Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
ROBERT A LEE REC CTR REMODELING PROJECT 2017
ROBERT A. LEE RECREATION CENTER REMODELING PROJECT 2017 20 -Jun -2017 Plans, Specs, proposal and contract ROLLED PLANS 20 -Jun -2017 Res 17-216, setting a public hearing 03 -Jul -2017 Notice of Public Hearing, Proof of Publication 18 -Jul -2017 Res 17-239, approving plans, specs, form of agreement, and estimate of cost 19 -Jul -2017 Notice to Bidders 15 -Aug -2017 Res 17-266 awarding contract (Tricon General Construction) 22 -Aug -2017 Form of Agreement, Addendum Number 01 and attachments 22 -Aug -2017 Performance and Payment Bond 07 -Aug -2018 Res18-222 accepting the work CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE ROBERT A. LEE RECREATION CENTER REMODELING PROJECT 2017 IOWA CITY, IOWA June 20, 2016 N 0 _c-, -C N ` N I NEUMANN MONSON RCH ITREZCJS Project Manual Introductory Information, Procurement and Contracting Requirements, and Technical Specifications Robert A. Lee Recreation Center Remodeling 2017 16.121 OWNER: City of Iowa City LOCATION: 410 E. Washington St. Iowa City, IA 52240 BIDDING DOCUMENTS June 20, 2017 221 EAST COLLEGE STREET SUITE 303 IOWA CITY, IOWA 52240 319.338.7878 418 6TH AVENUE SUITE 209. DES MOINES, IOWA 50309 515.339.7800 N O_ Q z—� � C �--4 �r m 221 EAST COLLEGE STREET SUITE 303 IOWA CITY, IOWA 52240 319.338.7878 418 6TH AVENUE SUITE 209. DES MOINES, IOWA 50309 515.339.7800 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 SECTION 00 0101 - PROJECT TITLE PAGE PROJECT MANUAL FOR ROBERT A. LEE RECREATION CENTER REMODELING 2017 IOWA CITY, IA BIDDING DOCUMENTS ISSUE DATE: JUNE 20, 2017 NM PROJECT NO: 16.121 AN IOWA STATE TAX EXEMPT PROJECT THIS PROJECT MANUAL INCLUDES PROCUREMENT REQUIREMENTS CONTRACTING REQUIREMENTS TECHNICAL SPECIFICATIONS PREPARED BY NEUMANN MONSON, INC. 221 East College Street, Suite 303 Iowa City, IA 52240 END OF PROJECT TITLE PAGE A 1.0 C— c-') G N r —t t- o Bidding Documents PROJECT TITLE PAGE 06/20/17 000101-1 I Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 SECTION 00 0103 - PROJECT DIRECTORY OWNER: CITY OF IOWA CITY 410 East Washington Street, Iowa City, IA 52240 Phone: (319)356-5044 Contact: Kumi Morris, Architectural Services Coordinator ARCHITECT: NEUMANN MONSON, INC. 221 East College Street, Suite 303, Iowa City, IA 52240 Phone: 319.338.7878 Contact: Josh Rechkemmer, AIA JRechkemmer@neumannmonson.com MECHANICAL/ELECTRICAL/PLUMBING ENGINEER: DESIGN ENGINEERS 8801 Prairie View Lane, Suite 200, Cedar Rapids, IA 52404 Phone: 319.841.1944 Contact: Jared Ramthun Jared. Ramthun@designengineers.com N O_ 7 J C Ci "< O _DC7 " N Bidding Documents PROJECT DIRECTORY 06/20/17 000103-1 FILE© 2011 JUN 20 PM 3* 01 CITY CLERK IOWA CITY,10WA Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA SECTION 00 0107 - SEALS PAGE Neumann Monson Architects 16.121 I hereby certify that the portion of this technical submission described below was prepared by me or under my direct supervision and responsible charge. I am a duly Registered Architect under the laws of the State of Iowa. Joshua L. Rechkemmer, AIA 6lry-O7 Sigrpture I Date Registration expires: June 30, 2019 Iowa Reg. No. 06287 Divisions or Sections covered by this seal: Divisions 00 thru 12. Bidding Documents SEALS PAGE 06/20/17 000107-1 I hereby certify that the portion of this technical submission n described below was prepared by me or under my direct supervision and responsible charge. I am a duly Licensed Professional Engineer under the laws of the State of Iowa. ��•; mn'' M.aaaa 4i ✓� tQ= Dwigh Schu DVNGFtT ,CLCPiON Sc SCXUMM • 5 13694 ;'a Sign t Date a••.....•a Yh �p`pp� License expires: December 31, 2017 Iowa Lic. No. 13694 Divisions or Sections covered by this seal: Divisions 22. 23. 26. and 28. Bidding Documents SEALS PAGE 06/20/17 000107-1 C— n ✓� O _� Bidding Documents SEALS PAGE 06/20/17 000107-1 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 SECTION 00 0110 - TABLE OF CONTENTS PROCUREMENT AND CONTRACTING REQUIREMENTS Division 00 -- Procurement and Contracting Requirements 00 0101 - Project Title Page 00 0103 - Project Directory 00 0107 - Seals Page 00 0110 -Table of Contents City of Iowa City Procurement and Contracting Requirements Title Page Certifications Specifications Table of Contents Notice of Public Hearing Notice to Bidders Note to Bidders Instruction to Bidders Form of Proposal Bid Bond Form of Agreement Performance and Payment Bond Contract Compliance Program (Anti -Discrimination Requirements) Wage Theft General Conditions Supplementary Conditions Bidder Status Form (2 Pages) Attachments: Form of Proposal Bid Bond Bidder Status Form 00 2613 - Pre -Bid Substitution Request Form SPECIFICATIONS Division 01 — General Requirements 01 1000 - Summary 01 2000 - Price and Payment Procedures 01 2300 - Alternates 01 3000 - Administrative Requirements 01 3300 - Construction Submittals 01 4000 - Quality Requirements 01 5000 - Temporary Facilities and Controls ..> 01 5110 - Temporary Dehumidification, Heating and Cooling o 0 =+ 01 5721 - Indoor Air Quality Controls 01 6000 - Product Requirements 01 6001 - Post -Bid Substitution Request Form n o 01 6116 - Volatile Organic Compound (VOC) Content Restrictions 01 7300 - Execution Requirements 01 7419 - Construction Waste Management and Disposal 01 7700 - Closeout Procedures Bidding Documents TABLE OF CONTENTS 06/20/17 000110-1 Neumann Monson Architects 16.121 01 7823 - Operation and Maintenance Data 01 7900 - Demonstration and Training Division 02 -- Existing Conditions 02 4100 - Selective Demolition Division 03 — Concrete 03 3000 - Cast -in -Place Concrete 03 3931 - Sealing of Concrete Floors Division 04 — Masonry 04 2000 - Unit Masonry Division 05 — Metals 05 5100 - Metal Stairs 05 5211 - Stainless Steel Railings Division 06 — Wood, Plastics, and Composites 06 1000 - Rough Carpentry Division 07 — Thermal and Moisture Protection 07 9200 - Joint Sealants Division 08 -- Openings 08 1113 - Hollow Metal Doors and Frames 08 1416 - Flush Wood Doors 08 7110 - Door Hardware x�'-^0�8 80,W - �?zing 'Dt1vi'sion.09—49ntshes x+�0t9 211116 - sum Board Assemblies t 9 3060 - - y& LL09 51gO -tical Ceilings 09 6569 - Re$ent Flooring 09 68FQ - Tile Carpeting 09 9000 - Painting and Coating Division 10 — Specialties 10 1400 - Signage 10 2813 - Toilet Accessories Division 11 —Equipment (NOT USED) Division 12 -- Furnishings 12 2113 - Horizontal Louver Blinds 12 5000 - Furniture Division 13 -- Special Construction (NOT USED) Division 14 -- Conveying Equipment (NOT USED) Divisions 15 thru 20 (NOT USED) Division 21 -- Fire Suppression (NOT USED) TABLE OF CONTENTS 000110-2 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Bidding Documents 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 Division 22 — Plumbing 22 0010 - Plumbing General Provisions 22 0500 - Common Work Results for Plumbing 22 0523 - General Duty Valves for Plumbing Piping 22 0529 - Hangers and Supports for Plumbing Piping and Equipment 22 0553 - Identification for Plumbing Piping and Equipment 22 0700 - Plumbing Insulation 22 1116 - Domestic Water Piping 22 1316 - Sanitary Waste and Vent Piping 22 4000 - Plumbing Fixtures Division 23 — Heating, Ventilating, and Air -Conditioning (HVAC) 23 0010 - HVAC General Provisions 23 0500 - Common Work Results For HVAC 23 0529 - Hangers and Supports for HVAC Piping and Equipment 23 0593 - Testing, Adjusting, and Balancing for HVAC 23 0700 - HVAC Insulation 23 3113 - Metal Ducts 23 3300 - Air Duct Accessories 23 3713 - Diffusers, Registers, and Grilles Divisions 24 & 25 (NOT USED) Division 26 — Electrical 26 0010 - Electrical General Provisions 26 0500 - Common Work Results for Electrical 26 0519 - Low -Voltage Electrical Power Conductors and Cables 26 0526 - Grounding and Bonding for Electrical Systems 26 0529 - Hangers and Supports for Electrical Systems 26 0533 - Raceways and Boxes for Electrical Systems 26 0553 - Identification for Electrical Systems 26 2726 - Wiring Devices o 26 2815 - Motor and Service Disconnects 26 5000 -Lighting Division 27 — Communications (NOT USED) c G r a `--- Division 28 — Electronic Safety and Security ,c") r 3 28 3100 - Fire Alarm and Detection System (Addressable) v 28 5000 - Access Control System N Divisions 29 & 49 (NOT USED) "— Bidding Documents TABLE OF CONTENTS 06/16/17 000110-3 SPECIFICATIONS TABLE OF CONTENTS TITLE PAGE CERTIFICATIONS Page Number SPECIFICATIONS TABLE OF CONTENTS........................................................... TC -1 NOTICE OF PUBLIC HEARING............................................................................. NPH -1 NOTICETO BIDDERS............................................................................................ NTB-1 NOTETO BIDDERS............................................................................................... NB -1 INSTRUCTION TO BIDDERS................................................................................. IB -1 thru pg.7 FORM OF PROPOSAL........................................................................................... FP -1 BIDBOND............................................................................................................... BB -1 FORM OF AGREEMENT. ....................................................................................... AG -1 PERFORMANCE AND PAYMENT BOND.............................................................. PB -1 CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENTS)................................................... CC -1 thru pg.8 WAGETHEFT......................................................................................................... WT -1 thru pg.2 GENERAL CONDITIONS........................................................................................ GC -1 SUPPLEMENTARY CONDITIONS......................................................................... SC -1 thru pg.17 BIDDER STATUS FORM (2 PAGES)..................................................................... BSF-1 ATTACHMENTS: FORM OF PROPOSAL BID BOND BIDDER STATUS FORM ATTACHMENT: PLANS , O �+ o r -- i Zr j � s TC -1 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR ROBERT A. LEE RECREATION CENTER REMODELING PROJECT 2017 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 Robert A. Lee Recreation Center Remodeling Project 2017 in said City at 7 p.m. on the 18' day of July, 2017, 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. KELLIE K. FRUEHLING, DEPUTY CITY CLERK 5 `REC�Gwemmenl RuWi, "Fa Wr gmmenfiPmj bYtMml A, Lee Revea C ft RM..h, Pro�etl A,T . E�'K aM G.16w,merteYye Iw ROBERT A. LEE RECREATION CENTER REMODELING PRCLIEGT WI7W 07 iB M17 Joc WI17 NPH -1 eV C7 J C w C7 C N NPH -1 NOTICE TO BIDDERS ROBERT A. LEE RECREATION CENTER REMODELING PROJECT 2017 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 8° day of August, 2017. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 15r" day of August, 2017, or at a special meeting called for that purpose. There is a recommended pre-bid meeting. This will start at 11 a.m. local time on Thursday, July 27, 2017 in the Robert A. Lee Recreation Center in Meeting Room B located at 220 South Gilbert Street, Iowa City, Iowa. The Project will involve the following: The project involves remodeling portions of the Robert A. Lee Recreation Center at 220 South Gilbert Street in Iowa City. The work will involve the renovation of two single stall restrooms and central stairway to meet ADA compliance, the work will also involve modifications to the administrative office area to improve access, building security and operations. The project will be completed in phases, and will involve selective demolition, modification of hollow metal frame and wood doors, light -gage metal framing and drywall, painting, alterations to existing mechanical system, flooring work in carpet, epoxy terrazzo, and ceramic tile. The project will also include electrical work including power and upgrading areas with LED lighting. The contractor will be responsible for all associated mechanical, structural and electrical work. All work is to be done in strict compliance with the plans and specifications prepared by Neumann Monson Architects, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen It 5) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Substantial Completion date December 22, 2017 and final completion date is January 22, 2018. Liquidated Damages: $250.00/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 Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950 Fax:319-354-8973 Toll -Free 800-779- 0093 by bona fide bidders. A 180.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable $20.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contracjgs can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa DTrtmerGof Transportation Contracts Office at (515) 239-1422. .- n c_ "' Bidders shall list on the Form of Proposal the names of persons, firms, companies or other Wi4_ 4 whow,*e bidder intends to subcontract. This list shall include the type of work and approximate subcontract amou"'V< " The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposetl.kubwnVacttogether with quantities, unit prices and extended dollar amounts. rin s By virtue of statutory authority, preference must be given to products and provisions grown and al 9r duck-:3ithin the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. lowayeciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. Kellie Fruehling, CITY CLERK B'. WE=wemroe,H BuiWags and Faulitles ManagemeroProlootsVol,ed A. Lee Recreation Center Renno]elhg Pmlaor Nl1 rout Ends and Bad do, urnenlSWotioe to Ndden for ROBERT A. LEE RECREATION CENTER REMODELING PROJECTM17 eid Augusttd301Ldod NTB-1 NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of speck subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Envelope 2: Bid Bond and Bidder Status Form Form of Proposal NB -1 N O J moi% Q 1(7 Fri —0 t •, �1 INSTRUCTIONS TO BIDDERS ARTICLE 1 - DEFINITIONS 1.1 Bidding documents include the bidding requirements and the contract documents. The bidding requirements include the Advertisement or Invitation to bid, Instructions to Bidders, the Bid Form, other sample bidding and contract forms, and the Contract Forms including addenda issued prior to receipt of bids. 1.2 The contract documents for the work consist of the Owner/Contractor Agreement, the Conditions of the Contract (General and Supplementary Conditions), the Drawings, the Specifications and all addenda issued prior to and all modifications issued after execution of the Contract. 1.3 Definitions set forth in AIA document A201, "General Conditions of the Contract for Construction', 2007 edition, or in other Contract Documents are applicable to the bidding documents. A. Addenda are written or graphic instruments issued by the Architect prior to execution of the Contract which modify or interpret the Bidding Documents by addition, deflection, clarifications or correction. B. A bid is a complete and properly signed proposal to do the work or designated portion thereof for the sums stipulated therein, submitted in accordance with the bidding documents. C. The base bid is the sum stated in the bid for which the Bidder offers to perform the work described in the bidding documents as the Base, to which work May be added, or from which work may be deducted for sums stated in alternate bids. D. An alternate bid (or Alternate) is an amount stated in the bid to be added to or deducted from the amount of the base bid if the corresponding change in the work, as described in bidding documents, is accepted. E. A unit price is an amount stated in the bid as a price per unit of measurement for materials or services as described in the bidding documents or in the contract y documents. N O F. A bidder is a person or entity who submits a bid. G. A sub -bidder is a person or entity who submits a bid to a bid rfoaterMIS equipment or labor for a portion of the work. c? No 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. NM 2.3 The bidder has visited the site, has become familiar with local conditions under which the work is to be performed, and has correlated the bidder's personal observations with the requirements of the contract documents. 2.4 The bid is based upon the materials, equipment and systems required by the bidding documents without exception. ARTICLE 3 - BIDDING DOCUMENTS 3.1 Copies A. Complete sets of the bidding documents may be obtained from the office of Office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone :319-354-5950 Fax:319-354-8973 Toll -Free 800-779-0093 by bona fide bidders, for the deposit sum as indicated. The deposit will be refunded to plan holders who return the bidding documents in good condition within 15 days after receipt of bids. A bidder receiving a contract award may retain the bidding documents, and his deposit will be refunded. Successful sub -bidders, including material suppliers, may retain their C bidding documents, and their deposit will be refunded if the Architect receives Q*ritten notification within the 30 calendar day period following receipt of bids. cc� c_, Uj JAidders shall use complete sets of bidding documents in preparing bids. Neither J o (-)4he Owner nor the Architect assumes responsibility for errors or N >-cMisinterpretations resulting from the use of incomplete sets of bidding LL Es$ocuments. No partial sets will be issued. r- Q 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. C. Interpretations, corrections and changes of the bidding documents will be made by addendum. Interpretations, corrections and changes to the bidding documents made in any other manner will not be binding, and bidders shall not rely upon them. 3.3 Substitutions A. The materials, products and equipment described in the bidding documents establish a standard of required function, dimension, appearance and quality to be met by any proposed substitution. Refer to 00 2613 — Pre -Bid Substitution Request Form 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 four (4) days prior to the date for receipt of bids, except for any one or more of the following reasons: 1. An addendum withdrawing the request for bids. 2. An addendum which includes postponement of the date for receipt of bids. 3. An addendum issued after receipt of bids and prior to execution of the. contract. D. Each bidder shall ascertain prior to submitting a bid that he has received all, addenda issued, and the bidder shall acknowledge their receipt in the proper location on the bid form. ARTICLE 4 — BIDDING PROCEDURES No J 4.1 Form and Style of Bids. X A. A separate copy of the bid form is contained within the c&r orthis document. B. Fill in all blanks on the bid form by typewriter or manually in ink. N r� C. Where so indicated by the makeup of the bid form, sums shall be expressed in both words and numerals, and in case of discrepancy between the two, the amount written in words will govern. D. Interlineations, alterations or erasures shall be initialed by the signer of the bid. E. All requested alternates shall be bid. If no change in the base bid is required, enter "No Change". L F. Where two or more bids for designated portions of the work have been requested, the bidder may, without forfeiture of the bid security, state the bidder's refusal to accept award of less than the combination of bids stipulated by the bidder. The bidder shall make no additional stipulation on the bid form, nor qualify the bid in any other manner. G. Each copy of the bid shall include the legal name of the bidder and a statement that the bidder is a sole proprietor, a partnership, a corporation or some other legal entity. Each copy shall be signed by the person or persons legally authorized to bind the bidder to a contract. A bid by a corporation shall further give the state of incorporation and have the corporate seal affixed. A bid submitted by an agent shall have a current power of attorney attached certifying the agent's authority to bind the bidder. H. No bid may be withdrawn for a period of 30 calendar days after the date of opening. 4.2 Bid Security A. Each bid shall be accompanied by a bid security in the amount of ten percent (10 %) of the base bid and in the form of surety bond pledging that the bidder will enter into a contract with the Owner on the items stated in his bid and will, if requested, furnish bonds covering the faithful performance of the contract and the payment of all obligations arising there under. Should the bidder refuse to enter into such 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 C:3 +©heck, cash or certified check will not be an accepted bid bond. u Surety bond shall be written on enclosed "Bid Bond" form bound within the project � �anual and the attorney-in-fact who executes the bond on behalf of the surety —J oN }spall affix to the bond a certified and current copy of power of attorney. V— £E r --)$e 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 Bidder Status Form A. Bidder Status form shall be submitted with the bid, in a separate envelope. 4.4 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. All 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. F -M, B. Bids shall be deposited at the designated location prior to the time and date for receipt of bids. 1. Location: Office of City Clerk, City Hall, 410 East Washington Street, Iowa City, Iowa 52240 2. Time and Date: Before 3:00 p.m. on Tuesday. August 8, 2017. C. Bids received after the time and date for receipt of bids will be returned unopened. D. The bidder shall assume full responsibility for timely delivery at the location designated for receipt of bids. E. Oral, telephonic, or telegraphic bids are invalid and will not receive consideration. 4.5 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, signed by the person or persons legally authorized to bind the bidder to a contract. If written notice is electronic, written confirmation from the person or persons legally authorized to bind the bidder to a contract shall also be mailed and postmarked on or before the date and time set for receipt of bids, and it shall be so worded as not to reveal the amount of the original bid. C. Withdrawn bids may be resubmitted up to the time designated for the receipt of bids provided that they are then fully in conformance with these Instructions to Bidders. D. Bid security shall be in an amount sufficient for the bid as modified or resubmitted. ARTICLE 5 — CONSIDERATION OF BIDS 5.1 Opening of Bids A. The properly identified bids received on time will be opened pubi�j 40 will -In read aloud. .7 :Z= N �C-) o 5.2 Rejection of Bids rr� r'n 7 __ A. The Owner will have the right to reject any or all bids, and to rejecPa bid riot accompanied by the required bid security or by another data requited by the bidding documents, or to reject a bid which is in any way incomplete or irregular. 5.3 Acceptance of Bid (Award) HN A. It is the intent of the Owner to award a contract to the lowest responsive responsible bidder provided the bid has been submitted in accordance with the requirements of the bidding documents, and does not exceed the funds available. The Owner will have the right to waive informalities or irregularities in a bid received, and to accept the bid which, in his judgment, is in his own best interest. B. The Owner will have the right to accept bid alternates in any order or combination, and to determine the low bidder on the basis of the sum of the base bid and the accepted alternates. ARTICLE 6 — POST -BID INFORMATION 6.1 Submittals A. The names of those persons, firms, companies or other parties with whom the bidder intends to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsible bidder. B. The bidder shall, within seven (7) days of notification of selection for the award of a C:3 .Fontract for the work, submit the following information to the Architect: Q = w A designation of the work to be performed by the bidder with the bidder's W v> own forces. The proprietary names and the suppliers or principal items or system of �—� materials and equipment proposed for the project. U. "*e bidder will be required to establish to the satisfaction of the Architect and the N Owner the reliability and responsibility of the persons or entities proposed to furnish and perform the work described in the bidding documents. D. Prior to the award of the contract, the Architect will notify the bidder in writing if either the Owner or Architect, after due investigation, has reasonable objection to any such proposed person or entity. If the Owner or the Architect has reasonable objection to such proposed person or entity, the bidder may, at the bidder's option: 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. IIm ARTICLE 7 — PERFORMANCE BOND AND LABOR & MATERIAL PAYMENT BOND 7.1 Bond Requirements A. The bidder shall furnish bonds covering the faithful performance of contract and the payment of all obligations arising there under. Bonds may be secured through the bidder's usual sources. The cost of furnishing such bonds shall be included in the bid. B. If the Owner requires that bonds be obtained from other than the bidder's usual source, all change in cost will be adjusted as provided in contract documents. 7.2 The Time of Delivery and Form of Bonds A. The bidder shall deliver the required bonds to the Owner not later than three (3) days following the date of execution of the contract. If the work is to be commenced prior thereto in response to a letter of intent, the bidder shall, prior to commencement of the work, submit evidence satisfactory to the Owner that such bonds will be furnished and delivered. B. The bonds shall be written on the "Performance and Payment Bond" form bound within the project manual, or a copy thereof. Both bonds shall be written in the amount of the contract sum. C. The bonds shall be dated on or after the date of the contract. D. The bidder shall require the attorney-in-fact who executes the required bonds on behalf of the surety to affix a current and certified copy of power of attorney. ARTICLE 8 — PRE-BID CONFERENCE 8.1 Conference A. There is a recommended pre-bid meeting. This will start at 11 a.m. local time on Thursday, July 27, 2017 in the Robert A. Lee Recreation Center, located at 220 South Gilbert Street, Iowa City, Iowa. F. 8.2 Parking o A. Metered parking available east of the Recreation Center and prepay par�iq� a�lable in Chauncey Swan Ramp at 460 East Washington Street.rn S:1REC\Gwemment Buildings and Facildies ManagemenhPmjeOMRobert A. Lee Recreation Center Remodeling Projep 201 AFront Ends and bid-powgentsyB,)Instruct to Bidders- Robert A. Lee Recreation Center Remodeling Project- bid August 10 2017. doc v HN FORM OF PROPOSAL ROBERT A. LEE RECREATION CENTER REMODELING PROJECT 2017 CITY OF IOWA CITY BIDDERS PLEASE NOTE: 1. PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE PROJECT MANUAL. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder: Address of Bidder: BIDS RECEIVED BEFORE: 3:00 PM local time on August 8, 2017 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 ROBERT A. LEE RECREATION CENTER REMODELING PROJECT 2017 in strict accordance with the Project Manual and the Drawings dated June 20, 2017, including Addenda numbered and inclusive, prepared by Neumann Monson Architects and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. BASE BID: Dollars ($ -� G Alternate No. 1: ADD Access Control to Lower Level Pair of Doors Add the Sum of:-0rn y W11 Dollars FP -1 of 3 Total amount with all alternates: Dollars ($ The names of those persons, firms, companies or other parties with whom we intend to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsible bidder. 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, acknowRge acceptance of the contract award. The undersigned will then execute and deliver to the ainer *Idress the Agreement, the Procurement, Labor and Material Payment Bonds, and the fical@s o6risurance, and will proceed in accordance with requirements of the Contract Documents (this �6je�d�aihd have the Project at Substantial Completion on or before December 22, 2017 and fin I completl6?f—of January 22, 2018 ter, (L vo Firm: '-- 0 N Signature: Printed Name: Title: Address: FP -2 of Phone: Contact: FP -3 of N O , C) rn BID BOND as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated Project. NOW, THEREFORE, (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 all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the 4me within which the Owner may accept such Bid or may execute such contract documents sand said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this Qday Af -o A.D., 20_ Witness Witness Principal By _ Surety By_ Attach Power -of -Attorney BB -1 of 1 '(Seal) (Title) (Seal) (Attorney-in-fact) FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). WHEREAS, the City has prepared certain Plans, Specifications, Proposal and Contract dated the 151" of August, for the ROBERT A. LEE RECREATION CENTER REMODELING PROJECT 2017 ('Project'), and WHEREAS, Contractor submitted a bid on the Project described in said Plans, Specifications, Proposal and Contract; and WHEREAS, the parties hereto now wish to enter into this agreement for the construction of said 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 attached hereto; b. "General Conditions of the Contract for Construction' AIA DOC A201-2007, c as amended; '—{ u— c� G N �— c. Plans; `r- O d. Technical Specifications and Supplementary Conditions; e. Performance and Payment Bond; f. Contractor's Completed Bidder Status Form, attached hereto, g. Contractor's Completed Assurance of Contract Compliance Program (Anti - Discrimination Requirements), attached hereto; h. Completed Form of Proposal; and i. This Instrument. The above components are deemed complementary and should be read together. In the AG -1 of 2 event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows in "Attachment A." Payments are to be made to the Contractor in accordance with the Supplementary Conditions. 4. The Project base bid submitted by form of proposal is in the amount of: and no/100 Dollars ($ .00). 5. No Alternates included as part of this agreement. 6. c, Substantial Completion date is December 22, 2017 and final completion date C' Japuarg22; 2017. j o LLJ 70 TRACT DATE 151h day of August, 2017. [DATE BASED ON FORMAL .� . N >- LLC"Ul`9U`MEETING AWARDING CONTRACT BY RESOLUTION NUMBER XX -XXX). r City Contractor (Signature) (Signature) (Printed name) (Printed name) ATTEST: (Printed name) City Clerk Mayor (Company OfficialTitle) ATTEST: (Printed name) (Company Official Title) Approved By: AG -2 of 2 City Attorney's Office PERFORMANCE AND PAYMENT BOND as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of entered into a (date) written Agreement with Owner for the ROBERT A. LEE RECREATION CENTER REMODELING PROJECT 2017; and WHEREAS, the Agreement requires execution of this Performance and Payfnen4 Bond, to be completed by Contractor, in accordance with plans and specifications prepared by Neumann Monson Architects, 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. _o A. The Surety hereby waives notice of any alteration or extension of tint® madLty the n a� Owner. r � 7-C N B. Whenever Contractor shall be, and is declared by Owner to be, in ds`iac* uQer the Agreement, the the Owner having performed Owner's obligations thereurth4ure 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 determination 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 PB -1 oft this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of one (1) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. cAT ISA FURTHER CONDITION OF THIS OBLIGATION that the Principal and lure rt in KPOrdance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, UJrms`br cQ,r�`'.plations having contracts directly with the Principal, including any of Principal's o U"-- --4ubcZraptc—m, all claims due them for labor performed or materials furnished in the (j perfo ari . bf the Agreement for whose benefit this bond is given. The provisions of Char 573 Code of Iowa, are a part of this bond to the same extent as if it were expressly N set out herein. 20 SIGNED AND SEALED THIS DAY OF IN THE PRESENCE OF: Witness Witness PB -2 of 2 (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) Contract Compliance Program 9 SECTION I -GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,OOOor more (or less) if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible foranswering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1 CC -1 of 8 N O � C_ o r -,� r -o }�I �9 CC -1 of 8 SECTION 11 -ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor"- shall include consultants and vendors.) 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. 2. 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 sea.1 and relevant orders of the U.S. Secretary of Labor. The Secrgary ofybor, and not the City, enforces said regulations and orders. M "' ® Erovfdtii copy of your written Equal Employment Opportunity policy statement. 0. LLJ>- 111 re is6s sttattnent posted? cr >- U. � o 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print)-------------------- — Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. CC -2 of 8 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6 are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name CC -3 of 8 Phone Number Title Date .i -C) C n� C:) r --fin n a w .i SECTION III -SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page p o s t i n g s, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF 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 6y identifying yourself on all recruitment advertising as "an equal opportunity employer'. Q �r- Ne recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth Q=t jWcruitment will only perpetuate the current composition of your workforce. Send recruitment U —J�ources a letter annually which reaffirms your commitment to equal employment opportunity J o rqn0 requests their assistance in helping you reach diverse applicant pools. ,.� F_"Iyze and review your company's recruitment procedures to identify and eliminate Udiscnminatory barriers. (d} SAect and train persons involved in the employment process to use objective standards Z=_ and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect majorjob 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 ca refuIIy. Prepare i nte ry i ew q u e sti o n s i n advance t o a ss u re t h at 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 of 8 � r • '"W' imp CITY OF IOWA CITY 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 as well as a sample policy. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 of 8 N �7 _O v =4f7 O 1 rF� CC -5 of 8 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her a g e , national origin, color, creed, disability, gender identity, marital s t a t u s , race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, 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. Further, this Company and its employees wi I I provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities foremployment. The Equal EmploymentOpportunity Officerfor- 0 NgD: �' X c w— Ltj – i>: F. d LL TelephoFANumber:---------- NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. CC -6 of 8 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or refer for employment, or to otherwise discriminate in employment against any other person or to discharge any employee because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 03-4105, 12-16-2003) B. It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or in any other manner indicate or publicize that individuals are unwelcome, objectionable or not solicited for employment or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to pregnancy 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, miscarriage, childbirth and recovery therefrom 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 unwritten employment policies and practices involving terms and conditions of employment as applied to other temporary disabilities. v. E. It shall be unlawful for any person to solicit or require as a condition of employment OBay erLltoyee or prospective employee a test for the presence of the antibody to the human immunodeficieruiy '-11 virus. '& An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay.pr benefits to an employee or prospective employee in return for taking a test for the presence Df the 1 antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection dov.7 not apply if the state epidemiologist determines and the director of public health dectafes thr9ugh the utilization of guidelines established by the center for disease control of the United States department of health and human services, that a person with a condition related to acquired immune deficiency syndrome poses a significant risk of transmission of the human immunodeficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related CC -7 of 8 Inc.to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7- 1995) 1. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 2. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord. 94-3647, 11-8-1994) 3. The employment 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 narrowly. (Ord. 03-4105, 12- 16-2003) 4. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) 5. The employment on the basis of disability in those certain instances where presence of disability 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 narrowly. (Ord. 03-4105, 12-16-2003) 6. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08- 4312, 8-11-2008) CC -8 of 8 0 C=) LU 0- L`'r LL 0 N CC -8 of 8 CITY OF IOWA CITY WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been aken: a a. There has been a bona fide change in ownership or control of the ineligible person*, Rtitt b. Disciplinary action has been taken against the individual(s) responsible for the QttsCgivi� rise violation(s); - C'3 C:)1 C. Remedial action has been taken to prevent a recurrence of the acts giving rise to.t z- iswlific D or default; or d. Other factors that the person or entity believes are relevant. The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. WT -1 of 2 "r_\I:9.ltl COUNTY N%LC11:2I:117L19yf EV I ) ss: upon being duly sworn, state as follows: 1. 1 am the [position] of ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither [contracting entity] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in a�judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wa e Payrrot Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or anyMc}om&4le state statute or local ordinance, which governs the payment of wages in the last 5 years J} o ® c'J } c, a I—< �� Signature This instrument was acknowledged before me by on 20 Notary Public in and for the State of WT -2 of 2 GENERAL CONDITIONS "General Conditions of the Contract for Construction" AIA DOC A201-2007 amended, shall apply except as amended in the Supplementary Conditions. GC -1 N Q �J C= ! �C-) C r r— �rn � M r GC -1 CITY OF IOWA CITY SUPPLEMENTARY CONDITIONS CITY OF IOWA CITY PART 1 -GENERAL 1.1 INTRODUCTION A. The following supplements modify the "General Conditions of the Contract for Construction", AIA Document A201-2007. Where a portion of the General Conditions is modified or deleted by these Supplementary Conditions, the unaltered portions of the General Conditions shall remain in effect. B. Terms used in these Supplementary Conditions will have meanings assigned to them in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings indicated below, which are applicable to both the singular and plural thereof. C. Deletions from the AIA A201 are indicated as strike -nut and additions to the AIA A201 are indicated as "bold italic". D. The OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Law or Regulations in respect to any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to any dispute arising between the parties or under the Contract Documents. E. Delete all references to mediation and arbitration in their entirety. 1.2 ARTICLE 1 - GENERAL PROVISIONS A. Add the following paragraph 1.1.1.1 Contract Documents to read as follows: 1.1.1.1 Any reference within the Contract Documents of the 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. N B. Change paragraph 1. 1.3 to read as follows: 1.1.3 The term "Work" means the construction and services requirezp byy tpd Coquet Documents, whether completed or partially completed, and includes all jMr or, toA6 , materials, equipment, transportation, services, taxes, insurance and�greot#e semis provided or to be provided by the Contractor to fulfill the Contractor's obligating The:World may constitute the whole or a part of the Project. The Contractor shall proms all4vorlCf w materials which any part of the Contract Documents require him to providl C. Add the following paragraph 1.2.4: >i 1.2.4 Sections of Division 1 - General Requirements, govern the executibn of all sections of the specifications. 1.3 ARTICLE 2 -OWNER A. Change paragraph 2.4 to read as follows: 2.4 If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents and fails within a seven-day period after reseiptef written notice from the Owner to commence and continue correction of such default or neglect with diligence and promptness, the Owner may without prejudice to other remedies the Owner may have, correct such deficiencies. - In such case an appropriate Change QFdeF shall be Ssued ded ^t'^^ the SUPPLEMENTARY CONDITIONS DOCUMENT SC -1 Owner may deduct from payments then or thereafter due the Contractor the reasonable entire cost of correcting such deficiencies, including Owner's expenses and compensation for the Architect's and/or Consultant's additional services and expenses and heating, engineering, accounting, consulting services and attorneys' fees and expenses made necessary by such default, neglect, or failure. If payments then or thereafter due the Contractor are not sufficient to cover such amounts, the Contractor shall pay the difference to the Owner. The Owner's actions pursuant to this Subparagraph shall not operate as a release of any obligation of a surety. 1.4 ARTICLE 3 -CONTRACTOR A. Change paragraphs 3.2.2 to read as follows: 3.2.2 Because the Contract Documents are complementary, the Contractor shall, before starting each portion of the Work, carefully study and compare the various Contract Documents relative to that portion of the Work, as well as the information furnished by the Owner pursuant to Section 2.2.3, shall take field measurements of any existing conditions related to that portion of the Work, and shall observe any conditions at the site affecting it. These obligations are for the purpose of facilitating coordination and construction by the Contractor and are not for the purpose of discovering errors, omissions, or inconsistencies in the Contract Documents; however, the Contractor shall promptly report to the Architect any errors, inconsistencies or omissions discovered by or made known to the Contractor as a request for information in such form as the Architect may require. It is recognized that the contractors review is made in the Oontractor's capacity as a contractor and not as a licensed design professional, unless otherwise pecific�[ly provided in the Contract Documents. The Contractor shall not be liable to the Owner Qrct for damage resulting from errors, inconsistencies or omissions in the Contract Uj nsDo opts unless the Contractor recognized such error, inconsistency or omission and J � failed to report it to the Architect. If the Contractor performs any construction activity involving a recognized error, inconsistency or omission in the Contract aDooanZents without such notice to the Architect, the Contractor shall assume appropriate 4�--—`'6esttOnsibility for such performance and shall bear an appropriate arneunt of the attrib, itable, all =osts is 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, vendors, materialmen and suppliers and their agents and employees, and other persons performing portions of the Work under a contract with the Contractor or any of its Subcontractors. C. Add the following 3.3.4: 3.3.4 Contractor shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. Contractor shall provide to Owner and Architect the phone number and/or paging service of this individual. D. Change paragraph 3.4.1 to read as follows: 3.4.1 Unless otherwise provided in the Contract Documents, the Contractor shall provide and pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, storage, parking and other facilities and services necessary for proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. Should the Contract Documents require work to be performed after regular working hours or should the Contractor elect to perform work after regular hours, the additional cost of such work shall be borne by the Contractor. SUPPLEMENTARY CONDITIONS DOCUMENT SC -2 E. Add the following paragraphs 3.4.4 through 3.4.6: 3.4.4 Whenever any provisions of the Contract conflict with any agreements or regulation of any kind in force among members of any trade association, unions or councils, which regulate what work shall be included in the work of particular trades, the Contractor shall make all necessary arrangements to reconcile any such conflict without delay or cost to the Owner and without recourse to the Architect or the Owner. 3.4.5 After the Contract has been executed, the Owner and the Architect will consider a formal request for the substitution products in place of those specified only under the conditions set forth in Section 0160 00 - Post Bid Substitutions. 3.4.6 By making requests for substitutions based on Subparagraph 3.4.4 above, the Contractor., .1 represents that the Contractor has personally investigated the proposed product and determined that it is equal or superior in all respects to that specified. .2 represents that the Contractor will provide the same warranty for the substitution that the Contractor would for that specified. .3 certifies that the cost data presented is complete and includes all related costs under this Contract except the Architect's redesign costs, and waives all claims for additional costs related to the substitution which subsequently become apparent; and .4 will coordinate the installation of the accepted substitute, making such changes as may be required for the Work to be complete in all respects. .5 will adhere to the contract schedule Change paragraphs 3.5 to read as follows: 3.5 The Contractor warrants to the Owner and Architect that materials and equipment, furnished under the Contract will be of good quality and new unless the Contract Documents require or permit otherwise. The Contractor further warrants that the Work will conform with the requirements of the Contract Documents and will be free from defects, 0 n the quality of the I.A.fork the Gnntragt DoguFnAnts require or permit. Work, materials or equipment not conforming to these requirements may be considered defective. The Contractor's warranty excludes remedy for damage or defect caused by abuse, alterations to the Work not executed by the Contractor, improper or insufficient maintenance, improper operation, or normal wear and tear and normal usage. If required by the Architect, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. G. Change paragraph 3.6.1 to read as follows: The Contractor shall pay sales, consumer, use and similar taxes for the Work provided by the Contractor that are legally enacted when bids are received or negotiations concluded, .wether or not yet effective or merely scheduled to go into effect. Contractors and -approved subcontractors will be provided a Sales Tax Exemption Certificate to pufsh&� buil jm materials, supplies, or equipment in the performance of the contract. The C¢nt�ctor s6 submit the information necessary for the certificates to be issued. All s4@h-fnfQWatfo1) fm said certificates shall be submitted to the City/Owner together in one sub17j0i0rP H. Change paragraph 3.7.2 to read as follows: 0 -Zyy� �77 3.7.2 The Contractor shall sen+ply perform the Work in compliance with andr$ve nbtiebs required by applicable laws, statutes, ordinances, codes, rules, regulations and laWIril orders of public authorities bearing on performance of the Work. Change paragraph 3.7.3 to read as follows: 3.7.3 If the Contractor performs Work knowing it to be contrary to applicable laws, statutes, ordinances, codes, rules and regulations, or lawful orders of public authorities, the Contractor shall assume full appropriate responsibility for such Work and shall bear the costs a#Fib- itable to the secrestien and expenses of correcting or replacing such Work. SUPPLEMENTARY CONDITIONS DOCUMENT SC -3 J. Change paragraph 3.7.4 to read as follows: 3.7.4 Concealed or Unknown Conditions. If the Contractor encounters conditions at the site that are 1) subsurface or otherwise concealed physical conditions that differ materially from those indicated in the Contract Documents or 2) unknown physical conditions of an unusual nature that differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, the Contractor shall promptly provide notice to the Owner and the Architect before conditions are disturbed and in no event later than the next business day "� after first observance of the conditions. The Architect will promptly investigate such conditions and, if the Architect determines that they differ materially and cause an increase or decrease in the Contractor's costs of or time required for performance of any part of the work, will recommend an equitable adjustment in the Contract Sum or Contract Time, or both. If the Architect determines that the conditions at the site are not materially different from those indicated in the Contract Documents and that no change in the terms of the Contract is justified, the Architect shall promptly notify the Owner and Contractor in writing, stating the reasons. if eitheF party disputeG the AFGhiteGt'9 determination 9F reclommapdation, that party pay pFoGeed as provided in AFtiple 15, J. Change paragraph 3.11 to read as follows: 3.11 The Contractor shall maintain at the site for the Owner, one copy of the Drawings, Specifications, Addenda, Change Orders and other Modifications, in good order and marked o currently to indicate field changes and selections made during construction, and one sepy-ef all O apprqTed Shop Drawings, MSDS Sheets, Product Data, Samples and similar required [, c13 sals. These shall be available to the Architect and shall be delivered to the Architect for st�jTr W jai to the Owner upon completion of the Work as a record of the Work as constructed. ...� K. C3 C a f— paragraph 3.13 to read as follows: 3he Contractor shall confine operations at the site to areas permitted by applicable laws, t(., —y stems, ordinances, codes, rules and regulations, and lawful orders of public authorities and the _ ContlRct 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 may be occupied and in use by the Owner during the execution of the Work. The Contractor shall perform and coordinate its work in such a manner that the portions of the property occupied and in use will not be encumbered or the use interfered with or interrupted. L. Change paragraph 3.17 to read as follows: 3.17 The Contractor shall pay all royalties and license fees. The Contractor shall defend suits or claims for infringement of patent rights and shall hold the Owner and Architect harmless from loss ion account thereof, but shall not be responsible for such defense or loss when a particular design, process or product of a particular manufacturer or manufacturers is required by the Contract Documents, or where the copyright violations are contained in Drawings, Specifications or other documents prepared by the Owner or Architect. However, if the Contractor has reason to believe that the required design, process or product is an infringement of a copyright or patent, the Contractor shall be responsible for such loss unless such information is promptly furnished to the Architect and the Owner in writing. M. Change paragraphs 3.18.1 to read as follows: 3.18.1 To the fullest extent permitted by law, the Contractor shall indemnify, defend and hold harmless the Owner, Architect, Architect's consultants, and agents and employees of any of them from and against claims, damages, losses and expenses, including, but not limited to attorneys' fees, arising out of or resulting from performance of the Work, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (etheF than the WGFk it e e but only to the extent caused in whole or in part by intentional or negligent acts or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they SUPPLEMENTARY CONDITIONS DOCUMENT SC -4 may be liable, regardless of whether or not sunh dawn, damage, loss oF expenre 46 Gause Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity that would otherwise exist as to a party or person described in this Paragraph 3.18. Nothing in the foregoing Paragraph 3.18.1 is intended or shall be deemed to constitute an indemnification by the Contractor against the negligence of any of the parties to be otherwise indemnified pursuant to Paragraph 3.18.1. N. Change paragraph 3.18.2 to read as follows: 3.18.2 Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. In claims against any person or entity indemnified under this Section 3.18 by an employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under Section 3.18.1 shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Contractor or a Subcontractor under workers compensation acts, disability benefit acts or other employee benefit acts. 1.5 ARTICLE 4- ARCHITECT A. Change paragraph 4.1.2 to read as follows: 4.1.2 Duties, responsibilities and limitations of authority of the Architect as set forth in the Contract Documents shall not be restricted, modified or extended without written consent of the Owner, GentracteF and Architect. Consent shall not be unreasonably withheld. B. Change paragraph 4.2.1 to read as follows: 4.2.1 The Architect will provide administration of the Contract as described in the Contract Documents and will be the Owner's representative as provided herein during construction and until the Architect issues the final Certificate for Payment to the Contractor on the Project. The Architect will advise and consult with the Owner. The Architect will have authority to act on behalf of the Owner only to the extent provided in the Contract Documents. C. Change paragraph 4.2.3 to read as follows: 4.2.3 On the basis of the site visits, the Architect will keep the Owner reasonably informed about the progress and quality of the portion of the Work completed, and report to t6e;Owner 1) known deviations from the Contract Documents and from the most recent constructroa schedule submitted by the Contractor, and 2) defects and deficiencies observed, tr1-She-fork.'''{{'�l�ee Architect and the Owner will not be responsible for the Contractor's failure 1q p rforffi the 1A1p�k in accordance with the requirements of the Contract Documents. The Archrtganhe r will not have control over or charge of and will not be responsible for acts-Qr-oomissions�f tie Contractor, Subcontractors, or their agents or employees, or any other -pis'lttks performing portions of the Work. d N ( 3 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 sekify recommend to the Owner the amounts due the Contractor and will issue Certificates for Payment in such amounts. 4.2.6 The Architect has authority to reject Work which does not conform to the Contract Documents. Whenever the Architect considers it necessary or advisable for implementation of the intent of the Contract Documents, the Architect will have authority to recommend to the Owner to require additional inspection or testing of the Work in accordance with Subparagraphs 13.5.2 and 13.5.3, whether or not such Work is fabricated, installed or completed. However, neither this authority of the Architect nor a decision made in good faith either to exercise or not to exercise such authority shall give rise to a duty or responsibility of the Architect to the Contractor, Subcontractors, material and equipment suppliers, their agents or employees, or other persons SUPPLEMENTARY CONDITIONS DOCUMENT SC -5 performing portions of the Work. E. Change paragraphs 4.2. 10 through 4.2.12 to read as follows: 4.2.10 If the Owner and Architect agree, the Architect will provide one or more project representatives to assist in carrying out the Architect's responsibilities at the site. The dutieG 4.2.11 The Architect will interpret and make recommendations to the Owner regarding decide matters concerning performance under and requirements of the Contract Documents on written request of either the Owner or Contractor. The Architect's response to such requests will be made in writing within any time limits agreed upon or otherwise with reasonable promptness. if no agreement is made concerning the time within which recommendations required of the Architect shall be furnished in compliance with this Paragraph 4.2, then the Architect shall furnish such recommendations within such reasonable time after the request is made that allow sufficient time in the professional judgment of the Architect for review. 4.2.12 Interpretations and recommendations desisiens of the Architect will be consistent with the intent of and reasonably inferable from the Contract Documents and will be in writing or in the form of drawings. When making such interpretations and recommendations desisiens, the Architect will endeavor to secure faithful performance by both Owner and Contractor, will not 2ghow partiality to either and will not be liable for results of interpretations or recommendations 0esisic rendered in good faith. r� t.Lt4RT&E MJBCONTRACTORS c� U F- -JA. 2Dellgj g ragraph 5.2.1 and add the following: LL —_Z.2N- J -he CONTRACTOR shall provide, within 24 hours of the bid opening, a list those —Verabins, firms, companies or other parties to whom it proposealintends to enter into a subcontract regarding this project as required on the Bid Form and the Agreement. N 1. if no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. B. Change paragraph 5.3 to read as follows: 5.3 By appropriate agreement, written where legally required for validity, the Contractor shall require each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Contractor by terms of the Contract Documents, and to assume toward the Contractor all the obligations and responsibilities which the Contractor, by these Documents, assumes toward the Owner and Architect. Each subcontract agreement shall preserve and protect the rights of the Owner and Architect under the Contract Documents with respect to the Work to be performed by the Subcontractor so that subcontracting thereof will not prejudice such rights, and shall allow to the Subcontractor, unless specifically provided otherwise in the subcontract agreement, the benefit of all rights, remedies and redress against the Contractor that the Contractor, by the Contract Documents, has against the Owner. Where appropriate, the Contractor shall require each Subcontractor to enter into similar agreements with Sub -subcontractors. The Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract agreement, copies of the Contract Documents to which the Subcontractor will be bound, and, upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of the proposed subcontract agreement which may be at variance with the Contract Documents. Subcontractors shall similarly make copies of applicable portions of such documents available to their respective proposed Sub -subcontractors. All warranties provided by the Subcontractors, including all express and implied warranties in the Contract Documents and the agreements between the Contractor and the Subcontractors and all warranties provided by law, shall run to and be for the benefit of the Owner, and the Owner shall have a direct right of action against the Subcontractors for any breach of said warranties. SUPPLEMENTARY CONDITIONS DOCUMENT SC -6 1.7 ARTICLE 6 - CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS A. Delete paragraph 6.1.4 in its entirety. B. Change paragraph 6.2.4 to read as follows: 6.2.4 The Contractor shall promptly remedy damage the Contractor wreagfully causes 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 7.2.2 as follows: 7.2.2 A Change Order is conclusively presumed to include all adjustments in Contract Time and Contract Sum necessary to complete the change to the Work and related parts of the Work. C. Add paragraph 7.2.3 as follows: 7.2.3 In all Change Orders or Construction Change Directives, the allowance for Overhead and profit to be included in the total cost to the Owner shall not exceed the following amounts: .1 For the Contractor, for any Work performed directly by the Contractor's employees, not including oversight of such work performed by subcontractor, fifteen percent (15%) of the cost. .2 For the Contractor, for Work performed by his Subcontractor, ten percent (101'0) 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, mate--ljals and Subcontracts. In no case will a change involving over $200.00 be approved without suoh itemization. .6 Unless otherwise agreed, costs to which overhead and profit are to be appdied be those costs listed in Subparagraph 7.3.6. n o 1.9 ARTICLE 8 -TIME A. Change paragraph 8.2.3 to read as follows: 8.2.3 The Contractor shall proceed expeditiously with adequate forces and shall' achieve Substantial Completion within the Contract time. The Contractor shall bear all costs for overtime and all additional expense which may arise in order to achieve Substantial Completion within the Contract Time. Add paragraph 8.2.4 to read as follows: 8.2.4 If, upon the recommendation of the Architect, it becomes necessary at times during construction for the Owner to accelerate the work, each Contractor or subcontractor when ordered and directed by the Owner, shall cease work at any point and shall transfer his men to such points and execute such portion of his work as may be required to SUPPLEMENTARY CONDITIONS DOCUMENT SC -7 enable others to properly engage in and carry on their work. C. Change paragraph 8.3.1 to read as follows: 8.3.1 If the Contractor is delayed at any time in progress of the Work by an act or neglect of the Owner or Architect, or of an employee of either, or of a separate contractor employed by the Owner, or by changes ordered in the Work, or by labor disputes, fire, unusual delayin deli unavoidable casualties or other causes beyond the Contractor's control, Or by delay a6lthor Zed delay; then the Contract Time shall be extended by Change Order for such reasonable time as the Owner, with the advice of the Architect, may determine. Such delays shall not be a basis for damages. An extension of the Contract Time is the Contractor's sole remedy for such delay. D. Delete paragraph 8.3.3 in its entirety. E. Add paragraph 8.4 LIQUIDATED DAMAGES to read as follows: Since the actual monetary value of damages sustained by the Owner as a result of delayed completion of the Work is extremely difficult or impractical to assess, the Owner and Contractor agree as follows: 1. Upon failure of the Contractor to achieve "Final Completion" of the Work in p compliance with requirements of the Contract Documents: The Contractor shall j 30 -ay as liquidated damages, and not as a penalty, the sum of amount as listed in [� � Qhe Notice to Bidders (or Instruction to Bidders) for each calendar day that "Final LLJ a J�ompletion" is delayed beyond the date written in the Agreement, subject to o v hadjustments of the Contract Time as provided for in the Contract Documents. CS) y- c. a t7— dhe Owner shall give written notice to the Contractor of intent to assess `(liquidated damages pursuant to provisions of this Article. Calculation of the c-amount of liquidated damages shall commence on the date the Owner notifies the Contractor of this intent. 3. Liquidated damages assessed in accordance with these provisions are exclusive of other monetary damages to which the Owner may be entitled as a direct result of the Contractor's failure to achieve final completion of the Work in accordance with requirements of the Contract Documents. These liquidated damages are not intended to be exclusive of Owner's right to terminate this Contract based on Contractors' failure to comply with the terms and provisions of the Contract. 4. Partial performance of the Work of this Contract shall not relieve the Contractor from liability for liquidated damages. 5. Contractor's liability for liquidated damages shall cease upon issuance of Final Completion Certificate for the Work of the Contract. 6. Notwithstanding anything in the Contract Documents to the contrary, amounts assessed to the Contractor as liquidated damages may be deducted by the Owner from any money payable to the Contractor pursuant to this Contract. The Owner shall notify the Contractor in writing of a claim for liquidated damages prior to the date the Owner deducts such sum from money payable to the Contractor. 1.10 ARTICLE 9 - PAYMENTS AND COMPLETION A. Add the following paragraph 9.3.1.3. .3 The first payment application shall be accompanied by Contractor's partial waiver of SUPPLEMENTARY CONDITIONS DOCUMENT SC -8 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: 9.4.2.1 The Architect's determination as to the issuance of or withholding of or the amount of payment reflected on Certificates of Payment shall subject the Architect to no liability whatsoever to the Owner, Contractor, Surety, or any other person. D. Change paragraph 9.6.1 to read as follows: 9.6.1 The Owner shall make partial payments to the Contractor within 30 days after the Owner has received a Certificate for Payment from the Architect. To Insure propet 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 nbtify the Architect. shall so notify the AFGhitGGt. E. Change paragraph 9.8.4 to read as follows: When the Work or designated portion thereof is substantially complete, the Architect will prepare a Certificate of substantial Completion that shall establish the date of Substantial Completion, shall establish responsibilities of the Owner and contractor for security, maintenance, heat, utilities, damage to the Work, and insurance, and shall fix the time within which the contractor shall finish all items on the list accompanying the Certificate. N O F. Add paragraph 9.10.6: o -+ 9.10.6 Notwithstanding any provision to the contrary in this Contract, fi44.ayu'bnt of retainage due the Contractor will be made not earlier than 31 dgys_,3tro the final acceptance of the work by the Owner, subject to the conditions and Ttr,,gc Incei the provisions of Chapter 573 of the Code of Iowa (2009), as amended._-<r– G. i v G. Add paragraph 9.10.7. N 9.10.7 Warranties required by the Contract Documents, including those stated in the t performance and payment bond, shall commence on the date of final, formal acceptance of the work by the City. 1.11 ARTICLE 10 - PROTECTION OF PERSONS AND PROPERTY A. Add paragraph 10.1.1: 1. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be SUPPLEMENTARY CONDITIONS DOCUMENT SC -9 submitted to the Owner prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. B. Change paragraph 10.2.4 to read as follows: 1. When use or storage of explosives or other hazardous materials or equipment or unusual methods are necessary for the execution of the Work, the Contractor shall give the Owner reasonable advance notice and shall exercise utmost care and carry on such activities under supervision of properly qualified personnel. C. Add paragraph 10.2.9: 10.2.9 When required by law or for the safety of the Work, the Contractor shall shore up, brace, underpin and protect foundations and other portions of existing structures which , are in any way affected by the Work. The Contractor, before commencement of any part of the Work, shall give any notices required to be given to adjoining landowners or other parties. The Owner shall be notified once these notices have been served and before the work is performed. o � QR11 -INSURANCE AND BONDS X: cc C') WA. n-Chh t_aparagraph 11.1.1.5 to read as follows: .J o.5 Wms for damages, other than to the Work itself, because of injury to or destruction of .� Ntartgi* property, including explosion, collapse and damage to underground utilities and W -`los *ruse resulting therefrom; ;7 C-) _e B. Chang paragraph 11.1.2 to read as follows: 11.1.2 The insurance required by Subparagraph 11.1.1 shall be written for not less than limits of liability specified in the Contract Documents or required by law, whichever coverage is greater. Coverage wiaethec shall be written on an occurrence or dairns made basis and shall be maintained without interruption from the date of commencement of the Work until the date of final payment and termination of any coverage required to be maintained after final payment, and, with respect to the contractor's completed operations coverage, until the expiration of the period for correction of Work or for such other period for maintenance of completed operations coverage as specified in the Contract Documents. C. Change paragraph 11. 1.3 to read as follows: 11.1.3 Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior to commencement of the Work and thereafter upon renewal or replacement of each required policy of insurance. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. These certificates and the insurance policies required by this Section 11.1 shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least 30 days' prior written notice has been given to the Owner. An additional certificate evidencing continuation of liability coverage, including coverage for completed operations, shall be submitted upon final Application for Payment as required by Section 9.10.2 and thereafter upon renewal or replacement of such coverage until the expiration of the time required by Section 11.1.2. Information concerning reduction of coverage on account of revised limits or claims ' paid under the General Aggregate, or both, shall be furnished by the Contractor with reasonable promptness. D. Delete paragraph 11.1.4 in its entirety and add the following paragraphs 11.1.4 through 11.1.14: 11.1.4 Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: SUPPLEMENTARY CONDITIONS DOCUMENT SC -10 i Type of Coverage Comprehensive General Liability Bodily Injury & Property Damage' Automobile Liability Bodily Injury & Property Damage Excess Liability Employer's Liability Each Accident Each Employee Policy Limit Professional Liability (if applicable) Each Occurrence Aggregate $1,000,000 $2,000,000 Combined Single Limit $1,000,000 $1,000,000 $1,000,000 $500,000 $500,000 $500,000 $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. Property Damage liability insurance must provide explosion, collapse and underground coverage. Comprehensive General Liability using Insurance Services Office CG0001 or equivalent, shall include Contractual, Premises & Operations, Products & Completed Operations, Independent Contractors, Personal & Advertising Injury coverages, and Aggregate Limits of Insurance (Per Project) endorsement. Automobile Liability shall include all owned, non -owned and hired autos and also coverage for Contractual Liability. Excess Liability shall provide no less than following form coverage to the primary underlying policies. Workers Compensation shall include the Alternative Employer and Waiver of Subrogation endorsements in favor of the Owner. Professional Liability, if applicable: Tthe Contractor shall procure and maintain, during the life of this Agreement, Professional Errors and Omissions Liability Insurance. The Contractor will notify the Owner if claims made erode the policy limits below those required above. All liability policies above, except for Workers Compensation and Professional Liability, shall include the Owners Governmental Immunities Endorsement. [See attached]. 11.1.5 The City requires that the Contractor's Insurance carrier be A3 ed &r better.Py A.M. Best. In addition, the Contractor shall be required to comply,.vi+t tKO f011odv g provisions with respect to insurance coverage: tv CD 11.1.6 The entire amount of Contractor's liability insurance policyf covergge fil�ts, identified in the policy and in the Certificate of Insurance, must, under th4rpolicy;-Pe available to pay damages for which the insured Contractor becomes liable, 0 for Which the insured assumes liability under the indemnity agreement herein contained' and such coverage amount shall not be subject to reduction or set off by virtue of investigation or defense costs incurred by Contractor's insurer. 11.1.7 The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. 11.1.8 If Contractor's liability insurance coverage is subject to any special exclusions or SUPPLEMENTARY CONDITIONS DOCUMENT SC -11 limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance and copies of such shall be attached thereto. 11.1.9 The Contractor shall include the City as additional insured on all policies except workers compensation. The Contractor shall include the Owner (City of Iowa City, including its employees, agents and assigns) as additional insured on all policies, except worker's compensation and professional liability. Such additional insured endorsement(s) shall make the Contractor's liability insurance primary to the Owner's and, furthermore, shall not be contributing with any other insurance or similar protection available to the Owner, whether such available protection be primary, contributing or excess. Owner shall be an Additional Insured with repect to all required aforementioned coverages, which shall be stated on all Certificates of Insurance. Such Certificates shall also state that the Governmental Immunities Endorsement (see attached) apply and said ' endorsements shall be attached thereto. The Contractor shall require any of its agents and subcontractors who perform work &id/or services pursuant to the provisions of this Agreement to purchase and maintain Pe sante types of insurance as are required of the Contractor. The City prefers that Contractor provide it with "occurrence form" liability cv6sutagce coverage. If Contractor can only provide "claims -made" insurance coverage, then j0e Geptractor must comply with the following requirements: 9: If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. B. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. D. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces 11.1.11 The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the ' contract to the next low bidder, or declare a default and seek specific performance or termination, as the case may be. 11.1.12 in the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and SUPPLEMENTARY CONDITIONS DOCUMENT SC -12 such losses exhaust the aggregate limits of Contractor's liability insurance, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 11.1.13 In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 11.1.14 Contractor shall be responsible for any deductible amounts; including but not limited to the owner's deductible on the owner's builder's risk. E. Delete paragraphs 11.3 in its entirety and add paragraphs 11.3 as follows: 11.3 PROPERTY INSURANCE 11.3.1 OWNER shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: .1 include the interests of OWNER, CONTRACTOR, Subcontractors, Owner's Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an additional insured; .2 be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, false work, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, water damage, and such other perils or causes of loss as may be specifically required by the Supplementary Conditions; .3 include expenses incurred in the repair or replacement of any insured property; .4 include $100,000 for materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated ft the Work, provided that such materials and equipment have been included iron Apocation for Payment recommended by OWNER; A� .1 .5 allow for partial utilization of the Work by OWNER, n"E tv --1C� O r- .6 include testing and startup; and �rn = m o v .7 be maintained in effect until final payment is made. ru 4— C4 w .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 11.3.2 OWNER shall purchase and maintain such boiler and machinery insurance which SUPPLEMENTARY CONDITIONS DOCUMENT SC -13 shall specifically cover such insured objects or additional property insurance as may be required by Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, OWNER's Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured. 11.3.3 All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured to whom a certificate of insurance has been issued and will contain waiver provisions. 11.3.5 If CONTRACTOR requests in writing that other special insurance be included in the property insurance policies provided under paragraph 5.06, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the Site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. C: OF. t;:Pelets gection 11.4 in its entirety and add paragraph 11.4 to read as follows: IV-11,�f.1 The Contractor shall furnish a Performance Bond and Labor and Material Payment -'L LLf aBda"om a surety using the form included in the Contract Documents, each in an J o anent equal to the Contract Price. Cost of such Bonds shall be included in the base CV bid c ach alternative bid shall include the additional Bond cost. Contractor shall deliver LttAnequired Bonds to the Owner prior to the signing of the Agreement. 7 U:� o.1 2The Performance, Labor and Material Bond shall be executed in conformity with the American Institute of Architect's Document A-312 (1984 Edition), with coverage provided by a surety having a financial rating from A.M. Best of A, VII or higher. .2 Whenever the Contractor shall be and is declared by the Owner to be in default under the Contract, the Surety and Contractor are each responsible to make full payment to the Owner for any and all additional services of the 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. �g These Bonds shall be maintained by the Contractor and shall remain in full force -Vnd effect until final acceptance of the Work by the Owner. The Contractor agrees and r ,Will cause the Surety to agree to be bound by each and every provision of all the Contract Documents. r Vl r� c� The Surety shall give written notice to Owner, within seven (7) days after receipt of d declaration of default, of the Surety's election either to remedy the default or defaults } prgmptly or to perform the work promptly or to pay to Owner the penal sum of the bond, time being of the essence. In said notice of election, the Surety shall indicate the date on which the remedy or performance will commence, and it shall then be the duty of the Surety to give prompt notice in writing to Owner immediately upon completion of (a) the remedy and/or correction of each default, (b) the remedy and/or correction of each omitted item of work, (c) the furnishing of each omitted item of work, and (d) the performance of the work. The Surety shall not assert solvency of its Principal or its Principal's denial of default as justification for its failure to promptly remedy the default or defaults or perform the work. SUPPLEMENTARY CONDITIONS DOCUMENT SC -14 P" L .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 (9 take any other action of any nature or description which is not required of the Owner to be done under the Contract Documents. 11.4.2 Surety shall be satisfactory to the Owner and shall be authorized to do business in the state of Iowa. 1.13 ARTICLE 13 - MISCELLANEOUS PROVISIONS A. Change paragraph 13.1 to read as follows: 13.1 The Contract shall be governed by the laws of the State of Iowa Gf the PlaGG ,• hGF8 t4O PFGj@Gt IS IGGatGd exGept that, f the paFt as have 6eI8GtkQd AFb1tFPt AR QI; the method of binding B. Change paragraph 13.3.1 to read as follows: 13.3.1 Written notice shall be deemed to have been duly served if delivered in person to the individual, to a member of the firm or entity or to an officer of the corporation for which it was intended, or if de4ivered at-er sent by registered or certified mail to the last business address known to the parry giving notice. C. Change paragraph 13.5.1 to read as follows: 13.5.1 Tests, inspections and approvals of portions of the Work shall be made as required by the Contract Documents and by applicable laws, statutes, ordinances, codes, rules, and regulations or lawful orders of public authorities. Unless otherwise provided, the Contractor shall make arrangements for such tests, inspections and approvals with an independent testing laboratory or entity acceptable to the Owner, or with the appropriate public authority, and shall bear all related costs of tests, inspections and approvals. The Contractor shall give the Architect and Owner timely notice of when and where tests and inspections are to be made so the Ur hitect and Owner may observe such procedures. The Owner shall bear costs of 1) tests, iepections or approvals that do not become requirements until after bids are receM79d or'Kegot s concluded and 2) tests, inspections or approvals where building codes g-P'plle la r regulations prohibit the Owner from delegating their cost to the Contra�k dies PDll reports, data and other documents related to tests, inspections and-WWovWs sh ll be provided to the Architect as soon as practicable.G,- M D. Delete paragraphs 13.7. $x N 0 T> Jr E. Add the following Section 13.8: W 13.8 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 may be required by local or state ordinance. The Contractor shall take affirmative action to insure that applicants are employed, and that employees are treated during employment without regard to their race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; SUPPLEMENTARY CONDITIONS DOCUMENT SC -15 layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the policies of non-discrimination. .2 The Contractor and the Contractor's subcontractors shall, in all solicitations or advertisements for employees placed by them or on their behalf, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance Add the following Section 13.9: 13.9 The Contractor shall maintain CONTRACT COMPLIANCE PROGRAM (ANTI DISCRIMINATION REQUIREMENTS) for all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC -1. 1.14 ARTICLE 14 - TERMINATION OR SUSPENSION OF THE CONTRACT A. Add the following paragraph 14.2.1.5: .5 fails or refuses to provide insurance or proof of insurance as required by the Contract Documents. 0 B. 4--ihang¶graph 14.2.4 to read as follows: Q 6�14.jof-if the unpaid balance of the Contract Sum exceeds costs of finishing the Work, including LU� copensation for the Architect's services and expenses made necessary thereby, and other daW*s incurred by the Owner and not expressly waived, such excess shall be paid to the J o Ccfmfttor. If such costs exceed the unpaid balance, the Contractor shall pay the difference to �— ithto�Nner. The amount to be paid to the Contractor or Owner, as the case may be, shall be R ceffied by the Initial Decision Maker, upon application, and this obligation for payment shall surviig termination of the Contract. The Contractor shall bear all testing, engineering, accounting, and legal expenses made necessary as a result of termination of the Contract. 1.15 ARTICLE 15- CLAIMS AND DISPUTES A. Change paragraphs 15.1.1 through 15.1.3 to read as follows: .5.1.1 Definition. A Claim is a demand or assertion by one of the parties seeking, as a matter of '3tght, payment of money, or other similar relief with respect to the administration terms of the F �. `Contract during the performance of the Work. The term "Claim" also includes other disputes end matters in question between the Owner and Contractor arising out of or relating to the Contract. The responsibility to substantiate Claims shall rest with the party making the Claim. r Nothing in this Article is intended to limit claims by the Owner related to the performance in ,of or quality of the Work. r 15.1.2 Notice of Claims. Claims by either the Owner or Contractor must be initiated by written —notice to the other party and to the Initial Decision Maker with a copy sent to the Architect if the �'Architect is not serving as the Initial Decision Maker. Claims by either party must be initiated within 21 days after occurrence of the event giving rise to such Claim or within 21 days after the claimant first recognizes the condition giving rise to the Claim, whichever is later. An additional Claim relating to the same subject matter made after the initial Claim has been implemented by Change Order will not be considered and is deemed waived by the Contractor. unless 66ibm teed iR a t FRel• 15.1.3 Continuing Contract Performance. Pending final resolution of a Claim, except as otherwise agreed in writing or as provided in Section 9.7 and Article 14, the Contractor shall proceed diligently with performance of the Contract and the Owner shall continue to make SUPPLEMENTARY CONDITIONS DOCUMENT SC -16 �I payments for sums not in dispute in accordance with the Contract Documents. The Architect will prepare Change Orders and issue Certificates for Payment in accordance with the decisions of the Initial Decision Maker. B. Change paragraph 15.2.5 to read as follows: 15.2.5 The Initial Decision Maker will render an initial decision approving or rejecting the claim, or indicating that the Initial Decision Maker is unable to resolve the claim. This initial decision shall 1) be in writing, 2) state the reasons therefore, and 3) notify the parties and the Architect, if the Architect is not serving as the Initial Decision Maker, of any change in the Contract Sum or Contract Time or both. and binding an the paFt as bUt SWI�eGt W rnediatiGn and, if the part as fail to Faselve their disputes C. Delete paragraphs 15.2.6 and 15.2.6.1 in their entirety. D. Delete Section 15.3 MEDIATION in its entirety. E. Delete Section 15.4 ARBITRATION in its entirety. Add the following paragraph 15.5 to read as follows: 15.5 The Owner and Contractor may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to any dispute arising between the parties or under the Contract Documents. END OF DOCUMENT 00800 SUPPLEMENTARY CONDITIONS DOCUMENT SC -17 n: o_ U J L� T►� Z C-)-< 0 ,<r <M -o M O� N F' Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: _/—/—to / / Address: City, State, Zip: Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State 2. Does your company's home state or foreign country offer preferences to bidders who are resid(E;s? if Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home or*eign6"ntry and the appropriate legal citation. E2 -<N , -C-) o r - i You may attach additioWl sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. GIPkIIoI1Dy,KIMV Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Ye© UJ ❑ LL ❑ Yes ❑ 0 0 o_ 0 Nom IN N c+ ❑ Yes. No 4, ITI ❑ Yes U'No c' j*My business is a limited liability partnership which has filed a statement of qualification in a �estate other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of W Ycancellation has not been filed. >-c-My business is a limited partnership or limited liability limited partnership which has filed a Certificate of limited partnership in this state, and has not filed a statement of termination. 0 My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ..;My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. �.' My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 309-600102-14 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 SECTION 00 2613 - PRE-BID SUBSTITUTION REQUEST FORM PROJECT: ROBERT A. LEE COMMUNITY REC CENTER REMODEL SUBMIT REQUEST FOR SUBSTITUTIONS DURING THE BIDDING PHASE TO: NEUMANN MONSON ARCHITECTS, 221 East College Street, Suite 303, Iowa City, IA 52240 REQUESTS FOR SUBSTITUTIONS MUST BE MADE BY MAY 21, 2014. REQUEST FROM: SPECIFICATION SECTION/TITLE: Description: , Article/Paragraph: Proposed Substitution: Manufacturer: Trade Name: Model: ACKNOWLEDGEMENTS AND ATTACHMENTS _/_/2017. In submitting this Request, the Undersigned acknowledges and represents that: Proposed substitution has been fully investigated and determined to be equal or superior in all respects to specified product. Same warranty will be furnished for proposed substitution as for specified product. Same maintenance service and source of replacement parts, as applicable, is available. Proposed substitution will have no adverse effect on other trades and will not affect or delay progress schedule. Proposed substitution does not affect dimensions and functional clearances. Attachments: The following attachments are considered an integral part of this Request: Product Data, descriptions and specifications necessary for evaluation. a Drawings necessary to indicate proper installation in the Work. o Tests and Reports consistent with specified performance requirement=ri , 'r 2 C-1 _e SUBMITTED BY: , (Title) Firm name: Telephone: ARCHITECT'S REVIEW AND ACTION Fax r w Substitution approved - Make submittals in accordance with Specification Section 01 3300. Substitution rejected - Use specified materials. Reviewed by: Date: Bidding Documents PRE-BID SUBSTITUTION REQUEST FORM 06/20/17 002613-1 END OF PRE-BID SUBSTITUTION REQUEST FORM 0 c8. Yv O r Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Bidding Documents 06/16/17 Neumann Monson Architects 16.121 PRE-BID SUBSTITUTION REQUEST FORM 002613-3 w _ E �=+ _o V z -n "-< N r s o� ^v N W PRE-BID SUBSTITUTION REQUEST FORM 002613-3 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 SECTION 01 1000 -SUMMARY PART1 GENERAL 1.01 PROJECT A. Project Name: Robert A. Lee Recreation Center Remodeling 2017 B. Owner's Name: City of Iowa City. C. Architect's Name: Neumann Monson, Inc.. D. The Project consists of the alterations to the existing Robert A. Lee Community Recreation Center as indicated on the Drawings. 1.02 DESCRIPTION OF ALTERATIONS WORK A. Scope of selective demolition and removal work is shown on drawings and specified in Section 024100. B. Scope of alterations work is shown on Drawings. C. Plumbing: Alter existing system and add new construction, keeping existing in operation. D. HVAC: Alter existing system and add new construction, keeping existing in operation. E. Electrical Power and Lighting: Alter existing system and add new construction, keeping existing in operation. 1.03 OWNER OCCUPANCY A. City of Iowa City intends to continue to occupy adjacent portions of the existing building during the entire construction period. B. City of Iowa City intends to occupy the Project upon Substantial Completion. C. Cooperate with City of Iowa City to minimize conflict and to facilitate City of Iowa City's operations. D. Schedule the Work to accommodate City of Iowa City occupancy. 1.04 CONTRACTOR USE OF SITE AND PREMISES A. Construction Operations: Limited to areas noted on Drawings. B. Arrange use of site and premises to allow: 1. City of Iowa City occupancy. 2. Use of site and premises by the public. C. Provide access to and from site as required by law and by City of Iowa City: 1. Emergency Building Exits During Construction: Keep all exits required by code open during construction period, provide temporary exit signs if exit routes are temp(wrily altered. .o` ZZ 2. Do not obstruct roadways, sidewalks, or other public ways without perm` `n D. Existing building spaces may not be used for storage. C") -<N E. Utility Outages and Shutdown: ::;n c r 1. Do not disrupt or shut down life safety systems, including but not limiteireyprinkir and fire alarm system, without 7 days notice to City of Iowa City and a tie;*avinW..ft jurisdiction. IV 2. Prevent accidental disruption of utility services to other facilities. y� r w PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION Bidding Documents SUMMARY 06/20/17 01 1000-1 CD cf) _ FILED N-3 D20(1 JUN PM 3: 00 N , ":9 0S V.UL f Its o CITY CLERK IOWA CITY, iO;VA 0 j_. s m 0 _ n CD _ CL � n m t 3 to 00 o a CD m o 0 I c n� 0)m Zo ! _! v� D-4 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA PART1 GENERAL Neumann Monson Architects 16.121 SECTION 01 2000 - PRICE AND PAYMENT PROCEDURES 1.01 SECTION INCLUDES A. Procedures for preparation and submittal of Schedule of Values and Applications for Progress Payments. B. Contract modification procedures for changes in the Work. C. Procedures for preparation and submittal of Application for Final Payment. 1.02 DEFINITIONS A. The term "day' as used in the Contract Documents shall mean calendar day, unless otherwise specifically defined. 1.03 RELATED REQUIREMENTS A. Section 00 5000 - Contracting Forms and Supplements: Forms to be used. B. Section 00 7300 - Supplementary Conditions: Percentage allowances for Contractor's overhead and profit. C. Section 01 3000 - Administrative Requirements: Procedures for transmission of Schedule of Values, Applications for Payment, and contract modification documents using electronic document submittal service. 1.04 SCHEDULE OF VALUES A. Submit Schedule of Values within 15 days after date of Owner -Contractor Agreement. Submit draft to Architect for approval. B. Submit Schedule of Values in electronic media format. C. Format: Utilize the Table of Contents of this Project Manual. Identify each line item with number and title of the specification Section. Identify bonds and insurance. D. Revise schedule to list approved Change Orders, with each Application For Payment. 1.05 APPLICATIONS FOR PROGRESS PAYMENTS A. Make applications for progress payments in amounts equal to ninety-five percent (95%) of the value of Work completed, including cost of materials and equipment properly stored at the jobsite, less the amount of previous payments. 1. The five percent (5%) contract retainage may become payable upon issuance of the Certificate of Substantial Completion. Refer to Section 01 7700 for additional o requirements. d -, B. Payment Period: Submit at intervals stipulated in the Agreement. 'n 9� z C. Execute certification by signature of authorized officer. N ��-- D. Use data from approved Schedule of Values. Provide dollar value in each cotat� foRach llhe item for portion of work performed and for stored Products. �m v M E. List each authorized Change Order as a separate line item, listing Change 0@;?Z)ur4r aro dollar amount as for an original item of Work. r F. Submit Applications for Payment in electronic media format. ca G. Include the following with the application: 1. Construction progress schedule, revised and current as specified in Section 01 3000 - Administrative Requirements. 2. Partial release of liens from major Subcontractors and vendors. 3. Affidavits attesting to off-site stored products. H. When Architect requires substantiating information, submit data justifying dollar amounts in question. Bidding Documents PRICE AND PAYMENT PROCEDURES 06/20/17 01 2000 -1 Neumann Monson Architects 16.121 1.06 CONTRACT MODIFICATION PROCEDURES Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA A. Submit name of the individual authorized to receive change documents and who will be responsible for informing others in Contractor's employ or subcontractors of changes to the Contract Documents. B. Minor Changes in the Work: Architect will issue supplemental instructions directly to Contractor authorizing minor changes in the Work (not involving adjustments to Contract Sum or Contract Time) on Architect's standard "Architect's Supplemental Instructions" (ASI) form. 1. Refer to standard ASI Form attached to the end of this Section. C. Construction Change Directives: Architect will issue a Construction Change Directive on Architects standard "Construction Change Directive" (CCD) form. The Construction Change Directive instructs Contractor to immediately proceed with changes in the Work that will involve adjustment of either Contract Sum or Contract Time, or both, for inclusion in a subsequent Change Order. 1. CCD forms will be signed by Owner and Architect, and may be signed by Contractor. 2. The CCD document will include detailed description of changes in the Work and will designate method of determining change in either Contract Sum or Contract Time, or both. 3. Maintain detailed records on time and material basis of Work required by the CCD. 4. After completion of change, submit itemized account and supporting data necessary to substantiate cost and time adjustments to Contract. 