Loading...
HomeMy WebLinkAboutRIVERFRONT CROSSING PARK PHASE 3 PROJECT 2018RIVERFRONT CROSSINGS PARK, PHASE 3 PROJECT 2018 16 -Jan -2018 Plans, Specs, proposal, contract, opinion of cost 16 -Jan -2018 Res 18-21, setting a public hearing 22 -Jan -2018 Notice of Public Hearing 06 -Feb -2018 Res 18-37, approving plans, specs, form of agreement and estimate of cost. 07 -Jan -2018 Notice to bidders 06 -Mar -2018 18-61, resolution rejecting bids and setting new rebid. 07 -Mar -2018 Notice to bidders. 02 -Apr -2018 Res 18-81 awarding contract (City Construction Newco LLC) 26 -May -2020 Engineer's report 10 -Jun -2020 Performance, Payment & Maintenance Bond 19 -May -2020 Res 20-135, accepting the work CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE RIVERFRONT CROSSINGS PARK, PHASE 3 PROJECT , 0 IOWA CITY, IOWA ZE2 :D'--4 z .... DATE: January 16, 2018 s v L. C" CERTIFICATIONS o m T )f7 L • I > f Z I hereby certify that this engineering document was prepared by meprunder my dlreQ ••`• �,,,,n,,,,,,,�� r J personal supervision and that I am a duly licensed Professional Engin nde he Iavh PaFESS10 /� of the State of Iowa. • '• • �,...... • 2 [late21 : r rrj 1rg BRADLEY C. brad H HILL ; Eicense No. 19593 19593 3Nv renewal date is December 31. 2018 Pages or sheets covered by this seal: Sections 03 30 00, 05 12 00, 06 10 00 I HEREBY CERTIFY THAT THE PORTION OFTHIS DOCUMENT WAS 1111 1111 q�� PREPARED BY ME OR UNDER MY PERSONAL SUPERVISION, AND THAT 0 p OF 4y� I AM A DULY REGISTERED LANDSCAPE ARCHITECT UNDER THE LAWS E ,##, I .•.. ��0�''4$yy OF THE STATE OF IOWA ' •c';' PATRICK R��•� •,O •. the State f Iowa. r : ALV ORD p S. n LANDSCAPE : w r ATRICK . ALVORD A REGISTRATION #577 DATE M ; ARCHITECT r— Z N S NO. 577 ' J; 0 MIKKANMOWN010, AIA , ,F O �•.,• •� �t•�, MY REGISTRATION DATE IS JUNE 30, 2018 0 =1 = W ; SHEETS/PAGES COVERED BY THIS SEAL* D'v's'on 01 Section 02990 o m T )f7 L • I > f Z I hereby certify that this engineering document was prepared by meprunder my dlreQ ••`• �,,,,n,,,,,,,�� r J personal supervision and that I am a duly licensed Professional Engin nde he Iavh PaFESS10 /� of the State of Iowa. • '• • �,...... • 2 [late21 : r rrj 1rg BRADLEY C. brad H HILL ; Eicense No. 19593 19593 3Nv renewal date is December 31. 2018 Pages or sheets covered by this seal: Sections 03 30 00, 05 12 00, 06 10 00 1,t:.1:,)lfff, ��:': I hereby certify that this engineering document was prepared by me or under my direct 1 //i/ personal supervision and that I am a duly licensed Licensed Architect under the laws of •� :• ' 0.�,..•.,,�q .� the State f Iowa. CUA WILLIAM : y % MIKKANMOWN010, AIA ZTA, 0 =1 = W ; -30T DOWNING ; m License No. 5058 C.: 5058 : y My renewal date is July 1, 2018 i i i • � sheets covered by Pags r04, ItptWPt��P�*`````` D visi nSection 05 50 0,sDivisions 07, 08, 09, 10 N o m T )f7 L • I > f Z I hereby certify that this engineering document was prepared by meprunder my dlreQ ••`• �,,,,n,,,,,,,�� r J personal supervision and that I am a duly licensed Professional Engin nde he Iavh PaFESS10 /� of the State of Iowa. • '• • �,...... • 2 [late21 : r rrj 1rg BRADLEY C. brad H HILL ; Eicense No. 19593 19593 3Nv renewal date is December 31. 2018 Pages or sheets covered by this seal: Sections 03 30 00, 05 12 00, 06 10 00 I hereby certify that thi engineering document was prepared by me or under my direct person supero!rn that I am a my licensed Professional Engineer under the laws oft at `�y Date/ o —<r -<n f— ro�8 DVJt.atiT gyp''. a_='; CLCr SOtI :z'a Licse No. 13694 � ..s l °o <6J. My renewal date is December 31, 2019 ,...... Pages or sheets covered by this seal: Divisions 22, 23, 26, 27, 28 f`J O --4 —<r -<n f— rn � ..s l _o ro CERTIFICATIONS I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws w 3 th State of Iowe. ESS /04, personal supervision and that I am a duly licensed Professional Engineer under the laws Q�Of [of �r�J�( � 2 Date:01/1612018 /`/✓ DLII dltLL1/ z: LAUREN B. Lauren B. O'Neil, P.E. 1:ws O'NEIL kms License No. 22545 j 22545 Date:01/16/2018 My renewal date is December 31, 2019 Pages or sheets covered by this seal: 07,16ale, Sheets C100 & C501 CLYDE J. o_ I hereby certify that this engineering document was prepared by me or under my direct w 3 C-)� personal supervision and that I am a duly licensed Professional Engineer under the laws r :fir rn _ of the State of Iowa. Of ESS/ON D Q� q(11 Date:01/16/2018 41 �2 07,16ale, H CLYDE J. =w HALE m License No. Il5 U 13075 My renewal date is December 31, 2019 /0 W P Pages or sheets covered by this seal: Sheets EOOO, E101, E102, E501, E502 & E503 o_ O 3> w 3 C-)� - 0% r :fir rn -o m D 4Ln ON 900 2ND STREET SE, SUITE 104 CEDAR RAPIDS. IA 52401 TEL 319-409-5401 FAX 515-2888359 WWW TH/NKCONF TRANSMITTAL ATTENTION: COMPANY SUBMITTED FOR: ❑ APPROVAL ® USE COPY: NOTES / COMMENTS: Ms. Kellie Fruehling, City Clerk DATE: City of Iowa City PROJECT #: 410 E. Washington Street PROJECT: Iowa City, Iowa 52240 FROM: ❑ REVIEW AND COMMENT ❑ DISTRIBUTION Final, Council documents for Riverfront Crossing Park, Phase 3 Project. conFLU EnCE 1.16.2018 Iowa City #R4185 Riverfront Crossing Park, Phase 3 Project Confluence ❑ INFORMATION ❑ RECORDS Page 1 of 1 N O_ Q m SENT BY: D� a Z � n ;, r .