R�� Y S Ezt; AG S> SH /OWN � _-1 ._ ._._._.._._._ �q _.... 2, M --- 3, ty! ;14..w_ B" CERTIFY THAT THIS 'ENGINEERING € ,OCUM T "3[SCM 3 BE-LOW, WAS iwt P A Y } BY M OR .I ll-N ^€ RiE L.A ue I s I :E _ F IOWA. v. ® � a °� l v t 1[41 .L J� .. x wg w w > 2€18 1266 y CENSE IIA X4 IM: e Da PAGES, .r: #;":.E F;5 OR (.t.3 z'T.,.Rrf,} BY . 1"1..7 :5:... %'?s -,� ........».„,�..w..„„„.. aaDeo ®aa --2 � Y E -4 __._..Y____._.__..._.__ _ .._._. ...�__...__W.......a....._.___. _ _W. w...W.... ___..__._.._..--. _._.w.._.._......_...._....._W. 1-011 U) W 0 O U) U) Z < Lr) 'IT U) 04 U) 04 LO E U) 0 (D -'�e °a 0 0 ZU 0 5-1-, 0 M W 2 >� C6 @) 17-- < M 100 co W iN n 0 M 0') —J W < T- �: Irm- N o CO 0 ■ project name ■ CITY OF IOWA CITY Offlc FTMO[21�1, drawing title ■ 12WOLITION FLOOV PLAN job no. ■ 0510 date ■ revised ■ sheet no. ■ A-2 O �z� O Q v ��O vvv ■ project name ■ CITY OF IOWA CITY Offlc FTMO[21�1, drawing title ■ 12WOLITION FLOOV PLAN job no. ■ 0510 date ■ revised ■ sheet no. ■ A-2 1)?ICAL INVIOP WALL. 2YA @ 16" O.C. 1/ 2" 6W.W.130TN 5I M5, / PAINT, TXTM, TPIM TO MATCH M51M PULPING MAINTNANC� 7-0 L ' LJv 10 I(D LJ0 / LJv / I I NSW OMNING +•.i � 4' I I I y,-o1 K1TCl�N�T1� 1„ � I � 5' -0" j I I M OMNING+r..t I � I �XI5111\16130OK5W LV 5 CC?M FI NCB �XI511N6 POOK5H�l \/�5 • 1611 OL. • cr POTH 5IM5, r #t S 1 1, 7 e- s SUGCAF51TP CON511:UC11ON S�QUFNCF _ _ pKASf C 1) pN,� C 2> T " ' M051'W CALA55 WINPOW - = J I opy I 6LA55 5AMY I r I I ,I NSW I? I. - - -_ It I - COUNCIL 6\ , I OFFICF , 41-611 f 1 WCH WALL u � r 1 A55151" W CITY A1'1"OF\NFY �� 6�� �� ��� / I I i , 6-2 i COA5 a05rl FF -- / II ------------ ----------------- -,, - - i pATCN WAL 10 '0 11 516" 1,,91 2 -0 1 /I It OFFICF 2 405TW CALA55 WIN OW M05TW CLA5 W WOW 5AFTY aA55 OFFICF I �45M HM WALL. MOUNTW FUMM 141-011 � Ir i i I 5KIM'COM ON M5TING —CONGM 6LOCK W&I,5 - TYPIC& New UMITY CHAS: 511 Pff& 4/ A -4 'TYr'1C& �XI511NG OffIC� FF0P05N2 F1,00P PLAN �45MCA OFFICE 1/ 411- I 1,011 �XI511NG OFFICE FX1511NG OFFICF SCAN 0 W 0 O U) °z N a� LO a) N U) � � O E 'jam _T CUN ° °a U ZU M ' _ o M W �= Wv(y) �, Cu Q ,t °�C project name 0 CITY OF IOWA CITY OFFICE I\WOM drawing title 0 FLOOP\ PLAN job no. 0 0510 date IN revised sheet no. rim z O � � O O � v z � � O vvv ■ project name 0 CITY OF IOWA CITY OFFICE I\WOM drawing title 0 FLOOP\ PLAN job no. 0 0510 date IN revised sheet no. rim r-4'-9 1 / 2" "F 6'-811 NSW TOE -KICK TO MATCH M511% PO K!J_? U I 1/ 211.11,01 1 �Xb-M, LOCA110N; �A5T WALL, TOWAFT5 WINPOW5 t I 61-911 NSW fa -KICK TO MATCH 130OK5HU 2 1/ 211 Z:7-,l 1 -011 �XI51M 0CA11ON; �A5T WALL, TOWAI;125 POOP, -- - - - -8' -1 1 / 2" 6_8 NSW fa -KICK TO MATCH �4511NG r�� POOK5HU � I/ 211.i 1-011 �Aj` MAIN5 IN �X1511N6 LOCAI1ON 9AK TIM W/ VENT IN -LAY 2x WOOt9 FP?AMING PAINgI? l?M&I, HWNG PM5 & MIATOP?5 \VIFY LM OMN POP V�,N11N6 VINYL l3A51� TFIM r_l"� UfV Y CHA5� 1 11.1 �a1 I PATCH HOLD; IN5 NSW OAK PANEL TO M P3OK5 FLOC NSW OAK To MATCH IL' " 2 POOK5HU f0MCK I I I- I' -011 rmc& ROOM 01991301:10 [.n num [!]'Ia:]r�Jl .'�i�:� N�'i►iil�a• [•17�[•I3►� [• 22:2i111m Mum [e3►1a -IONS 111:1 i MWAII>Ia• [•]��[•Ixc3♦ [•T_�:1:7iiil�a• ►kj'j RMAIIIIII [•l_T:l�iiil�a• 09mm [e�'1a:3r��/_��i� :� Fi'i��il>Aa• DOOR SCHEDULE -0" DOOR a m\ FpIG�pA1"Op 6.0. HARDWARF IT, \ "_\1V � NO STYLE WIDT HEIGHT THICK. MAR. BUTT THLD. WTS. STOP LOCK I A 51-01, 11-01, WOOD 59EL 11/ 2 M, NO NO WALT. 5TANDM? IT,,LOCAI�,D MM P LWAY 2 A 3' -0" 7' -0" 1 -5/ /t" WOOD 5Tco 1112M, NO NO WALL, 5iANPAQ2 MOCAI' P MM NA LWAY 5 6 3' -0" 7' -0" WOOD 5ML 1 1/ 2 FZ NO NO WA11 IxLOCA9t9 MM MTWOOM A C 3' -0" 71-0" 1 -5/ -i" 59 L 11/2R. NO Yc5 WALL 5tANDAW ;?eLOCAI-rD MM LMY 5 A 51-01, 71-01, 1 -3/ WOOD 5SE L 11 / 2 R, Yes NO WALL 51 ANDA� MA1 CH D00 2 NO S: DOOR STYLES STYLE A 3 C WINDOW SCHEDULE NO MAKE TYPE WIDTH HEIGHT REMARKS I rIXEI? V-011 15'-0" 15t LFMTOMMCHPOO6 N0T�5: COAT5 C�O5�f ANN COUNTM, -0" oax v�Wp cViN�rs m I.AMINAt COUNV a m\ FpIG�pA1"Op 6.0. OAK V�WPv CA WT5 LAMINAR COUNtP\ IT, \ "_\1V � IT, \ NAZ i C�AS� 101-011 o. 6' 2.. COAT5 C�O5�f ANN COUNTM, Z-011 KITCH% Tt P\�PUIL P �XI511NCA Wm \y 51­11�LVING TO FIT NSW 0CA11ON MATCH FIN15H, 2- NSW CAPIW5 TO MATCH �4511NCi A5 P0550L� IN 5W ANn FIN15H, MATCH NSW PA51� TO �XI511NG, 4- P\�61� �4511NG boor 1 FmmA 5 WI?� 1?055113L�. 5- Al I)OOp HA PWAp TO P ANn NSW WnWAt,� TO MATCH �XI5111\16, oax v�Wp cViN�rs m I.AMINAt COUNV a m\ FpIG�pA1"Op 6.0. Z-011 KITCH% Tt P\�PUIL P �XI511NCA Wm \y 51­11�LVING TO FIT NSW 0CA11ON MATCH FIN15H, 2- NSW CAPIW5 TO MATCH �4511NCi A5 P0550L� IN 5W ANn FIN15H, MATCH NSW PA51� TO �XI511NG, 4- P\�61� �4511NG boor 1 FmmA 5 WI?� 1?055113L�. 5- Al I)OOp HA PWAp TO P ANn NSW WnWAt,� TO MATCH �XI5111\16, .:. .i M• #,p L A 01all MWE a, ilk INN For,46, 101 INN I Pd h I Ile PAT WL O CM ' pMNUL 5 O O ON spin TYPICAL CpNV �}ICW5 1 ON Gpl TYPICAL 0 0 0 0 0 LLL -51z� TILE SYMBOLS SCHEDULE MARKI DESCRIPTION + rwom5aw Llair F xml z NVAC 12IFFUW LICAHf 5W fCH CEILING LIGHT" FIXTUM O 5PPINUI HFAI7 • Mf 51GN 5FF [9MWNG F -3 FM LING PLAN & 5CHN91U 0 0 103 L 0 Dii i iii ¢i i� PP0P05FP ITFI,�CtP CII..I1\16 PLAN 1/411111-011 W I— z U -- O U) Q O z4--0 N LO N U) L- U) � e � N U o °a Z U 0 W Q ~ <= c� -� M N WU ^W SQ 4 -°c°c 1/411111-011 0 d d project name CITY OF IOWA CIfY OFFICE FWOMI, drawing title Pffl,�CtP CMINCA PLAN job no. 0510 date revised sheet no. z O v � v � � O O Q v z � � O vvv ■ 0 d d project name CITY OF IOWA CIfY OFFICE FWOMI, drawing title Pffl,�CtP CMINCA PLAN job no. 0510 date revised sheet no. SPECIFICATIONS DIVISION Z GENERAL REQUIREMENTS SUWjMARY OF WORK REFERENCES: Documents listed below are included by reference and have the same meaning and force as though they were physically included herein: Standard Form of Agreement Between Owner and Architect, AIA - B141 -1997; General Conditions of the Contract for Construction, AiA - A201 -1997; Performance Bond and Payment Bond, AIA - A312-December, 1984. Copies of these documents may be viewed at, or purchased from the Architect. Requirements of the work are contained in these abbreviated contract documents, and include cross - references herein to published information, which is not necessarily bound therewith. PROJECT DESCRIPTION: Without force and effect on requirements of contract documents, the description of the work of the Contract can be summarized as CITY OF IOWA CITY OFFICE REMODELING, Iowa City, IA,. ALTERNATESiALLOWANCES: Submit proposed product selections on work specified by allowances well in advance of required purchase dates, fully documented for Owner & Architect's review. CUTTING AND PATCHING: Do not cut- and -patch structural work in a manner resulting in a reduction of load - carrying capacity or load /deflection ratio. Submit proposal and request and obtain Architect's approval before proceeding with cut- and -patch of structural work. Limitation on Approvals: Architect's approval to proceed with cutting and patching does not waive right to later require removal/replacement of work found to be cut- and - patched in an unsatisfactory manner, as judged by Architect. DEFINITIONS: Except as specifically defined otherwise, the following definitions (shown by underlined words or phrases) supplement definitions of the Contract, General Conditions, Supplementary Conditions and other general contract documents, and apply generally to the work. General Requirements: Provisions of Division -1 sections of specifications Indicated: Shown on drawings by notes, graphics or schedules, or written into other portions of contract documents. Terms such as "shown ", "noted ", "scheduled" and "specified" have same meaning as "indicated", and are used to assist the reader in locating particular information. Directed, Reguestes . Approved, Accepted, etc.: These terms imply "by the Architect ", unless otherwise indicated. 6pproved by Archit : In no case releases Contractor from responsibility to fulfill requirements of contract documents. Project Site: Space available to Contractor at location of project, either exclusively or to be shared with separate contractors, for performance of the work. Fumish: Supply and deliver to project site, ready for unloading, unpacking, assembly, installation, and similar subsequent requirements. Install : Operations at project site, including unloading, unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, and similar requirements. Provide: Fumish and install, complete and ready for intended use. Installer: Entity (firm or person) engaged to install work, by Contractor, subcontractor or sub - subcontractor. Installers are required to be skilled experts in work they are engaged to install. Specification Text Format: Underscoring facilities for scan reading, no other meaning. imperative language is directed at Contractor, unless otherwise noted. Overlawing/Confli'ctigg Requirements: Most stringent applies and will be enforced, unless more detailed language written directly into contract documents clearly indicates that a less stringent requirement is acceptable. Refer uncertainties to Architect for decision before proceeding. Where optional requirements are specified in a parallel manner, option is intended to be Contractor's unless otherwise indicated. Minimum R ecL rements: Indicated requirements are for a specific minimum acceptable level of quality /quantity, as recognized in the industry. Actual work must comply (within specified tolerances), or may exceed minimums within reasonable limits. Refer uncertainties to Architect before proceeding. Testing Laboratory: An Independent entity engaged for the project to provide inspections, tests, interpretations, reports and similar services. INDUSTRY STANDARDS: Applicable standards of construction industry have same forcce and effect on performance of the work as if copied directly into contract documents or bound and published therewith. Standards referenced in contract documents or In governing regulations have precedence over non - referenced standards, insofar as different standards may contain overlapping or conflicting requirements. Comply with standards in effect as of date of contract documents, unless otherwise indicated. ABBREVIATIONS: Where abbreviations or acronyms are used in contract documents, they mean the well - recognized name of entity in building construction industry; refer uncertainties to Architect before proceeding, or consult "Encyclopedia of Associations!' by Gale Research Co. PERMITS: Contractor is responsible for obtaining all necessary permits required for construction, including, but not limited to, City and /or County building permits, and energy audits. TESTING: Contractor is responsible for making arrangements for required tests, inspections and approvals with an independent testing laboratory or entity, (including, but not limited to, soils engineer and concrete testing), acceptable to Owner and Architect, and shall bear all related costs of tests, inspections and approvals. Owner shall bear cost of tests, inspections and approvals with do not become requirements until after bids are received or negotiations concluded. Refer to individual sections of these Specifications and AiA Document, A201 -1997, esp. Article 13, for further information. SCHEDULES/REPORTSIPAYMENTS: Prepare a Schedule of Values to show breakdown of Contract Sum corresponding with payment request breakdown and progress schedule line items. Show dollar value and percent of total for each unit of work scheduled. Submit not less than 7 days prior to first payment request, and revise each time schedule is affected by change order or other value revision (by Contractor). Include with submittal of Schedule of Values a list of principal subcontractors and suppliers, copies of building permits and similar start-up authorization or certifications, performancelpayment bonds (if required), and evidence of insurance coverage. Except as otherwise indicated, sequence of progress payments is to be regular, and each must be consistent with previous applications and payments. It is recognized that certain applications involve extra requirements, including initial application, application at times of substantial completion, and final payment application. Submit request for each calendar month, not later than 15th day of following month. Use form AIA G702/G703 -1992, or as provided by owner, fully completed and executed; submitted In triplicate, including attachment of lien waivers and similar documentation with one copy. The Owner will retain, until Final Payment, five (5) percent of the amount due the contractor on account of progress payments. The amount of each payment will be based on ninety -five (95) percent of all material and labor incorporated in the work, plus ninety -five (95) percent of all materials suitably stored at the site, less the sum of all previous payments. Following issuance by Architect of Certificate of Substantial Completion, Contractor may submit special payment request, provided the following have been completed: Obtain permits, certificates of inspection and other approvals and releases by governing authorities, required for Owner's occupancy and use of project. Submit warranties and similar documentation. Submit maintenance manuals and provide instruction to Owner or Owner's personnel. Complete final cleaning of the work. Submit record documents. Submit listing of work to be completed before final acceptance. Following completion of the following requirements, final payment request may be submitted: Complete work listed as incomplete at time of substantial completion, or otherwise assure Owner of subsequent completion of individual incomplete items. Settle liens and other claims, or assure Owner of subsequent settlement. Submit proof of payment on fees, taxes and similar obligations. Transfer operational, access, security and similar provisions to Owner; and remove temporary facilities, tools and similar items. Complete requirements specified in "Project Close -out" section. PROCEDURES: Contractor to coordinate various elements of the work and entities engaged to perform work; and coordinate the work with existing facilities /conditions, and with work by separate contractors (if any) and by Owner. Surveying /Recording: Working from established lines and levels at or near project site, establish and maintain dependable markers for lines and levels of the work, including markers for each story of construction. Calculate dimensions and measure for layout of work; do not scale the drawings. Report deviations (if any) from drawing information on existing conditions, to Architect at time of discovery. Preparation for Installers: Review significant aspects of requirements for the work. Record discussion and distribute as plan of action.- Pre - installation conferences are specifically required for (but not limited to) the following installations: Footings & Footing Drains, Floor Tile, Waterproofing, Insulation, Drywall, and Roofing. Installation: Comply with manufacturer's instructions and recommendations to extent printed information is more detailed or stringent than requirements contained directly in contract documents. install work during time and under conditions which will ensure best possible results, coordinated with required inspection and testing. Anchor work securely in place, properly located by measured line and level, organized for best possible uniformity, visual effect, operational efficiency, durability, and similar benefit to Owner's use. Isolate non - compatible materials from contact, sufficiently to prevent deterioration. Mount individual units of work at industry - recognized mounting heights, if not otherwise indicated; refer uncertainties to Architect before proceeding. Locations of exterior utility meters require approval from Architect or Owner before installation. Clean each element of work at time of installation. Provide sufficient maintenance and protection during construction to ensure freedom from damage and deterioration at time of substantial completion. SUBMITTALS: Shop drawings include specially- prepared technical data for this project, including drawings, diagrams, performance curves, data sheets, schedules, templates, patters, reports, calculations, instructions, measurements and similar information not in standard printed form for general application to a range of similar projects. Provide newly - prepared information, on reproducible sheets, with graphic information at accurate scale (except as otherwise indicated), with name of preparer indicated (firm name). Show dimensions and note which are based on field measurement. Identify materials and products in the work shown. Indicate compliance with standards, and special coordination requirements. k 3; en+ l 33� Do not allow shop drawing copies without appropriate final "Action" markings by Architect to be used in connection with the work. Shop Drawings may be submitte`d'by facsimile. } machine (Fax) ONLY if the originals are prepared in 8-1/Z 'x 11 format. Larger formats may NOT be reduced or cut -up to fit the Fax machine format. Product data include standard printed information on materials, products and systems; with the designation of selections from among available choices printed therein. Collect required data into one submittal for each unit of work or system, and mark each copy to show which choices and options are applicable to project. Include manufacturer's standard printed recommendations for application and use, compliance with standards, application of labels and seats, notation of field measurements which have been checked, and special coordination requirements. Maintain one set of product data (for each submittal) at project site, available for reference by Architect and others. Samples include both fabricated and non - fabricated physical examples of materials, products and units of work; both as complete units and as smaller portions of units of work; either for limited visual inspection or (where indicated) for more detailed testing and analysis. Provide units identical with final condition of proposed materials or products for the work. Include range samples (not less than 3 units) where unavoidable variations must be expected, and describe or identify variations between units of each set. Provide full set of optional samples where Architect's selection is required. Prepare samples to match Architects sample where so indicated. Include information with each sample to show generic description, source or product name and manufacturer, limitations, and compliance with standards. Samples are submitted for review and confirmation of color, pattern, texture and "kind" by Architect. Architect will not "test" samples (except as otherwise indicated) for compliance with other requirements, which are therefore the exclusive responsibility of Contractor. Submit 2 sets of samples in final submittal; one set will be returned. Maintain returned final set of samples at project site, in suitable condition and available for quality control comparisons by Architect and by others. Mock-ups are a special form of samples, which are too large or otherwise inconvenient for handling in specified manner for transmittal of sample submittals. Comply with requirements for "samples" to greatest extent possible. Miscellaneous submittals related directly to the work (non - administrative) include warranties, maintenance agreements, workmanship bonds, project photographs, survey data and reports, physical work records, quality testing and certifying reports, copies of industry standards, record drawings, field measurement data, operating and maintenance materials, overrun stock, and similar information, devices and materials applicable to the work and not processed as shop drawings, product data or samples. In addition to copies of warranties and maintenance agreements desired for Contractor's use, furnish 2 executed copies, except fumish 2 additional (conformed) copies where required for maintenance manuals. Survey Copies: Furnish 2 copies of survey data, except furnish 10 copies of final property survey (if any). "Close -out" Submittals: Record Document Copies: Furnish one set. Maintenance/ Operating Manuals: Fumish 2 bound copies. Materials and Tools: Refer to individual work sections for required quantities of spare parts, extra and overrun stock, maintenance tools and devices, keys and similar physical units to be submitted. General Distribution: Provide additional distribution of submittals (not included in foregoing copy submittal requirements) to subcontractors, suppliers, fabricators, installers, governing authorities and others as necessary for proper performance of the work. . Scheduling: Where appropriate in administrative submittals (listing of products, manufacturers, suppliers and subcontractors, and in job progress schedule), show principal work-related submittals and time requirements for coordination of submittal activity with related work in each instance. Coordination and Sequencing: Coordinate preparation and processing of submittals with performance of the work so that work will not be delayed by submittals. Coordinate and sequence different categories of submittals for same work, and for interfacing units of work, so that one will not be delayed for coordination of Architects review With another. Do not proceed with installation of materials, products or systems until final copy of applicable product date is in possession of Installer. Preparation of Submittals: Provide permanent marking on each submittal to identify project, date, Contractor, subcontractor, submittal name and similar information to distinguish it from other submittals. Show Contractor's executed review and approval marking and provide space for Architect's "Action" marking. Package each submittal appropriately for transmittal and handling. Submittals which are received from sources other than through Contractor's office will be returned by Architect "without action ". Architects action stamp, for use on submittals to be returned to Contractor, is self - explanatory as marked. TEMPORARY UTILITY S ERViCES: Except as otherwise indicated, costs associated with temporary facilities are Contractor's (in Contract Sum), including power /fuel/water usage until time of substantial completion for each major area of project. Connect with local/municipal services and franchised utility companies where feasible. At earliest feasible date, use permanent utility services installed for project, and disconnect and remove temporary service lines. (Temporary facilities remain property of Contractor.) At time of substantial completion, clean sewers which have been affected by discharge of waste water or runoff from project during construction. Comply with governing regulations and requests by authorities. TEMPORARY CONSTRUCTION FACILITIES: Provide facilities and services as may be needed to properly support primary construction process and meet governing regulations. Use permanent facilities not permitted, except as otherwise indicated, and except