5. Refer to standard CCD Form attached to the end of this Section. D. Proposal Requests: For changes in the Work for which advance pricing is desired, Architect will o issue a Proposal Request on Architect's standard "Proposal Request" (PR) form. The Proposal Request will include a detailed description of proposed changes in the Work that may involve coadjust)`ilent of either Contract Sum or Contract Time, or both, with supplementary or revised l�t 3r-Drti4s and Specifications, if necessary. W 0-1. _Proposal Requests issued by Architect are for pricing consideration only. Contractor shall CD L 4ia consider them instructions either to stop Work in progress or to execute the proposed cr mange. ��. �hin 15 days after receipt of Proposal Request, Contractor shall submit a quotation -� estimating cost adjustments to Contract Sum or Contract Time necessary to execute the E; proposed change. '11. Only after Owner's acceptance of Proposal Request will adjustment of Contract Sum or Contract Time be included in a subsequent Change Order. ,4. Refer to standard PR Form attached to the end of this Section. E. ;Contractor -Initiated Proposals: Contractor may propose a change in either Contract Sum or Contract Time, or both, by submitting a Change Order Request for change to Architect using _Contactor's standard form, describing the proposed change and its full effect on the Work, with e statement describing the reason for the change, and the effect on Contract Sum or Contract 'rime with full documentation. (i? •1. Only after Owner's acceptance of Contractor -Initiated Proposal will adjustment of Contract r Sum or Contract Time be included in a subsequent Change Order. F. Computation of Change in Contract Sum: As specified in the Agreement and Conditions of the Contract. 1. For change requested by Architect for work falling under a fixed price contract, the amount will be based on Contractor's price quotation as approved by Architect. 2. For change requested by Contractor, the amount will be based on the Contractor's request for a Change Order as approved by Architect. 3. For pre -determined unit prices and quantities, the amount will based on the fixed unit prices submitted at the time of bid opening. G. Substantiation of Costs: Provide full information required for evaluation. 1. Provide the following data: a. Quantities of products, labor, and equipment. b. Taxes, insurance, and bonds. PRICE AND PAYMENT PROCEDURES 01 2000-2 Bidding Documents 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Neumann Monson Architects 16.121 c. Overhead and profit. d. Justification for any change in Contract Time. e. Credit for deletions from Contract, similarly documented. 2. Support each claim for additional costs with additional information: a. Origin and date of claim. b. Dates and times work was performed, and by whom. c. Time records and wage rates paid. d. Invoices and receipts for products, equipment, and subcontracts, similarly documented. 3. For Time and Material work, submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. H. Execution of Change Orders: Architect will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. I. After execution of Change Order, promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum. J. Promptly revise progress schedules to reflect any change in Contract Time, revise sub -schedules to adjust times for other items of Work affected by the change, and resubmit. 1. Indicate effect of the change in Work, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. K. Promptly enter approved changes in the Work into the Project Record Documents. 1.07 APPLICATION FOR FINAL PAYMENT A. Final Payment shall be the remaining unpaid balance of the final contract sum. B. Prepare Application for Final Payment as specified for progress payments, identifying total adjusted Contract Sum, previous payments, and sum remaining due. C. Application for Final Payment will not be considered until the following have been accomplished: 1. All closeout procedures specified in Section 01 7700 - Closeout Procedures. 2. Owner's written acceptance of the completed Work. D. Final Payment shall be made 31 days following Owner's written acceptance of the completed Work. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 SCHEDULE OF ATTACHMENTS A. Architect will use the attached forms as appropriate for documenting Contract Modifications 1. Architect's Supplemental Instructions (ASI) form. o 2. Construction Change Directive (CCD) form. 3. Proposal Request (PR) form. C-,_ END OF SECTION (7 C. N �{ � O C)� N ca Bidding Documents PRICE AND PAYMENT PROCEDURES 06/16/17 012000-3 Neumann Monson Architects Robert A. Lee Recreation Center Remodeling 2017 16.121 Iowa City, IA N O V C=) C) <t Q MLLj O a wr J�~ N rCJ J --> U Q. Cl 0 N N O V PRICE AND PAYMENT PROCEDURES Bidding Documents 01 2000-4 06/16/17 «meg �C'% O c71--• ��'{�''yyi J Q. PRICE AND PAYMENT PROCEDURES Bidding Documents 01 2000-4 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Neumann Monson Architects 16.121 SECTION 01 2300 -ALTERNATES PART1 GENERAL 1.01 SECTION INCLUDES A. Description of Alternates. B. Procedures for pricing Alternates. C. Documentation of changes to Contract Sum and Contract Time. 1.02 ACCEPTANCE OF ALTERNATES A. Alternates quoted on Bid Forms will be reviewed and accepted or rejected at City of Iowa City's option. Accepted Alternates will be identified in the Owner -Contractor Agreement. B. Coordinate related work and modify surrounding work to integrate the Work of each Alternate. 1.03 SCHEDULE OF ALTERNATES A. Alternate No. 1 (Add) - Lower Level Door Access Control: 1. Description: Provide Door access control to pair of Lower Lever doors between the stairs and restrooms (along Gridline B). Design per Section 28 5000 and Electrical Drawings B. Alternate No. 2 (Add) -Additional Resilient Base Replacement: 1. Description: Remove existing resilient base in the following rooms: Superintendent Office 105, Work Room 106. Provide Resilient Base Type RB -1 at all locations exisitng base has been removed. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION N 0 r �bp �-� C3 �= � N Bidding Documents 06/20/17 ALTERNATES 01 2300-1 wm n F FILED N= m m CL z C3 ;a CD m 3 IM ^'m:S'.41 o OSbULTM 2017 JUN 20 PM 3:00 0 `n nco 0) N CITY CLERK o amu, Dv 10WA CITY,10WA D a 0 4l ri n m m m CL z a m 3 IM o o m0 00 CD C nco 0) N N O amu, Dv Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Neumann Monson Architects 16.121 SECTION 013000 -ADMINISTRATIVE REQUIREMENTS PART1 GENERAL 1.01 SECTION INCLUDES A. Coordination requirements. B. Electronic document submittal service. C. Preconstruction meeting. D. Progress meetings. E. Preinstallation meetings. F. Construction progress schedule. G. Submittals for review, information, and project closeout. H. Submittal procedures. 1.02 RELATED REQUIREMENTS A. Section 01 2000 - Price and Payment Procedures: Contract modification procedures. B. Section 01 3300 - Construction Submittals: Additional submittal requirements. C. Section 01 7300 - Execution Requirements: Additional coordination requirements. D. Section 01 7700 - Closeout Procedures: Project record documents. E. Section 01 7823 - Operation and Maintenance Data: Preparation of O&M Manuals. F. Section 01 7900 - Demonstration and Training: Instruction of Owner's operating personnel. 1.03 COORDINATION REQUIREMENTS A. Coordinate construction operations included in various specification Sections to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections that depend on each other for proper installation, connection, and ; operation. 1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. ' 2. Coordinate installation of different components with other contractors to ensure maximum accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. B. If necessary, prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings. C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities and activities of other contractors to avoid conflicts and to ensure orderly progress of the Work. Such administrative procedures includeiiut are not limited to, the following: 1. Preparation of Contractor's Construction Schedule. c ..� 2. Preparation of the Schedule of Values. 3. Installation and removal of temporary facilities and controls.E-- 4. Delivery and processing of submittals. rc o 5. Progress meetings. z< v M 6. Preinstallation conferences. o� 7. Project closeout activities. tv 8. Electronic project management software. c� D. Conservation: Coordinate construction activities to ensure that operations are carried out with consideration given to conservation of energy, water, and materials. Bidding Documents ADMINISTRATIVE REQUIREMENTS 06/20/17 01 3000-1 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA E. Coordination Drawings: Prepare Coordination Drawings if limited space availability necessitates maximum utilization of space for efficient installation of different components or if coordination is required for installation of products and materials fabricated by separate entities. 1. Indicate relationship of components shown on separate Shop Drawings. 2. Indicate required installation sequences. 1.04 ARCHITECT'S DIGITAL DRAWINGS A. Digital files of the "architectural, mechanical, and electrical design models" are available from the Architect for the expressed use by the Contractor, and designated subcontractors and suppliers, in the construction of the Work and the preparation of Shop Drawings. 1. Refer to Section 00 5000 - Contracting Forms and Supplements for additional information regarding AIA Documents E203, G201, and G202. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 ELECTRONIC DOCUMENT SUBMITTAL SERVICE A. All documents transmitted for purposes of administration of the Contract shall be in electronic format such as Portable Document Format (PDF) and transmitted via an Internet -based submittal service that receives, logs and stores documents, provides electronic stamping and signatures, and notifies addressees via email. 1. Besides submittals for review, information, and closeout, this procedure applies to o Schedule of Values, Requests For Information (RFIs), progress documentation, contract C) mo4fication documents (e.g. Architect's Supplementary Instructions, Proposal Requests, © 6� :9d struction Change Directives, and Change Orders), Applications for Payment, field GAss and meeting minutes, Contractor's correction punchlist, and any other document UJ n participant wishes to make part of the Project record. . j �b 58iractor and Architect are required to use this service. _1Rontractor's responsibility to submit documents in electronic format. contractors, suppliers, and Architect's consultants are to be permitted to use the service at no extra charge. Users of the service need an email address, Internet access, and electronic format review software that includes ability to mark up and apply electronic stamps (such as Adobe Acrobat, www.adobe.com, or Bluebeam PDF Revu, www.bluebeam.com), unless such software capability is provided by the service provider. 6. Paper document transmittals will not be reviewed; emailed electronic documents will not be reviewed. 7. Drawings and graphic presentations may be submitted in DWF format upon prior approval from the Architect. 8. All other specified submittal and document transmission procedures apply, except that electronic document requirements do not apply to samples or color selection charts. B. Cpst: The cost of the service is to be paid by Contractor; include the cost of the service in the 5ontract sum. C. Sraining: One, one-hour, web -based training session will be arranged for all participants, with 7epresentatives of Architect and Contractor participating; further training is the responsibility of Qhe user of the service. D. Project Closeout: Architect will determine when to terminate the service for the project and is 'responsible for obtaining archive copies of files for City of Iowa City. 3.02' PRECONSTRUCTION MEETING A. -Architect will schedule a meeting after execution of the Owner - Contractor Agreement, but no later than 15 days after date of "Notice to Proceed". B. Attendance Required: All participants at the Preconstruction Meeting shall be familiar with the Project and be authorized to conclude matters relating to the Work. 1. City of Iowa City. ADMINISTRATIVE REQUIREMENTS 01 3000-2 Bidding Documents 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Neumann Monson Architects 16.121 2. Architect. 3. Contractor's Project Manager and Superintendent. 4. Major Subcontractors. 5. Manufacturers, suppliers, and other concerned parties may attend the Preconstruction Meeting as necessary. C. Agenda: 1. Submission of executed bonds and insurance certificates. 2. Distribution of Contract Documents. 3. Submission of list of Subcontractors, list of Products, schedule of values, and progress schedule. 4. Designation of responsible personnel representing the parties to Contract, the Owner's jobsite representative, the Contractor's key administrative and field personnel, and Architect. 5. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, and Contract closeout procedures. 6. Scheduling and critical work sequencing. 7. Scheduling activities of a Geotechnical Engineer. 8. Use of premises by City of Iowa City and Contractor. 9. City of Iowa City's requirements and occupancy prior to completion. 10. Construction facilities and controls provided by City of Iowa City. 11. Temporary utilities provided by City of Iowa City. 12. Survey and building layout. 13. Security and housekeeping procedures. 14. Application for payment procedures. 15. Procedures for testing. 16. Procedures for maintaining record documents. 17. Requirements for start-up of equipment. 18. Inspection and acceptance of equipment put into service during construction period. D. Record minutes and distribute copies within three days after meeting to participants, with two copies to Architect, City of Iowa City, participants, and those affected by decisions made. 3.03 CONTRACTOR'S PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at maximum monthly intervals. ' B. Make arrangements for meetings, prepare agenda with copies for participants, preside at meetings. a .J C. Attendance Required: 'to 1. Contractor. 2. City of Iowa City. �:Pp-y ro 96- 3. Architect. I 4. Contractor's Superintendent. :< -a rn 5. Major Subcontractors, suppliers, and other entities concerned with c(ffam pre §ress� involved in planning, coordination, or performance of future activities:*�� " 6. All participants at the meeting shall be familiar with Project and authAed to4Mnclude matters relating to the Work. CA D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems that impede, or will impede, planned progress. 5. Review of scheduled pre -installation meetings. 6. Review of submittals schedule and status of construction submittals. 7. Review of off-site fabrication and delivery schedules. Bidding Documents ADMINISTRATIVE REQUIREMENTS 06/16/17 01 3000-3 Neumann Monson Architects Robert A. Lee Recreation Center Remodeling 2017 16.121 Iowa City, IA 8. Maintenance of progress schedule. 9. Corrective measures to regain projected schedules. 10. Planned progress during succeeding work period. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. E. Record minutes and distribute copies within two days after meeting to participants, with two copies to Architect, City of Iowa City, participants, and those affected by decisions made. 3.04 PREINSTALLATION MEETINGS A. Make arrangements for preinstallation meetings at Project Site before starting a particular scope of Work as required by separate specification Sections. Advise Architect of scheduled meeting dates and topics. B. Require attendance of affected installers, manufacturer's representatives, fabricators, and others as may be necessary for the proper coordination of the Work, including materials and installations that have preceded or will follow. C. Prepare agenda appropriate for each meeting. Review progress of other construction activities and preparations for the particular activity under consideration, including requirements for the following, as applicable: 1. Contract Documents. 2. Options. 3. Related Change Orders. D. Record minutes and distribute copies within two days after meeting to participants, with copies to Architect, City of Iowa City, participants, and those affected by decisions made. Record shall include significant conference discussions, agreements, and disagreements. E. Do not proceed with installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of the Work and reconvene the conference at earliest feasible date. 3.05 CONSTRUCTION PROGRESS SCHEDULE A. Within 15 days after date of the Agreement, submit preliminary schedule defining planned operations for the first 60 days of Work, with a general outline for remainder of Work. B. If preliminary schedule requires revision after review, submit revised schedule within 10 days. ADMINISTRATIVE REQUIREMENTS Bidding Documents 01 3000-4 06/16/17 4. Purchases. b Deliveries. tQ SubMittals. ic) 56 BuLL90 conditions. &:: w of mock-ups. W 617r`ble conflicts. JtwIschedules. tm64Uatibility problems. er limitations. aROfacturer's written recommendations. Warranty requirements. Compatibility of materials. 16. Acceptability of substrates. 17" Temporary facilities and controls. 18. Space and access limitations. 19. Regulations of authorities having jurisdiction. 20. Testing and inspecting requirements. 21. Required performance results. 22. Protection of construction and personnel. D. Record minutes and distribute copies within two days after meeting to participants, with copies to Architect, City of Iowa City, participants, and those affected by decisions made. Record shall include significant conference discussions, agreements, and disagreements. E. Do not proceed with installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of the Work and reconvene the conference at earliest feasible date. 3.05 CONSTRUCTION PROGRESS SCHEDULE A. Within 15 days after date of the Agreement, submit preliminary schedule defining planned operations for the first 60 days of Work, with a general outline for remainder of Work. B. If preliminary schedule requires revision after review, submit revised schedule within 10 days. ADMINISTRATIVE REQUIREMENTS Bidding Documents 01 3000-4 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Neumann Monson Architects 16.121 C. Within 20 days after review of preliminary schedule, submit draft of proposed complete schedule for review. 1. Include written certification that major contractors have reviewed and accepted proposed schedule. D. Within 10 days after joint review, submit complete schedule. E. Submit updated schedule with each Application for Payment. Incorporate the following schedule for contract closeout: 1. Closeout Meeting: Schedule at least 45 days prior to anticipated date of Substantial Completion. Submit initial copy of Operation and Maintenance Manuals for review. 2. Demonstration and Instruction: Schedule at least 15 days prior to Substantial Completion. 3. Contractor's Punchlist and Request for Substantial Completion Inspection: Submit at least 10 days prior to anticipated date of Substantial Completion. a. Architect will conduct inspection of Work within 5 days of receipt of Contractor's Request. 4. Architect will issue "Certificate of Substantial Completion" in accordance with provisions in the Conditions of the Contract. 5. Closeout Submittals: See Section 01 7700 - Closeout Procedures. 6. Final Change Order: Architect will prepare and issue within 5 days after Substantial Completion. 7. Contractor's Certificate of Final Completion: Architect will conduct Final Inspection of the Work within 5 days of receipt of Contractor's Certificate. 8. Architect will issue Final Certificate for Payment within 5 days of completing satisfactory Final Inspection. 9. Owner's written acceptance of the completed Work and Final Payment: See Section 01 2000 - Price and Payment Procedures. G. Submit updated schedule with each Application for Payment. 3.06 SCHEDULE FORMAT A. Bar Charts: Include a separate bar for each major portion of Work or operation. B. Listings: In chronological order according to the start date for each activity. Identify each activity with the applicable specification section number. C. Sheet Size: Multiples of 8-1/2 x 11 inches. D. Scale and Spacing: To allow for notations and revisions. o 3.07 SUBMITTALS FOR REVIEW AND INFORMATION o -d A. Refer to Section 01 3300 - Construction Submittals for additional requiremerg2 -r 3.08 SUBMITTALS FOR PROJECT CLOSEOUT c -;in G r A. Submit Correction Punch List for Substantial Completion. rn B. Submit Final Correction Punch List for Substantial Completion. = v C. Refer to Section 01 7700 - Closeout Procedures for additional requirements. Zr-x rV D. When the following are specified in individual sections, submit them at project closecz; 1. Project record documents. 2. Operation and maintenance data. 3. Warranties. 4. Bonds. 5. Other types as indicated. E. Submit for City of Iowa City's benefit during and after project completion. 3.09 NUMBER OF COPIES OF SUBMITTALS A. Electronic Documents: Submit one electronic copy in PDF format; an electronically -marked up file will be returned. Create PDFs at native size and right -side up; illegible files will be rejected. Bidding Documents ADMINISTRATIVE REQUIREMENTS 06/16/17 01 3000-5 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA B. Documents for Project Closeout: Make one reproduction of original documents. Submit one extra of submittals for information. C. Samples: Submit the number specified in individual specification sections; one of which will be retained by Architect. 1. After review, produce duplicates. 2. Retained samples will not be returned to Contractor unless specifically so stated. 3.10 SUBMITTAL PROCEDURES - GENERAL A. Refer to Section 01 3300 for additional requirements pertaining to construction submittals. B. Identify Project, Contractor, Subcontractor or supplier; pertinent drawing and detail number, and specification section number, as appropriate on each copy. C. Schedule submittals to expedite the Project, and coordinate submission of related items. D. For each submittal for review, allow 15 days excluding delivery time to and from the Contractor. E. Identify variations from Contract Documents and Product or system limitations that may be detrimental to successful performance of the completed Work. F. Submittals not requested will not be recognized or processed. END OF SECTION 0 W .J 1. FL 0 CD M xo _ �- a J7' O L)t_- FJ >- E5 c_> c - ADMINISTRATIVE REQUIREMENTS Bidding Documents 01 3000-6 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA PART1 GENERAL Neumann Monson Architects 16.121 SECTION 01 3300 - CONSTRUCTION SUBMITTALS 1.01 SECTION INCLUDES A. Construction Submittals for Review and Information. B. Preparation and transmittal of construction submittals. C. Contractor's review and Architect's approval of construction submittals. 1.02 RELATED REQUIREMENTS A. Section 01 3000 -Administrative Requirements: Processing submittals. B. Section 01 7700 - Closeout Procedures: Closeout submittals. C. Section 01 7823 - Operation and Maintenance Data: Preparation of Operation and Maintenance Manuals. 1.03 DEFINITIONS A. Construction Submittals for Review: Submittals required by individual specification Sections relating to a portion of the Work which must be acted upon by the Architect before Work on that portion begins. Note that Construction Submittals are NOT Contract Documents. Submittals containing information different from requirements in the Contract Documents do not affect or modify the Contract unless and until a Change Order is properly issued. 1. Shop Drawings: Drawings, diagrams, illustrations, and schedules specially prepared by the Contractor to illustrate some portion of the Work more clearly and in greater detail. 2. Coordination Drawings: Drawings prepared by the Contractor to show how multiple -system and interdisciplinary work will be coordinated to avoid conflicts resulting from available space requirements. 3. Product Data: Illustrations, standard schedules, performance charts, instructions, brochures, diagrams and other information furnished by the Contractor to illustrate materials or equipment for some portion of the Work 4. Samples and Mock -Ups: Physical examples of materials and workmanship that illustrate functional and aesthetic characteristics of materials, equipment, or assemblies that establish the standards by which the Work will be judged. N B. Construction Submittals for Information: Transmit for Architect's knowledge as Contrda Administrator or for Owner. No action will be taken. 1. Design Data: Performance requirements and material characteristics p"1659 t basis n for portions of the Work designed by the Contractor. n-< o 2. Documentation required by individual specification Sections, such as: �� a. Certificates. -G -Q M b. Test reports. �a Z c. Inspection reports. :K tv d. Manufacturer's instructions. c e. Manufacturer's field reports. ° f. Safety Data Sheets (SDS). 3. Other types indicated. C. Samples: Physical examples of products, equipment, materials, and workmanship which illustrate functional and aesthetic characteristics. Samples are used to establish the standards by which the Work will be judged. 1.04 RESPONSIBILITIES OF THE PARTICIPANTS A. Construction Manager: 1. Read and understand the Contract Documents. 2. Establish a realistic submittal schedule that allows for resubmittal. 3. Coordinate submittals. Bidding Documents CONSTRUCTION SUBMITTALS 06/20/17 01 3300-1 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA 4. Review submittals for compliance with Contract Documents, site conditions, dimensions, coordination requirements, and construction means and methods; indicate any part of the submittal that does not conform to the requirements of the Contract Documents. 5. Review submittals prior to transmitting them to Architect. 6. Distribute approved submittals to Prime Contractors and others. 7. Maintain copies of Safety Data Sheets (SDS) documentation on Project site in an accessible manual or book for reference and emergency response as needed. CONSTRUCTION SUBMITTALS Bidding Documents 013300-2 06/16/17 B. Contractor: 1. Read and understand the Contract Documents. 2. Establish a realistic submittal schedule that allows for resubmittal. 3. Coordinate submittals. 4. Review submittals for compliance with Contract Documents, site conditions, dimensions, coordination requirements, and construction means and methods; indicate any part of the submittal that does not conform to the requirements of the Contract Documents. 5. Review and approve submittals prior to transmitting them to Construction Manager. 6. Review and approve submittals prior to transmitting them to Architect. 7. Distribute approved submittals to subcontractors and others. 8. Maintain copies of approved submittals at the jobsite for reference, and retain copy of approved submittals for the Owner's record. �. Maintain copies of Safety Data Sheets (SDS) documentation on Project site in an agassible manual or book for reference and emergency response as needed. (� ` 20. _ aintain submittal log and track progress. (U C. a6ut%' 9tactors and Suppliers: d. Chad and understand the Contract Documents. .J cl. >Pkeperly prepare complete and accurate submittals with extraneous information deleted. -aid' . �5mit in a timely manner based on Contractor's submittal schedule, construction 'f;edule, and allow adequate time for Contractor and Architect reviews. ;g3. Malntain records and current status. N D. Architect: 1: Read and understand the Contract Documents. � 2. Verify that the Contractor has reviewed and approved submittals. 3. Review submittals for the limited purpose of checking for conformance with information -j given and the design concept expressed in the Contract Documents. r : 4. Review submittals with reasonable promptness in accordance with Contractor's submittal C . schedule or take other appropriate action. 5. Forward submittals to consultants. 6. Maintain a copy of approved submittals and forward a copy to the Owner upon request. 7. Maintain a submittal log and track progress. E. _ Owner: 1. Read and understand the Contract Documents. 2. Coordinate Owner -furnished items installed by the Contractor. 3. Coordinate Owner -provided items with the Contractor. 4. Coordinate Contractor -furnished items to be installed by the Owner or under a separate contract. 5. Coordinate work to be completed under a separate contract. 6. Follow project requirements. PART 2 PRODUCTS 2.01 PRODUCT DATA SUBMITTALS A. Product Data: Submit manufacturer's standard published data. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project. CONSTRUCTION SUBMITTALS Bidding Documents 013300-2 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Neumann Monson Architects 16.121 If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings, not as Product Data. B. Include the following information, as applicable: 1. Manufacturer's written recommendations. 2. Manufacturer's product specifications. 3. Manufacturer's installation instructions. 4. Standard color charts. 5. Manufacturers catalog cuts. 6. Wiring diagrams showing factory -installed wiring. 7. Printed performance curves. 8. Operational range diagrams. 9. Mill reports. 10. Standard product operating and maintenance manuals. 11. Compliance with recognized trade association standards. 12. Compliance with recognized testing agency standards. 13. Application of testing agency labels and seals. 14. Notation of coordination requirements. 15. Certification that products are appropriate for installation indicated. 2.02 SHOP DRAWINGS SUBMITTALS A. Shop Drawings: Prepare Project -specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. Indicate utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. r B. Preparation: Include the following information, as applicable: 1. Dimensions. o 2. Identification of products. 3. Fabrication and installation drawings. L=2 4. Roughing -in and setting diagrams. a.:.t --� 5. Wiring diagrams showing field -installed wiring, including power, signal,caidcogl wir ng 6. Shopwork manufacturing instructions. -tn :�� m 7. Templates and patterns. S 8. Schedules. N 9. Design calculations. A J- 10. Compliance with specified standards. 11. Notation of coordination requirements. 12. Notation of dimensions established by field measurement. C. Wiring Diagrams: Differentiate between manufacturer -installed and field -installed wiring. 2.03 SAMPLE SUBMITTALS A. Samples: Prepare physical units of materials or products specifically for this Project, including the following: 1. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. 2. Samples for Verification: Submit full-size units or Samples of size indicated, prepared from the same material to be used for the Work, cured and finished in manner specified, and physically identical with the product proposed for use, and that show full range of color and texture variations expected. B. Samples include, but are not limited to, the following: 1. Partial sections of manufactured or fabricated components. 2. Small cuts or containers of materials. 3. Complete units of repetitively used materials. 4. Swatches showing color, texture, and pattern; color range sets. 5. Components used for independent testing and inspection. Bidding Documents CONSTRUCTION SUBMITTALS 06/16/17 01 3300-3 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA 6. Integral parts and attachment devices. C. Submittals requiring Color and Finish Selections: 1. As soon as practical, Contractor shall secure and submit color charts, finish samples, and other information for items requiring a color or finish selection. 2. Color or finish selections will not be made until color charts, finish samples, and other information for items requiring a color or finish selection have been submitted to the Architect and reviewed with the Owner. 3. Contractor shall advise Architect of any deadlines for color or finish selections that may be necessary to ensure delivery of materials on schedule. 4. As soon as practical after the color submittals have been received, the Architect will supply the Contractor with a master Color Schedule for the Project. D. Preparation: Mount, display, or package Samples in manner specified to facilitate review of qualities indicated. Prepare Samples to match Architect's sample where so indicated. Attach label on unexposed side that includes the following: 1. Generic description of Sample. 2. Product name or name of manufacturer. 3. Sample source. E. Submit Samples for review of kind, color, pattern, and texture for a final check of these characteristics with other elements and for a comparison of these characteristics between final vvbmittal and actual component as delivered and installed. LO If variation in color, pattern, texture, or other characteristic is inherent in the product Q N faI$esented by a Sample, submit at least 3 sets of paired units that show approximate = &S of the variations. (� q- LKW& to individual Specification Sections for requirements for Samples that illustrate ..J p oAdrkmanship, fabrication techniques, details of assembly, connections, operation, and _ 14W_ar construction characteristics. F. rn�* Samples for Initial Selection: Submit 3 full sets of available choices where color, ttern,dexture, or similar characteristics are required to be selected from manufacturer's Mlaductline. Architect will return two submittals with options selected. G. Isposition: Maintain sets of approved Samples at Project site, available for quality control r - comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. 5: Samples that may be incorporated into the Work are indicated in individual Specification Sections. Such Samples must be in an undamaged condition at time of use. 2. Samples not incorporated into the Work, or otherwise designated as Owner's property, are the property of Contractor. PART 3 EXECUTION 3.01 PREPARATION A. Verify that Product List is complete and accurate. B. Identify practical groups of submittals and prepare initial submittal schedule. 3.02 ELECTRONIC DOCUMENT SUBMITTAL SERVICE PROCEDURES A. Refer to Section 01 3000 for additional requirements. B. Transmit construction submittals to Architect using the electronic document submittal service. C. Architect review comments will be made available on the electronic document submittal service website for downloading. Contractor will receive e-mail notice of completed review. D. Distribution of reviewed and approved submittals to subcontractors and suppliers is the responsibility of the Contractor. E. Contractor may receive submittal information from subcontractors and suppliers via any of the following options: CONSTRUCTION SUBMITTALS Bidding Documents 01 3300-4 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 1. Electronic (PDF) submittals provided to the Contractor via the electronic document submittal service website. 2. Electronic (PDF) submittals provided to the Contractor via e-mail. 3. Paper submittals provided by subcontractors and suppliers shall be forwarded to a Scanning Service for electronic scanning and conversion to PDF format. 3.03 PROCESSING SUBMITTALS A. Refer to Section 01 3000 for additional requirements. B. Attach a copy of the Project Transmittal Form to all submittals. C. Group submittals related to building elements or systems together for transmittal in accordance with submittal schedule. D. Only specified submittals will be processed by the Architect. 3.04 SUBMITTAL PREPARATION A. To aid in tracking and filing, each submittal shall contain the following identifying information: 1. Project name and project number. 2. Date submitted. 3. Description of the item submitted. 4. Unique submittal identifier, to include the specification Section reference number, consecutive submittal number, and resubmittal number, as applicable. The numbering system shall be retained throughout all resubmittals. Use the following format: 6 -Digit Specification Section Number: Section number where submittal is specified. 2 -Digit Sequential Number: Submittal sequential number, beginning with "01," for each submittal transmitted to Architect for each Section. 1 -Digit Submission Number: Use "0" for initial submittal, "I" for first resubmittal, "2" for second resubmittal, and so forth. 06 1000-01-0 z CD "r 7 Specification Sectional Number =Submissionumber -r NumberE-< N r n o :<F, M B. Apply Contractor's stamp, signed or initialed certifying that review, verificatioP RiVro0irts o required, field dimensions, adjacent construction Work, and coordination of i Rbrmati6go ' is in accordance with the requirements of the Work and Contract Documents. The purpow of the submittal shall be one of the following: 1. For review. 2. For information only. 3. Resubmittal. C. When revised for resubmittal, identify all changes made since previous submittal. D. Provide space for Architects submittal review stamp. 3.05 SUBMITTAL REVIEW A. Only submittals which have been reviewed and stamped by the Contractor shall be forwarded to the Architect. When the Contractor determines that submittals do not meet contract requirements, return them to the originator for correction or modification as appropriate. Bidding Documents CONSTRUCTION SUBMITTALS 06/16/17 01 3300-5 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA B. The purpose of the Architect's review of submittals is for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. C. Upon review by the Architect, the submittal shall be stamped with the status of the review as: 1. No Exceptions Taken 2. Reviewed as Noted 3. Reviewed as Noted - Partial Resubmittal Required 4. Reviewed as Noted - Complete Resubmittal Required 5. See Consultant's Review 6. See Consultant's Review - Resubmittal Required 7. No Action Taken D. Submittals which are not subject to review will not be returned. END OF SECTION CONSTRUCTION SUBMITTALS Bidding Documents 01 3300-6 06/16/17 o� ® N �C W a �>- J o �� LL �HQ N),U:II: Q - r CONSTRUCTION SUBMITTALS Bidding Documents 01 3300-6 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA PART1 GENERAL 1.01 SECTION INCLUDES Neumann Monson Architects 16.121 SECTION 01 4000 - QUALITY REQUIREMENTS A. Administrative and procedural requirements for Contractor's Quality Assurance (QA) and Quality Control (QC) programs. B. Definitions. C. Reference standards. D. Submittals. E. Quality assurance. F. References and standards. G. Testing and inspection agencies and services. H. Control of installation. I. Tolerances. J. Testing and inspection. K. Defect Assessment. 1.02 RELATED REQUIREMENTS A. Section 00 3100 - Available Project Information: Soil investigation data. B. Section 00 7200 - General Conditions: Inspections and approvals required by public authorities. , C. Section 01 3000 - Administrative Requirements: Submittal procedures. D. Section 01 4533 - Code -Required Special Inspections and Testing. E. Section 01 6000 - Product Requirements: Requirements for material and product quality. 1.03 DEFINITIONS A. Authority Having Jurisdiction (AHJ): Agency or individual officially empowered to enforce the building, fire, and life safety code requirements of the permitting jurisdiction in which the Project is located. B. Special Inspections and Testing Requirements: As specified in Section 014533. 1. Special inspections and testing are separate from and independent of tests and inspections conducted by Contractor for the purposes of Quality Assurance (QAAluality Control (QC), and Contract Administration. o r, C. Quality Assurance (QA) Services: Activities, actions, and procedures perforlIbefre and—" during execution of the Work to guard against defects and deficiencies and !&* th-M �.. proposed construction complies with requirements of the Contract Documertgn N r 0 D. Quality Control (QC) Services: Tests, inspections, procedures, and related a6tFWs ding after execution of the Work to evaluate that completed construction complied re�giremppt$ of the Contract Documents. QC services do not include contract enforcemect{tivities performed by Architect. s F E. Mock-ups: Full-size physical assemblies that are constructed on-site. Mock-ups arm constructed to verify selections made under Sample submittals; to demonstrate aesthetic effects and, where indicated, qualities of materials and execution of workmanship; to review coordination, testing, or operation; to show interface between dissimilar materials; and to demonstrate compliance with specified installation tolerances. Mock-ups are not Samples. Mock-ups establish the standard by which the Work will be judged. Bidding Documents QUALITY REQUIREMENTS 06/20/17 01 4000-1 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA F. Product Testing: Tests and inspections that are performed by an NRTL (Nationally Recognized Testing Laboratories), an NVLAP (National Voluntary Laboratory Accreditation Program), or a testing agency qualified to conduct product testing and acceptable to Authorities Having Jurisdiction (AHJ), to establish product performance and compliance with specified requirements. G. Source Quality Control (QC) Testing: Tests and inspections that are performed at the source, e.g., plant, mill, factory, or shop. H. Field Quality Control (QC) Testing: Tests and inspections that are performed on-site for installation of the Work and for completed Work. I. Testing or Inspection Agency: An entity engaged to perform specific tests, inspections, or both. Testing laboratory shall mean the same as testing or inspection agency. J. Installer/Applicator/Erector: Contractor or another entity engaged by Contractor as an employee, subcontractor, or sub -subcontractor, to perform a particular construction operation, Sgcluding installation, erection, application, and similar operations. Q *1U�of trade -specific terminology in referring to a trade or entity does not require that in construction activities be performed by accredited or unionized individuals, or that LLJ a LleLirements specified apply exclusively to specific trade(s). J K. �xpeejenced: When used with an entity or individual, "experienced" means having successfully Cton*W_ad a minimum of five previous projects similar in nature, size, and extent to this Project; LL �eite[niliar with special requirements indicated; and having complied with requirements of i4utfi8s Having Jurisdiction (AHJ) and with the qualification requirements of individual opeci tion Section governing their Work. L. `rMinimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Architect for a decision before proceeding. 1.04 REFERENCE STANDARDS A. ASTM C1021 - Standard Practice for Laboratories Engaged in Testing of Building Sealants; 2008 (Reapproved 2014). B. ASTM C1077 -Standard Practice for Laboratories Testing Concrete and Concrete Aggregates fpr Use in Construction and Criteria for Laboratory Evaluation; 2014. C. ASTM C1093 - Standard Practice for Accreditation of Testing Agencies for Masonry; 2013. D. -ASTM D3740 - Standard Practice for Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction; P012a. E. ASTM E329 - Standard Specification for Agencies Engaged in Construction Inspection and/or Testing; 2014a. F. ASTM E543 - Standard Specification for Agencies Performing Nondestructive Testing; 2013. G. IAS AC89 - Accreditation Criteria for Testing Laboratories; 2010. 1.05 SUBMITTALS A. See Section 01 3000 - Administrative Requirements for submittal procedures. B. Contractor's QA and QC Plans: Submit plans prior to preconstruction conference. Submit in format acceptable to Architect. Identify personnel, procedures, controls, instructions, tests, records, and forms to be used to carry out Contractor's QA and QC responsibilities. Coordinate with Contractor's construction schedule. C. Design Data: Submit for Architect's knowledge as Contract Administrator for the limited purpose of assessing conformance with information given and the design concept expressed in the Contract Documents, or for City of Iowa City's information. QUALITY REQUIREMENTS Bidding Documents 014000-2 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Neumann Monson Architects 16.121 D. Schedule of Tests and Inspections: Prepare in tabular form a comprehensive schedule of required tests and inspections. Include the following in the Contractor's QA and QC Plan: 1. Specification Section number and title. 2. Description of test and inspection. 3. Identification of applicable standards. 4. Identification of test and inspection methods. 5. Number of tests and inspections required. 6. Time schedule or time span for tests and inspections. 7. Entity responsible for performing tests and inspections. 8. Requirements for obtaining samples. 9. Unique characteristics of each quality control service. E. Test and Inspection Reports: After each test or inspection, promptly submit copies of report to Architect, Contractor, and AHJ. 1. Include: a. Date issued. b. Project title and number. c. Name of inspector. d. Date and time of sampling or inspection. e. Record of temperature and weather conditions at time of sample taking and testing and inspecting. f. Identification of product and specification Section. g. Location in the Project. h. Type of test/inspection. i. Date of testlinspection. j. Results of test/inspection. k. Conformance with Contract Documents. I. When requested by Architect, provide interpretation of results. m. Recommendations on retesting and reinspecting, if applicable. F. Certificates: When specified in individual specification Sections, submit certification by the manufacturer and Contractor or installation/application subcontractor to Architect, quantities specified for Product Data. p =3 . 1. Indicate material or product conforms to or exceeds specified requir s. �Mbmitn supporting reference data, affidavits, and certifications as appropriat " r z .... 2. Certificates may be recent or previous test results on material or proabutwust t` acceptable to Architect. z m G. Manufacturer's Instructions: When specified in individual specification Sem siRrmit d instructions for delivery, storage, assembly, installation, start-up, adjusting rrfinr,ing, iA e City of Iowa City's information. Indicate special procedures, perimeter con"dhions rgquiring special attention, and special environmental criteria required for application or inst&%tion. H. Manufacturer's Field Reports: Submit reports for Architect's benefit as Contract Administrator or for City of Iowa City. 1. Submit for information for the limited purpose of assessing conformance with information given and the design concept expressed in the Contract Documents. I. Erection Drawings: Submit Drawings for Architect's benefit as Contract Administrator or for City of Iowa City. 1. Submit for information for the limited purpose of assessing conformance with information given and the design concept expressed in the Contract Documents. 1.06 QUALITY ASSURANCE A. Testing Agency Qualifications: Prior to start of Work, submit agency name, address, and telephone number, and names of full time registered Engineer and responsible officer. Bidding Documents QUALITY REQUIREMENTS 06/16/17 01 4000-3 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA B. Designer Qualifications: Where delegated engineering design is to be performed under the construction contract, provide the direct supervision of a Professional Engineer experienced in design of this type of Work and licensed in the State of Iowa. 1. Submit a statement, signed and sealed by the responsible Professional Engineer, for each product and system specifically assigned to Contractor to be designed or certified by a design professional, indicating that the products and systems are in compliance with performance and design criteria indicated. Include list of codes, loads, and other factors used in performing these services. C. QA and QC Personnel Qualifications: Engage qualified full-time personnel trained and experienced in managing and executing QA and QC procedures similar in nature and extent to those required for Project. 1. Project QA and QC manager may be the Project superintendent or be an individual with no other Project responsibilities, as accepted by the Architect. 1.07 REFERENCES AND STANDARDS A. For products and workmanship specified by reference to a document or documents not included in the Project Manual, also referred to as reference standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes or the Contract Documents. B. Conform to reference standard of date of issue current on date of Contract Documents, except where a specific date is established by applicable code. C. Obtain copies of standards where required by product specification Sections. D. tMaintaiQropy at project site during submittals, planning, and progress of the specific Work, until C.Jubsai%al Completion. E. 36hoNecified reference standards conflict with Contract Documents, request clarification I jt,J 9rom�hitect before proceeding. �J F. ghe%(yerenced standards in individual specification Sections are listed, the references �— jpclutl" those reference standards shall be incorporated into these specifications as if r.y LJ_agpcFi¢�yr listed. G. 2TeitherWie contractual relationships, duties, or responsibilities of the parties in Contract nor $ose of Architect shall be altered from the Contract Documents by mention or inference otherwise in any reference document. 1.08 CODE -REQUIRED SPECIAL INSPECTIONS AND TESTING A. Owner will employ and pay for services of an Special Inspection and Testing Agency to perform code -required special inspections and testing as specified in Section 014533. 1.09 TESTING AND INSPECTION AGENCIES AND SERVICES A. Contractor shall employ and pay for services of an independent testing agency to perform other specified testing and inspection required by the Contract Documents. B. Contractor shall employ and pay for services of an independent testing agency to perform other specified testing and inspection in accordance with requirements of Contract Documents. Employment of agency in no way relieves Contractor of obligation to perform Work. 1. Specified tests, inspections, and related actions do not limit Contractor's quality control procedures that facilitate compliance with the Contract Document requirements. 2. Requirements for Contractor to provide quality control services required by Architect, Owner, or AHJ are not limited by provisions of this Section. C. Contractor Employed Agency: 1. Testing agency: Comply with requirements of ASTM E329, ASTM E543, ASTM C1021, ASTM C1077, ASTM C1093, and ASTM D3740. 2. Inspection agency: Comply with requirements of ASTM D3740 and ASTM E329. 3. Laboratory: Authorized to operate in project location. QUALITY REQUIREMENTS Bidding Documents 014000-4 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 4. Testing Equipment: Calibrated at reasonable intervals either by NIST or using an NIST established Measurement Assurance Program, under a laboratory measurement quality assurance program. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 CONTROL OF INSTALLATION A. Monitor QC over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Architect before proceeding. D. Comply with specified standards as minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Have Work performed by persons qualified to produce required and specified quality. F. Verify that field measurements are as indicated on shop drawings or as instructed by the manufacturer. G. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, and disfigurement. 3.02 TOLERANCES A. Monitor fabrication and installation tolerance control of products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract Documents, request clarification from Architect before proceeding. C. Adjust products to appropriate dimensions; position before securing products in place. 3.03 TESTING AND INSPECTION A. See individual specification Sections for testing and inspection required. B. Testing Agency Duties: 1. Test samples of mixes submitted by Contractor. 2. Provide qualified personnel at site. Cooperate with Architect and Contractor in performance of services. 3. Perform specified sampling and testing of products in accordance with specified standards. 4. Ascertain compliance of materials and mixes with requirements of Contract Dowents. 5. Promptly notify Architect and Contractor of observed irregularities or ngpbconfoirwance of Work or products. 3En 6. Perform additional tests and inspections required by Architect. D—a 7. Attend preconstruction meetings and progress meetings. �� N 0 8. Submit reports of all tests/inspections specified. ern - rn C. Limits on Testing/Inspection Agency Authority: o, -V t--� 1. Agency may not release, revoke, alter, or enlarge on requirements of Q�isct ¢ncumLtiats. 2. Agency may not approve or accept any portion of the Work. F- 3. Agency may not assume any duties of Contractor. 4. Agency has no authority to stop the Work. D. Contractor Responsibilities: 1. Deliver to agency at designated location, adequate samples of materials proposed to be used that require testing, along with proposed mix designs. 2. Cooperate with laboratory personnel, and provide access to the Work and to manufacturers' facilities. Bidding Documents QUALITY REQUIREMENTS 06/16/17 014000-5 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA 3. Provide incidental labor and facilities: a. To provide access to Work to be tested/inspected. b. To obtain and handle samples at the site or at source of Products to be tested/inspected. c. To facilitate tests/inspections. d. To provide storage and curing of test samples. 4. Notify Architect and laboratory 24 hours prior to expected time for operations requiring testing/inspection services. 5. Employ services of an independent qualified testing laboratory and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. 6. Arrange with City of Iowa City's agency and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. E. Re -testing required because of nonconformance to specified requirements shall be performed by the same agency on instructions by Architect. Costs associate with re -testing shall be paid for by Contractor by deducting testing charges from the Contract Sum by Change Order. 3.04 DEFECT ASSESSMENT A. Replace Work or portions of the Work not conforming to specified requirements. END OF SECTION QUALITY REQUIREMENTS Bidding Documents 01 4000-6 06/16/17 a. Q N .t2 CE Lj _ n �> o N v r - LL x �a c�3= r Q_ 0 N QUALITY REQUIREMENTS Bidding Documents 01 4000-6 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Neumann Monson Architects 16.121 SECTION 01 5000 -TEMPORARY FACILITIES AND CONTROLS PART1 GENERAL 1.01 SECTION INCLUDES A. Temporary telecommunications services. B. Temporary sanitary facilities. C. Temporary Controls: Barriers, enclosures, and fencing. D. Security requirements. E. Vehicular access and parking. F. Waste removal facilities and services. G. Project identification sign. H. Field offices. 1.02 TELECOMMUNICATIONS SERVICES A. Provide, maintain, and pay for telecommunications services to field office at time of project mobilization. B. Telecommunications services shall include: C. Provide, maintain and pay for facsimile and e-mail service and a dedicated telephone line to field office at time of project mobilization. 1.03 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. Provide at time of project mobilization. B. Maintain daily in clean and sanitary condition. 1.04 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas, to prevent access to areas ' that could be hazardous to workers or the public, to allow for owner's use of site and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Provide barricades and covered walkways required by governing authorities for public rights-of-way and for public access to existing building. C. Provide protection for trees and plants designated to remain. Replace damaged trees and plants. o D. Protect non -owned vehicular traffic, stored materials, site, and structures fronEffamag n 1.05 FENCING A. Construction: Contractor's option. c')-< o 117— B. Provide 6 foot high fence around construction site; equip with vehicular and pepe ian tes m with locks. = 0 1.06 EXTERIOR ENCLOSURES N A. Provide temporary insulated weather tight closure of exterior openings to accormodatg; acceptable working conditions and protection for Products, to allow for temporary heating and maintenance of required ambient temperatures identified in individual specification sections, and to prevent entry of unauthorized persons. Provide access doors with self-closing hardware and locks. 1.07 INTERIOR ENCLOSURES A. Provide temporary partitions and ceilings as indicated to separate work areas from City of Iowa City -occupied areas, to prevent penetration of dust and moisture into City of Iowa City -occupied areas, and to prevent damage to existing materials and equipment. Bidding Documents TEMPORARY FACILITIES AND CONTROLS 06/20/17 01 5000-1 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA B. Construction: Framing and reinforced polyethylene sheet materials with closed joints and sealed edges at intersections with existing surfaces: 1.08 SECURITY A. Provide security and facilities to protect Work, existing facilities, and City of Iowa City's operations from unauthorized entry, vandalism, or theft. B. Coordinate with City of Iowa City's security program. 1.09 VEHICULAR ACCESS AND PARKING A. Comply with regulations relating to use of streets and sidewalks, access to emergency facilities, and access for emergency vehicles. B. Coordinate access and haul routes with governing authorities and City of Iowa City. C. Provide and maintain access to fire hydrants, free of obstructions. D. Provide means of removing mud from vehicle wheels before entering streets. E. Provide temporary parking areas to accommodate construction personnel. When site space is not adequate, provide additional off-site parking. F. Do not allow vehicle parking on existing pavement without permission of governing authority. 1.10 WASTE REMOVAL U, A. rrSee Spction 01 7419 - Construction Waste Management and Disposal, for additional e�leg0ir@ments. B. XPrf waste removal facilities and services as required to maintain the site in clean and W °brde[ condition. r - J C. 21ro��ontainers with lids. Remove trash from site periodically. D.f rfterrals to be recycled or re -used on the project must be stored on-site, provide suitable L— or5e' Mbustible containers; locate containers holding flammable material outside the structure c nless-otherwise approved by the authorities having jurisdiction. E. "'open free -fall chutes are not permitted. Terminate closed chutes into appropriate containers with lids. 1.11 PROJECT IDENTIFICATION A. Provide project identification sign of design and construction indicated in Drawings. B. , Erect on site at location indicated. C. , No other signs are allowed without City of Iowa City permission except those required by law. ,1.12 FIELD OFFICES A. , Provide space for Project meetings, with table and chairs to accommodate 8 persons. B. Locate offices a minimum distance of 30 feet from existing and new structures. 1.13 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary utilities, equipment, facilities, materials, prior to Date of Substantial - Completion inspection. B. Remove underground installations to a minimum depth of 2 feet. Grade site as indicated. C. Clean and repair damage caused by installation or use of temporary work. D. Restore existing facilities used during construction to original condition. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION TEMPORARY FACILITIES AND CONTROLS Bidding Documents 01 5000-2 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Neumann Monson Architects 16.121 SECTION 015110 - TEMPORARY DEHUMIDIFICATION, HEATING AND COOLING PART 1 GENERAL 1.01 SECTION INCLUDES A. System(s) for conditioning interior spaces during construction. 1.02 RELATED REQUIREMENTS A. Section 013000 - Administrative Requirements: Submittal procedures. B. Section 014000 - Quality Requirements. C. Section 01 5000 - Temporary Facilities and Controls. D. Section 01 5721 - Indoor Air Quality Controls. E. Section 016000 - Product Requirements. 1.03 ADMINISTRATIVE A. Coordination: 1. Coordinate the installation of temporary climate control equipment with size, location and installation of temporary utility services. a. Test electrical grounding for compliance with requirements of authorities having jurisdiction. 2. Coordinate layout and installation of temporary climate control equipment with finish trades. B. Preinstallation Meeting: Conduct a preinstallation meeting at least two weeks prior to the, start of the work of this section; require attendance by all affected installers. 1.04 PERFORMANCE REQUIREMENTS A. Provide temporary facilities required by Work progress and the following: 1. Plastering and finishing gypsum board assemblies: a. Refer to Section 09 2116 for additional requirements. b. Provide temporary climate control necessary to maintain dry bulb temperatures between 55 and 80 degrees F with less than 50 percent relative humidity during installation, taping and curing of joint compound. 2. Curing and drying concrete slabs: a. Refer to Sections 03 3000 and 03 3931 for additional requirements. b. Concrete slabs shall be property cured and at least 45 days old before beginning aggressive drying. c. Provide temporary climate control necessary to remove excess moisture and reduce emission rate to levels acceptable to finish flooring manufacturers. d. During slab drying, maintain relative humidity below 30 percent with a humidN ratio below 30 grains per Ib of air. a e. Allow for moisture testing of the slab to be performed at least 60 day*Wbr tp= installation of floor coverings to permit sufficient drying time should dkteesivae moisture levels exist. n_-[ c r 3. Painting and coating: a. Refer to Section 09 9000 for additional requirements. fir i -0 m b. Provide temporary climate control necessary to control condensation mntain Q satisfactory conditions recommended by products manufacturers fo_rface•- preparation and coatings application and curing . �' r c. During paint and coating application, maintain dew point temperature in the space at least 10 degrees F below temperature of surface being painted. d. When dry abrasive blasting carbon steel surfaces, maintain dew point temperature in the space at least 17 degrees F below the temperature of the surface being prepared. 1.05 SUBMITTALS A. See Section 013000 - Administrative Requirements for submittal procedures. Bidding Documents TEMPORARY DEHUMIDIFICATION, HEATING AND COOLING 06/20/17 015110-1 Neumann Monson Architects Robert A. Lee Recreation Center Remodeling 2017 16.121 Iowa City, lA B. Product Data for Temporary HVAC System to include: 1. Climate Control Equipment. 2. Temperature and humidity controls. 3. Duct, duct accessories, pipe, and piping accessories materials and construction. C. Shop Drawings: Design layouts and descriptive data showing: 1. Equipment layout and duct and/or pipe routing. 2. Staging and Sequencing layouts. 3. Enclosure and barricade construction. 1.06 QUALITY ASSURANCE A. Perform in accordance with regulatory agency standard, State of Iowa for required temporary facilities not specified herein. B. Design Standards: Follow Section 01 6000 - Product Requirements. Requirements for temporary facilities are minimum standards. Provide additional facilities as required for proper execution of Work and to meet responsibilities for protection of persons and property. 1. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. c,2. Fabricate and label refrigeration system to comply with ASHRAE 15, "Safety Code for Mechanical Refrigeration." Q �. u. esiccant Wheels: Bacteriostatic and non-toxic, manufactured under ISO 9001 7c b)ertification. Glass fibers which form support matrix shall be made from uniform W a _rbntinuous strands larger than five microns in diameter which are not considered a o �ssible health risk by International Agency for Research on Cancer (IARC). Wheel shall .,� N 'tested according to ASTM E84 (Standard Test Method for Surface Burning of Building L �terials) and shall achieve a flame spread index of 0 and a smoke developed index of r Z,4. 6ry bulb temperature and relative humidity shall be continuously monitored on each floor, using an electronic monitoring device (EMD). This device must be capable of recording readings at 15 minute intervals and data downloadable to a PC. A printout of data from each EMD shall be delivered to Architect as requested and at project completion. 5. Use a sling psychrometer to measure dry bulb and wet bulb in space on each floor. Take readings at beginning and end of each shift; record readings and deliver to Architect as requested and at project completion. C. Products Requiring Electrical Connection: Listed and classified by UL as suitable for the purpose specified and indicated. PART 2 PRODUCTS 2.01 SQURCE FOR TEMPORARY EQUIPMENT A. Munters: www.munters.com B. Other source specifically approved in advance by Architect; submit qualifications for review. 2.02 SYSTEM DESCRIPTION A. Defined to include heating, cooling and desiccant dehumidification equipment and associated power cable, gas lines, and temporary ducting. 2.03 GENERAL A. Provide products for temporary construction using equivalent type as required for permanent construction, except for products that are manufactured for that specific temporary intent and approved by Architect. B. Where materials for use in this Section are not specified or detailed, propose products in writing and obtain approval from Architect before commencing work. C. Size temporary air systems to supply outside air at a minimum of one complete air change every 120 minutes. TEMPORARY DEHUMIDIFICATION, HEATING AND COOLING Bidding Documents 015110-2 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 D. Temporary units shall have a 30% filtration for outside air. 2.04 TEMPORARY COOLING UNITS A. Size temporary cooling equipment to maintain temperatures below 80 degrees F. B. Equipment: Provide minimum air quantities as specified in this Section. C. Cooling Equipment may be used to control humidity under following conditions: 1. Equipment is capable of maintaining humidity in the range specified here or elsewhere in specification. 2. Reheat coils are utilized to lower relative humidity in air stream. 2.05 TEMPORARY HEATING UNITS A. Heaters: Heating equipment must consist of electric or indirect fired combustion only. No direct -fired space heaters or recirculating hot water systems permitted. B. Heater Controls: Automatically turn heater off if airflow is interrupted or internal temperature of heater exceeds its design temperature or that of supply duct. 2.06 TEMPORARY DEHUMIDIFICATION EQUIPMENT A. Use dehumidification equipment to control environment in space 24 hours a day while joint compounds, paints, fireproofing, and wall paper are being installed and until materials in space reach moisture levels as recommended by manufacturer(s). This equipment may also be necessary to maintain specified conditions until building is commissioned. B. Desiccant dehumidification, as manufactured by Munters, Corp., of solid desiccant design having a single rotary desiccant wheel capable of fully automatic continuous operation. C. Do not re -circulate air through dehumidification equipment unless positive pressure is. maintained and minimum outside air requirement is satisfied. 2.07 TEMPORARY DUCTWORK AND AIR DISTRIBUTION A. SupplyDuctwork: Canvas spiral duct. If supply ductwork is placed outside building, securely attach or anchor to withstand damage from winds. B. Interior Distribution Ductwork: Polyethylene tubing (Layflat) of appropriate diameter to inflate fully without flutter. 1. Distribute conditioned air through 2-3 inch holes cut in Layflat ducting. 2. Distribute air evenly throughout area being served. 3. Suspend temporary system from existing ceiling structure as recommended by system manufacturer. 4. Coordinate with Architect for mounting locations within building. PART 3 EXECUTION 3.01 GENERAL A. Modify and extend temporary facilities as required by Work progress. B. Provide weather protection and environmental controls as required to prevent,�pmag(a work, and to other property. C. Clean and repair damage caused by installation or use of temporary climate ctrt}}I aluirecf' pme2! Where disposal of soil and waste products, whether or not they are contamin��75s make legal dispositions off site following governing authorities' requirement. �r- 3.02 TEMPORARY EQUIPMENT CONFIGURATION , �a i m A. Size and configure temporary climate control to maintain occupied space to FaiurdkbetwW 40 and 80 degrees F during hours unless conditions that are more stringent af'e requisud in other sections. Relative humidity shall be maintained at or below 50% unless conditid�s that are more stringent are required by other Sections. B. Utilize temporary ducting to distribute conditioned air to affected areas of the building. Do not use permanent ductwork to distribute temporary conditioned air. Bidding Documents TEMPORARY DEHUMIDIFICATION, HEATING AND COOLING 06/16/17 015110-3 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA C. Keep doors closed and cover openings to maintain a reasonably airtight envelop around space to minimize infiltration and avoid pockets of high humidity. 3.03 REMOVAL OF TEMPORARY EQUIPMENT A. Maintain temporary climate control equipment in service until Substanial Completion and successful commissioning of permanent HVAC systems. B. Completely remove temporary climate equipment from site at completion. 3.04 MAINTENANCE A. Maintain in proper operating condition until use is no longer required or as otherwise approved. END OF SECTION r. - TEMPORARY DEHUMIDIFICATION, HEATING AND COOLING Bidding Documents 015110-4 06/16/17 rn <C N x s W � Cr- CD J} J o C-3� LL H U� r q _ o N r. - TEMPORARY DEHUMIDIFICATION, HEATING AND COOLING Bidding Documents 015110-4 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA PART1 GENERAL Neumann Monson Architects 16.121 SECTION 01 5721 - INDOOR AIR QUALITY CONTROLS 1.01 SECTION INCLUDES A. Construction procedures to promote adequate indoor air quality after construction. 1.02 PROJECT GOALS A. Dust and Airborne Particulates: Prevent deposition of dust and other particulates in HVAC ducts and equipment. 1. Cleaning of ductwork is not contemplated under this Contract. 2. Contractor shall bear the cost of cleaning required due to failure to protect ducts and equipment from construction dust. B. Airborne Contaminants: Procedures and products have been specified to minimize indoor air pollutants. 1. Furnish products meeting the specifications. 2. Avoid construction practices that could result in contamination of installed products leading to indoor air pollution. 1.03 RELATED REQUIREMENTS A. Section 014000 - Quality Requirements: Testing and inspection services. B. Section 23 4000 - HVAC Air Cleaning Devices: HVAC fitters. C. Section 23 0593 - Testing, Adjusting, and Balancing for HVAC: Testing HVAC systems for proper air flow rates, adjustment of dampers and registers, and settings for equipment. 1.04 REFERENCE STANDARDS A. ASHRAE Std 52.2 - Method of Testing General Ventilation Air -Cleaning Devices for Removal Efficiency by Particle Size; 2012, with 2015 amendments. B. ASTM E779 - Standard Test Method for Determining Air Leakage Rate by Fan Pressurization; 2010. C. SMACNA (OCC) - IAQ Guidelines for Occupied Buildings Under Construction; 2007. ; 1.05 DEFINITIONS A. Adsorptive Materials: Gypsum board, acoustical ceiling tile and panels, carpet and carpet tile, fabrics, fibrous insulation, and other similar products. B. Contaminants: Gases, vapors, regulated pollutants, airborne mold and mildew, and the like, as specified. C. Particulates: Dust, dirt, and other airborne solid matter. D. Wet Work: Concrete, plaster, coatings, and other products that emit water vapor or voNtile organic compounds during installation, drying, or curing. _ c 1.06 SUBMITTALS O -r A. See Section 01 3000 -Administrative Requirements, for submittal procedures. -n B. Indoor Air Quality Management Plan: Describe in detail measures to be taker�grorQ;e j -- adequate indoor air quality upon completion; use SMACNA (OCC) as a gwder< -- rn 1. Submit not less than 60 days before enclosure of building. � -0 2. Identify potential sources of odor and dust. 7C N 0 3. Identify construction activities likely to produce odor or dust. y r 4. Identify areas of project potentially affected, especially occupied areas. + 5. Evaluate potential problems by severity and describe methods of control. 6. Describe construction ventilation to be provided, including type and duration of ventilation, use of permanent HVAC systems, types of filters and schedule for replacement of filters. 7. Describe cleaning and dust control procedures. 8. Describe coordination with commissioning procedures. Bidding Documents INDOOR AIR QUALITY CONTROLS 06/20/17 01 5721 -1 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA C. Interior Finishes Installation Schedule: Identify each interior finish that either generates odors, moisture, or vapors or is susceptible to adsorption of odors and vapors, and indicate air handling zone, sequence of application, and curing times. D. Duct and Terminal Unit Inspection Report. 1.07 QUALITY ASSURANCE A. Testing and Inspection Agency Qualifications: Independent testing agency having minimum of 5 years experience in performing the types of testing specified. PART 2 PRODUCTS 2.01 MATERIALS A. Low VOC Materials: See other sections for specific requirements for materials with low VOC content. B. Auxiliary Air Filters: MERV of 8, minimum, when tested in accordance with ASHRAE Std 52.2. PART 3 EXECUTION 3.01 CONSTRUCTION PROCEDURES A. Prevent the absorption of moisture and humidity by adsorptive materials by: 1. Sequencing the delivery of such materials so that they are not present in the building until wet work is completed and dry. 2. Delivery and storage of such materials in fully sealed moisture -impermeable packaging. 3. Provide sufficient ventilation for drying within reasonable time frame. B. Begin construction ventilation when building is substantially enclosed. C. If extremely dusty or dirty work must be conducted inside the building, shut down HVAC systems for the duration; remove dust and dirt completely before restarting systems. D. 3�se of VAC equipment and ductwork for ventilation during construction is not permitted: P�r�de temporary ventilation equivalent to 1.5 air changes per hour, minimum. 0 must directly to outside. uj tWHVAC air inlets and outlets immediately after duct installation. JE. &v n6t&we construction materials or waste in mechanical or electrical rooms. .F. Vor�Uw of return air ductwork without intake filters clean up and remove dust and debris LL jyneby construction activities. i— InsjRct duct intakes, return air grilles, and terminal units for dust. Clean plenum spaces, including top sides of lay -in ceilings, outsides of ducts, tops of pipes and conduit. 3. Clean tops of doors and frames. 4. Clean mechanical and electrical rooms, including tops of pipes, ducts, and conduit, equipment, and supports. 5. Clean return plenums of air handling units. 6. Remove intake filters last, after cleaning is complete. G. c Do not perform dusty or dirty work after starting use of return air ducts without intake filters. H. Use other relevant recommendations of SMACNA (OCC) for avoiding unnecessary contamination due to construction procedures. END OF SECTION INDOOR AIR QUALITY CONTROLS 01 5721-2 Bidding Documents 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA PART1 GENERAL Neumann Monson Architects 16.121 SECTION 01 6000 - PRODUCT REQUIREMENTS 1.01 SECTION INCLUDES A. General product requirements. B. Transportation, handling, storage and protection. C. Post -bid substitution limitations and procedures. D. Procedures for City of Iowa City -supplied products. E. Maintenance materials, including extra materials, spare parts, tools, and software. 1.02 RELATED REQUIREMENTS A. Section 00 2113 - Instructions to Bidders: Product options and pre-bid substitution request procedures prior to bid date. B. Section 00 2613 - Pre -Bid Substitution Request Form. C. Section 014000 - Quality Requirements: Product quality monitoring. D. Section 01 5721 - Indoor Air Quality Controls: Requirements for installation scheduling, product storage and protection, and construction ventilation and isolation. E. Section 01 6001 - Post -Bid Substitution Request Form. F. Section 016116 - Volatile Organic Compound (VOC) Content Restrictions: Requirements for VOC-restricted product categories. G. Section 01 7419 - Construction Waste Management and Disposal: Waste disposal requirements potentially affecting packaging and substitutions. 1.03 DEFINITIONS A. Products: Items purchased for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent. 1. Named Products: Items identified by manufacturer's product name, including make or model number or other designation, shown or listed in manufacturer's published product literature, that is current as of date of the Contract Documents. 2. New Products: Items that have not previously been incorporated into another project or facility, except that products consisting of recycled -content materials are allowed, unless explicitly stated otherwise. Products salvaged or recycled from other projects are not considered new products. 3. Comparable Products: Items that are demonstrated and approved through submittal process, or where indicated as a product substitution, to have the indicated qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics that equal or exceed those of specified product. B. Manufacturer's Warranty: Preprinted written warranty published by individual manufacturer for a particular product and specifically endorsed by manufacturer to Owner. _ C. Special Warranty: Written warranty required by or incorporated into the Cont menb.,_n either to extend time limit provided by manufacturer's warranty or to provide raMViog 3 for f Owner. n.< N ����---+ D. Hazardous Substances Prohibited by Law: Including, but not limited to, any ct, rf?ateriAr element, constituent, chemical, substance, compound, or mixture, which is drnod it ncluvea, under, or regulated by any environmental laws. o= Q E. Environmental Laws: Applicable local, state, and federal laws, rules, ordinaAe's, COOS, regulations, and requirements in effect at the time Contractor's services are rendere Bidding Documents PRODUCT REQUIREMENTS 06/20/17 01 6000-1 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Post -Bid Substitution Requests: Requests for changes in products, materials, equipment, and methods of construction required by Contract Documents proposed by Contractor after award of Contract are considered "Post -Bid Substitution Requests:' The following are not considered post -bid substitution requests: 1. Revisions to Contract Documents requested by Owner or Architect. 2. Specified options of products and construction methods included in Contract Documents. 3. Contractor's determination of and compliance with governing regulations and orders issued by governing authorities. 1.04 SUBMITTALS A. See Section 01 3300 - Construction Submittals for additional information and requirements. B. Proposed Products List: Submit list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. 1. Submit within 15 days after date of Notice to Proceed. 2. For products specified only by reference standards, list applicable reference standards. C. Product Data Submittals: Submit manufacturer's standard published data. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project. D. Shop Drawing Submittals: Prepared specifically for this Project; indicate utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. E. Sample Submittals: Illustrate functional and aesthetic characteristics of the product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. F. Post -Bid Substitution Requests: Submit each request for post -bid product substitution complete with properly executed form and all supporting data. See Section 016001 for form to be "ubmiq d with Post -Bid Substitution Requests. Q G. Niaz�s Substances: Submit an affidavit on Contractor's company letterhead signed by an =Dffi the company, notarized by a notary public, which certifies compliance with the jj cenv ental laws controlling hazardous substances for the construction of this Project. 1.0 QIrIt SURANCE A. 2;orftMftility of Options: If Contractor is given option of selecting between two or more LL, -pro mor materials for use on Project, product or material selected shall be compatible with roducWor materials previously selected, even if previously selected products or materials were Iso options. B. When Contract Documents require that installation of work shall comply with manufacturer's printed instructions, obtain and distribute copies of such instructions to parties involved in the installation, including two copies to the Architect. 1. Maintain one set of complete instructions at the job site during installation and until completion. C. Compliance: Contractor shall take whatever measures deemed necessary to ensure that all employees, suppliers, vendors, fabricators, subcontractors, or their assigns, to comply with hazardous substance requirements. 7.06 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle products using means and methods that will prevent damage, 'deterioration, and loss, including theft. Comply with manufacturer's written instructions. 1. Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. PRODUCT REQUIREMENTS Bidding Documents 016000-2 06/16/17 I 1 11 1 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Neumann Monson Architects 16.121 3. Deliver products and materials to Project site in an undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products on delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected. 5. Store products to allow for inspection and measurement of quantity or counting of units. 6. Store products in a manner that will not endanger Project structure. 7. Store products that are subject to damage by the elements, under cover in a weathertight enclosure above ground, with ventilation adequate to prevent condensation. 8. Comply with product manufacturer's written instructions for temperature, humidity, ventilation, and weather -protection requirements for storage. 9. Protect stored products from damage. 1.07 PRODUCT AND MATERIAL WARRANTIES A. General: Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. B. General Warranty: Special warranties specified in each Section shall not deprive Owner of other rights Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by Contractor under requirements of the Contract Documents. C. Special Warranties: Prepare a written document that contains appropriate terms and identification, ready for execution. 1. Manufacturer's Standard Form: Modified to include Project -specific information and properly executed. 2. Refer to Divisions 02 through 49 Sections for specific content requirements and particular requirements for submitting special warranties. D. Submittal Time: Comply with requirements in Section 01 7700 - Closeout Procedures. PART2 PRODUCTS 2.01 PRODUCT SELECTIONS A. General Product Requirements: Provide products that comply with the Contract Documents, that are undamaged, and unless otherwise indicated, that are new at time of installation. 1. Provide products complete with accessories, trim, finish, fasteners, and other items needed for a complete installation and indicated use and effect. 2. If available, and unless custom products or nonstandard options are specified, provide standard products of types that have been produced and used successfully in similar situations on other projects. 3. Owner reserves the right to limit selection to products with warranties not in confligwith requirements of the Contract Documents. o 4. Where products are accompanied by the term "as selected," Architect wie Vkction. 5. Where products are accompanied by the term "match sample," sample t a{aed is7n Architect's. C")-< N 6. Products and materials brought onto the Project Site, and products and m -y a;ial=3, j - incorporated into the Work, shall comply with environmental laws. _ r- m B. Descriptive Specification Requirements: Where Specifications describe a pror�sse listing exact characteristics required, without use of a brand or trade name, p a WbducM material or assembly that provides the characteristics and otherwise complie with Contract requirements. a' C. Performance Specification Requirements: Where Specifications require compliance with performance requirements, provide products that comply with these requirements, and are recommended by the manufacturer for the application indicated. General overall performance of a product is implied where the product or material is specified for a specific application. Bidding Documents 06/16/17 PRODUCT REQUIREMENTS 01 6000-3 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA 1. Manufacturer's recommendations may be contained in published product literature, or by the manufacturer's certification of performance. D. Compliance with Standards, Codes, and Regulations: Where Specifications only require compliance with imposed code, standard, or regulation, select product that complies with standards, codes, or regulations specified. E. Visual Matching Specification: Where Specifications require matching an established sample, select a product (and manufacturer) that complies with requirements and matches Architect's sample. Architect's decision will be final on whether a proposed product matches satisfactorily. 1. If no product available within specified category matches satisfactorily and complies with other specified requirements, comply with provisions of the Contract Documents on "substitutions" for selection of a matching product. F. Visual Selection Specification: Where Specifications include the phrase "as selected from manufacturer's colors, patterns, textures" or a similar phrase, select a product (and manufacturer) that complies with other specified requirements. 1. Standard Range: Where Specifications include the phrase "standard range of colors, patterns, textures" or similar phrase, Architect will select color, pattern, or texture from manufacturer's product line that does not include premium items. 2. Custom Range: Where Specifications include the phrase "custom range of colors, patterns, textures" or similar phrase, Architect will select color, pattern, or texture from manufacturer's product line that includes both standard and premium items. 3. Special Custom Range: Where Specifications include the phrase "special custom range of colors patterns, textures" or similar phrase, Architect will select a new color, pattern, or texture different from those normally produced by the manufacturer. 2.02 PRODUCT OPTIONS Acs,, Basis of Design (Product Standard) Specification: Where a specific manufacturers product is to namecband accompanied by the words "Basis of Design," including make or model number or N ottTx, designation, it is intended to establish the significant qualities related to type, function, Q dironiSilon, in-service performance, physical properties, appearance, and other characteristics Uj o-foH)J#poses of evaluating comparable products of other named manufacturers. B.oOtf"med manufacturers listed as "Acceptable Manufacturers" or "Other Acceptable NMaopficturers" have been listed because they have implied compliance with requirements of =theis of Design" manufacturer and product. Listed "Acceptable Manufacturers" or "Other ;2Accep"gble Manufacturers" are not considered "Substitutions," and therefore, are not required to Z. -be su6—mitted as such. However, costs, including professional service fees for changes or "modifications to adjacent, contiguous, surrounding, supporting, or otherwise related areas, portions or parts of Project which are required to accommodate products and materials of "Acceptable Manufacturers" or "Other Acceptable Manufacturers" for complete, proper and functional installation, in lieu of specified "Basis of Design" manufacturer and product shall be borne or paid by Contractor. C. For products specified by naming several "Manufacturers" of "Acceptable Manufacturers," select one of the products or manufacturers named, which comply with the Contract Documents. Requests for manufacturer's products not listed must be submitted as "Substitutions." D. For products specified by naming only one product or manufacturer, Contractor must submit c request as for substitutions for products or manufacturers not specifically named. E. For products specified by naming only one product and manufacturer and indicated as "No Substitutions," there is no option. F. For products specified only by reference standard, select any product meeting that standard. 2.03 NEW PRODUCTS A. Provide new products unless specifically required or permitted by the Contract Documents. PRODUCT REQUIREMENTS Bidding Documents 01 6000-4 06/16/17 I 1 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 B. DO NOT USE products having any of the following characteristics: 1. Made using or containing CFC's or HCFC's. 2. Made of wood from newly cut old growth timber. C. Where all other criteria are met, Contractor shall give preference to products that: 1. If used on interior, have lower emissions, as defined in Section 016116. 2. If wet -applied, have lower VOC content, as defined in Section 01 6116. 3. Are extracted, harvested, and/or manufactured closer to the location of the project. 4. Have longer documented life span under normal use. 5. Result in less construction waste. 6. Are made of vegetable materials that are rapidly renewable. 7. Have a published GreenScreen Chemical Hazard Analysis. 2.04 POST -BID SUBSTITUTIONS A. Bids shall be based upon providing specified materials, products, Acceptable Manufacturers, organizations, and applications; as identified in these Contract Documents. B. Contractor's requests for Post -Bid Substitution will only be received and considered by Architect when one or more of following conditions are satisfied, as determined by Architect; otherwise requests will be returned without action except to record noncompliance with these requirements: 1. Specified product or method of construction cannot be provided within Contract Time. Request will not be considered if specified product or method cannot be provided as result of failure to pursue Work promptly or coordinate activities properly. 2. Specified product or method of construction cannot receive necessary approval by governing authority, and requested substitution can be approved. 3. Substantial advantage is offered to Owner, in terms of cost, time, energy conservation, or other considerations, after deducting additional responsibilities Owner must assume. Additional responsibilities for Owner may include compensation to Architect for redesign and evaluation services, increased cost of other construction by Owner, and similar considerations. 4. Specified product or method of construction cannot be provided in manner that is compatible with other materials, and where Contractor certifies that substitution will overcome incompatibility. 5. Specified product or method of construction cannot be coordinated with other materials, and where Contractor certifies that proposed substitution can be coordinated. 6. Specified product or method of construction cannot provide warranty required by Contract Documents and where Contractor certifies that proposed substitution provide required warranty. C. Burden of proof of equality rests solely with Contractor. D. By making request for Post -Bid Substitution, Contractor: 1. Represents and warrants that Contractor has personally investigated proposed substitution product and determined that it is equal to or superior in all respects to that product, specified; 2. Represents and warrants that Contractor will provide same warranties os substitution that Contractor would for that product specified; A� z 3. Certifies that cost data presented is complete and includes all related cosumonda,,ihis Contract except for Architects redesign cost, and waives all claims for aTRfDnafe'bsts Ind time extension related to substitution which may subsequently become enter ("j') 4. Will coordinate installation of accepted substitute, making such other chabgs asTmay hs-. required to make Work complete in all respects; M J 5. Agrees to pay the cost of testing required for analysis of proposed Post -:'id Substitution at testing agency selected and approved by Architect; Jr Bidding Documents 06/16/17 PRODUCT REQUIREMENTS 01 6000-5 Neumann Monson Architects Robert A. Lee Recreation Center Remodeling 2017 16.121 Iowa City, IA 6. Warrants that substituted material or system will perform same as original specified material or system would have performed. Should accepted Post -Bid Substitution fail to perform as required, Contractor shall replace substitute material or system with that specified and bear costs incurred thereby; and 7. Represents and warrants that Contractor will be responsible to make necessary adjustments in Work which may be affected as result of substitution at no additional cost. E. Post -Bid Substitutions will not be considered when they are indicated or implied on Shop Drawing or Product Data submittals, without separate written request, or when acceptance will require extensive revisions to the Contract Documents. F. Contractor's submittal and Architect's acceptance of Shop Drawings, Product Data, or Samples for construction activities not complying with Contract Documents does not constitute an acceptable or valid request for Post -Bid Substitution, nor does it constitute approval. G. Proposed Post -Bid Substitutions shall meet the general intent of Contract Documents and shall be made in accordance with Article 3.4.2 of the General Conditions. All requests for Post -Bid Substitutions shall be timely, fully documented, and property submitted using Section 016001 - Post -Bid Substitution Request Form. H. Post -Bid Substitution Request Procedures: 1. Submit separate request for each Post -Bid Substitution supported with complete data, technical literature, drawings, and samples as appropriate, including: 0' a. Comparison of qualities of proposed substitution with that specified. (Submit data for 1,0< both products); Q N � Changes required in other elements of Work because of substitution; _ ` Effect on construction schedule; o_ J Cost data comparing proposed substitution with Product specified; Required license fees or royalties; x f# Availability of maintenance service and source of replacement materials; U.c9? List of appropriate installations. 1.rchitA will review requests for Post -Bid Substitutions with reasonable promptness, and notify contractor, in writing, of decision to accept or reject requested substitution. J. Owner and Architect reserve right to accept or reject proposed Post -Bid Substitutions. Each request shall state amount of savings to Owner, if substitution is accepted. Acceptance of proposed Post -Bid Substitution does not constitute approval or inclusion in Architect's and Consultant's Documents. Pay applications certification, change orders, and certificate of substantial completion will contain such qualification. 2.05 MAINTENANCE MATERIALS A. Furnish extra materials, spare parts, tools, and software of types and in quantities specified in individual specification sections. B. Deliver to Project site; obtain receipt prior to final payment. PART 3 JEXECUTION 3.01 TI�AjNSPORTATION AND HANDLING A. = Package products for shipment in manner to prevent damage; for equipment, package to avoid -loss of factory calibration. B. (If special precautions are required, attach instructions prominently and legibly on outside of ,packaging. C. Coordinate schedule of product delivery to designated prepared areas in order to minimize site storage time and potential damage to stored materials. D. Transport and handle products in accordance with manufacturer's instructions. E. Transport materials in covered trucks to prevent contamination of product and littering of surrounding areas. PRODUCT REQUIREMENTS Bidding Documents 01 6000-6 06/16/17 I Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Neumann Monson Architects 16.121 F. Promptly inspect shipments to ensure that products comply with requirements, quantities are correct, and products are undamaged. G. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage, and to minimize handling. H. Arrange for the return of packing materials, such as wood pallets, where economically feasible. 3.02 STORAGE AND PROTECTION A. Designate receiving/storage areas for incoming products so that they are delivered according to installation schedule and placed convenient to work area in order to minimize waste due to excessive materials handling and misapplication. B. Store and protect products in accordance with manufacturers' instructions. C. Store with seals and labels intact and legible. D. Store sensitive products in weather tight, climate controlled, enclosures in an environment favorable to product. E. For exterior storage of fabricated products, place on sloped supports above ground. F. Provide bonded off-site storage and protection when site does not permit on-site storage or protection. G. Protect products from damage or deterioration due to construction operations, weather, precipitation, humidity, temperature, sunlight and ultraviolet light, dirt, dust, and other contaminants. H. Comply with manufacturer's warranty conditions, if any. I. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to prevent condensation and degradation of products. J. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. K. Prevent contact with material that may cause corrosion, discoloration, or staining. L. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. M. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. 3.03 GENERAL INSTALLATION PROVISIONS A. Comply with manufacturer's installation instructions and recommendations, to the extent that those instructions and recommendations are more explicit or stringent than requirements contained in Contract Documents. B. Provide attachment and connection devices and methods necessary for securing Work. Secure Work true to line and level. Allow for expansion and building movement. C. Provide uniform joint widths in exposed Work. Arrange joints in exposed Work to obt*c6the best visual effect. Refer questionable choices to the Architect for final decision,. Fit e4msed connections together to form hairline joints. o D. Recheck measurements and dimensions, before starting each installation. A-4 _ E. Install each component during weather conditions and Project status that will a tQgbestr— possible results. Isolate each part of the completed construction from incomp;l product q� material as necessary to prevent deterioration. ! _rrl -0 s F. Where mounting heights are not indicated, install individual components at std rnpuntino heights recognized within the industry for the particular application indicated. Fdefer r questionable mounting height decisions to the Architect for final decision. Bidding Documents PRODUCT REQUIREMENTS 06/16/17 01 6000-7 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA G. Handle, install, connect, clean, condition, and adjust products and materials in accordance with manufacturer's instructions and in conformity with specified requirements. 1. Should job conditions or specified requirements conflict with manufacturer's instructions, consult with manufacturer for further instructions. 2. Do not proceed with work without clear instructions. H. Perform work in accordance with manufacturers instructions. Do not omit any preparatory step or installation procedure unless specifically modified or exempted by Contract Documents. I. Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. 3.04 RESTRICTION OF HAZARDOUS SUBSTANCES A. Contractor agrees that it shall not knowingly after reasonable diligence and effort, incorporate into the Work any hazardous substance other than as may be lawfully contained within products, except in accordance with applicable environmental laws. Further, in performing any of its obligations hereunder, Contractor shall not cause any release of hazardous substances into, or contamination of, the environment, including soil, the atmosphere, any watercourse or ground water, except in accordance with applicable environmental laws. In the event that Contractor engages in any of the activities prohibited in this paragraph, to the fullest extent permitted by law, Contractor hereby indemnifies and holds harmless Owner and its partners, members, officers, directors, agents, employees and consultants from and against any and all ctlaims, damages, losses, causes of action, suits and liabilities of every kind, including, but not V cited to ,expenses of litigation, court costs, punitive damages, and attorney's fees arising out 00. ino/wiid� tal to or resulting from the activities prohibited. 4 �y �� �B. W th" ent Contractor observes on the Project Site any substance which Contractor reasy believes to be a hazardous substance, and which is being introduced into the Work 2 ex�J�n the Project Site in a manner violative of any applicable environmental laws, �mpntrac shall immediately notify Owner and report the condition to Owner in writing. The U— Ror f a affected area shall not thereafter be resumed except by written authorization of :6wner a fact a hazardous substance has been encountered and has not been rendered ,"rmless. In the event that Contractor fails to give Owner proper notification hereunder, upon knowingly observing a hazardous substance at the Project Site, to the fullest extent permitted by the law, Contractor hereby indemnifies and holds harmless Owner, and all of its partners, members, officers, directors, agents, employees and consultants from and against all claims, damages, losses, causes of action, suits and liabilities of every kind, including, but not limited to, expenses of litigation, court costs, punitive damages, and attorneys' fees arising out of, incidental to, or resulting from Contractor's failure to stop the Work. C. If Owner believes that hazardous substances may have been located, generated, manufactured, used, or disposed of on or about the Project Site by Contractor or any of its employees, agents, subcontractors, suppliers, or invitees, Owner may have environmental studies of the Project Site conducted as it deems appropriate, and Contractor shall be responsible for the cost of such studies to the extent that Contractor or any of its employees, agents, subcontractors, suppliers or invitees are responsible for the presence of any hazardous substances. END OF SECTION PRODUCT REQUIREMENTS Bidding Documents 01 6000-8 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 SECTION 01 6001 - POST -BID SUBSTITUTION REQUEST FORM PROJECT: ROBERT A. LEE COMMUNITY REC CENTER REMODEL SUBMIT REQUEST FOR POST -BID SUBSTITUTIONS TO: NEUMANN MONSON, INC., 221 East College Street, Suite 303, Iowa City, Iowa 52240 REQUEST FROM: DATE: I /_ SPECIFICATION SECTIONITITLE: Description: Article/Paragraph: Proposed Substitution: Manufacturer: Trade Name: Model: ACKNOWLEDGEMENTS AND ATTACHMENTS Contractor's requests for Post -Bid Substitution will only be received and considered by Architect when one or more of following conditions are satisfied, as determined by Architect. Otherwise requests will be returned without action except to record noncompliance with these requirements. Check the appropriate box(es) below that are applicable to this request: Specified product or method of construction cannot be provided within Contract Time. Specified product or method of construction cannot receive necessary approval by governing authority, and requested substitution can be approved. Substantial advantage is offered to Owner, in terms of cost, time, energy conservation, or other considerations, after deducting additional responsibilities Owner must assume. Fill in the following blank(s) that corresponds with the appropriate substantial advantage propsed to be offered to the Owner: Cost savings of: Time savings of: Energy conservation of: Other consideration: Specified product or method of construction cannot be provided in manner that is compatible with other materials, and where Contractor certifies that substitution will overcome incompatibility. Specified product or method of construction cannot be coordinated with other materials, and where Contractor certifies that proposed substitution can be coordinated. Specified product or method of construction cannot provide warranty required by Contract Documents and where Contractor certifies that proposed substitution provide required warranty. In submitting this Post -Bid Substitution Request, the Undersigned acknowledges and represents that: Proposed substitution has been personally investigated and determined to be equal or superior in all respects to specified Product; Same warranty will be furnished for proposed substitution as for specified Product, Certifies that cost data presented is complete and includes all related costs under this (intract except for Architect's redesign cost, and waives all claims for additional costs kWV time -extension related to substitution which may subsequently become apparent; Same maintenance service and source of replacement parts, as applicable, isWvailobl6(c Proposed substitution will have no adverse effect on other trades and will not zlm;E�or lay progress schedule; r— f.n Proposed substitution does not affect dimensions and functional clearances; a -0 All contract requirements shall be met. CD= Q :rg N r Bidding Documents POST -BID SUBSTITUTION REQUEST FORM 06/20/17 01 6001 -1 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Attachments: Submit in accordance with Section 01 6000. The following attachments are considered an integral part of this Post -Bid Substitution Request: Product Data, descriptions and Specifications necessary for evaluation, including point -by -point comparative information. Drawings necessary to indicate proper installation in the Work. Tests and Reports consistent with specified performance requirements. Effect on construction schedule. List of installations that substitute Product has been successfully used. Cost data comparing proposed substitution with specified Product. SUBMITTED BY: Firm name: Telephone: Fax: ARCHITECT'S REVIEW AND ACTION (Title) Post -Bid Substitution approved - Make submittals in accordance with Section 01 3300. Post -Bid Substitution rejected - Use specified Products. Reviewed by: Date: END OF POST -BID SUBSTITUTION REQUEST FORM POST -BID SUBSTITUTION REQUEST FORM Bidding Documents 01 6001 -2 06/16/17 I 04 0+ L0 Q Q 64 W2 UJ �>- CD N }.0 LL _ ►-a 0 Date: END OF POST -BID SUBSTITUTION REQUEST FORM POST -BID SUBSTITUTION REQUEST FORM Bidding Documents 01 6001 -2 06/16/17 I 04 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Neumann Monson Architects 16.121 SECTION 016116 -VOLATILE ORGANIC COMPOUND (VOC) CONTENT RESTRICTIONS PART1 GENERAL 1.01 SECTION INCLUDES A. VOC restrictions for product categories listed below under "DEFINITIONS." B. All products of each category that are installed in the project must comply; City of Iowa City's project goals do not allow for partial compliance. 1.02 RELATED REQUIREMENTS A. Section 01 3000 -Administrative Requirements: Submittal procedures. B. Section 014000 - Quality Requirements: Procedures for testing and certifications. C. Section 01 5721 - Indoor Air Quality Controls: Procedures and testing. D. Section 016000 - Product Requirements: Fundamental product requirements, substitutions and product options, delivery, storage, and handling. 1.03 DEFINITIONS A. VOC-Restricted Products: All products of each of the following categories when installed or applied on-site in the building interior: B. Interior of Building: Anywhere inside the exterior weather barrier. 1.04 REFERENCE STANDARDS A. CAL (CHPS LEM) - Low -Emitting Materials Product List; California Collaborative for High Performance Schools (CHPS); current edition at www.chps.net/. B. CAL (CDPH SM) - Standard Method for the Testing and Evaluation of Volatile Organic Chemical Emissions From Indoor Sources Using Environmental Chambers; California Department of Public Health; v1.1, 2010. C. CRI (GLP) - Green Label Plus Testing Program - Certified Products; www.carpet-rug.org; current edition. D. GreenSeal GS -36 - Commercial Adhesives; 2011. E. GreenSeal GS -11 - Paints, 1st Edition, May 20, 1993. F. GreenSeal GC -03 -Anti-Corrosive Paints, 2nd edition, January 7, 1997. G. SCAQMD 1168 - South Coast Air Quality Management District Rule No. 1168; current edition. H. SCAQMD 1113- South Coast Air Quality Management District Rule No. 1168; January 1, 2004 rules. SCS (CPD) - SCS Certified Products; current listings at www.scscertified.com. 1.05 SUBMITTALS A. See Section 01 3000 -Administrative Requirements, for submittal procedures. B. Evidence of Compliance: Submit for each different product in each applicable category. N C. Product Data: For each VOC-restricted product used in the project, submit eywence fe compliance. o L D. Installer Certifications for Accessory Materials: Require each installer of any f pFduct (not just the products for which VOC restrictions are specified) to certify that ro 1.06 QUALITY ASSURANCE C -J -<r- A. <rA. Testing Agency Qualifications: Independent firm specializing in performing te8gs antf�r. inspections of the type specified in this section. -.E:7C ry 0 PART 2 PRODUCTS r us 2.01 MATERIALS A. All Products: Comply with the most stringent of federal, State, and local requirements, or these specifications. Bidding Documents VOLATILE ORGANIC COMPOUND (VOC) CONTENT RESTRICTIONS 06/20/17 016116-1 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA B. All VOC-Restricted Products: Provide products having VOC content of types and volume not greater than those specified in State of California Department of Health Services Standard Practice for the Testing of Volatile Organic Emissions From Various Sources Using Small -Scale Environmental Chambers. 1. Evidence of Compliance: Acceptable types of evidence are: a. Current GREENGUARD Children & Schools certification; www.greenguard.org. b. Current Carpet and Rug Institute Green Label Plus certification; www.carpet-rug.org. c. Current SCS Floorscore certification; www.scscertified.com. d. Current SCS Indoor Advantage Gold certification; www.scscertified.com. e. Product listing in the CHPS Low -Emitting Materials Product List at www.chps. neUmanuaVlem_table. htm. f. Current certification by any other agencies acceptable to CHPS. g. Report of laboratory testing performed in accordance with CHPS requirements for getting a product listed in the Low -Emitting Materials Product List; report must include laboratory's statement that the product meets the specified criteria. 2. Product data submittals showing VOC content are NOT acceptable forms of evidence. 3. Exception: The product categories listed below are not required to comply with this requirement. C. Adhesives and Joint Sealants: Provide only products having volatile organic compound (VOC) content not greater than required by South Coast Air Quality Management District Rule No. 1168. 0,1. Evidence of Compliance: Acceptable types of evidence are: to a. Report of laboratory testing performed in accordance with requirements. 0 N � Published product data showing compliance with requirements. Certification by manufacturer that product complies with requirements. W D. Aerd Adhesives: Provide only products having volatile organic compound (VOC) content not _j are%eaan required by GreenSeal GS -36. -- _. 1- x Ience of Compliance: Acceptable types of evidence are: LJ_ —S Z4 3�: Current GreenSeal Certification. b. Published product data showing compliance with requirements. 0 E. 'Paints and Coatings: 1. Provide coatings that comply with the most stringent requirements specified in the following: a. VOC content limits established in Green Seal Standard GS -11, Paints, 1st Edition, May 20, 1993 for architectural paints and coatings. b. VOC content limit established in Green Seal Standard GC -03, Anti -Corrosive Paints, 2nd Edition January 7, 1997 for Anti- corrosive and anti- rust paints. c. VOC content limit established in SCAQMD Rule 1113, Architectural Coatings in effect January 1, 2004 for clear wood finishes, floor coatings, stains, primers, and shellacs. 2. Determination of VOC Content: CAL (VOC) - Standard Practice for the Testing of Volatile Organic Emissions From Various Sources Using Small -Scale Environmental Chambers (including Addendum 2004-01); State of California Department of Health Services; 2004. exclusive of colorants added to a tint base and water added at project site; or other method acceptable to authorities having jurisdiction. 3. Evidence of Compliance: Acceptable types of evidence are: a. Report of laboratory testing performed in accordance with requirements. F. Carpet and Adhesive: Provide products having VOC content not greater than that required for CRI Green Label Plus certification. 1. Evidence of Compliance: Acceptable types of evidence are: a. Current Green Label Plus Certification. b. Report of laboratory testing performed in accordance with requirements. G. Carpet Tile and Adhesive: Provide products having VOC content not greater than that required for CRI Green Label Plus certification. VOLATILE ORGANIC COMPOUND (VOC) CONTENT RESTRICTIONS Bidding Documents 016116-2 06/16/17 I I Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 1. Evidence of Compliance: Acceptable types of evidence are: a. Current Green Label Plus Certification. b. Report of laboratory testing performed in accordance with requirements. H. Composite Wood and Agrifiber Products and Adhesives Used for Laminating Them: Provide products having no added urea -formaldehyde resins. 1. Evidence of Compliance: Acceptable types of evidence are: a. Current SCS "No Added Urea Formaldehyde" certification; www.scscertified.com. b. Published product data showing compliance with requirements. 1. Hard surface Flooring Systems including: Vinyl, linoleum, laminate flooring, wood flooring, ceramic flooring, rubber flooring and wall base. 1. Provide systems certified as compliant with the FloorScore standard by an independent third party. 2. Floor finishes such as sealer, stain, and finish must meet the standards of SCAQMD Rule 1113, Architectural Coatings, rules in effect January 1, 2004. 3. Tile setting adhesives and grout must meet SCAQMD Rule 1168 July 1, 2005. J. Ceiling and Wall Systems 1. Systems include all gypsum board, insulation, acoustical ceiling systems and wall coverings installed in the building interior 2. Provide products that meet the testing and product requirements of CAL (VOC) - Standard Practice for the Testing of Volatile Organic Emissions From Various Sources Using Small -Scale Environmental Chambers (including Addendum 2004-01); State of California Department of Health Services; 2004. PART 3 EXECUTION 3.01 FIELD QUALITY CONTROL A. City of Iowa City reserves the right to reject non-compliant products, whether installed or not, and require their removal and replacement with compliant products at no extra cost to City of Iowa City. B. Additional costs to restore indoor air quality due to installation of non-compliant products will be borne by Contractor. END OF SECTION ,as O � C o -M -0 M _r J� N V Bidding Documents VOLATILE ORGANIC COMPOUND (VOC) CONTENT RESTRICTIONS 06/16/17 016116-3 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA VOLATILE ORGANIC COMPOUND (VOC) CONTENT RESTRICTIONS Bidding Documents 016116-4 06/16/17 rn N c- Wo W r � U h_ - N L —moi F a U= 0 N VOLATILE ORGANIC COMPOUND (VOC) CONTENT RESTRICTIONS Bidding Documents 016116-4 06/16/17 c -r c- t - VOLATILE ORGANIC COMPOUND (VOC) CONTENT RESTRICTIONS Bidding Documents 016116-4 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA PART1 GENERAL Neumann Monson Architects 16.121 SECTION 017300 - EXECUTION REQUIREMENTS 1.01 SECTION INCLUDES A. Examination, preparation, and general installation procedures. B. Cutting and patching. C. Cleaning and protection. D. Starting of systems and equipment. 1.02 DEFINITIONS A. Cutting: Removal of existing construction necessary to permit installation or performance of other Work. B. Patching: Fitting and repair work required to restore surfaces to original conditions after installation of other Work. 1.03 RELATED SECTIONS A. Section 014000 - Quality Requirements: Testing and inspection procedures. B. Section 01 5000 - Temporary Facilities and Controls: Temporary exterior enclosures temporary interior partitions. C. Section 01 7419 - Construction Waste Management and Disposal: Additional procedures for trash/waste removal, recycling, salvage, and reuse. D. Section 01 7700 - Closeout Procedures: Closeout procedures related to achieving Substantial Completion and Final Completion of the Work. E. Section 01 7823 - Operation and Maintenance Data: Preparing operation and maintenance manuals and obtaining warranties and bonds. F. Section 01 7900 - Demonstration and Training: Training Owner personnel in operation and maintenance of equipment and systems. G. Section 02 4100 - Selective Demolition: Selective demolition of existing building and site elements. H. Individual Product Specification Sections: Advance notification to other Sections of openings required in work of those Sections. 1.04 SUBMITTALS A. See Section 01 3300 - Construction Submittals for submittal procedures. B. Cutting and Patching: Submit written request in advance of cutting or alteration which affects: 1. Structural integrity of any element of Project. 2. Integrity of weather exposed or moisture -resistant element. 3. Efficiency, maintenance, or safety of any operational element. 4. Visual qualities of sight exposed elements. C. Project Record Documents: Accurately record actual locations of capped and active utAies. 1.05 PROJECT CONDITIONS A. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and-�Iav4 accumulation of dust, fumes, vapors, or gases. c_�-< N -»-. B. Provide temporary facilities/systems for conditioning interior spaces as requirel7pwo i progress and the following: _nt —a M 1. Curing of Concrete Slabs: Refer to Division 03 Sections for additional r me,, a. Refer to Division 03 Sections 03 3000 and 03 3931 for additional rejIviremeM. b. Concrete slabs shall be properly cured and at least 45 days old before begtfr ing aggressive drying. c. Provide temporary climate control necessary to remove excess moisture and reduce emmission rate to levels acceptable to finish flooring manufacturers. Bidding Documents 06/20/17 EXECUTION REQUIREMENTS 01 7300-1 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA d. During slab drying, maintain relative humidity below 40 percent with a humidity ratio below 30 grains per Ib of air. e. Allow for moisture testing of the slab to be performed at least 60 days prior to installation of floor coverings to permit sufficient drying time should excessive moisture levels exist. 2. Temporary climate control necessary to maintain satisfactory conditions recommended by products manufacturers for proper installation, application and curing of specified products. C. Dust Control: Execute work by methods to minimize raising dust from construction operations. Provide positive means to prevent air -borne dust from dispersing into atmosphere. D. Pollution Control: Provide methods, means, and facilities to prevent contamination of soil, water, and atmosphere from discharge of noxious, toxic substances, and pollutants produced by construction operations. 1.06 COORDINATION A. See Section 01 1000 - Summary for occupancy -related requirements. B. Coordinate scheduling, submittals, and work of the various Specification Sections of the Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements. C. Notify affected utility companies and comply with their requirements. D. Verify that utility requirements and characteristics of new operating equipment are compatible with building utilities. Coordinate work of various Specification Sections having interdependent .,responsibilities for installing, connecting to, and placing in service, such equipment. E.UCoorcl6ate space requirements, supports, and installation of mechanical and electrical Work o NwhkA--e indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and co��as closely as practicable; place runs parallel with lines of building. Utilize spaces LI J n effi��ty to maximize accessibility for other installations, for maintenance, and for repairs. �) F. 9n f d areas except as otherwise indicated, conceal pipes, ducts, and wiring within the --onstrldgtion. Coordinate locations of fixtures and outlets with finish elements. G. �Coc ra to completion and clean-up of work of separate Specification Sections. r H. ;gNfter City of Iowa City occupancy of premises, coordinate access to site for correction of "efective work and work not in accordance with Contract Documents, to minimize disruption of City of Iowa City's activities. PART 2 PRODUCTS 2.01 PATCHING MATERIALS A. New Materials: As specified in Specification Sections; match existing products and work for patching and extending work. B. Type and Quality of Existing Products: Determine by inspecting and testing products where necessary, referring to existing work as a standard. C, For exposed surfaces, use materials that visually match existing adjacent surfaces to the fullest extent possible. •1. If identical materials are unavailable or cannot be used, use materials that, when installed, will match the visual and functional performance of existing materials. D. Post -Bid Substitutions: For any proposed change in materials, submit request for post -bid substitutions as described in Section 01 6000 - Product Requirements. PART 3 `EXECUTION 3.01 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent Work. Start of Work means acceptance of existing conditions. B. Verify that existing substrate is capable of structural support or attachment of new Work being applied or attached. EXECUTION REQUIREMENTS Bidding Documents 01 7300-2 06/16/17 i E Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Neumann Monson Architects 16.121 C. Examine and verify specific conditions described in individual Specification Sections. D. Take field measurements before confirming product orders or beginning fabrication, to minimize waste due to over -ordering or misfabrication. E. Verify that utility services are available, of the correct characteristics, and in the correct locations. F. Prior to Cutting: Examine existing conditions prior to commencing Work, including elements subject to damage or movement during cutting and patching. After uncovering existing work, assess conditions affecting performance of Work. Beginning of cutting or patching means acceptance of existing conditions. 3.02 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 3.03 GENERAL INSTALLATION REQUIREMENTS A. Install products as specified in individual Specification Sections, in accordance with manufacturer's instructions and recommendations, and so as to avoid waste due to necessity for replacement. B. Make vertical elements plumb and horizontal elements level, unless otherwise indicated. C. Install equipment and fittings plumb and level, neatly aligned with adjacent vertical and horizontal lines, unless otherwise indicated. D. Make consistent texture on surfaces, with seamless transitions, unless otherwise indicated. E. Make neat transitions between different surfaces, maintaining texture and appearance. 3.04 CUTTING AND PATCHING A. Execute cutting and patching to complete the Work, to uncover Work in order to install improperly sequenced Work, to remove and replace defective or non -conforming Work, to remove samples of installed Work for testing when requested, to provide openings in the Work for penetration of mechanical and electrical Work, to execute patching to complement adjacent Work, and to fit products together to integrate with other Work. B. Execute Work by methods to avoid damage to other Work, and which will provide appropriate surfaces to receive patching and finishing. C. Employ skilled and experienced installer to perform cutting for weather exposed and moisture resistant elements, and sight exposed surfaces. D. Cut rigid materials using masonry saw or core drill. Sawcut existing concrete, terrazzo, and masonry for clean straight lines. Pneumatic tools not allowed without prior approval. E. Restore Work with new products in accordance with requirements of Contract Documents. F. Fit Work air tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. G. At penetrations of fire rated walls, partitions, ceiling, or floor construction, completely seal voids with fire rated material in accordance with Section 07 6400 to full thickness of the penetrated element. Patch fire rated assemblies with materials to match existing and maintain assembly fire rating. v Refinish surfaces to match adjacent finish. For continuous surfaces, refinistrtcnearete intersection or natural break. For an assembly, refinish entire unit. o Make neat transitions. Patchwork to match adjacent work in texture and ap921'ncex 4m = rn m3 ca Bidding Documents 06/16/17 EXECUTION REQUSEMENTS 01 7300-3 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA J. Patch or replace surfaces that are damaged, lifted, discolored, or showing other imperfections due to patching Work. Repair substrate prior to patching finish. Finish patches to produce uniform finish and texture over entire area. When finish cannot be matched, refinish entire surface to nearest intersections. K. Floors and Walls: Where walls or partitions that are removed extend one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform finish, color, texture, and appearance. Remove existing floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. 1. Where patching occurs in a painted surface, apply primer and intermediate paint coats over the patch and apply final paint coat over entire unbroken surface containing the patch. Provide additional coats until patch blends with adjacent surfaces. L. Ceilings: Patch, repair, or rehang existing ceilings as necessary to provide an even -plane surface of uniform appearance. M. Exterior Building Enclosure: Patch components in a manner that restores enclosure, including roof, to a weathertight condition. 3.05 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space. C. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. D. Collect and remove waste materials, debris, and trash/rubbish from site periodically and dispose "ff-sit% do not burn or bury. 3.46 PROT�x�gN OF INSTALLED WORK W A. �Protec installed Work from damage by construction operations. B. Prov f"pecial protection where specified in individual Specification Sections. JC. hOro�d mporary and removable protection for installed products. Control activity in Snn48 Work area to prevent damage. D. rProvidQ�rotective coverings at walls, projections, jambs, sills, and soffits of openings. E. Mrotect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. F. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. G. Remove protective coverings when no longer needed; reuse or recycle plastic coverings if possible. 3.07 STARTING SYSTEMS A. Coordinate schedule for start-up of various equipment and systems. B. Notify Architect and owner seven days prior to start-up of each item. C. Verify that each piece of equipment or system has been checked for proper lubrication, drive r rotation, belt tension, control sequence, and for conditions which may cause damage. D. Verify tests, meter readings, and specified electrical characteristics agree with those required by :the equipment or system manufacturer. E. Verify that wiring and support components for equipment are complete and tested. F. 'Execute start-up under supervision of applicable Contractor personnel and manufacturer's ,representative in accordance with manufacturers' instructions. EXECUTION REQUIREMENTS Bidding Documents 017300-4 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Neumann Monson Architects 16.121 G. When specified in individual Specification Sections, require manufacturer to provide authorized representative to be present at site to inspect, check, and approve equipment or system installation prior to start-up, and to supervise placing equipment or system in operation. H. Submit a written report that equipment or system has been properly installed and is functioning correctly. 3.08 DEMONSTRATION AND INSTRUCTION A. See Section 01 7900 - Demonstration and Training. 3.09 ADJUSTING A. Adjust operating products and equipment to ensure smooth and unhindered operation. B. Testing, Adjusting, and Balancing HVAC Systems: See Section 23 0593. 3.10 FINAL CLEANING A. Execute final cleaning prior to final project assessment. 1. Clean areas to be occupied by City of Iowa City prior to final completion before City of Iowa City occupancy. B. Use cleaning materials that are nonhazardous. C. Clean interior and exterior glass, surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces. D. Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the surface and material being cleaned. E. Clean filters of operating equipment. F. Clean debris from roofs, gutters, downspouts, and drainage systems. G. Clean site; sweep paved areas, rake clean landscaped surfaces. H. Remove waste, surplus materials, trash/rubbish, and construction facilities from the site; dispose of in legal manner; do not burn or bury. 3.11 CLOSEOUT PROCEDURES A. Refer to Section 01 7700 - Closeout Procedures. B. Make submittals that are required by governing or other authorities. 1. Provide copies to Architect, Construction Manager, and City of Iowa City. C. Notify Architect and Construction Manager when Work is considered ready for Substantial Completion. D. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Architect's and Construction Manager's review. E. City of Iowa City will occupy all of the building as specified in Section 01 1000 - Summary. F. Correct items of Work listed in executed Certificates of Substantial Completion and comply with requirements for access to City of Iowa City -occupied areas. G. Notify Architect and Construction Manager when Work is considered finally complete. H. Complete items of Work determined by Architect's and Construction Manager's final iryection. 3.12 MAINTENANCE SERVICE C) Z A. Furnish service and maintenance of components indicated in Specification Ss f4` ne year from date of Substantial Completion. c�-< r" + B. Examine system components at a frequency consistent with reliable operatioj ,ueaN" adjusk, and lubricate as required. _m "0 M C. Include systematic examination, adjustment, and lubrication of components.�Mair� rept parts whenever required. Use parts produced by the manufacturer of the or4hal cowonent. ca Bidding Documents EXECUTION REQUIREMENTS 06/16/17 017300-5 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA D. Maintenance service shall not be assigned or transferred to any agent or Subcontractor without prior written consent of the City of Iowa City. END OF SECTION r EXECUTION REQUIREMENTS Bidding Documents 01 7300-6 06/16/17 Ca Ur) i� N ac °= M2 — J�— Cn N } U r O'. 0 N r EXECUTION REQUIREMENTS Bidding Documents 01 7300-6 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Neumann Monson Architects 16.121 SECTION 017419 - CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL PART1 GENERAL 1.01 WASTE MANAGEMENT REQUIREMENTS A. City of Iowa City requires that this project generate the least amount of trash and waste possible. B. Employ processes that ensure the generation of as little waste as possible due to error, poor planning, breakage, mishandling, contamination, or other factors. C. Minimize trash/waste disposal in landfills; reuse, salvage, or recycle as much waste as economically feasible. D. Required Recycling, Salvage, and Reuse: The following may not be disposed of in landfills or by incineration: 1. Aluminum and plastic beverage containers. 2. Corrugated cardboard. 3. Wood pallets. 4. Clean dimensional wood: May be used as blocking or furring. 5. Concrete masonry units: May be used on project if whole, or crushed and used as sub -base material or fill. 6. Metals, including packaging banding, metal studs, sheet metal, structural steel, piping, reinforcing bars, door frames, and other items made of steel, iron, galvanized steel, stainless steel, aluminum, copper, zinc, lead, brass, and bronze. 7. Glass. 8. Gypsum drywall and plaster. 9. Carpet tile and remnants, both new and removed: DuPont (http://flooring.dupont.com) and Interface (www.interfaceinc.com) conduct reclamation programs. 10. Acoustical ceiling tile and panels. E. The Owner's goal for this project is diversion of 75 percent, by weight, of potential landfill trash/waste by recycling and/or salvage. Revenue or savings shall accrue to Contractor. F. Contractor shall submit periodic Waste Disposal Reports; all landfill disposal, recycling, salvage, and reuse must be reported regardless of to whom the cost or savings accrues; use the same units of measure on all reports. G. Contractor shall develop and follow a Waste Management Plan designed to implement these requirements. H. Methods of trash/waste disposal that are not acceptable are: 1. Burning on the project site. 2. Burying on the project site. 3. Dumping or burying on other property, public or private. 4. Other illegal dumping or burying. I. Regulatory Requirements: Contractor is responsible for knowing and complying with regulatory requirements, including but not limited to Federal, state and local requirements, pertaining to legal disposal of all construction and demolition waste materials. 1.02 RELATED REQUIREMENTS A. Section 01 3000 - Administrative Requirements: Additional requirements for project meetings, reports, submittal procedures, and project documentation. B. Section 01 6000 - Product Requirements: Waste prevention requirements* relajgd to deVery, storage, and handling. o 1.03 DEFINITIONS A. Clean: Untreated and unpainted; not contaminated with oils, solvents, caulk, lit B. Construction and Demolition Waste: Solid wastes typically including building oiaLetials r packaging, trash, debris, and rubble resulting from construction, remodeling, p5W anV m demolition operations. ZE�G N Bidding Documents CONSTRUCTION WASTE MANAGEMENT AND 'DISPOSAL 06/20/17 01 7419-1 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA C. Hazardous: Exhibiting the characteristics of hazardous substances, i.e., ignitibility, corrosivity, toxicity or reactivity. D. Nonhazardous: Exhibiting none of the characteristics of hazardous substances, i.e., ignitibility, corrosivity, toxicity, or reactivity. E. Nontoxic: Neither immediately poisonous to humans nor poisonous after a long period of exposure. F. Recyclable: The ability of a product or material to be recovered at the end of its life cycle and remanufactured into a new product for reuse by others. G. Recycle: To remove a waste material from the project site to another site for remanufacture into a new product for reuse by others. H. Recycling: The process of sorting, cleansing, treating and reconstituting solid waste and other discarded materials for the purpose of using the altered form. Recycling does not include burning, incinerating, or thermally destroying waste. I. Return: To give back reusable items or unused products to vendors for credit. J. Reuse: To reuse a construction waste material in some manner on the project site. K. Salvage: To remove a waste material from the project site to another site for resale or reuse by others. L. Source Separation: The act of keeping different types of waste materials separate beginning from the first time they become waste. M. Toxic: Poisonous to humans either immediately or after a long period of exposure. N. Trash: Any product or material unable to be reused, returned, recycled, or salvaged. Oen Waste*.. Extra material or material that has reached the end of its useful life in its intended use. N Wggtoncludes salvageable, returnable, recyclable, and reusable material. q4 S&BIVI S W A. oSee tion 01 3000 -Administrative Requirements, for submittal procedures. B. �SuolN aste Management Plan within 10 calendar days after receipt of Notice of Award of Bid, �r p�Eto any trash or waste removal, whichever occurs sooner; submit projection of all trash { 1.,. And wa;ate that will require disposal and alternatives to landfilling. C. Taste Management Plan: Include the following information: cT Analysis of the trash and waste projected to be generated during the entire project construction cycle, including types and quantities. 2. Landfill Options: The name, address, and telephone number of the landfill(s) where trash/waste will be disposed of, the applicable landfill tipping fee(s), and the projected cost of disposing of all project trash/waste in the landfill(s). 3. Landfill Alternatives: List all waste materials that will be diverted from landfills by reuse, salvage, or recycling. a. List each material proposed to be salvaged, reused, or recycled. b. List the local market for each material. c. State the estimated net cost, versus landfill disposal. 4. Meetings: Describe regular meetings to be held to address waste prevention, reduction, recycling, salvage, reuse, and disposal. 5. Materials Handling Procedures: Describe the means by which materials to be diverted from landfills will be protected from contamination and prepared for acceptance by designated facilities; include separation procedures for recyclables, storage, and packaging. 6. Transportation: Identify the destination and means of transportation of materials to be recycled; i.e. whether materials will be site -separated and self -hauled to designated centers, or whether mixed materials will be collected by a waste hauler. D. ` Waste Disposal Reports: Submit at specified intervals, with details of quantities of trash and waste, means of disposal or reuse, and costs; show both totals to date and since last report. CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL Bidding Documents 017419-2 06/16/17 I Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Neumann Monson Architects 16.121 1. Submit updated Report with each Application for Progress Payment; failure to submit Report will delay payment. 2. Submit Report on a form acceptable to City of Iowa City. 3. Landfill Disposal: Include the following information: a. Identification of material. b. Amount, in tons or cubic yards, of trash/waste material from the project disposed of in landfills. c. State the identity of landfills, total amount of tipping fees paid to landfill, and total disposal cost. d. Include manifests, weight tickets, receipts, and invoices as evidence of quantity and cost. 4. Incinerator Disposal: Include the following information: a. Identification of material. b. Amount, in tons or cubic yards, of trash/waste material from the project delivered to incinerators. c. State the identity of incinerators, total amount of fees paid to incinerator, and total disposal cost. d. Include manifests, weight tickets, receipts, and invoices as evidence of quantity and cost. 5. Recycled and Salvaged Materials: Include the following information for each: a. Identification of material, including those retrieved by installer for use on other projects. b. Amount, in tons or cubic yards, date removed from the project site, and receiving party. c. Transportation cost, amount paid or received for the material, and the net total cost or savings of salvage or recycling each material. d. Include manifests, weight tickets, receipts, and invoices as evidence of quantity and cost. e. Certification by receiving party that materials will not be disposed of in landfills or by incineration. 6. Material Reused on Project: Include the following information for each: a. Identification of material and how it was used in the project. b. Amount, in tons or cubic yards. c. Include weight tickets as evidence of quantity. 7. Other Disposal Methods: Include information similar to that described above, as appropriate to disposal method. E. Recycling Incentive Programs: 1. Where revenue accrues to Contractor, submit copies of documentation required to qualify for incentive. PART 2 PRODUCTS 2.01 PRODUCT SUBSTITUTIONS A. See Section 01 6000 - Product Requirements for substitution submission procedures. B. For each proposed product substitution, submit the following information in addition to requirements specified in Section 016000: 1. Relative amount of waste produced, compared to specified product. 2. Cost savings on waste disposal, compared to specified product, to be de ttsted fry the Contract Sum. n 3. Proposed disposal method for waste product. 4. Markets for recycled waste product. `P Bidding Documents 06/16/17 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419-3 Neumann Monson Architects 16.121 PART 3 EXECUTION 3.01 WASTE MANAGEMENT PROCEDURES Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA A. See Section 01 3000 for additional requirements for project meetings, reports, submittal procedures, and project documentation. B. See Section 01 6000 for waste prevention requirements related to delivery, storage, and handling. C. See Section 01 7300 for trash/waste prevention procedures related to demolition, cutting and patching, installation, protection, and cleaning. 3.02 WASTE MANAGEMENT PLAN IMPLEMENTATION A. Manager: Designate an on-site person or persons responsible for instructing workers and overseeing and documenting results of the Waste Management Plan. B. Communication: Distribute copies of the Waste Management Plan to job site foreman, each subcontractor, City of Iowa City, and Architect. C. Instruction: Provide on-site instruction of appropriate separation, handling, and recycling, salvage, reuse, and return methods to be used by all parties at the appropriate stages of the project. D. Meetings: Discuss trash/waste management goals and issues at project meetings G. Recycling: Separate, store, protect, and handle at the site identified recyclable waste products in order to prevent contamination of materials and to maximize recyclability of identified materials. Arrange for timely pickups from the site or deliveries to recycling facility in order to prevent contamination of recyclable materials. H. Reuse of Materials On -Site: Set aside, sort, and protect separated products in preparation for reuse. I. Salvage: Set aside, sort, and protect products to be salvaged for reuse off-site. END OF SECTION CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL Bidding Documents 01 7419-4 06/16/17 1. Pre-bid meeting. 2. Pre -construction meeting. 093. egularjob-site meetings. © E.NFaQi W: Provide specific facilities for separation and storage of materials for recycling, Asa reuse, return, and trash disposal, for use by all contractors and installers. W d1. a minimum, provide: JcA N - Separate area for storage of materials to be reused on-site, such as wood cut-offs for �v blocking. t3)< Separate dumpsters for each category of recyclable. Recycling bins at worker lunch area. Provide containers as required. �6. Provide temporary enclosures around piles of separated materials to be recycled or salvaged. 4. Locate enclosures out of the way of construction traffic. 5. Provide adequate space for pick-up and delivery and convenience to subcontractors. 6. If an enclosed area is not provided, clearly lay out and label a specific area on-site. 7. Keep recycling and trash/waste bin areas neat and clean and clearly marked in order to avoid contamination of materials. F. Hazardous Wastes: Separate, store, and dispose of hazardous wastes according to applicable regulations. G. Recycling: Separate, store, protect, and handle at the site identified recyclable waste products in order to prevent contamination of materials and to maximize recyclability of identified materials. Arrange for timely pickups from the site or deliveries to recycling facility in order to prevent contamination of recyclable materials. H. Reuse of Materials On -Site: Set aside, sort, and protect separated products in preparation for reuse. I. Salvage: Set aside, sort, and protect products to be salvaged for reuse off-site. END OF SECTION CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL Bidding Documents 01 7419-4 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 SECTION 01 7700 - CLOSEOUT PROCEDURES PART1 GENERAL 1.01 SECTION INCLUDES A. Contract closeout procedures related to: 1. Substantial Completion of the Work and 2. Final inspection and Owner's acceptance of the Work. B. Closeout submittals including: 1. Substantial Completion documents. 2. Final Completion documents: a. Final Application for Payment with supporting documents. b. Project Record Documents. c. Warranties and Bonds. 1.02 RELATED SECTIONS A. Section 01 3000 -Administrative Requirements: Submittal procedures for shop drawings, product data, and samples. B. Section 01 7823 - Operation and Maintenance Data: Preparation of O&M Manuals. C. Section 017900 - Demonstration and Training: Operation and maintenance instruction of Owner's personnel. D. Individual Specification Sections: Specific requirements for operation and maintenance data. E. Individual Specification Sections: Warranties required for specific products or Work. 1.03 SUBMITTALS A. Contractor's Declaration of Substantial Completion: Submit three copies of required forms and related documentation certifying that status of Work is consistent with "Substantial Completion". B. Operation and Maintenance Manuals: Provide three sets of revised documents in final form for use by Owner's personnel. Refer to Section 01 7823 for additional requirements. C. Material and Product Warranties: Submit fully executed manufacturers' warranties within ten days following Date of Substantial Completion except as follows: 1. For equipment and component parts of equipment put into service during construction with Owner's permission, submit documents within ten days after acceptance; list date of acceptance as the beginning of the warranty period . 2. For items of Work for which acceptance is delayed beyond date of Substantial Completion, submit within ten days after acceptance; list date of acceptance as the beginning of the warranty period. D. Contractor's Statement of Final Completion: Submit two copies of required forms certifying that Work has been fully completed; make submittal within 45 days after Date of Substantial Completion. E. Claim for Final Payment: Submit three copies of required final Application for Payment forms togetherwith supporting documents. F. Evidence of Payments and Release of Liens: Submit two copies of required forms with claim for Final Payment. G. Project Record Documents: Submit required Record Documents with claim for Final Payment. H. Warranty: Submit manufacturer warranty and ensure that forms have been completeiUn City of Iowa City's name and registered with manufacturer. – CM � v 1.04 COORDINATION h A. Coordinate scheduling, submittals, and inspection of the work of the various 1> o f the- � Project Manual to ensure efficient and orderly closeout procedure, with prowRW`lpforo r accommodating items installed later. < -rri _0 rn S:* Z tV r Bidding Documents CLOSEOUT PROCEDURES 06/20/17 01 7700-1 Neumann Monson Architects 16.121 1.05 PRE -SUBSTANTIAL COMPLETION MEETING Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA A. Convene 30 days before submitting Declaration of Substantial Completion for purpose of reviewing required closeout procedures with representatives of Owner and Architect. 1.06 PROJECT CONDITIONS A. Coordinate completion and ensure clean-up of work of separate sections of the Project Manual. B. The Owner intends to occupy the entire project area at Date of Substantial Completion. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 PREPARATION FOR SUBSTANTIAL COMPLETION A. Operation and Maintenance Manuals: 1. Comply with additional requirements in Section 01 7823. 2. Include operating instructions and maintenance data prepared by personnel experienced in maintenance and operation of described equipment and systems. 3. Use Operating and Maintenance Manuals as reference for instruction of Owner's personnel. B. Demonstration and Training: 1. Comply with additional requirements in Section 01 7900. 2. Prior to Substantial Completion, perform demonstration and train Owner's personnel in proper operation and maintenance of equipment and systems designated in individual W sections of the Project Manual. C.,Krr"t nary Inspection for Substantial Completion: =1. FcSchedule and conduct preliminary inspection of the Work accompanied by Owner's Project W o_ twesentative. c -a_ Determine and identify items to be listed for correction and completion (punchlist) on N y -v Contractor's Declaration of Substantial Completion. t-.S/ofy that surface finish materials are properly installed in accordance with manufacturer's LL_ --)mmendations and exposed surfaces are clean and free from damage. o. Verify final adjustment of operating items, equipment and system components to ensure cam. smooth and unhindered operation. 4. Verify specific operating and performance requirements described in individual specification sections. a. Secure certification by TAB contractor that testing, adjusting and balancing work has been completed, and respective systems are performing in accordance with specified design requirements. b. Replace filters of operating equipment. 5. Verify that utility services are properly connected and of the correct characteristics. 6. Verify inspection and acceptance of the respective portions of the Work by Authorities Having Jurisdiction (AHJ). 3.02 SUBSTANTIAL COMPLETION DOCUMENTS A. Contractor's Declaration of Substantial Completion: 1. Provide the necessary assurance that the progress of the Work is consistent with Substantial Completion as defined by the Contract Documents. 2. Prepare certificate included in Section 00 6513 and submit to Architect and Construction Manager. 3. Upon receipt of the required forms the Architect will schedule and conduct a Substantial Completion Inspection. B. Certificate of Substantial Completion: Upon verification of Contractor's Punchlist, and subsequent determination by Architect that status of Work is suitable for occupancy by the Owner, the Architect will prepare Certificate of Substantial Completion (AIA Doc G704). CLOSEOUT PROCEDURES Bidding Documents 01 7700-2 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Neumann Monson Architects 16.121 C. Upon issuance of Certificate of Substantial Completion, Contractor may request payment of the contract retainage of five percent (5%) of the value of completed Work. This request shall be accompanied by a sworn statement from the Contractor that ten calendar days prior to date of the request, known subcontractors, sub -subcontractors and suppliers received notice of the Contractor's intent. The Contractor shall release retained funds to subcontractors in the same manner as retained funds are released to the Contractor by the Owner. 1. Payment will be withheld on the value of work not yet performed as of date of Substantial Completion. The retained amount shall be equal to two hundred percent (200%) of the actual value of labor and materials yet to be provided as determined by the Architect. 2. Additional funds will be withheld equal to two hundred percent (200%) of the value of Chapter 573 claims currently on file. D. Complete and correct respective items of work listed and attached to the Certificate of Substantial Completion within 30 days following Date of Substantial Completion. 3.03 FINAL CLOSEOUT DOCUMENTS A. Contractor's Statement of Final Completion: Certify that the Work is complete and has been inspected and found to be in compliance with the Contract Documents. Prepare certificate included in Section 00 6515 and submit to Architect and Construction Manager. B. Claim for Final Payment: 1. Prepare application for payment on approved forms. 2. Amount of final payment shall be the unpaid balance of the contract sum. 3. Final payment shall be made 31 calendar days following date of Owner's written acceptance of the completed Work. C. Evidence of Payments and Release of Liens: Prepare the following: 1. "Contractors Affidavit of Payment of Debts and Claims" (AIA Doc G706). 2. "Contractor's Affidavit of Release of Liens" (AIA Doc G706A). a. Include separate waivers of lien from subcontractors, suppliers, and others w4h lien rights against property of the Owner. 3. Obtain "Consent of Surety to Final Payment" (AIA Doc G707). D. Project Record Documents: 1. Submit one set of the following Record Documents; record actual revisions to the Work: a. Drawings b. Specifications c. Addenda d. Change Orders and other modifications to the Contract. e. Reviewed shop drawings, product data, and samples. 2. Ensure entries are complete and accurate, enabling future reference by the Owner. 3. Specifications: Legibly mark and record at each product section description of actual products installed, including the following: a. Manufacturer's name and product model and number. b. Product substitutions or alternates utilized. c. Changes made by Addenda and modifications. 4. Record Drawings and Shop Drawings: Legibly mark each item to record actual construction including: a. Measured horizontal and vertical locations of underground utilities and c appurtenances, referenced to permanent surface improvements. ZZ b. Measured locations of internal utilities and appurtenances concealefx--, Oon,�wctiomn referenced to visible and accessible features of the Work. '--r ;a-_ I c. Field changes of dimension and detail. �� N d. Details not on original Contract Drawings. <n r _M -° M E5;;0 -c Bidding Documents CLOSEOUT PROCEDURES 06/16/17 01 7700-3 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA E. Material and Product Warranties: 1. Obtain required warranties executed in duplicate by responsible subcontractors, suppliers and manufacturers, within ten days after completion of the applicable item of work. Except for items put into use with Owner's permission, leave date of beginning of time of warranty until Date of Substantial Completion is determined. 2. Verify that documents are in proper form, contain full information, and are notarized. 3. Co -execute warranty documents when required. 4. Retain warranties until time specified for submittal. 5. Include photocopies of each in operation and maintenance manuals, indicate on Table of Contents. 3.04 FINAL INSPECTION OF THE WORK A. Following submittal of required closeout documents, the Architect and Construction Manager will conduct a Final Inspection of the Work. B. Accompany Owner's Project Representative, Architect, and Construction Manager on final inspection of the Work. C. Complete items of Work determined and identified during final inspection. 3.05 OV4MER'S FINAL ACCEPTANCE OF THE WORK A. V)pon satisfactory completion of the Work, the Architect will recommend acceptance of the c6bmpdeied Work by the Owner and final payment to the Contractor. W B. c,be r will notify the Contractor in writing of the effective date of their acceptance of the J csom Work. END OF SECTION 0 N CLOSEOUT PROCEDURES Bidding Documents 01 7700-4 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA PART1 GENERAL Neumann Monson Architects 16.121 SECTION 017823 - OPERATION AND MAINTENANCE DATA 1.01 SECTION INCLUDES A. Operation and Maintenance Data. B. Warranties and bonds. 1.02 RELATED SECTIONS A. Document 00 7200 - General Conditions: Warranty, and correction of work. B. Section 01 3000 - Administrative Requirements: Submittals procedures, shop drawings, product data, and samples. C. Section 017700 - Closeout Procedures: Contract closeout procedures. D. Section 01 7900 - Demonstration and Training: Operation and maintenance instruction of Owner's personnel. E. Individual Product Sections: Specific requirements for operation and maintenance data. F. Individual Product Sections: Warranties required for specific products or Work. 1.03 PRE -SUBMITTAL MEETING A. Convene 15 days before starting work on Operation and Maintenance Manuals for the purpose of reviewing Architect's comments on preliminary draft. 1.04 SUBMITTALS A. Operation and Maintenance Data: 1. Preliminary Draft: Prepare two copies within 30 days after start of Work. Indicate proposed formats and outlines of contents. Architect will review draft and return one copy with comments. 2. For equipment, or component parts of equipment put into service during construction and operated by City of Iowa City, submit completed documents within ten days after acceptance. 3. Submit 2 copies of completed documents upon 50 percent completion of construction operations. One copy will be returned within 15 days, with Architect review comments. Revise content of all document sets required for final submission. 4. Submit three sets of revised final documents in final form at least 45 days prior to estimated date of "Substantial Completion" for use by Owner's personnel during demonstration and training activities specified in Section 01 7900. B. Product and Material Warranties: Obtain required manufacturer's warranties; assemble original documents in separate three-ring binder to be submitted within ten days after Date of Substantial Completion, prior to final Application for Payment. 1. Ensure that manufacturer's warranties have been completed in OWNER's name and registered with respective manufacturer. 2. Include photocopies of each in operation and maintenance manuals, indexed separately on Table of Contents. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION a 3.01 PREPARATION OF OPERATION AND MAINTENANCE (O&M) MANUALS A. Prepare instructions and data by personnel experienced in maintenance andtioah5f described products. C-3 C N B. Prepare data in the form of an instructional manual. �-a �c--o -) C. Binders: Commercial quality, 0-1/2 x 11 inch three D side ring binders with dQ[,i3lbte p ticrn covers; 2 inch maximum ring size. When multiple binders are used, correlate inNrelatf" consistent groupings., c.n Bidding Documents OPERATION AND MAINTENANCE DATA 06/20/17 017823-1 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA D. Cover: Identify each binder with typed or printed title OPERATION AND MAINTENANCE INSTRUCTIONS; identify title of Project; identify subject matter of contents. E. Provide tabbed dividers for each separate product and system, with typed description of product and major component parts of equipment. F. Text: Manufacturer's printed data, or typewritten data on 24 pound paper. G. Drawings: Provide with reinforced punched binder tab. Bind in with text; fold larger drawings to size of text pages. H. Arrange content by specification section under section numbers and sequence of Table of Contents of this Project Manual. I. Contents: Prepare a Table of Contents for each volume, with each product or system description identified, in three parts as follows: 1. Part 1: Directory, listing names, addresses, and telephone numbers of Architect, Contractor, Subcontractors, and major equipment suppliers. 2. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone «� numbers of Subcontractors and suppliers. Identify the following: U) aWt Significant design criteria. u- List of equipment. N Parts list for each component. (J Ll- tjc�: Operating instructions. o c -)e_ Maintenance instructions for equipment and systems. N >-K.) Maintenance instructions for finishes, including recommended cleaning methods and F Q materials, and special precautions identifying detrimental agents. >3. L'F rt 3: Project documents and certificates, including the following: c a- Shop drawings and product data. b. Air and water balance reports. c. Certificates. d. Photocopies of warranties and bonds. J. Provide a listing in Table of Contents for design data, with tabbed dividers and space for insertion of data. K. Table of Contents: Provide title of Project; names, addresses, and telephone numbers of Architect, Consultants, and Contractor with name of responsible parties; schedule of products and systems, indexed to content of the volume. 3.02 OPERATION AND MAINTENANCE DATA A. For Each Product or System: List names, addresses and telephone numbers of Subcontractors and suppliers, including local source of supplies and replacement parts. B. Product Data: Mark each sheet to clearly identify specific products and component parts, and data applicable to installation. Delete inapplicable information. C. Drawings: Supplement product data to illustrate relations of component parts of equipment and systems, to show control and flow diagrams. Do not use Project Record Documents as maintenance drawings. D. Typed Text: As required to supplement product data. Provide logical sequence of instructions for each procedure, incorporating manufacturer's instructions. 3.03 CARE AND MAINTENANCE DATA FOR MATERIALS AND FINISHES A. ;For Each Product, Applied Material, and Finish: Product data, with catalog number, size, composition, and color and texture designations. B. Instructions for Care and Maintenance: Manufacturer's recommendations for cleaning agents and methods, precautions against detrimental cleaning agents and methods, and recommended schedule for cleaning and maintenance. C. Additional information as specified in individual product specification sections. OPERATION AND MAINTENANCE DATA Bidding Documents 01 7823-2 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 3.04 OPERATION AND MAINTENANCE DATA FOR EQUIPMENT AND SYSTEMS A. Provide a listing in Table of Contents for Design Data provided by the Architect, with tabbed fly sheet and space for insertion of data. B. For Each Item of Equipment and Each System: 1. Description of unit or system, and component parts. 2. Identify function, normal operating characteristics, and limiting conditions. 3. Include performance curves, with engineering data and tests. 4. Complete nomenclature and model number of replaceable parts. C. Panelboard Circuit Directories: Provide electrical service characteristics, controls, and communications; typed. D. Include color coded wiring diagrams as installed. E. Operating Procedures: Include start-up, break-in, and routine normal operating instructions and sequences. Include regulation, control, stopping, shut -down, and emergency instructions. Include summer, winter, and any special operating instructions. F. Maintenance Requirements: Include routine procedures and guide for preventative maintenance and trouble shooting; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and checking instructions. G. Provide servicing and lubrication schedule, and list of lubricants required. H. Include manufacturer's printed operation and maintenance instructions. 1. Include sequence of operation by controls manufacturer. J. Provide original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance. K. Provide control diagrams by controls manufacturer as installed. L. Provide charts of valve tag numbers, with location and function of each valve, keyed to flow and control diagrams. M. Provide list of original manufacturer's spare parts, current prices, and recommended quantities to be maintained in storage. N. Include test and balancing reports. O. Additional Requirements: As specified in individual product specification sections. 3.05 WARRANTIES A. Obtain warranties and bonds, executed in duplicate by responsible Subcontractors, suppliers, and manufacturers, within ten days after completion of the applicable item of work. Except for items put into use with City of Iowa City's permission, leave date of beginning of time of warranty until the Date of Substantial completion is determined. B. Verify that documents are in proper form, contain full information, and are notarized. C. Co -execute submittals when required. D. Retain warranties and bonds until time specified for submittal. 1. Include photocopies of each in operation and maintenance manuals, indexed sepwtely on Table of Contents. E. Manual of Warranties and Bonds: Bind original documents in commercial quag 1/tr 11 inch three D side ring binders with durable plastic covers. 1. Cover: Identify binder with typed or printed title WARRANTIES AND BO wpgtitley�''— Project; name, address and telephone number of Contractor and equipr`agrtsupplier; ajy� name of responsible company principal. 4 1 j 2. Table of Contents: Neatly typed, in the sequence of the Table of Conten thp:lroje© Manual, with each item identified with the number and title of the specification section in which specified, and the name of product or work item. cra Bidding Documents 06/16/17 OPERATION AND MAINTENANCE DATA Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Separate each warranty or bond with index tab sheets keyed to the Table of Contents listing. Provide full information, using separate typed sheets as necessary. List Subcontractor, supplier, and manufacturer, with name, address, and telephone number of responsible principal. END OF SECTION Cl `,� U1 to d N� CC -'C N V cU Q r N OPERATION AND MAINTENANCE DATA 01 7823-4 Bidding Documents Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA PART1 GENERAL 1.01 SUMMARY Neumann Monson Architects 16.121 SECTION 017900 - DEMONSTRATION AND TRAINING A. Demonstration of products and systems where indicated in specific specification sections. B. Training of City of Iowa City personnel in operation and maintenance is required for: 1. All software -operated systems. 2. HVAC systems and equipment. 3. Plumbing equipment. 4. Electrical systems and equipment. 5. Conveying systems. 6. Items specified in individual product Sections. C. Training of City of Iowa City personnel in care, cleaning, maintenance, and repair is required for: 1. Roofing, waterproofing, and other weather -exposed or moisture protection products. 2. Finishes, including flooring, wall finishes, ceiling finishes. 3. Fixtures and fittings. 4. Items specified in individual product Sections. 1.02 RELATED REQUIREMENTS A. Section 01 7823 - Operation and Maintenance Data: Preparation of O&M manuals. B. Other Specification Sections: Additional requirements for demonstration and training. 1.03 ADMINISTRATIVE REQUIREMENTS A. Coordinate work with preparation of operation and maintenance data specified in Section 01 7823. B. Scheduling: 1. Schedule work to ensure training sessions are completed prior to Request for Substantial Completion Inspection. 2. Do not start training until Functional Testing is complete. 1.04 SUBMITTALS A. Training Plan: City of Iowa City will designate personnel to be trained; tailor training to needs and skill -level of attendees. 1. Submit to Architect for transmittal to City of Iowa City. 2. Submit not less than four weeks prior to start of training. 3. Revise and resubmit until acceptable. 4. Provide an overall schedule showing all training sessions. 5. Include at least the following for each training session: a. Identification, date, time, and duration. b. Description of products and/or systems to be covered. ro c. Name of firm and person conducting training; include qualificationL. o d. Intended audience, such as job description. ca e. Objectives of training and suggested methods of ensuring adequa%%ni f. Methods to be used, such as classroom lecture, live demonstratioMl kan n, e?= g. Media to be used, such a slides, hand-outs, etc. -: �n o h. Training equipment required, such as projector, projection screen to prod by Contractor. oX B. Training Manuals: Provide training manual for each attendee; allow for minf4vm of Wo attendees per training session. -sr' 1. Include applicable portion of O&M manuals. `a 2. Include copies of all hand-outs, slides, overheads, video presentations, etc., that are not included in O&M manuals. 3. Provide one extra copy of each training manual to be included with operation and maintenance data. Bidding Documents DEMONSTRATION AND TRAINING 06/20/17 01 7900-1 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA C. Training Reports: 1. Identification of each training session, date, time, and duration. 2. Sign -in sheet showing names and job titles of attendees. 3. List of attendee questions and written answers given, including copies of and references to supporting documentation required for clarification; include answers to questions that could not be answered in original training session. 4. Include Owner's formal acceptance of training session. 1.05 QUALITY ASSURANCE A. Instructor Qualifications: Familiar with design, operation, maintenance and troubleshooting of the relevant products and systems. 1. Provide as instructors the most qualified trainer of those contractors and/or installers who actually supplied and installed the systems and equipment. 2. Where a single person is not familiar with all aspects, provide specialists with necessary qualifications. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 DEMONSTRATION -GENERAL ao J cs wrL-x r A. A U-DemonMrations conducted during system start-up do not qualify as demonstrations for the cy9urposs of this section, unless approved in advance by City of Iowa City. ,Dentprts_tration may be combined with City of Iowa City personnel training if applicable. C. One-&kM Equipment and Systems: Demonstrate operation in all modes, including start-up, ut~, seasonal changeover, emergency conditions, and troubleshooting, and maintenance !rctSIL4s, including scheduled and preventive maintenance. irm demonstrations not less than two weeks prior to Substantial Completion. Forequipment or systems requiring seasonal operation, perform demonstration for other N season within six months. D. Non -Operating Products: Demonstrate cleaning, scheduled and preventive maintenance, and repair procedures. 1. Perform demonstrations not less than two weeks prior to Substantial Completion. 3.02 TRAINING -GENERAL A. Conduct training on-site unless otherwise indicated. B. City of Iowa City will provide classroom and seating at no cost to Contractor. C. Provide training in minimum two hour segments. D. Training schedule will be subject to availability of City of Iowa City's personnel to be trained; re -schedule training sessions as required by City of Iowa City; once schedule has been approved by City of Iowa City failure to conduct sessions according to schedule will be cause for City of Iowa City to charge Contractor for personnel "show -up" time. E. Review of Facility Policy on Operation and Maintenance Data: During training discuss: 7. The location of the O&M manuals and procedures for use and preservation; backup copies. 2. Typical contents and organization of all manuals, including explanatory information, system narratives, and product specific information. 3. Typical uses of the O&M manuals. F. Product- and System -Specific Training: 1. Review the applicable O&M manuals. 2. For systems, provide an overview of system operation, design parameters and constraints, and operational strategies. 3. Review instructions for proper operation in all modes, including start-up, shut -down, seasonal changeover and emergency procedures, and for maintenance, including preventative maintenance. DEMONSTRATION AND TRAINING Bidding Documents 017900-2 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Neumann Monson Architects 16.121 4. Provide hands-on training on all operational modes possible and preventive maintenance. 5. Emphasize safe and proper operating requirements; discuss relevant health and safety issues and emergency procedures. 6. Discuss common troubleshooting problems and solutions. 7. Discuss any peculiarities of equipment installation or operation. 8. Discuss warranties and guarantees, including procedures necessary to avoid voiding coverage. 9. Review recommended tools and spare parts inventory suggestions of manufacturers. 10. Review spare parts and tools required to be furnished by Contractor. 11. Review spare parts suppliers and sources and procurement procedures. G. Be prepared to answer questions raised by training attendees; if unable to answer during training session, provide written response within three days. END OF SECTION Bidding Documents DEMONSTRATION AND TRAINING 06/16/17 01 7900-3 N C :;C N o r M 4A Bidding Documents DEMONSTRATION AND TRAINING 06/16/17 01 7900-3 Neumann Monson Architects Robert A. Lee Recreation Center Remodeling 2017 16.121 Iowa City, IA DEMONSTRATION AND TRAINING Bidding Documents 01 7900-4 06/16/17 me to �y {� N a� cr-G% Jr OF U 7 U� o DEMONSTRATION AND TRAINING Bidding Documents 01 7900-4 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 SECTION 02 4100 - SELECTIVE DEMOLITION PART1 GENERAL 1.01 SECTION INCLUDES A. Selective demolition of building elements for alteration purposes. 1.02 DEFINITIONS A. Remove: Detach items from existing construction and legally dispose of them off-site, unless indicated to be removed and salvaged or removed and reinstalled. B. Remove and Salvage: Detach items from existing construction and deliver them to Owner's designated storage area. C. Remove and Reinstall: Detach items from existing construction, prepare them for reuse, and reinstall them where indicated. D. Existing to Remain: Existing items of construction that are not to be removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled. 1.03 RELATED REQUIREMENTS A. Section 01 1000 - Summary: Limitations on Contractor's use of site and premises. B. Section 01 5000 - Temporary Facilities and Controls: Site fences, security, protective barriers, and waste removal. C. Section 01 7419 - Construction Waste Management and Disposal: Limitations on disposal of removed materials; requirements for recycling. 1.04 REFERENCE STANDARDS A. 29 CFR 1926 - U.S. Occupational Safety and Health Standards; current edition. B. NFPA 241 - Standard for Safeguarding Construction, Alteration, and Demolition Operations; 2013. C. Iowa DNR - Erosion and Sedimentation Control Regulations: Iowa Construction Site Erosion Control Manual. 1.05 PERMITS A. Contractor shall comply with all applicable local, state, and federal requirements regarding materials, methods of work, and disposal of excess and waste materials. B. Contractor shall obtain and pay for all required inspections, sampling, analytical costs, permits, and fees. Provide notices required by governmental authorities. 1.06 SUBMITTALS A. Selective Demolition Plan: Submit demolition plan as specified by OSHA and local authorities. 1. Indicate extent of demolition, removal sequence, bracing and shoring, and location and construction of barricades and fences. o 2. Identify demolition firm and submit qualifications. o Z <t C— B. Project Record Documents: Accurately record actual locations of capped a iv(gtilitiess and subsurface construction. c 1.07 QUALITY ASSURANCE n' A. Demolition Firm Qualifications: Company specializing in the type of work r a 1. Minimum of ten years of documented experience in demolition of buil n aqjurbao environment. 1> r 2. Refer to other sections for additional requirements. u PART 2 PRODUCTS 2.01 MATERIALS A. Provide all materials necessary to safely demolish and remove all parts of building as indicated on drawings. Bidding Documents SELECTIVE DEMOLITION 06/20/17 024100-1 Neumann Monson Architects Robert A. Lee Recreation Center Remodeling 2017 16.121 Iowa City, IA B. Perform work in a manner approved by authorities having jurisdiction. C. Fill Material: Use materials excavated or graded from the site unless otherwise indicated. PART 3 EXECUTION 3.01 SCOPE A. Remove concrete slabs on grade as indicated on drawings. B. Remove other items indicated for salvage, relocation, and recycling. C. Protection: 1. Erect barriers, fences, guard rails, enclosures, chutes, and shoring to protect personnel, structures, and utilities remaining intact. 2. Protect existing objects designated to remain, and in the event of damage, immediately make repairs or replacements necessary to the approval of the Owner's Representative at no additional cost to the Owner. D. Dust control: 1. Moisten surfaces as required to prevent dust from being a nuisance to the public, neighbors, and concurrent performance of other work on the site. 3.02 GENERAL DEMOLITION, PROCEDURES, AND PROJECT CONDITIONS B. Drawings showing existing construction; utilities are based on casual field observation and existing record documents, but cannot be accepted as all inclusive. 1. Verify that construction and utility arrangements are as shown. 2. Report discrepancies to Architect before disturbing existing installation. 3. Beginning of demolition work constitutes acceptance of existing conditions that would be apparent upon examination prior to starting demolition. C. Do not begin removal until receipt of notification to proceed from City of Iowa City. D. Commence with salvage operations at as soon as possible after receipt of notice to proceed. 1. At the Contractor's option, continue salvage throughout the life of the project. E. Protect existing structures and other elements that are not to be removed. 1. Provide bracing and shoring. 2. Prevent movement or settlement of adjacent structures. 3. Stop work immediately if adjacent structures appear to be in danger. F. If hazardous materials are discovered during removal operations, stop work and notify Architect and City of Iowa City; hazardous materials include regulated asbestos containing materials, lead, PCB's, and mercury. SELECTIVE DEMOLITION Bidding Documents 024100-2 06/16/17 POO Comply with applicable codes and regulations for demolition operations and safety of adjacent structures and the public. N 1. Obtain required permits. UJ �2. Lo omply with applicable requirements of NFPA 241 and IBC Chapter 33. 3. -,.J, e of explosives is not permitted. r"5ke precautions to prevent catastrophic or uncontrolled collapse of structures to be �. f-ranoved; do not allow worker or public access within range of potential collapse of .-6. i iatable structures. Qvide, erect, and maintain temporary barriers and security devices. Use physical barriers to prevent access to areas that could be hazardous to workers or the public. 7. Conduct operations to minimize effects on and interference with adjacent structures and occupants. 8. Conduct operations to minimize obstruction of public and private entrances and exits; do not obstruct required exits at any time; protect persons using entrances and exits from removal operations. 9. Obtain written permission from owners of adjacent properties when demolition equipment will traverse, infringe upon or limit access to their property. B. Drawings showing existing construction; utilities are based on casual field observation and existing record documents, but cannot be accepted as all inclusive. 1. Verify that construction and utility arrangements are as shown. 2. Report discrepancies to Architect before disturbing existing installation. 3. Beginning of demolition work constitutes acceptance of existing conditions that would be apparent upon examination prior to starting demolition. C. Do not begin removal until receipt of notification to proceed from City of Iowa City. D. Commence with salvage operations at as soon as possible after receipt of notice to proceed. 1. At the Contractor's option, continue salvage throughout the life of the project. E. Protect existing structures and other elements that are not to be removed. 1. Provide bracing and shoring. 2. Prevent movement or settlement of adjacent structures. 3. Stop work immediately if adjacent structures appear to be in danger. F. If hazardous materials are discovered during removal operations, stop work and notify Architect and City of Iowa City; hazardous materials include regulated asbestos containing materials, lead, PCB's, and mercury. SELECTIVE DEMOLITION Bidding Documents 024100-2 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Neumann Monson Architects 16.121 G. Perform demolition in a manner that maximizes salvage and recycling of materials. 1. Comply with requirements of Section 01 7419 - Waste Management. 2. Dismantle existing construction and separate materials. 3. Set aside reusable, recyclable, and salvageable materials; store and deliver to collection point. 3.03 EXISTING UTILITIES A. Coordinate work with utility companies; notify before starting work and comply with their requirements; obtain required permits. B. Protect existing utilities to remain from damage. C. Do not disrupt public utilities without permit from authority having jurisdiction. D. Do not close, shut off, or disrupt existing life safety systems that are in use without at least 7 days prior written notification to City of Iowa City. E. Do not close, shut off, or disrupt existing utility branches or take -offs that are in use without at least 3 days prior written notification to local users and City of Iowa City. F. Locate and mark utilities to remain; mark using highly visible tags or flags, with identification of utility type; protect from damage due to subsequent construction, using substantial barricades if necessary. G. Prepare building demolition areas by disconnecting and capping utilities outside the demolition zone; identify and mark utilities to be subsequently reconnected, in same manner as other utilities to remain. H. Cap ends of all utilities abandoned on site. 3.04 SELECTIVE DEMOLITION FOR ALTERATIONS A. Drawings showing existing construction and utilities are based on casual field observation and existing record documents only. 1. Verify that construction and utility arrangements are as shown. 2. Report discrepancies to Architect before disturbing existing installation. 3. Beginning of demolition work constitutes acceptance of existing conditions that would be apparent upon examination prior to starting demolition. B. Remove existing work as indicated and as required to accomplish new work. 1. Remove items indicated on drawings. C. Services (Including but not limited to HVAC, Plumbing, Electrical, and Telecommunications): Remove existing systems and equipment as indicated. 1. Maintain existing active systems that are to remain in operation; maintain access to equipment and operational components. 2. Where existing active systems serve occupied facilities but are to be replaced with new services, maintain existing systems in service until new systems are complete amrL for service. 3. Remove abandoned pipe, ducts, conduits, and equipment, including th0.� ov"' accessible ceilings; remove back to source of supply where possible, otp�se p stubs and tag with identification. n_ -E N3 D. Protect existing work to remain. —''n n ern 1. Prevent movement of structure; provide shoring and bracing if necessaw.. r 'D a . y 2. Perform cutting to accomplish removals neatly and as specified for cutt�w Kirk. Repair adjacent construction and finishes damaged during removal wo 4. Patch as specified for patching new work. 4A 3.05 DEBRIS AND WASTE REMOVAL A. Remove debris, junk, and trash from site. B. Remove from site all materials not to be reused on site; comply with requirements of Section 01 7419 - Waste Management. Bidding Documents SELECTIVE DEMOLITION 06/16/17 024100-3 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA C. Leave site in clean condition, ready for subsequent work. END OF SECTION SELECTIVE DEMOLITION Bidding Documents 024100-4 06/16/17 so Q N MCD W D_ N }U -� C3 r Q 0 N SELECTIVE DEMOLITION Bidding Documents 024100-4 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 SECTION 03 3000 - CAST -IN-PLACE CONCRETE PART1 GENERAL 1.01 SECTION INCLUDES A. Floors and slabs on grade. B. Joint devices associated with concrete work. C. Concrete curing. 1.02 RELATED REQUIREMENTS A. Section 03 2000 - Concrete Reinforcing. B. Section 03 3931 - Sealing of Concrete Floors. C. Section 07 2613 - Under -Slab Vapor Barriers. D. Section 07 9200 - Joint Sealants: Products and installation for sealants for saw cut joints and isolation joints in slabs. 1.03 REFERENCE STANDARDS A. ACI 117 - Standard Specifications for Tolerances for Concrete Construction and Materials, 2010. B. ACI 211.1 - Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete; 1991 (Reapproved 2009). C. ACI 301 - Specifications for Structural Concrete; 2010 (Errata 2012). D. ACI 302.1 R - Guide for Concrete Floor and Slab Construction; 2004 (Errata 2007). E. ACI 304R - Guide for Measuring, Mixing, Transporting, and Placing Concrete; 2000. F. ACI 305R - Hot Weather Concreting; 2010. G. ACI 308R - Guide to Curing Concrete; 2001 (Reapproved 2008). H. ACI 318 - Building Code Requirements for Structural Concrete and Commentary; 2011. I. ASTM C33/C33M - Standard Specification for Concrete Aggregates; 2013. J. ASTM C39/C39M - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens; 2015a. K. ASTM C94/C94M - Standard Specification for Ready -Mixed Concrete; 2015. L. ASTM C109/C109M - Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2 -in. or (50 -mm) Cube Specimens); 2013. M. ASTM C143/C143M - Standard Test Method for Slump of Hydraulic -Cement Concrete; 2012. N. ASTM C150/C150M - Standard Specification for Portland Cement; 2015. 0 O. ASTM C260/C260M - Standard Specification for Air -Entraining Admixtures foEf.oncrE= 2010a. P. ASTM C494/C494M -Standard Specification for Chemical Admixtures for Coplc@e; LM3. y Q. ASTM C618 - Standard Specification for Coal Fly Ash and Raw or Calcined "urrpl PA3zola= for Use in Concrete; 2015. =in o R. ASTM C881/C881 M -Standard Specification for Epoxy -Resin -Base Bonding 6W9m — r rn Concrete; 2014. oW = PO S. ASTM C1059/C1059M -Standard Specification for Latex Agents for BondingNsh to" Hardened Concrete; 2013. co T. ASTM E1155 - Standard Test Method for Determining F(F) Floor Flatness and F(L) Floor Levelness Numbers; 1996 (Reapproved 2008). U. ASTM E 1155M - Standard Test Method for Determining F(F) Floor Flatness and F(L) Floor Levelness Numbers [Metric]; 1996 (Reapproved 2008). Bidding Documents CAST -IN-PLACE CONCRETE 06/20/17 033000-1 Neumann Monson Architects 16.121 1.04 ADMINISTRATIVE REQUIREMENTS Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA A. Coordination: Coordinate the installation of slab on gade with size, location and installation of service utilities. B. Preinstallation Meeting: Conduct a preinstallation meeting at least two weeks prior to the start of the work of this section; require attendance of concrete producer and all affected installers. Review satisfactory jobsite conditions, design mixes and field quality control requirements. C. Sequencing: Ensure that under -slab utility connections are achieved in an orderly and expeditious manner. 1.05 SUBMITTALS A. See Section 01 3300 - Construction Submittals for submittal procedures. B. Product Data: Submit manufacturers' data on manufactured products showing compliance with specified requirements and installation instructions. C. Manufacturer's Installation Instructions: For concrete accessories, indicate installation procedures and interface required with adjacent construction. D. Proposed Mix Design(s): Material proportions for each class of concrete; indicate compressive strength development at 7, 28, and 90 days; indicate alkalinity (pH) of hardened concrete sample at 90 days. 1. Develop time -temperature -strength relationship for each design mix to be used in evaluating early -age compressive strength. Fws Project Record Documents: Accurately record actual locations of embedded utilities and Ur) comonents that will be concealed from view upon completion of concrete work. 006 9?AQki'FASSURANCE W AP.- Pin work of this section in accordance with ACI 301 and ACI 318, current editions. J BN A( i cement from same source and aggregate from same source for entire project. C FONown"ecommendations of ACI 305R when concreting during hot weather. U. 1. Z3��Ake precautions to minimize plastic shrinkage cracking. Coordinate with additional r— it='quirements in Section 03 3931. Do not place concrete when the following conditions are N anticipated unless proper precautions are taken: a. Low relative humidity (less than 40 percent). b. High ambient or concrete temperatures. D. Concrete Finisher Qualifications: At least two individuals performing the work of this section with minimum three years of documented experience and ACI certified. PART 2 PRODUCTS 2.01 FORMWORK A. `Provide formwork that will produce concrete complying with following form offset tolerances of 'ACI 117. 9.02 REINFORCEMENT A. Comply with requirements of Section 03 2000. B. :Comply with requirements of Section 01 6000 - Product Requirements for recycled content and regional materials C. Recycled Content of Steel Products: Provide products with an average recycled content of steel products so postconsumer recycled content plus one-half of preconsumer recycled content is not less than 80 percent. 2.03 CONCRETE MATERIALS A. Cement: ASTM C150/C150M, Type I - Normal Portland type. 1. Acquire all cement for entire project from same source. CAST -IN-PLACE CONCRETE Bidding Documents 033000-2 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Neumann Monson Architects 16.121 B. Blended Hydraulic Cement (Contractor's Option): ASTM C595M, Type IS (20) - Slag -Modified Portland Cement. C. Fine and Coarse Aggregates: ASTM C 33. 1. Acquire all aggregates for entire project from same source. D. Fly Ash: ASTM C618, Class C. E. Granulated Blast -Furnace Slag: ASTM C989, Grade 100. 1. Acceptable products: a. GranCem cement manufactured by Holcim Inc. b. NewCem cement manufactured by Lafarge. F. Water: Clean and not detrimental to concrete. 2.04 ADMIXTURES A. Chemical Admixture Manufacturers: 1. BASF Corporation -Admixture Systems: www.basf-admixtures.com. 2. The Euclid Chemical Company: www.euclidchemical.com. 3. Grace Construction Products: www.na.graceconstruction.com. 4. Substitutions: See Section 01 6000 - Product Requirements. B. Do not use chemicals that will result in soluble chloride ions in excess of 0.1 percent by weight of cement. C. Air Entrainment Admixture: ASTM C260/C260M. 1. Provide products from same manufacturer as other admixtures used. 2. Provide air entrainment as specified in Table 4.2.1 and Table 4.4.1 of ACI 318-99 in concrete exposed to freezing and thawing. Limit entrained air to 3 percent in interior concrete scheduled for steel troweled finish. 3. Manufacturers: a. Air Mix or AEA -92 manufactured by The Euclid Chemical Company. b. Darex or Daravair manufactured by Grace Construction Products. c. MB -AE 90, MB -VR or Micro Air manufactured by BASF Corporation - Admixture Systems. d. Substitutions: See Section 016000 - Product Requirements. D. High Range Water Reducing Admixture (Superplasticizers): ASTM C 494/C 494M Type F. 1. Manufacturers: a. Eucon 37 or Plastol Series manufactured by The Euclid Chemical Company. b. Daracem or Adva Series manufactured by Grace Construction Products. c. Glenium Series or Rheobuild 1000 manufactured by BASF Corporation - Admixture Systems. d. Substitutions: See Section 016000 - Product Requirements. o E. Water Reducing Admixture: ASTM C494IC494M Type A. q ZZ 1. Manufacturers:Y `— a. Eucon Series manufactured by The Euclid Chemical Company. � 4 b. WRDA Hycol manufactured by Grace Construction Products.� 1 cl o r -- c. Pozzolith Series or PolyHeed Series manufactured by BASF Corpor4ton - Admixt� Systems. A a d. Substitutions: See Section 01 6000 - Product Requirements.; N 2.05 ACCESSORY MATERIALS A. Bonding Agent: ASTM C 1059, Type 11 acrylic non-redispersable type. 1. Acceptable Products: a. Flexcon or Akkro 7T manufactured by The Euclid Chemical Company. b. Daraweld manufactured by Grace Construction Products. c. Sika Latex manufactured by Sika Corp. B. Under -Slab Vapor Barrier: See Section 07 2613. Bidding Documents 06/16/17 CAST -IN-PLACE CONCRETE 033000-3 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA C. Non -Shrink Cementitious Grout: Premixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing agents. 1. Minimum Compressive Strength at 48 Hours: 2,000 pounds per square inch. 2. Minimum Compressive Strength at 28 Days: 7,000 pounds per square inch. 3. Flowable Products: a. Euco NS or Tamms NC Grout manufactured by The Euclid Chemical Company. b. Five Star Grout manufactured by U.S. Grout Company. c. Masterflow 928 manufactured by BASF Corporation - Master Builders. d. Sure Grip Grout manufactured by Dayton Superior. e. Substitutions: See Section 01 6000 - Product Requirements. 2.06 BONDING AND JOINTING PRODUCTS A. Latex Bonding Agent: Non-redispersable acrylic latex, complying with ASTM C1059/C1059M, Type II. B. Epoxy Bonding System: C. Waterproofing Admixture Slurry: Slurry coat of portland cement, sand, and crystalline capillary waterproofing additive, mixed with water in proportions recommended by manufacturer to achieve waterproofing at cold joints in concrete. 1. Manufacturers: a. Aquafin, Inc.: www.aquafin.net. Vn b. Xypex Chemical Corporation; XYPEX Concentrate: www.xypex.com. uy ct BASF Corporation -Admixture Systems: www.basfadmixtures.com. Q & Ya Substitutions: See Section 016000 - Product Requirements. D.=VAWTExpanding Joint Waterstops: UJ 1. v aterstop-RX-l01and Volclay WB -Adhesive manufactured by CETCO: www.cetco.com. N2. bstitutions: See Section 016000 -Product Requirements. } LJE.=SI40aalation Joint Filler: 1/2 inch thick, height equal to slab thickness, with removable top — sed hat will form 1/2 inch deep sealant pocket after removal. F. FSlab Joint Filler: Compressible, preformed closed cell foam, 3/8 inch thick and full depth of "lab less 1/2 inch . 1. Acceptable Product: Provide Sealtight Ceramar manufactured by W.R. Meadows, Inc.: www.wrmeadows.com. G. Slab Construction Joint Devices: Combination keyed joint form and screed, galvanized steel, with rectangular or round knockout holes for conduit or rebar to pass through joint form at 6 inches on center; ribbed steel stakes for setting. 1. Provide removable plastic cap strip that forms wedge-shaped joint for sealant installation. 2. Height: To suit slab thickness. H. Sealant and Primer: As specified in Section 07 9005. 2.07 CONCRETE MIX DESIGN A. Proportioning Normal Weight Concrete: Comply with ACI 211.1 recommendations. 1: Cementitious Materials Content: Minimum 525 Ib per cubic yard. 2. Replace as much portland cement as possible with fly ash and ground granulated blast furnace slag as is consistent with ACI recommendations. 