<r - M oo. 4A ox = o SI UR D tom, m NAME: Patrick R. Alvord, Principal Page 1 of 1 SPECIFICATIONS TABLE OF CONTENTS TITLE PAGE CERTIFICATIONS SPECIFICATIONS TABLE OF CONTENTS NOTICE OF PUBLIC HEARING ......................................... NOTICE TO BIDDERS..... NOTE TO BIDDERS ......... INSTRUCTION TO BIDDERS ................................................. FORM OF PROPOSAL..... FORM OF AGREEMENT PERFORMANCE AND PAYMENT BOND....... CONTRACT COMPLIANCE PROGRAM (ANTI-DISCR(MINATION REQUIREMENTS) ............. WAGE THEFT... ................................................................. Pane Number TC -1 ................... NPH -1 ................... NTB-1 ..................I NB -1 ................... IB -1 ................... FP -1 ................... BB -1 ................... AGA ................... PBA ................... CC -1 ................... WT -1 BIDDER STATUS FORM......................................................................................... BSF-1 N O GENERALCONDITIONS......................................................................................� GWI fi�r' a SUPPLEMENTARY CONDITIONS.......................................................................D�SL�1 IC rn r— e-0rn � TECHNICAL SECTIONS Sitework, utilities and other site -related work shall be based on 2018 Edition%f The SUDAS Standard Specifications unless modified herein. DIVISION 1 - GENERAL REQUIREMENTS Section 01010 Summary of the Work........................................................... 01010-1 Section 01025 Measurement and Payment ................................................. 01025-1 Section 013000 Administrative Requirements ............................................ 01300-1 Section 01310 Progress and Schedules...................................................... 01310-1 Section 01570 Construction Facilities and Temporary Controls .................. 01570-1 Section 01600 Product Requirements.......................................................... 01600-1 TC -1 DIVISION 2 - SITE WORK Section 02660 Water Distribution................................................................. 02660-1 Section 02990 Site Furnishings and Equipment ......................................... 02990-1 DIVISION 03 — CONCRETE Section 03300 Cast -in -Place Concrete........................................................ 03300-1 DIVISION 04—MASONRY Section 042000 Unit Masonry ....................................................................... 042000-1 DIVISION 05 — METALS Section 051200 Structural Steel Framing ..................................................... 051200-1 Section 055000 Metal Fabrications.............................................................. 055000-1 DIVISION 06 — WOOD PLASTICS. AND COMPOSITES Section 061000 Rough Carpentry ................................................................ 061000-1 N O DIVISION 07 -- THERMAL AND MOISTURE PROTECTION o � $n v Section 072100 Thermal Insulation.........................................................c-I-< 0g100� Section 072500 Weather Barriers........................................................... -- n 072500 Section 074633 Plastic Siding................................................................. Section 075400 Thermoplastic Membrane Roofing.................................075400 rT Q.- 0*33-,., Section 079005 Joint Sealers.................................................................... ' 07,W05-1 m DIVISION 08 -- OPENINGS Section 081113 Hollow Metal Doors and Frames ........................................ 081113-1 Section 083100 Access Doors and Panels .................................................. 083100-1 Section 087100 Door Hardware................................................................... 087100-1 Section 088000 Glazing................................................................................ 088000-1 DIVISION 09 — FINISHES Section 099000 Painting and Coating.......................................................... 099000-1 DIVISION 10 — SPECIALTIES Section 101400 Signage............................................................................... 101400-1 TC -2 Section 102113.19 Plastic Toilet Compartments .......... Section 102800 Toilet, Bath, and Laundry Accessories DIVISION 11 — EQUIPMENT — NOT USED DIVISION 12 — FURNISHINGS — NOT USED ATTACHMENTS: FORM OF PROPOSAL I7Yi101�] BIDDERSTATUS FORM ATTACHMENT: PLANS 102113.19-1 102800-1 TC -3 c.v n N m a O ca tom;. /Drn rU -� - Yp CA W TC -3 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR RIVERFRONT CROSSING PARK, PHASE 3 PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: NTP -1 Public notice is hereby given to that the City Council of the City of Iowa City, Iowa, will conduct m a public hearing on plans, specifications, form on contract and estimated cost for the construction of the RIVERFRONT CROSSINGS PARK, PHASE 3 PROJECT in said City at 7:00 p.m. on �M the 61" day of February, 2018, said meeting to m 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 therafter as posted by the City Clerk. Said plans, specifications, form of contract and the 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 person may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City - Council of the City of Iowa City, Iowa and as r< provided by law. rr» c o KELLIE FRUEHLING, CITY CLERK rn hyo rn \ CT. " 77 ^q 77 w E NTP -1 CA M N 0 � m n� �M --0 m CA M NOTICE TO BIDDERS RIVERFRONT CROSSING PARK, PHASE 3 PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 281 day of February, 2018. Sealed proposals will be opened immediately thereafter. 