after time of substantial completion. When usage of existing facilities and utilities is allowed, usage must be coordinated with Owner. Water Distribution: Minimum 1" pipe size, with 314" hose outlets and vacuum breakers, spaced to reach points of use with 100' maximum length of hose. Maintain 3/4" x 10V hose at each outlet, for both general use and incidental fire protection. Protect water distribution from freezing, by drainage, insulation or temporary heating. Dewatering: Maintain site and construction work free of water accumulation. Do not endanger the work or adjacent properties. Maintain protection against flooding. Enclosure: Provide fire- retarding tarpaulins with UL label and flame - spread of 15 or less; reinforced translucent type where day lighting would be useful for performance of work. Use a minimum of wood framing and plywood enclosure; or, where expanse exceeds 100 sq. ft. area, use fire - retarding UL labeled "A" plywood. Enclose spaces requiring temporary heat, and other spaces where work would otherwise be adversely affected. Temporary Heat: Provide gas/oil fired space heaters which are UL labeled and approved for construction space heating by appropriate agency. Provide adequate ventilation and thermostatic control. Power Distribution: Provide weatherproof, grounded circuits with ground -fault interruption features, with proper power characteristics and either permanently wired or plug -in connections as appropriate for intended use. Provide overload- protected disconnect switch for each circuit at distribution panel. Space 4-gang convenience outlets (20 Amp circuit) so that every portion of work can be reached with 100' extension cord. Temporary Lighting: Provide lighting of intensity and quality sufficient for proper and safe performance of the work, and for access thereto and security thereof. Miscellaneous Facilities: Provide miscellaneous facilities as needed, including temporary stairs, temporary treads on permanent stairs, ramps, ladders, runways, staging, shoring, scaffolding, bridges, railings, bracing, barriers, closures, platforms, temporary partitions, waste chutes and similar items. SECURITY AND PROTECTION: Provide facilities and services as necessary to effectively protect project from losses and persons from injury during the course of construction. In addition to temporary water service for construction, and in placing of permanent fire protection facilities in operating condition at earliest feasible date, provide fire extinguishers of types and sizes recommended by NFPA. Provide barricades at hazardous locations, complete with signs, general lighting, warning lights and similar devices where appropriate or required by regulations. As construction of building structure or shell progresses and it becomes feasible to secure project against intrusion, provide temporary security enclosure, doors and locks as necessary to prevent unauthorized entrance. Review exposure to possible environmental problems, with Owner and Architect. Establish procedures and discipline among tradesmen and provide needed facilities which will protect against environmental problems (pollution of air, water and soil, excessive noise, and similar problems). PRODUCTS AND SUBSTITUTIONS: Single Product Named: Provide only that product, unless determined to be unavailable, non - compatible with the work, or non - complying with requirements or goveming . regulations. Two or More Products Named: Selection from named products is Contractor's option, provided selection complies with requirements. NAMEPLATES: Where indicated or needed for operation and maintenance, provide permanent nameplates on equipment, located in inconspicuous but accessible places, and containing suitable information and operational data. Otherwise, do not allow manufacturer's trademarks or similar labels or nameplates to be placed on products in locations where exposed to view after installation. SUBSTITUTIONS: Requests by Contractor will be considered when substantial advantage is offered Owner after deducting offsetting disadvantages including delays, additional compensation to Architect for redesign, investigation, evaluation and other necessary services, and similar considerations. Include full documentation, including product data, samples where appropriate, detailed performance comparisons and evaluation, testing laboratory reports where applicable, coordination information for effect on other work and time schedule, cost information for proposed change order, Contractor's general certification of recommended substitution, and similar information germane to circumstance. Approval of substitutions is possible only by change order procedure. WARRANTIES (GUARANTEES): Categories of warranties required for the work include special project warranty issued by Contractor and, where required, countersigned by Installer or other recognized entity involved in performance of the work; specified product warranty issued by a manufacturer or fabricator, for compliance with requirements in contract documents; and coincidental product warranty available on a product incorporated into the work, by virtue of manufacturer's publication of warranty without regard for application requirements (non- specified warranty). PROJECT CLOSE -OUT: Close -out provisions apply primarily to close -out of actual physical work, not to administrative matters such as final payment and changeover of insurance. Close -out requirements relate to both final completion and substantial completion of work, and apply to individual portions of completed work as well as the total work. Specific requirements in other sections have precedence over these general requirements. Submit executed warranties, workmanship bonds, maintenance agreements, inspection certificates and similar required documentation for specific units of work, enabling Owner's unrestricted occupancy and use. Submit record documentation, maintenance manuals, tools, spare parts, keys and similar operational items. Provide complete written and on- location instruction to Owner or Owner's operating personnel, sufficient to ensure safe, secure, efficient, non - failing utilization, start -up and operation of systems. Provide instructions for mechanical /electrical/electronic systems, live plant materials, roofing, flashing, joint sealers, and floor finishes. Remove temporary facilities and tools. At close -out time, clean or re-clean entire work to normal level for "first class" maintenance/cleaning of building projects of a similar nature. Remove non - permanent protection and labels, polish glass, clean exposed finishes, touch -up minor finish damage, clean or replace filters of mechanical systems, remove debris and broom -clean non - occupied spaces, sanitize plumbing /food service facilities, clean light fixtures and replace bumed- out/dimmed lamps, sweep and wash paved areas, police yards and grounds, and perform similar cleanup operations needed to produce a "clean" condition as judged by Architect. Upon receipt of Contractor's request, Architect will either proceed with inspection or advise Contractor of prerequisites not fulfilled. Following initial inspection, Architect will either prepare certificate of substantial completion, or advise Contractor of work which must be performed prior to issuance of certificate; and repeat inspection when requested and assured that work has been substantially completed. Results of completed inspection will form initial "punch list" for final acceptance. Upon receipt of Contractor's notice that work has been completed, including punch list items resulting from earlier inspections, and excepting incomplete items delayed because of acceptable circumstances, Architect will re- inspect work. Upon completion of re- inspection, Architect will either recommend final acceptance and final payment, or advise Contractor of work not completed or obligations not fulfilled as required for final acceptance. If necessary, procedure will be repeated. DMSiON 2 SiTEWORK A Z.� .ate' r {[f(• '"tis+- 'j :3 "!�x.t "} x';. a?' tk...` s' ,":,y.v�?'�, ?�.,ny :•!'s`�''sSt: W Q O W Q N to pp .FC�NU C) _- ZC� g —°IF. M H(0) = W CNI Q%0"000 C ■ project name ■ QfY OF IOWA CIf'Y Trrlc� ITMOM drawing tifte ■ 5MCIFiCAlON5 job no. ■ 0510 date ■ revised ■ sheet no. ■ A--6 0 Q INA V XX_ vv0 project name ■ QfY OF IOWA CIf'Y Trrlc� ITMOM drawing tifte ■ 5MCIFiCAlON5 job no. ■ 0510 date ■ revised ■ sheet no. ■ A--6 02200 - EARTHWORK: Extent of earthwork indicated on drawings. Preparation of sub -grade for building stabs, walks, and pavements is included as part of this work. Drainage fill course for support of building slabs is included as part of this work. Obtain prior approval for location of trench placement. Backfilling of trenches within building lines is included as part of this work. Soils to be replaced and compacted with no excess dirt left above surface after trenching work is completed. Perform excavation work in compliance with applicable requirements of governing authorities having jurisdiction. Contractor to hire registered Soils Engineer to probe and inspect footing excavations at frequent enough intervals to determine suitability of materials at design bearing level prior to placement of concrete. Where unacceptable materials encountered, soils to be removed and replaced with controlled engineered fill. Contractor to provide Owner with results. Sufficient tests shall be taken by soils engineer to certify that cut and fill was performed in accordance with accepted and specified methods. Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, consult utility owner immediately for directions. Use of explosives is not permitted. Barricade open excavations, post with warning lights as required. Comply with all regulations of authorities having jurisdiction. Under no circumstances should work encroach on adjacent property without prior approval of all Owners and Architect. If sub - surface rock base or other unforeseen, unusual sub - surface conditions are encountered, Contractor to stop work, and supply Owner, in writing, with unit price for removal of rock or correction of unusual conditions. Owner's written acceptance of extra casts for correcting work shall serve as approval to Contractor to resume work. Contractor to establish and maintain during construction, grade and building lines. Set heights including crown and slope as necessary. Unauthorized excavation consists of dimensions without specific direction of Architect. Unauthorized excavation, as well as remedial work directed by Architect, shall be at Contractor's expense. 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. Maintain sides and slopes of excavations in safe condition until completion of backfilling. Prevent surface water and subsurface or ground water from flowing into excavations and from flooding project site and surrounding area. Establish and maintain temporary drainage outside excavation limits to convey rain water and water removed from excavations away from excavation. Locate and retain soil materials away from edge of excavations. Do not store within drip line of trees indicated to remain. Conform to elevations and dimensions shown within a tolerance of plus or minus 0.10 , and extending a sufficient distance from footings and foundations to permit placing and removal of concrete form work, installatio n o f services, ot er construction, and f o r inspection. fn excavating for footings and 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. Protect excavation bottoms against freezing when atmospheric temperature is less than 35 degrees F. (1 degree C.). Remove vegetation, debris, unsatisfactory ry sot I materials, obstructions, and deleterious materials from ground surface prior to placement of fills. Place backfill and fill materials in layers rs n at more than 4 in loose depth for material compacted by hand - operated tampers, 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, piping or conduit, to required elevations. Prevent wedging action of backfill against structures or displacement of piping or conduit by carrying material uniformly around structure, piping or conduit to approximately same elevation in each lift. Uniforml y g rade areas within limits of grad i ng under this section, including adjacent transition areas. Smooth finished surface within specified tolerances, compact with uniform levels or slopes between points where elevations are indicated, or between such points and existing grades. Grade areas adjacent to building lines to drain away from structures and to prevent ponding. Grading Surface of Fill Under Building Slabs: Grade smooth and even, free of voids, compacted as specified, and to required elevation. Provide final grades within a tolerance of 1/2" when tested with a 10" straightedge. Place drainage fill material to support the concrete building stabs on prepared sub -grade in layers of uniform thickness, conforming to indicated cross - section and thickness. Maintain optimum moisture content for compacting material during placement operations. Remove waste materials, including unacceptable excavated material, trash and debris, and dispose of it off Owner's property. DIVISION 3 CONCRETE 03010 - CONCRETE: Codes and Standards: ACI 301 "Specifications for Structural Concrete Buildings "; ACI 318," Building Code Requirements for Reinforced Concrete". _ Testing: Employ acceptable concrete testing laboratory to perform materials evaluation, testing and design of concrete mixes. Certificates, signed by concrete producer and Contractor, may be submitted in lieu of material testing when acceptable to Architect. Quality Control: Perform sampling and testing during concrete placement, as follows: ('Phis testing does not relieve Contractor of responsibility of providing concrete in compliance with specifications. Contractor may perform additional testing as necessary, at no expense to Owner, to ensure quality of concrete.) Sampling: ASTM C 172; Slump: ASTM C 143, one test for each load at point of discharge; Air Content: ASTM C 173, one for each set of compressive strength specimens; Compressive Strength: ASTM C 39, one set for each 50 cu. yds. of fraction thereof of each class of concrete; 2 specimens tested at 7 days, 3 specimens tested at 28 days, and one retained for later testing if required; when the total quantity of a given class of concrete is less than 50 cu. yds., strength tests may be waived by Architect if field experience indicates evidence of satisfactory strength. Test results will be reported in writing to Architect, Contractor and concrete producer on same day tests are made. Submit manufacturer's product data with installation instructions for proprietary materials including reinforcement and forming accessories, admixtures, joint materials, hardeners, curing materials and others as requested by Architect. Proportion mixes by either laboratory trial batch or field experience method complying with ACI 301. Submit written report to Architect for each proposed concrete mix at least 15 days prior to start of work. Do not begin concrete production until mixes have been reviewed and are acceptable to Architect. Mix designs may be adjusted when material characteristics, job conditions, weather, test results or other circumstances warrant. Do not use revised concrete mixes unfit submitted to and accepted by Architect. Use air- entering admixture in all concrete, providing not less than 4% nor more than 8% entrained air for concrete exposed to freezing and thawing, and from 2% to 4% for other concrete. Concrete Materials: Portland Cement: ASTM C 150, Type as required. Aggregates: ASTM C 33, except local aggregates of proven durability may be used when acceptable to Architect. Clean, drinkable water. Air- entraining Admixture: ASTM C 260. Water - Reducing Admixture: ASTM C 494. Only use admixtures which have been tested and accepted in mix designs, unless otherwise acceptable. Related Materials: Flat dumbbell or center bulb type waterstops, size to suit joints, of either rubber (CRD C 513) or PVC (CRD C 572). Clear 8 -mils thick polyethylene; polyethylene- coated moisture barrier paper; 1/8" thick asphalt core membrane sheet. Membrane - Forming Curing Compound: ASTM C 309, Type 1. See Division -7 for joint fillers. Provide form materials with sufficient stability to withstand pressure of placed concrete without bow or deflection. Deformed Reinforcing Bars: ASTM A 615, Grade 40 unless otherwise indicated. Welded Wire Fabric: ASTM A 185. Design, erect, support, brace and maintain formwork to support loads that might be applied. Construct form work so concrete members and structures are of correct size, shape, alignment, elevation and position. Provide for openings, offsets, key ways, recesses, and inserts, and other features required in work. Use selected materials to obtain required finished. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Factory - fabricated, removable or snap -off metal form ties, designed to prevent form deflection, and to prevent spatting concrete surfaces upon removal. Provide openings in concrete form work to accommodate work of other trades. Thoroughly clean forms and adjacent surfaces to receive concrete. Re- tighten forms and bracing after concrete placement, if required to eliminate mortar leaks and maintain proper alignment. Comply with Concrete Reinforcing Steel institute's recommended practice for "Placing Reinforcing Bars ", for details and methods of reinforcement placement and supports. Clean reinforcement of materials which reduce or destroy bond with concrete. Place reinforcement to obtain at least minimum coverage for concrete protection. Arrange, space and securely tie bars and bar supports to hold reinforcement in position during concrete placement operations. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. Install welded wire fabric in as long lengths as practicable. Lap adjoining pieces at least one full mesh and lace splices with wire. Offset end laps in adjacent widths to prevent continuous laps in either direction. Construct isolation joints in stabs on ground at points of contact between slabs -on- ground and vertical surfaces, such as column pedestals, foundation walls, pavement and elsewhere as required. Joint filter and sealant materials specified in Division 7 sections of these specifications. Construct control joints in slabs -on- ground to form panels or patterns as shown. Coat contact surfaces of forms with a form - coating compound before reinforcement is placed. Coordinate the installation of joint material and moisture barriers with placement of forms and reinforcing steel. Comply with ACI 304. Deposit concrete continuously or in layers of such thickness that no concrete will be placed on concrete which has hardened sufficiently to cause the formation of seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as herein specified. Deposit concrete in forms in horizontal layers not deeper than 24" and in a manner to avoid inclined construction joints. Where placement consists of several layers, place each layer while preceding layer is still plastic to avoid cold joints. Consolidate placed concrete by mechanical vibrating equipment supplemented by hand - spading, rodding or tamping. Do not use vibrators to transport concrete inside forms. Deposit and consolidate slabs in a continuous operation, within limits of construction joints, until the placing of a panel or section is completed. Bring slab surfaces to correct level with straightedge and sbikeoff. Use bull floats or darbies to smooth surface, free of humps or hollows. Do not disturb slab surface prior to beginning finishing operations. Maintain reinforcing in proper position during concrete placement operations. Pull up wire mesh to center of slab during placement. Protect concrete work from physical damage or reduced strength which could be caused by frost, freezing actions, or low temperatures, in compliance with ACI 306. When hot weather conditions exist that would seriously impair quality and strength of concrete, place concrete in compliance with ACI 305 and as herein specified. For formed concrete surfaces exposed to view, or that are to be covered or coated with covering material applied directly to concrete, such as waterproofing, damp proofing, painting, or other similar system, repair and patch defective areas with fins or other projections completely removed and smoothed. At taps of walls, horizontal offsets, surfaces occurring adjacent to formed surfaces, strike -off smooth and finish with a texture matching adjacent formed surfaces. Trowel Finish: Begin final troweling when surface produces a ringing sound as trowel is moved over surface. Consolidate concrete surface by final hand - troweling operation, free of trowel marks, uniform in texture and appearance, and with a surface plane tolerance not exceeding 118" in 10' when tested with a 10' straightedge. Grind smooth surface defects which would telegraph through applied floor covering system. Non -Slip Broom Finish: Apply non -slip finish to exterior concrete platforms, steps and ramps, and elsewhere as Indicated. Immediately after trowel finishing, slightly roughen concrete surface by brooming with fiber bristle broom perpendicular to main traffic route. Coordinate required final finish with Architect before application. Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Start initial curing as soon as free water has disappeared from concrete surface after placing and finishing. Weather permitting, keep continuously moist for not less than 72 hours. Begin final curing procedures immediately following initial curing and before concrete has dried. Continue final curing for at least 7 days in accordance with ACI 301 procedures. Provide moisture curing by keeping concrete surface continuously moist by an approved method. Avoid rapid drying at end of final curing period. Formwork may be removed after cumulatively curing at not less than 50 degrees F (10C) for a minimum of 48 hours after placing concrete, provided concrete is sufficiently hard to not be damaged by form removal operations, and provided curing and protection operations are maintained. Repair and patch defective areas with cement mortar immediately after removal of forms, when acceptable to Architect. DIVISION 4 MASONRY 04200 - UNIT MASONRY WORK Extent of each type of limestone sills, bricks and concrete masonry units shown on drawings. Provide masonry units from one manufacturer, of uniform texture and color for each kind required, for each continuous area and visually related areas. Submit samples of each exposed masonry unit, and colored masonry mortar, if any. Include in each set of samples the full range of exposed colors and textures to be expected in finished work. Protect work by covering partially completed structures when work is not in progress. Prevent stains on exposed faces of masonry. Follow recommended procedures for protections, material handling and enclosures for cold weather work. Concrete Block: Standard units with nominal face dimensions 16" x 8 ". Provide special shapes where required for lintels, comers, jambs, sash, control joints, headers, bonding, etc. Solid load- bearer CMU - ASTM C 145, Grade N, except Grade S in walls not exposed to weather. Normal weight unless otherwise indicated. Mortar: Portland Cement - ASTM C 150, Type 1, non- staining, except Type III may be used for cold weather construction. Hydrated Lime - ASTM C 207, Type S. Mortar Aggregate - ASTM C 144, except for joints less than 1/4" use aggregated graded with 100% passing the No. 16 sieve. Colored Mortar Pigments - Natural and synthetic iron oxides and chromium oxides compounded for use in mortar mixes. Water - clean and potable. "Soft" mortar used in salvaged brick work with appropriate sand and lime mix should be used for the restoration work. Accessories: Horizontal Joint. Reinforcing and Ties - provide prefabricated welded wire units in straight lengths of not less than IV% 9 gage cold -drawn steel wire complying with ASTM A 82. Truss type joint reinforcing with diagonal cross rods spaced more than 16' o.c. Anchors and Ties - Fabricate from not less than 16 gage sheet metal or 318" diameter rod stock, with hot -dip galvanized coating, ASTM A153, Class 82. Flashings - Concealed flashings of black, 20 -mil thick virgin polyvinyl chloride flexible sheets. Miscellaneous - Deformed steel reinforcing bars, ASTM a 615, Grade 60. Plastic Weep holes -1/4" round x 4" long medium density polyethylene plastic tubes. Installation: Build masonry construction to size shown, with chases and recesses shown and as required for work of other trades, but providing not less than 8" of masonry between chase or recess and jamb of openings, or adjacent chases and recesses. Cut brick masonry units with motor- driven saw designed to cut masonry with clean, sharp, unchipped edges. Use dry cutting saws for cutting CMU's. Wet bricks having ASTM C 67 initial rates of absorption of more than 30 grams per 30 sq. in. per minute. Patter Bond: Lay exposed masonry in the bond patter shown or in running bond vertical joint in each course centered on units in course above and below. Lay concealed masonry with all units in a wythe bonded by lapping not less than 2 ". Bond and interlock each course of each wythe at comers, unless otherwise shown. Avoid use of less -than- half size units at corners, jambs and wherever possible. Lay walls plumb with courses level, accurately spaced and coordinated with other work. Flush vertical joints and raked horizontal joints. Lay brick with completely filled bed, head and collar joints; butter ends with enough mortar to fill head joints and shove into place. Do not slush head joints. Maintain joint widths shown. Fill collar joints after each course is laid. If masonry units are disturbed or adjustments required after laying, remove units, clean off mortar and reset in fresh mortar. Provide anchoring devices of standard type for facing and back -up involved. Install loose lintels of steel and other material where shown. Provide concealed flashing at or above all shelf angles, lintels, ledges and other obstructions to downward lbw of water in the wall. Install flashings in accordance with manufacturer's instructions. Seal penetrations in flashing with mastic before covering with mortar. Install reglets and nailers for flashing and other related work where shown to be built into masonry work. Loose, chipped, broken, stained or otherwise damaged units or units mismatched to adjoining units to be removed and replaced. Enlarge any voids or holes in joints, except weep holes, and completely fill with mortar. Clean exposed brick surfaces by bucket and hand brush cleaning methods. B1A Technical Notes No. 20, "Cleaning Brick Masonry ". Install weep holes at 24 "' centers. DIVISION 5 METALS 05120 - STRUCTURAL STEED Work to comply with AISC Codes and Standards; AWS "Structural Welding Code ". Submit shop drawings to show complete details and schedules for fabrication, assembly and erection. Furnish anchor bolts for installation in other work; furnish templates for bolt installation. Products: Steel Bar, Plates, Shapes, ASTM C 36. Cold formed steel tubing, ASTM A 500, Grade B; Steel Pipe, ASTM A 53, Type E or S, Grade B; Fasteners: High - strength bolts and nuts - ASTM A 325 or A 490; Unfinished bolts or nuts - ASTM A 307, Grade A; Paint shop - FS TT-P-86, Type 11 or SSPC -Paint 14. Fabrication to comply with AiSC Specifications and final shop drawings. Mark and match -mark units for field assembly. Connections as shown on final shop drawings. Comply with AWS code for procedures, appearance and quality of welds. Use high - strength bolts for field connections. Fabricate structural steel members to provide holes for securing other work and for passage of other work through steel framing as indicated. Shop paint structural steel work except members or portions of members embedded in concrete or mortar, and contact areas to be welded or riveted. Clean steel of loose mill scale, rust, oil and grease. Provide min. dry film thickness of 2.0 mils. Erection to comply with AISC Code and Specifications. Maintain safe and stable conditions during erection; provide temporary bracing and shoring as required - remove when final connections placed. Set base places on cleaned bearing surfaces, adjust as required. Pack open spaces with bedding mortar or commercial non- shrink grout material. Splice members only where shown on final shop drawings. Touch -up prime paint after erection. Clean field welds, bolted connections and abraded areas and apply same type paint as applied in shop. 05500 - METAL FABRICATION: Metal fabrications includes items made from iron and steel shapes, plates, bars, strips, tubes, pipes and castings which are not a part of other metal systems specified elsewhere. Work to comply with AISC Codes and Standards; AWS "Structural Welding Code". Take field measurements prior to preparation of shop drawings and fabrication, where possible to avoid job progress delays; allow for trimming and fitting where taking field measurements before fabrication might delay work. Preassemble items in shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinated installation. Submit shop drawings for fabrication and erection of miscellaneous metal fabrications to show complete details and schedules for fabrication. Include plans, elevations and details of sections and connections. Show anchorage and accessory items. Fumish anchor bolts for installation in other work. Provide templates for anchor and bolt installation by others. Materials: Metal Surfaces, General: For fabrication of miscellaneous metal work which will be exposed to view, use only materials which are smooth and free of surface blemishes. Steel Plates, Shapes and Bars: ASTM A 36. Steel Tubing: Cold formed, ASTM A 500; or hot - rolled, ASTM A 501. Steel Pipe: ASTM A 53; type and grade (if applicable) as selected by fabricator and as required for design loading; black finish unless galvanizing is indicated; standard weight (Schedule 40), unless otherwise indicated. Brackets, Flanges and Anchors: Cast or formed metal of same type material and finish as supported rails, unless otherwise indicated. Fasteners: Provide zinc - coated fasteners for exterior use or where built into exterior walls. Select fasteners for the type, grade and class required. Bolts and Nuts: High - strength bolts and nuts - ASTM A 325 or A 490. Regular hexagon head type, ASTM A 307, Grade A. Lag Bolts: Square head type, FS FF- B-561. Machine Screws: Cadmium plated steel, FS FF -S -92. Wood Screws: Flat head carbon steel, FS FF-S -111. Plain Washers: Round, carbon steel, FS FF -W 92. Metal Primer Paint: Red lead mixed pigment, alkyd varnish, linseed oil paint, FS TT-P-86, Type 11; SSPC -Paint 14; or red lead iron oxide, raw linseed, alkyd paint. Fabrication: Fabrication to comply with AiSC Specifications and final shop drawings. Mark and match -mark units for field assembly. Connections as shown on final shop drawings. Comply with AWS code for procedures, appearance and quality of welds. Use materials of size and thickness indicated or as required to produce strength and durability in finished product for use intended. Use high - strength bolts for field connections. Fabricate structural steel members to provide holes for securing other work and for passage of other work through steel framing as indicated. Work to dimensions shown or accepted on shop drawings, using proven details of fabrication and support. Weld comers and seams continuously, complying with AWS recommendations. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners wherever possible. Use exposed fasteners of type shown or, if not shown, Phillips flat -head (countersunk) screws or bolts. Provide for anchorage of type shown, coordinated with supporting structure. Fabricate and space anchoring devices to provide adequate support for intended use. Cut, reinforce, drill and tap miscellaneous metal work as indicated to receive finish hardware and similar items. Shop paint structural steel and miscellaneous metal work, except members or portions of members embedded in concrete, masonry or mortar; surfaces and edges to be field welded; galvanized surfaces; and contact areas to be welded or riveted, unless otherwise indicated. Clean thoroughly of heavy rust and +i n 3 _ ct S'� .chi: r:,i•`'" ,�� �;tetfa try' ' nfx,•„•`�'trl,,s.�'L �'S.,n:+r •y "���V:l �~ s �F: ;n�' jF'ra1l� e��..,�K�t � c k•��� -�y'�s rl „�`�;:�:k%a3'�j� �s',• +`•' yr. V) W U a 1) Q C� project name ■ CKY OF IOWA CKY drawing We ■ 5MCIFICAVON5 job no. ■ Q�IQ date ■ revised ■ sheet no. ■ A -7 Q} La N CO) Co LO E OIN— �.+ N8 3©.0 ZC� g oh � W M "� J = � UJC.�� I ..J T" C4 CO ■ Q project name ■ CKY OF IOWA CKY drawing We ■ 5MCIFICAVON5 job no. ■ Q�IQ date ■ revised ■ sheet no. ■ A -7 < � 0 O _ZZ/ 0 Q � V V V O ■ project name ■ CKY OF IOWA CKY drawing We ■ 5MCIFICAVON5 job no. ■ Q�IQ date ■ revised ■ sheet no. ■ A -7 Lumber, General: Factory -mark each piece of lumber with type, grade, mill and grading agency, except omit marking from surfaces to be exposed with transparent finish or without finish. Nominal sizes are indicated, except as shown by detail dimensions. Provide actual sizes as required by PS 20, for moisture content specified for each use. Dressed lumber, S4S. Seasoned lumber with 19% maximum moisture content at time of dressing. Framing Lumber (2" to 4" thick) (Wd -Frm): Light framing (less than 6" wide), provide construction grade, Douglas Fir /Larch. Structural framing (6" and wider and from 2" to 4" thick), provide No. 2 grade, Douglas Fir (WCLS or WWPA). Exposed Framing (2" to 4 "` thick) provide Wolmanized Douglas Fir. Exposed Boards (less than 2" thick) in Finished Work, provide 15% maximum, "MC -15" or "K-D", moisture content,, Wolmanized Douglas Fir. Concealed Boards, provide lumber of 19% maximum moisture content (S -DRY), Southern Pine No. 3 Boards (SPIB), or any species graded Standard Boards (WGLB or WWPA). Board Sizes: Provide standard board sizes. Miscellaneous Lumber: Provide wood for support or attachment of other work including cant strips, bucks, nailers, blocking, furring, grounds, stripping and similar members. Provide lumber of sizes indicated, work into shapes shown, with 15% maximum moisture content for items not specified to receive wood preservative treatment, construction grade light framing size lumber of any species or board size as required. Provide construction grade boards (RIS or WCLB) or No. 2 boards (SPIB or WWPA). Plywood: Identify each plywood panel with appropriate APA trademark. Where plywood panels will be used for the following concealed types of applications, provide APA Performance -Rated Panels complying with requirements indicated for grade designation, span rating, exposure durability classification, edge detail (where applicable) and thickness. Combination Subfloor- Underlayment: APA RATED STURDI- FLOOR, Exposure 2, Span Rating 24 o.c., Tongue and groove edge detail, 314" thick. Provide hardboard underlayment, Class 4 (service), Surface S1S, complying with ANSI A 135.4, in 114" thick, 4' x 4' panels, unless otherwise indicated, Masonite Brand Underlayment by Masonite Corp. Miscellaneous Materials: Fasteners and Anchorages: Provide size, type, material and finish as indicated and as recommended by applicable standards, complying with applicable Federal Specifications. Provide metal hangers and framing anchors of the size and type recommended by the manufacturer for each use including recommending nails. Where rough carpentry work is exposed to weather, in ground contact, or in area of high relative humidity, provide fasteners and anchorages with a hot -dip zinc coating (ASTM A 153). Asphalt saturated felt building paper, non - perforated ASTM D 226. Where lumber or plywood is indicated as 'Trt -Wd" or 'Treated ", or is specified herein to be treated, comply with applicable requirements of AWPA Standards C2 (Lumber) and C9 (Plywood) and of AWPB Standards. Mark each treated item with the AWPb Quality Mark Requirements. Pressure -treat with water -bome preservatives complying with AWPB LP -2. After treatment, kiln -dry to a maximum moisture content of 15 %. Treat indicated items and wood cants, nailers, curbs, blocking, stripping, and similar members in connection with roofing, flashing, vapor barriers and waterproofing; wood sills, sleepers, blocking, furring, stripping and similar concealed members in contact with masonry or concrete; and band joists, sills and plates less than W above finished grade. Installation: Discard units of material with defects which might impair quality of work, and units which are too small to use in fabricating work with minimum joints or optimum joint arrangement. Set carpentry work accurately to required levels and lines, with members plumb and true and accurately cut and fitted. Securely attach carpentry work to substrate by anchoring and fastening as shown and as required by recognized standards. Counter -sink nail heads on exposed carpentry. worts. Use common wire nails, except as otherwise indicated. Use finishing nails for finish work. Select fasteners of size that will not penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections between members. Install fasteners without splitting of wood; pre -drill as required. Provide wood grounds, nailers, blocking and sleepers wherever required for screeding or attachment of other work. Provide permanent grounds of dressed, preservative treated, key- beveled lumber not less than 1 -112" wide and of thickness required to bring face of ground to exact thickness of finish material involved. Remove temporary grounds when no longer required. Install wood furring plumb and level with closure strips at edges and openings. Shim with wood as required for tolerance of finished work. For furring to receive gypsum drywall, provide 2" x 2" furring at 16" o.c., vertically. Provide wood framing members of sizes and on spacings shown, and frame openings as shown, or in compliance with recommendations of "Manual for House Framing" of National Forest Products Association. Do not splice structural members between supports. Anchor and nail to comply with "Recommended Nailing Schedule" or "Manual for House Framing" and other recommendations of N.F.P.A. Provide stud framing where shown. Unless otherwise shown, use 2 x 4 wood studs for interior partitions and 2 x 4 and 2 x 6 wood studs at exterior walls, spaced 16" o.c. with long face perpendicular to direction of wall or partition. Provide single bottom plate and double -top plates 2" thick by width of studs; except single top plate may be used for non - load - bearing partitions. Nail or anchor plates to supporting construction. Construct comers and intersections with not less than 3 studs. Provide miscellaneous blocking and framing as required for support of facing materials, fixtures, specialty items and trim. Frame openings with multiple studs and headers. Provide nailed header members of thickness equal to width of studs. Set headers on edge and support on jamb studs. For non - bearing partitions, provide double -jamb studs and headers not less than 4" deep for openings 2' and less In width, and not less than 6" deep for wider openings. For load - bearing partitions, provide mill scale, remove oil, grease and similar contaminants. Immediately after surface preparation, brush or spray on primer in accordance with manufacturer's instructions, and at a rate to provide uniform dry film thickness of 2.0 mils for each coat. Use painting methods which will result in full coverage of joints, comers, edges and exposed surfaces. Apply one shop coat to fabricated metal items, except apply 2 coats of paint to surfaces inaccessible after assembly or erection. Change color of second coat to distinguish it from the first. Miscellaneous Metal Fabrications: Rough Hardware - Fumish bent or otherwise custom fabricated bolts, plates, anchors, hangers, dowels and other miscellaneous steel and iron shapes as required for framing and supporting woodwork, and for anchoring or securing woodwork to concrete or other structures. Straight bolts and other stock rough hardware items are specified in Division -6 sections. Fabricate items to sizes, shapes and dimensions required. Fumish malleable iron washers for heads and nuts which bear on wood structural connections; elsewhere, furnish steel washers. Provide loose structural steel lintels for openings and recesses in masonry walls and partitions as shown. Weld adjoining members together to ford a single unit where indicated. Provide not less than 8" bearing at each site of openings, unless otherwise indicated. Galvanize loose steel lintels to be installed in exterior walls. Provide miscellaneous steel framing and supports as required to complete work. Fabricate miscellaneous units to sizes, shapes and profiles shown or, if not shown, of required dimensions to receive adjacent other work to be retained by framing. Miscellaneous Steel Trim: Provide shapes and sizes for profiles shown. Except as otherwise indicated, fabricate units from structural steel shapes and plates and steel bars, with continuously welded joints and smooth exposed edges. Installation: Installation and erection to comply with AISC Code and Specifications. Coordinate and furnish anchorages, setting drawings, diagrams, templates, instructions, and directions for installations of anchorages, such as concrete inserts, sleeves, anchor bolts and miscellaneous items having integral anchors, which are to be embedded in concrete or masonry construction. Coordinate delivery of such items to project site. Set base places on cleaned bearing surfaces, adjust as required. Pack open spaces with bedding mortar or commercial non - shrink grout material. Provide anchorage devices and fasteners where necessary for securing miscellaneous metal: fabrications to in -place construction; including, threaded fasteners for concrete and masonry inserts, toggle bolts, through - bolts, Iag bolts, wood screws and other connectors as required. Perform cutting, drilling and fitting required for installation of miscellaneous metal fabrications. Set work accurately in location, alignment and elevation, plumb, level, true and free of rack, measured from established lines and levels. Maintain safe and stable conditions during erection. Provide temporary bracing, shoring, or anchors as required in formwork for items which are to be built into concrete, masonry or similar construction, remove when final connections placed. For field welding, comply with AWS Code for procedures of manual shielded metal -arc welding, appearance and quality of welds made, and methods used in correcting welding work. Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with same material as used for shop painting. Apply by brush or spray to provide a minimum dry film thickness of 2.0 mils. Touch -up prime paint after erection. DIVISION 6 WOOD AND PLASTICS 06100 - ROUGH CARPENTRY Rough carpentry includes carpentry work not specified as part of other sections and which .is generally not exposed, except as otherwise indicated. Types of work in this section include rough carpentry for wood framing, grounds, nailers, blocking and sleepers, furring, sheathing, subflooring, and underlayment. Finish carpentry is specified in another section within Division 6. Comply with PS 20 and with applicable rules of respective grading and inspecting agencies for species and products indicated. Plywood Product Standards: Comply with PS 1 (ANSI A 199.1) or applicable APA Performance Standard for type of panel. Keep materials dry at all times. Protect against exposure to weather and contact with damp or wet surfaces. Stack lumber and plywood, and provide air circulation within stacks. Fit carpentry work to other work; scribe and cope as required for accurate fit. Correlate location of furring, nailers, blocking, grounds and similar supports to allow proper attachment of other work. openings fi' and less in width, and triple -jamb studs for wider openings. Provide headers of depth as recommended by N.F.P.A. "Manual for House applicable recommendations for installation of plywood contained in Form No. E 304, "APA Design/Construction Guide - Residential and Commercial ", for ducts and applications indicated. Fasten panels glue -nail to framing for combination subflooring- underlayment nail to framing for sheathing; and nail to ) acking panels. All roof sheathing joints to be supported underneath joint. hardboard manufacturer's printed recommendations for preliminary work and application of hardboard underlayment. Nail underlayment to subflooring. )ENTRY h carpentry work which is exposed to view, is non - structural, and which is not specified as part of other sections. ;s exterior and interior running and standing trim, wood shelving, exterior soffits, exterior window trims, and interior window sills. Comply with applicable tectural Woodwork Quality Standards" published by AWI (Architectural Woodwork Institute), and "Manual of Millwork' by WIC. drawings for each item of architectural woodwork. Protect finish carpentry materials during transit, delivery, storage and handling to prevent damage, xn. Do not deliver finish carpentry materials, until other work which could damage woodwork has been completed in installation areas. Comply with PS 20, ywood), National Hardwood Lumber Association (NHLA) rules, PS 51, PS 56 (glued -up lumber) and all applicable standards. dried (KD) lumber with an average moisture content range of 9% to 13% for exterior work and 6% to 11% for interior work. Maintain operations so that ss for woodwork at time of installation do not exceed the values required by the applicable grading and inspecting agency for the species and product Ceding with fabrication of woodwork required to be fitted to other construction, obtain measurements and verify dimensions and shop drawing details as it. einted finish: Use either glued -up or solid lumber stock. h Carpentry: Standing /running trim: Match profile and sizes as shown on drawings. Install with minimum number of joints possible using full - length pieces of lumber available. Cope at returns, miter at corners. i, screws and other anchoring devices of type, size, material and finish required for application indicated to provide secure attachment, concealed where ig with applicable Federal Specifications. 