3. Ternary Mix Design: Provide up to 35 percent of required cementitious materials content using fly ash and slag as follows: a. Fly Ash Content: Minimum 15 percent of cementitious materials by weight. b. Granulated Blast -Furnace Slag Content: Maximum 20 percent of cementitious materials by weight. 4. Ratio of Water to Cementitious Materials (percent by weight): a. Footings and Foundation Walls: Maximum 50 percent. b. Interior Floor Slabs (water reducing admixture): Maximum 45 percent. c. Exterior Paving (water reducing admixture): Maximum 45 percent. CAST -IN-PLACE CONCRETE Bidding Documents 033000-4 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Neumann Monson Architects 16.121 5. Aggregate Size: a. Footings and Foundation Walls: 1 inch, maximum. b. Floor Slabs: 3/4 inch, maximum. c. Floor Toppings with depth less than 2-1/2 inches: 1/2 inch, maximum. B. Concrete Strength: Establish required average strength for each type of concrete on the basis of field experience or trial mixtures, as specified in ACI 301. 1. For trial mixtures method, employ independent testing agency acceptable to Architect for preparing and reporting proposed mix designs. 2. The Project structural design is based on cast -in-place concrete components with 4000 psi minimum compressive strength except as specifically required otherwise. C. Admixtures: Add acceptable admixtures as recommended in ACI 211.1 and at rates recommended or required by manufacturer. 1. Total Air Content: Determined in accordance with ASTM C173/C173M. 2. Water Reducing Admixture: Provide mid-range water -reducing admixture allowing 12-15 percent reduction of water content in concrete mix for interior floor slabs. 2.08 MIXING A. Transit Mixers: Comply with ASTM C 94/C 94M; 1-1/2 hour maximum mixing and delivery time. 1. When air temperature is above 90 degrees F, reduce maximum mixing and delivery time to 60 minutes. PART 3 EXECUTION 3.01 EXAMINATION A. Verify lines, levels, and dimensions before proceeding with work of this section. B. Verify proper installation of sheet vapor barrier over granular fill on grade in accordance with Section 07 2613. C. Verify that anchors, seats, plates, reinforcement and other items to be cast into concrete are accurately placed, positioned securely, and will not interfere with concrete placement. 3.02 PREPARATION A. Verify that forms are clean and free of rust before applying release agent. B. Install self -adhering bond break material on interior vertical wall surfaces to separate perimeter of interior slabs on grade from vertical surfaces. Extend bond break material horizontally under slab at least 6 inches and tape seal to sheet vapor retarder. C. Coordinate placement of embedded items with erection of concrete formwork and placement of form accessories. D. Where new concrete is to be bonded to previously placed concrete, prepare existing surface by cleaning and applying bonding agent in according to bonding agent manufacturer's instructions. 1. Use epoxy bonding system for bonding to damp surfaces, for structural load-bearing applications, and where curing under humid conditions is required. 2. Use latex bonding agent only for non -load-bearing applications. _ c E. Install volclay expanding strip waterstops in accordance with manufacturer'siWc s. F. In locations where new concrete is doweled to existing work, drill holes in ex�3tiag rete,% insert steel dowels and pack solid with non -shrink grout, n c rV 3.03 PLACING CONCRETE rn r A. Place concrete in accordance with ACI 304R. oer �m ' a B. Place concrete floor slabs in accordance with ACI 302.1 R; comply with reg0emen}Ufor "f floors. r 4A C. Ensure reinforcement, inserts, and formed construction joint devices will not be disturbed during concrete placement. D. Finish floors level and flat, unless otherwise indicated, within the tolerances specified below. Bidding Documents CAST -IN-PLACE CONCRETE 06/16/17 033000-5 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA 3.04 SLAB JOINTING A. Anchor joint fillers and devices to prevent movement during concrete placement. B. Isolation Joints: Use preformed joint filler with removable top section for joint sealant, total height equal to thickness of slab, set flush with top of slab. C. Place joint filler in floor slab pattern placement sequence. Set top to required elevations. Secure to resist movement by wet concrete. D. Extend joint filler from bottom of slab to within 1/2 inch of finished slab surface. Conform to Section 07 9005 for finish joint sealer requirements. E. Install joint devices in accordance with manufacturer's instructions. F. Install construction joint devices in coordination with floor slab pattern placement sequence. Set top to required elevations. Secure to resist movement by wet concrete. G. Apply sealants in joint devices in accordance with Section 07 9005. H. Maintain records of concrete placement. Record date, location, quantity, air temperature, and test samples taken. I. Place concrete continuously between predetermined expansion, control, and construction joints. J. Saw cut contraction joints within 24 hours after placing. Use 1/8 inch thick blade, cut into 1/3 depth of slab thickness. K. Provide flat floors, maintaining the following minimum F(F) Floor Flatness and F(L) Floor Levelness values when measured in accordance with ASTM E 1155/ASTM E 1155M. 1. F(F): Specified Overall Value (SOV) of 50; Minimum Localized Value (MLV) of 30. am 2. F(L): Specified Overall Value (SOV) of 30; Minimum Localized Value (MLV) of 20. LO 3. Remedy for out -of -tolerance work for "Random Traffic" floor sections: iv X§, Remove and replace floor sections measuring below either (or both) of the specified X_ Cr- _ Minimum Local F -Numbers. Floor sections are generally defined rectangular areas of UJ °- jr approximately 600 sq ft, minimum. o c Should the Owner determine that replacement of out -of -tolerance work is impractical, the Contractor shall rebate to the Owner an amount equal to: Ur. 1) $5.00 x (Total balance of sq ft measuring below F(f) 30) or LL_`� p 2) $5.00 x (Total balance of sq ft measuring below F(I) 20), whichever is more. x-- 3.05 FL$vW—R FLATNESS AND LEVELNESS TOLERANCES A. Correct defects by grinding or by removal and replacement of the defective work. Areas requiring corrective work will be identified. Re -measure corrected areas by the same process. 3.06 CONCRETE FINISHING A. Repair surface defects, including tie holes, immediately after removing formwork. 1. Fill honeycomb areas and tie holes with Mortar -LN, manufactured by Aquafin, Inc.: www.aquafin.net. B. Concrete Slabs: Finish to requirements of ACI 302.1 R, and as follows: 1. Surfaces to Receive Thin Floor Coverings: "Steel trowel" as described in ACI 302.1 R; thin floor coverings include thin set ceramic tile. 2. Decorative Exposed Surfaces: Trowel as described in ACI 302.1 R; use steel -reinforced plastic trowel blades instead of steel blades to avoid black -burnish marks; decorative exposed surfaces include surfaces to be stained or dyed. a. Steel -Reinforced Plastic Trowel Blade Manufacturer: Wagman Metal Products, Inc: www.wagmanmetal.com. C. Iri areas with floor drains, maintain floor elevation at walls; pitch surfaces within 2 ft radius of drains uniformly to drains at 1:100 nominal. 3.07 CURING A. Comply with requirements of ACI 308R. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. CAST -IN-PLACE CONCRETE Bidding Documents 033000-6 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 B. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete. 1. Normal concrete: Not less than 7 days. C. Formed Surfaces: Cure by moist curing with forms in place for full curing period. 1. If Architect permits removal of forms after 3 days, cure surfaces in accordance with ACI 308; begin immediately upon removal of forms. a. Spraying: Spray water over surfaces and maintain wet for 7 days. b. Membrane Curing Compound: Apply compound in accordance with manufacturer's instructions in two coats, with second coat applied at right angles to first. 1) Exception: Do not apply compound to surfaces scheduled to receive subsequent application of waterproofing and finish coating materials. D. Floor Surfaces Scheduled to Receive Adhered Floor Coverings: 1. Curing compounds and other surface coatings are usually considered unacceptable by flooring and adhesive manufacturers. If such materials must be used, either obtain the approval of the flooring and adhesive manufacturers prior to use or remove the surface coating after curing to flooring manufacturer's satisfaction. 2. Initial Curing: Start as soon as free water has disappeared and before surface is dry. Keep continuously moist for not less than three days by water -fog spray or saturated burlap. 3. Final Curing: Continue moisture curing after initial curing; do not permit surface to dry. a. Maintain moisture -retaining cover in place for minimum 14 days. Seal in place with waterproof tape. 4. Drying: During the construction period, provide field conditions which permit floor slabs to become dry enough for satisfactory installation of specified finish floor materials. a. Flooring and adhesive manufacturers generally require that water vapor emission rates at the time of flooring installation not exceed 3-5 lbs per 1000 sq ft in a 24 hr period when tested in accordance with ASTM F1869 (calcium chloride test). Relative humidity shall not exceed 75 percent when tested in accordance with ASTM F2170. b. Make field tests to verify satisfactory conditions at least 60 days prior to starting installation of adhered flooring materials. Submit written report indicating test results. c. Should testing indicate moisture conditions higher than specified tolerances, provide moisture mitigation of type acceptable to flooring manufacturer. See Section 09 6105 for additional requirements. 3.08 PROTECTION A. Do not permit superimposed loads to be applied to concrete components until at least 75 percent of minimum design compressive strength has been achieved. 1. Use maturity methods for estimating in-place compressive strength of early -age concrete (less than 14 days from placement). Record maturity measurements made on-site. B. Take appropriate precautions to prevent staining of concrete floor surfaces. Since no satisfactory procedures are available to remove petroleum and rust stains from concrete, comply with the following: 1. Cover and protect floor surfaces from damage and staining during the constructu period. 2. Ensure that construction equipment, particularly components that may C144)l, aulic fluid, and other liquids, are provided with suitable diaper. 3. In addition to diaper, equipment such as pipe cutting machines shall bei r d r%3 suit4x drop cloths. ... 4h cm 4. Do not permit temporary placement and storage of steel members on gen_ete slabs. ar 3.09 FIELD QUALITY CONTROL S = rn t .-74 A. Provide an independent testing agency to perform field quality control tests,s sped ind Section 014000 - Quality Requirements. r ca B. Provide free access to concrete operations at project site and cooperate with appointed firm. Bidding Documents CAST -IN-PLACE CONCRETE 06/16/17 033000-7 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA C. Contractor shall submit proposed mix design of each class of concrete to inspection and testing firm for review prior to commencement of concrete operations. D. Testing agency may perform tests of concrete and concrete materials at any time to ensure conformance with specified requirements. E. Compressive Strength Tests: ASTM C39/C39M. For each test, mold and cure three concrete test cylinders. Obtain test samples for every 100 cubic yards or less of each class of concrete placed. F. Break one cylinder at 14 days and the remaining two cylinders at 28 days. G. Perform one slump test for each set of test cylinders taken, following procedures of ASTM C143/C143M. 3.10 DEFECTIVE CONCRETE A. Test Results: The testing agency shall report test results in writing to Architect and Contractor within 24 hours of test. B. Defective Concrete: Concrete not conforming to required lines, details, dimensions, tolerances or specified requirements. C. Repair or replacement of defective concrete will be determined by the Architect. The cost of additional testing shall be borne by Contractor when defective concrete is identified. D. Do not patch, fill, touch-up, repair, or replace exposed concrete except upon express direction of Architect for each individual area. CAST -IN-PLACE CONCRETE 033000-8 END OF SECTION Bidding Documents 06/16/17 so W) a. N 2Z XO �- W �- �r V r O 0 N CAST -IN-PLACE CONCRETE 033000-8 END OF SECTION Bidding Documents 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA PART1 GENERAL Neumann Monson Architects 16.121 SECTION 03 3931 - SEALING OF CONCRETE FLOORS 11[11E9x3 9 Eel :91:Is] 1I10*y A. Surface treatment with liquid sealer over interior concrete floor surfaces where scheduled as "Sealed Concrete (SC)" finish. 1.02 RELATED REQUIREMENTS A. Section 03 3000 - Cast -in -Place Concrete: Concrete floor finishing and curing operations. 1.03 REFERENCE STANDARDS A. ACI 301 - Specifications for Structural Concrete for Buildings; American Concrete Institute International; 2005. B. ACI 302.1 R - Guide for Concrete Floor and Slab Construction; American Concrete Institute International; 2004 (errata 2007) . C. ASTM C309 - Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete; 2007. D. ASTM C1315 - Standard Specification for Liquid Membrane -Forming Compounds Having Special Properties for Curing and Sealing Concrete; 2011. 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordination: Coordinate the curing of concrete floor surfaces with requirements for sealing concrete floor surfaces and installing adhered floor coverings. B. Preinstallation Meeting: Conduct a preinstallation meeting at least one week prior to the start of concrete work for floor slabs; require attendance by all affected installers. 1.05 SUBMITTALS A. See Section 01 3300 - Construction Submittals for submittal procedures. B. Product Data: Provide data on curing compounds and sealers, including compatibility of different products and limitations. C. Maintenance and Cleaning: Provide manufacturer's printed maintenance and cleaning instructions and recommendations to Owner for all concrete floor sealer finishes. 1. Ensure that Owner has received a list of cleaning materials that are known to be acceptable for cleaning and another list of materials known to be deleterious to the finished concrete floors. 1.06 QUALITY ASSURANCE A. Perform Work in accordance with ACI 301 and ACI 302.1R. B. Applicator Qualifications: Company specializing in performing the work of this section and approved by manufacturer of products specified. 1.07 DELIVERY, STORAGE, AND HANDLING A. Deliver materials in manufacturer's sealed packaging, including application instructions. PART PRODUCTS 2.01 COMPATIBILITY OF PRODUCTS_ _Q A. Obtain products from a single manufacturer as a system or ensure compatib of ned from different manufacturers. 2.02 SEALING MATERIALS A. Curing and Sealing Compound: ASTM C1315 Type 1 - Clear or translucen��tass A. 1. Water-based, non -yellowing, membrane -forming acrylic type for appli t� to4erio fl r surfaces scheduled as "Sealed Concrete (C)" and not otherwise sch Wd towceiy" subsequent floor finish materials. 2. Solids Content: 18 percent, minimum. Bidding Documents SEALING OF CONCRETE FLOORS 06/20/17 033931 -1 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA 3. VOC Content: Less than 100g/I. 4. Acceptable Products and Manufacturers: a. Cure & Seal 1315 EF, manufactured by Dayton Superior: www.daytonsuperior.com. b. Super Diamond Clear VOX, manufactured by The Euclid Chemical Company: www.euclidchemical.com. c. Lumiseal WB manufactured by L&M Construction Chemicals, Inc.: www.lmcc.com. d. Vocomp-20, manufactured by W.R. Meadows, Inc.: www.wrmeadows.com. e. Substitutions: See Section 016000 - Product Requirements. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that substrate surfaces are ready to be cured. 3.02 FLOOR FINISHING A. Refer to Section 03 3000 for requirements for finishing and curing concrete floors. 3.03 APPLICATION OF SEALING COMPOUND A. Allow concrete floor slabs to fully cure for at least 28 days before starting sealer application. B. Preparation: Clean and prepare surfaces in accordance with manufacturer's instructions. C. Spray -apply 2 uniform coats of penetrating surface sealer in accordance with manufacturer's .}nstructions. ua. AJIow first coat to dry (6 hours), then apply second coat at 90 degree angle to the first. PFMTEN cc �- W A. lbo notnermit traffic over unprotected floor surface. J J B. cgahe_ ffropriate precautions to prevent staining of concrete floor surfaces. Since no c\BatiDfeCtory procedures are available to remove petroleum and rust stains from concrete, LL rhPyWith the following: mover and protect floor surfaces from damage and staining during the construction period. Ensure that construction equipment, particularly components that may drip oil, hydraulic N fluid, and other liquids, are provided with suitable diaper. 3. In addition to diaper, equipment such as pipe cutting machines shall be placed on suitable drop cloths. 4. Do not permit temporary placement and storage of steel members on concrete slabs. END OF SECTION SEALING OF CONCRETE FLOORS Bidding Documents 033931 -2 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 SECTION 04 2000 - UNIT MASONRY PART1 GENERAL 1.01 SECTION INCLUDES A. Concrete Block (CMU). B. Mortar and Grout. C. Reinforcement and Anchorage. 1.02 RELATED REQUIREMENTS A. Section 07 9200 - Joint Sealants: Sealing control and expansion joints. 1.03 REFERENCE STANDARDS A. ACI 530/530.1/ERTA - Building Code Requirements and Specification for Masonry Structures and Related Commentaries; 2011. B. ACI 530.1/ASCE 6/TMS 602 - Specification For Masonry Structures; American Concrete Institute International; 2008, C. ASTM A82/A82M - Standard Specification for Steel Wire, Plain, for Concrete Reinforcement; 2007. D. ASTM A153/A153M - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware; 2009. E. ASTM C129 - Standard Specification for Nonloadbearing Concrete Masonry Units; 2011. F. ASTM C140/C140M - Standard Test Methods of Sampling and Testing Concrete Masonry Units and Related Units; 2014. G. ASTM C144 - Standard Specification for Aggregate for Masonry Mortar; 2011. H. ASTM C150/C150M - Standard Specification for Portland Cement; 2015. I. ASTM C207 - Standard Specification for Hydrated Lime for Masonry Purposes; 2006 (Reapproved 2011). J. ASTM C270 - Standard Specification for Mortar for Unit Masonry; 2014a. K. ASTM C404 - Standard Specification for Aggregates for Masonry Grout; 2011. L. ASTM C780 - Standard Test Method for Preconstruction and Construction Evaluation of Mortars for Plain and Reinforced Unit Masonry; 2012. M. UL (FRD) - Fire Resistance Directory; current edition. 1.04 SUBMITTALS A. See Section 01 3300 - Construction Submittals for submittal procedures. B. Product Data: Provide data for masonry units, fabricated wire reinforcement, mortar, and masonry accessories. C. Manufacturer's Certificate: Certify that masonry units meet or exceed specified requirements. 1.05 QUALITY ASSURANCE A. Comply with provisions of ACI 530/530.1/ERTA, except where exceeded by requirements of the Contract Documents. N B. Fire Rated Assemblies: Conform to applicable code for UL (FRD) Assembly'. o 1.06 DELIVERY, STORAGE, AND HANDLING n --ttom� A. Deliver, handle, and store masonry units by means that will prevent mechani"m a and: contamination by other materials. --tn p 1► B. Handle and store concrete block units in pallets with protective covering. Dari gerrWe t�r� protective covering until ready for installation. E3 � = r , Bidding Documents UNIT MASONRY 06/20/17 04 2000 - 1 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA PART 2 PRODUCTS 2.01 CONCRETE MASONRY UNITS (CMU) A. Concrete Block: Comply with referenced standards and as follows: 1. Size: Standard units with nominal face dimensions of 16 x 8 inches and nominal depths indicated on Drawings for specific locations. 2. Non-Loadbearing Units: ASTM C129. a. Hollow block. b. Lightweight or normal weight. c. Exposed faces: Manufacturer's standard color and texture. 2.02 MORTAR AND GROUT MATERIALS A. Portland Cement: ASTM C150/C150M, Type I. B. Hydrated Lime: ASTM C207, Type S. C. Mortar Aggregate: ASTM C144. D. Grout Aggregate: ASTM C404. E. Water: Clean and potable. 2.03 REINFORCEMENT AND ANCHORAGE A. Manufacturers: A. Heckmann Building Products, Inc: www.heckmannbuildingprods.com. U2. Hohmann & Barnard, Inc (including Dur -O -Wal brand): www.h-b.com. Q of 3. WIRE -BOND: www.wirebond.com. 24. W a'stitutions: See Section 01 6000 - Product Requirements. W B. Sin! ,Wythe Joint Reinforcement: Ladder type; ASTM A82/82M steel wire hot dip galvanized J fte�fe8ication to ASTM A153/A153M, Class B2; 0.1483 inch (9 gage) side rods with 0.1483 �-- a,incW( Wage) cross rods; width as required to provide not more than 1 inch and not less than (,L ig/2 �f mortar coverage on each exposure. . 4. Bblis of Design: WIRE -BOND, Series 200 Ladder Mesh: www.wirebond.com. Prefabricated Corners and Tees: Standards of joint reinforcement manufacturer to match adjacent reinforcing type. 2.04 MORTAR AND GROUT MIXES A. Mortar for Unit Masonry: ASTM C270, using the Proportion Specification. 1. Interior, non-loadbearing masonry: Type O. B. Mixing: Use mechanical batch mixer and comply with referenced standards. PART 3 EXECUTION 3.01 EXAMINATION A. Verity that field conditions are acceptable and are ready to receive masonry. B. Verify that related items provided under other sections are properly sized and located. C. Verity that built-in items are in proper location, and ready for roughing into masonry work. 3.02 PREPARATION A. Direct and coordinate placement of metal anchors supplied for installation under other sections. B. Provide temporary bracing during installation of masonry work. Maintain in place until building structure provides permanent bracing. 3.03 COLD AND HOT WEATHER REQUIREMENTS A. Comply with requirements of ACI 530/530.1/ERTA or applicable building code, whichever is more stringent. 3.04 COURSING A. Establish lines, levels, and coursing indicated. Protect from displacement. UNIT MASONRY 042000-2 Bidding Documents 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Neumann Monson Architects 16.121 B. Maintain masonry courses to uniform dimension. Form vertical and horizontal joints of uniform thickness. C. Concrete Masonry Units: 1. Bond: Running. 2. Coursing: One unit and one mortarjoint to equal 8 inches. 3. Mortar Joints: Concave. 3.05 PLACING AND BONDING A. Lay hollow masonry units with face shell bedding on head and bed joints. B. Remove excess mortar and mortar smears as work progresses. C. Do not shift or tap masonry units after mortar has achieved initial set. Where adjustment must be made, remove mortar and replace. D. Perform job site cutting of masonry units with proper tools to provide straight, clean, unchipped edges. Prevent broken masonry unit corners or edges. E. Cut mortar joints flush where wall tile is scheduled or resilient base is scheduled. F. Isolate top joint of masonry partitions from horizontal structural framing members with compressible joint filler. 3.06 REINFORCEMENT AND ANCHORAGE - GENERAL A. Unless otherwise indicated on Drawings or specified under specific wall type, install horizontal joint reinforcement 16 inches on center. B. Place masonry joint reinforcement in first and second horizontal joints above and below, openings. Extend minimum 16 inches each side of opening. C. Place continuous joint reinforcement in first and second joint below top of walls. D. Lap joint reinforcement ends minimum 6 inches. 3.07 CONTROL AND EXPANSION JOINTS J - A. Install concrete masonry control and expansion joints as required by ACI 530. 3.08 BUILT-IN WORK A. As work progresses, install built-in metal door frames and other items to be built into the Work and furnished under other Sections. B. Install built-in items plumb, level, and true to line. C. Bed anchors of metal door frames in adjacent mortar joints. Fill frame voids solid with grout. D. Do not build into masonry construction organic materials that are subject to deterioration. K t'1'it9],4:7_1:Pq*I A. Maximum Variation From Unit to Adjacent Unit: 1/16 inch. B. Maximum Variation from Plane of Wall: 1/4 inch in 10 ft and 1/2 inch in 20 ft or more. C. Maximum Variation from Plumb: 1/4 inch per story non -cumulative; 1/2 inch in two stories or more. I. D. Maximum Variation from Level Coursing: 1/8 inch in 3 ft and 1/4 inch in 10 ft; 1/2 inch 30 ft. E. Maximum Variation of Mortar Joint Thickness: Head joint, minus 1/4 inch; p1V33/8 ine F. Maximum Variation from Cross Sectional Thickness of Walls: 1/4 inch. g0 L 3.10 CUTTING AND FITTING n A. Cut and fit for chases, pipes, and conduit. Coordinate with other Sections oftRrovld correct size, shape, and location. r.t -v M B. Obtain approval prior to cutting or fitting masonry work not indicated or whe eEMnce strength of masonry Work may be impaired. 3 m Bidding Documents UNIT MASONRY 06/16/17 042000-3 Neumann Monson Architects Robert A. Lee Recreation Center Remodeling 2017 16.121 Iowa City, IA 3.11 FIELD QUALITY CONTROL A. An independent testing agency will perform field quality control tests, as specified in Section 01 4000 - Quality Requirements. B. Concrete Masonry Unit Tests: Test each variety of concrete unit masonry in accordance with ASTM C140/C140M for conformance to requirements of this Specification. C. Mortar Tests: Test each type of mortar in accordance with ASTM C780, testing with same frequency as masonry samples. D. Inspect installation of reinforcing and grouting operations. 3.12 CLEANING A. In -Progress Cleaning: As soon as practical, clean masonry as Work progresses by dry brushing to remove mortar fins and smears prior to tooling joints. Remove excess mortar and mortar droppings. B. Protection: Prior to Final Cleaning, protect surrounding areas and adjacent surfaces from contact with cleaning products. C. Replace defective mortar. Match adjacent Work. 3.13 PROTECTION A. Without damaging completed Work, provide protective boards at exposed external corners that are subject to damage by construction activities. END OF SECTION UNIT MASONRY Bidding Documents 042000-4 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 SECTION 05 5100 - METAL STAIRS PART1 GENERAL 1.01 SECTION INCLUDES A. Selective demolition and modifications to existing stair substrate to accommodate precast terrazzo stair tread/riser and landing panel units. B. Structural steel plate infill at risers. C. Stringer closure and railing support trim. 1.02 RELATED REQUIREMENTS A. Section 04 2000 - Unit Masonry: Placement of metal fabrications in masonry. B. Section 05 5211 - Stainless Steel Railings. C. Section 09 9000 - Painting and Coating: Field -applied painted finish for interior primed steel stair components. D. Section 09 3000 - Tiling: Precast terrazzo stair tread/riser and landing panel units. 1.03 REFERENCE STANDARDS A. ASTM A36/A36M - Standard Specification for Carbon Structural Steel; 2014. B. ASTM A153/A153M - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware; 2009. C. ASTM F3125/F3125M - Standard Specification for High Strength Structural Bolts, Steel and Alloy Steel, Heat Treated, 120 ksi (830 MPa) and 150 ksi (1040 MPa) Minimum Tensile Strength, Inch and Metric Dimensions; 2015a. D. AWS A2.4 - Standard Symbols for Welding, Brazing, and Nondestructive Examination; 2012. E. AWS D1.1/D1.1 M - Structural Welding Code - Steel; 2015. F. SSPC-Paint 15 - Steel Joist Shop Primer/Metal Building Primer; 1999 (Ed. 2004). G. SSPC-SP 2 - Hand Tool Cleaning; 1982 (Ed. 2004). 1.04 SUBMITTALS A. See Section 01 3300 - Construction Submittals for submittal procedures. B. Shop Drawings: Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size and type of fasteners, and accessories. 1. Indicate welded connections using standard AWS A2.4 welding symbols. Indicate net weld lengths. C. Welders' Certificates. PART PRODUCTS 2.01 METAL STAIRS - GENERAL A. Metal Stairs: Provide stairs of the design specified, complete with landing platforms, and vertical and horizontal supports, fabricated accurately for anchorage to each other ango building structure. o -, 1. Regulatory Requirements: Provide stairs and railings complying with thegwost gent-, requirements of local, state, and federal regulations; where requiremel ntract�l documents exceed those of regulations, comply with the contract docur$i3�. o r... 2. Dimensions: As indicated on Drawings. 3. Shop assemble components; disassemble into largest practical sections s tabor M transport and access to site. o 4. No sharp or rough areas on exposed travel surfaces and surfaces accoible t&%uch. 5. Separate dissimilar metals using paint or permanent tape. r cn B. Metal Jointing and Finish Quality Levels: 1. Architectural: All joints as inconspicuous as possible, whether welded or mechanical. a. Welded Joints: Continuously welded and ground smooth and flush. Bidding Documents METAL STAIRS 06/20/17 055100-1 Neumann Monson Architects Robert A. Lee Recreation Center Remodeling 2017 16.121 Iowa City, IA b. Mechanical Joints: Butted tight, flush, and hairline; concealed fastenings only. c. Exposed Edges and Corners: Eased to small uniform radius. d. Metal Surfaces to be Painted: Sanded or ground smooth, suitable for highest quality gloss finish. C. Fasteners: Same material or compatible with materials being fastened; type consistent with design and specified quality level. D. Anchors and Related Components: Same material and finish as item to be anchored, except where specifically indicated otherwise; provide all anchors and fasteners required. 2.02 METAL STAIRS WITH PRECAST CEMENTITIOUS TERRAZZO TREADS/RISERS AND LANDING PANELS A. Jointing and Finish Quality Level: Architectural, as defined above. B. Risers: Closed. C. Tread Substrates: Steel plate with field -installed concrete fill. 1. Precast Terrazzo Tread Thickness: 2 inches. 2. Steel Plate Thickness: As required by design. 3. Anchorage to Existing Steel Tube Structure: Continuously welded, from top or bottom. D. Riser Substrates: Same material and thickness as treads. rl. Riser Profile: Vertical, no slope, as indicated on Drawings. E. 09tringetolosure and Railing Support Trim: Stainless Steel. C'13 and Profiles: As indicated on drawings. o_ TTaness: 1/4 inch. WIF. Landegs_-Same construction as treads, supported and reinforced as required to achieve J Ppigo(imcapacity. --G. 13de�§# of Stair: Primed steel. 1 HAN56A1LSWISID GUARDS A. Adrails and Guardrails: As indicated on Drawings and specified in Section 05 5211. 2.04 MATERIALS A. Steel Sections: ASTM A 36/A 36M. B. Steel Plates: ASTM A 283. C. Precast Terrazzo Stair Tread/Riser and Landing Panel Units: As specified in Section 09 3000. 2.05 ACCESSORIES A. Steel Bolts, Nuts, and Washers: ASTM F3125/F3125M, Type 1, and galvanized to ASTM Al53/A153M where connecting galvanized components. B. Welding Materials: AWS D1.1/D1.1M; type required for materials being welded. C. Shop and Touch -Up Primer: SSPC-Paint 15, complying with VOC limitations of authorities having jurisdiction. 2.06 SHOP FINISHING A. Clean surfaces of rust, scale, grease, and foreign matter prior to finishing. B. Do not prime surfaces in direct contact with concrete or where field welding is required. C. Prime Painting: Use specified shop- and touch-up primer. 1. Preparation of Steel: In accordance with SSPC-SP 2, Hand Tool Cleaning. 2. Number of Coats: One. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. METAL STAIRS Bidding Documents 055100-2 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 3.02 PREPARATION A. When field welding is required, clean and strip primed steel items to bare metal. B. Supply items required to be cast into concrete and embedded in masonry with setting templates. 3.03 INSTALLATION A. Install components plumb and level, accurately fitted, free from distortion or defects. B. Provide anchors, plates, angles, hangers, and struts required for connecting stairs to structure. C. Allow for erection loads, and for sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. D. Provide welded field joints where specifically indicated on drawings. Perform field welding in accordance with AWS D1.1/D1.1 M. E. Other field joints may be either welded or bolted provided the result complies with the limitations specified for jointing quality levels. F. Obtain approval prior to site cutting or creating adjustments not scheduled. G. After erection, prime welds, abrasions, and surfaces not shop primed or galvanized, except surfaces to be in contact with concrete. 3.04 TOLERANCES A. Maximum Variation From Plumb: 1/4 inch per story, non -cumulative. B. Maximum Offset From True Alignment: 1/4 inch. 3.05 FIELD -APPLIED FINISHES A. Painting of Interior Primed Steel Stair Components: As specified in Section 09 9000. END OF SECTION '1 M C7 Bidding Documents METAL STAIRS 06/16/17 055100-3 Neumann Monson Architects Robert A. Lee Recreation Center Remodeling 2017 16.121 Iowa City, IA METAL STAIRS Bidding Documents 055100-4 06/16/17 T— ti CV � fi a �r N U � Q O N METAL STAIRS Bidding Documents 055100-4 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Neumann Monson Architects 16.121 SECTION 05 5211 - STAINLESS STEEL RAILINGS PART1 GENERAL 1.01 SECTION INCLUDES A. Stainless steel stair railings and guardrails. 1.02 RELATED SECTIONS A. Section 05 5100 - Metal Stairs: Attachment plates and angles for metal stairs, including anchorage. 1.03 REFERENCES A. ASTM A 666 - Standard Specification for Annealed or Cold -Worked Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar; 2000. B. ASTM E 935 - Standard Test Methods for Performance of Permanent Metal Railing Systems and Rails for Buildings; 2000 (Reapproved 2006). C. ASTM E 985 - Standard Specification for Permanent Metal Railing Systems and Rails for Buildings; 2000 (Reapproved 2006). 1.04 DESIGN REQUIREMENTS A. Design railing assembly, wall rails, and attachments to resist lateral force of 200 lbs at any point without damage or permanent set. 1.05 SUBMITTALS A. See Section 01 3300 - Construction Submittals for submittal procedures. B. Shop Drawings: Indicate profiles, sizes, connection attachments, anchorage, size and type of fasteners, and accessories. C. Samples: Submit two, 12 inch long samples of handrail. Submit two samples of elbow, wall bracket, escutcheon, and end stop. PART2 PRODUCTS 2.01 RAILINGS -GENERAL REQUIREMENTS A. Design, fabricate, and test railing assemblies in accordance with the most stringent requirements of ASTM E985 and applicable local code. B. Design railing assembly, wall rails, and attachments to resist lateral force of 200 lbs at any point without damage or permanent set. C. Allow for expansion and contraction of members and building movement without damage to connections or members. D. Dimensions: See drawings for configurations and heights. E. Provide anchors and other components as required to attach to structure, made of saMe materials as railing components unless otherwise indicated; where exposed tastenerz3re unavoidable provide flush countersunk fasteners. -r c ..n F. Provide slip-on non -weld mechanical fittings to join lengths, seal open ends,An on8gal exposed mounting bolts and nuts, including but not limited to elbows, T-shepplic�' r connectors, flanges, escutcheons, and wall brackets. rn 2.02 STAINLESS STEEL RAILING SYSTEM A. Stainless Steel Plate and Flat Bar: ASTM A666, Type 316 stainless steel bar! nne Ud and pickled. ` .9- 1 . 1. See drawings for Plate and Bar dimensions. Ul 2. Finish: No. 360-400 grit, satin finish. B. Mounting: Stainless steel base plates secured to concrete substrate with exposed fasteners. C. Exposed Fasteners: Flush countersunk screws or bolts; consistent with design of railing. D. Straight Splice Connectors: Steel concealed spigots. Bidding Documents STAINLESS STEEL RAILINGS 06/20/17 055211-1 Neumann Monson Architects Robert A. Lee Recreation Center Remodeling 2017 16.121 Iowa City, IA 2.03 FABRICATION A. Accurately form railing configuration to suit specific project conditions and for proper connection to structural substrate. B. Fit and shop assemble components in largest practical sizes for delivery to site. C. Fabricate components with joints tightly fitted and secured. Provide spigots and sleeves to accommodate site assembly and installation. D. Provide anchors and plates required for connecting railings to structure. E. Exposed Mechanical Fastenings: Provide flush countersunk screws or bolts; unobtrusively located; consistent with design of component, except where specifically noted otherwise. F. Supply components required for anchorage of railings. Fabricate anchors and related components of same material and finish as railings, except where specifically noted otherwise. G. Accurately form components to suit specific project conditions and for proper connection to building structure. H. Accommodate for expansion and contraction of members and building movement without damage to connections or members. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. 3.02 PREPARATION r 4. Supply items required to be cast into concrete or embedded in masonry with setting templates, %P for3astallation as work of other sections. �.03 *' STJi�YATION '�� ,� Ir n accordance with final shop drawings. U Bo Ins 3Gomponents plumb and level, accurately fitted, free from distortion or defects, with tight 'J 0iryte.�t 1'_ C. �n&9� ilings securely to structure. 3'�4 EMSTION TOLERANCES A. Vaximum Variation From Plumb: 1/4 inch in 10 feet. B. Maximum Offset From True Alignment: 1/4 inch. C. Maximum Out -0f -Position: 1/4 inch. END OF SECTION STAINLESS STEEL RAILINGS 055211-2 Bidding Documents Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 SECTION 06 1000 - ROUGH CARPENTRY PART1 GENERAL 1.01 SECTION INCLUDES A. Fire retardant treated wood materials. B. Communications and electrical room mounting boards. C. Concealed wood blocking, nailers, and supports. 1.02 RELATED REQUIREMENTS A. Section 09 2116 - Gypsum Board Assemblies: Steel stud partition wall framing. B. Section 10 2812 -Toilet Accessories 1.03 REFERENCE STANDARDS A. ASTM Al53/A153M - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware; 2009. B. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials; 2015a. C. AWPA C20 - Structural Lumber — Fire Retardant Treatment by Pressure Processes; American Wood -Protection Association; 2003. D. AWPA C27 - Plywood — Fire -Retardant Treatment by Pressure Processes; American Wood -Protection Association; 2002. E. AWPA U1 - Use Category System: User Specification for Treated Wood; 2012. F. PS 20 -American Softwood Lumber Standard; 2010. 1.04 SUBMITTALS A. See Section 01 3300 - Construction Submittals for submittal procedures. B. Product Data: Provide technical data on wood preservative materials and fire retardant treated wood. C. Manufacturer's Certificate: Certify that wood products supplied for rough carpentry meet or exceed specified requirements. 1.05 DELIVERY, STORAGE, AND HANDLING A. General: Cover wood products to protect against moisture. Support stacked products to prevent deformation and to allow air circulation. B. Fire Retardant Treated Wood: Prevent exposure to precipitation during shipping, storage, or installation. PART2 PRODUCTS 2.01 GENERAL REQUIREMENTS A. Dimension Lumber: Comply with PS 20 and requirements of specified gradinp,pgencn. 1. Species: Douglas Fir -Larch, unless otherwise indicated. v ZZ 2. Grading Agency: Any grading agency whose rules are approved by the AHeview7j American Lumber Standard Committee (www.aisc.org) and who provid di ervie� for the species and grade specified; provide lumber stamped with grade 41 u ss otherwise indicated. --<r m B. Lumber fabricated from old growth timber is not permitted. 2.02 DIMENSION LUMBER 0 A. Sizes: Nominal sizes as indicated on drawings, S4S. ar B. Moisture Content: S -dry or MC19. C. Miscellaneous Framing, Blocking, Nailers, Grounds, and Furring: 1. Lumber: S4S, No. 2 or Standard Grade. Bidding Documents ROUGH CARPENTRY 06/20/17 061000-1 Neumann Monson Architects 16.121 2. Boards: Standard or No. 3. 2.03 CONSTRUCTION PANELS Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA A. Communications and Electrical Room Mounting Boards: PS 1 A -C plywood (A -side exposed); 3/4 inch thick; flame spread index of 25 or less, smoke developed index of 450 or less, when tested in accordance with ASTM E84. 2.04 ACCESSORIES A. Fasteners and Anchors: 1. Metal and Finish: Hot -dipped galvanized steel complying with ASTM A153/A153M for high humidity and preservative -treated wood locations, unfinished steel elsewhere. 2. Drywall Screws: Bugle head, hardened steel, power driven type, length three times thickness of sheathing. 2.05 FACTORY WOOD TREATMENT A. Treated Lumber and Plywood: Comply with requirements of AWPA U1 -Use Category System for wood treatments determined by use categories, expected service conditions, and specific applications. 1. Fire -Retardant Treated Wood: Mark each piece of wood with producer's stamp indicating compliance with specified requirements. B. Fire Retardant Treatment: 1. Manufacturers: a. Arch Wood Protection, Inc: www.wolmanizedwood.com. b. Hoover Treated Wood Products, Inc: www.frtw.com. c. Osmose, Inc: www.osmose.com. d. Substitutions: See Section 016000 - Product Requirements. 2. Interior Type A: AWPA U1, Use Category UCFA, Commodity Specification H, low temperature (low hygroscopic) type, chemically treated and pressure impregnated; capable of providing a maximum flame spread index of 25 when tested in accordance with ASTM E84, with no evidence of significant combustion when test is extended for an additional 20 minutes. a. Kiln dry wood after treatment to a maximum moisture content of 19 percent for lumber and 15 percent for plywood. b. Treat rough carpentry items as indicated . c. Do not use treated wood in applications exposed to weather or where the wood may become wet. PART 3 EXECUTION 3.01 INSTALLATION -GENERAL A. Select material sizes to minimize waste. B. Reuse scrap to the greatest extent possible; clearly separate scrap for use on site as accessory components, including: shims, bracing, and blocking. C. Where treated wood is used on interior, provide temporary ventilation during and immediately after installation sufficient to remove indoor air contaminants. 3.02 BLOCKING, NAILERS, AND SUPPORTS A. Provide framing and blocking members as indicated or as required to support finishes, fixtures, specialty items, and trim. B. In framed assemblies that have concealed spaces, provide solid wood fireblocking as required by applicable local code, to close concealed draft openings between floors and between top story and roof/attic space; other material acceptable to code authorities may be used in lieu of solid wood blocking. C. In metal stud walls, provide continuous blocking around door and window openings for anchorage of frames, securely attached to stud framing. ROUGH CARPENTRY Bidding Documents 061000-2 06/16/17 RobertA. Lee Recreation Center Remodeling 2017 Iowa City, IA Neumann Monson Architects 16.121 D. In walls, provide blocking attached to studs as backing and support for wall -mounted items, unless item can be securely fastened to two or more studs or other method of support is explicitly indicated. 3.03 INSTALLATION OF CONSTRUCTION PANELS A. Communications and Electrical Room Mounting Boards: Secure with screws to studs with edges over firm bearing; space fasteners at maximum 24 inches on center on all edges and into studs in field of board. 1. Install adjacent boards without gaps. 3.04 TOLERANCES A. Framing Members: 1/4 inch from true position, maximum. B. Variation from Plane (Other than Floors): 1/4 inch in 10 feet maximum, and 1/4 inch in 30 feet maximum. END OF SECTION Bidding Documents ROUGH CARPENTRY 06/16/17 06 1000-3 ry O T> �+ T • 1 O =ern = M E o Bidding Documents ROUGH CARPENTRY 06/16/17 06 1000-3 Neumann Monson Architects Robert A. Lee Recreation Center Remodeling 2017 16.121 Iowa City, IA ROUGH CARPENTRY Bidding Documents 061000-4 06/16/17 r— C -i n- 3 WjY i U� N U V— et r O N ROUGH CARPENTRY Bidding Documents 061000-4 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 61" i Le]�[ril Yi�I�II�lilt�tii�T�\A_1 � i�9 PART1 GENERAL 1.01 SECTION INCLUDES A. Nonsag gunnable joint sealants. B. Self -leveling pourable joint sealants. C. Joint backings and accessories. 1.02 RELATED REQUIREMENTS A. Section 016116 - Volatile Organic Compound (VOC) Content Restrictions: Additional requirements for sealants and primers. B. Section 08 7100 - Door Hardware: Setting exterior door thresholds in sealant. C. Section 08 8000 - Glazing: Glazing sealants and accessories. D. Section 09 2116 - Gypsum Board Assemblies: Sealing acoustical and sound -rated walls and ceilings. E. Section 09 3000 - Tiling: Sealant between tile and plumbing fixtures and at junctions with other materials and changes in plane. 1.03 REFERENCE STANDARDS A. ASTM C661 - Standard Test Method for Indentation Hardness of Elastomeric-Type Sealants by Means of a Durometer; 2006 (Reapproved 2011). B. ASTM C794 - Standard Test Method for Adhesion -In -Peel of Elastomeric Joint Sealants; 2015. C. ASTM C834 - Standard Specification for Latex Sealants; 2014. D. ASTM C920 - Standard Specification for Elastomeric Joint Sealants; 2014. E. ASTM C1087 - Standard Test Method for Determining Compatibility of Liquid -Applied Sealants with Accessories Used in Structural Glazing Systems; 2000 (Reapproved 2011). F. ASTM C1193 - Standard Guide for Use of Joint Sealants; 2013. G. ASTM C1330 - Standard Specification for Cylindrical Sealant Backing for Use with Cold Liquid -Applied Sealants; 2002 (Reapproved 2013). 1.04 SUBMITTALS A. See Section 01 3300 - Construction Submittals for submittal procedures. B. Product Data for Sealants: Submit manufacturer's technical data sheets for each product to be used, that includes the following. 1. Physical characteristics, including movement capability, VOC content, hardnes6;cure time, and color availability. is Z 2. List of backing materials approved for use with the specific product.. :*0 C- 3. Substrates that product is known to satisfactorily adhere to and with VAGA is2Dmp . 4. Substrates the product should not be used on. C. Product Data for Accessory Products: Submit manufacturer's technical da et j� eaclhen product to be used, including physical characteristics, installation instructioFm d = recommended tools. N D. Color Cards for Selection: Where sealant color is not specified, submit manufactusir's color cards showing standard colors available for selection. M E. Samples for Verification: Where custom sealant color is specified, obtain directions from Architect and submit at least two physical samples for verification of color of each required sealant. F. Sustainable Design Documentation: For sealants and primers, submit VOC content and emissions documentation as specified in Section 016116. Bidding Documents JOINT SEALANTS 06/20/17 079200-1 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA G. Preconstruction Laboratory Test Reports: Submit at least four weeks prior to start of installation. 1.05 QUALITY ASSURANCE A. Preconstruction Laboratory Testing: Arrange for sealant manufacturer(s) to test each combination of sealant, substrate, backing, and accessories. 1. Adhesion Testing: In accordance with ASTM C794. 2. Compatibility Testing: In accordance with ASTM C1087. 3. Allow sufficient time for testing to avoid delaying the work. 4. Deliver to manufacturer sufficient samples for testing. 5. Report manufacturer's recommended corrective measures, if any, including primers or techniques not indicated in product data submittals. 6. Testing is not required if sealant manufacturer provides data showing previous testing, not older than 24 months, that shows satisfactory adhesion, lack of staining, and compatibility. 1.06 WARRANTY A. See Section 017700 - Closeout Procedures for additional warranty requirements. B. r—Correct defective work within a five year period after Date of Substantial Completion. C.VlNarranty: Include coverage for installed sealants and accessories that fail to achieve c%wat t seal , exhibit loss of adhesion or cohesion, or do not cure. 4T 2ff!R�"C'T�S JO T IRVIANT APPLICATIONS A. c1co for Joints: Do not seal interior joints unless specifically indicated to be sealed. Interior r loilats to be sealed include, but are not limited to, the following items. c a. — Joints between door, window, and other frames and adjacent construction. b. Otherjoints indicated below. 2. Do not seal the following types of joints. a. Joints indicated to be treated with manufactured expansion joint cover or some other type of sealing device. b. Joints where sealant is specified to be provided by manufacturer of product to be sealed. c. Joints where installation of sealant is specified in another section. d. Joints between suspended panel ceilingstgrid and walls. B. Interior Joints: Use non -sag polyurethane sealant, unless otherwise indicated. 1. Wall and Ceiling Joints in Non -Wet Areas: Acrylic emulsion latex sealant; Type — 2. Wall and Ceiling Joints in Wet Areas: Non -sag polyurethane sealant for continuous liquid immersion. 3. Floor Joints in Wet Areas: Non -sag polyurethane "non -traffic -grade" sealant suitable for continuous liquid immersion. 4. Joints between Fixtures in Wet Areas and Floors, Walls, and Ceilings: Mildew -resistant silicone sealant; white. 5. Other Floor Joints: Self -leveling polyurethane "traffic -grade" sealant. C. Interior Wet Areas: restrooms, kitchens, food service areas, and food processing areas; fixtures in wet areas include plumbing fixtures, food service equipment, countertops, cabinets, and other similar items. 2.02 JOINT SEALANTS - GENERAL A. Sealants and Primers: Provide products with levels of volatile organic compound (VOC) content as indicated in Section 016116. 2.03 NONSAG JOINT SEALANTS A. Mildew -Resistant Silicone Sealant: ASTM C920, Grade NS, Uses M and A; single component, mildew resistant; not expected to withstand continuous water immersion or traffic. JOINT SEALANTS Bidding Documents 079200-2 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Neumann Monson Architects 16.121 1. Color: White. B. Polyurethane Sealant: ASTM C920, Grade NS, Uses M and A; single or multi-component; not expected to withstand continuous water immersion or traffic. 1. Movement Capability: Plus and minus 25 percent, minimum. 2. Hardness Range: 20 to 35, Shore A, when tested in accordance with ASTM C661. 3. Color: To be selected by Architect from manufacturer's standard range. C. Polyurethane Sealant for Continuous Water Immersion: ASTM C920, Grade NS, Uses M and A; single or multi-component; explicitly approved by manufacturer for continuous water immersion; suitable for traffic exposure when recessed below traffic surface . 1. Movement Capability: Plus and minus 35 percent, minimum. 2. Hardness Range: 20 to 35, Shore A, when tested in accordance with ASTM C661. 3. Color: To be selected by Architect from manufacturer's standard range. D. Acrylic Emulsion Latex: Water-based; ASTM C834, single component, non -staining, non-bleeding, non -sagging; not intended for exterior use. 1. Color: To be selected by Architect from manufacturer's standard range. 2.04 SELF -LEVELING SEALANTS A. Self -Leveling Polyurethane Sealant for Continuous Water Immersion: Polyurethane; ASTM C920, Grade P, Uses M and A; single or multicomponent; explicitly approved by manufacturer for traffic exposure and continuous water immersion. 1. Movement Capability: Plus and minus 25 percent, minimum. 2. Hardness Range: 35 to 55, Shore A, when tested in accordance with ASTM C661. 3. Color: To be selected by Architect from manufacturers standard range. 2.05 ACCESSORIES A. Backer Rod: Cylindrical cellular foam rod with surface that sealant will not adhere to, compatible with specific sealant used, and recommended by backing and sealant manufacturers for specific application. 1. Type for Joints Not Subject to Pedestrian or Vehicular Traffic: ASTM C1330; Type O - Open Cell Polyurethane. 2. Type for Joints Subject to Pedestrian or Vehicular Traffic: ASTM C1330; Type B - Bi -Cellular Polyethylene. 3. Open Cell: 40 to 50 percent larger in diameter than joint width. 4. Closed Cell and Bi -Cellular: 25 to 33 percent larger in diameter than joint width. B. Backing Tape: Self-adhesive polyethylene tape with surface that sealant will not adhere to and recommended by tape and sealant manufacturers for specific application. C. Masking Tape: Selfadhesive, nonabsorbent, non -staining, removable without adhesive residue, and compatible with surfaces adjacent to joints and sealants. D. Primers: Type recommended by sealant manufacturer to suit application; non -stainings PART 3 EXECUTION O 3.01 EXAMINATION D.4 _ A. Acceptance of Surfaces and Conditions: Examine substrate surfaces to racew�'�od s an systems and associated Work for compliance with requirements and other co gns affectirly. performance. Proceed only when unsatisfactory conditions have been correcfeq a nned' r 1 complying with Contract Documents. Starting Work within a particular area wi 6Aco lrued;'2� acceptance of surface conditions. B. Verify that joints are ready to receive work. a7, C. Verify that backing materials are compatible with sealants. D. Verify that backer rods are of the correct size. Bidding Documents JOINT SEALANTS 06/16/17 079200-3 Neumann Monson Architects Robert A. Lee Recreation Center Remodeling 2017 16.121 Iowa City, IA 3.02 PREPARATION A. General: Comply with manufacturer's instructions, recommendations, and specifications for cleaning and surface preparation. Surfaces shall have no defects, contaminants, or errors which would result in poor or potentially defective installation or would cause latent defects in Work. Provide smooth and clean substrates, free of dust, dirt, and moisture according to manufacturer's written instructions. B. Remove loose materials and foreign matter that could impair adhesion of sealant. C. Clean joints, and prime as necessary, in accordance with manufacturer's instructions. D. Perform preparation in accordance with manufacturer's instructions and ASTM C1193. E. Mask elements and surfaces adjacent to joints from damage and disfigurement due to sealant work; be aware that sealant drips and smears may not be completely removable. 3.03 INSTALLATION A. Perform work in accordance with sealant manufacturer's requirements for preparation of rsurfaces and material installation instructions. B. Werforrrostallation in accordance with ASTM C1193. N MC. 44yieeasmint dimensions and size joint backers to achieve width -to -depth ratio, neck W dimeN. and surface bond area as recommended by manufacturer, except where specific EyneL%ens are indicated. =�D. g�taoc$?d breaker backing tape where backer rod cannot be used. (_E. 4ta]F—*Aslant free of air pockets, foreign embedded matter, ridges, and sags, and without getting sRIant on adjacent surfaces. F. 06 not install sealant when ambient temperature is outside manufacturer's recommended temperature range, or will be outside that range during the entire curing period, unless manufacturer's approval is obtained and instructions are followed. G. Nonsag Sealants: Tool surface concave, unless otherwise indicated; remove masking tape immediately after tooling sealant surface. H. Concrete Floor Joint Filler: After full cure, shave joint filler flush with top of concrete slab. 3.04 FIELD QUALITY CONTROL A. Perform field quality control inspection/testing as specified in PART 1 under QUALITY ASSURANCE article. B. Remove and replace failed portions of sealants using same materials and procedures as indicated for original installation. END OF SECTION JOINT SEALANTS 079200-4 Bidding Documents 06/16/17 1 F Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA PART1 GENERAL Neumann Monson Architects 16.121 SECTION 08 1113 - HOLLOW METAL DOORS AND FRAMES 1.01 SECTION INCLUDES A. Non -fire -rated interior hollow metal doors and frames. 1.02 RELATED REQUIREMENTS A. Section 04 2000 - Unit Masonry. B. Section 08 1416 - Flush Wood Doors. C. Section 08 7100 -Door Hardware. D. Section 08 8000 -Glazing: Glass for doors and borrowed lites. E. Section 09 2116 -Gypsum Board Assemblies: Coordination and integration of installation of concealed hollow metal frames. F. Section 09 9000 - Painting and Coating: Field -applied finish painting for interior steel doors and frames. 1.03 REFERENCE STANDARDS A. 2010 ADA Standards for Accessible Design- US DoJ Rev. Regulations for Titles II and III, Americans with Disabilities Act of 1990 as adopted by Iowa State Building Code 661-302.1 B. ANSI/ICC A117.1 - American National Standard for Accessible and Usable Buildings and Facilities; International Code Council; 2009. C. ANSI/SDI A250.4 - Test Procedure and Acceptance Criteria for Physical Endurance for Steel Doors, Frames and Frame Anchors; 2011. D. ANSI/SDI A250.8 - Specifications for Standard Steel Doors and Frames (SDI -100); 2014. E. ANSI/SDI A250.10 - Test Procedure and Acceptance Criteria for Prime Painted Steel Surfaces for Steel Doors and Frames; 2011. F. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process; 2015. G. ASTM A1008/A1008M - Standard Specification for Steel, Sheet, Cold -Rolled, Carbon, Structural, High -Strength Low -Alloy, High -Strength Low -Alloy with Improved Formability, Solution Hardened, and Bake Hardenable; 2015. H. ASTM A1011/A1011M - Standard Specification for Steel, Sheet and Strip, Hot -Rolled, Carbon, Structural, High -Strength Low -Alloy, High -Strength Low -Alloy with Improved Formability, and Ultra -High Strength; 2014. c I. BHMA A156.115 - American National Standard for Hardware Preparation in Steil Doorcend Steel Frames; 2014. L J. ICC A117.1 - Accessible and Usable Buildin s and Facilities; 2009. �~ x 9 c�-f N K. NAAMM HMMA 830 - Hardware Selection for Hollow Metal Doors and Frames- t 2. o r L. NAAMM HMMA 831 - Hardware Locations for Hollow Metal Doors and Framd,; q 1.= M M. NAAMM HMMA 840 - Guide Specifications for Installation and Storage of HolC " etaWoorO and Frames; 2007. t m 1.04 SUBMITTALS A. See Section 013300 - Construction Submittals for submittal procedures. B. Product Data: Materials and details of design and construction, hardware locations, reinforcement type and locations, anchorage and fastening methods, and finishes; and one copy of referenced standards/guidelines. C. Shop Drawings: Details of each opening, showing elevations, glazing, frame profiles, and any indicated finish requirements. Bidding Documents 06/20/17 HOLLOW METAL DOORS AND FRAMES 081113-1 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA D. Installation Instructions: Manufacturer's published instructions, including any special installation instructions relating to this project. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. B. Copies of Documents at Project Site: Maintain at the project site a copy of each referenced document that prescribes installation requirements. C. Coordination: Coordinate installation of anchorages for hollow metal frames. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors. Deliver such items to Project site in time for installation. 1.06 DELIVERY, STORAGE, AND HANDLING A. Comply with NAAMM HMMA 840 or ANSI/SDI A250.8 (SDI -100) in accordance with specified requirements. B. Protect with resilient packaging; avoid humidity build-up under coverings; prevent corrosion and r �iversep,ffects on factory applied painted finish. T 2 E%OD�_ S 4,07, MANUFgy,J RERS A. Wollo tal Doors and Frames: J $+xAes, an Assa Abloy Group company: www.assaabloydss.com. Tecblic Doors: www.republicdoor.com. raft, an Allegion brand: www.allegion.com/sle. hnical Glass Products: www.tgpamerica.com. IP' Substitutions: See Section 016000 - Product Requirements. 2.02 DESIGN CRITERIA A. Requirements for Hollow Metal Doors and Frames: 1. Steel used for fabrication of doors and frames shall comply with one or more of the following requirements; Galvannealed steel conforming to ASTM A653/A653M, cold -rolled steel conforming to ASTM A1008/A1008M, or hot -rolled pickled and oiled (HRPO) steel conforming to ASTM A1011/A1011 M, Commercial Steel (CS) Type B for each. 2. Accessibility: Comply with ICC A117.1 and ADA Standards. 3. Door Top Closures: Flush end closure channel, with top and door faces aligned. 4. Door Edge Profile: Manufacturers standard for application indicated. 5. Typical Door Face Sheets: Flush. 6. Glazed Lights: Non -removable stops on non -secure side; sizes and configurations as indicated on drawings. Style: Manufacturers standard. 7. Hardware Preparations, Selections and Locations: Comply with NAAMM HMMA 830 and NAAMM HMMA 831 or BHMA A156.115 and ANSI/SDI A250.8 (SDI -100) in accordance with specified requirements. 2.03 HOLLOW METAL DOORS A. Interior Doors, Non -Fire Rated: 1. Based on SDI Standards: ANSI/SDI A250.8 (SDI -100). a. Level 3 - Extra Heavy-duty. b. Physical Performance Level A, 1,000,000 cycles; in accordance with ANSI/SDI A250.4. c. Model 2 - Seamless. d. Door Face Metal Thickness: 16 gage, 0.053 inch, minimum. 2. Core Material: Manufacturers standard core material/construction and in compliance with requirements. 3. Door Thickness: 1-3/4 inch, nominal. HOLLOW METAL DOORS AND FRAMES Bidding Documents 081113-2 06/16/17 I 1 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 4. Door Finish: Factory finished. 2.04 HOLLOW METAL FRAMES A. Comply with standards and/or custom guidelines as indicated for corresponding door in accordance with applicable door frame requirements. B. General: 1. Conduit for electrified hardware in frames to be installed in masonry: a. Provide 1/2 inch metal conduit, welded in place, to facilitate wiring for electrified hardware specified in Section 08 7100. b. Extend the feed conduit out the top of the frame approximately 18 inches; include a pull line in the conduit for pulling wire. c. Where two or more electrical items are required in the same frame, provide conduit between the electrified components. 2. Provide mortar guard boxes for hardware cut-outs in frames to be installed in masonry or to be grouted under Section 04 2000; allow room for installation of electrified hardware items specified in Section 08 7100. C. Interior Door Frames, Non -Fire Rated: Full profile/continuously welded type. 2.05 ACCESSORIES A. Glazing: As specified in Section 08 8000, factory installed. B. Removable Stops: Formed sheet steel, shape as indicated on drawings, mitered or butted corners; prepared for countersink style tamper proof screws. C. Silencers: Resilient rubber, fitted into drilled hole; 3 on strike side of single door, 3 on Center mullion of pairs, and 2 on head of pairs without center mullions. D. Frame Anchors - General: ASTM A591/A591 M, Commercial Steel (CS), 40Z coating designation; mill phosphatized. 1. For Anchors Built into Exterior Walls: Steel sheet complying with ASTM A1008/A1008M or ASTM Al011/A1011 M, hot -dip galvanized according to ASTM Al53/A153M, Class B. E. Jamb Anchors: Fabricated of same material as frames: 1. Stud -Wall Type: Designed to engage stud, welded to back of frames; not less than 0.042 inch (18 gage) thick. Locate anchors not more than 18 inches from top and bottom of frame. Space anchors not more than 32 inches on centers and as follows: a. Three anchors per jamb up to 60 inches high. b. Four anchors per jamb from 60 to 90 inches high. c. Five anchors per jamb from 90 to 96 inches high. d. Five anchors perjamb plus 1 additional anchor per jamb for each 24 inchep gr fraction thereof above 96 inches high. o e. Two anchors per head for frames above 42 inches wide and mourl rrwTal-styQ partitions. y� j 2. Masonry -Wall Type (Contractor's Option): Provide one of the followingttg. qit fpne si a. Adjustable wire anchors, not less than 0.167 inch diameter by 8-1/Sgghesgbng. b. T-shaped anchors, not less than 0.042 inch (18 gage) thick, with cafqatec6or M perforated straps not less than 2 inches wide by 10 inches long. o M s c. Locate anchors not more than 18 inches from top and bottom of fry SWe anchors not more than 32 inches on centers and as follows: .9- 1) Two anchors per jamb up to 60 inches high. U' 2) Three anchors per jamb from 60 to 90 inches high. 3) Four anchors per jamb from 90 to 120 inches high. 4) Four anchors per jamb plus 1 additional anchor per jamb for each 24 inches or fraction thereof above 120 inches high. 3. Postinstalled Expansion Type for In -Place Concrete or Masonry: Countersunk, flat or oval head exposed screws and bolts with expansion shields or inserts, minimum 3/8 inch diameter bolts. Provide pipe spacer from frame to wall, with throat reinforcement plate, welded to frame at each anchor location. Bidding Documents 06/16/17 HOLLOW METAL DOORS AND FRAMES 08 1113-3 Neumann Monson Architects Robert A. Lee Recreation Center Remodeling 2017 16.121 Iowa City, IA a. Locate anchors not more than 6 inches from top and bottom of frame and not more than 26 inches on centers. F. Floor Anchors: Formed from same material as frames, welded to bottom of jambs and mullions with not less than 4 spot welds, not less than 0.0428 inch (18 gage) thick, clip -type anchors, with two holes to receive fasteners, terminating bottom of frames at finish floor surface. G. Temporary Frame Spreaders: Removable metal spreader bars across bottom of frames, tack ' welded to jambs and mullions. 2.06 FINISHES A. Primer for Interior Doors and Frames: Rust -inhibiting, complying with ANSI/SDI A250.10, door manufacturer's standard. B. Asphaltic Paint: Asphalt emulsion or other high -build, water-resistant, resilient coating. PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting Work. B. r Verify that opening sizes and tolerances are acceptable. C. uRerify the finished walls are in plane to ensure proper door alignment. oD. %vi f Wing diagrams and coordinate conduit requirements for wiring of electrified hardware. 3.021 PRfARJ_q{ iN W&q Qpat MUre of frames to be installed in masonry or to be grouted, with asphaltic paint to a .J ff*krottf 1/16 inch, prior to installation except in fire rated assemblies. a]B. at iO3fflo of exterior frames with asphaltic paint to a thickness of 1/16 inch. 3.03 INSM ATI& A. lWall doors and frames in accordance with manufacturer's instructions and related requirements of specified door and frame standards or custom guidelines indicated. After wall construction is complete, remove temporary braces. Restore exposed finish by grinding, filling, and dressing, as required to make repaired area smooth, flush, and invisible on exposed faces. 1. Set frames accurately in position, plumbed, aligned, and braced securely until permanent anchors are set. Provide floor anchors for each jamb and mullion that extends to floor, and secure with post -installed anchors or fasteners. 2. Coordinate frame jamb anchor placement with wall construction. 3. Where frames are fabricated in sections because of shipping or handling limitations, field splice at approved locations by welding face joint continuously; grind, fill, dress, and make splice smooth, flush, and invisible on exposed faces. 4. Install frames with removable glazing stops located on secure side of opening. S. Install door silencers in frames before grouting. �. Check plumbness, squareness, and twist of frames as walls are constructed. Shim as pecessary to comply with installation tolerances. B. Coordinate frame anchor placement with wall construction. C. Grout frames in masonry construction, using hand trowel methods as specified in Section 04 2000; brace frames so that pressure of grout before setting will not deform frames. 1. In -Place Masonry or Concrete Construction: Secure frames in place with post -installed expansion anchors. Countersink anchors, and fill and make smooth, flush, and invisible on exposed faces. D. Install door hardware as specified in Section 08 7100. E. Comply with glazing installation requirements of Section 08 8000. F. Coordinate installation of electrical connections to electrical hardware items. G. Touch up damaged factory finishes. HOLLOW METAL DOORS AND FRAMES Bidding Documents 081113-4 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 3.04 TOLERANCES A. Clearances Between Door and Frame: Comply with related requirements of specified door and frame standards or custom guidelines indicated. B. Maximum Diagonal Distortion: 1/16 in measured with straight edge, corner to corner. 3.05 ADJUSTING A. Adjust for smooth and balanced door movement. 3.06 FIELD -APPLIED FINISHES A. Painting of Both Sides of Interior Steel Doors and Frames: As specified in Section 09 9000. 3.07 SCHEDULE A. Refer to Door Schedule on the drawings. END OF SECTION Bidding Documents 06/16/17 HOLLOW METAL DOORS AND FRAMES 08 1113-5 N 1--4 { N O Crn -C2 TY1 r13 1 4� HOLLOW METAL DOORS AND FRAMES 08 1113-5 Neumann Monson Architects 16.121 C) W J LL HOLLOW METAL DOORS AND FRAMES 081113-6 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Bidding Documents 06/16/17 I I I Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 SECTION 08 1416 - FLUSH WOOD DOORS PART1 GENERAL 1.01 SECTION INCLUDES A. Flush wood doors; flush configuration; non -rated. 1.02 RELATED REQUIREMENTS A. Section 08 1113 - Hollow Metal Doors and Frames: Steel door frames. B. Section 08 7100 -Door Hardware. C. Section 08 8000 - Glazing. 1.03 REFERENCE STANDARDS A. 2010 ADA Standards for Accessible Design- US DoJ Rev. Regulations for Titles II and III, Americans with Disabilities Act of 1990 as adopted by Iowa State Building Code 661-302.1 B. AWI/AWMAC/WI (AWS) -Architectural Woodwork Standards; 2014. 1.04 ADMINISTRATIVE REQUIREMENTS A. Preinstallation Meeting: Conduct a preinstallation meeting at least one week prior to the start of the work of this section; require attendance by all affected installers. 1.05 SUBMITTALS A. Product Data: Indicate door core materials and construction, veneer species, type and characteristics. B. Shop Drawings: Show doors and frames, elevations, sizes, types, swings, undercuts, beveling, blocking for hardware, factory machining, factory finishing, cutouts for glazing and other details. C. Specimen warranty. D. Samples: Submit two samples of door veneer, 8 x 10 inch in size illustrating wood grain, stain color, and sheen. E. Warranty, executed in City of Iowa City's name. 1.06 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section, with not less than three years of documented experience. 1.07 DELIVERY, STORAGE, AND HANDLING A. Package, deliver and store doors in accordance with specified quality standard. B. Accept doors on site in manufacturer's packaging. Inspect for damage. C. Protect doors with resilient packaging sealed with heat shrunk plastic. Do not store in damp or wet areas; or in areas where sunlight might bleach veneer. Seal top and bottom edges with tinted sealer if stored more than one week. Break seal on site to permit ventilation. . 1.08 WARRANTY A. See Section 01 7700 - Closeout Procedures for additional warranty requirefoga B. Interior Doors: Provide manufacturer's warranty for the life of the installation � ��. C. Include coverage for delamination of veneer, warping beyond specified inslopon O?eranees, defective materials, and telegraphing core construction. r*1 v M PART 2 PRODUCTS ox N Q 2.01 MANUFACTURERS .F- A. Wood Veneer Faced Doors: G4 1. Algoma Hardwoods, Inc.: www.algomahardwoods.com. 2. Graham Wood Doors: www.grahamdoors.com. 3. Eggers Industries: www.eggersindustries.com. 4. Marshfield Door Systems, Inc.: www.marshfielddoors.com. Bidding Documents 06/20/17 FLUSH WOOD DOORS 081416-1 Neumann Monson Architects Robert A. Lee Recreation Center Remodeling 2017 16.121 Iowa City, IA 5. VT Industries, Inc.: www.vtindustries.com. 6. Substitutions: See Section 016000 - Product Requirements. 2.02 DOORS A. Doors: Refer to drawings for locations and additional requirements. 1. Quality Level: Premium Grade, in accordance with AWS. 2. Wood Veneer Faced Doors: 5 -ply unless otherwise indicated. B. Interior Doors: 1-3/4 inches thick unless otherwise indicated; flush construction. 1. Provide solid core doors at each location. 2.03 DOOR AND PANEL CORES A. Non -Rated Solid Core Doors: Type particleboard core (PC), plies and faces as indicated. 2.04 DOOR FACINGS A. Veneer Facing for Transparent Finish: Red oak, veneer grade in accordance with quality standard indicated, plain sliced (flat cut), with book match between leaves of veneer, running match of spliced veneer leaves assembled on door or panel face. 1. Vertical Edges: Any option allowed by quality standard for grade. 2. 'Pair Match" each pair of doors; "Set Match" pairs of doors within 10 feet of each other when doors are closed. B. Facing Adhesive: Type I -waterproof. 2.05 LSOR C%NSTRUCTION A.NFaW.io to doors in accordance with door quality standard specified. B. = ow"Constructed with stiles and rails: W C. Proaeg-solid blocks at lock edge for hardware reinforcement. c� N. >Pcovide solid blocking for other throughbolted hardware. J D. �cachine doors for hardware other than surface -mounted hardware, in accordance with r a*requirements and dimensions. r E. g;ictory fit doors for frame opening dimensions identified on shop drawings, with edge %arances in accordance with specified quality standard. Provide edge clearances in accordance with the quality standard specified. 2.06 FACTORY FINISHING -WOOD VENEER DOORS A. Finish work in accordance with AWI/AWMAC/WI (AWS), Section 5 - Finishing for grade specified and as follows: 1. Transparent: a. System - 12, Polyurethane, Water-based. b. Stain: As selected by Architect. c. Sheen: Satin. B. Factory finish doors in accordance with approved sample. C. Seal door top edge with color sealer to match door facing. PART 3 9XECUTION 3.01 EXAMINATION A. Verify existing conditions before starting work. B. Verify that opening sizes and tolerances are acceptable. C. Do not install doors in frame openings that are not plumb or are out -of -tolerance for size or alignment. 3.02 INSTALLATION A. Install doors in accordance with manufacturer's instructions and specified quality standard. B. Factory -Finished Doors: Do not field cut or trim; if fit or clearance is not correct, replace door. FLUSH WOOD DOORS Bidding Documents 081416-2 06/16/17 I I Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Neumann Monson Architects 16.121 C. Use machine tools to cut or drill for hardware. D. Coordinate installation of doors with installation of frames and hardware. �Kl IL014 =I;7_1:14*� A. Conform to specified quality standard for fit and clearance tolerances. B. Conform to specified quality standard for telegraphing, warp, and squareness. C. Maximum Vertical Distortion (Bow): 1/8 inch measured with straight edge or taut string, top to bottom, over an imaginary 36 by 84 inches surface area. D. Maximum Width Distortion (Cup): 1/8 inch measured with straight edge or taut string, edge to edge, over an imaginary 36 by 84 inches surface area. 3.04 ADJUSTING A. Adjust doors for smooth and balanced door movement. B. Adjust closers for full closure. 3.05 SCHEDULE - SEE DRAWINGS Bidding Documents 06/16/17 END OF SECTION FLUSH WOOD DOORS O8 1416-3 O -iceo r— :� ; r -n X r 1 FLUSH WOOD DOORS O8 1416-3 Neumann Monson Architects Robert A. Lee Recreation Center Remodeling 2017 16.121 Iowa City, IA FLUSH WOOD DOORS Bidding Documents 081416-4 06/16/17 I I r- 160 Ifs N Xr (11 o W� r �t: CD LJ V CJ P N FLUSH WOOD DOORS Bidding Documents 081416-4 06/16/17 I I Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 SECTION 08 7100 - DOOR HARDWARE PART 1 -GENERAL 1.01 SECTION INCLUDES A. Furnish and install door hardware for hollow metal and wood doors. B. Furnish hardware for aluminum entrance doors; installation by Section 08 4313. C. Keying of all doors. D. Furnish and install access control components specified within this Section. E. Where items of hardware are not specified and are definitely required for the intended service, notify the Architect for clarification. If hardware is not specified but is required for a typical application, furnish and install such hardware items in the type and quantity for the appropriate service and function. F. Coordinate with access control supplier and electrical contractor. 1.02 SUBMITTALS A. Submit detailed door hardware schedule in quantities required by Division 01 - General Requirements. B. The door hardware schedule format shall be consistent with recommendations for a vertical format set forth in the Door & Hardware Institute's (DHI) publication "Sequence and Format for the Hardware Schedule". Door hardware sets shall be consolidated to group multiple door openings which share similar hardware requirements. Schedule shall include the following information: 1. Door number, location, size, handing, and rating. 2. Door and frame material, handing. 3. Degree of swing. 4. Manufacturer 5. Product name and catalog number 6. Function, type and style 7. Size and finish of each item 8. Mounting heights 9. Explanation of abbreviations, symbols, etc. 10. Numerical door index, indicating the hardware set/ group number for each door. C. Prepare the schedule under the direct supervision of a certified architectural hardware consultant (AHC) using the same numbering system for each hardware group as indicated in the schedule at the end of this Section. Handwritten schedules are not acceptable. The schedule shall be signed by the AHC and include contact information. D. The supervising AHC shall attend meetings related to the project when requested by the Architect. E. Review drawings from related trades as required to verify compatibility with secified ltrdware. Indicate unsuitable or in compatible items, and proposed substitutions in the dgr,)hard3yare schedule. F. Submit manufacturers' catalog data for each item of door hardware in quart i feq*d byr— Division 01 - General Requirements. -< -- G. Submit a list of required lead times for door hardware items. o'er S M a H. After final approved schedule is returned, transmit corrected copies for dist@�jtion iM fief in quantities required by Division 01 - General Requirements. c of I. Submit approved door hardware schedules, template lists, and pertinent templates as requested by related trades. J. Submit necessary diagrams, schematics, voltage and amperage requirements for electro- mechanical devices and systems when indicated and as required by related trades. Bidding Documents DOOR HARDWARE 06/20/17 087100-1 Neumann Monson Architects 16.121 Robert A. Lee Community Rec Center Remodel Iowa City, IA K. Electrical products: 1. Submit with the shop drawings wiring diagrams prepared by factory authorized personnel showing exact color -coded point-to-point connections required for each electrical component that is being provided. 2. Submit elevation riser drawings indicating the conduit runs needed along with the quantity and gage of wire required at each electrical component supplied in this Section. a. Submit with the shop drawings a brief written explanation of how all of the components are to operate together as a system. If there is an interface required with another electrical system, (fire alarm, card reader, etc.) the requirements of the hardware system shall be indicated by the hardware supplier. L. After receipt of approved door hardware schedule, the door hardware supplier shall initiate a meeting including the Owner's Representative and the Contractor to determine keying requirements. Upon completion of the initial key meeting, the door hardware supplier shall pare a key schedule with symbols and abbreviations as set forth in the Door and Hardware V.ttitute'"ublication "Keying Procedures, Systems, and Nomenclature". Submit copies of the Q Oivneproved key schedule for record and field use in quantities required by Division 01 - (' ffenEffi equirements. QUALLIT SURANCE A. cFhis Section may not deal individually with minute items such as components, parts, controls LL Tpd $fres which may be required to produce the door hardware performance specified. Prov"ch items where required, whether or not specifically identified. B. Where items of hardware are not specified and are definitely required for the intended service, notify the Architect for clarification. If hardware is not specified but is required for a typical application, furnish and install such hardware items in the type and quantity for the appropriate service and function. C. Installation of door hardware shall be installed or directly supervised and inspected by a skilled installer with not less than two (2) years' experience in successful completion of projects similar in size and scope. D. Installation of door hardware shall be by the door hardware supplier, not the General Contractor. Install door hardware in accordance with the approved hardware schedule and the manufacturer's instructions for installation and adjustment. 1.04 DELIVERY, STORAGE AND HANDLING A. The Contractor shall receive door hardware and provide secure and proper protection of door hardware items to avoid delays caused by lost or damaged hardware. B. Coordinate with related suppliers/fabricators under the direction of the Contractor for delivery of door hardware items necessary for factory installation. C. Furnish hardware and templates for aluminum doors to the aluminum entrance door supplier; installation by Section 08 4313. 1.05 PREPARATION A. - Furnish hardware templates and other information required to the fabricators of the doors and frames. This data is required to assist the fabricators in making proper cutouts, mortises, reinforcements, electrical connections and other preparations as required to properly receive the door hardware. B. The templates and/or physical door hardware, as required, shall be shipped prepaid to the fabricators. C. Reinforcement for all hardware for metal doors and frames shall be installed at the factory, be made to template and be furnished with machine screws. The face of locks shall be beveled to match the bevel edge of metal doors. DOOR HARDWARE Bidding Documents 087100-2 06/16/17 Robert A. Lee Community Rec Center Remodel Neumann Monson Architects Iowa City, IA 16.121 1.06 WARRANTY A. Door hardware items shall be warranted against defects in material and workmanship as set forth in Division 01 - General Requirements. B. Door hardware shall be warranted by the manufacturers to be free from defects in materials and workmanship for a period of two (2) years from substantial completion of the project. 1. Exception: Mechanical closers shall be warranted for ten (10) years from date of substantial completion. Power assist closers shall be warranted for two (2) years from the date of substantial completion. 2. Exception: Exit devices shall be warranted for five (5) years from date of substantial completion. C. Repair, replace, or otherwise correct deficient materials and workmanship without additional cost to the Owner. PART 2 -PRODUCTS 2.01 CYLINDERS AND KEYING A. Keying of locks and cylinders throughout project will be scheduled through a key meeting with Architect, Owner or representative, and hardware supplier. The meeting with the Owner will take place before the cylinders are ordered. At this time, a key schedule will be prepared and submitted to the Architect for approval. A copy of this key schedule with the bitting instructions shall accompany the finished as built shop drawings. Each key to be stamped by location as designated by the Owner. B. Equip locks with 6 pin tumblers cylinders utilizing Schlage Everest Keyway. Provide "figure 8" removable core cylinders for all exit/panic devices and keyed removable mullions. Furnish only temporary inserts for the construction period, and remove these when directed. C. Each cylinder supplied will be provided with three (3) keys. D. Furnish keys in the following quantities: 1. Six (6) each: Construction Masterkeys. 2. Two (2) each: Control Keys. 3. Six (6) each: Building MK. 4. Six (6) each: Submaster. E. Master keys and control keys to be delivered by registered mail to the Owner. Change keys shall be delivered in a set up key cabinet. Construction keys shall be delivered to the Contractor. 2.02 FASTENERS A. Install door hardware with only fasteners provided by the manufacturer for use with the specific product and according to the manufacturer's written instructions. Furnish suitable size, quantity, and material with finish to match the hardware. B. Exposed fasteners shall match the finish of the adjacent door hardware. Fasteners exposed to the weather shall be non-ferrous or stainless steel. Furnish correct fasteners to accommodate surrounding conditions. C. Coordinate required hardware reinforcements for doors and frames. Furnish through -bass' as required for materials not readily reinforced. o vch — D. Furnish self -tapping (TEC) screws for attachment of sweeps and stop -applied `irerktipping ■ �r� and for attaching kickplate to hollow metal or wood mineral core doors.r?-C IV E. Provide machine screws for attaching hardware to metal. fn - 2.03 BUTT HINGES s A. Acceptable manufacturers and catalog numbers: r`? :a 1. Standard weight, ball bearing, steel or stainless steel: a. Ives (IVES) 5BB1 `7� b. Stanley (STA) FBB179 Bidding Documents DOOR HARDWARE 06/16/17 087100-3 Neumann Monson Architects 16.121 Robert A. Lee Community Rec Center Remodel Iowa City, IA c. McKinney (MCK) TB2714 2. Heavy weight, ball bearing, steel or stainless steel: a. Ives (IVES) 5BB1 HW b. Stanley (STA) FBB168 c. McKinney (MCK) T463786 3. Heavy weight, ball bearing, exterior exposure, non-ferrous or stainless steel: a. Ives (IVES) 5BB1 HW b. Stanley (STA) FBB199 c. McKinney (MCK) TB3386 B. Hinge size (wood, hollow metal and aluminum doors) whether indicated or not: 1. Size of hinges to be 4-1/2 x 4-1/2 inches for 1-3/4 inch doors up to 36 inches wide. 2. Size of hinges shall be 5 x 4-1/2 inches for 1-3/4 inch thick doors 37 to 48 inches wide. C. Quantity 1. Three (3) - hinges per leaf for openings through 90 inches high. r_ 2. One (1) - additional hinge per leaf for every 30 inches over 90 inches. D. UTurnish hinges with sufficient width to accommodate door trim and to allow for 180 -degree 0 E. a'. ur f tr-binges with flat button tips with non -rising pins at interior doors, non -removable loose W pm ) at exterior doors. rUish hinges to template standards. &N COftTIMjWS GEARED HINGES U- A. =Rcce��le manufacturers and catalog numbers: FuTMortise Aluminum Geared - Heavy Duty Continuous Hinge w/ Edge Protector a. Ives (IVES) 224HD b. Stanley (STA) 662HD c. McKinney (MCK) MCK-25-HD B. Construct geared hinges of heavy-duty series, extruded 6063-T6 aluminum alloy. C. Hinge shall be non -handed with symmetrical template hole pattern and factory drilled. Hinge shall accept a minimum of 20 fasteners on the door and 20 fasteners on the frame. D. Provide machine screws for doors which have been reinforced to accept machine screws. E. Coordinate continuous hinges with door and frame supplier. Coordinate electric power transfers as required. 2.05 POWER TRANSFER A. Acceptable manufacturers and catalog numbers: 1. Ten -wire power transfer a. Von Duprin EPT-10 b. Securitron CEPT-10 B. Coordinate with Division 16 as required. Coordinate with door & frame supplier 2.06 FLUSH BOLTS AND DUST PROOF STRIKES A.: Acceptable manufacturers and catalog numbers: 1. Dust proof strike a. Ives DP2 b. Door Controls 82 2. Auto flush bolt - metal door a. Ives FB31 P b. Door Controls 842 3. Auto flush bolt - wood door a. Ives 41 P b. Door Controls 962 DOOR HARDWARE 087100-4 Bidding Documents 06/16/17 I Robert A. Lee Community Rec Center Remodel Neumann Monson Architects Iowa City, IA 16.121 4. Manual flush bolt - metal door a. Ives FB458 b. Door Controls 780F B. Furnish 12 inch rods for manual flushbolts for door 7'-6" or less, 24 inch top rods for doors over 7'-6" to 8'-6'. C. Furnish automatic flushbolts where required to maintain egress requirements on pairs of doors. D. Furnish flushbolts with non-locking dust proof strikes. 2.07 EXIT DEVICES A. Acceptable manufacturers and catalog numbers: 1. Narrow style, push pad exit device a. Von Duprin 35A Series b. Precision 2400 Series B. Exit devices shall be equipped with a sound -dampening feature to reduce touch pad return noise. C. Exit devices shall be furnished with flush end caps to reduce potential damage from impact. D. Exit devices shall be furnished with dead -locking latchbolts to insure security. E. Exit devices shall be U.L. listed for accident hazard. Exit device for use on fire doors shall be U.L. listed for fire exit hardware. F. Furnish strikes, special length rods, and adapter plates to accommodate door and frame conditions. Furnish narrow style series devices in lieu of wide stile series devices where strikes will not accommodate door and frame conditions. G. Coordinate with related trades to insure adequate clearance and reinforcement is provided in doors and frames. Furnish thru bolts as required. H. Exit devices shall be furnished with trim designs to match other lever and pull designs used on the project. I. Furnish cylinder keyed dogging (interchangeable core) for non -fire rated exit devices. J. Furnish interchangeable cores for all exit devices K. Furnish glass bead kits as required to accommodate door conditions. L. Lever design for exit devices shall match Schlage #17A. 2.08 LOCKS AND LATCHES A. Acceptable manufacturers and catalog numbers: N Grade 1 cylindrical locks: C31. a. Schlage ND Series :>_..4 b. Falcon T Series co—C N o r--. c. Sargent 11 Line —+C-) 2. Lever design equivalent to Schlage "Rhodes" t�Ti D rn B. Unless otherwise specified, locks and latches shall have: 1. 1/2 inch minimum throw latchbolt v 2. ANSI A115.2 strikes r C. Cylindrical locksets shall have 2-3/4 inch Backset D. Furnish guarded latchbolts for locksets, and latchbolts with sufficient throw to maintain fire rating of both single and paired door assemblies. E. Length of strike lip shall be sufficient to clear surrounding trim. F. Furnish wrought boxes for strikes at inactive doors, wood frames, and metal frames without integral mortar covers. Bidding Documents DOOR HARDWARE 06/16/17 087100-5 Neumann Monson Architects 16.121 Robert A. Lee Community Rec Center Remodel Iowa City, IA 2.09 PULLS, PUSHBARS, PUSH/PULL PLATES A. Acceptable manufacturers and catalog numbers: 1. Offset Door Pull - 1" diameter, 10" ctc a. Ives 8190-0 b. Burns 39C c. Rockwood equal 2. Push -Pull Bar - 1" diameter, 10" ctc a. Ives 9100 b. Burns 422 x 26C c. Rockwood equal 3. Push Plate a. Ives 8200 4 x 16 b. Burns 54 r— c. Rockwood 70C BY'3 Adjust d imensions of protection plates to accommodate stile and rail dimensions, lite and louver Q F4cutonts; and adjacent hardware. Where required by adjacent hardware, protection plates shall =befetory drilled for cylinders or other mortised hardware. Push plates shall be beveled four (4) W 0—sides;9nd counter sunk. c..) I— C.N1Nh,prq3pecified, provide surface mounted door edges. Edges shall buff to protective plates. = uiai�edges with cutouts as required adjacent hardware. .. LL D.—WWH6?4ossible, furnish back-to-back, and concealed mounting for pulls and push bars. Push mar length shall be 3" less door width, or center of stile to center of stile for stile & rail and full glass doors. 2.10 COORDINATORS A. Acceptable manufacturers and catalog numbers: 1. Bar Coordinator a. Ives COR x FL b. Door Controls 600 x Filler B. Furnish coordinators at pairs of doors having automatic flushbolts and closers on the inactive leaf, and for pairs of doors having vertical rod/mortise exit device combinations with overlapping astragals. C. Furnish appropriate filler bars, closer mounting brackets, carry bars, and special top latch preparations as required by adjacent hardware. 2.11 CLOSERS A. Acceptable manufacturers and catalog numbers: 1. Heavy Duty Cast Iron Closer a. LCN 4040XP b. Sargent 281 B. Closers shall be constructed with high strength cast iron cylinders and one piece forged steel pistons. C. Closers shall be aluminum construction with one piece forged steel pistons. D. Door closers shall meet the requirements of BHMA A156.4 - American National Standard for Door Controls. E. Closers shall utilize a stable fluid withstanding temperature range of +120deg F to -30deg F without seasonal adjustment of closer speed to properly close the door. F. Furnish closers for fire -rated doors with temperature stabilizing fluid that complies with standards UL10C. G. Door closers shall have full plastic covers and separate adjusting valves for sweeps, latch, and backcheck. DOOR HARDWARE Bidding Documents 087100-6 06/16/17 I Robert A. Lee Community Rec Center Remodel Iowa City, IA Neumann Monson Architects 16.121 H. Furnish closers for all labeled doors. Size closers to insure exterior and fire rated doors will consistently close and latch doors under existing conditions. I. Furnish closers complete with all components necessary for the complete installation of closers including, but not limited to, special templates, mounting brackets, spacers, drop plates and cover plates as required by door conditions, frame conditions and other hardware. J. Furnish correct fasteners for substrate (wood or metal) depending upon substrate material, blocking and internal reinforcing. Self -tapping screws are not allowed. K. Furnish thru-bolts on doors with that have door closers and exit devices. Furnish sex bolts and sleeves for attaching surface closers or arm to mineral core doors. L. Pressure relief valves (PRV's) are not allowed. M. Powder coat finish or equivalent meeting a 100 hour salt spray test for all metal surfaces. N. Where closers are specified for doors with glazing, provide necessary closer components (special templates, plates, bent arms, spacers, etc.) for the closers to be installed without any part of the closer extending into the glass area of the door. 2.12 LOW ENERGY ELECTRO -HYDRAULIC AUTOMATIC OPERATORS A. Acceptable manufacturers and catalog numbers: 1. Electro -Hydraulic Operator - Push Side a. LCN 4642 b. Horton 4100 Series B. Where low kinetic energy, as defined by ANSI/BHMA Standard Al 56.19, power operators are indicated for doors required to be accessible to the disabled, furnish electrically powered operators complying with the ADA for opening force and time to close standards. C. The closing action shall be controlled by modern type cast iron door closer cylinder filled with a flat viscosity fluid, stable from +120F to -30F that requires no seasonal adjustments. The closer shall have field adjustable spring power; two independent closing speed adjustment valves, and hydraulic back -check. D. Full closing force shall be provided when the power or assist cycle ends. E. Power operator systems shall include the following features and functions: 1. Provisions for separate conduits to carry high and low voltage wiring in compliance with the National Electrical Code, section 725-31. 2. The operator shall be designed to prevent damage to the mechanism if the system is actuated while the door is latched or if the door is forced closed during the opening cycle. 3. Covers, mounting plates and arm systems shall be powder coated and successfully pass a minimum of 100 hours testing as outlined in ANSI/BHMA Standard A156.18. 4. UL listed for use on labeled doors. 5. Operators shall be non -handed with spring power over a range of at least four sizes; either 1 through 4 or 2 through 5. 'U 6. Provisions in the control box or module shall provide control (inputs andt uts}Tar; electric strike delay, auxiliary contacts, sequential operation, fire alarms Igmt 'n actuators, swing side sensors, and stop side sensors. . ""r 7. Wall mounted actuators shall consist of a 4-1/2 inch diameter stainlessma to pla with a blue filled handicapped symbol. Switches shall be weather resistPO d mount a single gang electrical box furnished by Division 16. n rt 3 F. Electrically powered operators shall include the following features or functio*_1Z N 1. When an obstruction or resistance to the opening swing is encounterez#, the operator will pause at that point, then attempt to continue opening the door. If the obstructidii'or resistance remains, the operator will again pause the door. 2. Easily accessible main power and maintain hold open switches will be provided on the operator. 3. An electronically controlled clutch to provide adjustable opening force. 4. A microprocessor to control motor and clutch functions. Bidding Documents DOOR HARDWARE 06/16/17 087100-7 Neumann Monson Architects Robert A. Lee Community Rec Center Remodel 16.121 Iowa City, IA 5. An on -board power supply capable of delivering both 12V and 24V outputs up to a maximum of 1.0 ampere combined load. 6. Input and output power wiring shall be protected by slow blow fuses. These fuses shall be easily replaceable without special tools or component replacement. 7. If electrical failure occurs, the unit shall operate as a standard door closer. 