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 6w day of March, 2018, or at a special meeting called for that purpose. There is a recommended pre-bid meeting. This will start at 2 P.M. local time on Thursday, February 15, 2018 in the Emma J. Harvat Hall in City Hall. The Riverfront Crossings Park, Phase 3 Project, located at 1001 S. Clinton Street – Iowa City, Iowa 52240, consists of: Construction of two (2) restroom buildings each consisting of four (4) unisex restrooms, a service room, and an electrical/mechanical room; construction of associated site and building utilities; construction of new PCC sidewalk appurtenant to each building; installation of site furnishings including drinking fountains, trash receptacles, bicycle racks, and picnic tables; site restoration and minor landscape planting; and other associated construction activities related to the restroom building construction. The Project further includes the installation and connection of site and pedestrian lighting throughout Riverfront Crossings Park as indicated in the Drawings; preparation, trenching and/or boring of conduit, installation of hand holes and other structures, feeding of wire and other cabling as necessary to power and control light fixtures, outlets and other receptacles as indicated in the Drawings; site restoration and other associated construction activities related to the installation of site and pedestrian lighting. The Project further includes the procurement/fabrication and installation of site identification and wayfinding signage as indicated in the Drawings; preparation for and installation of required sign footings; and minor site restoration associated with the installation of site identification and wayfinding signage. 0 All work is to be done in strict compliance with the plans and specifications prep Gonflu of Cedar Rapids, Iowa, which have heretofore been approved by the City Co n&re o for public examination in the Office of the City Clerk. c-)-< — r— ::+n ON Each proposal shall be completed on a form furnished by the City and must be suo4 ed 4b seia envelope. In addition, a separate sealed envelope shall be submitted conta r0 a Lompl Bidder Status Form and a bid bond executed by a corporation authorized to contoct as urety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made pay 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. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. 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, NTB-1 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: Specified Start Date: March 12, 2018 Specified Completion Date: July 13, 2018 Liquidated Damages: $500.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of Technigraphics, 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 $50.00 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, by bona fide bidders. The deposit will be refunded to plan holders who return the bidding documents in good condition within 15 days after receipt of bids. 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 Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. 0 Bidders shall list on the Form of Proposal the names of persons, firms, companwsg o�gi r p with whom the bidder intends to subcontract. This list shall include the type of wor al'Eroxi q= subcontract amount(s). n -C — r =4 c-) m The Contractor awarded the contract shall submit a list on the Form of Agreeme�€#he]top m subcontractors, together with quantities, unit prices and extended dollar amounts; ' _ r .. By virtue of statutory authority, preference must be given to products and provisions growrband 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. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK NTB-2 NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Envelope 2: Bid Bond and Bidder Status Form Form of Proposal NB -1 N O � 'ten W it -0 m ?r U1 rM INSTRUCTIONS TO BIDDERS ARTICLE 1 -DEFINITIONS 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*signated portion thereof for the sums stipulated therein, submitted in accordarg$ with the bidding documents. C:)t-y A C. The base bid is the sum stated in the bid for which the Bidder ofltwi tofor the work described in the bidding documents as the Base, to wvvork maM added, or from which work may be deducted for sums stated in pjtRatbids C:> ';K _. D. An alternate bid (or Alternate) is an amount stated in the bid tg��e ad -o -ed to or deducted from the amount of the base bid if the corresponding change in4Ae work, as described in bidding documents, is accepted. E ' A unit price is an amount stated in the bid as a price per unit of measurement for materials or services as described in the bidding documents or in the contract documents. F. A bidder is a person or entity who submits a bid. G. A sub -bidder is a person or entity who submits a bid to a bidder for materials, equipment or labor for a portion of the work. ARTICLE 2 — BIDDER'S REPRESENTATIONS 2. 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. IM 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. Copies A. Complete sets of the bidding documents may be obtained from the office of Office of Techniuraahics, a division of RapidsReoroductions located at 415 Hiahland 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 bidding documents, and their deposit will be refunded if the Architect receives written notification within the 30 calendar day period following receipt of bids. B. Bidders shall use complete sets of bidding documents in preparing bids. Neither the Owner nor the Architect assumes responsibility for errors or misinterpretations resulting from the use of incomplete sets of bidding documents. No partial sets will be issued. C. In making copies of the bidding documents available on the above terms, the Owner and the Architect do so only for the purpose of obtaining bids foghe work, .and do nor confer license or grant permission for any other use of t13 bidding documents. o . D. Copies of the reports and drawings that are not included Atlz the-Bidcjing Documents may be examined at Engineering Division at City Haa-, I va Tity, Igqa�oo� during regular business hours, or may be obtained from the Or� agpwnbV reproduction cost, plus handling charge. These reports and drav�o are not 0 of the contract documents, but the "technical data' contained thm upt7 which the bidder may rely as identified and established above, are incorporatatherein 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. M. C. Interpretations, corrections and changes of the bidding documents will be made by addendum. Interpretations, corrections and changes to the bidding documents made in any other manner will not be binding, and bidders shall not rely upon them. 3.3 Substitutions A. The materials, products and equipment described in the bidding documents establish a standard of required function, dimension, appearance and quality to be met by any proposed substitution. 