7stalled plumb, level, true and straight with no distortions. Scribe and cut work to fit adjoining work. install casework without distortion so that doors and nd are properly aligned. Joints to be uniform and tight. Repair or replace damaged or defective finish work. L AND MOISTURE PROTECTION tIERS k is shown on drawings. dling: Protect vapor barrier materials from physical damage and from becoming wet, soiled, or covered with ice or snow. Comply with manufacturer's tandling, storage and protection during installation. avide Polyethylene Elastic Sheet VB, (6-mil polyethylene film, 0.20 perm rating) under the drywall of all exterior walls and roof. Provide Polyethylene iii polyethylene film) under the concrete slab -on -grade and footing walls. Seal VB at seams, perimeter, obstructions and penetrations, with adhesive, sealant or tape recommended by manufacturer. Anchor VB in place with chanical anchorage. RS applications Incliude pavement and sidewalk joints, wall joints (exterior), flashing and coping joints, and gasketing of assemblies. Establish and maintain itinuous seals on a permanent basis, within recognized limitations of wear and aging as indicated for each application. ns: Do not proceed with installation of liquid sealants under unfavorable weather conditions. Install sealants in temperature range recommended by lation. anufacturers listed indicated category of prime joint seater material, either as a nominally pure generic product or as an equivalent- performance Provide colors indicated or as selected by Architect from manufacturer's standard colors. Select materials for compatibility with joint surfaces and other and select modules of elasticity and hardness or grade recommended by manufacturer for each application indicated. Where exposed to foot non4racking materials of sufficient strength and hardness to withstand stiletto heel traffic without damage or deterioration of sealer system. aric Sealants and Caulking Compounds: One - Component Acrylic Sealant, complying with FS TT-S- 00230, Class B, Type 11; recommended by al use as an exposed building construction sealant. Comply with either ASTM C 920 Type S Class 12 -112 Grade NS, or FS TTS- 00230C Class B Type ;elected. Approved Products: Pecora 60+ Unicrylic, and Tremco Mono. :aulking Compound: Provide manufacturer's standard one -part bituminous, general- purpose crack filler or caulking compound, containing butyl rubber nodifiers or fillers. Pavement Types: Provide resilient and non - extruding type pre- molded self- expanding cork units complying with ASTM D 1752 Type 111; FS HH -F -341, SHTO M 153, & Type Ill. Provide type of joint primerlseater recommended by sealant manufacturer for joint surfaces to be primed or sealed. s Materials: Joint Primer /Sealer. Provide type of joint primer/seater recommended by sealant manufacturer for joint surfaces to be primed or sealed. Bond aolyethylene bond breaker tape or other plastic tape as recommended by sealant manufacturer, to be applied to sealant- contact surfaces where bond to must be avoided for proper performance of sealant. Provide self - adhesive tape where available. Sealer backer rod: Provide compressible rod stock of lyurethane foam, polyethylene jacketed polyurethane foam, butyl rubber foam, neoprene foam, or other flexible, permanent, durable non absorptive Jed by sealant manufacturer for backup of and compatibility with sealant. Where used with hot applied sealant, provide heat resistant type which will not ant application temperature as indicated. istaller must examine substrates, (joint surfaces) and conditions under which joint sealer work is to be performed. Clean joint surfaces immediately before sealant or caulking compounds. Remove substances which could interfere with seal of gasket or bond of sealant or caulking compound. Etch concrete ten vitreous and glazed joint surfaces as recommended by sealant manufacturer. units at depth or position in joint as indicated to coordinate with other work, including installation of bond breakers, backer rods and sealants. Do not ween ends of joint filler units. : backer rod for liquid - applied sealants. install bond breaker tape where indicated and where required by manufacturer's recommendations to ensure that Mill perform as intended. aroven installation techniques, which will ensure that sealants are deposited in uniform, continuous ribbons without gaps or air pockets, with complete urfaces equally on opposite sides. pplied sealant to depths as recommended by sealant manufacturer. Do not allow sealants or compounds to overflow from confines of joints, or to k, or to migrate into voids of exposed finishes. Clean adjoining surfaces by whatever means may be necessary to eliminate evidence of spillage. Bond er with adhesive or "weld" by other means as recommended by manufacturer to ensure continuous watertight and airtight performance. Miter -cut and chess molded comer units are provided. Cure sealants and caulking compounds in compliance with manufacturers instructions and recommendations. actor of procedures required for cure and protection of joint sealers during construction period, so that they will be without deterioration or damage at time m. Replace or restore sealants which are damaged or deteriorated during construction. 1ND WINDOWS gee: To match the existing doors, use one of the following or approved equal: Amweld Bldg. Products Div., Ceco Corp., Curries Mfg. Inc., Fenestra, ilic Builders Corp., Steelcraft Mfg. Co. el door and clad wood frame. Anchors and Accessories to be manufacturer's standard units. snits to be rigid, neat in appearance, and free from defects, warp or buckle. Weld exposed joints continuously, grind, dress, and make smooth, flush and )repare steel doors to receive mortises and concealed finish hardware, including cutouts, reinforcing, drilling and tapping. Reinforce units to receive ardware to be field applied. Locate finish hardware as indicated or, if not indicated per DHi "recommended locations for builder's hardware" Shop paint ors and frame units, including galvanized surfaces, using manufacturer's standard baked on rust-inhibitive primer. Prepare clad wood frames to receive 2 s of single -swing frames and on heads of double swing frames. Finish to match window finish or to be selected by architect. w metal units in accordance with manufacturer's instructions and final shop drawings. Fit doors and frames and floors with clearances specified in SDI- specified in another Division 8 section. < t 7Y W rQ U Q project name ■ CIV OF IOWA CI1 Y offlC� MM012M drawing We ■ 5KCIFICAVON5 job no. ■ 0510 date ■ revised ■ sheet no. ■ A --6 to N CO CO to E 0H �MN8 W 00 0 Z0 2 -� cq ." ch .�. _ C.� M _ W �0 oQ� `04�' 0 ■ project name ■ CIV OF IOWA CI1 Y offlC� MM012M drawing We ■ 5KCIFICAVON5 job no. ■ 0510 date ■ revised ■ sheet no. ■ A --6 oQ� v vv0 project name ■ CIV OF IOWA CI1 Y offlC� MM012M drawing We ■ 5KCIFICAVON5 job no. ■ 0510 date ■ revised ■ sheet no. ■ A --6 08210 -WOOD DOORS Extent and location of each type of wood door is shown on drawings and in schedules. Provide solid core, flush type, architectural grade wood doors to match the existing doors. Obtain doors from single manufacturer to ensure uniformity in quality of appearance and construction, unless otherwise indicated. Submittals: Submit written agreement on door manufacturer's standard from signed by manufacturer, installer and Contractor, agreeing to repair or replace defective doors which have warped (bow, cup or twist), or which show telegraphing of core construction bellow in face veneers. Warranty shall be in effect during following period of time after date of substantial completion: Solid Core Flush Interior doors: 5 years, Hollow core flush interior doors: 2 years, Stile and Rail doors: 1 year. Product Delivery: Protect wood doors during transit, storage and handling to prevent damage, soiling and deterioration. Comply with the "On -Site Care" recommendations of NWMA pamphlet "Care and Finishing of Wood Doors" and with manufacturer's instructions, and as otherwise indicated. Acceptable Manufacturers: To match the existing doors, use one of the following or approved equal: Wood Harbor, Algoma Hardwoods, Cal-Wood Doors, Weyerhaeuser doors, Wood harbor. Follow AWl Quality standards for custom grade. Job Fit Doors: Align doors to frame for proper fit and uniform clearance at each edge and machine for hardware. Seal cut surfaces after fitting and machining. Hardware: For installation, see Division 8- Builders Hardware section of these specifications. 08500 -METAL WINDOWS Material: Match existing door frames. Frame, Sash, and Weather - stripping: In accordance with manufacturer specifications. Hardware: As supplied by manufacturer. Finish: Match existing door frames. Glazing: As supplied by manufacturer. Installation: All doors shall be erected in prepared openings in accordance with the manufacturer's recommendations and installation drawings. Frame must be securely fastened, set plumb and level without twisting, bowing or springing. A11 units to be caulked in place per manufacturers recommendations. 08700 - BUILDERS HARDWARE "Builders Builders Hardware includes items known commercially as builders hardware which are required for swing, sliding and folding doors, except special types of unique and non- matching hardware specified in the same section as the door and door frame. Types of items in this section include, but are not necessary limited to hinges, lock and latch sets, bolts, sliding door equipment, miscellaneous door control devices. Hinges: Provide 3 hinges per door for 68" doors. Hinges to be stainless steel w/ square comers 4-1/2" x 4 -1/2" US26D Strikes: Provide standard (open) strike plates Keys: Hardware finishes: Provide matching finishes for hardware units at each door or opening, to the greatest extent possible, and except otherwise indicated. In general, match items to the manufacturer's standard finish for the latch and lock set for color and texture. BUILDERS HARDWARE DATA SHEET A. Hardware manufacturer and finish: match existing. B. Acceptable Lockset Designs: 1. Interior match existing. C. Acceptable Manufacturers 1. Butts and Hinges: match existing. 2. Door Stops: match existing. 08800 - GLASS AND GLAZING Provisions of this section are specified for general compliance with the following standards: Prime Non - processed Glass: FS DD- 6-451. Heat Treated Glass: FS DD-G -1403. CPSC Safety Glass: 16 CFR 1201. ANSI Safety Glazing: ANSI 297.1. Submit manufacturer's product specifications and instructions for hand linglinstallation /protection for each type of glass and glazing material required. PRODUCTS: Float/Plate Glass: Quality q3; clear; thickness indicated, 3/16" if not otherwise indicated. Tempered Glass: Clear float glass, heat treated to 4.0 x annealed strength; 3/16" thick except as otherwise indicated. Comply with glass manufacturer's instructions, glazing materials manufacturer's instructions, and "Glazing Manual" by FGMA and other technical publications of recognized authorities in the industry. INSTALLATION: Install each piece to achieve watertight and airtight performance and to minimize breakage. Clean channel surfaces and prime or seal surfaces where recommended by sealant manufacturer. Inspect glass edge at time of setting, and discard pieces with significant edge damage. Set each piece in each series to match other pieces and other characteristics uniformly oriented. Immediately prior to time of substantial completion, replace glass which is broken or otherwise damaged, and wash and polish glass inside and out. DIVISION 9 FINISHES 09250 - GYPSUM DRYWALL Type of work includes gypsum drywall applied to wood framing and furring, drywall finishing (joint tape and compound treatment). Products: Regular except where otherwise indicated. Trim Accessories: Provide manufacturer's standard trim accessories of types indicated for drywall work, formed of galvanized steel unless otherwise indicated, with either knurled and perforated or expanded flanges for nailing or stapling and beaded for concealment in joint compound. Joint Treatment Materials: Provide type of material recommended by the manufacturer for application indicated, unless otherwise indicated. Miscellaneous Materials: Provide auxiliary materials for gypsum drywall work of the type and grade recommended by the manufacturer of the gypsum board. Texture Finish Materials: Wall texture: none. Confirm textures with architect. Installation: Follow manufacturer's recommendations for installation of gypsum board. For drywall trim accessories, use the same fasteners to anchor trim accessory flanges as required to fasten gypsum board to the supports. Otherwise fasten flanges by nailing or stapling in accordance with manufacturer's instructions and recommendations. Drywall Finishing: Apply treatment at gypsum board joints, flanges of trim accessories, penetrations, fastener heads and surface defects. Pre -fill open joints and rounded or beveled edges, if any, using type of compound recommended by manufacturer. 09680 - CARPETING The extent of carpeting is indicated on the drawings, and is defined to include carpet, cushion and accessories and installation. Refer to room finish scheduje_for areas, toy;, receive carpet and to floor finish selection for type and manufacturer information. Color as selected by architect. 11 Installation: Clean surfaces to be carpeted; scrape up cementious and resinous deposits; vacuum; apply sealer to concrete surface, adequate to prevent dusting. Pre -plan installation for uniform direction of pattern and lay of pile, and proper sequencing with other work. Locate seams properly, centered under doors and without seams in direction of traffic at doorways, and similar traffic patterns. Do not bridge building expansion joints. Extend carpet under removable construction and into closets and alcoves. Provide stretch -in, tactless installation, using glued and/or nailed tactless stripping with edges of carpet concealed at wall bases. Tape and/or sew seams, after buttering trimmed edges with seaming cement. Seamed edges of cushion shall run at 90 degree angles with carpet seams. Stretch carpet in each direction in accordance with mill's instructions; use power stretchers except where space is too small. On stairs, anchor carpet with concealed nailing or other secure method, without seams at high -wear locations. Save carpet scraps, defined as mill ends less than 9' long and pieces larger than 3 square feet in area and wider than 8 inches, and deliver to Owner's storage space as directed. Dispose of smaller pieces. Vacuum completed carpet installation with beater-in- nozzle type commercial vacuum cleaner. Installer should advise contractor about methods and materials necessary to ensure that carpeting will remain undamaged and without soiling to time of substantial completion. Re-stretching: Return to installation at time convenient to Owner and occupants, approximately 6 months after occupancy, and re- stretch carpet to eliminate any wrinkles. Repair faulty seams and other faults in installation. 09900 — PAINTING Description of Work: Extent of painting and refinishing work is shown on drawings and schedules, and as herein specified. The work includes painting and finishing, and some stripping and refinishing of interior and exterior exposed items and surfaces throughout project, except as otherwise indicated. Surface preparation, priming and coats of paint specified are in addition to shop - priming and surface treatment may be specified under other sections of work. The work includes field painting of exposed work installed under mechanical and electrical work, except as otherwise indicated. "Paint' as used herein means all coating systems materials, including primers, emulsions, enamels, stains, sealers and fillers, and other applied materials whether used as prime, intermediate or finish coat. Paint exposed surfaces whether or not colors are designated in "schedules ", except where natural finish of material in specifically noted as a surface not to be painted. Where items or surfaces are not specifically mentioned, paint same as adjacent similar materials or areas. If color or finish is not designated, Architect will select these from standard colors available for materials systems specified. Following categories of work are not included as part of field- applied finish work, or are included in other sections of these specifications. Shop Priming: When otherwise indicated, shop priming of ferrous metal items is included under various sections for structural steel, miscellaneous metal, hollow metal work, and J similar items. Pre- Finished Items: Unless otherwise indicated, do not include painting when factory- finishing or installer finishing is specified for such items as (but not limited to) architectural woodwork and casework, finished mechanical and electrical equipment including light fixtures and switch gear. Finished Metal Surfaces: Metal surfaces of anodized aluminum, stainless steel, chromium plate, copper, bronze, and similar finished materials will not require finish painting, unless otherwise indicated. Operating Parts and Labels: Moving parts of operating units, mechanical and electrical parts will not require finish painting, unless otherwise indicated. Do not paint over any code- required labels, or any equipment identification, performance rating, name or nomenclature plates. Delivery and Storage: Deliver materials to job site in new, original, and unopened packages and containers bearing manufacturer's name and label, and following information: Name or title of material, Manufacturer's stock number and date of manufacture, Manufacturer's name, Contents by volume, for major pigment and vehicle constituents, Thinning instructions, Application instructions, Color name and number. Job Conditions: Apply water -base paints only when temperature of surfaces to be painted and surrounding air temperatures are between 50 degrees F (10 degrees C) and 90 degrees F (32 degrees C), unless otherwise permitted by paint manufacturer's printed instructions. Apply solvent- thinned paints only when temperature of surface to be painted and surrounding air temperature are between 45 degrees F (7 degrees C) and 95 degrees F (35 degrees C), unless otherwise permitted by paint manufacturer's printed instructions. Do not apply paint in snow, rain, fog or mist or when relative humidity exceeds 85 %; or to damp or wet surfaces; unless otherwise permitted by paint manufacturer's printed instructions. Painting may be continued during inclement weather if areas and surfaces to be painted are enclosed and heated within temperature limits specified by paint manufacturer during application and drying periods. Color and Finishes: Surface treatments and finishes are indicated in "schedules" of the contract documents. Prior to beginning work, Architect will furnish color chips and schedule for surfaces to be painted. Use representative colors when preparing samples for review. Color Pigments. Pure, non - fading, applicable types to suit substrates and service indicated. Pigments and dryers are to be mercury-free and lead -free. This limitation is extended to interior surfaces and those exterior surfaces, such as stairs, decks, porches, railings, windows and doors which are readily accessible to children under seven years of age. Paint Coordination: Provide finish costs which are compatible with prime paints used. Review other sections of these specifications in which prime paints are to be provided to ensure compatibility of total coatings system for various substrates. Upon request from other trades, fumish information on characteristics of finish materials proposed for use, to ensure compatible prime coats are used. Provide barrier coats over incompatible primers or remove and re -prime as required. Notify Architect in writing of any anticipated problems using specified coating systems with substrates primed by others. Material Quality: Provide best quality grade of various types of coatings as regularly manufactured by acceptable paint materials manufacturers. Materials not displaying manufacturer's identification as a standard, best -grade product will not be acceptable. Proprietary names used to designate colors or materials are not intended to imply that products of named manufacturers are required to exclusion of equivalent products of other manufacturers but are used only for quality requirements. Contractor may submit products of other manufacturers and they will be considered, but written approval of the Architect will be required NOT LATER THAN 6 WEEKS AFTER BID OPENING DATE. Colors will be selected only from approved manufacturers. Provide undercoat paint produced by same manufacturer as finish coats. Use only thinners approved by paint manufacturer, and use only within recommended limits. Interior Paint Finishes: Provide the following paint systems for various substrates, as indicated: Gypsum Drywall Systems: to be determined Ferrous Metal: TBD Painted Woodwork : TBD Stained Woodwork and Doors: TBD All selected manufacturers or equal to major brands. Inspections: Applicator must examine areas and conditions under which painting work is to be applied and notify Contractor of conditions detrimental to proper and timely completion of work. Do not proceed with work until unsatisfactory conditions have been corrected. Starting of painting work will be construed as Applicator's acceptance of surfaces and conditions within any particular area. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions otherwise detrimental to formation of a durable paint film. Surface Preparation: Perform preparation and cleaning procedures in strict accordance with coating manufacturer's instructions and as herein specified, for each particular substrate condition. Remove hardware, hardware accessories, machined surfaces, plates, lighting fixtures and similar items in place and not to be finish - painted or provide surface - applied protection prior to surface preparation and painting operations. Remove, if necessary, for complete painting of items and adjacent surfaces. Following completion of painting of each space or area, reinstall removed items. Clean surfaces to be painted before applying paint or other surface treatments. Remove oil and grease prior to mechanical cleaning. Program cleaning and painting so that contaminants from cleaning process will not fall onto wet, newly- painted surfaces. Wood: Clean wood surfaces to be painted of dirt, oil or other foreign substances with scrapers, mineral spirits, and sandpaper, as required. Sandpaper smooth those finished surfaces exposed to view, and dust off. Scrape and clean small, dry, seasoned knots and apply a thin coat of white shellac or other recommended knot sealer, before application of priming coat. After priming, fill holes and imperfections in finish surfaces with putty or plastic wood - filler. Sandpaper smooth when dried. Prime, stain, or seal wood required to be job- painted immediately upon delivery to job. Prime edges, ends, face, undersides and backsides of such wood, including cabinets, counters, cases, paneling. When transparent finish is required, use spar varnish for back- priming. Seal tops, bottoms, and cut -outs of unprimed wood doors with a heavy coat of vamish or equivalent sealer immediately upon delivery to job. Ferrous Metal: Clean ferrous surfaces which are not galvanized or shop - coated, of oil, grease, dirt, loose mill scale and other foreign substances by solvent or mechanical cleaning. Touch -up shop - applied prime coats wherever damaged or bare, where required by other sections of these specifications. Clean and touch -up with same type shop primer. Galvanized Surfaces: Clean surfaces free of oil and surface contaminants with non - petroleum based solvent. Material Preparation: Mix and prepare painting materials in accordance with manufacturer's directions. Store materials not in actual use in tightly covered containers. Maintain container used in storage, mixing and application of paint in a clean condition. Stir materials before application to produce a mixture of uniform density, and stir as required during application. Do not stir surface film into material. Remove film and, if necessary, strain material before using. Application: General -Apply painting and finishing materials in accordance with manufacturer's directions. Use applicators, and techniques best suited for substrate and type of material being applied. Apply additional coats when undercoats, stains or other conditions show through final paint coat, until paint film is of uniform finish, color and appearance. Give special attention to insure that surfaces, including edges, comers, crevices, welds, and exposed fasteners receive a dry film thickness equivalent to that of fiat surfaces. Paint interior surfaces of ducts, where visible through registers or grilles, with a flat, non- specular black paint. Finish exterior doors on tops, bottoms and side edges same as exterior faces, unless otherwise indicated. Sand lightly between each succeeding enamel or varnish coat. Omit first coat (primer) on metal surfaces which have been shop - primed and touch -up painted, unless otherwise indicated. Scheduling Painting: Apply first -coat material to surfaces that have been cleaned, pretreated or otherwise prepared for painting as soon as practicable after preparation and before subsequent surface deterioration. Allow sufficient time between successive coatings to permit proper drying. Minimum Coating Thickness: Apply material at not less than the manufacturer's recommended spreading rate, to establish a total dry film thickness as indicated or, if not indicated, as recommended by coating manufacturer. Mechanical and Electrical Work: Painting of mechanical and electrical work is limited to those items exposed in finished spaces. Prime Coats: Apply prime coat of material which is required to be painted or finished, and which has not been prime coated by others. Recoat primed and seated surfaces where there is evidence of suction spots or unsealed areas in first coat, to assure a finish coat with no bum-through or other defects due to insufficient sealing. Pigmented (Opaque) Finishes: Completely cover to provide an opaque, smooth surface of uniform finish, color, appearance and coverage. Cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness or other surface imperfections will not be acceptable. Transparent (Clear) Finishes: Use multiple coats to produce glass -smooth surface film of even luster. Provide a finish free of laps, cloudiness, color irregularity, nuns, brush marks, orange peel, nail holes, or other surface imperfections. Provide satin finish for final coats, unless otherwise indicated. Completed Work: Match approved samples for color, texture and coverage. Remove, refinish or repaint work not in compliance with specified requirements. Clean -up and Protection: Clean -Up: During progress of work, remove from site discarded paint materials, rubbish, cans and rags at end of each work day. Upon completion of painting work, clean window glass and other paint-splattered surfaces. Remove spattered paint by proper methods of washing and scraping, using care not to scratch or otherwise damage finished surfaces. Protection: Protect work of other trades, whether to be painted or not, against damage by painting and finishing work.. Correct any damage by cleaning, repairing or replacing, and repainting, as acceptable to Architect. Provide "Wet Paint" signs as required to protect newly - painted finishes. Remove temporary protective wrappings provided by others for protection of their work, after completion of painting operations. At the completion of work of other trades, touch -up and restore all damaged or defaced painted surfaces. 1 i 4J a i^� ,A ioV M1`T .sY'i't�Sr�Y�� y��'[C'+•ck eE`,�a" `'�;��e W V � 0 CO) o Q V _ �LO N v co LO � �30� O = ■ project name ■ MY Or iOWA CKY drawing title ■ 5KCIFICAWN5 job no. ■ OW) date ■ revised ■ sheet no. ■ A --9 Q � 0 Q V v vO project name ■ MY Or iOWA CKY drawing title ■ 5KCIFICAWN5 job no. ■ OW) date ■ revised ■ sheet no. ■ A --9 DIVISION 12 - FURNISHINGS: 12350 • CASEWORK Description of Work: The extent of casework includes, but is not limited to, shelves as indicated on drawings. Product Delivery, Storage and Handling: Protect shelves during moving, storage and handling to prevent damage, soiling and deterioration. Do not install shelves until painting, wet work, grinding and similar operations, which could be performed before installation of shelves, have been completed in installation areas. Store shelves in areas with ambient conditions meeting same requirements. Job Conditions: Conditioning: Manufacturer shall advise Contractor of temperature and humidity requirements for cabinet installation areas. Do not install cabinets and countertops until required temperature and relative humidity have been stabilized and will be maintained in installation areas. Maintain temperature and humidity in installation areas as required to maintain moisture content of installed cabinet work within a tolerance range of the optimum moisture content acceptable to cabinet manufacturer, from date of installation through remainder of construction period. Installation: Install plumb, level, true and straight with no distortions. Shirk as required using concealed shims. Before making cutouts, drill pilot holes at comers. Anchor units securely in place with concealed fasteners, anchored into structural support members of wall construction. Cleaning and protection: Repair or remove and replace defective work as directed upon completion of installation. Clean exposed and semi - exposed surfaces, touch -up as required and remove and refinish damaged or soiled areas. Installer shall advise Contractor of final protection and maintained conditions necessary to ensure that work will be without damage or deterioration at time of acceptance. Cover completed work with 4 -mil polyethylene protective enclosure, applied in manner to allow easy removal without damaging cabinets or adjoining work. Remove cover immediately before time of final acceptance. DIVISION 15 MECHANICAL 15010.- MECHANICAL WORK: Description of work: Work to include all materials, equipment and labor required for complete and property functioning plumbing, heating, cooling, and ventilating systems. Work shall include all materials, equipment and labor for complete and properly functioning plumbing, heating, ventilating and air conditioning systems. Drawings for plumbing and heating work are in part diagrammatic, intended to convey the scope of work and general arrangement of equipment, piping and approx. sizes and locations of equipment and materials. Where job conditions require reasonable changes in indicated locations and arrangements, make such changes without additional cost to owner. Work to be in compliance with all applicable codes and standards. Scope of Work: The mechanical contractor includes, but is not necessary limited to, the following: Plumbing System, Heating and Air - conditioning work, ventilating system. The mechanical contractor shall furnish all labor, materials, equipment and devices as required to complete all systems and related specialties. The omissions of direct references to essential components, materials or devices as may be required for the proper and safe operation of the systems shall not be construed to mean that such items will not be required. Contractor shall provide all such items whether or not they are called for specifically. Mechanical Drawings: Drawings are intended to convey the scope of the work and to indicate the general arrangement and locations of the ducts. Contractor shall layout his own work and shall be responsible for determining the exact locations for equipment and rough4ns and the exact routing of piping and ducts so as to best fit the layout of the work. Contractor shall take his on field measurements for verifying locations and dimensions. Site Inspection: Contractor shall inspect the site prior to submitting bid for wont to familiarize himself with conditions of the site which will affect his work and shall verify points of connection with utilities, routing of outside piping to include required clearances from any existing structures, trees or other obstacles. Coordination and cooperation: It shall be the Contractor's responsibility to schedule and coordinate his work with the schedule of the General Contractor or so as to progress the work expeditiously and to avoid unnecessary delays. Contractor shall fully examine the drawings and specifications for other trades and shall coordinate the installation of his work with the work of the other contractors. Contractor shall consult and cooperate with the other contractors for determining space requirements and for determining that adequate clearance is allowed with respect to his equipment, other equipment and building. The Architect reserves the right to determine space priority of the contractors in the event of interference between piping, conduit, ducts, and equipment of the various contractors. Conflicts between drawings and specifications or between the requirements set forth for the various contractors shall be called to the attention of the Architect. Protection of all equipment during the painting of the building shall be the responsibility of the Painting Contractor, but this shall not relieve the Contractor of the responsibility for checking to assure that adequate protection is being provided. Where the final installation or connection of equipment in the building requires the contractor to work in areas previously finished by the General Contractor, the Mechanical contractor shall be responsible that such areas are protected and are not marred, soiled or otherwise damaged during the course of such work. Mechanical contractor shall arrange with General Contractor for patching and refinishing of such areas which may be damaged in this respect. Openings, cutting and patching: Mechanical Contractor will coordinate the placing of openings in the new structure as required for the installation of the mechanical work with the General Contractor. General Contractor to provide openings and lintels in the new structure for the mechanical construction. Mechanical Contractor shall furnish to General Contractor the accurate locations and sizes for required openings, but this shall not relieve Mechanical Contractor of the responsibility of checking to assure that proper size openings are provided. When additional cutting and patching is required due to Mechanical Contractor's failure to coordinate the work, then Mechanical Contractor shall make arrangements for the cutting and patching required. This shall include patch painting, and Mechanical Contractor shall pay any additional cost incurred in this respect. Prior to installation of metering devices on exterior of building, Architect shall be notified and shall approve location of metering device. Excavation and Bac kfilling: Mechanical Contractor shall do all excavating as necessary for sanitary sewers, water piping, gas piping, etc. and shall backfill trenches and excavations after work has been inspected. Care shall be taken in excavating that walls and footings and adjacent load bearing soils are not disturbed in any way, except where lines must cross under a wall footing. Where a line must pass under a footing, the crossing shall be made by the smallest possible trench to accommodate the pipe. No greater length of pipe shall be kept open, in advance of pipe laying, than that which is authorized or directed by the Architect. Materials and Equipment: All materials and products shall be the standard products of a reputable U.S.A manufacturer regularly engaged in the manufacture of the specified item. All material and equipment shat} be installed in strict accordance with the manufacturer's recommendations. Shop Drawings: The Architect review is only for general conformance with the design concept of the project and general compliance with the information given in the Contract Documents. Any section from review is still subject to the requirements of the plans and specifications and does not relieve the Contractor from compliance with those requirements. Among other requirements set forth in the Contract Documents, Contractor is responsible for dimensions which shall be confirmed and correlated at the job site, fabrication processes and techniques of construction, Coordination of the Contractors work with that of all trades, and the satisfactory and safe performance of the Contractor's work. The contractor shall be responsible for all dimensions, electrical characteristics , connections, construction details, and shall verify all field measurements, field construction criteria, and similar data necessary to fulfill the requirements of the work and of Contract documents. Contractor shall submit to the Architect, for record purposes only, a complete schedule of materials, equipment and fixtures to be installed on the project. Completion: Systems at time of completion shall be complete, efficiently operating, non - hazardous and ready for normal use by owner. The Contractor shall clean up and remove from the site all debris, excess material and equipment left during the progress of this contract at job completion. Wiring by Electrical Contractor. Electrical Contractor shall provide services for motors and equipment furnished by others, i.e. Mechanical contractors, Equipment Contractors and Owner. Electrical Contractor shall make final connections for all motors and equipment furnished by others. 15240 - PLUMBING This section consists of all labor, miscellaneous materials and equipment as necessary for a complete and proper commercial plumbing system, including but not limited to: water service extension and metering system, Waste and vent piping system, Domestic water distribution system, Fixtures and equipment, Gas piping and connections. Work to be in compliance with all applicable codes and standards. Drawings are in part diagrammatic, intending to show the general location and arrangement of equipment and fixtures. Contractor shall lay out his own work, avoid interference with other trades. Contractor shall take his own field measurements; verify locations and dimensions, do not rely on scaling drawings alone. The following items are to be furnished by the Contractor for job site installation: Underground Waste - Standard weight cast iron under slabs. Roof Water Drainage — Galvanized gutters and downspouts. Other Waste and Vent - Cast iron, DMV copper, plastic or other code approved material Domestic Water Lines - Type "M" hard copper Gas Piping - Schedule 40 Black Steel Properly grade all drainage lines, with sweeps, wyes and bends to provide smooth uniform invert throughout, Provide protection against damage to other work. All connections to be physical, permanent and screwed; do not use cloth duct tape. Domestic water lines to be Type M, hard copper. Fixtures as scheduled on drawings. Locate duct work, return air and registers, or baseboard heating units, as required for proper heating operations in entire building. Heating system to be in proper operating condition and balance to provide uniform heating throughout. Provide isolation breaks in ductwork to reduce vibration noises. System to be free of whistles, squeaks, and other objectionable noises. All gas -fired equipment to be supplied with fresh air combustion ducts. Notify Architect, Utility Company, and Owner before mounting installation of all metering equipment for approval of location. Equipment to be minimum 90% efficiency rated. 15460 - HEATING AND AIR CONDITIONING WORK This section consists of all labor, miscellaneous materials and equipment as necessary for a complete and proper installation of the heating and air conditioning systems including the final wiring connection. Work to be in compliance with all applicable codes and standards. Drawings are in part diagrammatic, intending to show the general location and arrangement of equipment and fixtures. Contractor shall lay out his own work, avoid interference with other trades. Contractor shall take his own field measurements; verify locations and dimensions, do not rely on scaling drawings alone. Heating system shall be installed in such a manner as to provide a uniform 70 degrees inside at an outside temperature of -20 degrees F. with a 15 mph wind. Air Conditioning units system to provide 75 degrees inside at an outside temperature of + 95 degrees F. Submit a proposed layout for equipment, ductwork, and registers for Architects review PRIOR to starting installation of any work. System shall be free from, whistles, squeaks and other objectionable noises. DIVISION 16 ELECTRICAL 16010 - Electrical Work: Provide all labor, miscellaneous materials and equipment as necessary for a complete and properly functioning electrical system, including arrangement for underground primary, secondary and service entrance panels, wiring for all power, lighting, appliances and equipment. Make final connections to all appliances and equipment. Provide wiring for light fixtures, convenience outlets and switches. Provide any necessary wiring for telephone, cable television (if applicable), smoke /fire alarm system, Intercom/door speaker system (if applicable), security system (if applicable), or wiring for other equipment furnished by Owner. Al} work and materials shall be performed in a neat, workmanlike manner in keeping with the highest standards of the craft and conforming to all state and local regulations, National Electrical Code, National Fire Protection Assoc. Code, and Uniform Building Code requirements. All elements of the construction shall be performed by workers skilled in and regularly employed in that particular craft. All connections to be physical, permanent and screwed; do not use cloth duct tape. Fixtures shall be of manufacturer, style and model numbers as per Light Fixture Schedule. Fixtures shall be furnished complete with lamps, ballasts, and mounting hardware. All fixtures shall bear UL label. Recessed fixtures shall be furnished with gaskets, so designed and installed that light leakage between flange and ceilings will be completely eliminated. Furnish lamps as required by Fixture Schedule. Switches, outlets, and other similar items to match existing conditions. Provide and install hardware to match existing conditions and to fulfill ADA guidelines. Provide code- approved smokelfire detectors. Detectors to be 110 V, permanently wired and installed. Ground all systems, neutrals and equipment. Fixtures shall be neatly and securely installed. All shop -primed metal exposed to weather must be painted. When all electrical work is completed, Contractor shall thoroughly clean all material and equipment installed as part of this contract. t 11 03 H Q V) 'Q O1�1 9% O LO ' v N L 0 CON p C Z �. 2 iF Rt W J 3: J_ ELLIV0004, 0 TM r ■ project name ■ MY Crr IOWA clfY drawing title ■ job no. 010 date revised ■ sheet no. n -10 Q O1�1 9% O Q v vv0 project name ■ MY Crr IOWA clfY drawing title ■ job no. 010 date revised ■ sheet no. n -10 r� NOTE: REFER TO ARCHITECTURAL FOR LOGATIONAL INFORMATION V FOR MASONRY DEMOLITION, INFILLS, AND NEW STEPS. f / / GROUT FULL REMAINING % SIDES OF BLOCK OPENING (TYP) \ `� 1 INDICATES FOOTING BELOW " SLAB 5$-0" ----- - - - - -- - - - - - -- - --1 � I 1 CMU (TYPICAL) / 1 OPENINGS THRU ° I C PARTITION WALL TO / t ` BE TO UNDERSIDE 0 � HATCHED AREAS STRUCTURE. � TO BE DEMOED 1 1 GROUT FULL REMAINING 3' -4" 3' -4" 30-610 / SIDES OF BLOCK — / OPENINGS (TYP) / " / t 4 S -2 r� I / NEW FLOOR RAMP -7 AS REPLACEMENT / TO EXISTING STEPS / 1 / FINISHED FLOOR 1' -4" AFF LOWER 2 LEVEL S -2 4*4 / % SEE ARCH PLAN FOR / DIMENSIONS EXIST BOT OF JOISTS 8' -6" AFF EXIST F &A CONCRETE JOISTS ° OF FLOOR ABOVE - BOT. OF JOISTS 8' -6" AFF O SIM FABRICATE LINTEL Q 2 CONTINUOUS OVER WALL S -1 GROUT FULL REMAINING CENTER WALL 0 d EXIST F &A CONCRETE JOISTS - BOT. OF JOISTS 9' -10" AFF i Lf r - 1-4 / j- ----- - - - - -- o GROUT FULL / 1 1 (TYP) / � 1 1 __J L I I -0 26' -0" N FOUNDATION PLAN 1 /8" -1' -0" CONCRETE JOIST FLOOR SYSTEM 09' -10 "AFF ----- - - - - -- NOTE: EXISTENCE OF STEEL BEAM IS SURMISED. FIELD VERIFY EXISTING CONSTRUCTION & NOTIFY ENGINEER IF CONSTRUCTION DIFFERS. CONCRETE JOIST FLOOR SYSTEM EXISTING ROOM CORNER *-2-.� .� • PLATE MASONRY ---// EXISTING FLOOR FRAMING 3/4 " =1' -0" 3/16 HSS 8x4x1 /4 7__10" 1 /4 "x11 1 /2" PLATE OL BEAR STEEL 8" EACH SIDE. GROUT FULL CORES FULL HEIGHT BELOW BEARING LINTEL DETAIL <D 3/4" =1' -0" NOTE: REMOVE EXISTING LINTEL IN OPENING TO BE INFILLED AS REQUIRED TO PROVIDE BEARING ONTO WALL 9' -10 "AFF -- - - - - -- 3/16 V 8" @ PRECAST IRPS TUBE & WALL -oi 26' -0" 1/8"=1 #-On PRECAST BEAMS ® 32" O.C. W/ PRECAST INFILL BETWEEN A a HSS6x3x1 /4 1" 4" BEAR STEEL 8" EACH SIDE. GROUT FULL CORES FULL HEIGHT BELOW BEARING LINTEL DETAIL <D 3/4 " =1' -0" 8' -6 "AFF -I .......... ........................................................ ..................................................................... ........................................................ ........................................................ ....................................................... ................................................................ ................................................................ ................................................................ ................................................................ ................................................................ T� 7 -_ - ................................. ............................... r a ® DESIGNATES NEW LINTELS f .. ........... ............................... IN EXISTING WALLS _� ,..... VVA 3 '�' INFILL EXISTING S -1 OPENING WITH CMU j� W12x50 AT 12' -4" AFF EXIST S M F &A CONCRETE JOISTS - BOT. OF JOISTS 8' -6" AFF 4 INFILL EXISTING C S -1 OPENING WITH CMU EXISTING DROP AT FLOOR ABOVE W12x31 AT 12' -4" AFF EXIST EXISTING STEEL BEAM LINTEL, BOT. OF LINTEL 9' -2" AFF CMU IN BACKGROUND BEAR STEEL 8" EACH SIDE. GROUT FULL CORES FULL HEIGHT BELOW BEARING LINTEL DETAIL O GENERAL NOTES: 1. THIS DRAWING COVERS REQUIREMENTS FOR STRUCTURAL ADJUSTMENTS NECESSARY TO INSTALL MASONRY WALL OPENINGS INTO EXISTING FOR BOTH BASE BID AND ALTERNATE: REFER TO ARCHITECTURAL DRAWINGS FOR LOCATIONS AND DIMENSIONED EXTENT OF REMOVALS. 2. FLOOR SHALL BE SHORED TO SUPPORT 80 PSF DEAD LOAD AND 100 PSF LIVE LOAD PRIOR TO REMOVAL OF BEARING WALL SECTIONS. 3. FIELD VERIFY DIMENSIONS AND ELEVATIONS PRIOR TO FIELD FABRICATION. 4. ELEVATIONS ARE GIVEN PER DISTANCE ABOVE THE LOWER FINISHED FLOOR. W U � � Q U Q � 0 � Q S SL Q v O T-'-' N cU LO N W V) Lo O E j Cn CC N o °0 U ZUCu r- 0 Cu T M W co Vy, N : .�= Cu 0) ': 'SQ dN' o c ■ T project name ■ CITY OF IOWA CITY OFFICE PIMOM drawing title ■ M M0L ITION 1` 00P, PLAN job no. ■ 0510 date ■ 12112/08 revised ■ sheet no. ■ T U � � < Q � � Q S SL O°z v v v O project name ■ CITY OF IOWA CITY OFFICE PIMOM drawing title ■ M M0L ITION 1` 00P, PLAN job no. ■ 0510 date ■ 12112/08 revised ■ sheet no. ■ T (3) #4 4" SLAB ON GRADE REINF WITH #3 AT 18" EACH WAY 0' -0" _ FINISHED 4 A. as LOWER FLOOR EXPANSION MATERIAL WITH SEALANT #4 AT 12" r�_SECTION 3/4 " =1' -0" s ' 1-.1 4" SAWCUT #3 AT 18" OC DRILLED AND EPDXY GROUTED INTO EXISTING (1' -4 ") FINISHED ' UPPER FLOOR (MATCH EXIST) SAWCUT #3 AT 18" OC DRILLED AND EPDXY 1' -0" 1" 8" GROUTED INTO EXISTING 1/4" EDGE (TYP) 11 1 /F1 a -49 r uJ d Q ,4 ce d 4a #4 AT 12" STEP SECTION REMOVE SECTION OF SLAB TO RECEIVE END OF RAMP OL SAWCUT /� d G d 3' -0 "f SECTION 3/4 " =1' -0" (1' -4 ") FINISHED UPPER FLOOR (MATCH EXIST) NEW 4" SLAB -ON -GRADE RAMP AT 1:12 SLOPE. REINF WITH #3 AT 18" OC EACH WAY 7' -10" 12" CMU INFILL GROUT FILL BASE AND ENDS MATCH EXISTING COURSING. TOP OF Br �r �� r•i•+r .+11 a rr REMC WITH AT N 1 1 EXISTING LINTEL PLATE lei 1000]I0111R]01 SECTION 3/4 " =1' -0" REMOVE UPPER SLAB ON GRADE 'SAWCUT 1' -4„ #3 AT 18" OC DRILLED AND EPDXY REMOVE TOP STEP GROUTED INTO EXISTING INFILL WITH GRANULAR MATERIAL OR CONCRETE !0t UPPER LANDING AT TOP OF STEPS 1' -4" _OWER LANDING AT 30TTOM OF STEPS Ot -07! U) Q O U Q O � U) U) s � Q °6 v Z N N Lo N v N O 0 a) co OC O z G —F, O co W Q CO � «�• C h J= WV ^>+ Cu 0 ■ project name ■ CITY OF IOWA CI Y drawing title ■ 51RUCTUPAL- I2FfAI,5 job no. ■ 0510 date ■ 12112108 revised ■ sheet no. ■ 5 0-1� 2 O < Q O � s � O °6 v v v O project name ■ CITY OF IOWA CI Y drawing title ■ 51RUCTUPAL- I2FfAI,5 job no. ■ 0510 date ■ 12112108 revised ■ sheet no. ■ 5 0-1� 2 ! i i L!i► EXISTING RETURN GRILLE TO REMAIN M 12X7 EXISTING DUCT �% i 1 I. % r.___ ___. j 1 I i L_____... `-T t T L 1 1 1 16X7 EXISTING DUCT 1 i i 1 1 i 1 1 1 1 1 I l x i 1 L4 -1--4 f _L_1 1_AI01117V 11VTO FIFL- LOCATED UNDERNEATH EXISTING FIN TUBE. I Ills 20X7 EXISTIN THE CONTRACTOR SHALL COORDINATE WITH THE OWNER FOR ANY EQUIPMENT THE OWNER MAY WISH TO RETAIN AFTER REMOVAL. THE CONTRACTOR SHALL BE RESPONSIBLE TO DISPOSE OF ALL REMOVED AND /OR DEMOLISHED EQUIPMENT THE OWNER CHOOSES NOT TO RETAIN. CONTRACTOR SHALL REMOVE ALL CONTROLS NOT ASSOCIATED WITH NEW SYSTEMS' REQUIREMENTS. COORDINATE WITH CONTROLS VENDOR. GENERAL CONTRACTOR SHALL INFILL OR PERMANENTLY PLUG ALL WALL /FLOOR /CEILING /ROOF PENETRATIONS RESULTING FROM REMOVAL OF HVAC EQUIPMENT, PIPING, ACCESSORIES ETC. SEE ARCHITECTURAL & STRUCTURAL DRAWINGS FOR DETAILS. TWENTY FOUR HOUR NOTICE SHALL BE GIVEN TO THE OWNER PRIOR TO DISRUPTION OF UTILITIES OR SERVICES TO OR WITHIN THE BUILDING. 1V I I � II �/ II I I 3 �I II 4 r T --'r�P - - - -1 I r—i-.L 1 1 1 / / DEMOLISH PORTION OF FIN TUBE WHERE NEW WALL IS TO BE LOCATED. DEMOLISH FIN TUBE ENCLOSURE. FIN TUBE ELEMENT AND ASSOCIATED HWR PIPING TO REMAIN. EXISTING FIN TUBE AND ASSOCIATED HWS PIPING TO REMAIN. DEMOLISH UPRIGHT JANITOR'S SINK AND ASSOCIATED CW, HW, SAN, AND V PIPING BACK TO THEIR RESPECTIVE MAINS AND CAP. REMOVE SUPPLY DIFFUSER FROM CEILING GRID. RELOCATE UNDER NEW WORK. W RV <C U O s U) U) Q z <C LO a) d- N U) N U) L O U) Y �N U Z U C) o W Q F— tts :L-- Cf) cy) N CA r _ � Q 't C: 0 1%k project name CITY OF IOWA CIS Y OFFICE I2�MOP�L drawing title WCHANIC& nF MO LION I'LOOF PLAN job no. 0510 date 12/12/08 revised sheet no. 0 M -I RV O s v v O project name CITY OF IOWA CIS Y OFFICE I2�MOP�L drawing title WCHANIC& nF MO LION I'LOOF PLAN job no. 0510 date 12/12/08 revised sheet no. 0 M -I lul l i h` J �J L� \ _J \ 02r 110 NA 451F v-' BALANCE EXISTING SUPPLY DIFFUSER TO 300 CFM MECHANICAL PLAN 1 /4 "= 1'--0" RELOCATED DUCTWORK THE HIGHLIGHTED RENOVATED SPACES UNDER THIS PROJECT REQUIRE NEW SPRINKLER HEADS IN THE SUSPENDED CEILINGS, TO BE FED OFF OF EXISTING FEEDER LINES. REMOVE EXISTING SPRINKLER HEADS AND ASSOCIATED BRANCH PIPING AS NECESSARY. EXISTING TAB BOX TO REMAIN (TYP) —t STING SUPPLY DUCTWORK ,,REMAIN (TYP) RG -1 24X24 36X10 TRANSFER DUCT 20X7 DUCTW6"Rk ffk 0 VAV BOX TAB -1 LOCATED IN CEILING OF ROOM 034 GALA FUSIING SUP Y DIF SER IN THIS. ROOM TO 250 CFM . `— 20X7 EXISTING UCT 16X8 EXISTING DUCTWORK TO EXHAUST FAN 8X6 824 REBALANCE TAB ASSOCIATED WITH THE MODIFIED SUPPLY DUCTWORK E AND REBALANCE THE EXHAUST NEW DUCTWORK FAN ASSOCIATED WITH THE MODIFIED EXHAUST DUCTWORK. 4 BALANCE EXISTING SUPPLY DIFFUSER IN THIS ROOM TO 150 CFM BALANCE EXISTING ,SUP—PLY.—DIFFUSER TO 75 'GFM.- RG -1 24X24 BALANCE EXISTING SUPPLY DIFFUSER TO 75 CFM EXTEND RETURN BOOT TO TERMINATE ABOVE LOBBY CEILING --------------- -- 624 100 I RELOCATED SUPPLY DIFFUSER. BALANCE DIFFUSER TO 150 CFM. EXTEND D CTW -RKK FROM PREVOUS LOCATION OF DIFFUSER. EXISTING THERMOSTAT = TO REMAIN (TYP) EXISTING RETURN GRILLE TO REMAIN (TYP) EXISTING SUPPLY DIFFUSER TO REMAIN (TYP) BALANCE EXISTING BALANCE EXISTING SUPPLY DIFFUSER IN SUPPLY DIFFUSER IN THIS ROOM TO 150 CFM THIS ROOM TO 150 CFM TEMPERATURE CONTROLS. 1. REUSE EXISTING TRANE DDC CONTROLS TO ACCOMPLISH NEW CONTROL SEQUENCE. TRANE TCM CONTROLLER IN MAINTENANCE AREA SHALL CONTROL RELOCATED TEMPERATURE SENSOR AND NEW FIN TUBE CONTROL VALVE AND SHALL BE WIRED TO EXISTING TAB CONTROLLER. ADD A SPACE TEMPERATURE INDICATION AND ADJUSTMENT POINT FOR THE NEW CONFERENCE ROOM FIN TUBE THROUGH THE EXISTING BMS. 2. SEQUENCE OF OPERATION: FOR BOTH THE CONFERENCE ROOM AND OFFICE 1, IF THE SPACE TEMPERATURE FALLS BELOW THE SETPOINT, THE CONTROL VALVE FOR THE FIN TUBE SHALL OPEN. IF THE SPACE TEMPERATURE OF EITHER ROOM IS NOT SATISFIED BY THE FIN TUBE HEAT, THE CONTROL VALVE FOR THE TAB REHEAT COIL SHALL OPEN. IF THE SPACE TEMPERATURE RISES ABOVE THE SETPOINT OF THE THERMOSTAT IN OFFICEI, THE TAB DAMPER SHALL BE MODULATED TO MAINTAIN THE SETPOINT. GENERAL MECHANICAL NOTES: 1. ALL WORK IS TO BE DONE IN A NEAT AND WORKMANLIKE MANNER USING ACCEPTABLE TRADE PRACTICES AND INSTALLED ACCORDING TO MANUFACTURER'S INSTRUCTIONS. 2. MECHANICAL CONTRACTOR SHALL FAMILIARIZE HIMSELF WITH THE SITE PRIOR TO BIDDING AND CONSTRUCTION. 3. PROVIDE VOLUME BALANCING DAMPERS FOR ALL SUPPLY DIFFUSERS AND EXHAUST GRILLES AND WHERE REQUIRED IN RETURN MAIN TRUNKS. 4. PLACE DIFFUSERS AS CLOSE TO PLAN LOCATION AS POSSIBLE WITHOUT INTERFERING WITH CEILING OR LIGHT GRID. 5. DUCTWORK IS SHOWN IN SCHEMATIC FORM. ROUTE AS REQUIRED FOR CLEARANCE WITH STRUCTURAL CONDITIONS AND COORDINATE WITH OTHER TRADES. 6. WHERE FIELD INTEREFERENCE REQUIRES DIFFERENT ROUTING FROM THAT SHOWN ON THE DRAWINGS, THE CONTRACTOR SHALL SUBMIT SHOP DRAWINGS (WITH THE PROPOSED ALTERNATE LAYOUT INDENTTFIED) FOR APPROVAL. 7. COORDINATE ROOF AND WALL OPENINGS WITH THE GENERAL CONTRACTOR. =I BALANCE EXISTING SUPPLY DIFFUSER TO 275 CFM 11V '4�4 A rMT74M A4L FIRE PROTECTION SPECIFICATIONS 1. SPRINKLER PIPING MATERIAL: STEEL SCH 40, ASTM A -120, SCREWED FITTINGS. BLACK STEEL FOR WET SYSTEMS. 2. PROVIDE AND INSTALL A COMPLETE HYDRAULICALLY DESIGNED SPRINKLER SYSTEM. SPRINKLER SYSTEM SHALL BE DESIGNED AND INSTALLED IN ACCORDANCE WITH NFPA 13. SPRINKLER CONTRACTOR TO PROVIDE CERTIFIED DRAWINGS AND CALCULATIONS THAT ARE PREPARED AND STAMPED BY A REGISTERED ENGINEER OR BY A TECHNICIAN WITH NICET LEVEL 4 CERTIFICATION AND APPROVED BY THE CITY OF IOWA CITY FIRE MARSHAL. KEYED MECHANICAL NOTES: 1 EXISTING FIN TUBE. NEW 3/4" HWR PIPE FROM FIN TUBE UP IN WALL TO CEILING. ADD A CONTROL VALVE TO THE EXISTING HWS PIPE SERVING THE FIN TUBE. RELOCATED THERMOSTAT FROM MAINTENANCE AREA IN CONFERENCE ROOM TO CONTROL FIN TUBE. SEE DETAIL 5 DRAWING M -5. 2 EXISTING FIN TUBE ELEMENT LOCATED WITHIN NEW ENCLOSURE BY GENERAL CONTRACTOR. NEW 3/4" HWS FROM EXISTING 3/4" HWS LOCATED UNDERNEATH FIN TUBE ELEMENT. RELOCATED THERMOSTAT TO CONTROL EXISTING VAV BOX TAB -1 AND FIN TUBE. SEE DETAIL 6 DRAWING M -5. �P •�•••••�• �: t_1 �..." fay i, r U) Q U O s U? °'6 v Q Z N N O U) U) tL N o °o U ZU � ~ W W N J C3) Q 3: dN' 0 CO 0 ■ E E project name ■ CITY OF IOWA CITY OFFICE P:WOML drawing title ■ WCHANIC& PLAN job no. ■ 0510 date ■ 12/12/08 revised ■ sheet no. ■ M��2 E O s O °'6 v v v O project name ■ CITY OF IOWA CITY OFFICE P:WOML drawing title ■ WCHANIC& PLAN job no. ■ 0510 date ■ 12/12/08 revised ■ sheet no. ■ M��2 E SINK PLUMBING FIXTURE SCHEDULE S -1 JUST STYLIST SINK MODEL SL -ADA- 1815 -A -GR, SINGLE COMPARTMENT, BASIN SIZE 18" X 15 ", 6 -1/2" DEEP, SELF - RIMMING, 18 -GAUGE STAINLESS STEEL SINK WITH FAUCET LEDGE REAR. J -35 DRAIN SYSTEM, WHEEL HANDLE STOPS, 17 GA. CHROME PLATED CAST BRASS TAIL PIECE AND TRAP WITH C.O. DELTA FAUCET, MODEL 27C2124, LEVER BLADE HANDLES, VANDAL RESISTANT, CHROME PLATED FINISH. MS -1 FIAT MOLDED STONE MOP SERVICE BASIN, MODEL MSB -2424, 24 "X24 "X10" CORNER INSTALLATION, VINYL BUMPER GUARDS, STAINLESS STEEL WALL GUARDS ON TWO SIDES. CHICAGO MODEL 897, WALL MOUNTED, QUATURN CARTRIDGES, METAL LEVER HANDLES, 1/2" INLETS ON 8" CENTERS, STATIONARY SPOUT WITH VACUUM BREAKER AND 3/4" HOSE THREAD OUTLET, WALL BRACE, PAIL HOOK, CHROME PLATED, ADA COMPLIANT, MOUNT SPOUT 36" AFF. STAINLESS STEEL MOP HANGER AND 3 RUBBER TOOL GRIPS, 30" LONG RUBBER HOSE WITH HOSE BRACKET AND RUBBER GRIP. STAINLESS STEEL FACTORY INSTALLED DRAIN BODY, REMOVABLE STAINLESS STEEL COMBINATION DOME STRAINER AND LINT BASKET, LEAD CAULKED JOINT FOR 3" WASTE CONNECTION, DEEP SEAL CAST IRON P -TRAP. PLUMBING FIXTURE PIPING CONNECTION SCHEDULE FIXTURE WASTE VENT HW CW REMARKS S -1 1 -1 /2"0 1-1/2"0 3/4"0 3/4 "4 SINK MS -1 3" 2 "0 t 3/4"0 3/4"0 MOP SINK NOTE: CONNECTION SIZES INDICATED ARE MINIMUM SIZES UNLESS OTHERWISE NOTED ON PLANS. IN THE CASE OF VARIANCE BETWEEN PLANS AND SCHEDULE, EXTEND PIPING AT SIZE SHOWN ON PLANS DIRECTLY TO FIXTURE. UNDERSLAB WASTE AND VENT PIPING SHALL BE 2" MINIMUM. PLUMBING GENERAL NOTES: 1. ALL EXISTING PIPING SHOWN IS BASED ON ORIGINAL DRAWINGS AND FIELD VERIFICATION OF MAINS. 2. PIPING IS SHOWN IN SCHEMATIC FORM, ROUTE AS REQUIRED FOR CLEARANCE WITH EXISTING CONDITIONS. 6 *+f 3. ALL NEW UNDERSLAB PIPING WILL REQUIRE EXISTING FLOOR TO BE SAWCUT AND REMOVED FOR PIPE INSTALLATION. REPAIR FLOOR AFTER PIPE INSTALLATION. 7r 15 3, � L 4. CONNECTIONS BETWEEN NEW PIPING AND ALL FIXTURES SHALL TYPICALLY INCLUDE VACUUM BREAKERS, WATER HAMMER ARRESTORS, ETC. AS APPLICABLE BY CODE. EACH TERMINATION AT FIXTURE SHALL INCLUDE AN ISOLATION VALVE. 5. ALL NEW EQUIPMENT AND ACCESSORIES (CIRCUIT SETTERS, CIRCULATION PUMPS, EXPANSION TANKS ETC.) SHALL BE INSTALLED SO AS TO BE EASILY ACCESSIBLE. 6. ALL PLUMBING FIXTURES AND /OR ARCHITECTURAL FEATURES TEMPORARILY REMOVED DURING DEMOLITION FOR ACCESS TO DEMO AND /OR NEW WORK AND FUTURE RECONNECTION /REINSTALLATION, SHALL BE REINSTALLED UNDER WORK REQUIRED ON THESE SHEETS. ALL COMPONENTS SHALL BE REINSTALLED AND FINISHED TO ORIGINAL CONDITION OR REPLACED WITH NEW UNDER THIS CONTRACT. 7. EXISTING PIPING PENETRATIONS TO BE REUSED FOR NEW PIPING WHENEVER POSSIBLE. 8. EXISTING PIPING PENETRATIONS TO BE ABANDONED DURING DEMOLITION & REMODEL SHALL BE REPAIRED AND FINISHED TO MATCH EXISTING. 9. NEW FLOOR /WALL /CEILING PENETRATIONS REQUIRED FOR NEW DOMESTIC PIPING INSTALLATION SHALL BE CLEANLY BORED AT RIGHT ANGLES. AS NEW PIPING IS INSTALLED, NEW PIPING PENETRATIONS SHALL BE NEATLY CAULKED TO FILL VOID. WALL PENETRATIONS SHALL BE FINISHED WITH ESCUTCHEONS. 10. COORDINATE DOMESTIC PIPING TO BE INSTALLED WITH EXISTING DUCTWORK, DUCTWORK TO BE INSTALLED, AND MECHANICAL PIPING. PLUMBING SPECIFICATIONS: 1. PIPE AND PIPE FITTINGS A. MATERIAL 1. COPPER WATER TUBE, HARD TEMPER, TYPE L, ASTM B88 2. CAST IRON SOIL PIPE, SERVICE WEIGHT, NO HUB, CISPI 301 3. BRASS PIPE, SCHEDULE 40, CHROMIUM PLATED, ASTM 1343 4. FITTINGS 2. PIPE HANGERS AND SUPPORTS SERVICE A. HANGERS: INSTALL HANGERS OUTSIDE OF INSULATION. HANGERS SHALL NOT BE ENCLOSED WITHIN INSULATION. INSTALL PIPE SHIELDS BETWEEN DOMESTIC WATER PIPING, SANITARY HANGERS AND INSULATION. WASTE AND VENT B. COMPLY WITH MANUFACTURER'S RECOMMENDATIONS. SANITARY WASTE AND VENT C. PROVIDE COPPER SUPPORTS FOR UNINSULATED COPPER PIPING. EXPOSED PIPING CONNECTIONS D. SUPPORTS FOR COPPER AND STEEL PIPING 1" AND SMALLER SHALL BE FOR PLUMBING FIXTURES SPACED MAXIMUM 5' -0" APART. A. COPPER WATER TUBE CAST BRONZE OR WROUGHT COPPER, SOLDER JOINT TYPE. ANSI B16.18 AND B16.22. B. THREADED PIPE - MALLEABLE IRON FITTINGS, 125 POUND STANDARD FLAT BAND WATER PATTERN. C. BRASS PIPE - CAST BRONZE SCREWED, 125 POUND FLAT BAND WATER PATTERN, CHROMIUM PLATED, FOR FLAT CHROMIUM PLATED PIPE. D. DOUBLE WYE FITTINGS ARE NOT PERMITTED FOR SANITARY OR STORM SEWER PIPING. 5. CAST IRON NO -HUB EQUIVALENT TO CLAMP ALL: HI -TORQ 80 6. 95.5 TIN ANTIMONY OR SILVER SOLDER JOINTS FOR COPPER WATER PIPING. 7. INSTALL VICTAULIC CLEAR FLOW WATERWAY TYPE FITTINGS AT EACH PIPING JOINT BETWEEN FERROUS AND NONFERROUS PIPING. COMPLY WITH MANUFACTURER'S INSTALLATION INSTRUCTIONS. 8. FLUSH, CLEAN AND PRESSURE TEST NEW PIPING A. DOMESTIC WATER TESTING AND CLEANING 1. FLUSH OUT PIPING SYSTEM WITH CLEAN WATER BEFORE PROCEEDING WITH REQUIRED TESTS. INSPECT EACH RUN OF EACH SYSTEM FOR COMPLETION OF JOINTS, SUPPORTS AND ACCESSORY ITEMS. 2. HYDRAULICALLY TEST EACH SECTION OR SEGMENT OF THE SYSTEM PRIOR TO PREVENTING VISUAL OBSERVATION OF THE SECTION OR SEGMENT BEING TESTED. 3. WATER TEST POTABLE WATER SYSTEM AT 150% OF DESIGN PRESSURE (150 PSIG MIN.) FOR A PERIOD OF 4 HOURS USING A GAUGE WITH A 0 PSI TO 200 PSI RANGE AND A MINIMUM OF 4 1/2" DIAL. 4. DISINFECT: POTABLE WATER SYSTEM, OR PARTS THEREOF, SHALL BE FILLED WITH A SOLUTION CONTAINING 100 PPM OF AVAILABLE CHLORINE AND ALLOWED TO STAND 6 HOURS BEFORE FLUSHING AND RETURNING TO SERVICE. SUBMIT WATER SAMPLE TO LOCAL TESTING AGENCY AND SUBMIT TEST RESULTS TO THE OWNER. 5. TESTING SHALL BE DONE IN COMPLIANCE WITH THE UNIFORM PLUMBING CODE. B. SANITARY WASTE AND VENT PIPING - TEST PER UNIFORM PLUMBING CODE. MINIMUM 10 FT OF HEAD FOR 4 HOURS. 9. FIRE SAFE ALL PIPE PENETRATIONS THROUGH RATED WALLS, FLOORS, SHAFTS, ETC., PER DETAILS ON DRAWINGS AND PER MANUFACTURER'S INSTRUCTIONS WITH U.L. LISTED ASSEMBLIES. REFER TO ARCHITECTURAL PLANS FOR LOCATION OF RATED WALLS. 10. PROVIDE CAST IRON PIPE SLEEVES AT PIPE PENETRATIONS AND INSTALL PIPE ESCUTCHEONS AT EXPOSED PIPE PENETRATIONS. 3. VALVES A. ACCEPTABLE MANUFACTURERS, BALL VALVES: WATTS OR EQUIVALENT. B. INSTALL EXTENDED -STEM VALVES WHERE INSULATION IS INDICATED C. WATER VALVES: FULL PORT BALL VALVES, ASTM B62 BRONZE BODY D. CHECK VALVES - ASTM B62 E. DO NOT INSTALL VALVES CLOSER THAN 6" TO NEAREST FITTING. 4. MECHANICAL IDENTIFICATION A. PROVIDE PIPE MARKERS (SETON OR EQUAL) WITH DIRECTION OF FLOW FOR PIPING SYSTEMS. B. LOCATE PIPE MARKERS WHEREVER PIPING IS EXPOSED TO VIEW IN ACCESSIBLE MAINTENANCE SPACES AND ABOVE LAY -IN CEILINGS, AT MAXIMUM 20' APART AND AT BOTH SIDES OF ALL WALL PENETRATIONS. C. PROVIDE BRASS VALVE TAGS (SETON 250 BL OR EQUAL) ON ALL VALVES. PROVIDE VALVE SCHEDULES TO OWNER. W W RV I- Q < U O O a � U) - U) Q O 0 � Z Q -F- a) d. N co .% N U) L v v O N U Z U �O°oo W Qt- J= tCS�M W N M SQ N 0 ■ a M10 project name ■ CITY OF IOWA CITY OFFICE FF MOM drawing title ■ FLUMPING FLAN job no. ■ 0510 date ■ 12/12/08 revised ■ sheet no. ■ M -� J RV < Q O O � � - s O � � v v O project name ■ CITY OF IOWA CITY OFFICE FF MOM drawing title ■ FLUMPING FLAN job no. ■ 0510 date ■ 12/12/08 revised ■ sheet no. ■ M -� J DIFFUSERS REGISTERS & GRILLES SCHEDULE IDENT NO. MATERIAL OF CONSTRUCTION DESCRIPTION FACTORY FINISH BLOW PATTERN DESIGN BASIS REMARKS CD -1 STEEL LOUVERED WHITE 4 —WAY TITUS TMS 24X24 RG -1 STEEL EGGCRATE WHITE s TITUS 50R 24X24 RG -2 STEEL EGGCRATE WHITE TITUS 50R 12X12 NOTE: 1) COORDINATE MOUNTING STYLE WITH CEILING TYPE. MECHANICAL ABBREVIATIONS MECHANICAL SYMBOLS DIFFUSER NOTATION .:.p — �s ................................. ............................... .J . ............................ ..... TYPE EE BELOW s� . T S E . DUCT SIZE IN INCHES .................. ............................... .............. ............................... (NET INSIDE DIMENSIONS) �/ —ID. N0. —SEE SCHEP�ILEr ;;``d INDICATES ROUND $ „0 ROUND CD -1 ............................ SQ. OR RECT. DUCT: — - t I L.>M 8"0 NECK SIZE IN INCHES FIRST FIGURE: SIDE SHOWN 10x12 SQ. OR RECT. 350 (ROUND SHOWN) SECOND FIGURE: SIDE NOT SHOWN AIR FLOW (CFM) MANUAL VOLUME DAMPER (TYP OF ALL SUPPLY AND EXHAUST BRANCHES BUT NOT SHOWN ON PLANS) DIFFUSER GRILLE REGISTER NOTATIONS CD = CEILING SUPPLY DIFFUSER RG = RETURN GRILLE ® SUPPLY DIFFUSER zRETURN GRILLE (ATTACHED TO DUCTWORK) AFF ABOVE FINISHED FLOOR AHU AIR HANDLING UNIT Fittings HVAC BDD BACKDRAFT DAMPER B BOILER BTU BRITISH THERMAL UNIT DIRECTION OF FLOW CAP CAPACITY E77 PITCH DOWN IN DIRECTION OF CD COOLING COIL CONDENSATE DRAIN ARROW PER SPECIFICATIONS T THERMOSTAT CFM CUBIC FEET PER MINUTE jj CH CHILLER AIR VENT V DOOR GRILLE NEW CONNECTION TO EXISTING PIPE OR DUCT CHR CHILLED WATER RETURN SIZE CONCENTRIC REDUCER CAP EXISTING PIPE OR DUCT CHS CHILLED WATER SUPPLY CUH CABINET UNIT HEATER - DN DOWN ECCENTRIC REDUCER — NEW OPENING THRU EXISTING CONSTRUCTION EAT ENTERING AIR TEMPERATURE EJ }-- EXPANSION JOINT SENSOR (TYPE AS NOTED} H= HUMIDITY =. _.......�u_...._,..._� ESP EXTERNAL STATIC PRESSURE T= TEMPERATURE SUPPLY DUCTWORK (SECTIONAL VIEW) EWB ENTERING WET BULB TEMPERATURE FLEXIBLE PIPE CONNECTION P= PRESSURE EWT ENTERING WATER TEMPERATURE EXH EXHAUST STRAINER ' -- DAMPER (TYPE AS NOTED) RETURN DUCTWORK (SECTIONAL VIEW) EA EXHAUST AIR BDD, FD /SD, ETC. EG EXHAUST GRILLE }- - -- STRAINER WITH DRAIN FD FIRE DAMPER EXHAUST DUCTWORK (SECTIONAL VIEW) GPM GALLONS PER MINUTE �,E-- UNION AUTOMATIC DAMPER HWR HEATING HOT WATER RETURN T-r PRESSURE /TEMPERATURE TAP HWS HEATING HOT WATER SUPPLY MANUAL DAMPER DUCT TURNED UP OR TOWARD (SUPPLY SHOWN) HVAC HEATING, VENTILATION, AND AIR CONDITIONING D ELBOW TURNED DOWN OR AWAY HZ HERTZ (FREQUENCY IN CYCLES PER SECOND) ELBOW TURNED UP OR TOWARDS IN INCHES IN WC INCHES (WATER COLUMN) ., TEE TURNED DOWN OR AWAY ® CEILING DIFFUSER (SIZE AND TYPE AS NOTED) DUCT TURNED DOWN OR AWAY (SUPPLY SHOWN) LPR LOW PRESSURE STEAM CONDENSATE RETURN LPS LOW PRESSURE STEAM SUPPLY TEE TURNED UP OR TOWARDS LB POUND DUCTED RETURN GRILLE BLIND FLANGE SIZE AND TYPE AS NOTED MAX MAXIMUM FLANGE ( SIZE MBH BRITISH THERMAL UNIT (1000) PIPE CAP SQUARE ELBOW WITH TURNING VANES MED MEDIUM EXHAUST GRILLE (SIZE AND TYPE AS NOTED) MEZZ MEZZANINE MIN MINIMUM MU MAKE —UP WATER NC NOISE CRITERIA DUCT BREAKLINES — RECTANGULAR AND CIRCULAR OA OUTSIDE AIR CONICAL TAP TAKE —OFF PH PHASE f PRESS PRESSURE PSI POUNDS PER SQUARE INCH PSIG POUNDS PER SQUARE IN GAGE 45' ENTRY TAKE —OFF WITH SPLITTER DAMPER RA RETURN AIR _ RG RETURN AIR GRILLE j RPM REVOLUTIONS PER MINUTE SIDEWALL GRILLE (SIZE AND TYPE AS NOTED) I SA SUPPLY AIR SD SUPPLY DIFFUSER s DOUBLE SIDED TRANSITION SF SQUARE FOOT FLEXIBLE DUCT CONNECTION TEMP TEMPERATURE TOT TOTAL TYP TYPICAL SINGLE SIDED TRANSITION UL UNDERWRITERS LABORATORIES VAV VARIABLE AIR VOLUME VFD VARIABLE FREQUENCY DRIVE W/ WITH W/O WITHOUT WB WET BULB U) W F— O Q < U � 0 U) s � U) d 0 z a� N O N U) U) L U) �N o °o U ZU � I' W �MN Q� == WU^ nun r y _U > r OM,= ■ project name CITY OF IOWA CITY OFFICE r \WOITL drawing title MFCHANICA 5CH PV5 ANP 5YMPOL5 job no. 0510 date 121 12108 revised sheet no. 0 M."/, I O < < O � s � v v O project name CITY OF IOWA CITY OFFICE r \WOITL drawing title MFCHANICA 5CH PV5 ANP 5YMPOL5 job no. 0510 date 121 12108 revised sheet no. 0 M."/, I MECHANICAL SPECIFICATIONS 1. BASIC MATERIALS AND METHODS A. THE WORK SHALL INCLUDE THE FURNISHING OF SYSTEMS, EQUIPMENT AND MATERIALS AS CALLED FOR ON THE MECHANICAL AND PLUMBING DRAWINGS TO INCLUDE SUPERVISION, QUALITY CONTROL, OPERATION, METHODS AND LABOR FOR THE FABRICATION, INSTALLATION, STARTUP AND TESTS FOR THE COMPLETE MECHANICAL INSTALLATION. B. THE CONTRACTOR SHALL EXAMINE PROJECT SITE AND BECOME FAMILIAR WITH EXISTING CONDITIONS WHICH WILL AFFECT THE WORK. CONDITIONS SHALL BE CONSIDERED IN THE PREPARATION OF BIDS. C. FOLLOW APPLICABLE CODES AND OBTAIN NECESSARY PERMITS AND INSPECTIONS. FOLLOW INDUSTRY STANDARDS, INCLUDING ASHRAE, SMACNA, ANSI, ASME, NFPA, ETC. D. THE MECHANICAL CONTRACTOR SHALL COORDINATE WORK WITH OTHER TRADES PRIOR TO INSTALLATION. E. NO PIPING SHALL BE RUN OVER THE TOP OF ELECTRICAL PANELS, ELEVATOR EQUIPMENT OR ELECTRICAL EQUIPMENT. F. EQUIPMENT SHALL BE INSTALLED PER MANUFACTURER'S RECOMMENDATIONS. H. PROVIDE SHOP DRAWINGS FOR MAJOR EQUIPMENT, DUCTWORK, ETC. SUBMIT CONTRACTOR APPROVED SETS WITH PRODUCT, PERFORMANCE AND MAINTENANCE REQUIREMENTS. 1. PROVIDE OPERATION AND MAINTENANCE MANUALS AND RECORD DRAWINGS AT COMPLETION OF PROJECT. J. PROVIDE OWNER TRAINING AND DEMONSTRATIONS FOR ALL SYSTEMS AND EQUIPMENT. 2. INSULATION A. INSULATING MATERIALS, JACKETS, MASTICS, ETC. SHALL MEET FLAME SPREAD, FUEL CONTRIBUTION AND SMOKE DEVELOPED RATINGS IN ACCORDANCE WITH NFPA -90A. FLAME SPREAD RATING IN ACCORDANCE WITH NFPA 255, ASTM E -84 OR UL 723 OF NOT MORE THAN 25; SMOKE DEVELOPED RATING OF NOT MORE THAN 50, UNLESS OTHERWISE NOTED IN THIS SECTION. B. SERVICE TYPE MIN. INSULATION THICKNESS RECTANGULAR 1.5 PCF DENSITY 1" THICK RETURN DUCT LINER EQUAL DUCTWORK TO KNAUF DUCT LINER E -M RECTANGULAR 1.5 PCF DENSITY 1 1/2" THICK SUPPLY DUCT LINER EQUAL DUCTWORK TO KNAUF DUCT DOMESTIC WATER FIBERGLASS INSULATION 1" THICK PIPING EQUAL TO MANVILLE "MICRO- LOK -AP -T" C. PROVIDE PVC JACKETING (MANVILLE "ZESTON 200" OR EQUAL) ON PIPE FITTINGS, VALVES, ETC. D. REPAIR OR REPLACE DAMAGED INSULATION. E. INSTALL INSULATION AND JACKETING MATERIALS PER MANUFACTURER'S RECOMMENDATIONS. 