2.13 BOLLARD A. Acceptable manufacturer and catalog numbers: 1. Stainless Steel Bollard (where indicated on the drawings) a. Wikk6" square bollard B. Furnish 6" square bollard with welded -on angled top, type 304 stainless steel with stainless steel hood for two devices in face of bollard; 42" standard mount; US 32D finish; aluminum anchoring base and anchors. 2.14 KICK PLATES AND ARMOR PLATES A. Acceptable manufacturers and catalog numbers: 1. Stainless Steel Plates a. Ives 8400 Series b. Burns KP50 r c. Rockwood K1125 BN F =1 C°'F M i 10" high kick plates, fetal protective plates shall be 0.050" thick satin stainless steel plates shall be 2" less door leaf width at single doors and 1" less door leaf width at ors. Protective plates shall be beveled 4 sides and screws counter sunk. Protection 16" shall not be provided for labeled doors unless specifically approved by door rers listing. uired by adjacent hardware, provide factory cutout cylinders and other hardware that ith plates. 2.15 OVERHEAD STOPS AND HOLDERS A. Acceptable manufacturers and catalog numbers: 1. Heavy Duty Surface Mount Overhead Stop a. Glynn -Johnson 90S Series b. Rixson 9 Series ,.1•_7=1711:I011111 B. Overhead stops (including slide block and end caps) shall be fabricated from metal. C. Furnish sex bolt attachments for wood and mineral core doors unless doors are supplied with proper reinforcing blocks. D.. Provide special templates when necessary when installed with door closers. 2.16 DOOR STOPS AND HOLDERS A. Acceptable manufacturers and catalog numbers: ;1. Wrought Concave Wall a. Ives WS407CCV b. Hager 236W c. Trimco 1270WV B. Provide fasteners appropriate for substrate to which wall stops are attached. 2.17 WEATHERSTRIP, GASKETING A. Acceptable manufacturers and catalog numbers: 1. Weatherstrip a. National Guard 700ES b. Hager881S c. Reese 655 DOOR HARDWARE Bidding Documents 087100-8 06/16/17 Robert A. Lee Community Rec Center Remodel Iowa City, IA 2. Smoke Gasket a. National Guard 5050 b. Hager 726S c. Reese 797 3. Automatic Door Bottom - surface applied a. National Guard 42UNA b. Zero 361AA 4. Sweep a. National Guard C627A b. Hager 770S c. Reese 354A 5. Astragal a. National Guard 125NA b. Hager 756S c. Reese 92C Neumann Monson Architects 16.121 B. Furnish intumescent and other required edge sealing systems as required by individual fire door listings to comply with positive pressure standards UL 10C. C. Furnish smoke gaskets at all fire rated doors and smoke/draft control assemblies. 2.18 THRESHOLDS A. Acceptable manufacturers and catalog numbers: 1. Saddle threshold a. National Guard Products 425 b. Hager412SMIL c. Reese S205A 2.19 SLIDING DOOR HARDWARE A. Acceptable Manufacturers and catalog numbers: 1. Solid core bypass hardware set a. Pemko HBP200A b. Johnson 134F B. Furnish complete hardware sets for each opening specified with sliding door hardware. C. Include track, ball-bearing hangers, door stops, fasteners, guides, flush pulls and hardware required for a complete installation. D. Furnish header and jamb posts for pocket door sets as required by wall thickness. 2.20 FINISHES AND BASE MATERIALS A. Typical interior hardware finish, satin chromium/satin stainless, dependent upon base metal: 1. BHMA Finish Standard #626 (US Standard Finish US26D); 2. BHMA Finish Standard #628 (US Standard Finish US28); 3. BHMA Finish Standard #652 (US Standard Finish US26D); 4. BHMA Finish Standard #630 (US Standard Finish US32D); o B. Typical exterior and vestibule hardware finish, dark bronze, oil rubbed, dependMit up orr-b ase metal:"n 1. BHMA Finish Standard #613 (US Standard Finish US10B); ~ 2. BHMA Finish Standard #640 (US Standard Finish US1013);n 2.21 KEY CABINETS -<M -0 m A. Acceptable manufacturers and catalog numbers: o 1. Key Cabinet y> ry a. Lund 1200 Series rn b. C. Key Control M228-2480 Telkey RWC Series Bidding Documents DOOR HARDWARE 06/16/17 087100-9 Neumann Monson Architects Robert A. Lee Community Rec Center Remodel 16.121 Iowa City, IA B. Furnish cabinet with a capacity 1.5 times the number of key sets. C. Furnish key cabinet complete with cam lock, permanent key tags, and change key cards. D. Door hardware supplier shall prepare key change index records, tag keys and place permanent file keys in cabinet. 2.22 FIREMAN KEY BOX A. Acceptable manufacturers and catalog numbers: 1. Key Box: Knox 2. Locate box at building exterior where indicated by local authority. Locking shall be by local authority requirement. PART 3 EXECUTION 3.01 EXAMINATION A. Prior to installation of door hardware, the door hardware installer shall examine door frame installation to insure frames have been set square and plumb. The installer shall examine doors, door frames, and adjacent wall, floor, and ceiling for conditions, which would adversely affect proper operation and function of door assemblies. Do not proceed with door hardware installation until such deficiencies have been corrected. 3.02 ELECTRICAL COORDINATION Ar- Door hardware items requiring low voltage connections or 120 volt connections shall have V'Iwirinq�onnected by Division 26. The conduit (if required), wire and installation shall be &prom by Division 26. The installation of door hardware items requiring electrical connection d s--ty on 26 shall be accomplished by the door hardware installer and shall be coordinated W 0 withV®�I[sion 26. 3.Of INnALI"1ON - A.efdre*ginning the door hardware installation, the Contractor shall coordinate a door t,� hi4installation meeting with a seven (7) working day notice to parties involved. Conduct Me me€ring on the installation of door hardware, specifically of locksets, closers, exit devices, Tantinuous hinges, overhead stops and electro -mechanical items. 1. The manufacturer's representative(s) of the above products shall present the meeting. 2. The meeting shall be held at the job site and attended by the Architect, the Contractor, door hardware installers (including low voltage hardware), the manufacturer's representatives for above hardware items, and other effected subcontractors or suppliers. 3. Training shall include use of installation manuals, door hardware schedule, templates and physical products samples. B. Mounting heights for hardware from finished floor to center line of hardware item: 1. For steel doors and frames: Comply with DHI "Recommended Locations for Architectural Hardware for Steel Doors and Frames." 2. For wood doors: Comply with DHI "Recommended Locations for Architectural Hardware for Wood Flush Doors." C.. Set units level, plumb and true to the line and location. Adjust and reinforce the attachment :.substrate as necessary for proper installation and operation. D. Drill and countersink units which are not factory -prepared for anchorage fasteners. Space fasteners and anchors in accord with industry standards. E. Drill appropriate size pilot holes for door hardware attached to wood doors and frames. F. Shim doors as required to maintain proper operating clearance between door and frame. G. Use only fasteners supplied by or approved by the manufacturer for each item of door hardware. H. Conceal push and pull bar fasteners where possible. Do not install through bolts through push plates. DOOR HARDWARE Bidding Documents 087100-10 06/16/17 Robert A. Lee Community Rec Center Remodel Iowa City, IA Neumann Monson Architects 16.121 I. Install door hardware on UL labeled openings in accordance with the manufacturer's requirements to maintain the label. J. Install wall stops to contact lever handles or pulls. Do not mount wall stops on casework, or equipment. K. Where necessary, adjust doors and door hardware to eliminate binding between strike and latchbolt. Doors shall not rattle. L. Install door closers on corridor side of lobby doors, room side of corridor doors, and stair side of stairways. Follow closer manufacturer's installation and adjustment instructions. M. Adjust spring power of door closers to insure exterior and fire rated doors will consistently close and latch doors under existing conditions. Adjust other door closers to insure opening force does not to exceed 5 lbs. N. Adjust "sweep", "latch", & "back check" valves on door closers to properly control door throughout the opening and closing cycle. Adjust total closing speed as required to comply with applicable state and local building codes. O. Unless otherwise specified or detailed, install thresholds with the bevel in vertical alignment with the outside door face. Notch and fit thresholds to frame profile. Set thresholds in full bed of sealant. P. Compress sweep during installation as recommended by sweep manufacturer to facilitate a water resistant seal. 3.04 QUALITY ASSURANCE A. After installation has been completed, the door hardware installer, the door hardware supplier and the manufacturer's representative for locksets, door closers, exit devices, and overhead stops shall check the project and verify compliance with installation instructions, adjustment of hardware items, and proper application according to the approved door hardware schedule. The door hardware supplier shall submit a list of door hardware that has not been installed correctly. B. After installation has been completed, the door hardware supplier and the manufacturer's representative shall meet with the Owner's Representative to explain the functions, uses, adjustment, and maintenance of each item of door hardware. 3.05 ADJUSTMENT AND CLEANING A. At final completion, and when HVAC equipment is in operation, the door hardware installer shall make final adjustments to and verify proper operation of door closers and other items of door hardware. Lubricate moving parts with type lubrication recommended by the manufacturer. B. Door hardware shall be left clean and in good operation. Door hardware found to be disfigured, defective, or inoperative shall be repaired or replaced. C. Adjust and check each operating item of door hardware and each door to ensure proper operation or function of every unit. Replace units that cannot be adjusted to operate frAgly and smoothly or as intended for the application made.— —. D. Where door hardware is installed more than one month prior to acceptance oc*cpupa=y of space or area, return to the installation during the week prior to acceptance ok% &pa%y and make final check and adjustment of door hardware items in such space or area-Slearia operating items as necessary to restore proper function and finish of hardwaft?dSRrs. Adjust door control devices to compensate for final operation of heating and A'ftti (7'� equipment. fv E. Instruct Owner's Personnel in proper adjustment and maintenance of hardwM and Rrdware finishes, during the final adjustment of hardware. C,, 3.06 DOOR HARDWARE SCHEDULE A. The following schedule of door hardware groups is intended to describe opening function. Bidding Documents DOOR HARDWARE 06/16/17 087100-11 Neumann Monson Architects 16.121 Hardware Group No. 01 For use on mark/door #(s): 102 Each To Have Robert A. Lee Community Rec Center Remodel Iowa City, IA Qty Catalog Number Description Catalog Number Finish Mfr 3 EA HINGE 3 EA HINGE 5BB1 4.5 X 4.5 652 IVE 1 EA ENTRANCE/OFFICE LOCK ND50PD RHO 626 SCH 1 EA WALL STOP WS406/407CVX 630 IVE 1 EA GASKETING 188S -BK S -Bk ZER Operational Description Push-button locking. Push-button locks outside lever until unlocked with key or by turning inside lever. Inside lever is alway&e foremediate egress. CV ;f.: L CX-- 0— ware0— ware Grc 7� lo. 02 N Y =J use gemzjddor #(s): Each To lie: Qty Description Catalog Number Finish Mfr Catalog Number 3 EA HINGE 51361 4.5 X 4.5 652 IVE 1 EA STOREROOM LOCK ND80PD RHO 626 SCH 1 EA ELECTRIC STRIKE 6210 FSE CON 630 VON 1 EA SURFACE CLOSER 4050 RW/PA 689 LCN 1 EA WALL STOP WS406/407CVX 630 IVE 1 EA GASKETING 1885 -BK S -Bk ZER Operational Description IVE 1 EA Outside lever fixed. Entrance by key only. Inside lever always unlocked. Inside lever is always free for immediate 188S -BK egress. ZER Electric strike is released when power is applied (Fail Secure). With Connector. Self -Closing. Hardware Group No. 03 For use on mark/door #(s) 109 110 Each To Have Qty Description Catalog Number Finish Mfr 3 EA HINGE 5BB1 4.5 X 4.5 652 IVE 1 EA PRIVACY LOCK ND40S RHO 626 SCH 1 EA TURN I/S X OCC IND D271 626 FAL 1 EA WALL STOP WS406/407CVX 630 IVE 1 EA GASKETING 188S -BK S -Bk ZER DOOR HARDWARE Bidding Documents 087100-12 06/16/17 Robert A. Lee Community Rec Center Remodel Iowa City, IA Neumann Monson Architects 16.121 Operational Description Push-button locking. Can be opened from outside with small screwdriver. Turning inside lever or closing door releases button. Inside lever is always free for immediate egress. Deadbolt thrown or retracted by tum unit only. Occupancy indicator on outside (reads either in use or vacant with color coding). Bolt automatically deadlocks when fully thrown. Hardware Group No. 04 For use on mark/door #(s): 111 Each To Have Qty Description Description Catalog Number Finish Mfr 3 EA 3 EA HINGE 5BB1 4.5 X 4.5 652 IVE 1 EA STOREROOM LOCK ND80PD RHO 626 SCH 1 EA WALL STOP WS406/407CVX 630 IVE 1 EA GASKETING 188S -BK S -Bk ZER Operational Description Outside lever fixed. Entrance by key only. Inside lever always unlocked. Inside lever is always free for imm6diate egress. Hardware Group No. 05 For use on mark/door #(s): 112 Each To Have Qty Description Catalog Number Finish Mfr 3 EA HINGE 5BB1 4.5 X 4.5 652 IVE 1 EA STOREROOM LOCK ND80PD RHO 626 SCH 1 EA SURFACE CLOSER 4050 RW/PA 689 LCN 1 EA WALL STOP WS406/407CVX 630 IVE 1 EA GASKETING 188S -BK S -Bk ZER N O Operational Description ;� Outside lever fixed. Entrance by key only. Inside lever always unlocked. Inside lever is always VEMr iO=ediaft? egress. Self -Closing. n tv r t� o `rrn s m ` r rn Bidding Documents DOOR HARDWARE 06/16/17 08 7100 - 13 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 SECTION 08 8000 - GLAZING PART1 GENERAL 1.01 SECTION INCLUDES A. Glazing units. B. Plastic glazing films. C. Glazing compounds and accessories. 1.02 RELATED REQUIREMENTS A. Section 07 9200 - Joint Sealants: Sealants for other than glazing purposes. B. Section 08 1113 - Hollow Metal Doors and Frames: Glazed lites in doors and borrowed lites. C. Section 08 1416 - Flush Wood Doors: Glazed lites in doors. 1.03 REFERENCE STANDARDS A. 16 CFR 1201 - Safety Standard for Architectural Glazing Materials; current edition. B. ANSI Z97.1 - American National Standard for Safety Glazing Materials Used in Buildings, Safety Performance Specifications and Methods of Test; 2010. C. ASTM C864 - Standard Specification for Dense Elastomeric Compression Seal Gaskets, Setting Blocks, and Spacers; 2005 (Reapproved 2011). D. ASTM C920 - Standard Specification for Elastomeric Joint Sealants; 2014. E. ASTM C1193 - Standard Guide for Use of Joint Sealants; 2013. F. GANA (GM) - GANA Glazing Manual; 2009. G. GANA (SM) - GANA Sealant Manual; 2008. 1.04 ADMINISTRATIVE REQUIREMENTS A. Preinstallation Meeting: Convene a preinstallation meeting one week before starting work of this section; require attendance by each of the affected installers. 1.05 SUBMITTALS A. See Section 01 3300 - Construction Submittals for submittal procedures. B. Product Data on Glazing Unit and Plastic Film Glazing Types: Provide structural, physical and environmental characteristics, size limitations, special handling and installation requirements. C. Product Data on Glazing Compounds and Accessories: Provide chemical, functional, and environmental characteristics, limitations, special application requirements. Identify available colors. D. Samples: Submit two samples 12 by 12 inch in size of glazing film. 1.06 QUALITY ASSURANCE A. Perform Work in accordance with GANA (GM) and GANA (SM) for glazing installatiory.®ethods. _o B. Manufacturer Qualifications: Company specializing in manufacturing the pro sp�fied this section with minimum three years of documented experience. C. Installer Qualifications: Company specializing in performing work of the type-C3-'@-j&e0'2 nd v#M- at least three years documented experience. m PART 2 PRODUCTS o i 2.01 GLASS MATERIALS x : N A. Float Glass: Provide float glass based glazing unless noted otherwise. rn 1. Fully Tempered Safety Glass: Complies with ANSI Z97.1 and 16 CFR 1201 criteria. 2. Thicknesses: As indicated; provide greater thickness as required for exterior glazing wind load design. Bidding Documents GLAZING 06/20/17 088000-1 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA 2.02 GLAZING UNITS A. Type SG -1 - Monolithic Safety Glazing: 1. Applications: a. Glazed lites in doors. b. Glazed sidelights to doors. c. Other locations required by applicable federal, state, and local codes and regulations. d. Other locations indicated on Drawings. 2. Glass Type: Fully tempered safety glass as specified. 3. Tint: Clear. n. Thickness: 1/4 inch, nominal. 1A3 Pl.JUTI tQ AZING FILMS W A. XBasgo%esign Manufacturer and Product: Solutia, Inc.; Llumar NRM-PS2 (Frost). J B. Othd4ceptable Manufacturers - 2. N. >FLWvue Films: www.flexvuefilms.com. art. �� Window Film;: www.3m.com/US/arch_ construct/scpd/windowfilm. LL. ZS stitutions: Refer to Section 016000 - Product Requirements. C. ;=—Perfon ance Data: Obscure plastic film with 75% visible light transmittance and shading `coefficient of 0.84. 2.04 GLAZING COMPOUNDS A. Silicone Sealant: Single component; neutral curing; capable of water immersion without loss of properties; non-bleeding, non -staining; ASTM C920, Type S, Grade NS, Class 25, Uses M, A, and G; with cured Shore A hardness range of 15 to 25; black color. 2.05 ACCESSORIES A. Setting Blocks: Silicone, with 80 to 90 Shore A durometer hardness; ASTM C864 Option It. Length of 0.1 inch for each square foot of glazing or minimum 4 inch x width of glazing rabbet space minus 1/16 inch x height to suit glazing method and pane weight and area. B. Spacer Shims: Silicone, 50 to 60 Shore A durometer hardness; ASTM C864 Option It. Minimum 3 inch long x one half the height of the glazing stop x thickness to suit application, self adhesive on one face. C. Glazing Tape, Back Bedding Mastic Type: Preformed, silicone -based, 100 percent solids compound with integral resilient spacer rod applicable to application indicated; 5 to 30 cured Shore A durometer hardness; coiled on release paper; black color. PART 3 EXECUTION 3.01 VERIFICATION OF CONDITIONS A. Verify that openings for glazing are correctly sized and within tolerances, including those for size, squareness, and offsets at corners. B. . Verify that surfaces of glazing channels or recesses are clean, free of obstructions that may impede moisture movement, weeps are clear, and support framing is ready to receive glazing system. 3.02 PREPARATION A. Clean contact surfaces with appropriate solvent and wipe dry within maximum of 24 hours before glazing. Remove coatings that are not tightly bonded to substrates. B. Seal porous glazing channels or recesses with substrate compatible primer or sealer. C. Prime surfaces scheduled to receive sealant where required for proper sealant adhesion. 3.03 INSTALLATION, GENERAL A. Install glazing sealants in accordance with ASTM C1193, GANA (SM), and manufacturer's instructions. GLAZING Bidding Documents 088000-2 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 3.04 INSTALLATION - DRY GLAZING METHOD (TAPE AND TAPE) A. Application - Interior Glazed: Set glazing infills from the interior of the building. B. Cut glazing tape to length and set against permanent stops, projecting 1/16 inch above sight line. C. Place setting blocks at 1/4 points with edge block no more than 6 inch from corners. D. Rest glazing on setting blocks and push against tape for full contact at perimeter of pane or unit. E. Place glazing tape on free perimeter of glazing in same manner described above. F. Install removable stop without displacement of tape. Exert pressure on tape for full continuous contact. G. Carefully trim protruding tape with knife. 3.05 INSTALLATION - PLASTIC GLAZING FILM A. Install plastic film with adhesive, applied in accordance with film manufacturer's instructions. B. Place without air bubbles, creases or visible distortion. C. Install film tight to perimeter of glass and carefully trim film with razor sharp knife. Provide 1/16 inch to 1/8 inch gap at perimeter of glazed panel unless otherwise required. Do not score the glass. 3.06 CLEANING A. Remove excess glazing materials from finish surfaces immediately after application using solvents or cleaners recommended by manufacturers. B. Remove non -permanent labels immediately after glazing installation is complete. C. Clean glass and adjacent surfaces after sealants are fully cured. D. Clean glass on both exposed surfaces not more than 4 days prior to Date of Substantial Completion in accordance with glass manufacturer's written recommendations. 3.07 PROTECTION A. Remove and replace glass that is damaged during construction period prior to Date of Substantial Completion. END OF SECTION Bidding Documents GLAZING 06/16/17 088000-3 N 3 �rn pM Bidding Documents GLAZING 06/16/17 088000-3 Neumann Monson Architects Robert A. Lee Recreation Center Remodeling 2017 16.121 Iowa City, IA GLAZING Bidding Documents 088000-4 06/16/17 �O LO Q CV � �• W O .�.r o Ji- 6 F-- �. N } Li n N GLAZING Bidding Documents 088000-4 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA PART1 GENERAL Neumann Monson Architects 16.121 SECTION 09 2116 - GYPSUM BOARD ASSEMBLIES 1.01 SECTION INCLUDES A. Performance criteria for gypsum board assemblies. B. Acoustic insulation, acoustic sealant, and acoustic accessories. C. Tile backer board. D. Standard interior paper -faced gypsum board. E. Level 5 finish system. 1.02 DEFINITIONS A. Gypsum Board Construction Terminology: Refer to ASTM C11 for definitions of terms not defined in this Section or in other referenced quality standards. B. Damage: Stored or installed paper -faced gypsum board materials not specifically manufactured as "moisture -resistant products" shall be classified as defective and nonconforming Work if they have been exposed to wetness or dampness at any time prior to Substantial Completion or if they exhibit evidence of active or dormant mold or mildew. 1.03 RELATED REQUIREMENTS A. Section 016116 - Volatile Organic Compound (VOC) Content Restrictions. B. Section 06 1000 - Rough Carpentry: Wood blocking and stud framing. C. Section 07 9200 - Joint Sealants: Sealing acoustical gaps in construction other than gypsum board Work. D. Section 09 3000 - Tiling: Tile finish over tile backer board. 1.04 REFERENCE STANDARDS A. ASTM C11 -Standard Terminology Relating to Gypsum and Related Building Materials and Systems; 2015a. B. ASTM C665 -Standard Specification for Mineral -Fiber Blanket Thermal Insulation for Light Frame Construction and Manufactured Housing; 2012. C. ASTM C834 - Standard Specification for Latex Sealants; 2014 N 0 D. ASTM C840 - Standard Specification for Application and Finishing of Gypsum(goard; 2313. E. ASTM C1047 - Standard Specification for Accessories For Gypsum WallboarGCSum Veneer Base; 2014a. n-< ro F. ASTM C1396/C1396M - Standard Specification for Gypsum Board; 2014. --icy c r G. ASTM D3273 - Standard Test Method for Resistance to Growth of Mold on thj% ac�pf M Interior Coatings in an Environmental Chamber; 2012. C:); o N H. ASTM E90 - Standard Test Method for Laboratory Measurement of Airborne Sound Transmission Loss of Building Partitions and Elements; 2009. a I. ASTM E413 - Classification for Rating Sound Insulation; 2010. J. GA -216 - Application and Finishing of Gypsum Board; 2013. 1.05 SUBMITTALS A. See Section 013300 -Construction Submittals for submittal procedures. B. Product Data: Provide data on metal framing, gypsum board, accessories, and joint finishing system. 1.06 QUALITY ASSURANCE A. Perform in accordance with ASTM C 840. Comply with requirements of GA -600 for fire -rated assemblies. Bidding Documents GYPSUM BOARD ASSEMBLIES 06/20/17 092116-1 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA B. Installer Qualifications: Company specializing in performing gypsum board installation and finishing, with minimum 3 years of experience. 1.07 DELIVERY, STORAGE, AND HANDLING A. Store materials inside under cover and keep them dry and protected against weather, condensation, direct sunlight, construction traffic, and other potential causes of damage. Stack panels flat and supported on risers on a flat platform to prevent sagging. PART 2 PRODUCTS 2.01 GYPSUM BOARD ASSEMBLIES A. Provide completed assemblies complying with ASTM C840 and GA -216. B. Interior Partitions, Indicated as Acoustic: Provide completed assemblies with the following garacteristics: H A�ustic Attenuation: STC of 35-39 calculated in accordance with ASTM E413, based on conducted in accordance with ASTM E90. BO9cRDMPJERIALS A. cc W]e Manufacturers - Board Materials: r�fE rican Gypsum: www.americangypsum.com. �ainTeed Corporation: www.certainteed.com. GCDrgia-Pacific Gypsum: www.gpgypsum.com. National Gypsum Company: www.nationaigypsum.com. 5. USG Corporation: www.usg.com 6. Substitutions: See Section 016000 - Product Requirements. B. Standard Interior Paper -Faced Gypsum Board: Gypsum panels as defined in ASTM C1396/C1396M, Type X; sizes to minimize joints in place; ends square cut. 1. Application: Use for vertical surfaces, unless otherwise indicated. 2. Thickness: 5/8 inch. 3. Edges: Tapered. C. Tile Backer Board: Coated glass -mat water-resistant interior gypsum backing panel as defined in ASTM C1178/C1178M. 1. Application: Surfaces behind tile. 2. Mold Resistance: Score of 10, when tested in accordance with ASTM D3273. 3. Thickness: 5/8 inch. 2.03 ACOUSTIC ACCESSORIES A. Acoustic Insulation: ASTM C665, Type 1, Class A; preformed mineral fiber, friction fit type, unfaced. 1. Thickness: Minimum of 3-1/2 inches. 2. Density: Not less than nominal 2.5 pounds per cubic foot. B. .Acoustic Sealant: ASTM C834; non -sag, paintable, non -staining acrylic emulsion latex or water-based elastomeric sealant that is effective in reducing airborne sound transmission through perimeter joints and openings in building construction as demonstrated by testing representative assemblies per ASTM E90. 2.04 OTHER ACCESSORIES A. Finishing Accessories: ASTM C1047, galvanized steel, rolled zinc, or rigid plastic, unless noted otherwise. 1. Types: As detailed on Drawings or required for finished appearance. 2. Special Shapes: In addition to conventional corner bead and control joints, provide U -bead at exposed panel edges. B. Level 5 Finish Accessories: Contractor's option; one of the following: 1. Skim Coat Finish / Surfacer: Lightweight joint compound formulated to reduce airborne dust when sanded. GYPSUM BOARD ASSEMBLIES Bidding Documents 092116-2 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Neumann Monson Architects 16.121 a. Basis of Design: ProForm Lite Ready Mix Joint Compound with Dust -Tech manufactured by National Gypsum Company. 2. High -Build Drywall Surfacer: Vinyl acrylic latex -based coating for spray application, designed to take the place of skim coating and separate paint primer in achieving Level 5 finish. a. Acceptable Manufacturers and Products: 1) Level V Wall and Ceiling Primer/Surfacer manufactured by CertainTeed. 2) Tuff -Hide Primer -Surfacer manufactured by USG. 3) Builders Solution Interior Surfacer manufactured by Sherwin-Williams. 4) Substitutions: See Section 01 6000 - Product Requirements. C. Anchorage to Substrate: Tie wire, nails, screws, and other metal supports, of type and size to suit application; to rigidly secure materials in place. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that project conditions are appropriate for Work of this Section to commence. Starting Work within a particular area will be construed as acceptance of surface conditions. 3.02 ACOUSTIC ACCESSORIES INSTALLATION A. Acoustic Insulation: Place tightly within spaces, around cut openings, behind and around electrical and mechanical items within partitions, and tight to items passing through partitions. B. Acoustic Sealant: Install in accordance with manufacturers instructions. 1. Place one bead continuously on substrate before installation of perimeter framing members. 2. Place continuous bead at perimeter of each layer of gypsum board. 3. Seal around all penetrations by conduit, pipe, ducts, and rough -in boxes, except where firestopping is provided. 3.03 BOARD INSTALLATION A. Comply with ASTM C840, GA -216, and manufacturers instructions. Install to minimize butt end joints, especially in highly visible locations. B. Single -Layer Non -Rated: Install gypsum board in most economical direction, with ends and edges occurring over firm bearing. 1. Exception: Tapered edges to receive joint treatment at right angles to framing. C. Gypsum Board Installation on Metal Framing: Use screws for attachment of all gypsum board except face layer of non -rated double -layer acoustical assemblies, which may be installed by means of adhesive lamination. 1. Partitions Terminating at Structure: Where partitions intersect open building structure members projecting below underside of floor slabs and roof decks, cut board to fit profile formed by decking, joists, beams, and other structural members; form proper anpr lar joint to receive firestopping. _ _o 3.04 INSTALLATION OF TRIM AND ACCESSORIES A. Control Joints: Place control joints consistent with lines of building spaces ar�2�5rfolks. 1. Not more than 30 linear feet apart in walls and ceilings. ^� 2. Where different substrates occur at walls and ceilings. ern- 3. Where control joints occur in substrates at walls and ceilings. rn rn o� 4. Where walls and ceilings abut inside face of exterior walls. N 5. Where L, U, or T shaped ceiling configurations are joined. i> 6. Where less than ceiling height door frames occur; extend control joints from top -Df frame up to ceiling at corner of hinge side of door. 7. Where less than ceiling height window frames occur; extend control joints from top of frame up to ceiling and from bottom of frame to floor at both corners. B. Corner Beads: Install at external corners, using longest practical lengths. Bidding Documents GYPSUM BOARD ASSEMBLIES 06/16/17 092116-3 Neumann Monson Architects Robert A. Lee Recreation Center Remodeling 2017 16.121 Iowa City, IA C. Edge Trim: Install at locations where gypsum board abuts dissimilar materials. 3.05 TOLERANCES A. Maximum Variation of Finished Gypsum Board Surface from true Flatness: 1/8 inch in 10 feet in any direction. END OF SECTION GYPSUM BOARD ASSEMBLIES Bidding Documents 092116-4 06/16/17 ko to � Q NLU ]C � O W r a O J1' C.J F- � r- O_ 0 N GYPSUM BOARD ASSEMBLIES Bidding Documents 092116-4 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA SECTION 09 3000 - TILING PART1 GENERAL 1.01 SECTION INCLUDES A. Tile for floor applications. B. Tile for wall applications. C. Tile wall base. D. Precast terrazzo stair tread/riser and landing panel units. E. Setting materials and grout. F. Accessories, G. Non -ceramic trim. 1.02 RELATED REQUIREMENTS Neumann Monson Architects 16.121 A. Section 05 5100 - Metal Stairs: Substrate for precast terrazzo stair tread/riser and landing panel units. B. Section 07 9200 - Joint Sealants: Sealing joints between tile work and adjacent construction and fixtures. C. Section 09 2116 - Gypsum Board Assemblies: Tile backer board wall substrate. 1.03 REFERENCE STANDARDS A. ANSI A108/A118/A136.1 - American National Standard Specifications for the Installation of Ceramic Tile (Compendium); 2013.1. 1. ANSI A108.4 -American National Standard Specifications for Installation of Ceramic Tile with Organic Adhesives or Water Cleanable Tile -Setting Epoxy Adhesive; 2009 (Revised). 2. ANSI A108.5 -American National Standard Specifications for Installation of Ceramic Tile with Dry -Set Portland Cement Mortar or Latex -Portland Cement Mortar; 1999 (Reaffirmed 2010). 3. ANSI A108.10 -American National Standard Specifications for Installation of Grout in Tilework; 1999 (Reaffirmed 2010). 4. ANSI A118.3 - American National Standard Specifications for Chemical Resistant, Water Cleanable Tile -Setting and -Grouting Epoxy and Water Cleanable Tile -Setting Epoxy Adhesive; 2013 (Revised). 5. ANSI A118.4 - American National Standard Specifications for Modified Dry -Set Cement Mortar; 2012 (Revised). 6. ANSI A118.10 - American National Standard Specifications for Load Bearing, Bonded, Waterproof Membranes For Thin -Set Ceramic Tile And Dimension Stone Installation; 2014. B. ANSI A118.15 -American National Standard Specifications for Improved Modified Dry -Set Cement Mortar; 2012. C. ANSI A137.1 - American National Standard Specifications for Ceramic Tile; 2013.1. ro D. ASTM C373 - Standard Test Method for Water Absorption, Bulk Density, Appqrent FIRosity, and Apparent Specific Gravity of Fired Whiteware Products, Ceramic Tiles,la� iles- 2014a. J>- E. ASTM C648 -Standard Test Method for Breaking Strength of Ceramic Tile; -.21% -�c�. c F. ASTM E90 -Standard Test Method for Laboratory Measurement of Airborne,nd-, rn Transmission Loss of Building Partitions and Elements; 2009 �= 3 G. ASTM E492 - Standard Test Method for Laboratory Measurement of ImpaG ndN Q Transmission Through Floor -Ceiling Assemblies Using the Tapping Machi ;2009.=- H. 2009H. TCNA (HB) - Handbook for Ceramic, Glass, and Stone Tile Installation; 2015. `J Bidding Documents TILING 06/20/17 093000-1 Neumann Monson Architects 16.121 1.04 ADMINISTRATIVE REQUIREMENTS Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA A. Preinstallation Meeting: Convene a preinstallation meeting one week before starting Work of this Section; require attendance by all affected installers. 1.05 SUBMITTALS A. See Section 01 3300 - Construction Submittals for submittal procedures. B. Product List: Provide schedule of proposed membrane underlayments, bonding and grouting materials, and other materials recommended by the manufacturer as being acceptable for use in the intended application and with the substrates with which it will come into contact. C. Product Data: Provide manufacturers' data sheets on tile, mortar, grout, and accessories. Include instructions for using grouts and adhesives. D.nS hop Drawings: Indicate tile layout, patterns, color arrangement, perimeter conditions, junctions ©with dicAimilar materials, control and expansion joints, thresholds, and setting details. E..Sa: Provide one tile of each color selected with respective colored grout sample. :.0 Fa MddOcturer's Certificate: Certify that products meet or exceed specified requirements. -J GN M1 ance Data: Include recommended cleaning methods, cleaning materials, and stain renol methods. LL Mance Materials: Furnish the following for City of Iowa City's use in maintenance of projdR4 C 1. Extra Tile: 2 percent of each size, color, and surface finish combination. 2. Terrazzo Cleaner and Sealer: One gallon of each. 1.06 DELIVERY, STORAGE, AND HANDLING A. Protect adhesives from freezing or overheating in accordance with manufacturer's instructions. PART 2 PRODUCTS 2.01 PERFORMANCE REQUIREMENTS A. Slip Resistance Requirements for Floor Tile: 1. Standards: Products and installation shall comply with ANSI A137.1, and state and local accessibility standards. 2. Floor Tile Slip Resistance: For tile installed on walkway surfaces, provide products with the following value as determined by testing identical products by the DCOF AcuTest Method per ANSI A137.1: a. Walkway Surfaces: Minimum 0.42. 2.02 TILE A. Porcelain Tile: ANSI A137.1, standard grade. B. Tile for Floor Applications: 1. Key: PT -1. 2. Refer to Interior Finishes Schedule on Drawings for Basis of Design selections. 3. Moisture Absorption: 0 to 0.5 percent in accordance with ASTM C373. 4. Breaking Strength: Greater or equal to 250 pounds in accordance with ASTM C648. 5. Size and Shape: As scheduled. 6. Edges: Square. 7. Thickness: Nominal 3/8 inch. C. Tile for Wall Base Applications: 1. Key: PT -2 & PT -3. 2. Refer to Interior Finishes Schedule on Drawings for Basis of Design selections. 3. Moisture Absorption: 0 to 0.5 percent in accordance with ASTM C373. 4. Sizes and Shapes: As scheduled. 5. Edges: Square. 6. Thickness: Nominal 3/8 inch. TILING Bidding Documents 093000-2 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Neumann Monson Architects 16.121 D. Tile for Wall Applications: 1. Key: PT -4 & PT -5. 2. Refer to Interior Finishes Schedule on Drawings for Basis of Design selections. 3. Moisture Absorption: 0 to 20 percent in accordance with ASTM C373. 4. Sizes and Shapes: As scheduled. 5. Edges: Square. 6. Thickness: Nominal 3/8 inch. 2.03 PRECAST CEMENTITIOUS TERRAZZO UNITS A. Precast Terrazzo Stair Tread/Riser and Landing Panel Units: 2 inch thick treads and landing panels, and tapered risers (minimum of 1-1/2 inch thick at base), reinforced cementitious terrazzo units cast in maximum lengths possible, but not less than 36 inches. 1. Basis of Design: Wausau Tile; Tectura Designs, S-31 Cement Tread/Riser: www.tecturadesigns.com 2. Nosing: Coved with minimum 3/8 inch radius; 1 inch setback at risers, profiles and shapes as indicated on Drawings. 3. Integral Abrasive Strips: Total of 3 epoxy and silica abrasive strips, 1/2 inch wide, stopping 3 inches from both ends. 4. Coloring: Integral pigments and marble chips. Match existing color. 2.04 TRIM AND ACCESSORIES A. Ceramic Accessories: Glazed finish, same color and finish as adjacent field tile; same manufacturer as tile. B. Non -Ceramic Trim: Brushed stainless steel, styles, and dimensions to suit applications described below for setting using tile mortar. 1. For use at open edges of wall tile: a. Basis of Design: SchluterSCHIENE: www.schluter.com. b. Description: L-shaped brushed stainless steel profile with sloped top, anchor leg, and integrated grout joint spacer to accommodate tile thickness specified. 2. For use at transitions between floor tile and other floor finishes: a. Basis of Design: Schluter -RENO -TK: www.schluter.com. b. Description: Brushed stainless steel profile with sloped exposed surface, tapered leading edge, anchor leg, and integrated grout joint spacer to accommodate tile thickness specified. 3. Other Acceptable Manufacturers: a. Any Mortar and Grout Manufacturer listed below. b. Genotek: www.genotek.com. c. Substitutions: See Section 016000 - Product Requirements. 2.05 SETTING MATERIALS A. Thin -Set Latex -Portland Cement Mortar Bond Coat: ANSI A118.4. 1. Applications: Use this type of bond coat where indicated for porcelain tile. 2. Acceptable Manufacturers and Products: a. Bostik, Inc.; Ditra-Set Thin -Set: www.bostik-us.com. b. Custom Building Products; Flexbond Crack Prevention Thin -Set Mork: o www.custombuildingproducts.com. c. LATICRETE International, Inc; LATICRETE 254 Platinum: www.laticftm�corig d. Mapei Corporation; Ultraflex 3 Mortar. e. Merkrete, by Parex USA, Inc; Merkrete 720 Marble Pro: www.merkre%-*orrP f. ProSpec, an Oldcastle brand; Permalastic System: www.prospec.ca g. TEC, H.B. Fuller Construction Products, Inc.; Uncoupling Membraneita N www.tecspecialty.com. ;� h. Substitutions: See Section 016000 - Product Requirements. r v B. Epoxy Adhesive and Mortar Bond Coat: ANSI A118.3. s r M v Bidding Documents TILING 06/16/17 093000-3 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA 1. Applications: Use this type of bond coat at precast terrazzo stair tread/riser and landing panel units. 2. Products: a. Custom Building Products; EBM-Lite Epoxy Bonding Mortar: www.custombuildingproducts.com. b. LATICRETE International, Inc; LATICRETE LATAPDXY 300 Adhesive: www.laticrete.com/#sle. c. Merkrete, by Parex USA, Inc; Merkrete Pro Epoxy: www.merkrete.com/sle. d. ProSpec, an Oldcastle brand; B-7000 Epoxy Mortar and Grout: www.prospec.com. e. Substitutions: See Section 01 6000 - Product Requirements. 2.06 GROUTS A. Epoxy Grout: ANSI A118.3 chemical resistant and water -cleanable epoxy grout. 1. Applications: At porcelain tile. 2. Basis of Design Color: As scheduled in Interior Finishes Schedule on Drawings. �. Products: a q ARDEX Engineered Cements; ARDEX WA: www.ardexamericas.com/#sle. Q N �0 Custom Building Products; CEG -IG 100% Solids Industrial Grade Epoxy Grout: a Ww`—' www.custombuildingproducts.com. W 3>: LATICRETE International, Inc; LATICRETE SPECTRALOCK PRO Premium Grout: . j o IL)�— www.laticrete.com/#sle. x>dL� Merkrete, by Parex USA, Inc; Merkrete Pro Epoxy: www.merkrete.com/sle. U. _ ¢� ProSpec, an Oldcastle brand; B-7000 Epoxy Mortar and Grout: www.prospec.com. p Stuart Dean Company, Inc; Marcoat GS: www.stuartdean.com. N g— Substitutions: See Section 01 6000 - Product Requirements. 2.07 MAINTENANCE MATERIALS A. Terrazzo Cleaner: Liquid neutral chemical cleaner, with pH factor between 7 and 8, of formulation recommended by sealer manufacture for type of precast terrazzo used. B. Terrazzo Sealer: Colorless, slip- and stain -resistant penetrating sealer with pH factor between 7 and 8, that does not affect color or physical properties of precast terrazzo surface; as recommended by terrazzo manufacturer. 2.08 ACCESSORY MATERIALS A. Uncoupling Membrane: 1/8 inch polyethylene mat with square dovetail shaped cavities and fleece webbing laminated to the underside to provide a mechanical bond to the substrate adhesive; complying with ANSI Al 18.10. 1. Applications: Floor tile areas. 2. Basis of Design: Schluter-DITRA: www.schluter.com. 3. Other Acceptable Manufacturers: a. Any Mortar and Grout Manufacturer listed above. b. Compotite Corporation: www.compotite.com. c. Noble Company: www.noblecompany.com. d. Substitutions: See Section 016000 - Product Requirements. PART 3 EXECUTION .3.01 EXAMINATION A. Verify that sub -floor surfaces are smooth and flat within the tolerances specified for that type of Work and are ready to receive tile. B. Verify that wall surfaces are smooth and flat within the tolerances specified for that type of Work, are dust -free, and are ready to receive tile. C. Verify that sub -floor surfaces are dust -free and free of substances that could impair bonding of setting materials to sub -floor surfaces. TILING Bidding Documents 093000-4 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Neumann Monson Architects 16.121 D. Verify that concrete sub -floor surfaces are ready for tile installation by testing for moisture emission rate and alkalinity; obtain instructions if test results are not within limits recommended by tile manufacturer and setting materials manufacturer. E. Verify that required floor -mounted utilities are in correct locations. F. Proceed only when unsatisfactory conditions have been corrected in a manner complying with the Contract Documents. Starting work within a particular area will be construed as acceptance. 3.02 PREPARATION A. General: Comply with manufacturer's instructions, recommendations, and specifications for cleaning and surface preparation. Surfaces shall have no defects, contaminants, or errors which would result in poor or potentially defective installation or would cause latent defects in Work. B. Protect surrounding work from damage. C. Vacuum clean surfaces and damp clean. D. Seal substrate surface cracks with filler. Level existing substrate surfaces to acceptable flatness tolerances. 3.03 INSTALLATION -GENERAL A. Install tile and grout in accordance with applicable requirements of ANSI A108.1 through A108.13, manufacturer's instructions, and TCNA Handbook recommendations. B. Lay tile to pattern indicated on Drawings. C. Cut and fit tile to penetrations through tile, leaving sealant joint space. Form comers and bases neatly. Align base and wall joints. D. Place tile joints uniform in width, subject to variance in tolerance allowed in tile size. Make grout joints without voids, cracks, excess mortar or excess grout, or too little grout. Joints shall be 1/8 inch wide. E. Form internal angles square and external angles bullnosed. F. Install ceramic accessories rigidly in prepared openings. G. Install non -ceramic trim in accordance with manufacturer's instructions. H. Sound tile after setting. Replace hollow sounding units. I. Keep control and expansion joints free of mortar, grout, and adhesive. J. Prior to grouting, allow installation to completely cure; minimum of 48 hours. K. Grout tile joints unless otherwise indicated. Use standard grout unless otherwise indicated. L. At changes in plane and tile-to4ile control joints, use tile sealant instead of grout, with either bond breaker tape or backer rod as appropriate to prevent three -sided bonding. M. Apply sealant to junction of tile and dissimilar materials and junction of dissimilar planes. 3.04 INSTALLATION - TILE FLOORS - THIN -SET METHOD A. Over interior concrete substrates, install tile in accordance with TCNA Handbook Method F115, latex -Portland cement mortar, with epoxy grout. 3.05 INSTALLATION -WALL AND BASE TILE 0 A. At Typical Walls: Over glass -mat -faced tile backer board on metal studs, insta& accoFi`<ince with TCNA Handbook Method W245, thin -set with latex -Portland cement mortar;:&h e�_@xy grout. �� N 3.06 INSTALLATION - PRECAST TERRAZZO STAIR UNITS —in p A. Epoxy Setting Materials: Full 1/4 to 3/8 inch thick setting bed shall be applied to Map prim surfaces of the precast terrazzo, both vertical and horizontal, where contact is4a�e vthe steel structural substrates. ry J Bidding Documents TILING 06/16/17 093000-5 Neumann Monson Architects Robert A. Lee Recreation Center Remodeling 2017 16.121 Iowa City, IA (<t;�Y�uNPI �i �f��1l4ill�i�9 A. Movement Joints, General: Installation Quality Standard: In accordance with TCNA Movement Joint Design Essentials EJ171 and as specified below. B. Wall Joints: The following conditions shall not be grouted; install wall joint sealant and backer rod or backer tape: 1. Gypsum board assembly control joints. 2. Interior corners of tiled walls, including shower and bathtub walls. 3. Around substrates and tile at penetrations through tiled substrates. 4. At one side of changes in direction or plane of wall. 5. At joint closest and parallel to changes in substrates supporting tile between wall and floor. C. Floor Joints: 1. General Requirements: ko a. Continue construction, contraction (control), and expansion joints in building structure V3 4 through tile work. N Isolate tile work that abuts a restraining structure or assembly. 0 =Ca2 When metal trim or sealant/backer is used for joint, width shall not be less than width J J n- J} of joint in building structure. J p C.7 Tile shall not be placed over building expansion joints. C\12. . edule of Sealant Products and Locations: LL Epoxy Grouted Floors: Install chemical resistant floorjoint sealant full depth without �o backer rod at horizontal joints in epoxy grout setting conditions. 03. Itrterior Movement Joint Spacing: As indicated on Drawings and as specified below: ' a. Tile Exposed to Direct Sunlight or Moisture: 8 ft to 12 ft on center each way. b. Tile Not Exposed to Sunlight: 20 ft to 25 ft on center each way. D. Interior Floor Joint Installation Schedule: Seal interior floor movement joints, as defined by TCNA, according to following schedule: 1. Construction Joints: Floorjoint sealant and backer rod. 2. Contraction (Control) Joints: Floorjoint sealant and backer rod. 3. Isolation Joints: Floorjoint sealant and backer rod. 4. Tile Expansion Joints: Floorjoint sealant and backer rod. 5. Perimeter Joints between Wall and Floors: Floor joint sealant with backer tape. 3.08 CLEANING AND PROTECTION A. Clean tile, terrazzo, and grout surfaces. B. Precast terrazzo finished surfaces shall be sealed with minimum of one coat of sealer. C. Do not permit traffic over finished floor surfaces for 7 days after installation or as recommended by manufacturer. Protect installation through Date of Substantial Completion. 3.09 DEMONSTRATION A. Cleaning and Maintenance Training: Provide instruction to Owner's personnel for cleaning and maintenance of installed work, including methods and frequency for maintaining optimum condition under anticipated use; include precautions against cleaning materials and methods which may be detrimental to finishes and performance. END OF SECTION TILING Bidding Documents 093000-6 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 SECTION 09 5100 -ACOUSTICAL CEILINGS PART1 GENERAL 1.01 SECTION INCLUDES A. Suspended metal grid ceiling systems and associated accessories. B. Acoustical units. 1.02 RELATED REQUIREMENTS A. Section 01 6116 - Volatile Organic Compound (VOC) Content Restrictions. B. Section 09 2116 - Gypsum Board Assemblies: Concealed suspended grid ceiling framing. C. Division 23 - HVAC Requirements: Air diffusion devices in ceiling system. D. Division 26 - Electrical Requirements: Light fixtures in ceiling system. E. Division 28 - Electronic Safety and Security Requirements: Devices in ceiling system. 1.03 REFERENCE STANDARDS A. ASTM C635/C635M - Standard Specification for the Manufacture, Performance, and Testing of Metal Suspension Systems for Acoustical Tile and Lay -in Panel Ceilings; 2013a. B. ASTM C636/C636M - Standard Practice for Installation of Metal Ceiling Suspension Systems for Acoustical Tile and Lay -In Panels; 2013. C. ASTM E1264 - Standard Classification for Acoustical Ceiling Products; 2014. 1.04 SUBMITTALS A. See Section 01 3300 - Construction Submittals for submittal procedures. B. Shop Drawings: Indicate grid layout and related dimensioning and mechanical and electrical items installed in the ceiling. C. Product Data: Provide data on suspension system components and acoustical units. D. Samples: Submit one sample 6 by 6 inch in size illustrating material and finish of acoustical units. E. Manufacturer's Installation Instructions: Indicate special procedures. F. Maintenance Materials: Furnish the following for City of Iowa City's use in maintenance of project. 1. See Section 01 6000 - Product Requirements for additional provisions. 2. Extra Acoustical Units: Quantity equal to 2 percent of total installed. 1.05 QUALITY ASSURANCE A. Suspension System Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. B. Acoustical Unit Manufacturer Qualifications: Company specializing in manufacturing tI%W products specified in this section with minimum three years documented expe&ce. —+ 1.06 FIELD CONDITIONS Ay A. Maintain uniform temperature of minimum 60 degrees F, and maximum humid" 40�erceq� prior to, during, and after acoustical unit installation. "4n 1 PART2 PRODUCTS �� = rn 2.01 MANUFACTURERS fV A. Acoustical Units: v 1. Armstrong World Industries, Inc: www.armstrong.com. 2. CertainTeed Corporation: www.certainteed.com. 3. Hunter Douglas Contract: www.hunterdouglascontract.com. 4. Rockfon, LLC: www.rockfon.com. 5. USG: www.usg.com. Bidding Documents ACOUSTICAL CEILINGS 06/20/17 095100-1 Neumann Monson Architects Robert A. Lee Recreation Center Remodeling 2017 16.121 Iowa City, IA 6. Substitutions: See Section 01 6000 - Product Requirements. B. Suspension Systems: 1. Same as for acoustical units. 2. Substitutions: See Section 016000 - Product Requirements. 2.02 ACOUSTICAL UNITS A. Acoustical Units - General: ASTM E1264, Class A. B. Acoustical Units Type ATC-1: Painted mineral fiber, ASTM E1264 Type IV, with the following characteristics: 1. Anti-microbial treatment. 2. Size: 24 by 24 inches. 3. Thickness: 3/4 inches. 4. Composition: Wet felted. 5. Light Reflectance: 0.90 percent, determined in accordance with ASTM E1264. 6. NRC: 0.75, determined as specified in ASTM E1264. 7. Ceiling Attenuation Class (CAC): 35, determined in accordance with ASTM E1264. 8. Edge: Square. 9. Surface Color: White. 10. Surface: Fine-Textured. 11. Suspension System: Exposed grid. 12. Basis of Design: USG Mars ClimaPlus, Item No. 86185. C. Acoustical Units Type ATC-2: Washable painted mineral fiber, ASTM E1264 Type IV, with the 01lowing characteristics: AnCnicrobial treatment. Size:: 24 by 24 inches. Uj Thickness: 3/4 inches. J Composition: Wet felted. 61 Lighf Reflectance: 0.90 percent, determined in accordance with ASTM E1264. LJ NRC; 0.75, determined as specified in ASTM E1264. 7? Ceiling Attenuation Class (CAC): 35, determined in accordance with ASTM E1264. Edge: Square. Surface Color: White. 10. Surface: Fine-Textured water-resistant membrane. 11. Suspension System: Exposed grid. 12. Basis of Design: USG Mars ClimaPlus Healthcare, Item No. 86169. 2.03 SUSPENSION SYSTEMS A. Suspension Systems - General: Complying with ASTM C635/C635M; die cut and interlocking components, with stabilizer bars, clips, splices, perimeter moldings, and hold down clips as required. B. Exposed Suspension System: Formed steel, commercial quality cold rolled; intermediate -duty. 1. Profile: Tee; 15/16 inch wide face as scheduled. 2. Construction: Double web. 3. Finish: White painted. 4. Basis of Design: USG Donn DX. 2.04 ACCESSORIES A. Support Channels and Hangers: Galvanized steel; size and type to suit application and ceiling system flatness requirement specified. B. Perimeter Moldings: Same material and finish as grid. 1. At Exposed Grid: Provide L-shaped molding for mounting at same elevation as face of grid. ACOUSTICAL CEILINGS Bidding Documents 095100-2 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting Work. B. Verify that layout of hangers will not interfere with other Work. 3.02 INSTALLATION - SUSPENSION SYSTEM A. Install suspension system in accordance with ASTM C636/C636M and manufacturer's instructions and as supplemented in this section. B. Rigidly secure system, including integral mechanical and electrical components, for maximum deflection of 1:360. C. Locate system on room axis according to reflected ceiling plan in Drawings. D. Install after major above -ceiling work is complete. Coordinate the location of hangers with other work. E. Hang suspension system independent of walls, columns, ducts, pipes and conduit. Where carrying members are spliced, avoid visible displacement of face plane of adjacent members. F. Where ducts or other equipment prevent the regular spacing of hangers, reinforce the nearest affected hangers and related carrying channels to span the extra distance. G. Do not support components on main runners or cross runners if weight causes total dead load to exceed deflection capability. H. Support fixture loads using supplementary hangers located within 6 inches of each corner, or support components independently. Do not eccentrically load system or induce rotation of runners. J. Perimeter Molding: Install at intersection of ceiling and vertical surfaces and at junctions with other interruptions. 1. Use longest practical lengths. 2. Overlap and rivet corners. 3.03 INSTALLATION -ACOUSTICAL UNITS A. Install acoustical units in accordance with manufacturer's instructions. B. Fit acoustical units in place, free from damaged edges or other defects detrimental to appearance and function. C. Fit border trim neatly against abutting surfaces. D. Install units after above -ceiling work is complete. E. Install acoustical units level, in uniform plane, and free from twist, warp, and dents. F. Cutting Acoustical Units: 1. Cut to fit irregular grid and perimeter edge trim. 2. Make field cut edges of same profile as factory edges. 3.04 TOLERANCES A. Maximum Variation from Flat and Level Surface: 1/8 inch in 10 feet. r� 0 B. Maximum Variation from Plumb of Grid Members Caused by Eccentric Loads: �'degrel�. END OF SECTION � C7 -� ma 4t7 O o� i M sr x 'v Q r v Bidding Documents ACOUSTICAL CEILINGS 06/16/17 095100-3 Neumann Monson Architects 16.121 1�� LL ko iV o s �-- CL- C) V t�— N >- C? � Tg a N ACOUSTICAL CEILINGS 095100-4 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Bidding Documents 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 SECTION 09 6500 - RESILIENT FLOORING PART1 GENERAL 1.01 SECTION INCLUDES A. Resilient tile flooring, to match existing. B. Resilient base, to match existing. C. Installation accessories. 1.02 RELATED REQUIREMENTS A. Section 01 6116 - Volatile Organic Compound (VOC) Content Restrictions. B. Section 03 3000 - Cast -in -Place Concrete: Restrictions on curing compounds for concrete slabs and floors. C. Section 09 2116 - Gypsum Board Assemblies. 1.03 REFERENCE STANDARDS A. ASTM F710 - Standard Practice for Preparing Concrete Floors to Receive Resilient Flooring; 2011. B. ASTM F1700 - Standard Specification for Solid Vinyl Tile; 2013a. C. ASTM F1861 - Standard Specification for Resilient Wall Base; 2008 (Reapproved 2012). D. ASTM F 2170 - Standard Test Method for Determining Relative Humidity in Concrete Floor Slabs Using In-situ Probes, 1.04 ADMINISTRATIVE REQUIREMENTS A. Sequencing: Complete overhead work prior to start of the work of this section. B. Scheduling: Ensure that environmental and substrate conditions are suitable for satisfactory installation of floor finish materials specified. 1.05 SUBMITTALS A. See Section 01 3300 - Construction Submittals for submittal procedures. B. Product Data: Provide data on specified products, describing physical and performance characteristics, including sizes, patterns and colors available, and installation instructions. C. Certification: Prior to installation of flooring, submit written certification by flooring manufacturer and adhesive manufacturer that condition of sub -floor is acceptable. D. Maintenance Data: Include maintenance procedures, recommended maintenance materials, and suggested schedule for cleaning, stripping, and re -waxing. E. Maintenance Materials: Furnish the following for City of Iowa City's use in maintenance of project. 1. Extra Wall Base: Quantity equivalent to 5 percent. 1.06 DELIVERY, STORAGE, AND HANDLING A. Protect roll materials from damage by storing on end. o PART 2 PRODUCTS -+ 2.01 TILE FLOORING _o D` Z A. Vinyl Tile: Solid vinyl with color and pattern throughout thickness to match ex n N r 1. Minimum Requirements: Comply with ASTM F1700, of Class corresporto type specified. s (� 2.02 RESILIENT BASE �r-1 -E;r N Q A. Resilient Base RB -1: ASTM F1861, Type TV, vinyl, thermoplastic, top set Style B, Cae. 1. Manufacturers: a. Mannington, No substitutions allowed. 2. Height: 4 inch. Bidding Documents RESILIENT FLOORING 06/20/17 096500-1 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA 3. Thickness: 0.125 inch thick. 4. Finish: Satin. 5. Length: Roll. 6. Color: Bark. B. Resilient Base RB -2: Vent cove wall base for wood strip gymnasium floors 1. Manufacturers: a. Johnsonite, No substitutions allowed 2. Height: 4 inch @ 5/16" thick 3. Toe Length: 3 inch @ 3/8" thick 4. Finish: Match existing. 5. Length: Roll. 6. Color: Black. 7. 2.03 ACCESSORIES A. Subfloor Filler: White premix latex; type recommended by adhesive material manufacturer. B. Primers, Adhesives, and Seam Sealer: Waterproof; types recommended by flooring manufacturer. C. Moldings, Transition and Edge Strips: Same material as flooring. D. Sealer and Wax: Types recommended by flooring manufacturer. 12-31A dr7W 4*011 Lip. RxrS�� I_1� i112G\iiCiPl A. Verify that surfaces are flat to tolerances acceptable to flooring manufacturer, free of cracks that might telegraph through flooring, clean, dry, and free of curing compounds, surface hardeners, Viand o%er chemicals that might interfere with bonding of flooring to substrate. B. g/er}� - t sub -floor surfaces are smooth and flat within the tolerances specified for that type of Q yvo are ready to receive resilient flooring. W C. °Ver 1 t wall surfaces are smooth and flat within the tolerances specified for that type of work, care ree, and are ready to receive resilient base. D. :fnerrtentittous Sub -floor Surfaces: Verify that substrates are dry enough and ready for resilient 4or" tallation by testing for moisture and pH. .4- Obi'n instructions if test results are not within limits recommended by resilient flooring N manufacturer and adhesive materials manufacturer. E. Verify that concrete sub -floor surfaces are ready for resilient flooring installation by testing for pH and moisture emission rate in accordance with ASTM F 710; obtain instructions if test results indicate moisture emission rate greater than 3 Ib per 1000 sq ft per 24 hours. 1. Perform calcium chloride moisture test on slabs "at service temperature" and in accordance with ASTM F 1869 for each 500 sq ft of floor area. 2. Contractor may be required to perform in-situ relative humidity testing per ASTM F 2170. F. Verify that required floor -mounted utilities are in correct location. 3.02 PREPARATION A. Prepare floor substrates as recommended by flooring and adhesive manufacturers. B. Remove sub -floor ridges and bumps. Fill minor low spots, cracks, joints, holes, and other defects with sub -floor filler to achieve smooth, flat, hard surface. C. Prohibit traffic until filler is fully cured. D. Clean substrate. 3.03 INSTALLATION -GENERAL A. Starting installation constitutes acceptance of sub -floor conditions. B. Install in accordance with manufacturer's written instructions. RESILIENT FLOORING Bidding Documents 096500-2 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Neumann Monson Architects 16.121 C. Spread only enough adhesive to permit installation of materials before initial set. D. Fit joints and butt seams tightly. E. Set flooring in place, press with heavy roller to attain full adhesion. F. Where type of floor finish, pattern, or color are different on opposite sides of door, terminate flooring under centerline of door. G. Install edge strips at unprotected or exposed edges, where flooring terminates, and where indicated. 1. Resilient Strips: Attach to substrate using adhesive. H. Scribe flooring to walls, columns, cabinets, floor outlets, and other appurtenances to produce tight joints. 3.04 INSTALLATION -TILE FLOORING A. Mix tile from container to ensure shade variations are consistent when tile is placed, unless otherwise indicated in manufacturer's installation instructions. B. Lay flooring with joints and seams parallel to building lines to produce symmetrical tile pattern. 3.05 INSTALLATION - RESILIENT BASE A. Fit joints tightly and make vertical. Maintain minimum dimension of 18 inches between joints. B. Miter internal corners. At external corners, use premolded units. At exposed ends, use premolded units. C. Install base on solid backing. Bond tightly to wall and floor surfaces. D. Scribe and fit to door frames and other interruptions. 3.06 CLEANING A. Remove excess adhesive from floor, base, and wall surfaces without damage. B. Clean, seal, and wax in accordance with manufacturer's instructions. 3.07 PROTECTION A. Prohibit traffic on resilient flooring for 48 hours after installation. END OF SECTION Bidding Documents RESILIENT FLOORING 06/16/17 096500-3 ro O y� z -�-< o r <m -v rn �E370 . s N C) i Jz- J Bidding Documents RESILIENT FLOORING 06/16/17 096500-3 Neumann Monson Architects Robert A. Lee Recreation Center Remodeling 2017 16.121 Iowa City, IA RESILIENT FLOORING Bidding Documents 096500-4 06/16/17 .0 L • '7C Q N x w_ r 0 N RESILIENT FLOORING Bidding Documents 096500-4 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 SECTION 09 6813 - TILE CARPETING PART 1 GENERAL 1.01 SECTION INCLUDES A. Carpet tile, fully adhered. 1.02 RELATED REQUIREMENTS A. Section 01 7419 - Construction Waste Management and Disposal: Reclamation/Recycling of new carpet tile scrap. B. Section 09 6800 - Carpeting: Broadloom carpet. 1.03 REFERENCE STANDARDS A. ASTM E648 - Standard Test Method for Critical Radiant Flux of Floor -Covering Systems Using a Radiant Heat Energy Source; 2014c. B. NFPA 253 - Standard Method of Test for Critical Radiant Flux of Floor Covering Systems Using a Radiant Heat Energy Source; 2015. 1.04 SUBMITTALS A. Product Data: Provide data on specified products, describing physical and performance characteristics; sizes, patterns, colors available, and method of installation. B. Samples: Submit two carpet tiles illustrating color and pattern design for each carpet color selected. C. Manufacturer's Installation Instructions: Indicate special procedures and perimeter conditions requiring special attention. D. Maintenance Data: Include maintenance procedures, recommended maintenance materials, and suggested schedule for cleaning. 1.05 QUALITY ASSURANCE A. Installer Qualifications: Company specializing in installing carpet tile with minimum three years documented experience and approved by carpet tile manufacturer. 1.06 FIELD CONDITIONS A. Store materials in area of installation for minimum period of 24 hours prior to installation. ' B. Maintain the substrate temperature and ambient air temperature at least 5 degrees F above the dew point. C. Do not install carpet tile when temperature is below 65 degrees F or above 90 degrees F. PART PRODUCTS '2.01 MANUFACTURERS rag 2.02 MATERIALS C) c A. Tile Carpeting, Type CPT -1: Tufted, manufactured in one color dye lot. A– z o �. 1. Basis of Design: As indicated in Interior Finishes Schedule on Drawings.—tn 2. Tile Size: 18 by 18 inch, nominal. rn 3. Critical Radiant Flux: Minimum of 0.22 watts/sq cm, when tested in accor0ar wr ASTM E648 or NFPA 253. :)It N 2.03 ACCESSORIES T� t ._u A. Sub -Floor Filler: White premix latex; type recommended by flooring material manufacturer. B. Edge Strips: Rubber, color as selected by Architect. C. Carpet Tile Adhesive: Recommended by carpet file manufacturer. Bidding Documents TILE CARPETING 06/20/17 096813-1 Neumann Monson Architects Robert A. Lee Recreation Center Remodeling 2017 16.121 Iowa City, IA PART 3 EXECUTION 3.01 EXAMINATION A. Verify that sub-floor surfaces are smooth and flat within tolerances specified for that type of work and are ready to receive carpet tile. B. Verify that sub-floor surfaces are dust-free and free of substances that could impair bonding of adhesive materials to sub-floor surfaces. C. Verify that concrete sub-floor surfaces are ready for carpet tile installation by testing substrate moisture conditions and alkalinity; obtain instructions if test results are not within limits recommended by carpet the manufacturer and adhesive materials manufacturer. 3.02 PREPARATION A. Remove sub-floor ridges and bumps. Fill minor or local low spots, cracks, joints, holes, and other defects with sub-floor filler. B. Apply, trowel, and float filler to achieve smooth, flat, hard surface. Prohibit traffic until filler is cured. C. Vacuum clean substrate. 3.03 INSTALLATION A. Starting installation constitutes acceptance of sub-floor conditions. B. Install carpet tile in accordance with manufacturer's instructions. Blend carpet from different cartons to ensure minimal variation in color match. i0 Qe_�, CgLcd�rpet the clean. Fit carpet tight to intersection with vertical surfaces without gaps. W lx L�pet tile in square pattern, with pile direction alternating to next unit, set parallel to building a— li J FN F�here carpet tile to substrate. Cr Tlim4Wrpet tile neatly at walls and around interruptions. 64Xte installation of edge strips, concealing exposed edges. 3.04 (NEANING A. Remove excess adhesive without damage, from floor, base, and wall surfaces. B. Clean and vacuum carpet surfaces. END OF SECTION TILE CARPETING Bidding Documents 096813-2 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 SECTION 09 9000 - PAINTING AND COATING PART 1 GENERAL 1.01 SECTION INCLUDES A. Surface preparation. B. Field application of paints. C. Scope: Finish all interior surfaces exposed to view, including the following. 1. Both sides and edges of plywood backboards for electrical and communication equipment before installing equipment. 2. Interior walls and bottom of soffits and ceilings. 3. Mechanical and Electrical: a. In finished areas, paint all insulated and exposed pipes, conduit, boxes, insulated and exposed ducts, hangers, brackets, collars and supports, mechanical equipment, and electrical equipment, unless otherwise indicated. b. In finished areas, paint shop -primed items. D. Do Not Paint or Finish the Following Items: 1. Items specified to be factory -finished; materials and products having factory -applied primers are not considered factory finished. 2. Items indicated to receive other finishes. 3. Items indicated to remain unfinished. 4. Fire rating labels, equipment serial number and capacity labels, and operating parts',of equipment. 5. Stainless steel items. 6. Floors, unless specifically so indicated. 7. Ceramic and other tiles. 8. Glass. 9. Concealed pipes, ducts, and conduits. 1.02 RELATED REQUIREMENTS 0 A. Section 01 6116 - Volatile Organic Compound (VOC) Content Restrictions. o B. Section 05 5100 - Metal Stairs: Shop -primed items. "n 1.03 DEFINITIONS n "G N =icy c A. Conform to ASTM D16 for interpretation of terms used in this section. 1.04 REFERENCE STANDARDS <r v m A. 40 CFR 59, Subpart D - National Volatile Organic Compound Emission Standai'dPfor ry Architectural Coatings; U.S. Environmental Protection Agency; current edition.;': r B. ASTM D16 - Standard Terminology for Paint, Related Coatings, Materials, and Applica06ns; 2014. - C. SSPC (PM1) - Good Painting Practice: SSPC Painting Manual, Vol. 1; Society for Protective Coatings; Fourth Edition. 1.05 SUBMITTALS A. See Section 01 3300 - Construction Submittals for submittal procedures. B. Product Data: Provide complete list of all products to be used, with the following information for each: 1. Manufacturer's name, product name and/or catalog number, the general product category (e.g. "acrylic latex"), and the intended application substrate. 2. Cross-reference to specified paint system products is to be used in; include description of each system. 3. Manufacturer's application instructions. 4. VOC and chemical content. Bidding Documents PAINTING AND COATING 06/20/17 099000-1 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA C. Samples: Submit three paper "draw down" samples, 8-1/2 by 11 inches in size, illustrating range of colors available for each finishing product specified. 1. Where sheen is specified, submit samples in only that sheen. D. Certification: By manufacturer that all paints and coatings comply with VOC limits specified. E. Manufacturer's Instructions: Indicate special surface preparation procedures. F. Maintenance Data: Submit data on cleaning, touch-up, and repair of painted and coated surfaces. G. Maintenance Materials: Furnish the following for City of Iowa City's use in maintenance of project. 1. See Section 016000 - Product Requirements for additional provisions. 2. Extra Paint and Coatings: 1 gallon of each color; store where directed. 3. Label each container with color in addition to the manufacturer's label. 1.06 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified, with minimum 5 years documented experience. B. Applicator Qualifications: Company specializing in performing the type of Work specified with minimum 5 years documented experience. 1.07 DELIVERY, STORAGE, AND HANDLING A. V�Delive,6products to site in sealed and labeled containers; inspect to verify acceptability. B. ixo*ii�r Label: Include manufacturer's name, type of paint, brand name, lot number, brand [� =coderage, surface preparation, drying time, cleanup requirements, color designation, and W 04nst ns for mixing and reducing. r— C. CPairerials: Store at minimum ambient temperature of 45 degrees F and a maximum of 90 eg _ SF, in ventilated area, and as required by manufacturer's instructions. UM FIE C91�ITIONS A. go not apply materials when surface and ambient temperatures are outside the temperature 4Enges required by the paint product manufacturer. B. Fallow manufacturer's recommended procedures for producing best results, including testing of substrates, moisture in substrates, and humidity and temperature limitations. C. Lighting: Provide permanent lighting or, if permanent lighting is not in place, simulate permanent lighting conditions during paint application. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Provide all paint and coating products from the same manufacturer to the greatest extent possible. B. Basis of Design Color Selections: As indicated in Interior Finishes Schedule on Drawings. C. Basis of Design Top Coat Products and Sheen (regardless of color selection): 1. Sherwin-Williams; ProMar 200 Zero VOC Interior Acrylic Latex, Eg-Shel sheen; use everywhere except as noted below. 2. Sherwin-Williams; ProMar 200 Zero VOC Interior Acrylic Latex, Flat sheen; use on gypsum soffits and ceilings. 3. Sherwin-Williams; Pro Industrial Water Based Catalyzed Epoxy, Semi -Gloss sheen; use on non -tiled walls in Restrooms. 4. Sherwin-Williams; Pro Industrial DTM Acrylic Latex; Semi -Gloss sheen; use for interior metal doors, frames, and metal fabrications to be painted. 5. Flame Control Coatings, LLC; Flame Control No. 20-20A, Class A Intumescent Fire Retardant Latex Paint, flat sheen; use on Mechanical and Electrical Room plywood mounting boards. PAINTING AND COATING Bidding Documents 099000-2 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 D. Other Acceptable Manufacturers: 1. Benjamin Moore & Cc: www.benjaminmoore.com. 2. Diamond Vogel Paint: www.diamondvogel.com. 3. PPG Paints: www.ppgpaints.com. 4. Pratt & Lambert Paints: www.praftandiambert.com. 5. Substitutions: See Section 01 6000 - Product Requirements. E. Primer/Sealers: Same manufacturer as top coats. F. Block Fillers: Same manufacturer as top coats. 2.02 PAINTS AND COATINGS - GENERAL A. Provide manufacturer's highest quality product for type of coating specified. B. Paints and Coatings: Ready -mixed, unless intended to be a field -catalyzed coating. 1. Provide paints and coatings of a soft paste consistency, capable of being readily and uniformly dispersed to a homogeneous coating, with good flow and brushing properties, and capable of drying or curing free of streaks or sags. 2. Provide materials that are compatible with one another and the substrates indicated under conditions of service and application, as demonstrated by manufacturer based on testing and field experience. 3. For opaque finishes, tint each coat including primer coat and intermediate coats, one-half shade lighter than succeeding coat, with final finish coat as base color. 4. Supply each coating material in quantity required to complete entire project's work from a single production run. 5. Do not reduce, thin, or dilute coatings or add materials to coatings unless such procedure is specifically described in manufacturer's product instructions. C. Primer/Sealers: Where the manufacturer offers options on primer/sealers for a particular substrate, use primer/sealer categorized as "best" by the manufacturer. D. Volatile Organic Compound (VOC) Content: Comply with Section 016116. E. Flammability: Comply with applicable code for surface burning characteristics. F. Sheens: Provide the sheens specified; gloss shall be tested in accordance with ASTM D523.. G. Extend colors to surface edges; colors may change at any edge as directed by Architect. 1. In finished areas, finish pipes, ducts, conduit, and equipment the same color as the wall/ceiling they are mounted on/under. 2.03 OPAQUE PAINT SYSTEMS - INTERIOR A. Plywood, Mechanical and Electrical Room Mounting Boards: 1. Preparation and primer as specified by paint manufacturer. 2. Two coats of Intumescent Fire Retardant Latex Paint. o 3. Color: White. o _, B. Concrete Masonry Units: �t7 1. Preparation and block filler/primer as specified by paint manufacturer. C , N .� 2. Two top coats. mac) o C. Ferrous Metals; including metal doors and frames, guardrails/railings, and otheFWnedpnd + • , unprimed metal surfaces: p= S � ry Q 1. Preparation as specified by paint manufacturer. �x 2. First coat: DTM primer/finish, anti -corrosive type recommended by top Coat mawnfacturer. 3. Two top coats. D. Galvanized Metals: 1. Preparation as specified by paint manufacturer. 2. First coat: DTM primer/finish, anti -corrosive type recommended by top coat manufacturer. 3. Two top coats. Bidding Documents PAINTING AND COATING 06/16/17 099000-3 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA E. Gypsum Board Surfaces of Walls, Bulkheads, and Soffits: 1. Preparation for Level 5 surface appearance: Apply high build coating of acrylic latex based Surfacer/Primer as specified in Section 09 2116. 2. One coat of primer recommended by paint manufacturer. 3. Flat finish: Two top coats. 4. Eggshell finish: Two top coats. 5. Semi -gloss finish: Two top coats. F. Gypsum Board Surfaces of Walls, Epoxy Paint Finish: 1. Preparation for Level 5 surface appearance: Apply high build coating of acrylic latex based Surfacer/Primer as specified in Section 09 2116. 2. One coat of primer recommended by paint manufacturer. 3. Semi -Gloss Finish: Two top coats. 2.04 ACCESSORY MATERIALS A. Accessory Materials: Provide primers, sealers, cleaning agents, cleaning cloths, sanding materials, and clean-up materials required to achieve the finishes specified whether specifically indicated or not; commercial quality. B. Patching Material: Latex filler. C. Fastener Head Cover Material: Latex filler. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that surfaces are ready to receive work as instructed by the product manufacturer. 6a Examine surfaces scheduled to be finished prior to commencement of work. Report any condton that may potentially affect proper application. Q (5.14 T op -applied primer for compatibility with subsequent cover materials. W 04- Mme moisture content of surfaces using an electronic moisture meter. Do not apply finishes o un1e)i§::moisture content of surfaces are below the following maximums: N1.? 2�psum Board: 12 percent. s'j2. =ancrete Masonry Units: 12 percent. 14V2R/ 2 PaPARION A. =lean surfaces thoroughly and correct defects prior to coating application. B. Prepare surfaces using the methods recommended by the paint manufacturer for achieving the best result for the substrate under the project conditions. C. Remove or repair existing coatings that exhibit surface defects. D. Remove or mask surface appurtenances, including electrical plates, hardware, light fixture trim, escutcheons, and fittings, prior to preparing surfaces or finishing. E. Seal surfaces that might cause bleed through or staining of topcoat. F. Remove mildew from impervious surfaces by scrubbing with solution of tetra -sodium phosphate and bleach. Rinse with clean water and allow surface to dry. G. Metal Doors and Frames to be Painted: Prime metal door and frame top and bottom edge surfaces. 3.03 APPLICATION A. Remove unfinished louvers, grilles, covers, and access panels on mechanical and electrical components and paint separately. B. Apply products in accordance with manufacturer's instructions. C. Do not apply finishes to surfaces that are not dry. Allow applied coats to dry before next coat is applied. D. Apply each coat to uniform appearance. PAINTING AND COATING 099000-4 Bidding Documents 116011-11111511 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Neumann Monson Architects 16.121 E. Sand metal surfaces lightly between coats to achieve required finish. F. Vacuum clean surfaces of loose particles. Use tack cloth to remove dust and particles just prior to applying next coat. G. Reinstall electrical cover plates, hardware, light fixture trim, escutcheons, and fittings removed prior to finishing. 3.04 CLEANING A. Collect waste material that could constitute a fire hazard, place in closed metal containers, and remove daily from site. 3.05 PROTECTION A. Protect finished coatings until completion of Project. B. Touch-up damaged coatings after Substantial Completion. END OF SECTION Bidding Documents PAINTING AND COATING 06/16/17 099000-5 N O_ � in J G. � rn 0 -v m Iy � ro� Bidding Documents PAINTING AND COATING 06/16/17 099000-5 Neumann Monson Architects Robert A. Lee Recreation Center Remodeling 2017 16.121 Iowa City, IA PAINTING AND COATING Bidding Documents 099000-6 06/16/17 01) W3 Q Q N Y O W = � ��- J o " y v LL � ti - 3RE .- o_ 0 N PAINTING AND COATING Bidding Documents 099000-6 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA SECTION 10 1400 - SIGNAGE Neumann Monson Architects 16.121 PART1 GENERAL 1.01 SECTION INCLUDES A. Room and door signs. 1.02 REFERENCE STANDARDS A. 36 CFR 1191 - Americans with Disabilities Act (ADA) Accessibility Guidelines for Buildings and Facilities; Architectural Barriers Act (ABA) Accessibility Guidelines; current edition. B. ADA Standards -Americans with Disabilities Act (ADA) Standards for Accessible Design; 2010. C. ICC A117.1 - Accessible and Usable Buildings and Facilities; 2009. 1.03 SUBMITTALS A. Product Data: Manufacturer's printed product literature for each type of sign, indicating sign styles, font, foreground and background colors, locations, overall dimensions of each sign. B. Signage Schedule: Provide information sufficient to completely define each sign for fabrication, including room number, room name, other text to be applied, sign and letter sizes, fonts, and colors. 1. When room numbers to appear on signs differ from those on the drawings, include the drawing room number on schedule. 2. When content of signs is indicated to be determined later, request such information from City of Iowa City through Architect at least 2 months prior to start of fabrication; upon request, submit preliminary schedule. 3. Submit for approval by City of Iowa City through Architect prior to fabrication. C. Samples: Submit two samples of each type of sign, of size similar to that required for project, illustrating sign style, font, and method of attachment. D. Selection Samples: Where colors are not specified, submit two sets of color selection charts or chips. ," E. Verification Samples: Submit samples showing colors specified. 0=, F. Manufacturer's Installation Instructions: Include installation templates and attag-"en�yicesn 1.04 QUALITY ASSURANCE 3'-< r C -)-<N �. A. Manufacturer Qualifications: Company specializing in manufacturing the prodiacipeRi ied iTn this section with minimum three years of documented experience. <� -s7 ! ,„' 3 1.05 DELIVERY, STORAGE, AND HANDLING C? N A. Package signs as required to prevent damage before installation. r B. Package room and door signs in sequential order of installation, labeled by floor or builr�ing. C. Store tape adhesive at normal room temperature. 1.06 FIELD CONDITIONS A. Do not install tape adhesive when ambient temperature is lower than recommended by manufacturer. B. Maintain this minimum temperature during and after installation of signs. PART 2 PRODUCTS 2.01 SIGNAGE APPLICATIONS A. Accessibility Compliance: Signs are required to comply with ADA Standards and ICC A117.1 and applicable building codes, unless otherwise indicated; in the event of conflicting requirements, comply with the most comprehensive and specific requirements. B. Room and Door Signs: Provide a sign for every doorway, whether it has a door or not, not including corridors, lobbies, and similar open areas. 1. Sign Type: Flat signs with engraved panel media as specified. Bidding Documents SIGNAGE 06/20/17 101400-1 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA 2. Provide "tactile" signage, with letters raised minimum 1/32 inch and Grade II braille. 3. Character Height: 1 inch. 4. Sign Height: 2 inches, unless otherwise indicated. 5. Service Rooms: Identify with room names and numbers to be determined later, not those shown on the drawings. 6. Rest Rooms: Identify with pictograms, the names "MEN" and "WOMEN", room numbers to be determined later, and braille. 2.02 SIGN TYPES A. Flat Signs: Signage media without frame. 1. Edges: Square. 2. Corners: Square. 3. Wall Mounting of One -Sided Signs: Tape adhesive. B. Color and Font: Unless otherwise indicated: 1. Character Font: Helvetica, Arial, or other sans serif font. 2. Character Case: Upper case only. 3. Background Color: Clear. 4. Character Color: Contrasting color. 2.03 TACTILE SIGNAGE MEDIA A. Engraved Panels: Laminated colored plastic; engraved through face to expose core as background color: 1. Total Thickness: 1/16 inch. 2.04 ACCESSORIES A. Tape Adhesive: Double sided tape, permanent adhesive. PART &)EXECUTION 3,01 INSTALIA71ON A In ItA accordance with manufacturer's instructions. J B.olnsialCaeatly, with horizontal edges level. C. o ateV igns and mount at heights indicated on drawings and in accordance with ADA ,5 taE5a}ds and ICC A117.1. D. _Protecgrom damage until Substantial Completion; repair or replace damaged items. END OF SECTION SIGNAGE Bidding Documents 101400-2 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 SECTION 10 2813 - TOILET ACCESSORIES PART1 GENERAL 1.01 SECTION INCLUDES A. Accessories for public toilet rooms. B. Grab bars. 1.02 RELATED REQUIREMENTS A. Section 06 1000 - Rough Carpentry: Concealed supports for accessories, including in wall framing and plates. B. Section 09 3000 - Tiling. 1.03 REFERENCE STANDARDS A. 2010 ADA Standards for Accessible Design -US Dept of Justice Revised Regulations for Titles II and III of the Americans with Disabilities Act of 1990 as adopted by Iowa State Building Code 661-302.1 B. ASTM A 269 - Standard Specification for Seamless and Welded Austenitic Stainless Steel Tubing for General Service; 2007a. C. ASTM A666 - Standard Specification for Annealed or Cold -Worked Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar; 2003. D. ASTM B456 - Standard Specification for Electrodeposited Coatings of Copper Plus Nickel Plus Chromium and Nickel Plus Chromium; 2003. E. ASTM C1036 - Standard Specification for Flat Glass; 2006. F. ASTM F2285 - Standard Consumer Safety Performance Specification for Diaper Changing Tables for Commercial Use; 2004. G. GSA CID A -A-3002 - Mirrors, Glass; U.S. General Services Administration; 1996. 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordinate the work with the placement of internal wall reinforcement, concealed ceilm supports, and reinforcement of toilet partitions to receive anchor attachments. 1.05 SUBMITTALS c -J c. A. See Section 01 3300 - Construction Submittals for submittal procedures. D� c-�-C N . B. Product Data: Provide data on accessories describing size, finish, details of fagC�t on � r 9 attachment methods. <� 9 C. Manufacturer's Installation Instructions: Indicate special procedures and conlaj�s rWiringo special attention. r PART PRODUCTS no 2.01 MANUFACTURERS A. Basis of Design Products listed are made by Bobrick Washroom Equipment, Inc. www.bobrick.com, unless otherwise specified. B. Other Acceptable Manufacturers: 1. A & J Washroom Accessories Inc: www.ajwashroom.com. 2. American Specialties, Inc: www.americanspecialties.com. 3. Bradley Corporation: www.bradleycorp.com. 4. Substitutions: Section 016000 - Product Requirements. C. All items of each type to be made by the same manufacturer. 2.02 MATERIALS A. Accessories -General: Shop assembled, free of dents and scratches and packaged complete with anchors and fittings, steel anchor plates, adapters, and anchor components for installation. 1. Grind welded joints smooth. Bidding Documents TOILET ACCESSORIES 06/20/17 102813-1 Neumann Monson Architects Robert A. Lee Recreation Center Remodeling 2017 16.121 Iowa City, IA 2. Fabricate units made of metal sheet of seamless sheets, with flat surfaces. B. Keys: Provide 6 keys for each accessory to City of Iowa City; master key all lockable accessories. C. Stainless Steel Sheet: ASTM A 666, Type 304. D. Stainless Steel Tubing: ASTM A 269, Type 304 or 316. E. Mirror Glass: Float glass, ASTM C 1036 Type I, Class 1, Quality Q2, with silvering, copper coating, and suitable protective organic coating to copper backing in accordance with GSA CID A -A-3002. Fasteners, Screws, and Bolts: Hot dip galvanized, tamper -proof, security type. 2.03 FINISHES A. Stainless Steel: No. 4 satin brushed finish, unless otherwise noted. B. Chrome/Nickel Plating: ASTM B 456, SC 2, satin finish, unless otherwise noted. 2.04 TOILET ROOM ACCESSORIES A. Toilet Paper Dispenser: Owner fumished; Contractor installed. 1. Product: 555628 - Elevation High Capacity Bath Tissue Roll Dispenser manufactured by Tork. B. Paper Towel Dispenser: Surface mounted, Owner furnished; Contractor installed. 1. Product: 5510282 - Elevation Matic Hand Towel Roll Dispenser manufactured by Tork. C.w A Vaste Receptacle: Wall -mounted, stainless steel, seamless lower door for access to container, Wivith tun%ler lock, reinforced panel full height of door, push -in self-closing top door, continuously Q iVvelmkc�ottom pan and seamless exposed flanges. rJ.raduct: B-3644 manufactured by Bobrick. W D. J U. E. SoauPspenser: Owner furnished; Contractor installed. R. >�uct: LTX -12 Dispenser manufactured by GOJO. 2lirrbrs!5$tainless steel framed, 6 mm thick float glass mirror. —?. c3g: As indicated in Drawings. FrMe: 0.05 inchangle shapes, with mitered and welded and ground corners, and �+ tamperproof hanging system; No.4 finish. 3. Backing:, Full -mirror sized, minimum 0.03 inch galvanized steel sheet and nonabsorptive filler material. 4. Product: B-165 Series manufactured by Bobrick. F. Grab Bars: Stainless steel, 1-1/4 inches outside diameter, minimum 0.05 inch wall thickness, nonslip grasping surface finish, concealed flange mounting; 1-1/2 inches clearance between wall and inside of grab bar. 1. Length and Configurations: As indicated on drawings. 2. Product: B-5806 Series manufactured by Bobrick. G. Sanitary Napkin Disposal Unit: Stainless steel, surface -mounted, self-closing door, locking bottom panel with full-length stainless steel piano -type hinge, removable receptacle. 1. Product: B-270 manufactured by Bobrick. H. Diaper Changing Station: Wall -mounted folding diaper changing station for use in commercial toilet facilities, meeting or exceeding ASTM F2255. 1. Style: Horizontal. 2. Material: Stainless steel shell with polyethylene body. 3. Mounting: Surface. 4. Minimum Rated Load: 250 lbs. 5. Product: KB110-SSWM manufactured by Koala Kare Products. 6. Substitutions: See Section 01600 - Product Requirements. TOILET ACCESSORIES Bidding Documents 102813-2 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 2.05 ELECTRIC HAND DRYERS A. Electric Hand Dryers, Surface -Mounted: Contractor Salvaged -Owner furnished, Contractor installed. PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting work. B. Verify exact location of accessories for installation. C. Verify that field measurements are as indicated on drawings. 3.02 PREPARATION A. Deliver inserts and rough -in frames to site for timely installation. B. Provide templates and rough -in measurements as required. 3.03 INSTALLATION A. Install accessories in accordance with manufacturers' instructions. B. Install plumb and level, securely and rigidly anchored to substrate. C. Mounting Heights and Locations: As required by accessibility regulations and as indicated on drawings END OF SECTION Bidding Documents TOILET ACCESSORIES 06/16/17 102813-3 N O �-� o r rn 3 F - Bidding Documents TOILET ACCESSORIES 06/16/17 102813-3 Neumann Monson Architects Robert A. Lee Recreation Center Remodeling 2017 16.121 Iowa City, IA Un to -S �-y f1 N cc rte (� 4.cJ - N "Y U r -- - N TOILET ACCESSORIES Bidding Documents 102813-4 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 SECTION 12 2113 - HORIZONTAL LOUVER BLINDS PART1 GENERAL 1.01 SECTION INCLUDES A. Horizontal slat louver blinds. B. Operating hardware. 1.02 RELATED REQUIREMENTS A. Section 06 1000 - Rough Carpentry: Concealed wood blocking for attachment of headrail brackets. 1.03 ADMINISTRATIVE REQUIREMENTS A. Coordinate the placement of concealed blocking to support blinds. See Section 06 1000. B. Take field measurements to determine sizes required. 1.04 SUBMITTALS A. See Section 01 3300 - Construction Submittals for submittal procedures. B. Product Data: Provide data indicating physical and dimensional characteristics. C. Shop Drawings: Indicate opening sizes, tolerances required, method of attachment, clearances, and operation. D. Manufacturer's Installation Instructions: Indicate special procedures. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. PART PRODUCTS 2.01 MANUFACTURERS A. Horizontal Louver Blinds: 1. Hunter Douglas: www.hunterdouglas.com. 2. Levolor Contract: www.levolorcontract.com. 3. SWFcontract, a division of Spring Window Fashions, LLC.: www.swfcontract.com. 4. Substitutions: See Section 01 6000 - Product Requirements. 2.02 BLINDS N A. Description: Horizontal slat louvers hung from full -width headrail with full-widtt8ottom.Fail. v B. Blinds: Horizontal slat louvers hung from full -width headrail with full -width bott it; nual.. control of raising and lowering by cord with full range locking; blade angle adj able t>ord; •'I complying with WCMA A100.1. C. Metal Slats: Spring tempered pre -finished aluminum; square slat corners, wi> nufaaccturin burrs removed. 1. Width: 1 inch. C��, N d 2. Thickness: 0.008 inch. T> 3. Color: As selected by Architect. d D. Slat Support: Woven polypropylene cord, ladder configuration. E. Head Rail: Pre -finished, formed steel box, with end caps; internally fitted with hardware, pulleys, and bearings for operation; valance -free design with crowned underside profile. 1. Height: 1-1/2 inches. 2. Color: Same as slats. F. Bottom Rail: Pre -finished, formed aluminum with top side shaped to match slat curvature; with end caps. Color: Same as headrail. G. Control Wand: Extruded hollow plastic; hexagonal shape. 1. Removable type. Bidding Documents HORIZONTAL LOUVER BLINDS 06/20/17 122113-1 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA 2. Length of window opening height less 3 inch. 3. Color: As selected by Architect. H. Headrail Attachment: Top mount or rear mount brackets as appropriate for installation conditions. 2.03 FABRICATION A. Determine sizes by field measurement. B. Fabricate blinds to fit within openings with uniform edge clearance of 1/4 inch. C. At openings requiring multiple blind units, provide separate blind assemblies with space of 1/4 inch between blinds, located at window mullion centers. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that openings are ready to receive the work. 3.02 INSTALLATION A. Install blinds in accordance with manufacturer's instructions. B. Secure in place with flush countersunk fasteners. C. Place intermediate head supports at spacing recommended by manufacturer. 3.03 TOLERANCES A. Maximum Variation of Gap at Window Opening Perimeter: 1/4 inch. B. Maximum Offset From Level: 1/8 inch. 3.04 ADJUSTING A. Adjust blinds for smooth operation. 3.05 CLEANING A. Clean blind surfaces just prior to occupancy. 3.06 S 3"EDU4E A. nWogf5Yd Sidelight: Superintendent Office 102. W 11 B. =Dogv-Gpen Office 104. t� END OF SECTION v HORIZONTAL LOUVER BLINDS Bidding Documents 122113-2 06/16/17 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA SECTION 12 5000 - FURNITURE PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Systems furniture. 1.02 COORDINATION A. Coordinate installation with furniture dealership. 1.03 PREINSTALLATION MEETINGS Neumann Monson Architects 16.121 A. Preinstallation Conference: Conduct conference at Project site with owner, owner's representitive and architect prior to installation of all furniture. 1.04 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for furniture. B. Shop Drawings: For furniture. 1. Include plans, elevations, sections, and attachment details. 2. Indicate locations, dimensions, and profiles of wall and floor reinforcements. C. Samples for Initial Selection: For furniture with factoryapplied color finishes. 1.05 DELIVERY, STORAGE, AND HANDLING A. Systems Furniture: Deliver wrapped to provide protection during transit and Project -site storage. Protect from contact with moisture. 1.06 FIELD CONDITIONS A. Field Measurements: Verify location of furniture by field measurements before ordering. PART 2 PRODUCTS 2.01 SYSTEMS FURNITURE A. L -Shaped, Floor -Mounted Desk: 1. Products: Refer to Schedule A and B of the attached document for furniture components and furniture layout. PART 3 EXECUTION 3.01 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of detention furniture. N - o B. Verify locations of furniture with those indicated on Shop Drawings. o C. Proceed with installation only after unsatisfactory conditions have been come _ryV '— 3.02 INSTALLATION n ~< ry ►'��---� A. Fastening to In -Place Construction: Provide anchorage devices and fastened)Rere9f ecesSary for securing furniture to in-place construction. rrr v B. Cutting, Fitting, and Placement: Obtain manufacturer's written approval for Wig, Wsling, . fitting required for installing furniture. Set furniture accurately in location, alidRment,�d elevation; with edges and surfaces level, plumb, true, and free of rack; and measurEdfrom established lines and levels. C. Fit exposed connections accurately together to form hairline joints. D. Anchor furniture to walls at intervals required by expected loads, but not more than 12 inches (305 mm) o.c. Bidding Documents FURNITURE 06/20/17 125000-1 Neumann Monson Architects 16.121 Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA Install anchors through backup reinforcing plates where necessary to avoid metal distortion. 3.03 FIELD QUALITY CONTROL A. Inspect installed products to verify compliance with requirements. Prepare inspection reports and indicate compliance with and deviations from the Contract Documents. B. Remove and replace work if inspections indicate that work does not comply with specified requirements. Remove malfunctioning units, replace with new units. C. Perform additional inspections to determine compliance of replaced or additional work. Prepare inspection reports. 