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 U 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 reQ§pf of bids. 3. An addendum issued after receipt of bids and prior execution aWhe contract.C� y —+ x D. Each bidder shall ascertain prior to submitting a bid that he hasr-4< adK., issued, and the bidder shall acknowledge their receipt in the projZPHocagon e bid form. C) ARTICLE 4 — BIDDING PROCEDURES cn CTI Porm and Style of Bids A. A separate copy of the bid form is contained within the back cover of this document. 1 Fill in all blanks on the bid form by typewriter or manually in ink. C. Where so indicated by the makeup of the bid form, sums shall be expressed in both words and numerals, and in case of discrepancy between the two, the amount written in words will govern. D. Interlineations, alterations or erasures shall be initialed by the signer of the bid. E. All requested alternates shall be bid. If no change in the base bid is required, enter "No Change". 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 check, cash or certified check will not be an accepted bid bond. B. Surety bond shall be written on enclosed "Bid Bond" form bound within the project manual and the attorney-in-fact who executes the bond on behalf of the surety shall affix to the bond a certified and current copy of power of attorney. C. The Owner will have the right to retain the bid security of bidders to whom an award is being considered until either: 1 The contract has been executed and bonds have been furnished. 2. The specified time has elapsed so that the bids may be withdrawn. 3, All bids have been rejected. o ao 4.9 Bidder Status Form zi ` x. c ->-G r A.' Bidder Status form shall be submitted with the bid, in a separate'lorn. m -v 4.4 Submission of Bids ae a r_ A. All copies of the bid, the bid security and other documents require?to be f&mitted 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. 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 Thursday Februrary 28. 2018. 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 rMbmitted. o m n � ARTICLE 5 - CONSIDERATION OF BIDS :ic 5. Opening of Bids -<r-i -0 m a A. The properly identified bids received on time will be opened publ*and w—fi I be read aloud. cn 5.2 Rejection of Bids A. The Owner will have the right to reject any or all bids, and to reject a bid not accompanied by the required bid security or by another data required by the bidding documents, or to reject a bid which is in any way incomplete or irregular. 5.3 Acceptance of Bid (Award) A. It is the intent of the Owner to award a contract to the lowest responsive responsible bidder provided the bid has been submitted in accordance with the 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. 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 contract for the work, submit the following information to the Architect: 1. A designation of the work to be performed by the bidder with the bidder's own forces. 2. The proprietary names and the suppliers or principal items or system of materials and equipment proposed for the project. C. The bidder will be required to establish to the satisfaction of the Architect and the Owner the reliability and responsibility of the persons or entities proposed to furnish and perform the work described in the bidding documents. D. Prior to the award of the contract, the Architect will notify the bidder in writing if either the Owner or Architect, after due investigation, has reasonable objection to any such proposed person or entity. If the Owner or the Architect has reasonable ZZ objection to such proposed person or entity, the bidder may, at the bidder's option: -mac o Om Withdraw the bid. :* C-) C— a r2 Submit an acceptable substitute person or entity with an39*iistm-%nt irk -he bid price to cover the difference in cost occasioned by sd�,gubWjtutiori o D.� The Owner may accept the adjusted bid price or may disqualify ddsr. InUl2a event of either withdrawal or disqualification, bid security will no'� rfe4ed. V D CA a© ARTICLE 7 — PERFORMANCE BOND AND LABOR & MATERIAL PAYMENT BOND 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. im 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. Conference A. There is a recommended pre-bid meeting. This will start at 2 p.m. local time on Thursday, February 15, 2018, in the Emma J. Harvat Hall, in City Hall located 410 E. Washington Street, Iowa City, Iowa 52240. 