3. DUCTWORK A. RECTANGULAR DUCTWORK EXCEPT AS OTHERWISE INDICATED, FABRICATE DUCTWORK FROM MINIMUM 24 GAGE GALVANIZED SHEET STEEL COMPLYING WITH ASTM A 527, LOCK FORMING QUALITY, WITH G90 ZINC COATING IN ACCORDANCE WITH ASTM A 525, AND MILL PHOSPHATIZED FOR EXPOSED LOCATIONS. B. RECTANGULAR DUCT FITTINGS 1. ELBOWS SHALL BE CONSTRUCTED WITH CENTERLINE RADIUS OF NOT LESS THAN 1.5 TIMES DUCT WIDTH OR SQUARE WITH DOUBLE THICKNESS STREAMLINE TURNING VANES. 2. SLOPES FOR TRANSITIONS OR OTHER CHANGES IN DIMENSION SHALL BE MINIMUM 1 TO 3. 3. ALL DUCT SEAMS, JOINTS AND WALL PENETRATIONS SHALL BE SEALED PER SMACNA CLASS A, PRIOR TO INSTALLATION OF INSULATION. 4. PROVIDE 45' TAPS OR CONICAL TAKEOFFS FOR ALL BRANCH CONNECTIONS OFF OF MAINS. C. DUCT CONSTRUCTION PRESSURE CLASSES (SMACNA) 1. SUPPLY DUCTWORK, EXHAUST AND RETURN DUCTWORK - MINIMUM 1" STATIC. D. MANUAL VOLUME DAMPERS: FABRICATED OF SAME MATERIAL AS DUCTS, TWO METAL GAUGES HEAVIER THAN DUCT AND HAMMERED 1" ALL AROUND, MOUNTED ON 3/8" SQUARE ROD WITH SAW SLOT POSITION INDICATED. PIVOT BEARINGS, LOCKING POSITION REGULATOR, YOUNG REGULATOR CO., SERIES 443. E. TURNING VANES: PROVIDE DOUBLE THICKNESS STREAMLINE TYPE, EXCEPT PROVIDE SINGLE BLADE TURNING VANES WITH TRAILING EDGE AT ELBOWS WHICH CHANGE DIMENSIONS OR AT CONSECUTIVE ELBOWS. F. INSTALL TURNING VANES IN SQUARE OR RECTANGULAR 90 DEG. ELBOWS. G. APPLICATION OF DUCT SEALANT: DUCT SEALANT EQUIVALENT TO HARD CAST IRON GRIP TO BE APPLIED INTO ALL JOINTS AND SEAMS ON ALL DUCTWORK SYSTEMS. SEALANT SHALL BE ALLOWED TO SET 48 HOURS BEFORE ANY AIR PRESSURE IS APPLIED TO SYSTEM. H. FLEXIBLE DUCT 1. INSTALL ONLY WHERE ROUND TAKEOFFS ARE INDICATED ON DRAWINGS (SUPPLY ONLY). NOT ALLOWED IN RETURN OR EXHAUST SYSTEMS. 2. MAXIMUM EXTENDED LENGTH SHALL BE 8' -0 ". 3. UL 181 APPROVED. THERMA FLEX M -KC OR ENGINEER APPROVED EQUIVALENT 4. SECURE WITH NONMETALLIC CLAMPS TO COLLAR WITH SUPPLEMENTAL CLAMP SECURING THE INSULATION. 5. SUPPORT FLEX DUCT WITH MIN. 2" WIDE SHEET METAL BANDS ON MINIMUM 4 FOOT CENTERS. I. DUCT SIZES SHOWN ARE NET INSIDE DIMENSIONS. INCREASE DUCT SIZE AS REQUIRED TO ALLOW FOR DUCT LINER WHERE SPECIFIED. J. SUBMIT DUCTWORK SHOP DRAWINGS FOR APPROVAL PRIOR TO START OF INSTALLATION. SHOP DRAWINGS SHALL SHOW TWO LINE DUCT, TO 1/4" SCALE WITH ELEVATIONS AND OFF -SETS. K. TESTING AND BALANCING a. TESTING AND BALANCING SHALL BE PERFORMED BY OWNER'S REPRESENTATIVE. b. SUBMIT CERTIFIED TEST REPORTS, SIGNED BY TEST AND BALANCE SUPERVISOR WHO PERFORMED TESTING AND BALANCING WORK. c. ADJUST ROOF TOP UNITS, FANS, DIFFUSERS, VAV BOXES, DUCT HEATERS, ETC TO ±10% OF DESIGN AIR FLOWS. d. ADJUST MANUAL DAMPERS AS REQUIRED. e. MARK EQUIPMENT SETTINGS, INCLUDING DAMPER POSITIONS, AND SIMILAR CONTROLS AND DEVICES, TO SHOW FINAL SETTINGS AT COMPLETION OF TESTING AND BALANCING WORK. PROVIDE MARKINGS WITH PAINT OR OTHER SUITABLE PERMANENT IDENTIFICATION MATERIALS. f. COORDINATE SETTINGS OF RTU OUTDOOR AIR INTAKE WITH RTU AND CONTROLS MANUFACTURERS. 4. GRILLES, REGISTERS, AND DIFFUSERS A. PROVIDE GRILLES, REGISTERS, AND DIFFUSERS AS SCHEDULED. B. COORDINATE WITH OTHER WORK, INCLUDING DUCTWORK AND DUCT ACCESSORIES, AS NECESSARY TO INTERFACE INSTALLATION OF GRILLES, REGISTERS AND DIFFUSERS WITH OTHER WORK. C. PROVIDE DUCT TRANSITIONS AS REQUIRED TO MAKE FINAL CONNECTIONS. 5. WIRING A. THE MECHANICAL CONTRACTOR IS RESPONSIBLE FOR ANY CONTROL WIRING BETWEEN EQUIPMENT AND DEVICES. PROVIDE AND INSTALL IN ACCORDANCE WITH THE ELECTRICAL SPECIFICATIONS AND NEC. SM SCREWS 4 "OC PLUS WORM -DRIVE BAND VD FLEXIBLE DUCT INSULATION — ADDITIONAL WORM -DRIVE BAND TO SECURE INSULATION JACKET SHEET METAL DUCT t� t_ 0 3, r !, ' e E a ` ,� i SUPPLY DUCTWORK— DIVERGING FLOW — BRANCH < 50% MAIN SCALE : NONE NOTES: 1. SUPPORT FLEXIBLE DUCTS AS REQUIRED TO PREVENT SAGGING AND CRIMPING. SUPPORTS SHALL ENCIRCLE DUCT AND SHALL BE AT LEAST 1" WIDE AND SPACED 3' -0" OC MAX SUPPORTS MAY BE THERMOFLEX NYLON "SADDLES" WITH THERMOCLIPS. 2. MINIMUM CENTERLINE RADIUS OF BENDS: 1.5' DIA 3. CUT DUCTS IN LENGTHS TO FIT SITUATION. EXTEND DUCTS THAT WERE COMPRESSED DURING SHIPMENT TO PROPER LENGTH. AVOID UNNECESSARY LOOPS. 4. USE RIGID METAL DUCT TO REACH TO WITHIN DIMENSIONS (I.E. MAX. LENGTH, MAX BEND, ETC) SPECIFIED. FLEXIBLE DUCT CONNECTION 2 NOT TO SCALE AIR VENT NEW CONTROL EXISTING VALVE BY FINTUBE CONTROLS ELEMENT CONTRACTOR UNIO (TYP) NEW HWR EXISTING — BALL VALVE FM TYP CIRCUIT EXISTING FINTUBE SETTER ENCLOSURE (TYP) HWS �- � EXISTING HOT WATER SUPPLY EXISTING HWS UNDERNEATH FINTUBE ENCLOSURE CONFERENCE ROOM FINTUBE RADIATION PIPING DIAGRAM NOT TO SCALE 15761 -A -01 ARCHITECTURAL AIR VENT ENCLOSURE (TYP) UNION EXISTING EXISTING (TYp) FINTUBE CONTROL ELEMENT VALVE NEW — BALL FM VALVE CIRCUIT (TYP) SETTER NEW HWS PIPE INSIDE ENCLOSURE (TYP) EXISTING HOT WATER SUPPLY H WS OFFICE FINTUBE RADIATION PIPING DIAGRAM NOT TO SCALE 15761 -A -01 PROVIDE DOUBLE THICKNESS TURNING VANES (90' ONLY) PROVIDE SINGLE BLADE TURNING VANES WITH TRAILING EDGES AT ELBOWS WHICH CHANGE DIMENSIONS OR AT CONSECUTIVE ELBOWS. ELBOW DETAILS SCALE : NONE W/O VANES, 90% 60% 45, ETC. R= 11/2xA 15810 -08 15810 -03 - nPIPHTATE OPENING AWAY )M NEAREST DOOR DUCT TO SAME WIDTH AS GRILLE 2/3 DEPTH !\L I VI\1`! VRILLL IIV Lt1 I —IIV \,L.1LIIVV SHALL BE REMOVABLE; SIZE DUCT ACCORDINGLY. DUCT SHALL BE SUPPORTED FROM STRUCTURE, NOT FROM CEILING NOT TO SCALE 07 W H Q O < U O 0 () U) � Q O 0 Z Q -t-� LO a) 'IT U) L N U7 L v v O `j U) ca N U Z U r-, 0 ca QF_- = �i=M W N .J cc 'SQ q °mac ■ E E project name 0 CITY OF IOWA CI Y OFFICE VWOM drawing title N M�CHANICA, 5PFCIFICAVON5 ANn 12MIL5 job no. 0 0510 date 0 12112108 revised 0 sheet no. N M -5 v O < Q O � s � °<5 O v v v O project name 0 CITY OF IOWA CI Y OFFICE VWOM drawing title N M�CHANICA, 5PFCIFICAVON5 ANn 12MIL5 job no. 0 0510 date 0 12112108 revised 0 sheet no. N M -5 GENERAL ELECTRICAL DEMOLITION NOTES: 1. THE ELECTRICAL DEMOLITION DRAWINGS INDICATE EXISTING ELECTRICAL ITEMS. THE DRAWINGS ARE INTENDED TO INDICATE THE SCOPE OF WORK REQUIRED AND DO NOT INDICATE EVERY DEVICE, BOX, CONDUIT, OR WIRE THAT MAY EXIST. THE CONTRACTOR SHALL VISIT THE SITE PRIOR TO SUBMITTING A BID AND VERIFY EXISTING CONDITIONS. 2. ELECTRICAL ITEMS (i.e., LIGHTING FIXTURES, RECEPTACLES, SWITCHES, ETC.) REMOVED AND NOT RELOCATED REMAIN THE PROPERTY OF THE OWNER. THE CONTRACTOR SHALL BE RESPONSIBLE FOR DISPOSAL OF MATERIAL THE OWNER DOES NOT WANT TO REUSE OR RETAIN (i.e., FOR MAINTENANCE PURPOSES). 3. THE CONTRACTOR SHALL OBTAIN APPROVAL FROM THE OWNER 72 HOURS IN ADVANCE BEFORE TURNING OFF POWER TO CIRCUITS, FEEDERS, PANELS, ETC. COORDINATE ALL OUTAGES WITH OWNER. 4. WHERE LIGHTS, SWITCHES, RECEPTACLES, ETC., ARE BEING REMOVED, ALL ASSOCIATED CONDUIT AND WIRE BACK TO THE PANELBOARD OR FEEDER JUNCTION BOX SERVING THE DEVICE SHALL ALSO BE REMOVED. WHERE COMMUNICATION DEVICES ARE BEING REMOVED, ALL ASSOCIATED CONDUIT AND WIRE BACK TO THE FLOOR ELECTRICAL ROOM SHALL ALSO BE REMOVED. 5. ALL CONDUIT SHALL BE REMOVED WHERE WALLS ARE BEING REMOVED. WHERE CONDUIT IS IN THE CONCRETE SLAB, CUT OFF FLUSH, PULL OUT WIRE, AND PLUG. WHERE CONDUIT IS RUN EXPOSED, ALL ASSOCIATED CLAMPS, SUPPORTS, HANGERS, ETC., SHALL ALSO BE REMOVED. 6. ELECTRICAL CONTRACTOR SHALL COORDINATE ALL ELECTRICAL WORK WITH THE OTHER CONTRACTORS AT THE JOB SITE BEFORE REMOVING EXISTING ELECTRICAL AND INSTALLING NEW ITEMS. 7. REFER TO ARCHITECTURAL PHASING PLANS FOR PHASING OF DEMOLITION. PROVIDE TEMPORARY SERVICES WHERE REQUIRED TO FACILITATE THE PHASING PLAN. 8. EQUIPMENT REMOVAL IN CERTAIN LOCATIONS MAY REQUIRE THE INSTALLATION OF A JUNCTION BOX TO RECONNECT CIRCUITS THAT REMAIN IN OPERATION. EXTEND CONDUIT AND WIRING AS REQUIRED TO MAINTAIN POWER TO REMAINING EQUIPMENT. 9. WHERE DEVICES ARE TO BE REMOVED FROM EXISTING TO REMAIN WALLS, ELECTRICAL CONTRACTOR SHALL BE RESPONSIBLE FOR PATCHING AND PAINTING THE WALL. SWITCHBOARD SWBDA (GE, 400A, 120/208V, 3�, 4W SWITCHBOARD) / FA-=� r -, ®MI v s D4 in HE GENERAL ELECTRICAL DEMOLITION NOTES: D1 REMOVE THE INDICATED ITEM, BACKBOX, CONDUIT AND WIRE BACK TO THE SOURCE EXCEPT WHERE MAINTAINING CONTINUITY TO EXISTING TO REMAIN ACTIVE DEVICES. D2 EXISTING DEVICE(S) SHALL BE REMOVED, SALVAGED, AND RELOCATED AS SHOWN IN NEW WORK PLAN. D3 EXISTING DEVICE(S) SHALL REMAIN AS CURRENTLY INSTALLED UNLESS "ALTERNATE 1" IS ACCEPTED (SEE SHEET E3 FOR ALTERNATE 1 WORK). D4 EXISTING PANELBOARD "A" ENCLOSURE SHALL REMAIN. REMOVE THE PANEL INTERIORS AND PANEL FEEDER CONDUCTORS BACK TO SWITCHBOARD SWBDA. PANEL FEEDER IS ROUTED UNDER SLAB. PANEL FEEDER CONDUIT SHALL BE ABANDONED IN PLACE. PROVIDE A NEW PANEL FEEDER (4 #2AWG +1 #8AWG GND, 1 1/4-C) FROM THE PANEL "A" 100 AMP DISCONNECT SWITCH IN SWITCHBOARD SWBDA TO THE NEW REPLACEMENT PANEL "A ". EXTEND ALL ACTIVE TO REMAIN CIRCUITS TO NEW PANEL "A ". PROVIDE A NEW FINISHED STEEL SHEET METAL COVER FOR THE EXISTING PANEL ENCLOSURE. BEHIND THE PANEL IS A JUNCTION BOX FOR BRANCH CIRCUITS THAT FEED THE BUILDING MAINTENANCE ROOM. CONTRACTOR SHALL REMOVE ALL CONDUIT, WIRE, AND BACKBOXES IN THE STORAGE ROOM AND PROVIDE NEW BRANCH CIRCUIT WIRING FROM NEW PANEL "A" TO BUILDING MAINTENANCE ROOM. D5 EXISTING WIREMOLD STRIP AND BRANCH CIRCUIT TO BE REMOVED. D6 EXISTING FIBER OPTICS EQUIPMENT AND COAX CABLING TO BE REMOVED BY OTHERS. D7 REMOVE THE INDICATED LIGHT FIXTURE. MAINTAIN CONTINUITY TO EXISTING TO REMAIN LIGHT FIXTURES. D8 REMOVE LIGHT FIXTURES, SPEAKERS, FIRE ALARM DEVICES, COMMUNICATIONS DEVICES AND BACKBOXES FROM THE INDICATED ROOM /CORRIDOR OR BOUNDED AREA CEILING(S) UNLESS NOTED OTHERWISE. IN REFERENCE TO THE "NEW WORK" PLANS, SOME REMOVED LIGHT FIXTURES AND DEVICES SHALL BE REUSED. THE LIGHT FIXTURES TO BE REUSED SHALL BE CLEANED AND RELAMPED. DD EXISTING DEVICE(S) SHALL REMAIN AS CURRENTLY INSTALLED UNLESS "ALTERNATE 2" IS ACCEPTED (SEE SHEET E3 FOR ALTERNATE 2 WORK). D10 EXISTING BRANCH PANELBOARD "B" TO BE REMOVED. INSTALL A JUNCTION BOX IN THE CEILING SPACE TO INTERCEPT THE BRANCH CIRCUITS, EXTEND THE ACTIVE TO REMAIN BRANCH CIRCUITS TO THE NEW REPLACEMENT PANEL "B ". EXISTING PANEL "B" IS FED FROM SWITCHBOARD SWBDA BY WAY OF A 100A DISCONNECT SWITCH. THERE IS A SPARE 200A DISCONNECT SWITCH IN SWBDA. CHANGE OUT THE FUSES TO NEW 150A FUSES. PROVIDE 4#1/0 AWG +1 #6 AWG GND, 2 "C FROM THIS SPARE DISCONNECT SWITCH TO NEW PANEL "B ". EXTEND ACTIVE TO REMAIN BRANCH CIRCUITS TO NEW PANEL "B" DURING OFF — HOURS. AFTER ALL ACTIVE TO REMAIN CIRCUITS ARE REFED FROM NEW REPLACEMENT PANEL "B ", CONTRACTOR SHALL REMOVE EXISTING PANEL "B" AND THE PANEL FEEDER BACK TO SWITCHBOARD SWBDA. THE 100A DISCONNECT SWITCH IN SWBDA THAT SERVED DEMO'D PANEL SHALL BE LABELED AS "SPARE ". D11 EXISTING DEVICE(S) SHALL REMAIN AS CURRENTLY INSTALLED UNLESS NOTED OTHERWISE. F1 El I I L-,.,,) Now ■o® ®�■ +. MEIN■■■ 1 ■■■■■■M ■IN■■■ ■I•MINIMM ■I■IN T. -ii T 1: EXISTING RELIEF CONDENSING UNIT FOR E UNITARY AIR CONDITIONER D1 i 1B1 c 1: ■INININ■■ • ■E®®M! ELECTRICAL DEMOLITION FLOOR PLAN ■IN■ ■IN■ ■N■ son !E■ !E■ !S!! ■E■ ■E! ■o■ ■■■ ■■■ ■IN■■■■ ■■MNON No MEN ME MEIN■■■ MINIM■■■ ■ ■NEM ■■■ ■■■ SURFACE RACEWAY AT +36" 5 3N 4 fo ELECTRICAL SYMBOLS LIGHTING FIXTURE TYPE AS NOTED F— Q PARABOLIC FLUORESCENT FIXTURE U O TYPE AS NOTED O FIXTURE QFLUORESCENT ' TYPE AS NOTED ®� EXIT SIGN MOUNTED ON CEILING. ARROWS) /BAR(S) INDICATE FACES) /DIRECTION SWITCH, SINGLE POLE, +48" UNO 0 3 = THREE —WAY D = DIMMER 1500W i PANELBOARD, SURFACE MOUNTED 0i PANELBOARD, FLUSH MOUNTED JUNCTION BOX, WALL MOUNTED FIRE ALARM AUDIO AND VISUAL COMBINATION STATION > {� +80" UNO O EQUIPMENT CONNECTION �` ~ FIRE ALARM PHOTOELECTRIC DETECTOR O SUBSCRIPT A = AUXILIARY CONTACTS COMBINATION TELEPHONE OUTLET AND DATA OUTLET mom IN A COMMON DOUBLE GANG BOX, AT 18" A.F.F. �v POWER /COMMUNICATIONS SURFACE RACEWAY DUPLEX RECEPTACLE WITH GROUND OTC 3 WIRE, 120V, +18" UNO DD = DOUBLE DUPLEX GFI = GROUND FAULT CURRENT INTERRUPTER G- SPECIAL RECEPTACLE, WALL MOUNTED Q SPEAKER UNIT, CEILING MOUNTED a CLOCK OUTLET, WALL MOUNTED, +84" UNO ELECTRICAL SYMBOLS NOTES 1. THIS IS A STANDARD SYMBOL LIST, NOT ALL SYMBOLS MAY BE USED ON PLANS. 2. CONDUIT AND CONDUCTORS ARE SHOWN TO INDICATE CIRCUITING AND SWITCHING. THE EXACT ROUTING OF CONDUIT AND THE EXACT QUANTITIES OF CONDUCTORS SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. 3. WHERE USED, LOWER CASE LETTERS AT FIXTURE AND SWITCHES INDICATE ASSOCIATED UNITS FOR SWITCHING. UPPER CASE LETTERS AT FIXTURES INDICATE THE TYPE OF FIXTURES. NUMBERS AT AT FIXTURES INDICATE PANELBOARD CIRCUIT. 4. A LOWER CASE "e" NEXT TO A DEVICE INDICATES THE DEVICE IS EXISTING TO REMAIN FROM DEMOLITION. 5. A LOWER CASE "s" NEXT TO A DEVICE INDICATES THE DEVICE IS SURFACE MOUNTED. W F— Q U O O s U) Q O 0 Z N Lp N U) .� N a) t vv0 E > {� z N M 0CD 0 ZU �` ~ 0 Cu W Q._ mom 0 �v W Cu 0') �Q OTC 't ■ n project name E CITY OF IOWA CI Y OFFICE FIWOP�L drawing title N �L. CTI2ICA1, 12 MOL ITION PLAN job no. 0510 date 12/12/08 revised sheet no. O s °16 O v vv0 project name E CITY OF IOWA CI Y OFFICE FIWOP�L drawing title N �L. CTI2ICA1, 12 MOL ITION PLAN job no. 0510 date 12/12/08 revised sheet no. N PROPOSED ELECTRICAL FLOOR PLAN * — ABANDONED GENERAL ELECTRICAL NOTES: 1. REFER TO ARCHITECTURAL DRAWING AND ELEVATIONS FOR FINAL LOCATIONS OF ALL DEVICES MOUNTED ABOVE COUNTER. 2. REFER TO ARCHITECTURAL DRAWINGS AND ELEVATIONS FOR STANDARD MOUNTING HEIGHTS, EQUIPMENT DESCRIPTIONS AND EQUIPMENT FINAL LOCATIONS. 3. PROVIDE A GREEN INSULATED GROUNDING CONDUCTOR FOR ALL EQUIPMENT, LIGHT FIXTURES AND RECEPTACLES. 4• ALL COMBINATION TELEPHONE /DATA OUTLETS AND WALL TELEPHONE OUTLETS SHALL HAVE ONE (1) DOUBLE GANG BOX AND BLANK COVER PLATE. PROVIDE ONE (1) 1" CONDUIT FROM THE OUTLET BOX TO THE FLOOR ELECTRICAL ROOM CEILING SPACE. THE DEVICE, COVERPLATE, AND CABLING SHALL BE CONSIDERED BY OTHERS. PANELBOARD SCHEDULE - EXISTING LOCATION: STORAGE /JANITOR 120/208 VOLTS MAIN DISCONNECT: REMARKS: SECTION 1 OF 1 LOAD: PHASE A VA A 3 PHASE 4 WIRE 100 AMPERES TYPE: G.E. TRP18 -415F MOUNTING: RECESSED AIC: PHASE B VA PHASE C VA TOTAL VA LOAD DESCRIPTION COT N0, O.C.P. DEVICE VA LOAD PH VA LOAD O.C.P. E DEVICE NO, N OAD DESCRIPTION N AN EMSIM TO ROUN WAU. ELEKI WOO GONIRACMIlt SHALT. � GUT AID PATCH IM WALT. AS RMIM TO TIC `C THROUGH INUMOK AM ROUTE IM GOlrWW GONCEALEi1w NET s SPARE 7. PROVIDE AN UNSWITCHED CONDUCTOR TO EACH EXIT SIGN. COPY MACHINE 1 * 3OA /1 — A — 20A/1 2 LIGHTS COPY MACHINE 3 * 30A/1 — B — *20A/2 4 AIR CONDITIONER REPRODUCTION RECPT 5 20A/1 20A _ C — -- 6 - -- XEROX MACHINE 7 O _ A — 3OA /2 8 XEROX COPY /PRINTING MACH. STORE RM PLUGMOLD 9 2OA /1 20A /1 _ B — -- 10 - -- LIGHTS & RECPT 11 20A/1 2OA /1 _ C — 15A/1 12 COUNCIL CHAMBER, RAMP RECPT BLUE PRINT RM FAN 13 2OA /1 — A — 20A/1 14 STORE ROOM RECPT DRIVE —UP OFFICE LIGHTS 15 * 2OA /1 — B — 2OA /2 16 MULTILATH MACHINE SPARE 17 20A/1 — C — -- 18 - -- * — ABANDONED GENERAL ELECTRICAL NOTES: 1. REFER TO ARCHITECTURAL DRAWING AND ELEVATIONS FOR FINAL LOCATIONS OF ALL DEVICES MOUNTED ABOVE COUNTER. 2. REFER TO ARCHITECTURAL DRAWINGS AND ELEVATIONS FOR STANDARD MOUNTING HEIGHTS, EQUIPMENT DESCRIPTIONS AND EQUIPMENT FINAL LOCATIONS. 3. PROVIDE A GREEN INSULATED GROUNDING CONDUCTOR FOR ALL EQUIPMENT, LIGHT FIXTURES AND RECEPTACLES. 4• ALL COMBINATION TELEPHONE /DATA OUTLETS AND WALL TELEPHONE OUTLETS SHALL HAVE ONE (1) DOUBLE GANG BOX AND BLANK COVER PLATE. PROVIDE ONE (1) 1" CONDUIT FROM THE OUTLET BOX TO THE FLOOR ELECTRICAL ROOM CEILING SPACE. THE DEVICE, COVERPLATE, AND CABLING SHALL BE CONSIDERED BY OTHERS. REFERENCED ELECTRICAL NOTES: .d *" -, {. E1 CONTRACTOR SHALL CUT AND PATCH THE WALL TO DROP TWO(2) 1" CONDUITS CONCEALED TO 6 "AFF AND ROUTED THROUGH THE BASE CABINET TIGHT TO EAST WALL OF CABINET TO WIREMOLD 4000. E2 AT THE INDICATED LOCATION IS AN EXISTING OUTLET BACKBOX WITH A 120 VOLT CIRCUIT. CONTRACTOR SHALL FURNISH AND INSTALL ONE(1) DUPLEX RECEPTACLE AT THIS LOCATION. E3 CONTRACTOR SHALL CUT AND PATCH THE BLOCK WALL TO FLUSH MOUNT THE TWO INDICATED BACK BOXES. THE VERTICAL RGS CONDUIT DROP SHALL BE SURFACE MOUNTED IN THE MAINTENANCE ROOM AS SHOWN. E4 CONTRACTOR SHALL CUT /CHANNEL THE EXISTING CONCRETE WALL TO ROUTE ONE(1) 1" RGS CONDUIT CONCEALED VERTICALLY DOWN THE WALL. CONTRACTOR SHALL FILL THE CHANNEL. CONDUIT SHALL STUB —OUT INTO THE CEILING SPACE. AT THE FLOOR LINE, THE CONDUIT SHALL BE ROUTED TO THE FLOOR PIT. CONTRACTOR SHALL SAW CUT AND PATCH THE FLOOR TO ROUTE THE CONDUIT CONCEALED FROM THE WALL TO THE PIT. PROVIDE A NYLON PULL CORD IN THE EMPTY CONDUIT. PANELBOARD SCHEDULE - NEW REPLACEMENT 5. THE NEW AND RELOCATED FIRE ALARM DEVICES IN THE REMODEL LOAD DESCRIPTION SPACES SHALL BE CONNECTED TO THE FIRE ALARM SYSTEM. ANY O.C.P. DEVICE NEW FIRE ALARM DEVICES SHALL MATCH EXISTING. UPGRADE =MOLD 4000 SYSTEM PER SPECIFICATIONS. 5" AFF N NO, LOAD DESCRIPTION 6. AT LIOCAIIONS T&M EWCiRICAI MAVOW SHOW A NEW OENCE U N AN EMSIM TO ROUN WAU. ELEKI WOO GONIRACMIlt SHALT. � GUT AID PATCH IM WALT. AS RMIM TO TIC `C THROUGH INUMOK AM ROUTE IM GOlrWW GONCEALEi1w NET s SPARE 7. PROVIDE AN UNSWITCHED CONDUCTOR TO EACH EXIT SIGN. REFERENCED ELECTRICAL NOTES: .d *" -, {. E1 CONTRACTOR SHALL CUT AND PATCH THE WALL TO DROP TWO(2) 1" CONDUITS CONCEALED TO 6 "AFF AND ROUTED THROUGH THE BASE CABINET TIGHT TO EAST WALL OF CABINET TO WIREMOLD 4000. E2 AT THE INDICATED LOCATION IS AN EXISTING OUTLET BACKBOX WITH A 120 VOLT CIRCUIT. CONTRACTOR SHALL FURNISH AND INSTALL ONE(1) DUPLEX RECEPTACLE AT THIS LOCATION. E3 CONTRACTOR SHALL CUT AND PATCH THE BLOCK WALL TO FLUSH MOUNT THE TWO INDICATED BACK BOXES. THE VERTICAL RGS CONDUIT DROP SHALL BE SURFACE MOUNTED IN THE MAINTENANCE ROOM AS SHOWN. E4 CONTRACTOR SHALL CUT /CHANNEL THE EXISTING CONCRETE WALL TO ROUTE ONE(1) 1" RGS CONDUIT CONCEALED VERTICALLY DOWN THE WALL. CONTRACTOR SHALL FILL THE CHANNEL. CONDUIT SHALL STUB —OUT INTO THE CEILING SPACE. AT THE FLOOR LINE, THE CONDUIT SHALL BE ROUTED TO THE FLOOR PIT. CONTRACTOR SHALL SAW CUT AND PATCH THE FLOOR TO ROUTE THE CONDUIT CONCEALED FROM THE WALL TO THE PIT. PROVIDE A NYLON PULL CORD IN THE EMPTY CONDUIT. PANELBOARD SCHEDULE - NEW REPLACEMENT LOCATION: STORAGE /JANITOR A 120/208 VOLTS 3 PHASE 4 WIRE 100 AMPERES MAIN DISCONNECT: MLO TYPE: SQUARE D NQOD MOUNTING: SURFACE AIC: 1 O REMARKS: SECTION 1 OF 1 LOAD: PHASE A kVA PHASE B kVA PHASE C kVA TOTAL kVA LOAD DESCRIPTION CK7 NO, O.C.P. DEVICE LOAD LOAD PH kVA LOAD O.C.P. DEVICE N NO, LOAD DESCRIPTION O U � � 0 s SPARE 1 20A/1 — A — 2OA /1 2 *LIGHTS SPARE 3 20A/1 — B — 20A/2 4 SPARE �C REPRODUCTION RECPT 5 20A/1 — C — -- 6 - -- * XEROX MACHINE 7 2OA /1 — A — 3OA/2 8 *XEROX COPY /PRINTING MACH. * STORE RM PLUGMOLD 9 20A/1 — B — -- 10 * - -- * LIGHTS & RECPT 11 2OA /1 — C — 15A/1 12 *COUNCIL CHAMBER, RAMP RCPT * BLUE PRINT RM FAN 13 20A/1 — A — 20A/1 14 *STORE ROOM RECPT SPARE 15 20A/1 — B — 20A/2 16 * MULTILATH MACHINE SPARE 17 20A/1 — C — -- 18 * - -- KITCHENETTE UC REFRIGERATOR 19 20A/1 — A — 20A/1 20 CONFERENCE RM RECPT KITCHENETTE MICROWAVE 21 2OA /1 — B — 20A/1 22 OFFICE 1 RECPT KITCHENETTE COUNTER RECPT 23 2OA /1 — C 0 20A/1 24 SPARE MAINTENANCE RM RECPT 25 20A/1 — A 0 20A/1 26 SPARE MAINTENANCE RM RECPT 27 2OA/1 — B 0 20A/1 28 SPARE CORRIDOR RECPT 29 20A/1 I — ICI 0 1 2OA/1 1301SPARE * — RECONNECT TO EXISTING BRANCH CIRCUIT WIRING ■! 1; i W H 07 W H Q Q O U � � 0 s U) Q 0 z < LO a) �- i- N iN 0 F— (1) ca N O O U zW Cu 0 Q 1_— � = - cf) W v Cu c: Q d O M C: ■ mo project name 0 CITY OF IOWA CIN OFFICE P MOP�L drawing title 0 FF1'OFO5N2 PLAN job no. 0 0510 date 0 12/12/08 revised E sheet no. E � -2 J v < Q O O � � s project name 0 CITY OF IOWA CIN OFFICE P MOP�L drawing title 0 FF1'OFO5N2 PLAN job no. 0 0510 date 0 12/12/08 revised E sheet no. E � -2 J v v O project name 0 CITY OF IOWA CIN OFFICE P MOP�L drawing title 0 FF1'OFO5N2 PLAN job no. 0 0510 date 0 12/12/08 revised E sheet no. E � -2 J i ■ \ i \ PANELBOARD SCHEDULE - EXISTING LOCATION: CORRIDOR B 120/208 VOLTS 3 PHASE 4 WIRE 125 AMPERES MAIN DISCONNECT: MLO TYPE: G.E. "A" SERIES MOUNTING: FLUSH AIC: REMARKS: SECTION 1 OF 1 LOAD: PHASE A VA PHASE B VA PHASE C VA TOTAL VA LOAD DESCRIPTION COT N0. O.C.P. DEVICE VA LOAD PH VA LOAD O.C.P. DEVICE N0. LOAD DESCRIPTION 120 RECESSED - EXISTING TO REMAIN AS INSTALLED LO EXISTING RELOCATED LIGHT FIXTURE -- 120 - RM 32, 33 RECPT 1 20A/1 - A - 20A/1 2 RM 31, 27, 28 LTS RM 34 RECPT 3 20A/1 - B - 20A/1 4 RM 34, CORR. LTS RM 30, 32 RECPT 5 20A/1 - C - 2OA /1 6 RM 29, 30, 32, 35 LTS RM 31, CORR RECPT 7 2OA /1 - A - 2OA /1 8 RM 28 RECPT RM 27 RECPT 9 20A/1 - B - 20A/1 10 RM 28 RECPT MESSAGE CENTER RECPT 11 20A/1 - C - 20A/1 12 RM 29 RECPT HALL RECPT 13 20A/1 - A - 20A/1 14 AC11VE COPY MACHINE RECPT 15 2OA /1 - B - 20A/1 16 ACTIVE AC11VE 17 20A/1 - C - 20A/1 18 HVAC CONTROL XFMR SPACE 19 /1 0 A 0 /1 20 SPACE SPACE 21 /1 0 B 0 /1 22 SPACE SPACE 23 /1 0 C 0 /1 24 SPACE SPACE 25 /1 0 A 0 /1 26 SPACE SPACE 27 /1 0 B 0 /1 28 SPACE SPACE 29 /1 0 C 0 /1 30 SPACE REFERENCED LIGHTING NOTES: L1 THE CONTRACTOR SHALL CONSIDER THE WORK ASSOCIATED WITH PROVIDING LIGHT FIXTURE TYPE L4, CIRCUITING AND ASSOCIATED SWITCHING IN THE INDICATED ROOM, AS PART OF ALTERNATE #1. L2 CONNECT NEW /RELOCATED LIGHT FIXTURES TO EXISTING ROOM /CORRIDOR LIGHTING CIRCUIT. L3 THE INSTALLATION OF NEW LIGHTS AND MODIFICATIONS TO EXISTING LIGHT FIXTURES WITHIN THE BOUNDED AREA SHALL BE CONSIDERED AS "ALTERNATE 1" WORK. L4 UNDER "ALTERNATE 2 ", THE FIXTURE TYPES "LO" AND "FO" SHALL BE REPLACED WITH NEW FIXTURES, TYPE L7, OF THE SAME QUANTITY. CONNECT TO EXISTING LIGHTING CIRCUIT AND SWITCHING. L5 UNDER "ALTERNATE 1", REMOVE EXISTING SWITCH LEG AND LIGHT SWITCH. REMOVE EXISTING BACKBOX. CUT AND PATCH WALL TO REPLACE BACKBOX WITH A 3 -GANG BACKBOX FOR NEW SWITCHES. L6 REMOVE EXISTING SWITCH LEG AND LIGHT SWITCH. REMOVE EXISTING BACKBOX. CUT AND PATCH WALL TO REPLACE BACKBOX WITH A 3 -GANG BACKBOX FOR NEW SWITCHES. L7 EXISTING 2x4, 18 CELL, 3 -LAMP PARABOLIC TROFFER. CONTRACTOR SHALL MODIFY THE LIGHT FIXTURE BALLASTS FOR DOUBLE SWITCHING. CONTRACTOR SHALL PROVIDE NEW SWITCH LEGS TO THE NEW LIGHT SWITCHES FOR DOUBLE SWITCHING. GENERAL ELECTRICAL NOTES: 1. REFER TO ARCHITECTURAL DRAWING AND ELEVATIONS FOR FINAL ;I LOCATIONS OF ALL DEVICES MOUNTED ABOVE COUNTER. W} 2. REFER TO ARCHITECTURAL DRAWINGS AND ELEVATIONS FOR STANDARD MOUNTING HEIGHTS, EQUIPMENT DESCRIPTIONS, AND, I -L; n EQUIPMENT FINAL LOCATIONS. 3. PROVIDE A GREEN INSULATED GROUNDING CONDUCTOR FOR k, -ALL -_ EQUIPMENT, LIGHT FIXTURES AND RECEPTACLES._ Y;:j - `° �0p{ =, 4. ALL COMBINATION TELEPHONE /DATA OUTLETS AND WALL TELEPHONE OUTLETS SHALL HAVE ONE (1) DOUBLE GANG BOX AND BLANK COVER PLATE. PROVIDE ONE (1) 1" CONDUIT FROM THE OUTLET BOX TO THE FLOOR ELECTRICAL ROOM CEILING SPACE. THE DEVICE, COVERPLATE, AND CABLING SHALL BE CONSIDERED BY OTHERS. 5. THE NEW AND RELOCATED FIRE ALARM DEVICES IN THE REMODEL SPACES SHALL BE CONNECTED TO THE FIRE ALARM SYSTEM. ANY NEW FIRE ALARM DEVICES SHALL MATCH EXISTING. UPGRADE SYSTEM PER SPECIFICATIONS. 