3.04 CLEANING AND PROTECTION A. Touchup Painting: Clean and touchup paint after installation of furniture in areas where newly finished walls are affected. END OF SECTION FURNITURE Bidding Documents 125000-2 06/16/17 u') Ln CV WCD Lo- O N �1 j -v Li r- t? o N FURNITURE Bidding Documents 125000-2 06/16/17 CORRIDOR 108 mf n OPEN OFFICE 104 STOREY Ci ,ENWORTHY Robe Office interiors and productsSOle3 ers 1495 Boyson Rd. P Hiawatha, ]A 52233 B. Moro 319-362-3134 table EXIST. June 1, 2017 1/4' = 1'-0' I T. Westhoff I 1 1 OF 1 1-11 I I O V Q C 1 -v N s June 1, 2017 1/4' = 1'-0' I T. Westhoff I 1 1 OF 1 1-11 I I s n- w_. �r C=) ..� r_rS �fJ r O N STOREY KENWORTHY Office interiors and products 1495 Boyson Rd. Hiawatha, IA 52233 319-362-3134 of Iowa City A. Lee Rec Center B. Moroney Moy 30, 2017 /4" = 1'-0" signer: Date Revised: Sneet T. Westhoff June 1, 2017 1 OF 1 Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 SECTION 22 0010 - PLUMBING GENERAL PROVISIONS PART 1 -GENERAL 1.01 GENERAL A. Refer to Division 00 - Procurement and Contracting Requirements and Division 01 - General Requirements, which all apply to work under this section. 1.02 DESCRIPTION OF WORK A. This section applies to all work under the plumbing contract. This shall include, but not necessarily be limited to, the following: 1. Waste and Vent Systems 2. Hot and Cold Water Distribution System 3. Plumbing Fixtures 4. Piping Insulation B. The work shall include all materials, equipment and labor required for complete and properly functioning plumbing systems. C. Drawings for plumbing work are in part diagrammatic, intended to convey the scope of work and indicate general arrangement of equipment, piping and approximate sizes and locations of equipment and materials. D. Where job conditions require reasonable changes in indicated locations and arrangements, make such changes without additional cost to Owner. E. Because of the scale of the drawings, certain piping or items such as unions or fittings may not be shown, but where such items are required by other sections of the specifications, or where they are required by the nature of the work, they shall be furnished and installed. F. All elements of the construction shall be performed by workmen skilled in the particular craft involved, and regularly employed in that particular craft. G. All work shall be performed in a neat, workmanlike manner in keeping with the highest standards of the craft. 1.03 CODES AND STANDARDS A. All work shall be done in accordance with the applicable portion of the following codes and standards: 1. International Mechanical Code 2. Uniform Plumbing Code 3. International Building Code 4. International Fire Code 5. National Electric Code (NEC) 6. National Fire Protection Association Standards (NFPA) 7. Local Utility Company Requirements S. Local Codes, all trades 9. Standards of ASME, ASHRAE, NEMA, IEEE, AGA, SMACNA 10. Occupational Safety and Health Administration (OSHA) 11. Underwriters Laboratories, Inc. (U.L.) 12. Iowa Administrative Codes 13. Americans With Disabilities Act (ADA) Bidding Documents PLUMBING GENERAL PROVISIONS 06/16/17 220010-1 Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA 14. ANSI/NSF 372 B. Contractors shall familiarize themselves with all codes and standards applicable to their work and B. Existing active services, i.e., water, gas, sewer, electric, when encountered, shall be protected against damage. Do not prevent or disturb operation of active services which are to remain. PLUMBING GENERAL PROVISIONS Bidding Documents 220010-2 06/16/17 shall notify Design Professional of any discrepancies between the design and applicable code requirements so that any conflicts can be resolved. Where two or more codes or standards are in conflict, that requiring the highest order of workmanship shall take precedence, but such questions shall be referred to Design Professional for final decision. C. Where drawings or specifications call for workmanship or materials in excess of code requirements, a lower grade of construction will not be permitted. 1.04 REQUIREMENTS & FEES OF REGULATORY AGENCIES A. Contractor shall comply with the rules and regulations of the authorities having jurisdiction and local utility companies. Contractor shall check with each utility company providing service to this project and determine or verify their requirements regarding incoming services. B. Meters for incoming services shall be selected based on the project requirements. Any questions concerning this shall be referred to Design Professional prior to bidding. Contractor shall provide the appropriate meter and associated materials if not furnished by the utility company. C. Secure all required permits and pay for all inspections, licenses and fees required in connection with the plumbing work. Contractor shall post all bonds and obtain all licenses required by the State, City, County and Utility. rn D. (t?ntractg shall make all arrangements with each utility company and pay all service charges d•9kocawith new service. Z PLBMBerDRAWINGS CD png drawings indicate in general the building arrangement only, Contractor shall mune nstruction drawings to familiarize himself with the specific type of building cpnstructRm, i.e. type of structural system, floors, walls, ceilings, room finishes and elevations. B. 0 D \Kings are intended to convey the scope of the work and to indicate the general arrangement and locations of piping and equipment. C. Contractor shall layout his own work and shall be responsible for determining the exact locations for equipment and rough -ins and the exact routing of piping so as to best fit the layout of the work. D. Contractor shall take his own field measurements for verifying locations and dimensions: scaling of the drawings will not be sufficient for laying out the work. E. Because of the scale of the drawings, certain basic items such as pipe fittings and valves may not be shown, but where such items are required by code or by other sections of the specifications, such items shall be furnished and installed. 1.06 ACTIVE SERVICES ' A. Contractor shall be responsible for verifying exact location of all existing services prior to beginning work in that area. B. Existing active services, i.e., water, gas, sewer, electric, when encountered, shall be protected against damage. Do not prevent or disturb operation of active services which are to remain. PLUMBING GENERAL PROVISIONS Bidding Documents 220010-2 06/16/17 Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 C. When active services are encountered which require relocation, Contractor shall make request to authorities with jurisdiction for determination of procedures. D. Where existing services are to be abandoned, they shall be terminated in conformance with requirements of the authorities having jurisdiction. 1.07 SITE INSPECTION A. Contractor shall inspect the site prior to submitting bid for work to familiarize himself with the conditions of the site which will affect his work and shall verify points of connection with utilities, routing of outside piping to include required clearances from any existing structures, trees or other obstacles. B. Extra payment will not be allowed for changes in the work required because of Contractor's failure to make this inspection. 1.08 COORDINATION AND COOPERATION A. It shall be Contractor's responsibility to schedule and coordinate his work with the schedule of the General Contractor so as to progress the work expeditiously, and to avoid unnecessary delays. B. Contractor shall fully examine the drawings and specifications for other trades and shall coordinate the installation of his work with the work of the other contractors. Contractor shall consult and cooperate with the other contractors for determining space requirements and for determining that adequate clearance is allowed with respect to his equipment, other equipment and the building. Design Professional reserves the right to determine space priority of the contractors in the event of interference between piping, conduit, ducts and equipment of the various contractors. C. Drawings and specifications are intended to be complimentary. Any work shown in either of them, whether in the other or not, shall be executed according to the true intent and meaning thereof, the same as if set forth in all. Conflicts between the drawings and the specifications or between the requirements set forth for the various contractors shall be called to the attention of Design Professional. If clarification is not asked for prior to the taking of bids, it will be assumed that none is required and that Contractor is in agreement with the drawings and specifications as issued. If clarification is required after the contract is awarded, such clarification will be made by Design Professional and his decision will be final. 0 D. Special care shall be taken for protection for all equipment. All equipment an terYshall be completely protected from weather elements, painting and plaster until the pros s _ tantia�j completed. Damage from rust, paint and scratches shall be repaired as [eed rester& equipment to original condition. --- C-3 o <r - E. E. Protection of all equipment during the painting of the building shall be the QnsiRty oPto Painting Contractor, but this shall not relieve Contractor of the responsibi --Mr gggckinD assure that adequate protection is being provided. r F. Where the final installation or connection of equipment in the building requires Contractor to work in finished areas of the building, Contractor shall be responsible that such areas are protected and are not marred, soiled or otherwise damaged during the course of such work. Contractor shall arrange with the General Contractor for patching and refinishing of such areas which may be damaged in this respect. 1.09 OPENINGS, CUTTING AND PATCHING A. Refer to Division 1 for additional cutting and patching information. Bidding Documents PLUMBING GENERAL PROVISIONS 06/16/17 220010-3 Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA B. Piping and sleeves passing through all fire or smoke rated floors, roofs, walls, and partitions shall be provided with firestopping. Space between wall/floor and pipe and/or sleeve shall be sealed with UL listed intumescent fire barrier material equivalent to rating of wall/floor. Where piping and sleeves pass through floors, roofs, walls and partitions that are not fire or smoke rated, penetrations shall be sealed with grout or caulk. C. Existing Structure: 1. Contractor shall provide cutting, lintels and patching, and patch painting in the existing structure, as required for the installation of his work, and shall furnish lintels and supports as required for openings. 2. Cutting of structural support members will not be permitted without prior approval of the Design Professional. Extent of cutting shall be minimized; use core drills, power saws or other machines which will provide neat, minimum openings. 3. Patching shall match adjacent materials and surfaces and shall be performed by craftsmen skilled in the respective craft required. 1.10 EXCAVATING AND BACKFILLING A. Contractor shall do all excavating necessary for sanitary sewers, storm sewers, water piping, gas ipqw-7Excavation ng, etc., and shall backfill trenches and excavations after work has been inspected. Care ll be taken in excavating that walls and footings and adjacent load bearing soils are not urbejin any way, except where lines must cross under a wall footing. Where a line must s *6r a footing, the crossing shall be made by the smallest possible trench to accommodate W shall be kept free from water by pumping if necessary. $J 15ckf�out the structure shall be placed, when practical, as the work of construction �— apogresip6. Backfilling on or against concrete work shall be done only when directed. Backfilling LL ;gtre0ja s shall progress as rapidly as the testing and acceptance of the finished sections of the avork wi[$ermit and shall be carried to a crown approximately six (6) inches above existing )fides. In ,backfilling trenches, selected material shall be compacted firmly around and to a depth of not less than six (6) inches over the top of work in trench. All fill and backfill and rough grading shall be compacted thoroughly in layers and shall be brought up to within six (6) inches of finished grades. All fill and backfill shall be sand or pit run sand/gravel graded from 1" size downward, if excavated material is not suitable for backfill. 1.11 MATERIALS AND EQUIPMENT A. All materials and equipment shall be the standard product of a reputable U.S.A. manufacturer regularly engaged in the manufacture of the specified item. Where two or more units are required of the same item, they shall be furnished by the same manufacturer except where specified otherwise. B. All material and equipment shall be installed in strict accordance with the manufacturer's recommendations. C. The equipment specifications cannot deal individually with any minute items such as parts, controls, devices, etc., which may be required to produce the equipment performance and function as specified, or as required to meet the equipment guarantees. Such items, when required, shall be furnished as part of the equipment, whether or not specifically called for. 1.12 SHOP DRAWINGS A. Contractor shall furnish, to Design Professional, complete sets of shop drawings and other submittal data. Contractor shall review and sign shop drawings before submittal. PLUMBING GENERAL PROVISIONS Bidding Documents 220010-4 06/16/17 Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 B. Shop drawings shall be bound into sets and cover related items for a complete system as much as practical and shall be identified with symbols or "plan marks" used on drawings. Incomplete, piecemeal or unbound submittals will be rejected. C. Submittals required by the various sections of the Project Manual include, but are not necessarily limited to those identified in the submittal schedule below. D. After award of contract, Contractor shall provide a completed submittal schedule including dates that the submittals will be to Design Professional for review. E. Submit required information on the following items: F. Design Professional will review shop drawings solely to assist contractors in correctly interpreting the plans and specifications. G. Contract requirements cannot be changed by shop drawings which differ from contract drawings and specifications. CERTIFICAT OTHER SPEC A. Operation and maintenance manuals shall be submitted to Design Professional in duplicate upon DETAIL PRO and spine of each binder shall have the following lettering done: INSTALL O & M E OF (SEE SECTIO EQUIPMENT DWGS D SAMPLE METHOD MANUA SYSTEM NOTES) N MANUAL o� DATA S S L DEMON- 40 STRATION 220523 General Duty Valves for X (DATE) Plumbing Piping 220553 Plumbing Identification X 220700 Plumbing Insulation X 221116 Domestic Water Piping X 221316 Sanitary Waste and Vent X Piping 22 4000 Plumbing Fixtures X X 22 4500 1 Emergency Plumbing X X Fixtures F. Design Professional will review shop drawings solely to assist contractors in correctly interpreting the plans and specifications. G. Contract requirements cannot be changed by shop drawings which differ from contract drawings and specifications. 1.13 OPERATION AND MAINTENANCE MANUALS A. Operation and maintenance manuals shall be submitted to Design Professional in duplicate upon completion of the job. Manuals shall be bound in a three ring hard -backed binder. Frd?d cover and spine of each binder shall have the following lettering done: o r+ OPERATION n� AND --ice N o MAINTENANCE m MANUAL o� s FOR M ry PLUMBING SYSTEMS 40 (PROJECT NAME) (LOCATION) (DATE) SUBMITTED BY (NAME AND ADDRESS OF CONTRACTOR) Bidding Documents PLUMBING GENERAL PROVISIONS 06/16/17 220010-5 Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA B. Provide a master index at the beginning of manual showing items included. Use plastic tab indexes for sections of manual. Each section shall contain the following information for equipment furnished under this contract: 1. Equipment and system warranties and guarantees. 2. Installation instructions. 3. Operating instructions. 4. Maintenance instructions. 5. Spare parts identification and ordering list. 6. Local service organization, address, contract and phone number. 7. Shop drawings with reviewed stamp of Design Professional and Contractor shall be included, if applicable, along with the items listed above. 8. Reports of all tests and demonstrations including certificate of owner instruction, testing and balancing report, etc. 1.14 TESTS AND DEMONSTRATIONS '*****`* `**SELECT TEST DURATION — CHOOSE 4 HOURS FOR UI PROJECTS`*`*`***`*`***** A. Tests Required: Piping shall be tested and 1pssuretall be maintained for four (4) hours. N � _ tem W a w J D$meater Piping Systems N 1-U proved tight under the following static pressures. Pressure Refer to Section 22 1116 - Domestic Water Piping. S�, Waal, Storm Drainage Piping 10 feet waterhead or fill to P top of vent outlet above roof. 0 N TESTING NOTE: All rubber gasket joints for cast iron soil pipe and fittings should be properly restrained if test pressures exceed 10 feet of head. B. All systems shall be tested by Contractor and placed in proper working order prior to demonstrating systems to Owner. Contractor shall submit a report to Design Professional citing dates, times, pressures, and results of all tests performed. 1.15 TRAINING AND DEMONSTRATIONS A. Prior to acceptance of the plumbing installation, Contractor shall provide to Owner, or his designated representatives, all comprehensive training on essential features and functions of all systems installed, and shall instruct Owner in the proper operation and maintenance of such systems. 1. Provide adequate notice to Owner as to when instruction will be conducted so appropriate personnel can be present. 2. Prepare the instruction format for a minimum of four Owner Representatives. B. System training: These sessions shall include hands-on demonstrations of system wide start-up, operation in all possible modes, shut -down and emergency procedures. PLUMBING GENERAL PROVISIONS Bidding Documents 220010-6 06/16/17 Robert A. Lee Rec Center Remodel Iowa City, IA C. The following are minimum requirements for Owner instruction: Design Engineers 17019 Section Description Hours Presented By Others Present Remarks (Note 1) r rn 22 0010 Plumbing System 2 Contractor r Note 2 1. Any unused hours shall be used at Owner's discretion during the first year of occupancy. 2. System training shall include, but not be limited to, valve locations, system routing, and air/water flow patterns, system start-up/shut-down/emergency procedures. D. Contractor shall submit to Design Professional a certificate, signed by Owner stating the date, time and persons instructed and that the instruction has been completed to Owner's satisfaction. An example of a certificate form is as follows: Bidding Documents PLUMBING GENERAL PROVISIONS 06/16/17 22 0010-7 N O _ Q � r rn O� 3 n r Bidding Documents PLUMBING GENERAL PROVISIONS 06/16/17 22 0010-7 Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA CERTIFICATE OF SYSTEM DEMONSTRATION This document is to certify that Contractor has demonstrated the hereafter listed systems to Owner's representatives in accordance with the Contract documents and that the instruction has been completed to Owner's satisfaction. W J_ A. Project: B. System(s): C. Contractor's representatives giving instruction and demonstration: urs N S 0 - CD 0 Ili >-63vner's representatives receiving instruction: 4 L.1 r= �Svner: 0 N Contractor: NAMES DATE HOURS Acknowledgement of demonstration: E. Contractor's Representative: Owner's Representative: signature date signature date PLUMBING GENERAL PROVISIONS Bidding Documents 220010-8 06/16/17 Robert A. Lee Rec Center Remodel Iowa City, IA 1.16 SUBSTITUTIONS A. Refer to Divisions 00 and 01. Design Engineers 17019 B. Where substitutions are approved, Contractor assumes all responsibility for physical dimensions and all other resulting changes. This responsibility extends to cover all extra work necessitated by other trades as a result of the substitution. 1.17 ACCEPTABLE MANUFACTURERS A. In most cases, equipment specifications are based on a specific manufacturer's type, style, dimensional data, catalog number, etc. Listed with the base specification, either in the manual or on the plan schedules are acceptable manufacturers approved to bid products of equal quality. These manufacturers are encouraged to submit to Design Professional at least 8 days prior to the bid due date drawings and catalog numbers of products to be bid as equals. Manufacturers who do not submit prior to bidding, run the risk of having the product rejected at time of shop drawing submittal. Extra costs associated with replacing the rejected product shall be the responsibility of Contractor and/or the manufacturer. C. If Contractor chooses to use a manufacturer listed as an equal, it shall be his responsibility to assure that the manufacturer has complied with the requirements in 'A' above. Contractor shall assume all responsibility for physical dimensions (including accessibility for maintenance),, operating characteristics, and all other resulting changes. This responsibility extends to cover all, extra work necessitated by other trades as a result of using the alternate manufacturer. D. Where a model or catalog number is provided, it may not be inclusive of all product requirements. Refer to additional requirements provided on the plans or in the specifications as 'required. Similarly, there may be additional requirements included in the model or catalog number that are not specifically stated. These requirements shall also be met. 1.16 GUARANTEE A. The entire plumbing system including all sub -systems shall be guaranteed against defect in materials and installation for a minimum of one year from substantial completion or beneficial occupancy whichever occurs earlier. Any malfunctions which occur within the guarantee period shall be promptly corrected without cost to Owner. This guarantee shall not limit or void any manufacturer's express or implied warranties. 1.19 COMPLETION nao _O y A. Systems, at time of completion, shall be complete, efficiently operating, non-haz�tt� s Yd reaan for normal use by Owner. C -)-<N -,C-> o r B. Contractor shall clean up and remove from the site all debris, excess material i quiWent lets. during the progress of this contract at job completion. �� 3 t N D 1.20 CLEANING A. At the conclusion of the construction, the entire system of piping and equipment shall be cleaned internally. B. All temporary labels, stickers, etc., shall be removed from all fixtures and equipment. Name plates, ratings, instruction plates, etc., shall not be obscured by paint, insulation, or placement of units. Bidding Documents PLUMBING GENERAL PROVISIONS 06/16/17 220010-9 Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA C. Before being placed in service, all domestic water distribution systems, including those for cold water and hot water shall be chlorinated as required per Section 22 1116 - Domestic Water Piping. 1.21 ELECTRICAL WORK A. Electrical work and equipment provided by Contractor shall include the following: Starters and disconnects for motors of plumbing equipment, but only where specifically indicated to be furnished integrally with equipment. 2. Wiring from motors to disconnect switches or junction boxes for motors of plumbing equipment, but only where specifically indicated to be furnished integrally with equipment. 3. All control wiring in accordance with the requirements of Division 26. B. Electrical Contractor shall provide all power wiring for plumbing equipment, including services for rm tors and equipment furnished by the plumbing contractor. Motor and equipment locations are s�8wn onthe electrical drawings. N x, r�'ntrshall consult with Electrical Contractor prior to conduit rough -in and shall verify with him the.rtcact locations for rough -ins, and the exact size and characteristics of the services r irH,and shall provide Electrical Contractor a schedule of electrical loads for the equipment fr isf�tcd 1 Y him. These schedules will be used for sizing services, disconnects, fuses, starters a ov'59 protection. tD 1.22 TEIIWORAR4 UTILITIES A. Refer to Division 01 for specific requirements concerning temporary utilities. ` � • �9�1P]a'�'�rIrS61 PLUMBING GENERAL PROVISIONS Bidding Documents 220010-10 06/16/17 Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 SECTION 22 0500 - COMMON WORK RESULTS FOR PLUMBING PART 1 -GENERAL 1.01 GENERAL A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 22 0010 - Plumbing General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. This section includes the following: 1. Demolition 2. Sleeves 3. Escutcheons 4. Fire Stopping PART2-PRODUCTS 2.01 DEMOLITION MATERIALS A. All materials removed shall be the property of the removing contractor and shall be removed from the site by him, unless otherwise specified. 2.02 SLEEVES A. Sleeves passing through non -load bearing walls and partitions shall be galvanized sheet steel with lock seam joints of minimum gauges as follows: 1. For pipes 2-1/2" and smaller - 24 gauge 2. For pipes 3" to 6" - 22 gauge B. Sleeves passing through load bearing walls, concrete beams, fireproof walls, foundations, footings and waterproof floors shall be Schedule 40 steel pipe or cast iron pipe. C. Sleeves are not required in masonry walls which are core drilled or walls of drywall construction, except where partition is a firestop, smokestop, or side of air plenum. N D. Sleeves for insulated piping shall be of sufficient internal diameter to take pipe and insr@ion and to allow for free movement of pipe. Waterproof sleeves shall be of sufficient iOffI cltWneter4n take pipe and waterproofing material. c c) -C N E. In finished areas where pipes are exposed, sleeves shall be terminated flush Q rarallgartitiens and ceilings, and shall extend 1/2" above finished floors. Extend sleeves 1" abvG liinist*d flapq in areas likely to entrap water and fill space between sleeves and pipe with grap paZRCing caulking compound. ^T_ tv F. Sleeves passing through membrane waterproofing or lead safe shall be provided witl"ashing, furnished and installed by General Contractor, extending 12" beyond sleeve in all directions; flashing shall be secured and sealed to membrane or lead safe and shall be sealed to sleeve and caulked watertight. Sleeves passing through roof shall be installed in same manner except sleeves shall extend to 6" above roof. Bidding Documents COMMON WORK RESULTS FOR PLUMBING 06/16/17 220500-1 Design Engineers 17019 2.03 ESCUTCHEONS Robert A. Lee Rec Center Remodel Iowa City, IA A_ Provide chrome plated escutcheons at each sleeved opening into finished spaces. Escutcheons shall fit around insulation or around pipe when not insulated; outside diameter shall cover sleeve. Where sleeve extends above finished floor, escutcheon shall be high cap type and shall clear sleeve extension. Secure escutcheons or plates to sleeve but not to insulation with set screws or other approved devices. 2.04 FIRESTOPPING A. Piping, sleeves and ducts passing through all fire or smoke rated floors, roofs, walls, and partitions shall be provided with firestopping. Space between wall/floor and pipe, sleeve, and/or duct shall be sealed with UL Listed intumescent fire barrier material equivalent to rating of wall/floor. PART 3W EXECUTION 6.in 01 C AO *N enLbJ-'-- ci>-� >-.cTiemolition shall be accomplished by the proper tools and equipment for the work to be LLJ!—a8moved. Personnel shall be experienced and qualified in the type of work to be R —> ��erformed. Contractor shall remove existing equipment and piping not necessary for additions or existing portions of building as indicated on drawings and/or specified herein. To include all abandoned equipment and piping back to point of origin. Demolition of equipment shall include removal of associated concrete equipment pad and/or support steel. 3. Contractor shall be responsible for the cutting and capping of all existing services before any work is commenced by the General Contractor. B. Work by Others: Unless specifically noted under other contracts, Contractor shall assume all required work shall be performed by him. In general, the following will be performed by others: 1. General Contractor will remove any floors, walls and ceilings, neatly patch, match, complete and finish all affected surfaces. 2. Electrical Contractor will disconnect all electrical services and remove abandoned conduit back to point of origin. C. Existing Conditions: 1. If any piping serving existing fixtures or equipment which are to remain are disturbed by operations under this Contract, Contractor shall provide pipe and insulation required to reestablish continuity of such piping systems. 2. Contractor shall arrange for General Contractor to repair, patch and paint all construction, with material necessary to match surrounding material, which is necessary due to removal of equipment and piping. 3. Contractor shall furnish all required labor and material where required to extend new work to connect to similar work where new addition adjoins existing building and for extension of existing system. Connection shall be made in a suitable manner. COMMON WORK RESULTS FOR PLUMBING Bidding Documents 220500-2 06/16/17 Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 D. Owner's Right of Salvage: The Owner may designate and have salvage rights to any material herein demolished by the Contractor. 3.02 SLEEVES A. Install sleeves for all piping passing through floors, roof, walls, concrete beams and foundations as required by this section. 3.03 ESCUTCHEONS A. Install escutcheons for all pipes entering finished spaces. END OF SECTION 22 0500 Bidding Documents COMMON WORK RESULTS FOR PLUMBING 06/16/17 220500-3 N O h C— 'T7 N o r m = m ESM �� ru a Bidding Documents COMMON WORK RESULTS FOR PLUMBING 06/16/17 220500-3 Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA COMMON WORK RESULTS FOR PLUMBING Bidding Documents 220500-4 06/16/17 _a © N CC o u t N >-V W � ~Q V �- r- CD 0 COMMON WORK RESULTS FOR PLUMBING Bidding Documents 220500-4 06/16/17 Robert A. Lee Rec Center Remodel Iowa City, IA Design Engineers 17019 SECTION 22 0523 - GENERAL DUTY VALVES FOR PLUMBING PIPING PART1-GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 22 0010 - Plumbing General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Provide material, equipment, labor and supervision necessary to install valves as required by the drawings and this section. 1.03 SUBMITTALS A. Submittal data shall include physical dimensions, construction materials, and pressure and temperature ratings. 1.04 QUALITY ASSURANCE A. ANSI/NSF 372 Certification: All potable water supply piping valves (excluding main gatd valves greater than 2") shall meet the requirements of ANSI/NSF 372 Certification, Drinking Water System Components, Lead Content. PART2-PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS N o A. Ball Valves v� 1. Watts LFB-6080/6081 o r 2. Milwaukee UPBA-400S/450S rn 3. NIBCO T/S-585-66 LF 4. Apollo 77CLF-140/240 '<r*t %ZE 3 Q N B. Domestic Hot Water Recirculation Balancing Valves 1. Taco 2. Bell & Gossett 3. Wheatley 4. Armstrong 5. Flow Design Inc. (Flow Set) 6. Griswold 7. NIBCO C. All valves of same type shall be of the same manufacturer unless otherwise specified in this section or on the drawings. D. Model numbers in valve schedule based on NIBCO, unless noted otherwise. Bidding Documents GENERAL DUTY VALVES FOR PLUMBING PIPING 06/16/17 220523-1 Design Engineers 17019 2.02 VALVE CONSTRUCTION Robert A. Lee Rec Center Remodel Iowa City, IA A. Ball Valves 4" and smaller: Bronze two-piece with stainless steel ball, teflon seats and stuffing box ring, vinyl insulated lever handle. 1. Full port for valves 2-1/2" and smaller. B. Domestic hot water recirculation balancing valves: Bell & Gossett Model CB "Circuit Setter" or equal. 1. Ball type valve with bronze body/brass ball construction, glass and carbon fitted TFE seat ,S rings, extended readout ports with integral check valves and gasketed caps, drain port, ca4brated nameplate and position indicator, memory stops, and NPT connectors, rated Q N 300 psig at 250°F. w0- 2. 2.-j)Wves to seal leak -tight at maximum rated working pressure. J o VV ti-� ves to be selected for 5 ft. pressure drop at full open setting and design water flow. v?= 2.03 VAtntE SCIEDULE O N A. Furnish valves as per the following schedule: Service Valve type Domestic hot and cold water pressures Ball - 2-1/2" and smaller, Apollo 77C -LF up to 200 psi Domestic hot water recirculation valves All sizes - Bell & Gossett Model CB circuit setter. Valves installed on all systems with insulated piping shall be provided with valve handle extensions and/or extended neck design to facilitate installation of insulation and make handles operable without damage to the insulation. PART 3 -EXECUTION 3.01 Install valves as indicated on the drawings and as called for in other sections. 3.02 Install valves in equipment rooms to provide easy access to valve. END OF SECTION 22 0523 GENERAL DUTY VALVES FOR PLUMBING PIPING Bidding Documents 220523-2 06/16/17 Robert A. Lee Rec Center Remodel Iowa City, IA Design Engineers 17019 SECTION 22 0529 - HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT PART1-GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 22 0010 - Plumbing General Provisions are applicable to work required of this Section. 1.02 DESCRIPTION OF WORK A. Provide materials, equipment, labor and supervision necessary to install hangers, supports, anchors, guides and seals as required by the drawings and this section. B. Types of supports, anchors and seals specified in this section include the following: 1. Horizontal -Piping Hangers and Supports. 2. Vertical -Piping Clamps. 3. Hanger -Rod Attachments. 4. Building Attachments. 5. Saddles and Shields. 6. Miscellaneous Materials. 1.03 QUALITY ASSURANCE A. Code Compliance: Comply with applicable plumbing and mechanical codes pertaining to product materials and installation of supports, anchors and seals. B. UL and FM Compliance: Provide products which are Underwriters Laboratories listed and Factory Mutual approved. C. ANSI Compliance: All supports and parts shall conform to the latest requirements of the ANSI Code for Pressure Piping B31.1.0 except as supplemented or modified by the requirements of this specification. PART 2 -PRODUCTS N 2.01 ACCEPTABLE MANUFACTURERS ;ice _ • 1 C") -G N r A. Subject to compliance with requirements, acceptable manufacturers are as fowilf?cata numbers based on Grinnell: � 3 1. Anvil International � N 2. B -Line t 3. Elcen ve 4. Unistrut Building Systems C Pipe support systems shall secure pipes in place, prevent pipe vibration, provide vertical adjustment for maintaining required grades, and provide for expansion and contraction. Pipe hangers shall be capable of supporting the pipe in all conditions of operation. They shall allow free expansion and contraction of the piping, and prevent excessive stress resulting from transferred weight being induced into the pipe or connected equipment. Wherever possible, pipe attachments for horizontal piping shall be pipe clamps. Bidding Documents HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT 06/16/17 220529-1 Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA E. Wherever possible, structural attachments shall be beam clamps. F. All rigid hangers shall provide a means of vertical adjustment after erection. G. Hanger rods shall be subject to tensile loading only. At hanger locations where lateral or axial movement is anticipated, suitable linkage shall be provided to permit swing. H. Where horizontal piping movements are greater than 1/2 inch, or where the hanger rod angularity from the vertical is greater than 4 degrees from the cold to hot position of the pipe, the hanger pipe and structural attachments shall be offset in such manner that the rod is vertical in the hot position. I. Hangers shall be designed so that they cannot become disengaged by movements of the sloporte"ipe. NrerEfSA' *orts are attached to concrete or other structural members, care shall be taken to W preverrnmage or weakening of the structural members. C:) U r— Ff,�$gE rj Wd supports that are in direct contact with copper piping shall be copper plated or have L. -m m"qg coating for electrolytic protection. r- P PART 3 aXECLRION N 3.01 INSTALLATION - HORIZONTAL PIPE SUPPORT A. Steel and copper pipe shall be supported at a maximum span of 10 feet for all pipe sizes, with hanger rods sized accordingly for total supported weight. For 1/2 in. copper tube, maximum spacing shall be 8 feet. B. Plastic pipe (PVC, CPVC, polyethylene, etc.) shall be supported at a maximum span of 4 feet for all pipe sizes, with hanger rods sized accordingly for total supported weight. C. Support horizontal cast iron soil pipe with one hanger for each pipe length. Locate hangers within 18" of hub or joint. D. In addition to the above specified spacings, install additional hangers at change in pipe direction and at concentrated loads, large valves, strainers, etc. E. When two or more pipes are to be run parallel together, they may be supported on trapeze type hangers. Trapeze bar angles or channels and hanger rods shall be of sufficient size with required spacing to support the particular group of pipes. F. For suspending hanger rods from brackets attached to walls; use welded steel brackets, Fig 194 for loads up to 750 lbs; Fig. 195 for loads up to 1,500 lbs; Fig. 199 for loads up to 3000 lbs. G. Where pipes are to be racked along walls, use malleable iron one -hole clamp, Fig. 126 for pipes up to 3". For pipes larger than 3", use steel channel strut pipe rack. 3.02 INSTALLATION - VERTICAL PIPE SUPPORTS A. Support vertical steel and copper pipe at every floor line. B. Support vertical cast iron soil pipe at every floor line. HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT Bidding Documents 220529-2 06/16/17 Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 C. In addition to the above, support vertical pipes at base of riser with base fitting set on concrete or block pier, or by hanger located on horizontal connection close to riser. D. Where pipe sleeves extend above floor, place pipe clamps at ceiling below and support clamp extensions from inserts or other approved attachment. 3.03 PIPE ATTACHMENTS A. For horizontal steel pipe, use adjustable carbon steel clevis, Fig. 260, for pipes up to 30". B. For horizontal copper pipe and tube, use copper plated adjustable carbon steel clevis, Fig. CT -65. 3.04 INTERMEDIATE ATTACHMENTS A. Hanger rods: use carbon steel single or double end threaded, Figs. 140 and 253 as required. Continuous threaded rod, Fig. 146, may be used wherever possible. Contractor may at his option cut and thread rod on the job site. B. Chain, wire or perforated strap hangers will not be permitted. One pipe shall not be suspended from another pipe. C. Hangers shall be supported from appropriate structural members. In no case shall hangers be supported from ductwork, cable trays, piping, or other equipment. Existing hangers and eupports shall not be used as supports for new hangers unless specifically designed as such, or additional, loadings have been confirmed to be acceptable for existing supports. 3.05 STRUCTURAL ATTACHMENTS A. For attaching steel or copper plated hanger rods to reinforced concrete; use black carbon steel, concrete inserts, Fig. 285 for loads up to 400 lbs., Fig. 281 for loads up to 1200 lbs. or suitable' drilled inserts equal to Ramset/Red Head - Trubolt wedge anchor, Ramset/Red Head Epcon system or Hilti Kwik Bolt II anchor. B. For attaching steel hanger rods to structural steel beams, use malleable iron C -clamps, Fig. 87, with retaining clip for loads up to 500 lbs.; Fig. 229 with extension piece for loads up to 1,365 lbs. For copper plated hanger rods, use copper plated malleable iron C -clamps, Fig. CT -88, with hardened cup point set screw, for loads up to 400 lbs. C. For attaching steel hanger rods to wood structural members, use malleable iron ceiling flange pipe threaded, Fig. 128 for loads up to 480 lbs., Fig. 153 for loads up to 1270 lbs. For copper plated hanger rods, use copper plated malleable iron ceiling flange, Fig. CT -128R for loads up to 180 lbs. D. Under no circumstances shall hangers be attached to metal roof deck. _ O � 3.06 PIPE COVERING PROTECTION n A. Hangers and supports for insulated cold piping shall not injure or pierce i ' on^�Prov' insulation protection shields or saddles for piping, Fig. 160, 161, 162, 163, 164 169 , 16�A, or 167 in conjunction with hanger or roll device. o 3 �'/ END OF SECTION 22 0529 e• Bidding Documents HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT 06/16/17 220529-3 Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA 16.121 SECTION 06 1000 - ROUGH CARPENTRY PART1 GENERAL 1.01 SECTION INCLUDES A. Fire retardant treated wood materials. B. Communications and electrical room mounting boards. C. Concealed wood blocking, nailers, and supports. 1.02 RELATED REQUIREMENTS A. Section 09 2116 - Gypsum Board Assemblies: Steel stud partition wall framing. B. Section 10 2812 -Toilet Accessories 1.03 REFERENCE STANDARDS A. ASTM A153/A153M -Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware; 2009. B. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials; 2015a. C. AWPA C20 - Structural Lumber — Fire Retardant Treatment by Pressure Processes; American Wood -Protection Association; 2003. D. AWPA C27 - Plywood — Fire -Retardant Treatment by Pressure Processes; American Wood -Protection Association; 2002. E. AWPA U1 - Use Category System: User Specification for Treated Wood; 2012. F. PS 20 -American Softwood Lumber Standard: 2010. 1.04 SUBMITTALS A. See Section 01 3300 - Construction Submittals for submittal procedures. B. Product Data: Provide technical data on wood preservative materials and fire retardant treated wood. C. Manufacturer's Certificate: Certify that wood products supplied for rough carpentry meet or exceed specified requirements. 1.05 DELIVERY, STORAGE, AND HANDLING A. General: Cover wood products to protect against moisture. Support stacked products to prevent deformation and to allow air circulation. B. Fire Retardant Treated Wood: Prevent exposure to precipitation during shipping, storage, or installation. PART2 PRODUCTS 2.01 GENERAL REQUIREMENTS A. Dimension Lumber: Comply with PS 20 and requirements of specified grading. 1. Species: Douglas Fir -Larch, unless otherwise indicated. C 2. Grading Agency: Any grading agency whose rules are approved by the American Lumber Standard Committee (www.aisc.org) and who provid@s for the species and grade specified; provide lumber stamped with grade7j otherwise indicated. B. Lumber fabricated from old growth timber is not permitted. Z) 2.02 DIMENSION LUMBER A. Sizes: Nominal sizes as indicated on drawings, S4S. B. Moisture Content: S-dryor MC19. C. Miscellaneous Framing, Blocking, Nailers, Grounds, and Furring: 1. Lumber: S4S, No. 2 or Standard Grade. V N cr r M 0 Bidding Documents ROUGH CARPENTRY 06/20/17 06 1000-1 Neumann Monson Architects 16.121 2. Boards: Standard or No. 3. 2.03 CONSTRUCTION PANELS Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA A. Communications and Electrical Room Mounting Boards: PS 1 A -C plywood (A -side exposed); 3/4 inch thick; flame spread index of 25 or less, smoke developed index of 450 or less, when tested in accordance with ASTM E84. 2.04 ACCESSORIES A. Fasteners and Anchors: 1. Metal and Finish: Hot -dipped galvanized steel complying with ASTM A153/A153M for high humidity and preservative -treated wood locations, unfinished steel elsewhere. 2. Drywall Screws: Bugle head, hardened steel, power driven type, length three times thickness of sheathing. 2.05 FACTORY WOOD TREATMENT A. Treated Lumber and Plywood: Comply with requirements of AWPA U1 -Use Category System for wood treatments determined by use categories, expected service conditions, and specific applications. 1. Fire -Retardant Treated Wood: Mark each piece of wood with producer's stamp indicating compliance with specified requirements. B. Fire Retardant Treatment: 1. Manufacturers: a. Arch Wood Protection, Inc: www.wolmanizedwood.com. b. Hoover Treated Wood Products, Inc: www.frtw.com. c. Osmose, Inc: www.osmose.com. d. Substitutions: See Section 016000 - Product Requirements. 2. Interior Type A: AWPA U1, Use Category UCFA, Commodity Specification H, low temperature (low hygroscopic) type, chemically treated and pressure impregnated; capable of providing a maximum flame spread index of 25 when tested in accordance with ASTM E84, with no evidence of significant combustion when test is extended for an additional 20 minutes. a. Kiln dry wood after treatment to a maximum moisture content of 19 percent for lumber and 15 percent for plywood. b. Treat rough carpentry items as indicated . c. Do not use treated wood in applications exposed to weather or where the wood may become wet. PART 3 EXECUTION 3.01 INSTALLATION - GENERAL A. Select material sizes to minimize waste. B. Reuse scrap to the greatest extent possible; clearly separate scrap for use on site as accessory components, including: shims, bracing, and blocking. C. Where treated wood is used on interior, provide temporary ventilation during and immediately after installation sufficient to remove indoor air contaminants. 3.02 BLOCKING, NAILERS, AND SUPPORTS A. Provide framing and blocking members as indicated or as required to support finishes, fixtures, specialty items, and trim. B. In framed assemblies that have concealed spaces, provide solid wood fireblocking as required by applicable local code, to close concealed draft openings between floors and between top story and roof/attic space; other material acceptable to code authorities may be used in lieu of solid wood blocking. C. In metal stud walls, provide continuous blocking around door and window openings for anchorage of frames, securely attached to stud framing. ROUGH CARPENTRY Bidding Documents 06 1000-2 06/16/17 Robert A. Lee Rec Center Remodel Iowa City, IA Design Engineers 17019 SECTION 22 0553 - IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT PART 1 -GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 22 0010 - Plumbing General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A C. Extent of plumbing identification work required by this section is indicated on drawings and/or specified in other Division -22 sections. Type of identification devices specified in this section include the following: 1. Painted identification materials 2. Plastic pipe markers 3. Plastic tape 4. Valve tags Identification furnished as part of factory fabricated equipment, is specified as part of the equipment assembly in other Division -22 sections. 1.03 QUALITY ASSURANCE A. ANSI Standards: Comply with ANSI A13.1 for lettering size, colors, and viewing angles of identification devices. 1.04 SUBMITTALS A. Schedules: Submit valve schedule for each piping system, formatted in an Excel spreadsheet with a digital copy provided to the Owner along with a printed copy on 8-1/2" x 11" paper. Tabulate valve number, piping system, system abbreviation (as shown on tag), location of valve (room or space), and variations for identification (if any). Mark valves which are intended for emergency shut-off and similar special uses, by special "flags", in margin of schedule. In addition, furnish extra copies for Maintenance Manuals. B. Labeling Nomenclature: Submit list indicating system types with appropriate nomenclature to be provided on the pipe labels. Where possible, match to system labels on drawings. PART 2 - PRODUCTS .., 0 2.01 IDENTIFICATION MATERIALS o v A. General: Provide manufacturer's standard products of categories and typesccteg0ireabfor e application as referenced in other Division -22 sections. Where more than a1Q`sin59 typ is specified for an application, selection is Installer's option, but provide single tiobfor em product category. Q Y~ d Bidding Documents IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT 06/16/17 220553-1 Design Engineers 17019 B. Painted Identification Materials: Robert A. Lee Rec Center Remodel Iowa City, IA Stencils: Standard fiberboard stencils, prepared for required applications with letter sizes generally complying with recommendations of ANSI A13.1 for piping and similar applications, but not less than 3/4" high letters for access door signs and similar operational instructions. 2. Stencil Paint: Standard exterior type stenciling enamel; black, except as otherwise indicated; either brushing grade or pressurized spray -can form and grade. 3. Identification Paint: Standard identification enamel of colors indicated, or, if not otherwise indicated for piping systems, comply with ANSI A13.1 for colors. C. Plastic Pipe Markers: 1. General: Provide manufacturer's standard pre-printed flexible or semi-rigid, permanent, color -coded, plastic -sheet pipe markers, complying with ANSI A13.1. 2. Small Pipes: For external diameters not greater than 6" (including insulation if any), �r provide full -band pipe markers extending 360 degrees around pipe at each location, Wened by one of the following methods: a N X� W a Snap -on application of pre -tensioned semi-rigid plastic pipe marker. Adhesive lap joint in pipe marker overlap. J cn Laminated or bonded application of pipe marker to pipe (or insulation). �6? Taped to pipe (or insulation) with color -coded plastic adhesive tape, not less than U. ar c�3 3/4" wide full circle at both ends of pipe marker, tape lapped 1-1/2". n Q ;rD Large Pipes: For external diameters of 6" and larger (including insulation if any), provide either full -band or narrow strip -type pipe markers, but not narrower than 3 times letter height (and of required length), fastened by one of the following methods: a. Laminated or bonded application of pipe marker to pipe (or insulation). b. Taped to pipe (or insulation) with color -coded plastic adhesive tape, not less than 1-1/2" wide; full circle at both ends of pipe marker, tape lapped 3". C. Strapped -to -pipe (or insulation) application of semi-rigid type, with manufacturer's standard stainless steel bands. 4. Lettering: Manufacturer's standard pre-printed nomenclature which best describes piping system in each instance, as selected by Design Professional in cases of variance with names as shown or specified. 5. Arrows: Print each pipe marker with arrows indicating direction of flow, either integrally with piping system service lettering (to accommodate both directions), or as a separate unit of plastic. D. Plastic Tape: General: Manufacturer's standard color -coded pressure -sensitive (self-adhesive) vinyl tape, not less than 3 mils thick. a. Width: Provide 1-1/2" wide tape markers on pipes with outside diameters (including insulation, if any) of less than 6", 2 1/2" wide tape for larger pipes. b. Color: Comply with ANSI A13.1, except where another color selection is indicated. IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT Bidding Documents 220553-2 06/16/17 Robert A. Lee Rec Center Remodel Iowa City, IA Design Engineers 17019 E. Valve Tags: 1. Brass Valve Tags: Provide polished brass valve tags with stamp -engraved piping system abbreviation in 1/4" high letters and sequenced valve numbers 7/16" high, and with 3/16" hole for fastener. Tag thickness 0.040 inches. a. Provide 2" diameter tags, except as otherwise indicated. b. Fill tag engraving with black enamel. 2. Plastic Valve Tags: Provide red heavy plastic tag with 7/16" white embossed sequenced numbers. 3. Valve Tag Fasteners: Manufacturer's standard solid brass chain (wire link or beaded type), or solid brass S -hooks or heat sealed braided copper wire of the sizes required for proper attachment of tags to valves, and manufactured specifically for that purpose. 2.02 LETTERING AND GRAPHICS A. General: Coordinate names, abbreviations and other designations used in plumbing identification work, with corresponding designations shown, specified or scheduled. Provide numbers,lettering and wording as indicated or, if not otherwise indicated, as recommended by manufacturers or as required for proper identification and operation/maintenance of plumbing systems and equipment. Multiple Systems: Where multiple systems of same generic name are shown and specified, provide identification which indicates individual system number as well as service (as examples; Boiler No. 3, Air Supply No. 1H, Standpipe F12). PART 3 - EXECUTION 3.01 APPLICATION AND INSTALLATION A. General Installation Requirements: 1. Coordination: Where identification is to be applied to surfaces which require insulation, painting or other covering or finish including valve tags, install identification after completion of covering and painting if any. Install identification prior to installation of acoustical ceilings and similar concealment, o B. Piping System Identification: a 1. General: Install pipe markers of one of the following types on each ming sAWm , include arrows to show normal direction of flow: Cl) 0 rn a. Stenciled markers, including color -coded background ban � ectangle,'ahB contrasting lettering of black or white. Extend color band or t�igl"' bef t ends of lettering. r. b. Plastic pipe markers, with application system as indicated under "lillterials" in this section. C. Stenciled markers, black or white for best contrast, wherever continuous color -coded painting of piping is provided. 2. Locate pipe markers and color bands as follows wherever piping is exposed to view in occupied spaces, machine rooms, accessible maintenance spaces (shafts, tunnels, plenums) and exterior non -concealed locations. Install all markers such that lettering is visible from the floor. a. Near each valve and control device. Bidding Documents IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT 06/16/17 220553-3 Design Engineers 17019 Robert A. Lee Rec Center Remodel Iowa City, IA b. Near each branch, excluding short take -offs for fixtures and terminal units; mark each pipe at branch, where there could be question of flow pattern. C. Near locations where pipes pass through walls or floors/ceilings, or enter non -accessible enclosures. d. Near major equipment items and other points of origination and termination. e. Spaced intermediately at maximum spacing of 20' along each piping run with a minimum of one marker in each room. f. On piping above removable acoustical ceilings. C. Valve Identification: General: Provide valve tag on every valve, cock and control device in each piping system; exclude check valves, valves within factory -fabricated equipment units, plumbing fixture faucets, convenience and lawn -watering hose bibs, and shut-off valves at plumbing fixtures and similar rough -in connections of end-use fixtures and units. List each tagged valve in valve schedule for each piping system. IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT Bidding Documents 220553-4 06/16/17 s to ,Q Q NYo END OF SECTION 22 0553 = aCD W a- -J>: J o �,- N }U _ f -Q r- O N Y; IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT Bidding Documents 220553-4 06/16/17 Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 SECTION 22 0700 - PLUMBING INSULATION PART1-GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 22 0010 - Plumbing General Provisions are applicable to work required of this Section. 1.02 DESCRIPTION OF WORK A. Provide material, equipment, labor and supervision necessary to install insulation to all hot and cold surfaces of piping, tanks, fittings and other surfaces as required by the drawings and this section. B. Insulation shall include insulating materials, jackets, adhesive, mastic coatings, tie wire and other materials as required to complete the insulating work. 1.03 QUALITY ASSURANCE A. NFPA Compliance: Insulating materials, jackets, mastics, etc., shall meet flame spread and smoke developed ratings in accordance with NFPA-90A. Flame spread rating of not more than 25, smoke developed rating of not more than 50 as tested by ANSI/ASTM E84 (UL 723) (NFPA 255) method. All accessory items such as PVC jacketing and fittings, adhesive, mastic, cement tape and cloth shall have the same component ratings as specified above. B. Installation of insulation materials shall be in accordance to the latest edition of MICA/NIAC National Commercial & Industrial Standards for the appropriate material application. 1.04 SUBMITTALS A. Product Data: Submit manufacturer's specifications and installation instructions for eaQ type of plumbing insulation. Submit schedule showing manufacturer's product number, thicl@$ss, and furnished accessories for each plumbing system requiring insulation. o ' ..n B. Maintenance Data: Submit maintenance data and replacement material list (QeaX type plumbing insulation. Include this data in maintenance manual.�� o M C. Certifications: Submit certifications or other data as necessary to show comAIL4RA a thp-q- specifications and governing regulations. Include proof of compliance for test �aduo§ for fire/ rating, corrosiveness, and compressive strength. y r u 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver insulation, coverings, cements, adhesives, and coatings to site in containers with manufacturer's stamp or label, affixed showing fire hazard ratings of products. B. Protect insulation against dirt, water, and chemical and plumbing damage. Do not install damaged insulation; remove from project site. PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Insulating Materials 1. Owens/Coming Fiberglass Corp. Bidding Documents PLUMBING INSULATION 06/16/17 220700-1 Design Engineers 17019 2. Armacell 3. Pittsburgh Corning Corp. 4. CertainTeed Corp. 5. Knauf Fiber Glass 6. John's -Manville Corp. 7. Aeroflex Robert A. Lee Rec Center Remodel Iowa City, IA B. Mastics and adhesives as recommended by insulation manufacturer. 2.02 PIPE INSULATION A. Type W. Preformed sectional heavy density fiberglass insulation and factory applied vapor barrier, all service jacket with pressure sensitive self-sealing longitudinal laps and butt strips. Suitable for operating temperatures from 0 to +650 deg. F. Thermal conductivity shall be no more than 0.23 Btu-in/hr-sq.ft.-deg F @ 75 deg. F mean temperature. Water vapor permeance of .02 perms. Equal to Owens Corning 25 ASJ/SSL. a t01. Where insulation is exposed in indoor occupied space, it shall be covered with 30 mil Q N z?'PVC jacket equal to Johns Manville Zeston. n-TyI25313': Flexible elastomeric extruded pipe covering, 6 pound density, 0.27 K factor, water ..j ovagor►termeance of 0.20 perms. Suitable for temperature from -40 deg. F to +220 deg. F. Equal C%+to a4Aalacell, AP Armaflex, joints sealed with adhesive as recommended by insulation LL gm�turer. Exposed outdoor insulation to be finished with two coats of Armacell Armaflex WB )Fi rotective coating. 2.03 ikTTING INSULATION A. Type 'Al': Fittings: Insulate with mitered segments of same insulating material as for adjacent pipe covering, or with pre -molded fiberglass wired in place and covered with all -service jacket or low smoke PVC fitting covers. Valve bodies, strainer bodies, flanges, etc.: insulate with single or multiple layers of same insulating material as for adjacent pipe covering, wired in place and covered with all -service jacket. B. Type 'B1': Fittings: Insulate fittings, valve bodies, strainer bodies, etc., with mitercut pipe insulation or sheet insulation of same material as pipe covering. PART 3 - EXECUTION 3.01 Use only experienced applicators regularly engaged in the trade. Rough work will be rejected. Application details shall be in accordance with the insulating materials supplier's recommendations except where a higher standard is specified. All surface finishes shall be extended in such a manner as to protect all raw edges, cuts and surfaces of insulation. 3.02 Do not insulate the following: A. Valve bonnets B. Unions in hot piping C. Preinsulated expansion joints 3.03 Inspect all piping and equipment before applying insulation to insure the installing contractor has completed all leak tests, and that all surfaces are clean, dry and ready for application of insulation. PLUMBING INSULATION Bidding Documents 220700-2 06/16/17 Robert A. Lee Rec Center Remodel Iowa City, IA Design Engineers 17019 3.04 Covering for "cold" pipes shall pass unbroken through hanger clevises, sleeves, etc. All details of covering for cold surfaces shall be such that continuous covering with unbroken vapor barrier and uncompressed insulation is provided as required to prevent condensation. The same covering and hanging detail shall be used for pipes connecting to vibrating equipment or carrying pulsating pressures to avoid metal contact between pipes and hangers. 3.05 Insulation at removable heads, manhole covers, strainer plugs, and other access points shall be fabricated in such a manner that it can be readily removed without damage to the insulation. Removable insulation shall have a vapor proof cover fabricated so as to allow it to be resealed to the equipment vapor barrier. 3.06 INSULATION SCHEDULE Service Above Ground Piping Domestic cold water lines Domestic hot water, tempered water, and recirculating lines Type Insulation and Thickness' Type A and Al: All pipe sizes —1" thick Type B and 81: 1-1/4" and smaller— 1/2" thick 1-1/2" and larger— 1" thick Type A and Al: 1 1/4" and smaller— 1" thick 1-1/2" and larger— 1-1/2" thick Type B and B1: 1 1/4" and smaller— 1" thick 1-1/2" and larger— 1-1/2" thick 0 —ic) �r r*+ o� 4 2Y END OF SECTION 22 0700 Bidding Documents PLUMBING INSULATION 06/16/17 220700-3 Design Engineers 17019 Robert A. Lee Rec Center Remodel Iowa City, IA HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT 220529-4 L Bidding Documents 06/16/17 .v In B N YZIZ W 1 G" N >- �U �+ EL p a N Robert A. Lee Rec Center Remodel Iowa City, IA HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT 220529-4 L Bidding Documents 06/16/17 Design Engineers 17019 PLUMBING INSULATION 22 0700 - 4 Robert A. Lee Rec Center Remodel Iowa City, IA Bidding Documents 06/16/17 Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 SECTION 22 1116 - DOMESTIC WATER PIPING PART1-GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 22 0010 - Plumbing General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Contractor shall furnish all equipment, materials, tools, labor and supervision necessary to fabricate and install complete piping system as required by the drawings and this section. 1. Extent of domestic water piping work is indicated on drawings and schedules, and by requirements of this section. 2. Insulation of domestic water piping is specified in other Division -22 sections, and is included as work of this section. 3. Installation of valves for domestic water piping system is specified in other Division-22� sections and is included as work of this section. 1.03 QUALITY ASSURANCE A. ASME Compliance: Fabricate and install domestic water piping in accordance with ASME 831.9 "Building Services Piping". B. UPC Compliance: Fabricate and install domestic water piping in accordance wag IAMPO "Uniform Plumbing Code". _+ C. Plumbing and Drainage Institute: Fabricate and install domestic water piping Wit tarSBerd P0I— WH2O1. No r n D. ANSI/NSF 372 Certification: All potable water supply piping, valves, fittimis,7nandefixtu 0 (excluding toilets, urinals, fill valves, Flush valves, shower valves, and main gate- ialvq„sogrea than 2") shall meet the requirements for ANSI/NSF 372 Certification, Drinking.aterSystem Components, Lead Content. ; 1.04 SUBMITTALS A. Submit manufacturer's material data and installation methods for each type of system to be provided. B. Submit manufacturer's catalog cuts for each type of device to be used. PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Water Hammer Arrestors 1. Ancon 2. Sioux Chief 3. Wade 4. Watts Bidding Documents DOMESTIC WATER PIPING 06/16/17 221116-1 Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA 5. Zurn 2.02 BASIC MATERIALS AND PRODUCTS A. General: Provide piping materials and factory -fabricated piping products of sizes, types, pressure ratings, temperature ratings and capacities as indicated. Where not indicated, provide proper selection as determined by Installer to comply with installation requirements. Provide materials and products complying with Uniform Plumbing Code and International Plumbing Code where applicable, base pressure rating on domestic water piping system's maximum design pressures. Provide sizes and types matching piping and equipment connections; provide fittings of materials which match pipe materials used in domestic water piping systems. Where more than one type of materials or products are indicated, selection is Installer's option. B. C. D. 0 Tia J B. Valves: Refer to Section 22 0523 - General Duty Valves for Plumbing Piping. Piping Specialties: Refer to Section - 22 0500 - Common Work Results for Plumbing. and Seals: Refer to Section 22 0529 - Hangers and Supports for Plumbing S; C) PIPIE r+?i Gp►1--c pekl*rtube, hard temper, ASTM B815:.f 0 a Type L Brass pipe, Schedule 40, chromium plated. ASTM B43. 2.04 FITTINGS: A. Copper water tube cast bronze or wrought copper: Service Above ground domestic water lines. Exposed piping connections for plumbing fixtures. 1. Solder joint type. ANSI 816.18 and 816.22-63. Where copper piping is used for combined water/fire protection water service, joints upstream of fire protection backflow preventer shall be brazed. 2. Pressure Seal pipe joining system, copper press fittings, 1/2" to 4" in diameter. ASME 816.18, ASME B16.22. O -rings for copper press fittings shall be EPDM. Installation per manufacturer's recommendations. B. Brass pipe: Cast bronze screwed, 125 pound, flat band water pattern, chromium plated, for chromium plated pipe. 2.05 JOINTS A. Copper water tube: 1. Use non -corrosive 95-5 tin -antimony solder, cut pipe square, clean, ream and polish tube ends and inner surfaces of fittings, apply flux and solder joint as recommended by manufacturer of solder type fittings. Where copper piping is used for combined water/fire protection water service, joints upstream of fire protection backflow preventer shall be brazed. 2. Pressure Seal pipe joining system, copper press fittings, 1/2" to 4" in diameter. ASME 816.18, ASME B16.22. O -rings for copper press fittings shall be EPDM. DOMESTIC WATER PIPING Bidding Documents 221116-2 06/16/17 Robert A. Lee Rec Center Remodel Iowa City, IA 2.06 NIPPLES AND UNIONS Design Engineers 17019 A. All nipples shall conform to size, weight and strength of adjoining pipe. When length of unthreaded portion of nipple is less than 1-1/2", use extra strong nipple; do not use close nipples. B. For pipe 2" and smaller, use screwed unions, for pipe 2-1/2" and over use flanged unions. C. Install unions in the following locations so that a minimum amount of pipe need be disassembled: 1. Long runs, at intervals of 80 feet. 2. In by-pass around equipment, valves, and controls. 3. In connections to equipment. 4. Where indicated on drawings. D. Dielectric unions shall be installed between any connection of copper pipe and ferrous piping or equipment. In grooved piping systems, provide Clearflo by Victaulic. i 2.07 AIR VENTS ' A. Manual Air Vents: Bell & Gossett Model No. 17SR. _ o 1 w B. Automatic Air Vents: Bell & Gossett Model No. 7 2.08 WATER HAMMER ARRESTORS 0 A. Water hammer arrestors shall be piston type with seamless copper chamber, two O-ring piston and a 60 psi charge. Water hammer arrestors shall be sized, tested and certified in accordance with the Plumbing and Drainage Institute Standard PDI-WH2O1 and American Society of Sanitary Engineering Standard ASSE-1010. PART 3 - EXECUTION do 3.01 INSPECTION �n A. General: Examine areas and conditions under which domestic water pipinggterm mat rials and products are to be installed. Do not proceed with work until unsatisfac ong4ons P" been corrected in a manner acceptable to Installer. . M ria 3.02 INSTALLATION OF BASIC MATERIALS AND PRODUCTS Z> A. General: Install basic materials and products as per manufacturers' recommendations, Uniform and International Plumbing Codes, local code requirements and as required to meet system pressure and performance requirements. B. Valves 1. Refer to Section 22 0523 - General Duty Valves for Plumbing Piping 2. Locate valves for easy access and operation. Do not locate valves with stems below horizontal. 3. Sectional Valves: Install on each branch and riser, close to main, where branch or riser serves 2 or more plumbing fixtures and elsewhere as indicated. 4. Shutoff Valves: Install on inlet and outlet of each domestic water equipment item and elsewhere as indicated. Bidding Documents DOMESTIC WATER PIPING 06/16/17 221116-3 Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA C. Piping Specialties: Refer to Section 22 0500 - Common Work Results for Plumbing. D. Supports and Anchors: Refer to Section 22 0529 — Hangers and Supports for Plumbing Piping and Equipment. 3.03 DOMESTIC WATER PIPING A. Install pipe for all domestic water and domestic water systems as indicated on drawings, as called for in other sections, and as specified herein. B. Arrange and install piping approximately as indicated; straight, plumb, and as direct as possible; form right angles on parallel lines with building walls. Keep pipes close to walls and avoid interference with other trades. Locate groups of pipes parallel to each other; space at a distance to permit applying full insulation and to permit access for servicing valves. Most piping to be run in �cco�ncealed locations unless indicated exposed, or in equipment rooms. Locate piping to avoid dy�vork. N CQ Install tLrizontal piping as high as possible without sags or humps so that proper grades can be lli mantait%ffordrainage. "J' r - DJ C2ck pll�piping for interference with other trades, avoid placing water pipes over electrical e9Ap E. V'Mre rofiah-in is required for equipment furnished by others, verify exact rough -in dimension vA owner or equipment supplier before roughing -in. F. Extend cold water and hot water piping to each fixture and other equipment requiring water supplies. G. Pitch pipes to accessible drainage point where unions, plugged tees or drainage valves shall be provided. H. Connect branch -feed piping to mains at horizontal centerline of mains, connect run -out piping to branches at horizontal centerline of branches. I. Pipes built into masonry or concrete construction shall be wrapped with tar paper or burlap to prevent bonding to the concrete. J. No pipe shall be in contact with, or attached to, a structural member in a manner that causes the transmission of noise to the structure. Block ends of runs to prevent movement due to water hammer. 3.04 INSTALLATION OF FIXTURES A. Refer to Section 22 4000 - Plumbing Fixtures. B. General: Connect water piping system to plumbing fixtures as indicated, and comply with manufacturer's instructions where not otherwise indicated. C. Water supply to all fixtures and containers shall be so installed as to prevent back siphonage of polluted water into the water supply. All supplies shall be either above the flood rim of the fixture or separated from the drainage end by means of approved vacuum breakers. DOMESTIC WATER PIPING Bidding Documents 221116-4 06/16/17 Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17D19 3.05 INSTALLATION OF WATER HAMMER ARRESTORS A. Install water hammer arrestors as indicated on the drawings and as required per Plumbing and Drainage Institute Standard PDI-WH2O1. Water hammer arrestors to be installed in accessible locations where possible. 3.06 INSTALLATION OF PLUMBING SPECIALTIES A. General: Install plumbing specialties and valves as per manufacturer's installation instructions. B. Provide unions, valves to units at each connection as required by inspection. 3.07 HYDROSTATIC TESTING A. General: New water mains shall be subject to hydrostatic testing in accordance with AWWA C600 and other applicable AWWA Standards of latest revision and the following supplemental instructions. B. Supplemental Instructions: 1. All newly laid pipe or any valved section thereof shall be subject to a hydrostatic pressure of 1.5 X the working pressure at the point of testing or 100 psig, whichever is greater. 2. The test procedures shall: a. Not exceed pipe or thrust restraint design pressures. 1c`.5 b. Be of at least 4 -hour duration. C. Not exceed the rated pressure of the valves or hydrants. o 3. Each valved section of pipe shall be filled with water slowly and the spefg I{o,ed tl�E pressure shall be applied by means of a pump connected to the pipe. -,{ ", 0 4. Before applying the specified test pressure, air shall be expelled complat�frow the rn pipe, valves and hydrants. ; _ � s 5. Any damaged or defective pipe, fittings, valves or hydrants that are discovered following the pressure test shall be repaired or replaced with sound material and the test scall be repeated. 6. A leakage test shall be conducted concurrently with the pressure test. Leakage shall be defined as the quantity of water that must be supplied into the newly laid pipe, or any valved section thereof, to maintain test pressure. 7. No pipe installation will be accepted where leakage is observed. 3.08 DISINFECTION A. General: Upon completion of a newly installed piping or when repairs to an existing pipe are made, the piping shall be disinfected according to instructions listed in AWWA C601, local codes, local utility requirements, and the following supplemental instructions. END OF SECTION 22 1116 Bidding Documents DOMESTIC WATER PIPING 06/16/17 221116-5 Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA L UJ O U 1- N V �� .'C F^ Q V r- O DOMESTIC WATER PIPING Bidding Documents 221116-6 06/16/17 Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 SECTION 22 1316 - SANITARY WASTE AND VENT PIPING PART1-GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 22 0010 - Plumbing General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Contractor shall furnish all equipment, materials, tools, labor and supervision necessary to fabricate and install complete piping system as required by the drawings and this section. 1. Extent of sanitary waste and vent piping work is indicated on drawings and schedules, and by requirements of this section. 1.03 QUALITY ASSURANCE A. UPC Compliance: Fabricate and install sanitary waste and vent piping in accordance with IAMPO "Uniform Plumbing Code". B. Plumbing and Drainage Institute: Fabricate and install domestic water piping with Standard PDI- B. Piping Specialties: Refer to Section - 22 0500 - Common Work Results for Plumbing. C. Supports, Anchors and Seals: Refer to Section 22 0529 - Hangers and Supports for Plumbing Piping. Bidding Documents SANITARY WASTE AND VENT PIPING 06/16/17 221316-1 WH2O1. 1.04 SUBMITTALS o A. Submit manufacturer's catalog cuts for each type of device to be used. n PART 2 -PRODUCTS n No r 2.01 ACCEPTABLE MANUFACTURERS =gym s A. Floor Drains ry �'r t 1. Jay R. Smith 2. Jonespec 3. Josam 4. Wade 5. Watts 6. Zurn 2.02 BASIC MATERIALS AND PRODUCTS A. General: Provide piping materials and factory -fabricated piping products of sizes, types, pressure ratings, temperature ratings and capacities as indicated. Where not indicated, provide proper selection as determined by Installer to comply with installation requirements. Provide materials and products complying with International and Uniform Plumbing Codes. Provide sizes and types matching piping and equipment connections; provide fittings of materials which match pipe materials used in sanitary waste and vent piping systems. Where more than one type of materials or products are indicated, selection is Installer's option. B. Piping Specialties: Refer to Section - 22 0500 - Common Work Results for Plumbing. C. Supports, Anchors and Seals: Refer to Section 22 0529 - Hangers and Supports for Plumbing Piping. Bidding Documents SANITARY WASTE AND VENT PIPING 06/16/17 221316-1 Design Engineers 17019 2.03 PIPE: Material A. Cast iron soil pipe, service class, bell and spigot, asphalt coated, ASTM A74. B. Cast iron soil pipe, service class, no hub, asphalt coated CISPI 301 or ASTM A-888. C. Copper water tube, hard temper, ASTM B88. Robert A. Lee Rec Center Remodel Iowa City, IA Service Below grade sanitary sewers under building. Above ground soil, waste, and vent. Below grade sanitary sewers, above ground soil, waste, and vent as permitted by local code. Type M Above ground soil, waste, and vent up to and including 2-1/2" diameter. Above ground condensate drain lines. As permitted by local code. to Q 10 BisSchedule 40, chromium Exposed piping connections for aved. gph B43. plumbing fixtures. W p UJ FITMGV..��— N Brie `1d strength of fitting for cast iron sewer pipe shall conform to pipe as per ASTM StandardsD 0 B. dopper drainage tube: Cast bronze fittings, solderjoint fittings. ANSI 816.23. C. Brass pipe: Cast bronze screwed, 125 pound, flat band water pattern, chromium plated, for chromium plated pipe. 2.05 JOINTS A. Cast iron bell and spigot soil pipe: Pack joints with oakum, fill with molten lead at one pouring, caulk solid flush with hub rim. If approved by Code, pre-set plastic or neoprene joint may be used, ASTM C 564. B. Cast iron no -hub pipe: Coupling assembly tightened by torque wrench, CISPI 310, ASTM C 564 C. Copper drainage tube: Use non -corrosive 50-50 solder, cut pipe square, clean, ream and polish tube ends and inner surface of fittings, apply flux and solder joint as recommended by manufacturer of solder type fittings. Use same method for copper refrigerant pipe, except use silver solder with 5% silver content, or equal strength brazing alloy. 2.06 FLOOR DRAINS A. Shall be of the style as called for in fixture schedule. B. Drains without integral traps shall have service class p -traps. SANITARY WASTE AND VENT PIPING Bidding Documents 221316-2 06/16/17 Robert A. Lee Rec Center Remodel Iowa City, IA 2.07 CLEANOUTS Design Engineers 17019 A. In floors of finished areas: cast iron caulking ferrule for soil pipe hub with brass countersunk plug and cast brass round flush access cover with polished top. B. In walls of finished areas: cast brass raised head plug and round stainless steel cover plate with polished top and countersunk cover screw. Provide with caulking ferrule where installed in cast iron soil pipe. PART 3 - EXECUTION 3.01 INSPECTION A. General: Examine areas and conditions under which sanitary waste and vent piping systems materials and products are to be installed. Do not proceed with work until unsatisfactory conditions have been corrected in a manner acceptable to Installer. 3.02 INSTALLATION OF BASIC MATERIALS AND PRODUCTS A. General: Install basic materials and products as required per manufacturer's recommendations, International and Uniform Plumbing Codes, local code requirements and as required to meet the intent of the documents. y N O B. No soil or waste pipe shall be covered by earth or construction without first b"g proved fre9A leaks by a hydrostatic test of at least 10 feet head. `n r 1.?' C. Install vents in practical alignment and supported with constant pitch back to thi%-OtrXmagsystO concealed from finished spaces, unless shown or directed otherwise. err- , rn; rn r-7 D. Soil, waste and vent connections to fixtures shall be accurately located am cel -led fro. finished spaces, unless indicated otherwise. E. Connections to horizontal branches shall be at 45 deg, angle using Wye or Tee -Wye. Connection to vertical stacks shall be with Sanitary Tee or Tee -Wye at 45 deg. 3.03 SANITARY WASTE AND VENT PIPING A. Install pipe for all sanitary waste and vent systems as indicated on drawings, as called for in other sections, and as specified herein. B. Arrange and install piping approximately as indicated; straight, plumb, and as direct as possible; form right angles on parallel lines with building walls. Keep pipes close to walls and avoid interference with other trades. Locate groups of pipes parallel to each other; space at a distance to permit applying full insulation and to permit access for servicing valves. Most piping to be run in concealed locations unless indicated exposed, or in equipment rooms. Locate piping to avoid ductwork. C. Provide proper support to maintain uniform fall of 1/4" per foot for lines 3" and smaller and 1/8" per foot for lines 4" and larger. Protect all openings against the entrance of dirt. Where piping must cross footings, the piping shall cross under footings unless noted otherwise on the drawings. D. Check all piping for interference with other trades, avoid placing water pipes over electrical equipment. Bidding Documents SANITARY WASTE AND VENT PIPING 06/16/17 221316-3 Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA E. Where rough -in is required for equipment furnished by others, verify exact rough -in dimension with owner or equipment supplier before roughing -in. Piping Specialties: Refer to Section 22 0500 - Common Work Results for Plumbing. G. Supports, Anchors and Seals: Refer to Section 22 0529 - Hangers and Supports for Plumbing Piping. H. Field Quality Control Piping Tests: Test sanitary waste and vent piping in accordance with testing requirements of Division -22 Basic Materials and Methods, Section 22 0010 - Plumbing General Provisions. 3.04 INSTALLATION OF CLEANOUTS A. Provide a cleanout at the base of each stack where the sewer leaves the building and at other points where required by code and good practice. Cleanout spacing shall not exceed 50'-0" on long runs. Cleanouts shall be the same size as pipe up to and including 4" and 4" for 4" or larger pipes. Cleanouts for concealed pipes shall be set flush with floor and wall surfaces. 3.05 INSTALLATION OF FLOOR DRAINS A. fptain exact finish floor levels from the General Contractor and set floor drain top rims accurately a�rope(jevel. Allow for proper slope towards drains. L [ l t WffAL�60N OF FIXTURES 1per�g�!;ction 22 4000 - Plumbing Fixtures, 22 4500 - Emergency Plumbing Fixtures, and 22 j00 �Doking Fountains and Water Coolers. W � �o N END OF SECTION 22 1316 SANITARY WASTE AND VENT PIPING Bidding Documents 22 1316-4 06/16/17 Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 SECTION 22 4000 - PLUMBING FIXTURES PART 1 -GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 22 0010 - Plumbing General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Provide material, equipment, labor and supervision necessary for the plumbing fixture installation as required by the drawings and this section. B. Fixtures, trim and accessories shall be of type and model numbers as scheduled on the drawings. 1.03 SUBMITTALS A. Submit catalog cuts giving manufacturer's model numbers, fixture and rough -in dimensions, and construction material for each type of fixture, trim and accessory scheduled. B. Furnish rough -in information that impacts other trades to General Contractor for distribution to other subcontractors. This includes, but is not limited to, sink cut out templates, shower/tub framing dimension drawings, electrical power rough -in dimension drawings, etc. 1.04 QUALITY ASSURANCE A. ANSI/NSF 372 Certification: All potable water supply piping and valves shall meet the requirements of ANSI/NSF 372 Certification, Drinking Water System Components, Lead Content. PART 2 -PRODUCTS 0 2.01 ACCEPTABLE MANUFACTURERS n'G N A. Vitreous China Fixtures -tc� r rn �m a 1. American Standard oz IV 2. Crane 3. Eljer '" r 4. Kohler `D 5. Zurn 6. Sloan B. Lavatory Trim 1. American Standard 2. Chicago Faucet 3. Delta 4. Eljer 5. Elkay 6. Kohler 7. T & S Brass Works C. Flush Valves Delany - Flushboy Series Bidding Documents PLUMBING FIXTURES 06/16/17 224000-1 Design Engineers 17019 2. Sloan - Royal Series 3. Zurn - Z-6000XL D. Closet Seats 1. Beneke 2. Church 3. Olsonite 4. Sperzel 5. Comfort Seats 2.02 VITREOUS CHINA FIXTURES Robert A. Lee Rec Center Remodel Iowa City, IA A. Vitreous ware shall be nonabsorbant, even color, unwarped, two -fired vitreous china, grade "A" as rated by the Bureau of Standards. B. Vitreous fixtures shall be white, except where other colors are called for in the schedule. 2.03 TRIM A. Trim to include supply pipes, stop valves, faucets, tail pieces, strainers, waste and traps. Floor W wall plates shall be brass. Exposed trim shall be chrome plated. In .� BB IftabIg..q-ater supply piping and fixtures (excluding toilets, urinals, fill valves, flush valves, and we;ZWves) shall meet the certification requirements of ANSI/NSF 372 — Drinking Water stehn' '�unponents, Lead Content. o �~ G, atop vAkZi shall be compression type with loose key control. z t— Q LL 11-4apZIEWI be adjustable 18 gauge tubular brass. Where offset P -traps are required for tModicapiRd accessible lavatories, offset and P -trap shall be insulated with Handi Lav -Guard by 1Wbro, or equal. When supply risers are exposed, they shall be insulated with Handi Lav -Guard by Truebro, or equal. E. Trim shall be considered "exposed" even when concealed behind base cabinets having doors. Mixing valve, transformer, or piping under the counter shall be covered with Lav -Shield by Truebro or equal in areas where a cabinet does not cover them. PART 3 - EXECUTION 3.01 Install fixtures and make water supply, waste and vent connections as indicated on the drawings 3.02 Set fixtures in center of stalls, between partitions where required. Dimensions for spacing shall be verified with General Contractor. Fixtures in ADA accessible stalls shall be installed with the flush valve handle to the open side of the stall, where applicable. 3.03 Setting shall be absolutely tight and rigid on proper ground. Use Miracle Adhesive Corporation Tub -Caulk or approved equal pointing material under all setting surfaces. 3.04 Wall hung fixtures shall be securely hung. All wall hung fixtures shall have carriers unless other mounting means are approved by Design Professional. Mounting heights shall be as indicated on Architectural elevations, and in accordance with the requirements of the ADA. 3.05 Fixtures shall be covered after they are set to prevent damage during the balance of construction. At the conclusion of work, the covering shall be removed and the fixtures property cleaned. PLUMBING FIXTURES Bidding Documents 224000-2 06/16/17 Robert A. Lee Rec Center Remodel Iowa City, IA Design Engineers 17019 3.06 Contractor shall be responsible for the protection of the fixtures until acceptance by Owner. Damaged fixtures shall be replaced at no additional cost to Owner. 3.07 Joints of lavatories with counter and/or wall, sinks with wall, urinals with wall and water closets with floor shall be caulked with transparent silicone caulk by Contractor. END OF SECTION 22 4000 Bidding Documents PLUMBING FIXTURES 06/16/17 224000-3 .0 ✓7 _ m �rn 0 rn Q N �y F lQ Bidding Documents PLUMBING FIXTURES 06/16/17 224000-3 Design Engineers 17019 PLUMBING FIXTURES 224000-4 Robert A. Lee Rec Center Remodel Iowa City, IA Bidding Documents 06/16/17 e-� to < � o w _ J o �� N rV c`s _ o N PLUMBING FIXTURES 224000-4 Robert A. Lee Rec Center Remodel Iowa City, IA Bidding Documents 06/16/17 1 ,r Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 SECTION 23 0010 - HVAC GENERAL PROVISIONS PART1- GENERAL 1.01 GENERAL A. Refer to Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements, which all apply to work under this section. 1.02 DESCRIPTION OF WORK A. This section applies to all work under the HVAC contract. This shall include, but not necessarily be limited to, the following: 1. Ductwork for Air Distribution 2. Grilles, Registers, Diffusers and Dampers 3. Control Devices and Wiring 4. Insulation of Ducts B. The work shall include all materials, equipment and labor required for complete and properly functioning HVAC systems. C. Drawings for HVAC work are in part diagrammatic, intended to convey the scope of work and indicate general arrangement of equipment, piping and approximate sizes and locations of equipment and materials. N D. Where job conditions require reasonable changes in indicated locations and arrangemEWls, make . such changes without additional cost to Owner. C:) E. Because of the scale of the drawings, certain piping or items such as unions or ftiags rray notobe- shown, but where such items are required by other sections of the specificatioa;cor re tle are required by the nature of the work, they shall be furnished and installed. ;Gr- b Tj O� F. All elements of the construction shall be performed by workmen skilled in th$;artifthr cra involved, and regularly employed in that particular craft. c ,.v G. All work shall be performed in a neat, workmanlike manner in keeping with the highest standards of the craft. 1.03 CODES AND STANDARDS A. All work shall be done in accordance with the applicable portion of the following codes and standards: 1. International Mechanical Code 2. Uniform Plumbing Code 3. International Building Code 4. National Electric Code (NEC) 5. National Fire Protection Association Standards (NFPA) 6. Local Utility Company Requirements 7. Local Codes, all trades a. Standards of ASME, ASHRAE, NEMA, IEEE, AGA, SMACNA 9. Occupational Safety and Health Administration (OSHA) 10. Underwriters Laboratories, Inc. (U.L.) 11. Iowa Administrative Codes 12. Americans With Disabilities Act (ADA) Bidding Documents 06/16/17 HVAC GENERAL PROVISIONS 230010-1 Design Engineers 17019 Robert A. Lee Rec Center Remodel Iowa City, IA B. Contractors shall familiarize themselves with all codes and standards applicable to their work and shall notify Design Professional of any discrepancies between the design and applicable code requirements so that any conflicts can be resolved. Where two or more codes or standards are in conflict, that requiring the highest order of workmanship shall take precedence, but such questions shall be referred to Design Professional for final decision. C. Where drawings or specifications call for workmanship or materials in excess of code requirements, a lower grade of construction will not be permitted. 1.04 REQUIREMENTS & FEES OF REGULATORY AGENCIES A. Secure all required permits and pay for all inspections, licenses and fees required in connection with the HVAC work. Contractor shall post all bonds and obtain all licenses required by the State, City, County and Utility. 1.05 HVAC DRAWINGS A. The HVAC drawings indicate in general the building arrangement only, Contractor shall examine construction drawings to familiarize himself with the specific type of building construction, i.e. type of structural system, floors, walls, ceilings, room finishes and elevations. B. 'Igawings are intended to convey the scope of the work and to indicate the general arrangement and locaens of ducts, piping and equipment. �o �ont � o[ shall layout his own work and shall be responsible for determining the exact locations for eent and rough -ins and the exact routing of piping and ducts so as to best fit the layout JCM, AN ntra shall take his own field measurements for verifying locations and dimensions: scaling !f -the drfrings will not be sufficient for laying out the work. P, E. Because of the scale of the drawings, certain basic items may not be shown, but where such items are required by code or by other sections of the specifications, such items shall be furnished and installed. A. Contractor shall be responsible for verifying exact location of all existing services prior to beginning work in that area. B. Existing active services, i.e., water, gas, sewer, electric, when encountered, shall be protected against damage. Do not prevent or disturb operation of active services which are to remain. C. When active services are encountered which require relocation, Contractor shall make request to authorities with jurisdiction for determination of procedures. D. Where existing services are to be abandoned, they shall be terminated in conformance with requirements of the authorities having jurisdiction. 1.07 SITE INSPECTION A. Contractor shall inspect the site prior to submitting bid for work to familiarize himself with the conditions of the site which will affect his work and shall verify points of connection with utilities, routing of outside piping to include required clearances from any existing structures, trees or other obstacles. HVAC GENERAL PROVISIONS Bidding Documents 230010-2 06/16/17 I I I r Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 B. Extra payment will not be allowed for changes in the work required because of Contractor's failure to make this inspection. 1.08 COORDINATION AND COOPERATION A. It shall be Contractor's responsibility to schedule and coordinate his work with the schedule of the General Contractor so as to progress the work expeditiously, and to avoid unnecessary delays. B. Contractor shall fully examine the drawings and specifications for other trades and shall coordinate the installation of his work with the work of the other contractors. Contractor shall consult and cooperate with the other contractors for determining space requirements and for determining that adequate clearance is allowed with respect to his equipment, other equipment and the building. Design Professional reserves the right to determine space priority of the contractors in the event of interference between piping, conduit, ducts and equipment of the various contractors. C. Drawings and specifications are intended to be complimentary. Any work shown in either of them, whether in the other or not, shall be executed according to the true intent and meaning thereof, the same as if set forth in all. Conflicts between the drawings and the specifications, or between the requirements set forth for the various contractors shall be called to the attention of Design Professional. If clarification is not asked for prior to the taking of bids, it will be assumed that none is required and that Contractor is in agreement with the drawings and specifications as issued. If clarification is required after the contract is awarded, such clarification will be made by Design Professional and his decision will be final. D. Special care shall be taken for protection for all equipment. All equipment and matef4l shall be completely protected from weather elements, painting and plaster until the project is astantially completed. Damage from rust, paint and scratches shall be repaired as requyedcdp resTA equipment to original condition.' C�� N E. Protection of all equipment during the painting of the building shall be the re3j Silirl�i' y of Painting Contractor, but this shall not relieve Contractor of the responsibilit <fA chwking assure that adequate protection is being provided.3 a ;w;T N F. Where the final installation or connection of equipment in the building requires Cuntractost0 work in finished areas of the building, Contractor shall be responsible that such areas are O%tected and are not marred, soiled or otherwise damaged during the course of such work. Contractor shall arrange with the General Contractor for patching and refinishing of such areas which may be damaged in this respect. 1.09 OPENINGS, CUTTING AND PATCHING A. Refer to Division 1 for additional cutting and patching information. B. Piping, sleeves and ducts passing through all fire or smoke rated floors, roofs, walls, and partitions shall be provided with firestopping. Space between wall/floor and pipe, sleeve, and/or duct shall be sealed with UL listed intumescent fire barrier material equivalent to rating of wall/floor. Where piping, sleeves and ducts pass through floors, roofs, walls and partitions that are not fire or smoke rated, penetrations shall be sealed with grout or caulk. C. Existing Structure: Contractor shall provide cutting, lintels and patching, and patch painting in the existing structure, as required for the installation of his work, and shall furnish lintels and supports as required for openings. Bidding Documents HVAC GENERAL PROVISIONS 06/16/17 230010-3 Design Engineers 17019 Robert A. Lee Rec Center Remodel Iowa City, IA 2. Cutting of structural support members will not be permitted without prior approval of the Design Professional. Extent of cutting shall be minimized; use core drills, power saws or other machines which will provide neat, minimum openings. 3. Patching shall match adjacent materials and surfaces and shall be performed by craftsmen skilled in the respective craft required. 