8.2 Parking IM N O A. Parking available in the Chauncey Swan Parking Ramp. o m D� x --I C") _<- � rri -v rri CDCn — v w � no IM FORM OF PROPOSAL CITY OF IOWA CITY RIVERFRONT CROSSING PARK, PHASE 3 PROJECT 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 February 28, 2018 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 RIVERFRONT CROSSING PARK, PHASE 3 PROJECT in strict accordance with the Project Manual aggthe Drawings dated January 16, 2018, including Addenda numbered and �nclusi;W, prepared by Confluence, Inc. and to do all work at the prices set forth herein. gt -- M We further propose to do all "Extra Work" which may be required to complete tlE�`6orkaipnteliplated, at unit prices or lump sums to be agreed upon in writing prior to starting such wdrrcr-o m _ C:):%�W BASE BID: cs. ao Dollars ($ ) FP -1 of 3 FP -2 of 3 BID FORM RMEFtFRONT CROSSINGS PARK - PHASE 3.1 CONFLUENCE AND CRY OF IOWA CITY PREPARED BY CONFLUENCE & HR GREEN INC. January 16, 2018 ITEM NO. REM CODE ITEM DESCRIPTION UNIT TOTAL QUANTITY UNIT TOTAL COST COST BASE BID DIVISION 1 -GENERAL tW0-2J6 MOBILIZATION LS 1 DMSION 2 - EARTHWORK 2 2010.10&60 CLEARING AND GRUBBING AC C 50 3 2010-108-P' TOPSOIL ONSITE 5INCH DEPTH STR P. SALVAGE SPREAD) CY 4-0 4 2010-108-02 COMPOST FOR TOPSOIL AMENDMENT CY 1C0 5 201GIMD-3 TOPSOIL, OFFSITE 61NCH DEPTH CY 100 6 20101081 SUBBASE, MODIFIED, 6 INCH BY 425 7 2010108-L-0 lCOMPACTION TESTING LS 1 DIVISION 3 -TRENCH AND T10310141.00111 CONSTRNDipN 8 1 3010.108-X-0 GRANULAR BACKFILL CY 35 DMSKIN 4. SEWERS AND DRAW 9 4010108-A-0 SANITARY SEWER GRAVITY MAIN TRENCHED PVC TRUSS, 10 IW -1 LF 20 10 4010408E-0 SERVICE, N NITARY SEWER SERE, 3 -CH LF 85 11 4010-108-E-0 SASA NITARY SEWER SERVICE, 4 -NCH LF 70 12 1 4010-1 )8-F-0 SANITARY.SF%VFR SFRVICF &INC -I I F T]0 13 1 40101031-0 SANITARY SERVER CLEAVOJT EA 4 DIVISION S- WATER WINS AND APPURTENANCES 14 5010-108-E-' WATER SERVICE. COPPER. 2 INCH LF 540 15 5010.108E-1 WATER BFRVICF, COPPER, 9l4 -INCH LF ISS 16 5010.108-E-2 IWATER SERVICE CCRf JRATION 2 INCH EA 2 17 6010 108E3 IWATER SERVICE CURB S70- AND BOX 21NCH EA 2 18 5010.108E-3 IWATER SERVICE CURB STOD AND WASTE AND 0OX, 314 -INCH EA 2 &Mi iS-STRUCTURES FOR SANITARY AND STORM SEWERS 19 1 6010-108-A-0 MANHOLE SW 303, 46 -INCH EA 1 20 1 601^u--108-CO 1DROPCONNECTION EA 1 DMSIDN 7- STREETS AND RELATED WORK 21 1 7040-108A-0 IFULI DEPTH PATCH PCC SY 14 DMSLIN 8- TRAFFIC CONTROL 22 1 M30 108 A 0 ITEMIPORI TRAFFIC CONTROL LS 1 OMSION 9- SITE WORK AND LANDSCAPING 23 9010-108-A-0 CONVENTIONAL SE ECING AND MULCHING (CUSTOM NO MOW SEED MIXTURE) AC 05 24 9010108-0.O WATERING LS 1 25 9030.1088.0 TREES WITH WARRANTY, LARGE, OVERSTORY Bee 2 -CALIPER EA 7- 26 9030-1060.0 EVERGREE NS WITH WARRANTY B&B,BTO IO FOOT TALL EA 27 9090-10860 GRASSES WITH WARRANTY I GALLON EA 28 9040108-A2 SWPPP MANAGEMENT LS X 2P 9.'4C -108-D-1 FILTER SOCKS 9 INCH LF 20n 30 924-1080-21 FILTER SOCKS REMOVAL LF 2Wr CTT DIVISION II -MISC iANEOUS 31 tt01O108-A-0 CONSTRUCTION SURVEY LS f 32 n050.108 -A -'v CONCRETE WASHOUT BASIN, LINED LS DIVISION 12 -SPECIALTY ITEMS 33 LUMINAIRE TYPE LI(TRAL) EA d: 34 LUMINARE TYPE L2(WALKWAY) EA 1 28 35 LUMINAIRE TYPE L3 RAP_ - DIMMED EA 4 36 ELECTRICSERVICE LS 1 37 MODIFY LIGHTING CONTROLLER LCI LS 1 38 LIGHTING CONTROLLER LC, LS 1 39 ELECTRIC HANDHO_ES-UGHTING&POWER EA 47 40 FEEDERTOL03 LF 400 41 LZHITING& RECEPTACLE BRANCH CIRCUITS LF 5,930 42 E MPTY POWER CONDUITS LF 1,600 43 IFIC CONDUITS LF 275 44 MULCH, SHREDDED HARDWOOD CY 5 45 TRASH RECEPTACLE EA 4 45 BIKE RACKS EA 10 47 DRINKING FOUNTAIN INCLUDING UTILITY HOOK-UPS EA 2 48 PARK IDENTIFICATION SIGN BLADE WITH LIMESTONE BASE BLOCK FA 1 49 PARK KIOSK SIGN BLADE EA I 50 TRAIL WAYFINDING SIGN BLADE EA 6 51 PCC SIDN FOOTINGS CY 250 RESTROOM BUILDINGS- NO LINE REM COST 52 RESTROOMBUILCING EA 2 TOTAL (DIME SIDAND WN{ONMUCRON C0S0 TOTAL FP -2 of 3 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, acknowledge acceptance of the contract award. The undersigned will then execute and deliver to the Owner address the Agreement, the Procurement, Labor and Material Payment Bonds, and the certificates of insurance, and will proceed in accordance with requirements of the Contract Documents for this project, and have the Project at Substantial Completion on or before June 15, 2018 and Final Completion of July 13, 2018. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -3 of 3 : rn o� f .. 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 1 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 obligaljws of said Surety and its bond shall in no way be impaired or affected by any extension of &A time tgt;thin which the Owner may accept such Bid or may execute such contract documents, ar g d §Wrety As hereby waive notice of any such time extension. D z The Principal and the Surety hereto execute this bid bond this � dam rn = v A.D., 20_X un c f+ (Seal) Witness Principal By (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power -of -Attorney BB -1 of 1 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 161h of January, 2018, for the RIVERFRONT CROSSING PARK, PHASE 3 PROJECT ('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 N herein by reference: `- m o � a. Addenda Numbers attached her z' -c - b. "General Conditions of the Contract for Construction" AAy80G�A201- 7, �rn -v s Q as amended; o� _ C. Plans; v m 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 -2 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: no/100 Dollars ($ .00). 5. No Alternates included as part of this agreement. 6. Substantial Completion date is June 15, 2018 and Final Completion date is July 13, 2018. 