6. AT LACA11M E LECIRK,At. MAIM SHOD A NEW DENIM M AN EEO IM TO REIrIAM WKU EIDCIRICAL CONTRACTOR SHALL CUT AND PATCH 1HE WALL AS kdk TO 1HE UAC11M AND ROUTE W COIr DW OONCEALED+ 7. PROVIDE AN UNSWITCHED CONDUCTOR TO EACH EXIT SIGN. LIGHTING FIXTURE SCHEDULE MARK MANUFACTURER AND MODEL NUMBER LAMPS VOLTS MOUNTING MHOUNTI G REMARKS FO EXISTING LIGHT FIXTURE -- 120 RECESSED - EXISTING TO REMAIN AS INSTALLED LO EXISTING RELOCATED LIGHT FIXTURE -- 120 - - FIXTURE TYPE VARIES LXP EXISTING RELOCATED PARABOLIC LIGHT FIXTURE -- 120 RECESSED - 2x4 18 CELL PARABOLIC TROFFER LXD EXISTING RELOCATED DOWNLIGHT FIXTURE -- 120 RECESSED - COMPACT FLUORESCENT DOWNLIGHT L1 LITHONIA #2PM3B33218LS- 1/1 -1/2 3- F32,T8 120 RECESSED - 2x4 18 CELL PARABOLIC TROFFER, DOUBLE SWITCHED L2 LITHONIA #2SPG232Al2.125 2- F32,T8 120 RECESSED - 2x4 TROFFER, 2 LAMP L3 LITHONIA #2SPG332Al2.125 -1 /2 -1 /1 3- F32,T8 120 RECESSED - 2x4 TROFFER, 3 LAMP, DOUBLE SWITCHED L4 PRESCOLITE #D432EB- 4D5 -SS 1 -32W TRIPLE TUBE 120 RECESSED - 4" DOWN LIGHT L5 PRESCOLITE #CFT632EB- STF602 -WT 1 -32W TRIPLE TUBE 120 RECESSED - 6" DOWN LIGHT L6 LITHONIA #2PM3B23218LS 2- F32,T8 120 RECESSED - 2x4 18 CELL PARABOLIC TROFFER L7 LITHONIA #2SB2 -32 2- F32,T8 120 SURFACE - 1x4 SURFACE MOUNTED WRAPAROUND XA LITHONIA #LES- W- 1 -R -ELN LED 120 SURFACE - SINGLE FACE LED EXIT SIGN NOTES: 1. PROVIDE ALL NECESSARY COMPONENTS, PER MANUFACTURER'S RECOMMENDATION, TO INSTALL A COMPLETE WORKING SYSTEM. PANELBOARD SCHEDULE - NEW REPLACEMENT LOCATION: STORAGE/FILE ROOM B 120/208 VOLTS 3 PHASE 4 WIRE 200 AMPERES MAIN DISCONNECT. MLO TYPE: SQUARE D NOW MOUNTING: FLUSH AIC: 1Ok REMARKS: SECTION 1 OF 1 LOAD: PHASE A kVA PHASE B kVA PHASE C kVA TOTAL kVA LOAD DESCRIPTION COT N0. O.C.P. DEVICE LOAD PH kVA LOAD O.C.P. DEVICE N N0. LOAD DESCRIPTION U � � 0 (n * RM 32, 33 RECPT 1 20A/1 - A - 20A/1 2 RM 31, 27, 28 LTS �C RM 34 RECPT 3 20A/1 - B - 2OA/1 4 RM 34, CORR. LTS �C RM 30, 32 RECPT 5 2OA /1 - C - 20A/1 6 * RM 29, 30, 32, 35 LTS �C RM 31, CORR RECPT 7 20A/1 - A - 20A/1 8 RM 28 RECPT �C RM 27 RECPT 9 2OA /1 - B - 2OA /1 . 10 * RM 28 RECPT * MESSAGE CENTER RECPT 11 20A/1 - C - 20A/1 12 * RM 29 RECPT HALL RECPT 13 20A/1 - A - 20A/1 14 * ACTIVE COPY MACHINE RECPT 15 2OA /1 - B - 20A/1 16 ACTIVE ACTIVE 17 2OA/1 - C - 20A/1 18 HVAC CONTROL XFMR OFFICE 2 RECPT 19 2OA/1 - A - 2OA /1 20 COUNCIL OFFICE RECEPT STORAGE /FILES RECPT 21 2OA/1 - B - 20A/1 22 ASSIST CITY ATTORNEY RECEPT OFFICE ACCENT LTS 23 2OA /1 - C - 20A/1 24 HALL RECEPT SPARE 25 2OA /1 0 A - 20A/1 26 HALL RECEPT SPARE 27 20A/1 0 B - 20A/t 28 HALL RECEPT SPARE 29 20A/1 0 C - 20A/1 30 HALL COPIER RECEPT SPARE 31 20A/1 0 A 0 20A/1 32 SPARE SPARE 33 2OA /1 0 B 0 20A/1 34 SPARE SPARE 35 2OA /1 0 C 0 20A/1 36 SPARE SPARE 37 2OA /1 0 A 0 20A/1 38 SPARE SPARE 39 20A/1 0 B 0 20A/1 40 SPARE SPARE 41 20A/1 0 C 0 20A/1 42 SPARE * - RECONNECT TO EXISTING BRANCH CIRCUIT WIRING IN v F— � O Q < U � � 0 (n Q 0 z N L, N �N � acv o °0 v ZU cU 2 r-- 0 W Q ~ J = M W � N (1) r Q 't C= IN O v � O < < O � � O � � v v O project name 0 CITY OF IOWA CIfY OFFICS V QOM drawing title N Fp01905�n L 1 1-11% PLAN job no. 0510 date E 12/12/08 revised sheet no. 0 16000 ELECTRICAL SPECIFICATIONS L BASIC MATERIALS AND METHODS PART 1 GENERAL 1.01 Provide labor, material and equipment required to install electrical work. 1.02 Obtain, furnish and include costs of necessary permits, fees, and inspection certificates for material and labor furnished. 1.03 REFERENCES A. Americans with Disabilities Act (ADA) B. American National Standards Institute (ANSI) C. Federal Communications Commission (FCC) D. National Electrical Code (NEC) E. National Electrical Manufacturers Association (NEMA) F. National Fire Protection Association (NFPA) NFPA 101 G. Underwriters' Laboratories, Inc. (UL) 1.04 SUBMITTALS A. Submit to the Architect /Engineer for review, prior to the placing of orders for any equipment, a complete schedule of electrical fixtures, materials, and panels to be installed. Schedule shall consist of catalog cuts, diagrams, shop drawings, performance curves, or any other descriptive material necessary to fully describe the equipment proposed and its operating characteristics. B. Review of the materials, including alternate or substitute items, shall be obtained in writing from the Architect /Engineer. Verbal review will not be considered binding. C. Submittals shall have been reviewed and signed by the contractor prior to submittal to the Architect /Engineer. Foxes or copies of faxes are not acceptable. The Architect /Engineer will review submittals to aid in interpreting the drawings and specifications, and in so doing, will assume that the submittals conform to the specified requirements set forth in this specification. Review of submittals by the Architect /Engineer does not relieve the Contractor of the responsibility of complying with the elements of the specifications. D. Furnish copies of parts lists and operating and maintenance instructions and manuals, and furnish the services of a competent, trained individual thoroughly familiar with the operation of each special system. Special systems shall include electrical and communications equipment requiring operating instructions, inspection or periodic maintenance. The person instructing the Owner shall see that the Owner is conversant with the operation of the system and its various controls; the company from whom maintenance service and repairs may be obtained; and the location and function of switches, devices, and accessories contained in the system. E. Operations and Maintenance Manuals shall be supplied containing the following: 1. operation, maintenance, recommended spare parts, and renewal parts information for equipment furnished. 2. Set of complete, final, as- reviewed and accepted information required to be submitted for review. 3. As- constructed electrical, equipment, and installation drawings. 4. Index of equipment suppliers listing current names, addresses and telephone numbers of those who should be contacted for service. 5. As- constructed contract drawings permanently marked in red to show departures from original drawings. 6. Submit one (1) copy for review. This copy will be returned. Submit three (3) final revised copies. F. Submit fire stop information and data sheets. 1.05 Work shall conform to or exceed the minimum requirements of the currently enforced edition of the NEC and state, local, and municipal ordinances. 1.06 Visit the existing site and become familiar with the conditions as they exist, or that will in any manner affect the work. No allowance will be made subsequently, in this connection, on the behalf of the contractors for any error or negligence on their part. PART 2 PRODUCTS 2.01 Materials shall be new, complete with manufacturer's guarantee or warrant. 2.02 Material shall be as listed by UL, if a standard has been established by the agency for the type of material. PART 3 EXECUTION 3.01 No energized conductors shall be exposed at any time except when the immediate area is under direct supervision of a qualified electrician. 3.02 Changes in service shall be made so as to provide a minimum of interference with the operation of the owner's existing facilities. 3.03 When changes require shut -down of electrical services, the contractor shall notify the owner, proper building authorities, or owner's representative not less than 24 hours in advance and obtain approval from these authorities before making changes. 3.04 Provide temporary electrical utilities including lighting and power receptacles for single phase, 120 and 240 volt equipment during construction. 3.05 Color- coding of wiring shall match existing. 3.06 Ground wires shall be green or bare copper. 3.07 Identify each panelboard, starter, contactor, disconnect switch, pushbutton station and relay with the name, number of device, and circuit number. Use an engraved laminated plastic plate with white letters on a black background. 3.08 Label each junction box, pull box, outlet box, and device box cover, concealing branch circuit conductors. Indicate the panel and circuit number of the circuit(s) contained. Label with an indelible market on the inside of the cover for outlet and device boxes and on the outside of the cover for junction boxes and pull boxes. 3.09 Identify each fire alarm relay and junction box cover with the system name (Fire Alarm), address of device, function of the cable /device contained. Label with indelible marker. 3.10 Furnish and install "through- penetration fire stop systems," consisting of field constructed assemblage of products and materials, designed to prevent the spread of fire and gases through fire -rated openings which are commonly made through walls and floors to accommodate penetrants such as busway, cable tray, electrical cables, and conduits. 3.11 Keep entire portion of the work in repair, without additional cost to the owner, where defects in workmanship, apparatus, material, or construction are concerned for one (1) year from the date of final acceptance. 3.12 DEMOLITION A. Remove electrical services and associated items as required and as shown on drawings. B. Remove telephone, data and fire alarm cables not in use. C. Protect adjacent areas before, during, and following removal operations. D. Leave the area clean, ready for further construction. E. Existing equipment not reused or retained by the Owner shall be removed from the premises by the contractor. F. Abandoned conduit shall be removed to and capped behind or below the finished surface or structure. 3.13 CUTTING, PATCHING AND MUTILATION A. Provide cutting and fitting necessary to properly install work, unless specifically noted otherwise in these specifications or shown on the drawings. Coordinate with other trades as required to minimize the damage and the amount of patching required. B. Lay out work carefully in advance. Do not cut or notch any structural member or building surface without specific approval. Carefully carry out any cutting, channeling, chasing or drilling of floors, walls, partitions, ceilings, paving, or other surfaces required for the installation, support, or anchorage of conduit, raceways, or other electrical materials and equipment. 3.14 DAMAGE A. Be responsible for damage to the work of other trades or to the building and its contents caused by the electrical installation. II. CONDUIT PART 1 GENERAL NOT USED PART 2 PRODUCTS 2.01 Conduit smaller than 3/4 -inch diameter shall not be used on this project. 2.02 Interior conduit shall be Electrical Metallic Tubing (EMT) for connection to non - vibrating equipment and Flexible Metal conduit for connection to vibrating /movable equipment and fire alarm boxes installed in existing wall structure. . 2.03 Connectors for EMT shall be steel or malleable iron and of the compression type. Indentor, friction, or set screw type of those made from die cast metal, will not be permitted on this project. PART 3 EXECUTION 3.01 Conduit and outlet installations shall be concealed. 3.02 Conduit runs are not shown to allow the contractors to choose their own route to various electrical equipment and devices. However, care shall be taken to coordinate the conduit runs with existing conditions and work to be installed by other trades. 3.03 Hales or voids used to extend conduit or wiring through fire -rated floors and walls shall be sealed with a fire resistant foam sealant to prevent the passage of smoke, fire toxic gas or water through the penetration either before, during or after a fire. Chase Technology Chase -Foam, CTC PR -855. 3.04 Conduit shall not be used as the sole grounding means. 3.05 Conduit shall be provided with insulated nylon bushings on each end. PART 1 GENERAL 1.01 Conductors used throughout this project shall be copper. 1.02 Conductors shall be insulated for 600 volts unless shown otherwise. PART 2 PRODUCTS 2.01 Insulation shall be thermoplastic type THWN, THHN, or XHHW. Conductors shall be stranded. 2.02 Conductors smaller than No. 12 AWG shall not be used on this project unless specifically noted PART 3 EXECUTION 3.01 Wiring shall be in conduit. iV. WIRING DEVICES PART 1 GENERAL 1.01 Switches and receptacles shall be installed where shown. 1.02 Receptacles shall have a grounding pole. PART 2 PRODUCTS 2.01 Switches shall be heavy duty, quiet type, 20 ampere, 120/277 volts ac with ivory handles, equal to Hubbell 1221. 2.02 Receptacles shall be 125 volt, 20 ampere, NEMA 5 -20R specification grade heavy duty rated with ivory bodies, equal to Hubbell HBL 5362. GFCI receptacles shall have a ground leakage sensitivity of 5 milli- amperes, equal to Hubbell GF5362. 2.03 Interior coverplates shall be .040 inch, 18 -8 stainless steel type 302 in satin finish 2.04 Dry location back boxes shall be 4" x 4 ", galvanized steel. PART 3 EXECUTION 3.01 Receptacle ground pole to be up for vertical mount or neutral pole up for horizontal mount. Switches and receptacles shall be mounted at the heights shown. Only screw type terminations shall be used. V. PANELBOARDS PART 1 GENERAL 1.01 Furnish and install panelboards as located and scheduled. 1.02 Panelboards shall bear the UL label. 1.03 Submit shop drawings in accordance with Section I, Paragraph 1.04. 1.04 Panelboards shall be as manufactured by Cutler- Hammer, Westinghouse, General Electric, Siemens, or Square D. PART 2 PRODUCTS 2.01 General requirements A. Panelboards shall be factory assembled and of dead front construction. Panelboards shall be enclosed in UL code gauge galvanized steel boxes unless otherwise noted. Trims for panelboards shall be cold rolled steel painted with light gray baked enamel. Panel door fronts shall be of hinged construction style. B. Main bus bars shall be 98% pure copper, silver or tin plated designed for a maximum temperature rise of 55'C over a 40'C ambient, equipped with pressure -type solderless lugs, and be of the ampere rating as shown on the drawings. Main buses shall be at least of the some ampere capacity as the cables connected to the mains or as the main overcurrent protective device. Bolts used to connect current carrying parts of buswork together shall be front accessible for ease of tightening. Bus bars shall be supported by glass - filled polyester type insulators. Porcelain insulators or supports shall not be acceptable. Panelboard bus shall have an UL listed short circuit current withstand rating at least equal to the short circuit rating of the largest circuit breaker or fusible switch connected to the bus. UL short circuit current withstand rating shall be included on the panelboard nameplate. Main lugs shall be located at the top or bottom of the assembly as required. Multi- section panels shall have sub -feed lug arrangements for main cable connections. C. Panelboards shall have an equipment grounding bus. D. Main circuit breakers, sub -main circuit breakers, sub -feed circuit breakers, bus sectionalizing control relays and contactors, where shown on the drawings to be an integral part of a panelboard, shall be solid bus bar connected to the panelboard main bus. Use of insulated wire bussing for the above shall not be permitted, unless specifically allowed on the drawings. Shunt trip and undervoltage trip devices, where shown to be an integral part of a panelboard, shall be factory wired to a terminal block with the terminals properly identified for field connection to the associated control wiring. E. Terminals of the proper size for wire shown on the drawings shall be supplied by the panelboard manufacturer. F. Outer door of Panelboards shall be equipped with a tumbler type lock with duplicate milled keys. Panelboards having doors over 38 inches in height shall have three -point vault type milled key lockable handles. Cabinet locks shall have identical keys. 2.02 Circuit Breaker Panelboards A. Panelboards shall be factory built -up assemblies with individual molded case circuit breaker units that are removable and replaceable from the front of the panelboard without disturbing the remaining breakers in the panelboard or cabinet. Phase sequence connection of circuit breakers shall start at the top left phase bus of the chasis for both top and bottom feed panels. B. Molded case circuit breakers shall be designed for plug to the bus for 100 amp and smaller 120/208 or 120/240 volt breakers and bolt to the bus for breakers larger than 100 amps, and all 277/480 volt breakers. Multi -pole circuit breakers shall be designed for internal common trip operation so that an overload or short circuit on any one pole automatically causes all poles to open simultaneously. Breakers shall be of the trip rating, interrupting capacity, and frame size as shown on the drawings. AC rated circuit breakers shall not be applied for DC service, unless they are UL listed for both types of current. Spaces designated on the drawings shall be fully bussed complete with necessary mounting hardware and removable filler plates. C. HACR type circuit breakers shall be used for circuits feeding air conditioning, heating and refrigeration equipment having motor group combinations and marked for use with HACR type circuit breakers. D. HID type circuit breakers shall be used for circuits feeding fluorescent and HID lighting. E. Main circuit breakers shall be separately mounted from grouped branch circuit breakers, for ease of identification and for safety when being manually operated as a disconnecting means. PART 3 EXECUTION 3.01 Mount top of panelboards at the height shown. 3.02 Panelboards shall be installed to maintain firewall ratings, should the panelboards be installed in fire rated walls. VL LUMINAIRES pq I. PART 1 GENERAL 1.01 Furnish and install luminaires complete with lamps, ballasts and appurtenances, wired and `ready for r. operation., o i 1.02 Submit shop drawings in accordance with Section I, Paragraph 1.04. PART 2 PRODUCTS 2.01 Fluorescent luminaires shall have a full - length metal chassis. 2.02 Luminaires shall have proper trim to match mounting conditions - surface, lay -in, plaster ceiling, drywall or pendant. PART 3 EXECUTION 3.01 Conductors installed within the ballast compartment of light fixtures shall be 14 AWG minimum, 150 degrees centrigrade rated. VIL FIRE ALARM SYSTEM PART 1 GENERAL 1.01 Fire alarm system shall include audio /visual devices. Extend and connect to the existing Simplex fire alarm system. 1.02 Complete installation shall conform in every respect to the applicable codes of the State and Local governments, and shall comply with NFPA 72 - National Fire Alarm Code and NEC 70 -ART 760. 1.03 Equipment shall be by Simplex and shall listed by UL as UOJZ to operate together as a complete system. 1.04 Submit shop drawings in accordance with Section I, Paragraph 1.04. PART 2 PRODUCTS 2.01 Audiovisual devices shall match existing devices. PART 3 EXECUTION 3.01 Furnish and extend the existing fire alarm system. The system shall be wired, connected and in the specified operating condition, complete and operational, for acceptance by Owner. 3.02 WIRING A. Furnish and install wiring, conduit, pull boxes, outlets, and mounting boxes required for the installation and operation of a complete Fire Alarm System as specified. B. Wiring shall be installed in conduit. 3.03 The contractor, equipment manufacturer's representative, Architect /Engineer and Owner shall make a final inspection of the completed installation. Any device found to be malfunctioning shall be corrected and certified in writing by the Contractor and equipment manufacturer's representative to be fully operational. 3.04 Testing shall be conducted after normal business hours. 3.05 Final wiring connections between equipment shall be made under the direct supervision of a representative of the equipment manufacturer. A NICET Level II certified technician (minimum qualifications) shall be provided to conduct terminators, testing, and certification of the fire alarm system. 3.06 Guarantee equipment and wiring to be free from mechanical and electrical defects and faulty workmanship for a period of one year from the date of acceptance by the Owner. Replacement of parts or adjustments, including labor cost, made necessary by mechanical or electrical defects shall be rendered without additional cost to the Owner within the guarantee period. VIII. TELEPHONE SYSTEMS PART 1 GENERAL 1.01 Furnish and install a complete telephone raceway system. 1.02 Submit shop drawings in accordance with Section I, Paragraph 1.04. PART 2 PRODUCTS 2.01 Raceway system shall include telephone outlet boxes, building conduit, junction boxes, and other fittings. PART 3 EXECUTION 3.01 Telephone outlet boxes shall be mounted at heights as shown. 3.02 Conduit shall be routed from the respective telephone /data outlet to the adjacent accessible corridor ceiling space IX. CLOSEOUT SUBMITTALS PART 1 GENERAL 1.01 SECTION INCLUDES A. Final Completion and Closeout Procedures B. Final Cleaning C. Adjusting D. Project Record Documents E. Operation and Maintenance Data F. Warranties G. Spare Parts and Maintenance Materials 1.02 PROJECT RECORD DOCUMENTS A. Record Documents and Shop Drawings: Clearly mark each item to record actual construction including: 1. Field changes of locations. 2. Details not on original Contract drawings. B. Submit documents to Architect /Engineer. 1.03 OPERATION AND MAINTENANCE DATA A. Submit data bound in 8-1/2 x 11 inch text pages in binders with durable plastic covers. B. Prepare binder covers with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS ", with title of project. C. Contents: Prepare a Table of Contents for each volume, with each Product or system description identified, typed on white paper, in three parts as follows: 1. Part 1: Directory, listing names, addresses, and telephone numbers of Architect /Engineer, Contractor, Subcontractors, and major equipment suppliers. 2. Part 2: Operation and maintenance instructions. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Identify the following: a. Significant design criteria. b. List of equipment. C. Parts list for each component. d. Operating instructions. e. Maintenance instructions for equipment and systems. 3. Part 3: Project documents and certificates, including the following: 4. Shop drawings and product data. 5. Certificates. 6. Photocopies of warranties and bonds. D. Submit two sets of final volumes within 10 days after final inspection. 1.04 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble transferable warranty documents from Subcontractors, suppliers, and manufacturers. C. Submit prior to final Application for Payment. 1.05 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specification sections. B. Deliver to project site. Obtain receipt prior to final payment. U) W S H Q U O 0 < U) � U7 Q s � O Z N 4_J LO a) N � U7 � U7 L v v O _,e � N 0 °0 U ZUca 2 0 cc W ( ~ �= �= M WUM N j, 'SQ °mac ■ project name 0 CITY OF IOWA CITY Offlc� ITMOML drawing title �L�C1F:ICA1, 5P CIFICMON5 job no. 0510 date 12/12/08 revised sheet no. 0 S O < < O � s � O � � v v O project name 0 CITY OF IOWA CITY Offlc� ITMOML drawing title �L�C1F:ICA1, 5P CIFICMON5 job no. 0510 date 12/12/08 revised sheet no. 0