1.10 MATERIALS AND EQUIPMENT A. All materials and equipment shall be the standard product of a reputable U.S.A. manufacturer regularly engaged in the manufacture of the specified item. Where two or more units are required of the same item, they shall be furnished by the same manufacturer except where specified otherwise. B. All material and equipment shall be installed in strict accordance with the manufacturer's recommendations. C. The equipment specifications cannot deal individually with any minute items such as parts, controls, devices, etc., which may be required to produce the equipment performance and *mction as specified, or as required to meet the equipment guarantees. Such items, when tRuired4hall be furnished as part of the equipment, whether or not specifically called for. SHL_ f ZINGS W a J>" A� Contr5ct: shall furnish, to Design Professional, complete sets of shop drawings and other &m?MHata. Contractor shall review and sign shop drawings before submittal. Q yiaop Yrra Ings shall be bound into sets and cover related items for a complete system as much Jrbpractic'al and shall be identified with symbols or "plan marks" used on drawings. Incomplete, iMcemeal or unbound submittals will be rejected. C. Submittals required by the various sections of the Project Manual include, but are not necessarily limited to those identified in the submittal schedule below. D. After award of contract, Contractor shall provide a completed submittal schedule including dates that the submittals will be to Design Professional for review. E. Submit required information on the following items: SPEC DETAIL PROD INSTALL O & M CERTIFICATE DEMON- OTHEROF (SEE SECTION EQUIPMENT DWGS DATA SAMPLES METHODS MANUAL STRATTON NOTES 230593 Testing, Adjusting and 1 Balancing for HVAC 230700 HVAC Insulation X 233300 Air Duct Accessories X X 233713 Diffusers, Registers and X Grilles NOTES: 1. Submit test reports as described in specification section. F. Design Professional will review shop drawings solely to assist contractors in correctly interpreting the plans and specifications. G. Contract requirements cannot be changed by shop drawings which differ from contract drawings and specifications. HVAC GENERAL PROVISIONS Bidding Documents 230010-4 06/16/17 Robert A. Lee Rec Center Remodel Design Engineers 1 Iowa City, IA 17019 1.12 OPERATION AND MAINTENANCE MANUALS A. Operation and maintenance manuals shall be submitted to Design Professional in duplicate upon completion of the job. Manuals shall be bound in a three ring hard -backed binder. Front cover and spine of each binder shall have the following lettering done: OPERATION AND MAINTENANCE MANUAL FOR HVAC SYSTEMS 1.13 SUBSTITUTIONS A. Refer to Divisions 00 and 01. B. Where substitutions are approved, Contractor assumes all responsibility for physical dimensions and all other resulting changes. This responsibility extends to cover all extra work necessitated by other trades as a result of the substitution. 1.14 ACCEPTABLE MANUFACTURERS A. In most cases, equipment specifications are based on a specific manufacturer's type, style, dimensional data, catalog number, etc. Listed with the base specification, either in the manual or on the plan schedules are acceptable manufacturers approved to bid products of equal quality. These manufacturers are encouraged to submit to Design Professional at least 8 days prior to the bid due date drawings and catalog numbers of products to be bid as equals. B. Manufacturers who do not submit prior to bidding, run the risk of having the product rejected at time of shop drawing submittal. Extra costs associated with replacing the rejected product shall be the responsibility of Contractor and/or the manufacturer. Bidding Documents HVAC GENERAL PROVISIONS 06/16/17 230010-5 (PROJECT NAME) (LOCATION) (DATE) SUBMITTED BY (NAME AND ADDRESS OF CONTRACTOR) B. Provide a master index at the beginning of manual showing items included. Use plastic J�h, indexes for sections of manual. Each section shall contain the following information equipment furnished under this contract: d 1. 2. Equipment and system warranties and guarantees. Installation instructions. 1-D it 3. Operating instructions. -J;l -4 1 4. Maintenance instructions. rn 5. Spare parts identification and ordering lists - 6. Local service organization, address, contract and phone number. >� 3 7. Shop drawings with reviewed stamp of Design Professional and C CtorcQiall be included, if applicable, along with the items listed above., s 8. Reports of all tests and demonstrations including certificate of owner instruction Resting and balancing report, etc. 1.13 SUBSTITUTIONS A. Refer to Divisions 00 and 01. B. Where substitutions are approved, Contractor assumes all responsibility for physical dimensions and all other resulting changes. This responsibility extends to cover all extra work necessitated by other trades as a result of the substitution. 1.14 ACCEPTABLE MANUFACTURERS A. In most cases, equipment specifications are based on a specific manufacturer's type, style, dimensional data, catalog number, etc. Listed with the base specification, either in the manual or on the plan schedules are acceptable manufacturers approved to bid products of equal quality. These manufacturers are encouraged to submit to Design Professional at least 8 days prior to the bid due date drawings and catalog numbers of products to be bid as equals. B. Manufacturers who do not submit prior to bidding, run the risk of having the product rejected at time of shop drawing submittal. Extra costs associated with replacing the rejected product shall be the responsibility of Contractor and/or the manufacturer. Bidding Documents HVAC GENERAL PROVISIONS 06/16/17 230010-5 Design Engineers 17019 Robert A. Lee Rec Center Remodel Iowa City, IA C. If Contractor chooses to use a manufacturer listed as an equal, it shall be his responsibility to assure that the manufacturer has complied with the requirements in 'A' above. Contractor shall assume all responsibility for physical dimensions (including accessibility for maintenance), operating characteristics, and all other resulting changes. This responsibility extends to cover all extra work necessitated by other trades as a result of using the alternate manufacturer. D. Where a model or catalog number is provided, it may not be inclusive of all product requirements. Refer to additional requirements provided on the plans or in the specifications as required. Similarly, there may be additional requirements included in the model or catalog number that are not specifically stated. These requirements shall also be met. 1.15 GUARANTEE A. The entire HVAC system including all sub -systems shall be guaranteed against defect in materials and installation for a minimum of one year from substantial completion or beneficial occupancy whichever occurs earlier. Any malfunctions which occur within the guarantee period shall be promptly corrected without cost to Owner. This guarantee shall not limit or void any manufacturer's express or implied warranties. 1.16 CCWPLETI_ON N c� Por it time of completion, shall be complete, efficiently operating, non -hazardous and ready Pi{o`rr n use by Owner. o tr�clhshall clean up and remove from the site all debris, excess material and equipment left LL_ingET Wrogress of this contract at job completion. 0 1.17 CLEANING A. All temporary labels, stickers, etc., shall be removed from all fixtures and equipment. Name plates, ratings, instruction plates, etc., shall not be obscured by paint, insulation, or placement of units. 1.18 ELECTRICAL WORK A. Electrical work and equipment provided by HVAC Contractor shall include the following: 1. All control wiring in accordance with the requirements of Division 26. B. Refer to Division 23 Controls section for control system wiring. Control wiring shall be done in accordance with the requirements of Division 26. C. All conduit installed for control wiring shall be blue. Labeled conduit will not be accepted. D. Control wiring, where not exposed, may be installed without conduit. Wiring in ducts, plenums and other air handling spaces shall be specifically listed for the use. All exposed control wiring and wiring behind inaccessible construction (such as in walls and above drywall ceilings) shall be routed in blue conduit. All wall penetrations shall be sleeved with blue conduit. Installation shall comply with all code requirements. 1.19 TEMPORARY UTILITIES A. Refer to Division 01 for specific requirements concerning temporary utilities. HVAC GENERAL PROVISIONS Bidding Documents 230010-6 06/16/17 Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 B. Under no circumstances shall the building HVAC equipment be used for temporary heat, cooling or ventilation during construction prior to Owner acceptance of the building at substantial completion. END OF SECTION 23 0010 Bidding Documents 06/16/17 HVAC GENERAL PROVISIONS 230010-7 Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA F HVAC GENERAL PROVISIONS Bidding Documents 230010-8 06/16/17 V) CV 2G Ujn W a -1> 1 J CD lL o F HVAC GENERAL PROVISIONS Bidding Documents 230010-8 06/16/17 Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 SECTION 23 0500 - COMMON WORK RESULTS FOR HVAC PART1- GENERAL 1.01 GENERAL A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 23 0010 - HVAC General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. This section includes the following: 1. Demolition 2. Sleeves 3. Escutcheons 4. Fire Stopping PART 2 - PRODUCTS 2.01 DEMOLITION MATERIALS .`'.� A. All materials removed shall be the property of the removing contractor and shalmd fr the site by him, unless otherwise specified. ,� A 2.02 SLEEVES -<r-I rn nc A. Sleeves passing through non -load bearing walls and partitions shall be galvar sh" steeeP with lock seam joints of minimum gauges as follows: ,> z- 1. For pipes 2-1/2" and smaller - 24 gauge 2. For pipes 3" to 6" - 22 gauge B. Sleeves passing through load bearing walls, concrete beams, fireproof walls, foundations, footings and waterproof floors shall be Schedule 40 steel pipe or cast iron pipe. C. Sleeves are not required in masonry walls which are core drilled or walls of drywall construction, except where partition is a firestop, smokestop, or side of air plenum. D. Sleeves for insulated piping shall be of sufficient internal diameter to take pipe and insulation and to allow for free movement of pipe. Waterproof sleeves shall be of sufficient internal diameter to take pipe and waterproofing material. E. In finished areas where pipes are exposed, sleeves shall be terminated flush with wall, partitions and ceilings, and shall extend 1/2" above finished floors. Extend sleeves 1" above finished floors in areas likely to entrap water and fill space between sleeves and pipe with graphite packing and caulking compound. F. Sleeves passing through membrane waterproofing or lead safe shall be provided with flashing, furnished and installed by General Contractor, extending 12" beyond sleeve in all directions; flashing shall be secured and sealed to membrane or lead safe and shall be sealed to sleeve and caulked watertight. Sleeves passing through roof shall be installed in same manner except sleeves shall extend to 6" above roof. Bidding Documents COMMON WORK RESULTS FOR HVAC 06/16/17 230500-1 Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA ' 2.03 ESCUTCHEONS A. Provide chrome plated escutcheons at each sleeved opening into finished spaces. Escutcheons shall fit around insulation or around pipe when not insulated; outside diameter shall cover sleeve. Where sleeve extends above finished floor, escutcheon shall be high cap type and shall clear sleeve extension. Secure escutcheons or plates to sleeve but not to insulation with set screws or other approved devices. 'ra[inyl:7�flf id��Cfr A. Piping, conduit, sleeves and ducts passing through all fire or smoke rated floors, roofs, walls, and partitions shall be provided with firestopping. Space between walVfloor and pipe, conduit, sleeve, and/or duct shall be sealed with UL Listed intumescent fire barrier material equivalent to rating of wall/floor. PART 3 - EXECUTION Cn 3.01 DIWOLITKN in J v molition shall be accomplished by the proper tools and equipment for the work to be ��moved. Personnel shall be experienced and qualified in the type of work to be LL V rformed. o Contractor shall remove existing equipment and piping not necessary for additions or existing portions of building as indicated on drawings and/or specified herein. To include all abandoned equipment and piping back to point of origin. Demolition of equipment shall include removal associated concrete equipment pad and/or support steel. 3. Contractor shall be responsible for the cutting and capping of all existing services before any work is commenced by the General Contractor. B. Work by Others: Unless specifically noted under other contracts, Contractor shall assume all required work shall be performed by him. In general, the following will be performed by others: 1. General Contractor will remove any floors, walls and ceilings, neatly patch, match, complete and finish all affected surfaces. 2. Electrical Contractor will disconnect all electrical services and remove abandoned conduit back to point of origin. C. Existing Conditions: 1. If any piping serving existing fixtures or equipment which are to remain are disturbed by operations under this Contract, Contractor shall provide pipe and insulation required to reestablish continuity of such piping systems. 2. Contractor shall arrange for General Contractor to repair, patch and paint all construction, with material necessary to match surrounding material, which is necessary due to removal of equipment and piping. 3. Contractor shall furnish all required labor and material where required to extend new work to connect to similar work where new addition adjoins existing building and for extension of existing system. Connection shall be made in a suitable manner. COMMON WORK RESULTS FOR HVAC Bidding Documents 230500-2 06/16/17 I I I Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 D. Owner's Right of Salvage: The Owner may designate and have salvage rights to any material herein demolished by the Contractor. 3.02 SLEEVES A. Install sleeves for all piping passing through floors, roof, walls, concrete beams and foundations as required by this section. 3.03 ESCUTCHEONS A. Install escutcheons for all pipes entering finished spaces. Bidding Documents 06/16/17 END OF SECTION 23 0500 ro CD COMMON WORK RESULTS FOR HVAC 230500-3 Design Engineers 17019 t7 "' a Q N xR: X: �o W a o N �U LL V� r� O :i Robert A. Lee Rec Center Remodel Iowa City, IA 11 I COMMON WORK RESULTS FOR HVAC Bidding Documents 230500-4 06/16/17 Robert A. Lee Rec Center Remodel Iowa City, IA Design Engineers 17019 SECTION 23 0529 - HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT PART1- GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 23 0010 - HVAC General Provisions are applicable to work required of this Section. 1.02 DESCRIPTION OF WORK A. Provide materials, equipment, labor and supervision necessary to install hangers, supports, C. ANSI Compliance: All supports and parts shall conform to the latest requirements of the ANSI Code for Pressure Piping B31.1.0 except as supplemented or modified by the requirements of this specification. PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with requirements, acceptable manufacturers are as follows, with catalog numbers based on Grinnell: 1. Anvil International 2. B -Line 3. Elcen 4. Unistrut Building Systems 5. Grinnell B. Wherever possible, structural attachments shall be beam clamps. C. All rigid hangers shall provide a means of vertical adjustment after erection. D. Hanger rods shall be subject to tensile loading only. At hanger locations where lateral or axial movement is anticipated, suitable linkage shall be provided to permit swing. Bidding documents HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT 06/16/17 230529-1 anchors, guides and seals as required by the drawings and this section. B. Types of supports, anchors and seals specified in this section include the following: 1. Horizontal -Piping Hangers and Supports. 2. Vertical -Piping Clamps, 3. Hanger -Rod Attachments. 4. Building Attachments. J 5. Saddles and Shields. o �. 6. Miscellaneous Materials.` �- 1.03 QUALITY ASSURANCE �n d, A. Code Compliance: Comply with applicable plumbing and mechanical codes pertaiaQ to*odudo materials and installation of supports, anchors and seals. t B. UL and FM Compliance: Provide products which are Underwriters Laboratories listee and Factory Mutual approved. C. ANSI Compliance: All supports and parts shall conform to the latest requirements of the ANSI Code for Pressure Piping B31.1.0 except as supplemented or modified by the requirements of this specification. PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with requirements, acceptable manufacturers are as follows, with catalog numbers based on Grinnell: 1. Anvil International 2. B -Line 3. Elcen 4. Unistrut Building Systems 5. Grinnell B. Wherever possible, structural attachments shall be beam clamps. C. All rigid hangers shall provide a means of vertical adjustment after erection. D. Hanger rods shall be subject to tensile loading only. At hanger locations where lateral or axial movement is anticipated, suitable linkage shall be provided to permit swing. Bidding documents HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT 06/16/17 230529-1 Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA E. Where supports are attached to concrete or other structural members, care shall be taken to prevent damage or weakening of the structural members. PART 3 - EXECUTION 3.01 INTERMEDIATE ATTACHMENTS A. Hanger rods: use carbon steel single or double end threaded, Figs. 140 and 253 as required. Continuous threaded rod, Fig. 146, may be used wherever possible. Contractor may at his option cut and thread rod on the job site. B. Hangers shall be supported from appropriate structural members. In no case shall hangers be supported from ductwork, cable trays, piping, or other equipment. Existing hangers and supports shall not be used as supports for new hangers unless specifically designed as such, or additional .„loadings have been confirmed to be acceptable for existing supports. W 02 WUC AL ATTACHMENTS or 0 L. Eo hing steel or copper plated hanger rods to reinforced concrete; use black carbon steel ,,p inserts, Fig. 285 for loads up to 400 lbs., Fig. 281 for loads up to 1200 lbs. or suitable cylrillgdupserts equal to RamseURed Head - Trubolt wedge anchor, RamseURed Head Epcon zsys"r Hilti Kwik Bolt 11 anchor. R Z33 -- B. "_For atG6hing steel hanger rods to structural steel beams, use malleable iron C -clamps, Fig. 87, favith retaining clip for loads up to 500 lbs.; Fig. 229 with extension piece for loads up to 1,365 lbs. For copper plated hanger rods, use copper plated malleable iron Cclamps, Fig. CT -88, with hardened cup point set screw, for loads up to 400 lbs. C. For attaching steel hanger rods to wood structural members, use malleable iron ceiling flange pipe threaded, Fig. 128 for loads up to 480 lbs., Fig. 153 for loads up to 1270 lbs. For copper plated hanger rods, use copper plated malleable iron ceiling flange, Fig. CT -128R for loads up to 180 lbs. D. Under no circumstances shall hangers be attached to metal roof deck. 3.03 DUCT COVERING PROTECTION A. Hangers and supports for insulated cold piping and ductwork shall not injure or pierce insulation. Provide insulation protection shields or saddles for piping, Fig. 160, 161, 162, 163, 164, 165, 165A, 166A, or 167 in conjunction with hanger or roll device. END OF SECTION 23 0529 HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT Bidding documents 230529-2 06/16/17 Robert A. Lee Rec Center Remodel Iowa City, IA Design Engineers 17019 SECTION 23 0593 - TESTING, ADJUSTING AND BALANCING FOR HVAC PART1- GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 23 0010 - HVAC General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Extent of testing, adjusting and balancing work is indicated by requirements of this section, and also by drawings and schedules, and is defined to include, but is not necessarily limited to, air distribution systems and associated equipment and apparatus of HVAC work. The work consists of setting speed and volume (including pulley changes as required) adjusting facilities provided for systems, recording data, conducting tests, preparing and submitting reports, and recommending modifications to work as required by contract documents. B. Component types of testing, adjusting and balancing specified in this section includes the following as applied to HVAC equipment: �., 1. Air Systems: o a. Diffusers and Grilles 75_:5.2• 2. Water Systems: �� 4 a. Domestic Hot Water Recirculating System _4 o 3 C. The Heating and Air Conditioning Contractor shall provide a complete and ting --VAC system and shall cooperate with the balancing agency by: ;> r .n 1. Installing balancing dampers as required by the Drawings and Specifications and requested by the Testing and Balancing Contractor. 2. Putting complete system into operation during duration of balancing period. 3. Providing up-to-date set of Drawings and advising immediately of any changes made to the system during construction. 4. Providing labor and equipment and cost of performing corrections, such as dampers, belts, etc., as required without undue delay. 5. Providing complete submittal information for all HVAC equipment, complete with pertinent engineering information. 1.03 REFERENCES A. Associated Air Balance Council (AABC) - National Standards for Field Measurement and Instrumentation, Total System Balance. B. ASHRAE - HVAC Applications Handbook: Chapter 34, Testing, Adjusting and Balancing. (Most recent edition). C. National Environmental Balancing Bureau (NEBB) - Procedural Standards for Testing, Balancing and Adjusting of Environmental Systems. 1.04 QUALITY ASSURANCE A. Tester: A firm with at least 3 years of successful testing, adjusting and balancing experience on projects with testing and balancing requirements similar to those required for this project, who is not Installer of system to be tested and is otherwise independent of project. Bidding Documents TESTING, ADJUSTING AND BALANCING FOR HVAC 06/16/17 230593-1 Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA B. TAB Agency Qualification: Current membership in AABC or certification by NEBB. C. Test Equipment Criteria: The basic instrumentation requirements and accuracy/calibration required by AABC, National Standards or by NEBB Procedural Standards for Testing, Adjusting and Balancing of Environmental Systems. D. All testing and balancing contractors are to be approved by the Design Professional before bidding. The contractors approved to date are: 1. Precision Test and Balance Clive, Iowa (515) 288-2332 2. Systems Management and Balancing Waukee, Iowa (515)987-2825 3. River Place Technologies East Moline, Illinois N 309) 796-0800 Q mac.) W Tategrity Testing and Balancing W -J�adrid, Iowa _j N ra15) 250-6055 LU5 JUP COWITIONS r-- O A. Jeo not proceed with testing, adjusting and balancing work until work has been completed and is operable. Ensure that there is no latent residual work still to be completed. B. Do not proceed until work scheduled for testing, adjusting and balancing is clean and free from debris, dirt and discarded building materials. 1.06 SUBMITTALS A. TAB Agency Qualifications: Submit names and qualifications of company officers and job supervisor. Submit list of proposed test equipment and sample report format indicating all measurements to be taken. These shall be submitted to and reviewed by Design Professional prior to commencing work. B. The test -and -balance report shall be complete with logs, data, and records as required herein. All logs, data, and records shall be typed on white bond paper and bound. The report shall be certified accurate and complete by the balancing agency's certified test -and -balance engineer. C. Three (3) copies of the test -and -balance report are required and shall be submitted to Design Professional. D. The report shall contain the required data in a format selected by Balancing Contractor. E. Report shall include the following information: (For all references to "design", specific information from shop drawings shall be incorporated.) 1. Duct Traverse: a. System zone/branch b. Duct size and area TESTING, ADJUSTING AND BALANCING FOR HVAC Bidding Documents 230593-2 06/16/17 Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 C. Velocity and airflow, design and actual d. Duct static pressure e. Air temperature and correction factor (if applicable) 2. Room Air Distribution Test Sheet: a. Air terminal number b. Room number/location C. Terminal type and size d. Area factor e. Velocity, design and actual f. Air flow, design and actual g. Percent of design air flow h. Air outlet differential pressure (for underfloor plenums) PART 2 - PRODUCTS 2.01 PATCHING MATERIALS A. Except as otherwise indicated, use same products as used by original Installer for patching holes in insulation, ductwork and housings which have been cut or drilled for test purposes, including access for test instruments, attaching jibs, and similar purposes. J 1. At Tester's option, plastic plugs with retainers may be used to patcWtlled,�$oles ductwork and housings. Y=; :X , C-7+< PART 3 - EXECUTION 3.01 TESTING off:— 0 A. Examine installed work and conditions under which testing is to be done to ensure that w�$ has been completed, cleaned and is operable. Do not proceed with TAB work until unsatisfactory conditions have been corrected in manner acceptable to Tester. Before initiating balancing work, Contractor shall verify that systems are complete and operable. Ensure the following: 1. Equipment is operable and in a safe and normal condition. 2. Temperature control systems are installed complete and operable. 3. Duct systems are clean of debris. 4. Correct fan rotation. 5. Volume dampers are in place and open. 6. Access doors are closed and duct end caps are in place. 7. Air outlets are installed and connected. 8. Duct system leakage has been minimized. B. Test, adjust and balance environmental systems and components, as indicated, in accordance with procedures outlined in applicable standards. C. Coordinate TAB procedures with any phased construction completion requirements for the project. Systems serving completed phases of the project will require TAB for such phases prior to partial final inspections. D. Allow sufficient time in construction schedule for TAB and submission of reports prior to partial final inspections. E. Prepare report of test results, including instrumentation calibration reports, in format recommended by applicable standards. Draft report shall be sent to Design Professional for review prior to issuance to Owner. Bidding Documents TESTING, ADJUSTING AND BALANCING FOR HVAC 06/16/17 230593-3 Design Engineers 17019 Robert A. Lee Rec Center Remodel Iowa City, IA F. Patch holes in insulation, ductwork and housings, which have been cut or drilled for test purposes, in manner recommended by original Installer. G. Mark equipment settings, including damper control positions and similar controls and devices, to show final settings at completion of TAB work. Provide markings with paint or other suitable permanent identification materials. H. Prepare a report of recommendations for correcting unsatisfactory mechanical performances when system cannot be successfully balanced; including, where necessary, modifications which exceed requirements of contract documents for HVAC work. The test and balance agency shall perform the following tests and balance the air system in accordance with the following requirements (provide written substantiating data): 1. Adjust all zones to proper design CFM, supply and return. 2. Test and adjust each diffuser, grille and register within 10% design requirements. 3. In reading and tests of diffusers, grilles and registers, include design velocity and final co) velocity, when required, and design CFM and final CFM after adjustments. 4n Begance variable volume systems at maximum air flow rate, full cooling, and at minimum fVflow rate, full heating. 5t ffl 'flow with the control manufacturers representative, set adjustments of all UJ °' strollers to operate as specified, indicated and/or noted. ..j tb C-VMW Rate Tolerances: N � Applications which do not require differential pressure control: -10% to +10%. rdinate locations of volume dampers with the mechanical contractor as required to 1'Q _ nce the entire system. J. %gere balancer has a question regarding appropriate system configuration for balancing, balancer should contact Design Professional for clarification. END OF SECTION 23 0593 TESTING, ADJUSTING AND BALANCING FOR HVAC 230593-4 Bidding Documents 06/16/17 Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 SECTION 23 0700 - HVAC INSULATION PART1- GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 23 0010 - HVAC General Provisions are applicable to work required of this Section. 1.02 DESCRIPTION OF WORK A. Provide material, equipment, labor and supervision necessary to install insulation to all hot and cold surfaces of piping, ductwork, tanks, fittings and other surfaces as required by the drawings and this section. B. Insulation shall include insulating materials, jackets, adhesive, mastic coatings, tie wire and other materials as required to complete the insulating work. J 1.03 DEFINITIONS j A. Conditioned Space: an area inside the building which is heated and/or cooled. N B. Tempered Space: an area inside the building which is not directly heated orljoole gut is adjacent to a heated or cooled space with no insulation separating the two spac%ceilin plenums). -4 C. Untempered Space: an area inside the building which is not conditioned and isE pt teioeredl (e.g., attic spaces).<m -0 M 3 n D. Exterior: An area outside the building (e.g., roof mounted items). tV Y �- 1.04 QUALITY ASSURANCE <a A. NFPA Compliance: Insulating materials, jackets, mastics, etc., shall meet flame spread and smoke developed ratings in accordance with NFPA-90A. Flame spread rating of not more than 25, smoke developed rating of not more than 50 as tested by ANSI/ASTM E64 (UL 723) (NFPA 255) method. All accessory items such as PVC jacketing and fittings, adhesive, mastic, cement tape and cloth shall have the same component ratings as specified above. B. Installation of insulation materials shall be in accordance to the latest edition of MICA/NIAC National Commercial & Industrial Standards for the appropriate material application. C. NFPA Compliance: Fire Barrier Duct Wrap systems shall meet requirements of NFPA 96 for grease duct application. 1.05 SUBMITTALS A. Product Data: Submit manufacturer's specifications and installation instructions for each type of HVAC insulation. Submit schedule showing manufacturer's product number, thickness, and furnished accessories for each HVAC system requiring insulation. B. Certifications: Submit certifications or other data as necessary to show compliance with these specifications and governing regulations. Include proof of compliance for test of products for fire rating, corrosiveness, and compressive strength. Bidding Documents HVAC INSULATION 06/16/17 230700-1 Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver insulation, coverings, cements, adhesives, and coatings to site in containers with manufacturer's stamp or label, affixed showing fire hazard ratings of products. Protect insulation against dirt, water, and chemical and HVAC damage. Do not install damaged insulation; remove from project site. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Insulating Materials 1. Owens/Corning Fiberglass Corp. 2. Armacell. 3F Pittsburgh Corning Corp. 4 CkrtainTeed Corp. [� 5fv ulftuf Fiber Glass J E'E n's-Manville Corp. _f!oflex ..J o C-) �- 'B-- sbi E&r d adhesives as recommended by insulation manufacturer. L Q 2.02 D T I M TION A. iNuct Covering: Johns Manville Microlite Standard or equivalent firberglass duct wrap with factory applied Foil Scrim Kraft (FSK) vapor barrier jacket, 0.6 pound per cubic foot density. PART 3 - EXECUTION 3.01 GENERAL A. Use only experienced applicators regularly engaged in the trade. Rough work will be rejected. Application details shall be in accordance with the insulating materials suppliers recommendations except where a higher standard is specified. All surface finishes shall be extended in such a manner as to protect all raw edges, cuts and surfaces of insulation. 3.02 DUCT INSULATION APPLICATION A. Unless noted otherwise, all ductwork and accessories shall be either lined or covered as scheduled on plans. If type or thickness is not indicated, it shall be insulated with thicknesses matching ASHRAE 90.1 based on the fluid temperatures. 3.03 DUCT COVERING INSTALLATION A. Inspect all ductwork and equipment before applying insulation to insure the installing contractor has completed all leak tests, and that all surfaces are clean, dry and ready for application of insulation. B. Covering shall be cut slightly longer than circumference of duct to insure full thickness at corners. All insulation shall be adhered with edges tightly banded, and shall be adhered to duct with fire resistant adhesive. Adhesive shall be applied so that insulation conforms to duct surfaces uniformly and firmly. HVAC INSULATION Bidding Documents 230700-2 06/16/17 Robert A. Lee Rec Center Remodel Iowa City, IA Design Engineers 17019 C. In addition to the adhesive, the insulation shall be additionally secured to the bottom of all ducts 18" or wider by means of grip nails and speed clips. The protruding ends of the pins shall be cut off flush after the speed clips have been applied. The vapor barrier facing shall be thoroughly sealed with a vapor barrier mastic and tape where the pins have pierced through. D. Insulation for "cold" ducts and accessories shall pass unbroken through hangers, sleeves, fire dampers, flexible connectors, reheat coils, etc. as required to prevent condensation. All details of covering for cold surfaces shall be such that continuous covering with unbroken vapor barrier and uncompressed insulation is provided. The same covering and hanging detail shall be used for ducts connecting to vibrating equipment or carrying pulsating pressures to avoid metal contact between ducts and hangers. E. Insulation at all access points shall be fabricated in such a manner that it can be readily removed without damage to the insulation. Removable insulation shall have a vapor proof cover fabricated so as to allow it to be resealed to the equipment vapor barrier. END OF SECTION 23 0700 Bidding Documents HVAC INSULATION 06/16/17 230700-3 .h Lag t3- ko Bidding Documents HVAC INSULATION 06/16/17 230700-3 Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA HVAC INSULATION Bidding Documents 230700-4 06/16/17 M Q CV tt Uj p CJI— O aQi HVAC INSULATION Bidding Documents 230700-4 06/16/17 Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 SECTION 23 3113 - METAL DUCTS PART1- GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 23 0010 - HVAC General Provisions are applicable to work required of this Section. 1.02 DESCRIPTION OF WORK A. Provide material, equipment, labor and supervision necessary to fabricate and erect low pressure ductwork as required by the drawings and this section. B. All ductwork shall be classified as low velocity. 1.03 DEFINITIONS A. Conditioned Space: An area inside the building which is heated and/or cooled. B. Tempered Space: an area inside the building which is not directly heated or cooled, but is adjacent to a heated or cooled space with no insulation separating the two spaces (e.g., ceiling plenums). A o "J C. Untempered Space: an area inside the building which is not conditioned ana" nck4empe`r l (e.g., attic spaces).-� •-+• D. Exterior: An area outside the building (e.g., roof mounted items). {rA.. =<r- -0 rn 1.04 QUALITY ASSURANCE N A. Duct and plenum construction, metal gauges, reinforcing, methods of supporting and h&ing and other sheet metal work as called for shall be in accordance with the following standards: 1. "SMACNA HVAC Duct Construction Standards", most recent Edition, by the Sheet Metal and Air Conditioning Contractors National Association (SMACNA). B. Unless noted otherwise, all ductwork shall be provided with pressure class and leakage class as indicated and scheduled on the plans. If pressure or seal class is not indicated, ductwork shall be provided to meet the pressure class based on the scheduled capacity of the equipment it is served by or connected to and with seal class A. C. NFPA Compliance: All liner and covering materials shall have maximum UL Flame Spread Index of 25, and maximum Smoke Developed Index of 50, and shall meet all requirements of NFPA-90A. 1.05 REGULATORY REQUIREMENTS A. National Fire Protection Association, NFPA 90A: Air Conditioning and Ventilating Systems. B. Underwriter's Laboratories, UL 181: Factory -Made Duct Materials and Air Duct Connections. Bidding Documents METAL DUCTS 06/16/17 233113-1 Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA 1.06 DELIVERY, STORAGE, AND HANDLING A. Protect shop -fabricated ductwork, accessories and purchased products from damage during shipping, storage and handling. 1. Stored materials subject to rejection due to damage. B. Deliver insulation, coverings, cements, adhesives, and coatings to site in containers with manufacturer's stamp or label, affixed showing fire hazard ratings of products. C. Protect insulation against dirt, water, and chemical and mechanical damage. Do not install damaged insulation; remove from project site. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. ALL heet metal work shall be constructed of prime quality re -squared tight coat galvanized steel, exempt whSEa other type material is specified. Manufacturer's name and U.S. gauge number shall Q alWar.Mach sheet. 0 D9zst LMaterials J p VF ` 101 >JZ&ain-Teed LL2 #-CWns Coming Fiberglass 3si Cans -Manville fts Knauf 6. Armacell 2.02 LOW VELOCITY DUCTWORK A. General: Provide factory -fabricated or shop fabricated duct and fittings. B. Materials: 1. Galvanized sheet steel complying with ANSI/ASTM A527, lockforming quality, with ANSI/ASTM A525, G90 zinc coatings, mill phosphatized. C. Gauge: Comply with code requirements for minimum gauge thickness for various sizes. D. Fittings: 1. Construct branches, bends, and elbows with centerline radius of not less than duct 1.0 times the width (diameter), where space conditions will not permit this radius or where indicated on drawings, square elbows with air turns shall be used. 2. Slopes for transitions or other changes in dimension shall be minimum 1:3. 3. Longitudinal seams shall be Pittsburgh Lock or snaplock equal per SMACNA. Lateral seams shall be slip drive or standing. Slip seams and sheet metal screws not permitted. METAL DUCTS Bidding Documents 233113-2 06/16/17 Robert A. Lee Rec Center Remodel Iowa City, IA 2.03 PLENUMS Design Engineers 17019 A. Plenums shall be fabricated of same material as duct connecting to plenum; shall be two metal gauges heavier than gauge of largest duct connecting to plenum. 2.04 DUCT SEALING — LOW VELOCITY A. All joints in low velocity duct work shall be sealed with Foster 32-14 or DuctMate ProSeal. Apply and install joint sealer per manufacturer's recommendations. In general, apply to male end of coupling and/or interior of female fitting. After connection, brush sealant over the assembled joint and screws with a 2" to 3" wide band. Sealant shall be allowed to set for 48 hours before any air pressure is put on system. All tie bars, bolts and rivets shall be sealed with the specified sealant. Sealant as manufactured by Minnesota Mining No. 800 or United Sheet Metal will be considered equal. B. Alternate Sealing System: 1. Transverse duct joints may be made with the Ductmate System or an approved equal. 2. The installation of the Ductmate System shall be in accordance with the manufacturer's printed instruction and installation manuals. 3. The standard Ductmate System joint is the equivalent of a SMACNA "Je3onnen. Ductmate-JR System joint is the equivalent of a SMACNA "E" con21truct7icTI of the duct, such as gauge, reinforcing, etc. shall be as indicated in thelim to tl1B' SMACNA manuals as provided by the manufacturer and as tested by ur�TestF Laboratory. rn {m 3C Q C. Duct Sealing Requirements: SMACNA Seal Class A. 2.05 DUCT LINER sy € .a. A. Lining materials shall be Type 'A' Duct Liner, Certain -Teed Toughgard or equivalent, one and one half (1 1/2) pounds per cubic foot density or equal. B. Unless noted otherwise, all ductwork and accessories shall be either lined or covered as scheduled on plans. If type or thickness is not indicated, it shall be 1-1/2" covering. PART 3- EXECUTION 3.01 INSTALLATION A. Assemble and install ductwork in accordance with recognized industry practices which will achieve airtight and quiet systems, capable of performing each indicated service. 1. Install each run with minimum joints. 2. Align ductwork accurately at connections and with internal surfaces smooth. 3. Support ducts rigidly with suitable ties, braces, hangers and anchors of type which will hold ducts true -to -shape and prevent buckling and vibration. Bidding Documents METAL DUCTS 06/16/17 233113-3 Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA B. Ducts shall be installed following essentially lines indicated on drawings, install offsets, angles and transitions as may be required to avoid interferences with other work. Maintain full capacity of ducts at offsets, angles and transitions except where drawings indicate use of reducing or increasing transitions. 1. General: Each duct section shall be rigidly supported from structure. Attach hangers to structure with expansion plugs, concrete inserts, beam clamps or other approved means. Rubber in -shear isolators shall be installed in hangers for all ducts in equipment rooms, to prevent vibration transmission to the structure. C. Install hangers and supports in accordance with SMACNA Standards general locations: 1. Install hangers close to transverse joints of main ducts and branches, clinch collar branch Cn connections and the first branch elbows after nested splits. V) 2N Late hangers of duct penetrating walls or partitions as though the walls will contribute y¢support to the duct. 0- W J 3cj all hangers in pairs on exact opposite sides of duct. ..+. N -- U U. 4 tjointain hanger spacing intervals less than, equal to, but not greater than the specified C:3'6aximums. e� q Install hangers at the midpoint of small and medium size horizontal vaned square elbows. On wide vaned square elbows, install additional hangers at maximum allowable intervals or less measured along the heel lines of the elbows. 6. Provide a set of hangers at the midpoint of small and medium size horizontal radius elbows. Install one or more supplementary hangers, as necessary, along the inside and outside arcs of large radius elbows of any angle whenever the lengths of these arcs exceed the maximum hanger spacing length for that particular size duct. 7. Provide at least one set of hangers for short duct branches 3 feet or less in length. 8. Provide each duct riser with a minimum of two supports completely spanning the shaft opening at each floor. One pair of supports may be used to support more than one duct riser, provided that the strength of the supports is increased appropriately and proper additional supplementary steel is used at the extra risers. 9. Support duct risers, located between floors that are more than 15 feet high, at each floor and halfway points between floors. The distance between intermediate supports on very high floors should not exceed 12 feet. Intermediate hangers may be supported from an adjacent wall or hung by rods from supports on the floor above. 10. Provide one or more sets of hangers for equipment in duct runs such as heating coils, heat pumps, etc., as recommended by their manufacturers. D. Locate duct hangers approximately 1. 2 to 24 inches from flexible connections of fans. 2. 2 to 24 inches from the outlets or flexible connects of VAV control units or mixing boxes. 3. 12 to 36 inches from the main duct to the first hanger of long branch ducts. METAL DUCTS Bidding Documents 233113-4 06/16/17 Robert A. Lee Rec Center Remodel Iowa City, IA Design Engineers 17019 4. 2 to 12 inches from the ends of all branch ducts and linear diffuser plenums. 5. 2 to 24 inches from fire damper breakaway joints. 6. 0 inches to half the duct width plus 2 inches from the vertical centerline of the lower elbow of short vertical offsets made with vaned square elbows. The width refers to the dimension of the elbow in the plane of the turn. 7. 0 inches to half the duct width plus 2 inches from the vertical centerline of the bottom and top elbows of vaned square elbow offsets over 8 feet high. 8. One-eighth of the arc in from the ends of bottom and top radius elbows of vertical offsets longer than 8 feet. Short vertical offsets require hangers at the bottom elbow. Likewise, sloping offsets need at least one set of hangers at their lower radius elbow. 9. 6 to 12 inches from transverse joints of ducts whose lengths are the same as specified hanger intervals. 10. 6 to 12 inches from one side of walls or partitions penetrated by ducts. E. Maximum permitted hanger spacing: J 1. Ducts with areas up to 4 square feet may have their hangers spaced up*�feepart" nt 2. Ducts with areas 4.1 to 10 square feet may have their hangers spacecgotmo thalir feet apart. 40 3. Ducts with areas over 10 square feet may have their hangers located up ggoeihart. F. Provide and install locking manual volume dampers in all duct systems as requiri'fw cofijfoiling air volumes to trunk ducts, branch ducts, outlets and inlets. Provide and install additional olume dampers as required by Testing and Balancing Contractor for balancing of system. G. All connections shall be sealed, including but not limited to branch connections, spin -ins, taps, access doors, access panels and connections to equipment. Openings for rotating shafts shall be sealed with bushings or other devices that seal off air leakage. H. Duct sizes shown on drawings are net inside dimensions and sheet metal size shall be increased to allow for duct linings. Install as indicated on the drawings all duct mounted equipment as specified in other sections. J. Install eccentric reducers with tops of both duct sizes flush to maintain maximum ceiling space below ducts. K. Openings: Provide in ductwork to accommodate access doors, temperature control components and fire dampers. 2. Install access panels for inspection and servicing of all duct mounted equipment including, but not limited to: reheat coils, sound attenuators, motorized dampers, airflow measuring stations, smoke and fire dampers. 3. Provide pitot tube openings for testing of systems, complete with metal cap, with spring device or screw to ensure against air leakage. Bidding Documents METAL DUCTS 06/16/17 233113-5 Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA 4. Where openings are provided in insulated ductwork, install insulation materials inside metal collar. L. Locate ducts with sufficient space around equipment to allow normal operating and maintenance activities. M. Connections 1. Connect duct to equipment with flexible fabric, sheet metal clips, screws and washers. 2. At each point where ducts pass through partitions, provide sleeve with space between duct and sleeve packed with insulation and sealed. N. Where ducts pass through fire -rated walls, partitions, floors, and ceilings, seal openings in accordance with Specification Section 23 0500 - Common Work Results for HVAC. 3.02 DUCT LINER APPLICATION A. Aly duct liner with coated or surface designed to be exposed facing the air stream and adhered wi 1000A=overage of fire retardant adhesive. When width exceeds 12" or height exceeds 24", [] alNitioba%� secure liner with mechanical fasteners spaced 12" maximum centers. Fasteners shall wPt v 3" of leading edge of traverse joints. Coat all exposed joints and edges of traverse to nts uattre fire retardant adhesive. J o cj — 'D-- gict �i_shown on drawings are net inside dimensions and sheet metal size shall be increased LL WpIlgiN&W duct lining. .— o 3.03 M=ISTING AND CLEANING A. Cleaning: 1. Clean ductwork internally, as it is installed, of dust and debris. 2. Clean external surfaces of foreign substances which might cause corrosive deterioration of metal or where ductwork is to be painted. B. Temporary Closure: 1. At ends of ducts which are not connected to equipment or air distribution devices at time of ductwork installation or that are on-site but not yet installed, provide temporary closure of polyethylene film or other covering until time connections are to be completed. 3.04 DUCTWORK APPLICATION SCHEDULE — LOW VELOCITY AIR SYSTEM HVAC Supply, Return General Exhaust MATERIAL Steel, Galvanized END OF SECTION 23 3113 I METAL DUCTS Bidding Documents 233113-6 06/16/17 Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 SECTION 23 3300 -AIR DUCT ACCESSORIES PART1- GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 23 0010 - HVAC General Provisions are applicable to work required of this Section. 1.02 DESCRIPTION OF WORK A. Extent of duct accessories is indicated on drawings and by the requirements of this section. B. Types of duct accessories required for project include the following: 1. Volume Dampers/Regulators 2. Flexible Ducts 3. Control Dampers cv 1.03 QUALITY ASSURANCE Ln t:a A. SMACNA Compliance: Comply with applicable portions of Sheet Metal and4r'M2itionil Contractor's National Association (SMACNA) "Fire Damper and Heat Stop Gui8".: ` =+� t -c c•: B. Industry Standards: Comply with American Society of Heating, Refrigerating airelA*tRditio Engineers, Inc. (ASHRAE) recommendations pertaining to construction ofctfg6t a ssos except as otherwise indicated.1r C. UL Compliance: Construct, test, and label fire dampers in accordance -W Un;§rwrita Laboratories (UL) Standard 555 "Fire Dampers and Ceiling Dampers". y .9- .0 D. NFPA Compliance: Comply with applicable provisions of ANSI/NFPA 90A "Air Conditioning and Ventilating Systems", pertaining to installation of duct accessories. 1.04 SUBMITTALS A. Product Data: Submit manufacturer's specifications for each type of duct accessory, including dimensions, capacities, and materials of construction; and installation instructions. B. Shop Drawings: Submit assembly -type shop drawings for each type of duct accessory showing interfacing requirements with ductwork, and method of fastening or support. C. Maintenance Data: Submit manufacturer's maintenance data including parts lists for each type of duct accessory; include this data in Maintenance Manual. PART 2- PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with requirements, provide products manufactured by one of the following: Flexible Ductwork a. Semco b. Wiremold Bidding Documents AIR DUCT ACCESSORIES 06/16/17 233300-1 Design Engineers 17019 C. Thermaflex d. Valuflex 2.02 MISCELLANEOUS Robert A. Lee Rec Center Remodel Iowa City, IA A. 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 indicator. 1. Provide end bearings with gasket - Young Regulator Co. Model 666 -FD or equal by Elgin. B. Manual Volume Damper Regulators: 1. Accessible areas: Provide locking position regulator with gasket and handle - Young Regulator Co. Model 403 -FD or equal by Elgin. "********EDIT NOTE: Add for I.C. Schools projects.********** Provide minimum 6" tag for each damper for identification. 2. Inaccessible areas: Provide concealed manual volume damper regulators with cover N plate and gear assembly - Young Regulator Co. Model 315 or equal by Elgin. Q Q AV TLWs: Elgin "Air-Tite" or equal shop fabricated. _ CC CD P%x&-guct Connection: 30 ounce woven glass fiber, double neoprene coated, fire retardant, J m teFp?W and air tight, suitable for temperatures to 250 deg. F, UL approved. Ventfabric, Inc. en�tSs3". E ,aceta&nels: Shall be of same material as ducts in which they are installed, fabricated of two sicknesses of not less than 24 gauge, with 1" thick rigid glass fiber filler. Provide sheet metal `blame, air tight gasket and two Young Regulator Company No. 1330 latches, or equal by Elgin. F. Motorized Dampers: Low leakage type. AMCA certified. Damper Blades a. Steel or aluminum airfoil type with mechanically locked blade seals, 8 inch 200 mm blade width maximum measured perpendicular to axis of damper. b. Jamb seals shall be flexible metal compression type. C. Opposed or single blade type. Make provision of damper actuators and actuator linkages to be mounted external of airflow. G. Damper Actuators 1. Electric type equipped for Class 1 wiring. 2. Shall not consume power during UNOCCUPIED cycle or use chemicals or expandable media. 3. Have built in spring return. 2.03 FLEXIBLE DUCT A. Flexible duct shall be factory pre -insulated, consisting of vinyl coated spring steel wire helix bonded to vinyl coated fiberglass mesh screen, having one (1) inch nominal fiberglass insulation and vinyl impregnated closely woven fiberglass vapor barrier. Basis of Design: Semco, Type Al. AIR DUCT ACCESSORIES Bidding Documents 233300-2 06/16/17 Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 B. Composite assembly shall meet Class I requirements of NFPA-90A and shall be UL listed for flame spread rating of not more than 25 and smoke developed rating of not more than 50. Assembly shall meet the requirements of UL -181. C. Where flexible duct is allowed, it shall be connected to metal ducts, terminal units and diffusers with Panduit, Tylon or equal tool installed nylon clamps. D. Maximum length of flexible duct connections from metal duct to terminal units and grilles, registers and diffusers shall be not greater than 72". All duct turns greater than 45 deg. shall be rigid elbows. E. Wherever ductwork is routed exposed, flexible ductwork is not acceptable. All exposed ductwork to be rigid. PART 3 - EXECUTION i, wij■G1449']06PI A. Examine areas and conditions under which duct accessories will be installed. Do not proceed with work until unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Install duct accessories in accordance with manufacturer's installation instructions, with applicable portions of details of construction as shown in SMACNA standards, and in accordance with recognized industry practices to ensure that products serve intended function. B. Coordinate with other work, including ductwork, as necessary to interface installation of duct accessories properly with other work. C. Field Quality Control: Operate installed duct accessories to demonstrate com Liiance m* requirements. Repair or replace faulty accessories, as required to obtain propenoperatign and leakproof performance. -� n � "r c n END OF SECTION 23 3300 ?> N V 0z1 Bidding Documents AIR DUCT ACCESSORIES 06/16/17 233300-3 Design Engineers 17019 AIR DUCT ACCESSORIES 233300-4 Robert A. Lee Rec Center Remodel Iowa City, IA Bidding Documents 06/16/17 M Q N •�O S C, LAJ O U_ ' r O o N AIR DUCT ACCESSORIES 233300-4 Robert A. Lee Rec Center Remodel Iowa City, IA Bidding Documents 06/16/17 Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 SECTION 23 3713 - DIFFUSERS, REGISTERS AND GRILLES PART1- GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 23 0010 - HVAC General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Provide material, equipment, labor and supervision necessary for the installation of grilles, registers and diffusers as per the schedules on the drawings. 1.03 SUBMITTALS = PART 2 - PRODUCTS N o A. Submit manufacturer's catalog cuts for each type of device to be used. < v 2.01 ACCEPTABLE MANUFACTURERS Cl) B. Product Data: For each product indicated, include the following: G J A. Acceptable Manufacturers j r r' 1. Data Sheet: Indicate materials of construction, finish, and mounting details;and performance data including throw and drop, static -pressure drop, and noise ratings. ✓+ 1. Carnes 2. Diffuser, Register, and Grille Schedule: Indicate drawing designation, room location, quantity, model number, size, and accessories furnished. PART 2 - PRODUCTS N o CD 2.01 ACCEPTABLE MANUFACTURERS Cl) A. Acceptable Manufacturers c7 o r' M 1. Carnes o � 2. Titus -: N 3. E.H. Price U1 4. Metal Aire o 5. Krueger 6. Nailor 2.02 Diffusers, registers, and grilles shall be of the type and style as scheduled. PART 3 - EXECUTION 3.01 Install wall mounted grilles and registers plumb and level and flush to surface. Locations may be altered slightly, as acceptable to the Design Professional, so as to fit masonry portions of the structure. 3.02 In grid panel type ceilings, lay -in metal pan, acoustical, etc., grilles, registers and diffusers shall be located in the center of the panel. Bidding Documents DIFFUSERS, REGISTERS AND GRILLES 06/16/17 233713-1 Design Engineers 17019 3.03 Coordinate locations of ceiling diffusers and plan. Where architectural features or other items determination of final location. Robert A. Lee Rec Center Remodel Iowa City, IA registers with Design Professional's reflected ceiling conflict with installation, notify Design Professional for 3.04 Adjust blow pattern as indicated on plans and as scheduled, prior to balancing. END OF SECTION 23 3713 DIFFUSERS, REGISTERS AND GRILLES Bidding Documents 233713-2 06/16/17 c� LJJ a WO � N V t i �. � O DIFFUSERS, REGISTERS AND GRILLES Bidding Documents 233713-2 06/16/17 Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 SECTION 26 0010 - ELECTRICAL GENERAL PROVISIONS PART1- GENERAL 1.01 RELATED DOCUMENTS A. Refer to Division 00 - Procurement and Contracting Requirements and Division 01 - General Requirements, which all apply to work under this section. 1.02 DESCRIPTION OF WORK A. Work shall include furnishing of all systems, equipment and material specified in this division and as called for on the electrical drawings, to include supervision, operations, methods and labor for the fabrication, installation, start-up and tests for the complete electrical installation. B. All elements of the construction shall be performed by workmen skilled in the particular craft, involved, and regularly employed in that particular craft. C. All work shall be performed in a neat, workmanlike manner in keeping with the highest standards of the craft. 1.03 CODES AND STANDARDS N A. All work shall be done in accordance with the applicable portion of the foljgyving c221es and standards: 1. National Electrical Code w ■ 7D 2. National Fire Protection Association n.� N 3. National Electrical Manufacturers Association �n o r 4. Standards of Institute of Electrical and Electronic Engineersr 5. International Building Code orq a rn a 6. Occupational Safety and Health Act 7C nJ 0 7. Iowa Administrative Code v Ln S. NECA Standards o 9. Americans With Disabilities Act (ADA) B. All Contractors shall familiarize themselves with all codes and standards applicable to their work and shall notify Design Professional of any discrepancies between the design and applicable code requirements so that any conflicts can be resolved. Where two or more codes or standards are in conflict, that requiring the highest order of workmanship shall take precedence, but such questions shall be referred to Design Professional for final decision. 1.04 REQUIREMENTS & FEES OF REGULATORY AGENCIES A. Contractor shall comply with the rules and regulations of the local utility companies. He shall check with each utility company providing service to this project and determine or verify their requirements regarding incoming services. B. Secure all required permits and pay for all inspections, licenses and fees required in connection with the electrical work including State of Iowa Electrical Inspections. Contractor shall post all bonds and obtain all licenses required by the State, City, County and Utility. 1.05 ELECTRICAL DRAWINGS A. The electrical drawings indicate in general the building arrangement only. Contractor shall examine construction drawings to become familiar with the specific type of building construction, i.e. type of structural system, floors, walls, ceilings, room finishes and elevations. Bidding Documents ELECTRICAL GENERAL PROVISIONS 06/16/17 260010-1 Design Engineers 17019 Robert A. Lee Rec Center Remodel Iowa City, IA B. Drawings for the electrical work are in part diagrammatic, and are intended to convey the scope of the work and to indicate in general the location of equipment. C. Contractor shall layout his own work and shall be responsible for determining the exact locations for equipment and rough -ins and the exact routing of conduits and raceway so as to best fit the layout of the work. D. Contractor shall take his own field measurements for verifying locations and dimensions; scaling of the drawings will not be sufficient for laying out the work. E. Because of the scale of the drawings, certain basic items such as couplings, pull or splice boxes ccgay not be shown, but where such items are required by code or by other sections of the 4epecifications or where they are required for proper installation of the work, such items shall be (� cI rnishpd and installed. �.06 4 CTI C RVICES r`.r 'r++.A. N tor shall be responsible for verifying exact locations of all existing services prior to brepi4ing work in that area. V Q B. Exiing active services, i.e., water, gas, sewer, electric, when encountered, shall be protected ti aglhst damage. Do not prevent or disturb operation of active services which are to remain. C. When active services are encountered which require relocation, Contractor shall make request to authorities with jurisdiction for determination of procedures. D. Where existing services are to be abandoned, they shall be terminated in conformance with requirements of the authorities having jurisdiction. 1.07 SITE INSPECTION A. Contractor shall inspect the site prior to submitting bid for work to familiarize himself with the conditions of the site which will affect his work and shall verify points of connection with utilities, routing of outside conduit to include required clearances from any existing structures, trees or other obstacles. B. Extra payment will not be allowed for changes in the work required because of Contractor's failure to make this inspection. 1.08 COORDINATION AND COOPERATION A. It shall be Contractor's responsibility to schedule and coordinate his work with the schedule of the General Contractor so as to progress the work expeditiously, and to avoid unnecessary delays. B. Contractor shall fully examine the drawings and specifications for other trades and shall coordinate the installation of his work with the work of the other contractors. Contractor shall consult and cooperate with the other contractors for determining space requirements and for determining that adequate clearance is allowed with respect to his equipment, other equipment and the building. The Design Professional reserves the right to determine space priority of the contractors in the event of interference between piping, conduit, ducts and equipment of the various contractors. C. Conflicts between the drawings and the specifications or between the requirements set forth for the various contractors shall be called to the attention of the Design Professional. If clarification is not asked for prior to the taking of bids, it will be assumed that none is required and that the Contractor is in agreement with the drawings and specifications as issued. If clarification is required after the contract is awarded, such clarification will be made by the Design Professional and his decision will be final. ELECTRICAL GENERAL PROVISIONS Bidding Documents 260010-2 06/16/17 Robert A. Lee Rec Center Remodel Iowa City, IA Design Engineers 17019 D. Special care shall be taken for protection for all equipment. All equipment and material shall be completely protected from weather elements, painting, plaster, etc., until the project is substantially completed. Damage from rust, paint, scratches, etc., shall be repaired as required to restore equipment to original condition. E. Protection of all equipment during the painting of the building shall be the responsibility of the Painting Contractor, but this shall not relieve Contractor of the responsibility for checking to assure that adequate protection is being provided. Refer to Division 09 for painting protection. F. 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 Electrical Contractor shall be responsible that such areas are protected and are not marred, soiled or otherwise damaged during the course of such work. Electrical Contractor shall arrange with the General Gdntractor for patching and refinishing of such areas which may be damaged in this respect. V,r 1.09 OPENINGS, CUTTING AND PATCHING u A. Refer to Division 1 for additional cutting and patching information. ✓) 1, B. Conduits and sleeves passing through all fire or smoke rated floors, roofs, walls, and partitions shall be provided with firestopping. Space between wall/floor and conduit or sleeve shall be sealed with UL listed intumescent fire barrier material equivalent to rating of wall/flootg Where conduit or sleeves pass through floors, roofs, walls and partitions that are not fiqSor smoke rated, penetrations shall be sealed with grout or caulk. n ` "n C. Existing Structure: o 1. Contractor shall provide cutting, lintels and patching, and patch paintin o thEpaxistinb I structure, as required for the installation of his work, and shall furnish linfe5Pn Nuppd® as required for openings. = 2. Cutting of structural support members will not be permitted without prior apprc@l of the Design Professional. Extent of cutting shall be minimized; use core drills, power saws or other machines which will provide neat, minimum openings. 3. Patching shall match adjacent materials and surfaces and shall be performed by craftsmen skilled in the respective craft required. D. Conduits and wireways passing through all fire or smoke rated floors, roofs, walls, and partitions shall be provided with firestopping. Space between wall/floor and conduits, sleeves and/or wireways, shall be sealed with UL listed intumescent fire barrier material equivalent to rating of wall/floor. Where conduits, sleeves and/or wireways pass through floors, roofs, walls and partitions that are not fire or smoke rated, penetrations shall be sealed with grout or caulk. 1.10 MATERIALS AND EQUIPMENT A. All materials and equipment shall be the standard product of a reputable U.S.A. manufacturer regularly engaged in the manufacture of the specified item unless authorized in writing by Design Professional. Where more than one unit is required of the same system, they shall be furnished by the same manufacturer except where specified otherwise. B. All material and equipment shall be installed in strict accordance with the manufacturer's recommendations. C. The equipment specifications cannot deal individually with any minute items such as parts, controls, devices, etc., which may be required to produce the equipment performance and function as specified, or as required to meet the equipment guarantees. Such items when required shall be furnished as part of the equipment, whether or not specifically called for. Bidding Documents ELECTRICAL GENERAL PROVISIONS 06/16/17 260010-3 Design Engineers 17019 1.11 SHOP DRAWINGS Robert A. Lee Rec Center Remodel Iowa City, IA A. Contractor shall furnish, to the Design Professional, complete sets of shop drawings and other submittal data. Contractor shall review and sign shop drawings before submittal. B. Shop drawings shall be bound into sets and cover related items for a complete system as much as practical and shall be identified with symbols or "plan marks" used on drawings. Incomplete, piecemeal or unbound submittals will be rejected. C. Submittals required by the various sections of the Project Manual include, but are not necessarily limited to those identified in the submittal schedule below. D. IvBr award of contract, the contractor shall provide a completed submittal schedule including Q es thW he submittals will be to the Design Professional for review. N (Ej. jELblMEJquired information on the following items: LL Design Professional will review shop drawings solely to assist contractors in correctly interpreting the plans and specifications. G. Contract requirements cannot be changed by shop drawings which differ from contract drawings and specifications. 1.12 OPERATION AND MAINTENANCE MANUALS A. Operation and maintenance manuals shall be submitted to the Design Professional in duplicate upon completion of the job. Manuals shall be bound in a three ring hard -backed binder. Front cover and spine of each binder shall have the following lettering done: OPERATION AND MAINTENANCE MANUAL FOR ELECTRICAL SYSTEMS (PROJECT NAME) (LOCATION) (DATE) SUBMITTED BY (NAME AND ADDRESS OF CONTRACTOR) ELECTRICAL GENERAL PROVISIONS Bidding Documents 260010-4 06/16/17 UC\J F— CERTIFICATE SPE 4 '' V ~Q V DETAIL PROD INSTALL 08M OF SYSTEM DEMON- OTHER (SEE SECT/6N UIPMENT DWGS DATA SAMPLES METHODS MANUAL STRATION NOTES) 26 2JW Wirin—dbevices X X 262726 Occupancy Sensors X X X 262815 Motor and Service X X Disconnects 26 5000 Lighting X X I IX Design Professional will review shop drawings solely to assist contractors in correctly interpreting the plans and specifications. G. Contract requirements cannot be changed by shop drawings which differ from contract drawings and specifications. 1.12 OPERATION AND MAINTENANCE MANUALS A. Operation and maintenance manuals shall be submitted to the Design Professional in duplicate upon completion of the job. Manuals shall be bound in a three ring hard -backed binder. Front cover and spine of each binder shall have the following lettering done: OPERATION AND MAINTENANCE MANUAL FOR ELECTRICAL SYSTEMS (PROJECT NAME) (LOCATION) (DATE) SUBMITTED BY (NAME AND ADDRESS OF CONTRACTOR) ELECTRICAL GENERAL PROVISIONS Bidding Documents 260010-4 06/16/17 Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 B. Provide a master index at the beginning of manual showing items included. Use plastic tab indexes for sections of manual. Each section shall contain the following information for equipment furnished under this contract: 1. Equipment and system warranties and guarantees. 2. Installation instructions. 3. Operating instructions. 4. Maintenance instructions. 5. Spare parts identification and ordering list. 6. Local service organization, address, contact and phone number. 7. Shop drawings with reviewed stamp of Design Professional and Contractor shall be included, if applicable, along with the items listed above. w C. Items to be included shall be those listed in shop drawing section. '1. 1.13 TESTS AND DEMONSTRATIONS OF TELECOMMUNICATIONS EQUIPMENT A. All systems shall be tested by Contractor and placed in proper working order prior to demonstrating systems to owner. 1.14 SUBSTITUTIONS A. To obtain approval to use unspecified equipment, Bidding Contractors (not e manufacturers, etc.) shall submit written requests to Design Professional at le. bid due date. Requests shall clearly describe the equipment for which requested. Include all data necessary to demonstrate that equipments capai performance are equivalent to include a cost comparison between specific equipment for which approval is being requested. If the equipment is a Professional will approve it in an addendum. Design Professional will, under be required to prove that an item proposed for substitution is or is not of e specified item. 1.15 ACCEPTABLE MANUFACTURERS r� menESipplier, 0 dao'prior to ✓al_ bein ea es anti" .4piprment aFd 1table�Desirn f; a�umstanc i -qua% to that 4 r_n A. In most cases, equipment specifications are based on a specific manufacturer's type, style, dimensional data, catalog number, etc. Listed with the base specification, either in the manual or on the plan schedules are acceptable manufacturers approved to bid products of equal quality. These manufacturers are encouraged to submit to Design Professional at least 8 days prior to the bid due date drawings and catalog numbers of products to be bid as equals. B. Manufacturers, who do not submit prior to bidding, run the risk of having the product rejected at time of shop drawing submittal. Extra costs associated with replacing the rejected product shall be the responsibility of the Contractor and/or the manufacturer. C. If Contractor chooses to use a manufacturer listed as an equal, it shall be his responsibility to assure that the manufacturer has complied with the requirements in W above. Contractor shall assume all responsibility for physical dimensions, operating characteristics, and all other resulting changes. This responsibility extends to cover all extra work necessitated by other trades as a result of using the alternate manufacturer. D. Where a model or catalog number is provided, it may not be inclusive of all product requirements. Refer to additional requirements provided on the plans or in the specifications as required. Similarly, there may be additional requirements included in the model or catalog number that are not specifically stated. These requirements shall also be met. Bidding Documents ELECTRICAL GENERAL PROVISIONS 06/16/17 260010-5 Design Engineers 17019 1.16 GUARANTEE Robert A. Lee Rec Center Remodel Iowa City, IA A. The entire electrical system including all sub -systems shall be guaranteed against defect in materials and installation for a minimum of one year from substantial completion or beneficial occupancy whichever occurs earlier. Any malfunctions which occur within the guarantee period shall be promptly corrected without cost to the Owner. This guarantee shall not limit or void any manufacturer's express or implied warranties. IIA7 CHANGES IN THE WORK A. Ae$ontract Change Order is a written order to Contractor signed by the Owner and Contractor, 40ed after the execution of the Contract, authorizing a change in the Work or an adjustment in IQ the CQJIt t Sum or the Contract Time. The Contract Sum and the Contract Time may be Ltl hanly by Contract Change Order. .ZJ the r, without invalidating the Contract, may order changes in the Work within the general opD4773he Contract consisting of additions, deletions or other revisions, with the Contract Sum LL Pnd#p5trContract Time being adjusted accordingly. All such changes in the Work shall be khe Contact Document C. The cost or credit to the Owner resulting from a change in the Work shall be determined by mutual acceptance of a lump sum properly itemized and supported by sufficient substantial data to permit evaluation. A Change Order in excess of $300.00 shall be submitted with each item listed individually with a material cost and labor unit extension. Overhead and profit, as mutually agreed upon between Owner and Contractor shall be added to material and labor cost figures. D. It shall be the responsibility of the contractor before proceeding with any change to satisfy himself that the change has been properly authorized in behalf of the Owner. 1.18 COMPLETION A. Systems, at time of completion, shall be complete, efficiently operating, non -hazardous and ready for normal use by the Owner. B. When all the electrical work is complete Contractor shall thoroughly clean all material and equipment installed as a part of this contract and leave all equipment and material in new condition. C. 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. END OF SECTION 26 0010 ELECTRICAL GENERAL PROVISIONS Bidding Documents 260010-6 06/16/17 Robert A. Lee Rec Center Remodel Iowa City, IA Design Engineers 17019 SECTION 26 0500 - COMMON WORK RESULTS FOR ELECTRICAL PART1- GENERAL 1.01 RELATED DOCUMENTS A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 26 0010 - Electrical General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. This section includes the following: Demolition. Verify that abandoned wiring and equipment serve only abandoned facilities. C. Demolition Drawings are based on casual field observation. Report discrepancies to Owner before disturbing existing installation. 3.03 PREPARATION A. Disconnect electrical systems in walls, floors, and ceilings scheduled for removal. B. Provide temporary wiring and connections to maintain existing systems in service during construction. When work must be performed on energized equipment or circuits, use personnel experienced in such operations. C. Existing Fire Alarm System: Maintain existing system in service. Disable system only to make switchovers and connections. Notify Owner at least 24 hours before partially or completely disabling system. Minimize outage duration. Make temporary connections to maintain service in areas adjacent to work area. 3.04 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK A. Demolish and extend existing electrical work under provisions of this Section. Bidding Documents COMMON WORK RESULTS FOR ELECTRICAL 06/16/17 260500-1 �') PART 2 - PRODUCTS �l111 � 2.01 MATERIALS A. All materials removed shall be the property of the removing contractor and shall be removed from,. j the site unless otherwise specified. c5' PART 3 - EXECUTION' `n c 3.01 GENERAL �� x A. Demolition shall be accomplished by the proper tools and equipment for the worlkirrDe rATover.n Personnel shall be experienced and qualified in the type of work to be performed.- r,,-*., rD g rro 3.02 EXAMINATION CA 0 A. Verify field measurements and circuiting arrangements are as shown on Drawings. Verify that abandoned wiring and equipment serve only abandoned facilities. C. Demolition Drawings are based on casual field observation. Report discrepancies to Owner before disturbing existing installation. 3.03 PREPARATION A. Disconnect electrical systems in walls, floors, and ceilings scheduled for removal. B. Provide temporary wiring and connections to maintain existing systems in service during construction. When work must be performed on energized equipment or circuits, use personnel experienced in such operations. C. Existing Fire Alarm System: Maintain existing system in service. Disable system only to make switchovers and connections. Notify Owner at least 24 hours before partially or completely disabling system. Minimize outage duration. Make temporary connections to maintain service in areas adjacent to work area. 3.04 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK A. Demolish and extend existing electrical work under provisions of this Section. Bidding Documents COMMON WORK RESULTS FOR ELECTRICAL 06/16/17 260500-1 Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA B. Remove, relocate, and extend existing installations to accommodate new construction. Extend existing installations using materials and methods as specified. C. Remove abandoned wiring to source of supply. D. Remove exposed abandoned conduit, including abandoned conduit above accessible ceiling finishes. Cut conduit flush with walls and floors, and patch surfaces. E. Disconnect abandoned outlets and remove devices. Remove abandoned outlets if conduit servicing them is abandoned and removed. Provide blank cover for abandoned outlets which are not removed. F. Disconnect and remove electrical devices and equipment serving utilization equipment that has bin removed. h In WACOREV and remove abandoned luminaires. Remove brackets, stems, hangers, and other UJ a esp0fts. NLU 7 l @epacent construction and finishes damaged during demolition and extension work. N >—t3 air(@i <access to existing electrical installations which remain active. Modify installation or ovfd�� cess panel as appropriate. C3 J. "Clean and repair existing materials and equipment which remain or are to be reused. 3.05 FLUORESCENT LAMP AND BALLAST DISPOSAL A. Unless noted otherwise, all existing fluorescent lamps and ballasts within light fixtures to be removed shall be assumed to contain mercury and PCB's respectively. These items need to be disposed of by a mercury and PCB Disposal Contractor, who shall be a subcontractor to Electrical Contractor. This Disposal Contractor shall have all local, state, and federal authorization for handling, transporting, and processing these materials. Disposal Contractor shall have pollution insurance and shall generate a Certificate of Disposal. Ballasts and all contaminated materials shall be incinerated. Lamps shall be recycled. B. Acceptable Disposal Contractors Subject to compliance with requirements, provide services from one of the following: a. A-tec Recycling, Inc. b. ALTA Resource Management Services, Inc. C. Full Circle Ballast Recyclers d. Midwest Lamp Recycling, Inc. 3.06 WORK BY OTHERS A. Unless specifically noted under other contracts, Electrical Contractor shall assume all required work shall be performed by him. In general, the following will be performed by others: General Contractor will remove any bases, floor fill, wall work and footings; neatly patch, match, complete and finish all affected surfaces. 2. Mechanical Contractor will disconnect all mechanical services and remove pipe back to behind finish surfaces, close and cap ends of pipe. COMMON WORK RESULTS FOR ELECTRICAL Bidding Documents 260500-2 06/16/17 Robert A. Lee Rec Center Remodel Iowa City, IA 3.07 OWNER'S RIGHT OF SALVAGE Design Engineers 17019 A. Owner may designate and have salvage rights to any material herein demolished by the Contractor. END OF SECTION 26 0500 Bidding Documents COMMON WORK RESULTS FOR ELECTRICAL 06/16/17 260500-3 N 4�,1 �U O V) �+ J N O No r-7 �� m rn � CA Bidding Documents COMMON WORK RESULTS FOR ELECTRICAL 06/16/17 260500-3 Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA COMMON WORK RESULTS FOR ELECTRICAL Bidding Documents 260500-4 06/16/17 to LU U 'j N N COMMON WORK RESULTS FOR ELECTRICAL Bidding Documents 260500-4 06/16/17 Robert A. Lee Rec Center Remodel Iowa City, IA Design Engineers 17019 SECTION 26 0519 - LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART 1 - GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 26 0010 - Electrical General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Contractor shall furnish all material, tools, labor and supervision necessary to install all wiring systems. ' B. This section describes the basic materials and methods of installation for general wiring systems of 600 volts and less. Wiring for a higher voltage rating, if required, shall be as specifiecbin other, sections or called for on the drawings. 1.03 QUALITY ASSURANCE A. NEC Compliance: Comply with NEC as applicable to construction and installation oCtectrical wire, cable and connectors. o =+ B. UL Compliance: Comply with UL standards pertaining to wire, cable and connedfORH C -) -<-r C. UL Labels: Provide electrical wires, cables and connectors which have beeoph lis ed alb labeled. 'r -n _. �X arc D. NEMA/ICEA Compliance: Comply with applicable portions of NEMA/Insulated Cable EPrt�gineers Association standards pertaining to materials, construction and testing of wire and cable. E. ANSI/ASTM: Comply with applicable portions of ANSI/ASTM standards pertaining to construction of wire and cable. F. The materials used for wiring systems shall be the products of a manufacturer regularly engaged in the manufacturing of the specified material. PART 2 -PRODUCTS 2.01 WIRE AND CABLE A. All wire and cable for power, lighting, control and signal circuits shall have copper conductors of not less than 98% conductivity and shall be insulated to 600 V. Conductor sizes #10 AWG and smaller shall be solid, conductor sizes #8 AWG and larger shall be stranded. B. Minimum size conductors shall be #12 AWG for power and lighting. C. Type of wire and cable for various applications shall be as follows: Type THWN, or XHHW (75 deg. C) - use for branch circuits, panel and equipment feeders in wet and dry locations. 2. Type THHN, or XHHW (90 deg. C) - use for branch circuits, panel and equipment feeders in dry locations only. Use where lighting branch circuit conductors are routed through fluorescent fixture channels. Bidding Documents LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 06/16/17 260519-1 Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA D. For all vibration type installations (i.e. motors, etc), provide stranded type conductors. 2.02 CONDUCTOR COLOR CODING A. Wiring systems shall be color coded. Conductor insulation shall be colored in sizes up through #8 AWG, conductors #6 AWG and larger shall have black insulation and shall be phase color coded with one-half inch band of colored tape at all junctions and terminations. Colors shall be assigned to each conductor as described below and carried throughout all main and branch circuit distribution. When necessary to use tape, use colored tape on black wire. Do not use colored tape on colored wire. N to 120/208V.Y P&selwanductor Black ase�Conductor Red LL Rasq-;g�ponductor Blue ^ O Mutral "Monductor White Grounding Conductor Green 2.03 CONNECTORS A. In-line splices and taps for conductor sizes #8 AWG and smaller, use 3M Co. "Scotchlock" vinyl insulated spring connectors, or equal Ideal "wingnut' or Thomas & Betts. Wago wire nuts are also acceptable. B. Connectors for conductors No. 6 and larger shall be of compression or split -bolt types, National Electric, Thomas & Betts, Blackburn or Burndy mechanical connectors. Fill connector voids with electrical insulation putty, follow with 3-M Scotch tape #33, minimum 2 layers. PART 3 - EXECUTION 3.01 PREPARATION A. Wire shall not be installed in the conduit system until the building is enclosed and masonry work is completed. B. Conduit shall be swabbed free of moisture and debris prior to pulling in wiring. Pull mouse through conduits prior to pulling conductors. 3.02 INSTALLATION A. All cable for major feeders shall be continuous from origin to termination, unless otherwise indicated. B. Splices in branch circuit wires shall be made only in accessible junction boxes. C. All power feeder cable shall be pulled with the use of approved pulling compound or powder. Compound must not deteriorate conductor or insulation. D. Use pulling means, including fish tape, cable or rope which cannot damage raceway. LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES Bidding Documents 260519-2 06/16/17 Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 E. Install exposed cable, parallel and perpendicular to surfaces or exposed structural members and follow surface contours, where possible. F. Keep conductor splices to a minimum. G. The continuity of circuit conductors shall not be dependant on service connections such as lamp holders, receptacles, etc., where the removal of such devices would interrupt the continuity. H. Provide separate green ground conductor throughout entire electrical system. I. All branch circuits shall have dedicated neutrals. 3.03 FIELD QUALITY CONTROL A. Prior to energizing system, test cable and wire for continuity of circuitry, and also for shot circy� Correct malfunctions when detected. +11 B. Subsequent to wire and cable hook-ups, energize circuitry and demonstraf6 functioning,'in accordance with requirements. END OF SECTION 26 0519 =co c 7 � x �_< o M �m 70 3 CD X N 0 Bidding Documents LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 06/16/17 260519-3 Design Engineers 17019 V J LL t`vv N Y� a W- D= CIJCD Robert A. Lee Rec Center Remodel Iowa City, IA LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES Bidding Documents 260519-4 06/16/17 Robert A. Lee Rec Center Remodel Iowa City, IA Design Engineers 17019 SECTION 26 0526 - GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART1- GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 26 0010 - Electrical General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Extent of grounding work is indicated by drawings and shall comply with NEC. B. Applications of grounding work in this section include the following: " )� 1. Enclosures. 2. Equipment. 1 C. Requirements of this section apply to electrical grounding work specified elsewhere in these specifications. 1.03 QUALITY ASSURANCE o J A. NEC Compliance: Comply with NEC requirements as applicable to material$ i 4 in"llaticTQ electrical grounding systems, associated equipment and wiring. Provide dlJ%-=ingcprodw9tr which are UL -listed and labeled. n -G " 1" o B. UL Compliance: Comply with applicable requirements of UL Standards Niis;67�2nd tV pertaining to electrical grounding and bonding. 70 N v C. IEEE Compliance: Comply with applicable requirements of IEEE Standafd 142 pd 241 pertaining to electrical grounding. PART 2 - PRODUCTS 2.01 GROUNDING SYSTEMS A. Materials and Components General: Except as otherwise indicated, provide electrical grounding systems indicated; with assembly of materials, including, but not limited to, cables/wires, connectors, terminals (solderless lugs), grounding rods/electrodes and plate electrodes, bonding jumper braid, surge arresters, and additional accessories needed for complete installation. Where more than one type unit meets indicated requirements, selection is Installer's option. Where materials or components are not indicated, provide products complying with NEC, UL, IEEE, and established industry standards for applications indicated. 2. Raceways: Provide raceways, and electrical boxes and fittings complying with Division 26, Section 26 0533 — Raceway and Boxes for Electrical Systems. 3. Conductors: Unless otherwise indicated, provide electrical grounding conductors for grounding connections matching power supply wiring materials and sized according to NEC. Bidding Documents GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 06/16/17 260526-1 Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA 4. Bonding Plates, Connectors, Terminals and Clamps: Provide electrical bonding plates, connectors, terminals, lugs and clamps as recommended by bonding plate, connector, terminal and clamp manufacturers for indicated applications. PART 3 - EXECUTION 3.01 INSTALLATION OF ELECTRICAL GROUNDING A. General: Install electrical grounding systems where shown, in accordance with applicable porA9ns of NEC, with NECA's "Standard of Installation", and in accordance with recognized industry practices to ensure that products comply with requirements and serve intended Q fur yon L — x cl-�o BW Cfbrdi with other electrical work as necessary to interface installation of electrical grounding syQfeother work. •�� N V IL„ I all damp -on connectors only on thoroughly cleaned metal contact surfaces, to ensure Provide and circuit integrity. D. Provide separate green ground conductor throughout entire electrical system sized as required by the NEC. END OF SECTION 26 0526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Bidding Documents 260526-2 06/16/17 Robert A. Lee Rec Center Remodel Iowa City, IA Design Engineers 17019 SECTION 26 0529 - HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART1- GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 26 0010 - Electrical General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Provide materials, labor and supervision as necessary to provide hangers and subports for conduit, fixtures and equipment. 1.03 QUALITY ASSURANCE A. NEC Compliance: Comply with NEC as applicable to construction and installation of .electrical supporting devices.6, B. ANSI/NEMA Compliance: Comply with applicable requirements of ANSI/NEMA Std. EM No. FB 1, "Fittings and Supports for Conduit and Cable Assemblies". o � ...r C. NECA Compliance: Comply with National Electrical Contractors Associati3 ndart-ef Installation" pertaining to anchors, fasteners, hangers, supports, and equipmerf��nt". -- o D. UL Compliance: Provide electrical components which are UL -listed and labeled PART 2. PRODUCTS ` o 2.01 MANUFACTURED SUPPORTING DEVICES A. General: Provide supporting devices; complying with manufacturer's standard materials, design and construction in accordance with published product information, and as required for a complete installation; and as herein specified. Where more than one type of device meets indicated requirements, selection is Installer's option. B. Conduit Cable Supports: Provide cable supports with insulating wedging plug for non -armored type electrical cables in risers; construct for rigid metal conduit; type wire as indicated; construct body of malleable iron casting with hot dip galvanized finish. C. U -Channel Strut Systems: Provide U -channel strut system for supporting electrical equipment, 16-guage hot dip galvanized steel, of types and sizes indicated; construct with 9/16" dia. holes, 8" o.c. on top surface, with standard green finish, and with the following fittings which mate and match with U -channel: 1. Fixture hangers. 2. Channel hangers. 3. End caps. 4. Beam clamps. 5. Wiring stud. 6. Thinwall conduit clamps. 7. Rigid conduit clamps. 8. Conduit hangers. 9. U -bolts. Bidding Documents HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 06/165/17 260529-1 Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA D. Manufacturer: Subject to compliance with requirements, provide channel systems of one of the following: 1. B -Line Systems, Inc. 2. Thomas & Betts, Superstrut 3. Unistrut Div., Tyco International 4. Globestrut PART 3 - EXECUTION 3.01 INSTALLATION OF SUPPORTING DEVICES N A. InYF611 haggers, anchors, sleeves and seals as indicated, in accordance with manufacturer's Q wili enygs$Uctions and with recognized industry practices to insure supporting devices comply W w� �e} reeinents. J>: BJ C®rdi6etrwith other electrical work, including raceway and wiring work, as necessary to irat:6-3tallation of supporting devices with other work. (� C C- CEp1duNingers and support devices shall be approved type for the method of supporting r ired.—All hangers and supports shall have galvanized finish or other approved corrosion rMstance finish. In general, hangers and supports shall be as follows: 1. Where single or multiple run of conduit is routed on surface of structure, use conduit clamps mounted on Uchannel strut so as to maintain not less than 1" clearance between conduit and structure. 2. Where single run of conduit is suspended from overhead; use split ring conduit clamp suspended by 3/6" steel drop rod. 3. Where multiple parallel runs of conduit are suspended from overhead, use split ring conduit clamps uniformly spaced and supported on trapeze hangers fabricated of U -channel strut, suspended by not less than two steel drop rods. 4. Maximum hanger and support spacing shall be in accordance with NEC. D. Hangers and supports shall be anchored to structure as follows: Hangers and supports anchored to poured concrete, use malleable iron or steel concrete inserts attached to concrete forms. 2. Hangers or supports anchored to precast concrete, use self -drilling expansion shields. Expansion shields may be used where concrete inserts have been missed or additional support is required in poured concrete. 3. Hanger or supports anchored to structural steel, use beam clamps and/or steel channels as required by structural system. 4. Hangers or supports anchored to metal deck, use spring clips or approved welding pins. Maximum permissible load on each hanger shall not exceed 50 pounds. 5. Use toggle bolts or hollow wall fasteners in hollow masonry, plaster, or gypsum board partitions and walls. 6. Use sheet metal screws in sheet metal studs and wood screws in wood construction. HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS Bidding Documents 260529-2 06/16/17 Robert A. Lee Rec Center Remodel Iowa City, IA E. The following is not permitted: Design Engineers 17019 Attaching supports and hangers to piping, ductwork, mechanical equipment, or conduit. Use of powder -actuated anchors. Drilling of structural steel members. F. Fixtures on plastered or acoustical ceilings shall not be supported directly on ceiling tile. Provide metal bar hangers or U -channel strut attached to ceiling supports. END OF SECTION 26 0529 B; Ztdn Z� `=Fl 0 Bidding Documents HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 06/165/17 260529-3 a.� Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS Bidding Documents 260529-4 06/16/17 o%j tri �F 9`. CD t, R .. a _ d U.Jom J N C>►- r- O F o N HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS Bidding Documents 260529-4 06/16/17 Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 SECTION 26 0533 - RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS PART1- GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 26 0010 - Electrical General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Contractor shall furnish all materials, tools labor and supervision necessary to fabricate and install complete conduit systems. B. Conduit systems shall be provided for all wiring, except where the drawings or other sections of the specifications indicate that certain wiring may be installed in surface raceway. C. Types of raceways in this section include the following: 1. Electrical metallic tubing. 2. Flexible metal conduit. 3. Surface metal raceways. 4. Overhead metal raceways. D. Provide factory painted red conduit for fire alarm system. •v E. Contractor shall furnish all material, tools, labor and supervision necessary Vn491lt39QtricAb. J boxes and fittings as required by drawings and specifications. C_X0 F. Types of electrical boxes and fittings in this section include the following: _� r� 1 1. Outlet boxes.