7. CONTRACT DATE 71" day of March 2018. [DATE BASED ON FORMAL COUNCIL MEETING AWARDING CONTRACT BY RESOLUTION NUMBER XX -XXX]. City (Signature) (Printed name) Mayor ATTEST: (Printed name) City Clerk Contractor (Signature) (Printed name) N O (Company OfficialTitle)� a ATTEST: =:i C-3 rn �m (Printed name) C:) _ an W (Company Official Title) Approved By: AG -3 of 2 City Attorney's Office PERFORMANCE AND PAYMENT BOND (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and as (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of entered into a (date) written Agreement with Owner for the RIVERFRONT CROSSING PARK, PHASE 3 PROJECT; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by Confluence. Inc., which Agreement is by reference made a part hereof, and the agreed- upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obliga"n of this bond shall be null and void; otherwise it shall remain in full force and effecantil srisfacte" an Z completion of the Project. v-=4 A. The Surety hereby waives notice of any alteration or extension of .n-< iak by t c = Owner. cow s v B. Whenever Contractor shall be, and is declared by Owner to be, in daA ur . er the Agreement, the Owner having performed Owner's obligations thereunder, theMurety 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 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 FIVE (5) 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. 20 SIGNED AND SEALED THIS DAY OF IN THE PRESENCE OF: Witness Witness PB -2 of 2 (Title) (Street) (City, State, Zip) (Phone) N 0 (Princi{ia1 W v (Title�� rn �� rn (Sur- Ln f -n PB -2 of 2 (Title) (Street) (City, State, Zip) (Phone) �. Contract Compliance Program Z� CITY OF IOWA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approv$d by the City. ae 5. Contracting departments are responsible for answering questions about4oac%r, cd Want and vendor compliance during the course of the contract with the City. D=; z r 6. All contractors, vendors, and consultants must refrain from the use of anyS�s or desig ons which are sexist in nature, such as those which state "Men Working" or "P a4he;;14 and instead use gender neutral signs. :X _ V D cn 7. All contractors, vendors, and consultants must assure that their subcontractors abid€oby the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. mgr\asst\contractcomplianc doc CC -1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 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 seci.) 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. U 5. Where is this statement posted? _P Gl , M. What- is the name, Opportunity Officer? (Please print) Phone number telephone number and address of your business' Address 0 t z.- A I�l'gnploM nt D W 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. mgrtassflcontractcomplianoe.doc CC -2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name Date �a IT m ro�C-) rs7 m W cn , sA mg r\asst\contractcompliance.doc CC -3 3. 4. 12/01 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity errWyer'. (b) Use recruitment sources that are likely to yield diverse applicant pools./ord-olRnout ruitment will only perpetuate the current composition of your workforce. Send rtsigtmVt so a letter 9nnually which reaffirms your commitment to equal employment opp clog ity snd r sts their 5asistance in helping you reach diverse applicant pools. �n 0% §alyze and review your company's recruitment procedures to�Id�Pnti1 an liminate giscriminatory barriers. _,J 0 Select and train persons involved in the employment process to use o e?Tve'siandards and to F.. sdpport equal employment opportunity goals. CA D ej :-Review periodically job descriptions to make sure they accurately reflect major job functions. "J Review education and experience requirements to make sure they accurately reflect the 'requirements for successful job performance. (f) nReview the job application to insure that only job related questions are asked. Ask yourself" Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. mgr\ass[\contractcompliance.doc CCA Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 0 �n m Z =gym � o� -o " CS Cl) - a. CC -5 �n m Z =gym � o� -o " CS cn L" 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) N D. Employment policies relating to pregnancy and childbirth shall be governed by the allowing: m 1. A written or unwritten employment policy or practice which excludes frovmplqgnent applicants or employees because of the employee's pregnancy is a prirr)faCie � IatigR of this title. -<r -, m 2. Disabilities caused or contributed to by the employee's pregnancy, mist ge, _ childbirth and recovery therefrom are, for all job related purposes, tempor y dis4.lities and shall be treated as such under any health or temporary disability insurance oFBick 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 CC -6 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: 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 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) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 4. 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) 5. 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 interpjted narrowly. (Ord. 03-4105, 12-16-2003) �n a 6. 'A state or federal program designed to benefit a specific age classificaFzS7whi* serfs a bona fide public purpose. (Ord. 94-3647, 11-8-1994) c?'e, Q. � ro rn 7. The employment on the basis of disability in those certain instances whHr—e%est*ce do disability is a bona fide occupational qualification reasonably necessary @ttie n(=nal operation of a particular business or enterprise. The bona fide occupational qua%ation shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 8. 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 -7 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 age, color, creed, disability, national origin, gender identity, marital status, 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 will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone Number: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO office jrpegicoury5pj to formulate a policy which specifically meets the needs of your company;m a [ n� C3;0 0 D cup. CC -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 anyjudicial 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. 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. 0 IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Tk ft PoIW" may submit a request in writing indicating that one or more of the following actions havA�e" ta�: �i `_'-< - r a. There has been a bona fide change in ownership or control of the ineligible per -gpenRy; b. Disciplinary action has been taken against the individual(s) responsible for th36ts gjying r go the violation(s); t" Vt CA c. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification 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 STATE OF COUNTY U. WAGE THEFT AFFIDAVIT ) 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 anyjudicial 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 in the last 5 years. WT -2 of 2 N Signature 3> __4 c7.4 - -1n rn :<rrn -v This instrument was acknowledged before me by C>TK20`x. on G!, _ Notary Public in and for the State of WT -2 of 2 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 residues? Yes No Ste" 3. If you answered "Yes" to question 2, identify each preference offered by your company's homg fti;�e offoreign— country and the appropriate legal citation. rj Cn (� .<r rn = M To be completed by all bidders You may attach additional sheet(s) if needed. 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. BSF-1 Date: You must submit the completed form to the governmental body requesting bids per 675 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. BSF-2 N P c � m a CD - R r BSF-2 Worksheet: Authorization to Transact Business This worksheet maybe 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 BSF-3 =' state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of W cancellation has not been filed. b ❑ Yes ❑ No _ �a My business is a limited partnership or limited liability limited partner@"hiLhas� a certificate of limited partnership in this state, and has not filed a state3e2tjt oA�rminatbh. ❑Yes ❑ No My business is a limited partnership or a limited liability limited partnep W%se rtificate of limited partnership is filed in a state other than Iowa, the limited para flip limitMbility limited partnership has received notification from the Iowa secreta rate at thrqplication for certificate of authority has been approved and no notice of canc tion hes been ed by the limited partnership or the limited liability limited partnership. cin ❑ 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. BSF-3 ARC 1271C LABOR SERVICES DIVISION[875] Adopted and Filed Pursuant to the authority of Iowa Code section 73A.21, the Labor Commissioner hereby adopts a new Chapter 156, `Bidder Preferences in Government Contracting," Iowa Administrative Code. This amendment adopts new rules concerning preferences for resident bidders on government construction projects. The new chapter sets forth requirements for a public body involved in a public improvement and sets forth enforcement procedures. Notice of Intended Action was published in the October 30, 2013, Iowa Administrative Bulletin as ARC 1160C. Public comments regarding the proposed rules were received. Commenters stated that some of the rules could be misinterpreted and that some of the rules were beyond the statutory authority of Iowa Code section 73A.21. Commenters expressed ideas on how to make the bidding process more efficient. Commenters also questioned the constitutionality of Iowa Code section 73A.21. One commenter suggested adding compliance with Iowa Code chapter 91C as a basis to find that a company is authorized to transact business in Iowa. These rules are not identical to those published under Notice of Intended Action. Some changes are technical; other more substantive changes are described below. References to "domicile" were removed from several rules. Subrule 156.2(1) was changed to clarify that the requirements apply only to a project to be awarded to the lowest responsible bidder; to clarify that only office addresses, not construction worksites, must be reported; to remove a reference to perjury; and to change the deadline for submitting a statement to the public body. Paragraph 156.2(2)"b" was changed by deleting the phrase "under this Act." Subrule 156.2(3) was changed by adding new paragraph "k" concerning construction contractor registration, and by clarifying that compliance with only one of the lettered paragraphs in the subrule is necessary. Paragraph 156.2(4)"b" was changed by adding the phrase "if applicable." In rule 875-156.3(73A), the term "public body" replaced the term "nonresident bidder." o A naw -.rule 875-156.9(73A) containing a severability clause was added. p The pitncipal,reason for adoption of this amendment is to implement legislative inLWNcweriancen procedures are included in these rules because variance provisions are set forth in 875�pte�. After analysis and review of this rule making, no impact on jobs has been found. �n 'These rules are intended to implement Iowa Code section 73A.21. ;Gm M These rules shall become effective on February 12, 2014. e -The following amendment is adopted. Adopt the following new 875 --Chapter 156: CHAPTER 156 BIDDER PREFERENCES IN GOVERNMENT CONTRACTING 875-156.1(73A) Purpose, scope and definitions. These rules institute administrative and operational procedures for enforcement of the Act. The definitions and interpretations contained in Iowa Code section 73A.21 shall be applicable to such terms when used in this chapter. "Act" means Iowa Code section 73A.21. "Affiliate, " when used with respect to any specified person or entity, means another person or entity that, either directly or indirectly through one or more intermediaries, controls, or is controlled by, or is under common control or ownership with, such specified person or entity. "Commissioner" means