��*r" -6= 2. Junction boxes. 3. Pull boxes. cn G. Telecommunications Raceway Requirements: 1. The term "telecommunications" includes all low voltage technology systems including voice and data, access control, video surveillance, intrusion detection, audio video, paging, intercom, nurse call, school bells and/or clock systems. The term does not include fire alarm system, which is addressed separately in the plans and specifications. 2. Contractor shall provide and install telecommunications boxes and conduits, including wall sleeves unless otherwise noted. 3. Below grade conduits for low voltage system cabling are not acceptable unless specifically directed. 4. Interior building, above grade conduits and sleeves shall be EMT unless otherwise noted. PVC is never acceptable above grade. 5. All interior conduits shall have bushings installed during conduit installation. Completed individual installations shall have bushings installed same business day. 6. All interior conduits shall have pull strings, except sleeves which are less than 4' long. EMT conduits shall receive standard round cable pull string (multi -strand plastic twine type). 7. Minimum interior conduit size for all information jacks (voice data cabling) shall be 1" unless otherwise noted. Junction (pull) boxes shall be added at a maximum of 100' of raceway distance, and also for a maximum of 160 degrees of bend radius. Bidding Documents RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 06/16/17 260533-1 Design Engineers 17019 Robert A. Lee Rec Center Remodel Iowa City, IA 8. Minimum interior conduit size for audiovisual shall be 1" unless otherwise noted. Junction (pull) boxes shall be added at a maximum of 100' of raceway distance, and also for a maximum of 180 degrees of bend radius. 9. Access control system conduit sizes at the door location shall be per the access control detail found on the drawings. The conduit from the door location to the access control head end which contains all conductors needed for all access control functions at that door (may be individual conductors but is often one large composite cable) shall be minimum 3/4". 10. Boxes for all low voltage systems in stud walls shall be metallic 4"x4"x2.125" with 0.5" mud ring unless otherwise noted. 11. Boxes in stud walls for information jacks shall receive single gang mud rings unless otherwise noted. 12. Boxes in masonry walls shall be minimum 2.5" deep for all low voltage systems. 13. Boxes in masonry walls for information jacks shall be single gang unless otherwise noted. 14. Wiremold surface raceway for all low voltage systems shall be minimum V2400 unless noted otherwise. 15. Wiremold surface boxes for all low voltage shall be minimum 2.5" deep unless otherwise noted. 16. Wiremold surface boxes for information jacks shall be single gang unless otherwise noted. 17. Conduits inside walls which feed the low voltage side of dual compartment Wiremold shall be minimum 1.25" 18. Contractor shall provide and install hand holes for cable pulling in buried raceway at a maximum interval of 500'. 1.03 0UALITY.IRSSURANCE N LRM 0 XNE$-ompliance: Comply with applicable requirements of NEMA standards pertaining to W Orace s. CD vvvt- dM lidance and Labeling: Comply with provisions of UL safety standards pertaining to Y— raceway systems, and provide products and components which have been UL -listed cd C. WEC Compliance: Comply with requirements as applicable to construction and installation of raceway systems. D. The materials used in the fabrication of the raceway system shall be products of a manufacturer regularly engaged in the manufacturing of the specified material. E. NEC compliance: Comply with NEC as applicable to construction and installation of electrical wiring boxes and fittings. F. UL Compliance: Provide electrical boxes and fittings which have been UL -listed and labeled. G. ANSI/NEMA Standards Compliance: Comply with ANSI C 134.1 (NEMA Standards Pub No. OS 1) as applicable to sheet -steel outlet boxes, covers and box supports. PART 2 - PRODUCTS 2.01 CONDUIT A. General: Provide metal conduit, tubing and fittings of types, grades, sizes and weights (wall thicknesses) for each service indicated. Where types and grades are not indicated, provide proper selection determined by Installer to fulfill wiring requirements, and comply with applicable portions of NEC for raceways. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Bidding Documents 260533-2 06/16/17 Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 B. Electrical Metallic Tubing: Thin wall, electrically welded cold rolled steel conduit, galvanized inside and out by electro galvanized process. Baked clear elastic enamel coating in and out. Use for installations in stud walls, masonry walls, above suspended ceilings and where exposed. Size limited to 2 1/2" and smaller. C. Flexible Metal Conduit: Formed of one continuous length of spirally wound electro galvanized steel strip. Use for final connections to all motor operated equipment such as unit heaters, fans, air handling units, pumps, generators, generator enclosures and connections to dry type transformer, connections from junction boxes to lighting fixtures in accessible ceiling, and for wiring within casework and millwork. D. MC cable will not be allowed. 2.02 CONDUIT FITTINGS A. Metallic Tubing Fittings: Compression type galvanized malleable iron or steel, water and concrete fight where exposed to wet locations or imbedded in concrete. Steel set screw type acceptable in all dry location applications. B. Flexible Metal Conduit Fittings: Squeeze or screw type galvanized malleable iron or steel with nylon insulated throats. C. Condulet Fittings: Exposed conduit fittings shall be condulet type for all sharp tum8, tees`.5tc. ' - c� ,�, D. Observe National Electrical Code requirements for insulated bushings on 1-1(� larged I conduits. Double locknuts and fibre bushings with threads fully engaged are re �4 inf= and larger EMT connectors, if used, must also accommodate insulated bushi6g�vi reajII fully engaged. T & B "Insuline" or Appleton insulated throat connectors are act�.Vwlei lieu separate bushings. 2.03 WIREWAYS CZ) A. General: Provide electrical raceways of types, grades, sizes and weights (wall thicknesses), number of channels, for each type service indicated. Provide complete assembly of raceway including, but not necessarily limited to, couplings, offsets, elbows, expansion joints, adapters, hold down straps, end caps, and other components and accessories as needed for complete system. Where types and grades are not indicated, provide proper selection as determined by Installer to fulfill wiring requirements, and comply with applicable provisions of NEC for electrical raceways. 2.04 WALL OUTLET BOXES A. General: Boxes shall be Raco, Steel City, Appleton or equal, catalog numbers based on Raco, unless otherwise indicated. In general, the type of boxes shall be as follows: 1. In Stud Walls: For single outlet use 4" square by 1-1/2" deep box #192. Boxes to be provided with raised covers of depth as required for thickness of wall materials. 2. In Masonry and Poured Concrete Walls: Use 3-3/4" high by 2-1/2" and/or 3-1/2" deep masonry boxes #691 through #699 and/or #960 through #969. 3. Surface Mounted Wall Outlets: Use 4" square by 1-1/2" deep box #192 with raised cover. Bidding Documents RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 06/16/17 260533-3 Design Engineers 17019 Robert A. Lee Rec Center Remodel Iowa City, IA 2.05 PULL AND JUNCTION BOXES A. Construction, sizes and installation of pull and junction boxes shall comply with NEC, Article 370. B. Pull and junction boxes not specifically described in NEC, Article 370, shall be fabricated of heavy gauge galvanized steel with screw or hinged covers, and equipped with corrosion resistant screws and hardware. C. Pull and junction boxes for installation in poured concrete floors shall be flush type, cast iron, with watertight gasketed covers. Boxes for installation in floors with tile or carpet floor covering shall have recessed covers to accommodate the floor covering. D. Pull and junction boxes for outdoor installation shall be raintight. PART 3 - EXECUTION 3.01 INSTALLATION OF RACEWAY A. In general, all horizontal runs of branch circuit conduit shall be installed in ceiling plenum. Wduit for convenience outlets, wall mounted fixtures and other wall outlets shall be routed overhead nd dropped through wall to the outlet. Branch circuit conduit shall not be installed in Q rWcr for slabs except where conditions will not permit the conduit to be installed overhead.. _ cco ftJ gene l all conduit shall be concealed, except in crawl spaces, tunnels, shafts, mechanical 6uip�at rooms, and at connection to surface panels and free standing equipment, and as otYierg�ise,�noted. Z I— Q 4. £Rxpoonduit and conduit concealed in ceiling space shall be routed in lines parallel to vildingSnstruction. N D. All conduit runs above suspended acoustical ceilings shall be routed so as not to interfere with tile panel removals with 4'0" to 60" flexible conduit drops from an independent junction box, accessible from below the ceiling, to ceiling mounted equipment. E. Minimum size conduit shall be 1/2" trade size except all home runs to panels shall be minimum 3/4". Where specified size is not called for on drawings or in the specifications, conduit shall be sized per NEC. F. Install the conduit system mechanically and electrically continuous from outlet to outlet and to all cabinets, junction or pull boxes. Conduit shall enter and be secured to all cabinets and boxes in such a manner that all parts of the system will have electrical continuity. G. PVC conduit shall not be installed above grade unless noted otherwise. H. Support conduit raceway systems in accordance with requirements as set forth in the National Electric Code. 3.02 INSTALLATION OF BOXES AND FITTINGS A. Install electrical boxes and fittings where indicated, complying with manufacturer's written instructions, applicable requirements of NEC and NECA's "Standard of Installation", and in compliance with recognized industry practices to ensure that products fulfill requirements. B. Coordinate installation of electrical boxes and fittings with wire/cable and raceway installation work. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Bidding Documents 260533-4 06/16/17 Robert A. Lee Rec Center Remodel Iowa City, IA Design Engineers 17019 3.03 OUTLET BOX INSTALLATION A. Outlet boxes shall be installed for all fixtures, switches, receptacles and other devices. B. Approximate locations of outlets are shown on the plans, but each outlet location as shown shall be checked by Contractor before installing the outlet box. C. Wall boxes installed flush in common wall shall not be back-to-back or through -wall type. Boxes located on opposite sides of a common wall that are closely connected by conduit shall have the conduit openings plugged with duct seal. D. Install boxes and conduit bodies in those locations to ensure ready accessibility of electrical wiring. E. Outlet boxes shall be installed plumb and square with wall face and with front of box or cover located within 1/8" of face of finish wall. Boxes in masonry shall be set with bottom of the box tight to the masonry unit. 3.04 PULL AND JUNCTION BOX INSTALLATION v: A. Install pull boxes, junction boxes and auxiliary wiring gutters where indicated on draMh s and where required to facilitate installation of the wiring. B. For concealed conduit, install boxes flush with ceiling or wall, with covers acc'e A easadl removable. Where flush boxes are installed in finish ceilings or walls, provide.C�4* wS42" exceed the box face dimensions by a sufficient amount to allow no gap between bbx'and'finish� material. -- C. Boxes shall not be located in finished, occupied rooms, without prior appjoval of Design, Professional. ''` END OF SECTION 26 0533 Bidding Documents RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 06/16/17 260533-5 Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA N Q N Xr _ G W a �r J o 4L3i-- U�'► C'I$ O_ RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Bidding Documents 260533-6 06116117 Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 SECTION 26 0553 - IDENTIFICATION FOR ELECTRICAL SYSTEMS PART1- GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 26 0010 - Electrical General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Contractor shall provide identification for wiring systems and equipment as called for in this section. B. Types of electrical identification specified in this section include the following: 1. Conduit color banding. 2. Cable conductor identification. 3. Operational instructions and warnings. 4. Danger signs. 5. Equipment/system identification signs. 1.03 QUALITY ASSURANCE -IJ A. UL Compliance: Comply with applicable portions of UL safety standards pertato:'ectrjc�_ marking and labeling identification systems. B. NEC Compliance: Comply with NEC as applicable to installation of identifying labeba6(VInark for wiring and equipment. 51 PART 2- PRODUCTS , c.n 2.01 ELECTRICAL IDENTIFICATION MATERIALS A. General: Except as otherwise indicated, provide manufacturer's standard products of categories and types required for each application. Where more than single type is specified for an application, selection is Installer's option, but provide single selection for each application. B. Color -Coded Conduit Markers General: Provide manufacturer's standard pre-printed, flexible or semi-rigid, permanent, plastic -sheet conduit markers, extending 360 degrees around conduits, designed for attachment to conduit by adhesive, adhesive lap joint of marker, matching adhesive plastic tape at each end of marker, or pretensioned snap -on. Except as otherwise indicated, provide lettering which indicates voltage, [panel and circuit] of conductor(s) in conduit. Colors: a. 120/208 volt: b. Fire alarm- * Factory painted conduit required Bidding Documents 06/16/17 gray/silver red* IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553-1 Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA 3. For conduits above ceilings, spray painting of boxes and portions of conduit is acceptable in lieu of banding. For exposed conduits in finished spaces, refer to architectural for paint to match room finish. 4. For branch circuits, mark circuit numbers on all junction/pull boxes. C. Cable/Conductor Identification Bands General: Provide manufacturer's standard vinyl -cloth self-adhesive cable/conductor markers of wrap-around type; either pre -numbered plastic coated type, or write -on type with clear plastic self-adhesive cover flap; numbered to show circuit identification. D. Self -Adhesive Tape for Receptacle Circuit Identification General: Provide self-adhesive or pressure -sensitive, pre-printed, flexible vinyl tape for panel name and circuit number. PART 3 - EXECUTION 3.01 APPLICATION AND INSTALLATION A. WeneraLlpstallation Requirements fV 1C� 'ordination: Where identification is to be applied to surfaces which require finish, install �] a !JI%ntification after completion of painting. o c3~ -@JS` And0itfAntification .... - = �-- Q - .'LL-nduit above accessible ceiling spaces shall be identified per 2.01 B. +' Where electrical conduit is exposed in spaces with exposed mechanical piping which is identified by a color -coded method, apply color -coded identification on electrical conduit in a manner similar to piping identification. 3. Identify junction and pullboxes of systems with stencil lettering for panel and circuit numbers or system type.. C. Cable/Conductor Identification 1. General: Apply cable/conductor identification on each cable and conductor in each box/enclosure/cabinet where wires of more than one circuit or communication/signal system are present, except where another form of identification (such as color -coded conductors) is provided. Match identification with marking system used in panelboards, shop drawings, contract documents and similar previously established identification for project electrical work. END OF SECTION 26 0553 IDENTIFICATION FOR ELECTRICAL SYSTEMS Bidding Documents 260553-2 06/16/17 Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 SECTION 26 2726 -WIRING DEVICES PART1- GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 26 0010 - Electrical General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Provide materials, equipment, labor and supervision necessary to install wiring devices as required by the drawings and this section. 1.03 QUALITY ASSURANCE A. NEC Compliance: Comply with NEC as applicable to construction and installation of electrical wiring devices. B. UL Compliance and Labeling: Provide electrical wiring devices which have been UL -listed and labeled. w C. NEMA Compliance: Comply with NEMA standards for general- and specific wrpoL& winnjU_ devices. ''��?? ! 7 j 1.04 SUBMITTALS,,.=,��y A. Submit manufacturer's name and product data literature for each type of wiring dav& r#red.. ;Jf,�_ PART 2- PRODUCTS ' c_n �J. 2.01 SWITCHES AND RECEPTACLES A. All switches and receptacles shall be "specification grade", side and back wired, except where higher grade is called for on the plans. Acceptable manufacturers are as follows, with catalog numbers based on Hubbell, Inc.: 1. Hubbell, Inc. 2. Pass & Seymour 3. Leviton B. Color of switches, receptacles and coverplates shall be determined at the time of shop drawing review. C. Wall switches shall be as follows: 1. Single pole toggle light switch - 20 amp, 120-277 volt, #1221 series. 2. Three-way toggle light switch - 20 amp, 120-277 volt #1223 series. D. Receptacles shall be as follows: Duplex receptacles - 2 pole, 3 wire grounding type, back and side wired, 20 amp, 125 volt, NEMA 5-20R (unless noted otherwise on drawings). Face material shall be thermoplastic. Acceptable manufacturer's catalog numbers: Hubbell 8300. Bidding Documents WIRING DEVICES 06/16/17 262726-1 Design Engineers 17019 Robert A. Lee Rec Center Remodel Iowa City, IA 2. Receptacles for power and special purpose outlets shall have characteristics and NEMA configurations as per electrical symbols listed on drawings. 3. Ground fault interrupting receptacles (GFI) shall be duplex with test and reset buttons, equal to Hubbell GF83001. 4. Surge suppression outlets shall be equal to Hubbell 8300HIS. 5. Isolated ground outlets shall be equal to Hubbell IG8300. 6. Combination isolated ground and surge suppression outlets shall be equal to Hubbell IG8300HIS. 2.02 WIRING DEVICE ACCESSORIES A Cover Plates. 1. Stainless steel, smooth metal, Type 302. Provide plates for all switches, receptacles, TV outlets, other outlets and blank plates for used outlets. Q N �o W rjPotes for surface outlets shall be of the raised cover type utilizing 4" square boxes. 2.0 OO�JPY SENSORS E. 4ndE�rof Performance: o 1—= Sensors shall be capable of detecting presence in 90 percent of the floor area to be controlled by means of passive infrared and/or ultrasonic detection. Detectors shall be temperature controlled and sensors shall be dual element type. Sensors shall meet California Energy Commission Title 24 requirements and all applicable Federal and State safety regulations. 2. Detection shall be maintained when a person of average size and weight moves only once every ten minutes, within or a maximum distance of 8 inches either in horizontal or vertical manner, at the approximate speed of 12 inches per second. The sum of this distance, volume and speed represent the average condition a sensor must meet in order that the lights will not go off when a person is reading or writing while seated at a desk. 3. Each infrared and ultrasonic occupancy sensor shall be equipped with at least one LED walk test indicator, which is visible from any area in the room. B. Product Description: Wall switch sensors shall be capable of detection of motion at desk top level up to 300 square feet, and gross motion up to 1000 square feet, and accommodate loads from 0 to 800 watts at 120 volts; 0 to 1200 watts at 277 volts and shall have 1800 coverage capability. 2. Bi -level wall switch sensors shall accommodate up to two loads from 8 to 800 watts at 120 volts; 0 to 1200 watts at 277 volts, for each load. 3. Passive Infrared sensors shall have a multiple segmented Lodif Fresnel lens, in a multiple -tier configuration, with grooves -in to eliminate dust and residue build-up. WIRING DEVICES Bidding Documents 262726-2 06/16/17 Robert A. Lee Rec Center Remodel Iowa City, IA Design Engineers 17019 4. Where specified, Passive Infrared and Dual Technology sensors shall offer daylighting footcandle adjustment control and be able to accommodate dual level lighting. 5. All sensors shall be capable of operating normally with any electronic ballast, PL lamps systems and rated motor loads. 6. All sensors shall have readily accessible, user adjustable controls for time delay and sensitivity. Controls shall be recessed to limit tampering. Coverage of sensors shall remain constant after sensitivity control has been set. No automatic reduction shall occur in coverage due to the cycling of air conditioner or heating fans. 7. In the event of failure, a bypass manual "override on" shall be provided on each sensor. When bypass is utilized, lighting shall remain on constantly or control shall divert to a wall switch until sensor is replaced. This control shall be recessed to prevent tampering. 8. Ultrasonic operating frequency shall be crystal controlled to within plus or minus 0.005% tolerance to assure reliable performance and eliminate sensor cross -talk; Sensors using multiple frequencies are not acceptable. 9. All sensors shall provide a method of indication to verify that motion is being detected during testing and that the unit is working. 10. Where specified, sensor shall have an internal additional isolated relay with Normally Open, Normally Closed and Common outputs for use with HVAC control, Data LoggiRg-'I and other control options. Sensors utilizing separate components to achieve thigncti r are not acceptable. o 11. All sensors shall have no leakage current to load, in manual or in A e, isfi�? safety purposes and shall have voltage drop protection. `tc 12. Sensors shall be ceiling -mounted and/or wall mounted. Each sensor 5+tis hall j accompanied by its own hardware, brackets, special boxes or covers ne45 to,mpl a normal sensor installation. 13. All devices to be supplied shall have a minimum five-year factory warranty. TW remote relay, a five-year warranty with a 100,000 cycle test operation guarantee under full load. Each device shall have a label with the date of expiration clearly stamped on it. C. Acceptable Manufacturers: 1. Hubbell Building Automation 2. The Watt Stopper 3. Cooper Greengate PART 3 - EXECUTION 3.01 INSTALLATION OF WIRING DEVICES A. Install wiring devices as indicated on the drawings and as called for below. B. In masonry walls, switches and receptacle heights shall be adjusted as required so outlets are at nearest mortar joint to specified height. C. Where light switches are located adjacent to doors, they shall be installed on "knob" side of door, unless indicated otherwise. Bidding Documents WIRING DEVICES 06/16/17 262726-3 Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA D. Switched duplex receptacles shall be wired so that only the top receptacle is switched; the remaining receptacle shall be unswitched. I- F F C)., Uj All GFI type receptacles shall be installed where GFI notation is shown on plans. No downstream protection of receptacles will be allowed from load side of other GFI type receptacles. Prior to roughing -in outlet boxes, Contractor shall verify from general construction drawings, door swings, type of wall finishes and locations for counters and work benches. 4s Cat— C-3, i— O END OF SECTION 26 2726 WIRING DEVICES Bidding Documents 262726-4 06/16/17 Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 SECTION 26 2815 - MOTOR AND SERVICE DISCONNECTS PART 1 -GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 26 0010 - Electrical General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. In general, disconnect switches are indicated on the drawings, and it shall be the Electrical Contractor's responsibility to furnish and install all disconnect switches for equipment and motors furnished by him, and for equipment and motors furnished by others. 1.03 QUALITY ASSURANCE A. NEC Compliance: Comply with NEC as applicable to construction and installation of electrical motor and circuit disconnect switches. B. UL Compliance and Labeling: Provide motor and circuit disconnect switches which have been UL -listed and labeled. - 0 C. NEMA Compliance: Comply with applicable requirements of NEMA Stds. Pub.. IVo:IKS:t LU 1.04 SUBMITTALS ) V2 A. Product Data: Submit manufacturer's data including specifications, installation-St5u8tlons and— general recommendations, for each type of motor and circuit disconnect switch resit' = 1 1 i _IZ9 N r PART2-PRODUCTS -moo �r- 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with requirements, 1. Bussman 2. General Electric 3. ITE 4. Square D Co. 5. Cutler Hammer M m fV provide products of one of the following manufag*rers: 0 2.02 DISCONNECTS A. All disconnects shall be heavy duty type unless noted otherwise. B. Disconnects for fractional horsepower motors larger than 1/2 horsepower, for integral horsepower motors, and for equipment of similar capacity shall break all ungrounded conductors and shall be quick -make, quick -break with interlocking covers. C. Disconnects installed indoors shall have NEMA 1 enclosures, disconnects installed outdoors or in wet locations shall have raintight NEMA 3R enclosures. All disconnects shall be of the fuse type, except where drawings indicate non -fuse type (N.F.). Bidding Documents MOTOR AND SERVICE DISCONNECTS 06/16/17 262815-1 Design Engineers 17019 PART 3- EXECUTION Robert A. Lee Rec Center Remodel Iowa City, IA 3.01 INSTALLATION OF MOTOR AND CIRCUIT DISCONNECT SWITCHES A. Install motor and circuit disconnect switches where indicated, complying with manufacturer's written instructions, applicable requirements of NEC, NEMA, and NECA's "Standard of Installation", and in accordance with recognized industry practices to ensure that products fulfill requirements. B. Install disconnect switches used with motor -driven appliances, and motors and controllers within sight of controller position unless otherwise indicated. END OF SECTION 26 2815 N lid � fV Y� W LLJr b V �' N j -U VC) O e N MOTOR AND SERVICE DISCONNECTS Bidding Documents 262815-2 06/16/17 Robert A. Lee Rec Center Remodel Iowa City, IA SECTION 26 5000 - LIGHTING PART1- GENERAL 1.01 RELATED WORK Design Engineers 17019 A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 26 0010 - Electrical General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Provide lighting fixtures, accessories, labor and supervision necessary to install complete lighting system as required by the drawings and this section. B. Types of lighting fixtures in this section include the following: 1. Solid State (LED) 1.03 QUALITY ASSURANCE A. NEC Compliance: Comply with NEC as applicable to installation and construction in bui(di�g lighting fixtures. B. NEMA Compliance: Comply with applicable requirements of NEMA standard publications pertaining to lighting equipment. r C. Listings: Provide lighting fixtures which have been listed and labeled. Listing or label!rT ,g gq3AL by UL, ETL Intertek or other nationally recognized agency. — o CD 1.04 SUBMITTALS v r "n —� f7 -< N A. Product Data: Submit manufacturers data on interior building lighting fixtures. .=.In o (" " ;< r— B. Shop Drawings: Submit fixture shop drawings in booklet form with separat et�qr ea6h'+ fixture, assembled in luminaire "type" alphabetical order, with proposed fixture- acWsori fD clearly indicated on each sheet. Shop drawing booklet shall include lamp and ballast datsheets. c� PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Manufacturers shall be as listed in the light fixture schedule on the drawings B. Basis of Design Product: The design for each luminaire is based on the product named and described in the light fixture schedule on the drawings. Provide either the named product or a comparable product by one of the equivalent manufacturers listed. Equivalent manufacturers shall match the basis of design product in both form and function. The Architect and Engineer have the final acceptance of equivalent products. Where equivalent products are not determined to match the basis of design, the basis of design product shall be provided at no additional cost to the Owner. Upon request, equivalent manufacturers shall submit lighting calculations and ies files to prove performance of product and samples for table top viewing. Bidding Documents LIGHTING 06/16/17 265000-1 Design Engineers 17019 Robert A. Lee Rec Center Remodel Iowa City, IA 2.02 SOLID STATE LIGHTING / LIGHT EMITTING DIODE (LED) LUMINAIRES (Greater than 20W) A. General: 1. Luminaire manufacturer shall have a minimum of five (5) years' experience in the D. Products and Components – Performance: 1. All LED components shall be mercury -free and lead-free. 2. LEDs shall comply with ANSI/NEMA/ANSLG C78.377-2008 – Specifications for the Chromaticity of Solid State Lighting Products. Color shall remain stable throughout the life of the light source. 3. LEDs shall comply with IESNA LM -80 – Standards for Lumen Maintenance of LED Lighting Products. 4. LEDs shall have a minimum rated source life of 50,000 hours under normal operating conditions or as noted on the lighting fixture schedule. LED "rated source life" is defined as the time when a minimum of 70% of initial lumen output remains, as defined by IESNA LM -70. 5. Luminaire assembly shall include a method of dissipating heat so as to not degrade life of source, electronic equipment, or lenses. LED luminaire housing shall be designed to transfer heat from the LED board to the outside environment. Luminaire housing shall have no negative impact on life of components. Upon request, manufacturer shall provide junction temperature limitations and test reports of installed LED in fixture. 6. Method of dissipating heat shall be passive, active cooling systems are not allowed. 7. High power LED luminaires shall be thermally protected using one or more of the following thermal management techniques: metal core board, gap pad, and/or internal monitoring firmware. LIGHTING Bidding Documents 265000-2 06/16/17 manufacture and design of LED products and systems. 2. All LED sources used in the LED luminaire shall be of proven quality from established and reputable LED manufacturers. Acceptable LED lamp manufacturers unless otherwise noted are: a. Cree, Inc. b. Philips Lighting C. Nichia Corporation d. Norlux e. Opto Technology, Inc. f. Osram Optronic Semiconductors g. Samsung B. LED Warranty N 1.U) LuMinaire manufacturer provide a five (5) year written warranty. CC) fV R*WacLM@t yC-�Ft and Spares: W a- J> - 1.p 41imfollowing requirements apply to all LED fixtures. 2. N Xdl&Macturer shall provide written guarantee of the following: LL ,< Manufacturer shall be able to provide compatible replacement parts that are p designed to fit into original luminaire for ten (10) years. '– b. — Replacement LED array/module shall be within 3 MacAdam color ellipse, within 10% of lumen output, 7% of correlated color temperature (CCT) and equivalent distribution of original array/module. C. Replacement LED array/module shall utilize equal to or less than amount of wattage of original array/module. 2. LED driver and array/module shall be replaceable in field. D. Products and Components – Performance: 1. All LED components shall be mercury -free and lead-free. 2. LEDs shall comply with ANSI/NEMA/ANSLG C78.377-2008 – Specifications for the Chromaticity of Solid State Lighting Products. Color shall remain stable throughout the life of the light source. 3. LEDs shall comply with IESNA LM -80 – Standards for Lumen Maintenance of LED Lighting Products. 4. LEDs shall have a minimum rated source life of 50,000 hours under normal operating conditions or as noted on the lighting fixture schedule. LED "rated source life" is defined as the time when a minimum of 70% of initial lumen output remains, as defined by IESNA LM -70. 5. Luminaire assembly shall include a method of dissipating heat so as to not degrade life of source, electronic equipment, or lenses. LED luminaire housing shall be designed to transfer heat from the LED board to the outside environment. Luminaire housing shall have no negative impact on life of components. Upon request, manufacturer shall provide junction temperature limitations and test reports of installed LED in fixture. 6. Method of dissipating heat shall be passive, active cooling systems are not allowed. 7. High power LED luminaires shall be thermally protected using one or more of the following thermal management techniques: metal core board, gap pad, and/or internal monitoring firmware. LIGHTING Bidding Documents 265000-2 06/16/17 Robert A. Lee Rec Center Remodel Iowa City, IA Design Engineers 17019 8. LEDs shall be adequately protected from moisture or dust in interior applications. 9. For wet and damp use, LED -based luminaires itself shall be sealed, rated, and tested for appropriate environmental conditions, not accomplished by using an additional housing or enclosure. Such protection shall have no negative impact on rated life of source or components, or if so, such reductions shall be explicitly brought to the attention of the designer. 10. All hardwired connections to LED luminaires shall be reverse polarity protected and provide high voltage protection in the event connections are reversed or shorted during the installation process. 11. Manufacturer shall provide Luminaire Efficacy (ImAM, total luminous flux (lumens), luminous intensity (candelas) chromaticity coordinates, CCT and CRI. Optical performance, polar diagrams, and relevant luminance and illuminance photometric data. Provide data in IES file format in accordance with IES LM -79-2008, based on test results from an independent Nationally Recognized Testing Laboratory. Provide information upon special request. E. LED drivers shall meet the following requirements: z� 1. Drivers shall have a minimum efficiency of 85%. - N 2. Minimum/Maximum Ambient Temperature:-20'C/55°C interior locQons, m40'C/ exterior locations, ' •A UJ 3. Input Voltage: 120 to 277 (t10%) V or as scheduled. 4. Power Supplies: Class I or II output. 5. Dimming Type: 0-10V control with current source driver, current sinkil%I'ilrivA arenpj allowed. _ 6. Surge Protection for exterior fixtures: The system must survive 250 reoetitive trikes of "C Low" (C Low: 6kV/1.2 x 50 Ns, 10kA/8 x 20 Ns) waveforms at 1 -minute intervals with less than 10% degradation in clamping voltage. "C Low" waveforms are as defined in IEEE/ASNI C62.41.2-2002, Scenario 1 Location Category C. No 7. Power Factor (PF): z EE! 0.90. o 8. Total Harmonic Distortion (THD): 5 20%.C) —n 9. Comply with FCC Title 47 CFR Part 18 Non -consumer RFI/EMI Standar&.:,; z 10. Drivers shall be reduction of hazardous substances (ROHS)compliant. n-< No 11. Mean Time Between Failure (MTBF): 100,000 hours based on 90% surQ�ff �L M -n rn PART 3 - EXECUTION F7i n N 3.01 INSTALLATION OF INTERIOR LIGHTING FIXTURES Ln 0 A. Install interior lighting fixtures at locations and heights as indicated, in accordance with fixture manufacturer's written instructions, applicable requirements of the National Electric Code (NEC), NEMA standards, and with recognized industry practices to ensure that lighting fixtures fulfill requirements. B. Coordinate with other electrical work as appropriate to properly interface installation of interior lighting fixtures with other work. C. Coordinate fixture location with reflected ceiling plan. D. Recessed fixtures in removable ceilings shall be connected to the branch circuit with flexible conduit and branch circuit wire from an accessible junction box. E. All fixtures shall be grounded. All lamp sockets shall be wired so that the outer shell is connected to the neutral grounded conductor. Bidding Documents LIGHTING 06/16/17 265000-3 Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA F. Fixtures recessed in furred ceiling shall be installed so that they can be removed from below the ceiling. G. For all dimmed light fixtures, "burn in" or "season" lamps prior to dimming as recommended by the lamp manufacturer. H. Luminaires located in suspended ceilings shall be connected with a maximum 6 foot length of flexible metal conduit and building wire. Housing, trim, and lens frame shall be true, straight and parallel to each adjacent fixtures and features. J. Contractor shall include all materials and labor necessary for the final aiming and adjusting of adjustable light fixtures. Adjustment of light fixtures may be required to occur after sunset at a time designated by the Engineer. K. R j%nd fixtures or fixtures smaller than the ceiling grid shall have at least two (2) 3/4 inch (19 mm) mbTal charnels spanning, and secured to, the ceiling tees for centering and aligning the fixture. Lp TWfferessed and semi -recessed fixtures shall be installed at a minimum per the W n4muf is instructions and the requirements below. Fixtures shall not be supported directly oljhe "g material. Support fixtures with metal bar hangers or strut channels attached to the c61Nngl*Z Coordinate with Ceiling Contractor to ensure ceiling tees can support the weight of `. thRigftTmMres. M.pende�e Linear or Pendant mounted fixtures shall be independently supported from the ding structure by wires, straps or rods. N. Fixture whips shall be in accordance with section 26 05 33 Raceway and Boxes for Electrical Systems. END OF SECTION 26 5000 LIGHTING Bidding Documents 265000-4 06/16/17 Robert A. Lee Rec Center Remodel Iowa City, IA Design Engineers 17019 SECTION 28 3100 - FIRE ALARM AND DETECTION SYSTEM (ADDRESSABLE) PART1- GENERAL 1.01 RELATED DOCUMENTS A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 -General Requirements and Section 28 0010 — Electronic Safety and Security General Provisions are applicable to work required of this section. 1.02 QUALITY ASSURANCE A. The system installation and wiring shall comply with applicable provisions of the cuVrennssuel NFPA-72, International Building Code, International Mechanical Code, Iowa State Building Code, Iowa Administrative Code, Americans with Disabilities Act, and codes and regulations%f local authorities having jurisdiction. B. NEC Compliance: Comply with NEC as applicable to construction and installation of fire alarm and detection system components and accessories. C. UL Compliance and Labeling: Provide fire alarm and detection system components which are UL -listed and labeled. 1.03 SUBMITTALS A. Submittal data for the fire alarm equipment shall consist of shop drawings showing line diagrams, full size drawings with device locations and addresses, quantities of equipment, catalog cuts showing technical data necessary to evaluate the equipment and other descriptive data necessary to describe fully the equipment proposed. Submittals shall show approval from Design Professional.° Z5 :Z B. In no instance shall the contract drawings be reproduced for shoo drawing subm C. Contractor is responsible for any fees associated with the review and approvals ege ala(Rf' drawings and product data by the Authority Having Jurisdiction (AHJ). Contractor res onsiW" for completion of the required fire alarm system submittal form and submittal of ➢ nal4e al&A I shop drawings to the AHJ. ra 1.04 RECORD DRAWING REQUIREMENTS j o A. Record drawings shall be provided prior to the time of scheduling of the final inspection. They shall include the location of the overcurrent protection that feeds any fire alarm related equipment and shall be clearly marked on the drawings. Include changes made during system testing and acceptance. The following should be included: a. Alarm initiation devices with addresses. b. Alarm signal devices with module locations/addresses and circuit numbers. C. Layout of conduit with circuit identification. d. Location of all end of line resistors. e. Calculations for voltage drop on circuits, battery, and audio amplifier sizing. 1.05 ACTIVE SYSTEMS A. Existing Fire Alarm Equipment: Existing equipment can be removed prior to new system installation. B. Equipment Removal: Package operational fire alarm and detection equipment that has been removed and deliver Bidding Documents FIRE ALARM AND DETECTION SYSTEM (ADDRESSABLE) 06/16/17 283100-1 Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA to Owner. 2. Remove from site and legally dispose of existing material not designated for other disposition. 1.06 WARRANTY A. General Warranty: The special warranty specified in this Article shall not deprive Owner of other rights Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by Contractor under requirements of the Contract gp@uments. W S#ieci Airranty: A written warranty, signed by Contractor and manufacturer, agreeing to replace W gKnpa&_W that do not meet requirements or that fall within the specified warranty period. J b tsl�{arranty Period: One year from date of Final Acceptance. Full warranty applies throughout [�.. � � � warranty period. PRRT72�PF CTS C* ` 2.01 ACCEPTABLE MANUFACTURERS A. Manufacturer: Subject to compliance with requirements, provide fire alarm and detection systems of one of the following: 1. Simplex: Tyco/Grinnell 2.02 FIRE ALARM AND DETECTION SYSTEMS A. General: Provide fire alarm and detection system products of types, sizes, and capacities indicated, which comply with manufacturers standard design, materials, components; construct in accordance with published product information, and as required for complete installation. Provide fire alarm and detection systems for applications indicated, with the sequence of operations, components and function features indicated. B. Materials and Equipment: 1. Wiring System Materials: Provide basic wiring materials which comply with 26 0010 — Electrical General Provisions, 26 0553 — Raceway and Boxes for Electrical Systems, and 26 0519 - Low -Voltage Electrical Power Conductors and Cables; types to be selected by Installer. a. Junction and Pull Boxes: 1) Junction and pull boxes shall be clearly marked. This shall be done by painting the covers red, and properly labeling them. 2) All junction and pull boxes located at or above 8'0" from the floor shall be a minimum size of 4-11/16". 3) No box extensions shall be permitted on new work. 4) All junction boxes shall be readily accessible. 5) No splicing in device mounting boxes. C. Manufacturer's Equipment: Provide manufacturer's standard construction equipment for material noted below: Notification Appliances a. Description: Equip for mounting as indicated and have screw terminals for system connections. 1) Combination Devices: Factory -integrated audible and visible devices in a single -mounting assembly. FIRE ALARM AND DETECTION SYSTEM (ADDRESSABLE) Bidding Documents 283100-2 06/16/17 Robert A. Lee Rec Center Remodel Iowa City, IA Design Engineers 17019 b. Visible Alarm Devices: Xenon strobe lights listed under UL 1971 with clear or nominal white polycarbonate lens. Mount lens on an aluminum faceplate. The word "FIRE" is engraved in minimum 1 -inch- high letters on the lens. 1) Rated Light Output: 15/75 candela minimum per UL 1971 for ADA use unless otherwise indicated on drawing or required to meet NFPA 72 criteria. 2) Strobe Leads: Factory connected to screw terminals. 3) Synchronized operation. 4) Mounting: a) Ceiling: Flush with white baffle. b) Wall: Surface with red or white housing. C) Include skirt for surface mounted devices which'do-not Eonce;IIA standard 4 -inch junction box. PART 3 - EXECUTION t. 3.01 GENERAL A. Contractor/Installer shall meet with Owner prior to performing any work on existingfriew syltem( Meeting shall determine existing building system functions and approach Contractor/InstallerWill take to remove the existing system. And, determine Contractor's/Installer's plan to install newlystem which includes raceway runs, typical wiring practices, and device and equipment installation, also to provide Contractor/Installer with Owner's expectations. B. The locations and spacing of alarm initiating devices and strobes indicated on the drawings are approximate. The equipment supplier shall verify device requirements and spacing and shall add devices as required to satisfy governing authorities. It shall be the responsibility of the equipment supplier or his representative to determine the type of detector required by local authorities for each type of installation. C. Install the fire alarm system in accordance with approved manufacturer's wiring diagrams. Furnish all conduit, wiring, outlet boxes, junction boxes, cabinets, and similar devices necessary for a complete installation. Boxes shall be installed in accessible spaces without requiring the removal of lio fixtures or any other equipment. o -_, D. Coordinate system programming with the authority having jurisdiction. '"—+ C G ry E. Coordinate the installation of equipment and devices that pertain to the work of o*raPees witt'� l p appropriate contractors. `o 7 j N 3.02 DEVICE INSTALLATION A. Provide devices as indicated on drawings and as required to perform specified functions B. Signaling Devices: 1. Signaling devices shall be completely deactivated by pressing "signal silence". 3.03 WIRING INSTALLATION A. Wiring Method: Install wiring in metal raceway according to Division 26, Section 26 0533 - Raceways and Boxes for Electrical Systems. Conceal raceway except in unfinished spaces and as indicated. Surface -mounted wiremold shall be size 700 minimum. Bidding Documents FIRE ALARM AND DETECTION SYSTEM (ADDRESSABLE) 06/16/17 283100-3 Design Engineers 17019 Robert A. Lee Rec Center Remodel Iowa City, IA B. Wiring within Enclosures: Separate power -limited and non -power -limited conductors as recommended by the manufacturer. Install conductors parallel with or at right angles to sides and back of the enclosure. Bundle, lace, and train conductors to terminal points with no excess. Connect conductors that are terminated, spliced, or interrupted in any enclosure associated with the fire alarm system to terminal blocks. Mark each terminal according to the system's wiring diagrams. Make all connections with approved crimp -on terminal spade lugs, pressure-type terminal blocks, or plug connectors. Do not install spare conductors in conduits or junction boxes. C. ('5Ijle Taps: All cables in the fire alarm control panel, junction boxes, and pull boxes shall be clearly raked igEEnglish (i.e. SLC 1, 3rd Floor Speakers, etc.). Label all junction box covers to indicate 'r 1 it /or devices enclosed. Label inside cover of all junction boxes in finished areas. Label sida.1mver of all junction boxes in unfinished/concealed areas. J)= faloarm-indicating ~'g: Color -code fire alarm conductors differently from the normal building power wiring. Use ppe de for alarm circuit wiring and a different color -code for supervisory circuits. Color -code circuits differently from alarm -initiating circuits. Use different colors for visible alarm -indicating devices. Paint fire alarm system junction boxes and covers red and provide circuit labels on inside of cover. E. Install end -of -line resistors at the farthest device from panel or module in a separate junction box clearly marked "End -of -Line Resistor. F. Conductors (minimum size and color) and raceways shall be provided as listed below, unless otherwise recommended by the system manufacturer or required by the authority having jurisdiction: 1. Visual signaling circuits #14AWG Red (+) Black (-) G. Conduit fill and box fill never to exceed 50%. H. No spare conductors shall be installed in conduits or junction boxes. I. 3M #130C rubber tape (or approved equal) shall be used to insulate grounding shields. J. If surface Wiremold is specified, it shall be no smaller than 700 size. K. Alljunction and pull boxes located at or above 8'-0" from the floor shall be a minimum size of 4-11/16" square by 2-1/8" deep. L. No box extensions shall be permitted on new work. M. All fire alarm devices, junction and pull boxes shall be installed so they are accessible without removing light fixtures, equipment, conduits, junction boxes or other items. N. No splicing will be allowed in device mounting boxes. O. "End of Line Resistors" shall be located at the device that is farthest away from the panel or module. P. Back boxes shall be provided by equipment supplier for any surface -mounted pull stations or signaling devices. Q. T -taps may be used for signaling line circuits if manufacturer's recommendations are followed. 3.04 IDENTIFICATION A. Identify system components, wiring, cabling, and terminals according to Division 26, Section Identification for Electrical Systems. FIRE ALARM AND DETECTION SYSTEM (ADDRESSABLE) Bidding Documents 283100-4 06/16/17 Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 B. Maintain wiring color codes throughout the system. C. All labels shall be on the inside of the cover. 3.05 GROUNDING A. Ground cable shields and equipment according to system manufacturers written instructions to eliminate shock hazard and to minimize, to the greatest extent possible, ground loops, common -mode returns, noise pickup, cross talk, and other impairments. B. Ground equipment and conductor and cable shields. For audio circuits, minimize, to the greatest extent possible, ground loops, common -mode returns, noise pickup, cross talk, and other impairments. Provide 5 -ohm ground at main equipment location. Measure, record; and report groi r� resistance. �G, N L r.: 3.06 ACCEPTANCE TESTING v� JJ A. Manufacturers Field Service: Engage a factory -authorized service representative to inspeMt field - assembled components and connections and to supervise pretesting, testing, and adjustm@f* of the system. Report results in writing. B. Electrical Contractor shall be responsible for performing a "Pre -Test" of the Fire Alarm System and preparing/ completing "Test Log". 1. All equipment shall be installed prior to completing "Pre -Test". 2. Scope of the Pre -Test is to: a. "Align, adjust, and balance the system." o b. Confirm compliance with the drawings and specifications. o C. Install, test and check for operation of 100% of all fire alarm equig"rit d itemn being controlled by the fire alarm system. v --r x 3. Manufacturers representative is to be involved in the pre-test. -)-< ry 4. Perform a thorough cleaning of the fire alarm system so each detectors char or vane re less than 50%. n '� 5. At completion of the pre-test, the fire alarm system is to be complete and;re dy 7�7 owr(el� acceptance. ry 6. Complete a "Test Log", a written record of inspections, tests, and detailed test re�lts. C. In preparation for the final test, Contractor shall: 1. Submit a "Test Log" and test forms from NFPA 72 and include a print out proving detector chamber values of less than 50% for all detectors. 2. Provide a letter certifying pre-test compliance and a list of witnesses. 3. Provide an up to date and complete printout of software at the time of final inspection and after any and all corrections or changes. D. Contractor shall perform a Final "Minimum System Test" per NFPA 72. 1. Contractorshall test all equipment per minimum system testing requirements and maintain a "Test Log". 2. Contractor to have sufficient personnel to conduct the test efficiently. 3. Upon completion of the Final Test Contractor will submit the Test Log. 4. Owners representative has the authority to void the Final Test if it is proven during the Final Test that the Fire Alarm system installation is not complete. a. Voiding the Final Test will require Contractor to schedule another Final Test Bidding Documents FIRE ALARM AND DETECTION SYSTEM (ADDRESSABLE) 06/16/17 283100-5 Design Engineers 17019 Robert A. Lee Rec Center Remodel Iowa City, IA 5. Upon approval of Final Test, successful owner training and submittal of completed "As -Built" drawings and O&M manuals, Owner will provide Contractor with acceptance of new Fire Alarm System. a. Owner acceptance does not constitute "Project Closeout" or completion of "Final Punch List" b. Owner acceptance only relieves Contractor of testing requirements, it does not relieve Contractor of other contract requirements. C. Final Testing does not constitute Owner training. d. Owner acceptance provides approval to activate the new Fire Alarm System as the `Ln,n, primary system. 6.. Cmtractor shall perform final test in the presence of manufacturer's representative, Owner's © N a iBresentatives, and necessary local code authorities. W W E MininaPAystem Tests' test the system according to procedures outlined in NFPA 72. Minimum auiW 'Msts are as follows: LL jrify the absence of unwanted voltages between circuit conductors and ground. est all conductors for short circuits using an insulation -testing device. �. filth each circuit pair, short circuit at the far end of the circuit and measure the circuit resistance with an ohm meter. Record the circuit resistance of each circuit on record drawings. 4. Verify that the control unit is in the normal condition as detailed in the manufacturer's operation and maintenance manual. 5. Test initiating and indicating circuits for proper signal transmission under open circuit conditions. One connection each should be opened at not less than 10 percent of initiating and indicating devices. Observe proper signal transmission according to class of wiring used. 6. Test each initiating and indicating device for alarm operation and proper response at the control unit. Test smoke detectors with actual products of combustion. 7. Test the system for all specified functions according to the approved operation and maintenance manual. Systematically initiate specified functional performance items at each station, including making all possible alarm and monitoring initiations and using all communications options. For each item, observe related performance at all devices required to be affected by the item under all system sequences. Observe indicating lights, displays, signal tones, and annunciator indications. Observe all voice audio for routing, clarity, quality, freedom from noise and distortion, and proper volume level. 8. Test Both Primary and Secondary Power: Verify by test that the secondary power system is capable of operating the system for the period and in the manner specified. 9. Retesting: Correct deficiencies indicated by tests and completely retest work affected by such deficiencies. Verify by the system test that the total system meets Specifications and complies with applicable standards. 10. Report of Tests and Inspections: Provide a written record of inspections, tests, and detailed test results in the form of a test log. Submit log on the satisfactory completion of test The manufacturer's authorized representative shall perform a 100% quality inspection of the final installation and in the presence of Contractor, Owner's Representative and local code and fire authorities, shall perform a complete finished test of all aspects of the system. A system certification verifying the proper system operation shall be required prior to acceptance. 3.07 CLEANING AND ADJUSTING A. Cleaning: Remove paint splatters and other spots, dirt, and debris. Touch up scratches and marred finish to match original finish. Clean unit internally using methods and materials recommended by manufacturer. Provide detector cleaning report proving a maximum chamber value of 50% for all detectors. FIRE ALARM AND DETECTION SYSTEM (ADDRESSABLE) Bidding Documents 283100-6 06/16/17 Robert A. Lee Rec Center Remodel Iowa City, IA 3.08 MAINTENANCE Design Engineers 17019 A. Occupancy Adjustments: When requested within one year of date of Substantial Completion, provide on-site assistance in adjusting sound levels, controls, and sensitivities to suit actual occupied conditions. Provide up to three requested visits to Project site for this purpose. B. Provide a maintenance contract from the local service organization beginning on the date of Substantial Completion and remaining in force throughout the warranty period. Include required NFPA testing at times scheduled by Owner. C. Provide Owner with a proposal from the local service organization for a one-year maintenance contract beginning at the end of the warranty period. END OF SECTION 28 3100 N C' H Q -CLy W 4C-2 U-[ H L Q J T .,C-) o r N C.l1 O Bidding Documents FIRE ALARM AND DETECTION SYSTEM (ADDRESSABLE) 06/16/17 283100-7 Design Engineers Robert A. Lee Rec Center Remodel 17019 Iowa City, IA FIRE ALARM AND DETECTION SYSTEM (ADDRESSABLE) Bidding Documents 283100-8 06/16/17 N � a W = a WQ CJ•�1r- U. �Q FIRE ALARM AND DETECTION SYSTEM (ADDRESSABLE) Bidding Documents 283100-8 06/16/17 Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 SECTION 28 5000 - ACCESS CONTROL SYSTEM PART1-GENERAL 1.01 RELATED DOCUMENTS A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 28 0010 - Electronic Safety and Security General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. The work included under this specification consists of furnishing all labor, equipment, materials, and supplies and performing all operations necessary to complete the installation of this access control in compliance with the specifications and drawings. Contractor will provide and install all of the required material to form a complete system whether specifically addressed in the technical specifications or not. 1.03 SUBMITTALS A. Submittal data for access control cabling and components shall consist of cafalk cuts 'sho it technical data necessary to evaluate the materials. o L 1.04 WORK BY OTHERS )n. EE; A. Unless noted otherwise, the building's Electrical Contractor will provide field deme baexes as needed, and conduit paths for use by Access Control Contractor. o 1.05 FIRESTOPPING D� �-G ry �n O A. Contractor shall be responsible for firestopping all conduit sleeves and cable trcvXWhere.6equiVn to maintain integrity of fire and/or smoke walls. Contractor shall see architecturgbdraadngs walls that require fire rating. - ry 1.06 ACCEPTABLE ACCESS CONTROL CONTRACTORS A. The following contractors are pre -approved to bid this job: ci C) Access Control Contractor shall be a manufacturer authorized Dealer, verifiable by the manufacturer's representative. The Access Control Contractor shall also provide documentation upon request proving that he or she was an established manufacturer authorized dealer in good standing for a minimum of six continuous months before the project bid date. Bidding the project without certifications and attempting to acquire certifications after the bid is not acceptable. Contractor shall be located within 125 miles of the construction site to establish a potential two hour response time for ongoing customer needs after construction completion. PART2-PRODUCTS 2.01 ACCESS CONTROL CABLING AND COMPONENTS A. Acceptable Manufacturers: Millennium Bidding Documents ACCESS CONTROL SYSTEM 6/16/17 285000-1 Design Engineers 17019 Robert A. Lee Rec Center Remodel Iowa City, IA B. Additional Access Control Requirements: 1. Access control cabling shall be home -run to the main system hardware, no splicing. 2. Any door identified on the plans that has any of the system components {door contacts (sometimes called position switches) of all types, card readers, request to exit devices, electrified door hardware of all types) shall be considered an access control system door. 3. Any door that is considered an access control system door shall have door contacts that can ensure the door is in the closed position and that the door is latched unless specifically noted otherwise. This is accomplished with two individual contacts, one for the door slab and one for the door hardware latch position. Each of these contacts shall have a dedicated alarm point in the system. If an electric strike is being provided with a latch bolt monitoring contact internal to the strike, a door slab contact shall still be provided to monitor the position of the slab. It shall be the Access Control Contractors responsibility to: 1) verify that a suitable (workable for his or her needs) latch bolt monitoring contact is being specified in the door hardware, or point out that what is specified is not compatible rn NQh the access control product being provided or the system requirements placed upon N fro Contractor. provide and install a door slab contact which, when these two are used together, n- � omplish the requirements of knowing that the door slab is physically closed and the Jo car hardware is engaged therefore ensuring a secured doorway (see other item about _ " 1E6Lh contact needing to alarm independently). F_f' Access Control Contractor shall provide and install all cabling necessary for a plete and operational system taking into account all access control system devices '= caa��eed out on the plans (door contacts of all types, card readers, request to exit devices N either internal to door hardware or surface mounted, and electrified door hardware of all types), 5. The Access Control Contractor shall provide and install all devices not specifically identified on the plans which are required for a complete and operational system for all access control system doors. PART 3 -EXECUTION 3.01 INSTALLATION A. Install systems cables and auxiliary materials as indicated in accordance with access control manufacturer's written instructions, and recognized industry practices. 1. Contractor shall use hook and loop type fasteners on all security cable. Tie wraps shall not be used. B. Identify all cables as to field location. Provide manufacturer's standard vinyl -cloth self-adhesive cable/conductor markers of wrap-around type; either pre -numbered plastic coated type, or write -on type with clear plastic self-adhesive cover flap; numbered to show cable identification. Install within 6" of cable end. C. After completion, all cables shall be thoroughly tested. 1. Contractor shall provide all instruments for testing the cables. 2. Contractor shall demonstrate in the presence of Owner's representative that the access control is complete and operational. 3. Contractor shall complete and submit the Certificate of System Demonstration. ACCESS CONTROL SYSTEM Bidding Documents 285000-2 6/16/17 Robert A. Lee Rec Center Remodel Design Engineers Iowa City, IA 17019 D. After completion, comprehensive As-Builts will be created and provided to Owner within 14 days. 1. Two hard copies shall be provided to Owner detailing the entire access control after installation. Each field position shall be labeled and cross referenced to the appropriate head end position for ease of troubleshooting. 3.02 COMMISSIONING A. The Contractor shall coordinate a date/time with the Engineer after the system is fully operational, but before final payment, for the Contractor to provide a full system demonstration. This shall include all aspects of system operation that the user might encounter. END OF SECTION 28 5000 Bidding Documents 6/16/17 ACCESS CONTROL SYSTEM 285000-3 :J V3 w ALJ CC-- .Jl H N O C • , �{ :z < � n r 0 -v rn 3: CA ACCESS CONTROL SYSTEM 285000-3 Design Engineers 17019 / N I D N aiO LU °- J} J o �r- NLL y-c� _ F r• O Q,. Q ACCESS CONTROL SYSTEM 285000-4 Robert A. Lee Rec Center Remodel Iowa City, IA Bidding Documents 6/16/17 FORM OF PROPOSAL ROBERT A. LEE RECREATION CENTER REMODELING PROJECT 2017 CITY OF IOWA CITY Name of Bidder: Address of Bidder: BIDS RECEIVED BEFORE: 3:00 PM local time on August 8, 2017 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 ROBERT A. LEE RECREATION CENTER REMODELING PROJECT 2017 in strict accordance with the Fluuaject Manual and the Drawings dated June 20, 2017, including Addenda numberedc Viand inclusive, prepared by Neumann Monson Architects and to do all work at the pScfp sVorth rein. We further propose to do all "Extra Work" which may be required to complete tt4glorl�;ontepted, at unit prices or lump sums to be agreed upon in writing prior to starting such worK' BASE BID: l Dollars ($ Alternate No. 1: ADD Access Control to Lower Level Pair of Doors Add the Sum of: Dollars FP -1 of Total amount with all alternates: Dollars ($ ) 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 December 22, 2017 and final completion of January 22, 2018. Firm: Signature: Printed Name: Title: naJ Irk r i�' Address: o I :z Nd oz Hnr uoz FP -2 of Phone: Contact: FP -3 of N O C-) o r <r 7 Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: Dates: Dates: to ) Address: to to You may attach additional sheet(s) if needed. City, State, Zip: Address: City, State, Zip: Address: City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to bidders who are residents? "�' Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home`�tg orzireign�ntry and the appropriate legal citation. >� a N .r -:40 C r You may attach ai if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 02-14 Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. F 309-6001 02-14 C-) C�-G �A N C r 1 7` N 309-6001 02-14 as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated Project. NOW, THEREFORE, (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 all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the�fiond, as provided in the Project specifications or as required by law. a c 23 c The Surety, for value received, hereby stipulates and agrees that the obljg-4tioA of Surety and its bond shall in no way be impaired or affected by any extension oi;tjte of ib with',(� which the Owner may accept such Bid or may execute such contract documents. -"—,said Sur$t�'j does hereby waive notice of any such time extension. ? -IJ tV The Principal and the Surety hereto execute this bid bond this -day of A.D., 20_ (Seal) Witness Principal By (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power -of -Attorney BB -1 of 1 Prepared by: Brett Zimmerman, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)356-5044 Resolution No. 17-216 Resolution setting a public hearing on July 18, 2017 on plans, specifications, form of contract, and estimate of cost for the construction of the Robert A. Lee Recreation Center Remodeling 2017 Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said plans on file for public inspection Whereas, funds for this project are available in account #s R4336 and R4330. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. 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 18'" day of July, 2017, 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. 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. A 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 20th day of June / 12017 G, M or j roved by 7 Atte- ity Clerk , lie c City Attorney's Office It was moved by Mims and seconded by adopted, and upon roll call there were: Ayes: Nays: Dickens the Resolution be Absent: x Botchway Cole Dickens Mims Taylor Thomas Throgmorton e� \ cr�� Wi+iedia PRESS -CITIZEN MEDIA PART OF THE USA TODAY NETWORK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWA CITY IA 522401825 AFFIDAVIT OF PUBLICATION State of Iowa County of Johnson, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and that an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in Iowa City Press Citizen on the following dates: Ad No. Start Date: Run Dates: Cost: 0002237817 7/3/17 07/03/17 $32.57 Copy of Advertisement Exhibit "A" Subscri nd s or o before me by said affiant this 10th day of July. 2017 Notary Public N ANDREA HOUGHTON COMMISSION NO. 753956 COMMISSION EXPIRES Y OF OF hereby it of the will cox on n of i on the ibth day of July, Zvi I, saia 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 may appear at said meeting of the City ouncil for the purpose of making objections to and comments concerning said plans sppecifications, contract or the cosi oMaking said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. KELLIE K. FRUEHLING, CITY CLERK i L Prepared by: Brett Zimmerman, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5044 Resolution No. 17-239 Resolution approving plans, specifications, form of agreement, and estimate of cost for the construction of the Robert A. Lee Recreation Center Remodeling 2017 Project, establishing amount of bid security to accompany each bid, directing City Clerk to post notice to bidders, and fixing time and place for receipt of bids. Whereas, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and Whereas, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and Whereas, funds for this project are available in account #s R4336 and R4330. 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 post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 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 3:00 p.m. on the 8U' day of August, 2017. 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 15"' day of August, 2017, or at a special meeting called for that purpose. Passed and approved this 18th day of July _,2017 May6r Attest: City'61)Drk 1-1 11,,roVeV.Y___�_ 7 City Attorney's Office I Resolution No. Page 2 17-239 It was moved by Thomas and seconded by Resolution be adopted, and upon roll call there were: AYES: NAYS ABSENT: ABSTAIN: Mims Botchway Cole Dickens Mims Taylor Thomas Throgmorton the A'rs-tc IOWA LEAGUE QfCITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS Notice to Bidders - Robert A. Lee Recreation Center Remodeling Project 2017 Classified ID: 104287 A printed copy of which is attached and made part of this certificate, provided on 07/19/2017 to be posted on the Iowa League of Cities' intemet site on the following date: July 19, 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. MIJ :rt olt"'W.� Alan Kemp, Executive Director Post 7119 NOTICE TO BIDDERS ROBERT A. LEE RECREATION CENTER REMODELING PROJECT 2017 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 8h day of August, 2017. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 15" day of August, 2017, or at a special meeting called for that purpose. There is a recommended pre-bid meeting. This will start at 11 a.m. local time on Thursday, July 27, 2017 in the Robert A. Lee Recreation Center in Meeting Room B located at 220 South Gilbert Street, Iowa City, Iowa. The Project will involve the following: The project involves remodeling portions of the Robert A. Lee Recreation Center at 220 South Gilbert Street in Iowa City. The work will involve the renovation of two single stall restrooms and central stairway to meet ADA compliance, the work will also involve modifications to the administrative office area to improve access, building security and operations. The project will be completed in phases, and will involve selective demolition, modification of hollow metal frame and wood doors, light -gage metal framing and drywall, painting, alterations to existing mechanical system, flooring work in carpet, epoxy terrazzo, and ceramic tile. The project will also include electrical work including power and upgrading areas with LED lighting. The contractorwill be responsible for all associated mechanical, structural and electrical work. All work is to be done in strict compliance with the plans and specifications prepared by Neumann Monson Architects, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Substantial Completion date December 22, 2017 and final completion date is January 22, 2018. Liquidated Damages: $250.00lday 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 Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950 Fax:319-354-8973 Toll -Free 800-779- 0093 by bona fide bidders. A $60.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable 120.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. KELLIE K. FRUEHLING, CITY CLERK Julie Voparil From: Carla Long <CLong@mbionline.com> Sent: Thursday, July 20, 2017 4:52 PM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 7.20.17 Notice To Bidders.pdf Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS City of Iowa City Riverfront Crossing Park Phase 2 City of Iowa City Robert A Lee Recreation Center Remodeling A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): July 20, 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. July 20, 2017 Date President/CEO of The Construction Update Plan Room Network Carla Long — Project Information Specialist Master Builders of Iowa 221 Park Street, Des Moines, Iowa 50309 (d)515 -657-4400(a)515-288-7339 (f) 515-288-8718 (e) mbiplanroom-dsmt@mbionline.com (w) www.mbionline.com Project Information IowaBidDate.com CONSTRUCTION WEEK OCTOBER 2-6.2817 .1 •' l! CONSTRUCTION CEEEtlNN71Ni Ttl[CNNSTNNCTINN INtltliTNt 'closTNtlCTItltlwEEN1T DAILY NOTICE TO BIDDERS m Cz Q Construction Post 7119 RECEIVE® NOTICE TO BIDDERS JUL 19 2011 ROBERT A. LEE RECREATION CENTER REMODELING PROJECT 2017 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 8'h day of August, 2017. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not he deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 15"' day of August, 2017, or at a special meeting called for that purpose. There Is a recommended pre-bid meeting. This will start at 11 a.m. local time on Thursday, July 27, 2017 in the Robert A. Lee Recreation Center in Meeting Room B located at 220 South Gilbert Street, Iowa City, Iowa. The Project will involve the following: The project involves remodeling portions of the Robert A. Lee Recreation Center at 220 South Gilbert Street in Iowa City. The work will involve the renovation of two single stall restrooms and central stairway to meet ADA compliance, the work will also involve modifications to the administrative office area to improve access, building security and operations. The project will be completed in phases, and will involve selective demolition, modification of hollow metal frame and wood doors, light -gage metal framing and drywall, painting, alterations to existing mechanical system, flooring work in carpet, epoxy terra=, and ceramic tile. The project will also include electrical work including power and upgrading areas with LED lighting. The contractor will be responsible for all associated mechanical, structural and electrical work. All work is to be done In strict compliance with the plans and specifications prepared by Neumann Monson Architects, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Substantial Completion date December 22, 2017 and final completion date is January 22, 2018. Liquidated Damages: $250.00/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 Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-3545950 Fax:319-354-8973 Toll -Free 800-779- 0093 by bona fide bidders. A 190.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee will be returned If the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable JL0.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A IisUng of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder Intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. KELLIE K. FRUEHLING, CITY CLERK �,cl (211 Prepared by: Brett Zimmerman, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319)356-5044 Resolution no. 17-266 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Robert A. Lee Recreation Center Remodeling 2017 Project Whereas, Tricon General Construction of Cedar Rapids, Iowa has submitted the lowest responsible bid of $183,000.00 for construction of the above-named project; and Whereas, the bid includes the base bid and Alternate #1: and Whereas, funds for this project are available in accounts # R4336 and # R4330. Whereas, The City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above-named project. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: The contract for the construction of the above-named project for the base bid plus Alternates #1 is hereby awarded to Tricon General Construction of Cedar Rapids, Iowa, 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 the contract for construction of the above-named project and the Contractor's Bond, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 15th day of August 2017 Mays / Approved by Atte �i1c . it ue zf�X�%�k Clty Clerk City Attorney's Office ��j j 7 It was moved by sotchway and seconded by Thomas the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Botchway X Cole X Dickens _X Mims X Taylor X Thomas X Throgmorton FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and Tricon Construction Group ("Contractor"). WHEREAS, the City has prepared certain Plans and Specifications dated the 20`h day of June, 2017, for the ROBERT A. LEE RECREATION CENTER REMODELING PROJECT 2017 ("Project"), and WHEREAS, Contractor submitted a bid on the Project described in said Plans, Specifications, Proposal and Contract; and WHEREAS, the parties hereto now wish to enter into this agreement for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project including the base project plus alternate #1 for the sums listed in its Form of Proposal including the total extended amount of $183,000.00, which sums are incorporated herein by this reference. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers 1 attached hereto; b. "General Conditions of the Contract for Construction" AIA DOC A201-2007, as amended; C. Plans; d. Technical Specifications and Supplementary Conditions; e. Performance and Payment Bond; f. Contractor's Completed Bidder Status Form; attached hereto; g. Contractor's Completed Assurance of Contract Compliance Program (Anti - Discrimination Requirements), attached hereto; h. Completed Form of Proposal; and AG -1 of 2 I I. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows in "Attachment A." Payments are to be made to the Contractor in accordance with the Supplementary Conditions. 4. Substantial Completion date is December 22, 2017 and final completion date January 22, 2017. DATED this 22 day of _ August —,20 17 3GiM2S k. -I y MOrj-Dl4_ Ron Richard (Printed name) i (Printed name) ATTEST: K2 I i rr— )li 1—rue—U 1 K (Priv ed name) City Clerk Owner (Company OfficialTitle) ATTEST: Cindy Gotto (Printed name) Witness (Company Official Title) Approved By: AG -2 of 2 City Attorney's Office ��d1,7 ,+m �j.. �F-.,ireS ♦ ". T � �'F�'..;Y �, � sa+r.r� � it t •+1, _. . yv� { R' WS V F 1 �-r2+ Y � sr ate. �i a o � 1PY• .� 2�.' �'� _. n �w �✓ � r . `t` �a + 21> i : �i } } t Y' t L•P i•+ F dy v.1' V! � }: .i.n ('�'.. �.k`' r"1w� M71 tiffs - , r� •t. t -~ i i .. ,a' y ryr J q �..��Ty a 1� +te� • � �.' f .. x i4. +� � 1 !} y, :. •'q' ,._ Yy 4 r� Y' ° s� f 4• �+n - 1- • Al °i 44 l.!L-.T g Y' SSS.���"' ,�'•` �- „ qb e n .` f�. f t, J it yY""'1 1 a.. {n 1 s 141 Y } � `R ^ + i�.}a� "h4YCiiZ��4,_ � �� ��((yy RR = • 2 ^ 4 S + r x F s f Fr~a�� _� � S�aa- �� .-.: � �F;���'' ;r �= 'ru'�_�y� y{•�,�Mi .: � � :1� � r f-� \ J p-s.�: � a�� + x SF 3 >�, ,/•}�! �f ' _. :'k R .aJ siw�,�y,u, x ':'.l C t.. i J- K r SF �+ t xj '�g8' _ .ra � �- r is ° Cr • '` sit 'C-,r'F»� & # iYa r Rett 1 i✓� M+. -si z nµJ€' %' Y b t h j FY y JY' .:' N •fk++ .. +C+ i ' - ? Rb . ^ s -n• S4 i 'a ��ie'-> ix ,T .ice 3•' V+• fs � �L Y'r :'R tF "if Al `�. 411 is' �Yll. may. 9^T' °}!b } 2}' ,'A Y• 3 •Yc 'nom 4 d.Z lfs•. 1^ ¢4 \ ,(. �' +t +yy S-r]'S-Yi• n -a _p T' _ Y' if' j 5 ` Ptr i` 47f' a int $ ;££4 , `H `� 114ejx Y f, ti+ + 7 J4� .y, i 4' S�•'t � .p S l y� a��.'. � +J1�\J� �3i � I. � f 3 Y'rl.J•I' 1{ 1q,+,. e � t�c4xl p _ � f r6'- A{ -� y a + EL (.rs' Tf- } aA-.>4% a '• w:, s�"r ,�'IK� �a a AF F n�+^sa jh ', sf�J _m { �. lHg� C x b ':.- ji� Ci'nY�,e ''4i P, �aY ���, • -+z +gyp I Mom ! S 4.�ik yR 4 �y'a� •s,�t r t klit, ,+m �j.. �F-.,ireS ♦ ". T � �'F�'..;Y �, � sa+r.r� � it t •+1, _. . yv� { R' WS V F 1 �-r2+ Y � sr ate. �i a o � 1PY• .� 2�.' �'� _. n �w �✓ � r . `t` �a + 21> i : �i } } t Y' t L•P i•+ F dy v.1' V! � }: .i.n ('�'.. �.k`' r"1w� M71 tiffs - , r� •t. t -~ i i .. ,a' y ryr J q �..��Ty a 1� +te� • � �.' f .. x i4. +� � 1 !} y, :. •'q' ,._ Yy 4 r� Y' ° s� f 4• �+n - 1- • Al °i 44 l.!L-.T g Y' SSS.���"' ,�'•` �- „ qb e n .` f�. f t, J it yY""'1 1 a.. {n 1 s 141 Y } � `R ^ + i�.}a� "h4YCiiZ��4,_ � �� ��((yy RR = • 2 ^ 4 S + r x F s f Fr~a�� _� � S�aa- �� .-.: � �F;���'' ;r �= 'ru'�_�y� y{•�,�Mi .: � � :1� � r f-� \ J p-s.�: � a�� + x SF 3 >�, ,/•}�! �f ' _. :'k R .aJ siw�,�y,u, x ':'.l C t.. i J- K r SF �+ t xj '�g8' _ .ra � �- r is ° Cr • '` sit 'C-,r'F»� & # iYa r Rett 1 i✓� M+. -si z nµJ€' %' Y b t h j FY y JY' .:' N •fk++ .. +C+ i ' - ? Rb . ^ s -n• S4 i 'a ��ie'-> ix ,T .ice 3•' V+• fs � �L Y'r :'R tF "if Al `�. 411 is' �Yll. may. 9^T' °}!b } 2}' ,'A Y• 3 •Yc 'nom 4 d.Z lfs•. 1^ ¢4 \ ,(. �' +t +yy S-r]'S-Yi• n -a _p T' _ Y' if' j 5 ` Ptr i` 47f' a int $ ;££4 , `H `� 114ejx Y f, ti+ + 7 J4� .y, i 4' S�•'t � .p S l y� a��.'. � +J1�\J� �3i � I. � f 3 Y'rl.J•I' 1{ 1q,+,. e � t�c4xl p _ � f r6'- A{ -� y a + EL (.rs' Tf- } aA-.>4% a '• w:, s�"r ,�'IK� �a a AF F n�+^sa jh ', sf�J _m { �. lHg� C x b ':.- ji� Ci'nY�,e ''4i P, �aY ���, • -+z +gyp 4W ' Robert A. Lee Recreation Center Remodeling 2017 Iowa City, IA ADDENDUM NUMBER 01 Date: August 4, 2017 Project Name: Robert A. Lee Recreation Center Remodeling 2017 Project Number 16.121 Project Location: Iowa City, IA From: Neumann Monson Inc. 221 East College St., Suite 303 Iowa City, Iowa 52240 Phone: 319.338.7878 To: All Plan Holders Neumann Monson Architects NM Project No. 16.121 This Addendum forms a part of the Contract Documents and modifies the original Bidding Documents dated June 20, 2017 as noted below. Acknowledge receipt of this Addendum by placing the number 01 in the appropriate blank provided on the Bid Form. Failure to do so may subject the Bidder to disqualification. This Addendum consists of 2 pages and the following attachments: Document No of Pages or sheet size Section 012100 — ALLOWANCES 2 pages Sheet E -502R1 8 '/z inches by 11 inches CHANGES TO PRIOR ADDENDA: None CHANGES TO INTRODUCTORY INFORMATION: None CHANGES TO PROCUREMENT AND CONTRACTING REQUIREMENTS: None CHANGES TO TECHNICAL SPECIFICATIONS: ITEM 1-1 SECTION 01 3000—ADMINISTRATIVE REQUIREMENTS 3.01: Clarification - Contractor may use, at their option, direct email communications for transmission of construction submittals to Architect without the use of a separate internet- based submittal service. Any references to the use of the submittal service shall be optional. If direct email communication is utilized, then Paragraphs B and C would not be applicable. ITEM 1-2 SECTION 01 3300— CONSTRUCTION SUBMITTALS 3.02: Clarification - Contractor may use, at their option, direct email communications for transmission of contract administration documents to Architect without the use of a separate internet-based submittal service. Any references to the use of the submittal service shall be optional. ADDENDUM NUMBER 01 August 4, 2017 Page 1 of 2 Ar. %, Robert A. Lee Recreation Center Remodeling 2017 Neumann Monson Architects Iowa City, IA NM Project No. 16.121 ITEM 1-3 SECTION 01 2100—ALLOWANCES Replace the Section with the attached Section in its entirety. Note that furniture described in Section 12 5000 shall be provided by allowance. CHANGES TO DRAWINGS: ITEM 1-4 SHEET E-201 -POWER PLAN AND TELECOM A. Director's Office 103: Replace receptacle on West wall in the Northwest corner of space with a wall box with a receptacle located inside with the following notes:'E-3, E-14, +48"'. Center wall box on section of new wall. Below new wall box, provide a recessed junction box for future Display functionality. Detail 1 on E-502 provides more information. ITEM 1-5 SHEET E-502— ELECTRICAL NOTES AND KEYNOTES A. Electrical Notes: Add new note: "E-14 New wall box to be a FSR PWB -100. Provide with one opening location for a receptacle fed from above ceiling. Provide raceway for future Display functionality as shown in Detail 1 on E-502." B. Add Detail 1 per the attached Sheet E -502R1. CLARIFICATIONS AND RESPONSES TO BIDDER QUESTIONS ITEM 1-6 Normal business hours for the facility were noted to be from 6 am to 9 pm, Monday through Friday, and Saturdays from 6 am to 8 pm., and Sunday from 11 am to 8 pm, if weekend hours will be worked it will need to be arranged in advance with the owner. The facility is open to the public from 11 am to 8 pm on Sundays. ITEM 1-7 Regarding site usage, primary access to the building is from the surface parking lot to the east of the building. Space can be provided for a construction trailer and dumpster and up to three vehicular parking spaces onsite. Additional parking spaces would be at the contractor's expense. There are available metered and/or pay -to -park spaces adjacent to the project site. ITEM 1-8 Regarding equipment warranty requirements, it was clarified that the warranty period would commence upon formal and final acceptance by the City Council. ITEM 1-9 The distance from top of floor slab to bottom of structure (cored slab) was clarified to be 9'-2". APPROVED SUBSTITUTIONS None SCHEDULE OF APPROVED SUBSTITUTIONS None END OF ADDENDUM NO. 01 ADDENDUM NUMBER 01 Page 2 of 2 August 4, 2017 Attachment A Subcontractors List GENERAL CONTRACTOR: Epco Tricon General Construction FEDERALID: 42-1479598 STREET ADDRESS: 2245 Kerper Blvd, Suite 2 CITY, STATE, ZIP: Dubuque, IA 52001 PHONE: (563)588-9516 FAX: (563)588-9519 EMAIL: trac schwartz triconc .com SUBCONTRACTOR: Epco FEDERALID: 42-1297111 SECTION DESCRIPTION: Specialties CONTRACTAMOUNT: $2,667.00 STREET ADDRESS: 1159 E. Pierce St. CITY, STATE, ZIP: Council Bluff, IA PHONE: (712)322-0308 SUBCONTRACTOR: Premier Edge FEDERALID: 46-4094813 SECTION DESCRIPTION: Blinds CO NTRACT AM 0 U NT: $288.00 STREET ADDRESS: 3400 SE Miehe Dr #6 CITY, STATE, ZIP: Grimes, IA PHONE: (515)986-0975 SUBCONTRACTOR: Precision Drywall FEDERALID: 42-1449257 SECTION DESCRIPTION: Gypsum Board Assemblies CONTRACTAMOUNT: $10,865.00 STREETADDRESS: 1011 2nd Ave SW Suite 200 CITY, STATE, ZIP: Cedar Rapids, IA PHONE: (319)363-5616 Attachment A-1 SUBCONTRACTOR: Merit Electric FEDERALID: 42-1163448 SECTION DESCRIPTION: Electrical CONTRACTAMOUNT: $15,150.00 Alternate#1: $1,812.00 STREETADDRESS: PO Box 1428 CITY, STATE, ZIP: Iowa City, IA PHONE: (319)354-5612 SUBCONTRACTOR: Feaker Painting FEDERALID: 42-1472542 SECTION & DESCRIPTION: Painting CONTRACTAMOUNT: $7,350.00 STREETADDRESS: 931 Rockford Rd. SW CITY, STATE, ZIP: Cedar Rapids, IA PHONE: (319)398-9785 SUBCONTRACTOR: Walsh Door & Hardware FEDERALID: 42-1113350 SECTION DESCRIPTION: Doors/Hardware CONTRACTAMOUNT: $6,650.00 STREET ADDRESS: 2600 Delaware Ave CITY, STATE, ZIP: Des Moines, IA PHONE: (319)248-0114 SUBCONTRACTOR: Kondora Plumbing & Heating FEDERALID: 42-0949281 SECTION DESCRIPTION: HVAC CONTRACTAMOUNT: $26,800.00 STREET ADDRESS: 57 Imperial Ct. CITY, STATE, ZIP: Iowa City, IA PHONE: (319)337-3688 Attachment A-2 Contract Compliance Program SECTION I -GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,OOOormore (or less) if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible foranswering 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 Cade section 2-3-1. CC -1 of 8 SECTION 11 -ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor"- shall include consultants and vendors.) 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. 2. 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 at sea. 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? Job trailers, office 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print)-- Cind --y Gotto --- 563.588.9516 2245 Kerper Blvd, Ste #2, Dubuque, IA Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. CC -2 of 8 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? It is posted on our job applications, noted on job solicitations and included in the Employee Manual The above responses to questions 1 through 6 are true and correctly reflect our Equal Employment Opportunity policies. Tricon General Constru ion, Inc. Business Name Signature Ron Richard Print Name CC -3 of 8 563.588.9516 Phone Number Owner August 23, 2017 Date SECTION III -SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page p o s t i n g s, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF 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 c a re f u I I y. Prepare i nt e rvi ew q u e sti o n s i n advance t o a s s u r e t h a t 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 of 8 CITY OF IOWA CITY 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 as well as a sample policy. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 of 8 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her a g e , national origin, color, creed, disability, gender identity, marital s t a t u s , ra ce, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, 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. Further, this Companyand its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities foremployment. The Equal Employment Opportunity Officerfor — — — — — — — — — — — — — — is: Name: Address: -------------- Telephone Number: ---------- NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. CC -6 of 8 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or refer for employment, or to otherwise discriminate in employment against any other person or to discharge any employee because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 03-4105, 12-16-2003) B. It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or in any other manner indicate or publicize that individuals are unwelcome, objectionable or not solicited for employment or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to pregnancy 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. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbirth and recovery therefrom 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 unwritten employment policies and practices involving terms and conditions of employment as applied to other temporary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or prospective employee a test for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective 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 department of health and human services, that a person with a condition related to acquired immune deficiency syndrome poses a significant risk of transmission of the human immunodeficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related CC -7 of 8 Inc.to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7- 1995) 1. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 2. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord. 94-3647, 11-8-1994) 3. The employment 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 narrowly. (Ord. 03-4105, 12- 16-2003) 4. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) 5. The employment on the basis of disability in those certain instances where presence of disability 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 narrowly. (Ord. 03-4105, 12-16-2003) 6. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08- 4312, 8-11-2008) CC -8 of 8 Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 309-6001 02-14 Bidder Status Form To be completed by all bidders Part A PI se answer "Yes" or "No" for each of the following: RPI ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). [d1Yes ❑ No My company has an office to transact business in Iowa. [71 Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. [Jf Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. [Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained� offices in Iowa during the past 3 years at the following addresses: Dates: l 1 l wvM toPPL5EWA/ Address: 2% 15 K PPP `Jt ' Z //nnom� �y City, State, Zip: DydupuE l)I J52oq1 Dates: / d� /2-014 to I���v r / Address: g r 6 CT 5K), y/ � City, State, Zip: Ci �1��1�!-IDSr (� _52 y _ Dates: / / to _/_/_ Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to bidders who are residents? ❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurateandtruthful information may be a reason to reject my bid. Firm Name: TR) en) C4 eIe-AAL CO01 un-)ONJ Signature. -- Date: 4 W/% You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-600102-14 Bond No.9233589 PERFORMANCE AND PAYMENT BOND Tricon General Construction, Inc. , 746 58th Ave Ct SW, Cedar Rapids, IA 52404 as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and Fidelity and Deposit Company of Maryland (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of one Hundred Eighty Three Thousand and OWN - Dollars ($ +03,000.00 ) 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 August 22, 2017 entered into a (date) written Agreement with Owner for the ROBERT A. LEE RECREATION CENTER REMODELING PROJECT 2017; 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 Neumann Monson Architects, 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 N ry Agreement, or - 0 2. Obtain a bid or bids for submission to Owner for completing1he?Prgyi�t in accordance with the terms and conditions of the Agreement�,,andllpon N determination by Owner and Surety of the lowest responsible 60pr, arrange rn rn Mr for a contract between such bidder and Owner, and make avaioble, 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 PB -1 of 2 this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price;' as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of one (1) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontractors, 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. 2017 SIGNED AND SEALED THIS 22nd IN THE PRESENCE OF: DAY OF TrIcon Gpa r onstruction Inc. Priaci I �LQ'� oneld-E R'Mh-mrd Witness (Title) Owner Fidelltv and Deposit Company of Ma land (Surety) rn-Fan Witness (Title)rhomas N 2626 491h Drive � (Street) D� �q r q Franksvllle, W1 53126 i ..r Sta(49p-) ti P(City, r— m 262-835-9576 `;.,� JL (PtielT) �o PB -2 of 2 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by MICHAEL BOND, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Thomas O. CHAMBERS and Todd SCHAAP, both of Franksville, Wisconsin, EACH its true and lawful agent and Attomey-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 12th day of July, A.D. 2017. ATTEST: f FC ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND Assistant Secretary Vice President Dawn E. Brown Michael Bond 0 State of Maryland County of Baltimore On this 12th day of July, A.D. 2017, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, MICHAEL BOND, Vice President, and DAWN E. BROWN, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. �+ IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above Galtten. CO POA -F 184-0010C n% 0.4:)g' ni�i$i :� a`� V i -iC7 _fir l a m Constance A. Dunn, Notary Public O S My Commission Expires: July 9, 2019 > O -e' POA -F 184-0010C EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attomevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE 1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. _ IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this2Ldayof August ,20�Z. ,—, `i �! -•- ;p"` seat g David McVMer, Vice President _o TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT ALL Ul[gD --�-r INFORMATION TO: 2 - t w • 1 n --�- Zurich American Insurance Co. •--t c- N Attn: Surety Claims r M 1299 Zurich Way "'"'W Zr Schaumburg, IL 60196-1056 STATE OF WISCONSIN ) COUNTY OF Kenosha ) ON THIS 22nd day of August 2017 before me, a notary public, within and for said County and State, personally appeared Thomas o. Chambers to me personally known, who being duly sworn, upon oath did say that he is the Attorney -in -Fact of and for the Fidelity and Deposit Company of Maryland , a corporation of Maryland , created, organized and existing under and by virtue of the laws of the State of Maryland ; that the corporate seal affixed to the foregoing within instrument is the seal of the said Company; that the seal was affixed and the said instrument was executed by authority of its Board of Directors; and the said Thomas O. Chambers did acknowledge that he/she executed the said instrument as the free act and deed of said Company. Notary My Co I f OF W\$ �� _o Itllltim>o`" �h � d <— N :"CrT1 1 . t� '11 V(5-) Prepared by: Brett Zimmerman, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5044 Resolution No. 18-222 Resolution accepting the work for the Robert A. Lee Recreation Center Remodeling Project 2017. Whereas, the Engineering Division has recommended that the work for construction of the Robert A. Lee Recreation Center Remodeling Project 2017, as included in a contract between the City of Iowa City and Tricon Construction Group of Cedar Rapids, IA, dated August 30, 2017, be accepted; and Whereas, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and Whereas, funds for this project are available in the Recreation Center Lobby Remodel account # R4336; and Whereas, the final contract price is $193,042.43. 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 7th day of August , 2018 Ma or Attest;., -)LWc� z Ci Clerk It was moved by Cole and seconded by adopted, and upon roll call there were: Ayes: Nays: Approved by City Attorney's Office ,713 Salih the Resolution be Absent: x Vacant - Botchway seat Cole Mims Salih Taylor Thomas Throgmorton