the labor commissioner appointed pursuant to Iowa Code section 91.2, or the labor commissioner's designee. "Division " means the division of labor of the department of workforce development. BSF-4 "Nonresident bidder" means a person or entity that does not meet the definition of a resident bidder, including any affiliate of any person or entity that is a nonresident bidder. "Parent, " when used with respect to any specified person or entity, means an affiliate controlling such specified person or entity directly or indirectly through one or more intermediaries. "Public body" means the state and any of its political subdivisions, including a school district, public utility, or the state board of regents. "Public improvement" means a building or other construction work to be paid for in whole or in part by the use of funds of the state, its agencies, and any of its political subdivisions and includes road construction, reconstruction, and maintenance projects. "Public utility" includes municipally owned utilities and municipally owned waterworks. "Resident bidder" means a person or entity authorized to transact business in this state and having a place of business for transacting business within the state at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. "Resident labor force preference" means a requirement in which all or a portion of a labor force working on a public improvement is a resident of a particular state or country. "Subsidiary, " when used with respect to any specified person or entity, is an affiliate controlled by such specified person or entity directly or indirectly through one or more intermediaries. 875-156.2(73A) Reporting of resident status of bidders. 156.2(1) Reporting to public body. When a contract for a public improvement is to be awarded to the lowest responsible bidder, the public body shall request a statement from each bidder regarding the bidder's resident status. The statement shall be on the form designated by the commissioner. The statement shall require the bidder to certify whether the bidder is a resident bidder or a nonresident bidder. In the case of a resident bidder, the statement shall require the resident bidder to identify each office at which the resident bidder has conducted business in the state during the previous three years and the dates on which the resident bidder conducted business at each office. In the case of a nonresident bidder, the statement shall require the nonresident bidder to identify the nonresident bidder's home state or foreign country as reported to the Iowa secretary of state, to identify each preference offered by the nonresident bidder's home state or foreign country, and to certify that, except as set forth oa4he form, there are no other preferences offered by the nonresident bidder's home state or fi$ign cCaMiry. The staterpent shall include such additional information as requested by the commissiadel7Thestate�L must Iba signed by an authorized representative of the bidder. A fully completeM4mlt shall 9 deerged to be incorporated by reference into all project bid specifications and contQTtdoc ents jM any Hdder on a public improvement. Failure to provide the statement with the bid �resu, in thTe' bid being deemed nonresponsive. This may result in the bid being rejected by the publi�cb�y. _ • • f 156.2(2) Determining residency status. 7C Q a. For purposes of the Act, a person or entity is a resident bidder if the persoiPor enti t' (1) Is authorized to transact business in Iowa; and to (2) Has had one or more places of business in Iowa at which it is conducting or has conducted business in this state for at least three years immediately prior to the date of the first advertisement for the public improvement. b. If the person or entity is a resident of a state or foreign country that has a more stringent definition than is set forth in paragraph 156.2(2) "a" for determining whether a person or entity in that state or country is a resident bidder, then the more stringent definition applies. 156.2(3) Determining authorization to transact business. A person or entity is authorized to transact business in the state if one or more of the following accurately describes the person or entity: a. In the case of a sole proprietorship, the sole proprietor is an Iowa resident for Iowa income tax purposes; b. In the case of 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; BSF-5 C. In the case of a limited liability partnership which has filed a statement of qualification in this state, the statement has not been canceled; d. In the case of a limited liability partnership whose statement of qualification is filed in a state other than Iowa, the limited liability partnership has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed pursuant to Iowa Code section 486A.105(4); e. In the case of a limited partnership or limited liability limited partnership whose certificate of limited partnership is filed in this state, the limited partnership or limited liability limited partnership has not filed a statement of termination; f In the case of 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; g. In the case of a limited liability company whose certificate of organization is filed in this state, the limited liability company has not filed a statement of termination; h. In the case of a limited liability company whose certificate of organization is filed in a state other than Iowa, the limited liability company has received a certificate of authority to transact business in this state and the certificate has not been revoked or canceled; i. In the case of a corporation whose articles of incorporation are filed in this state, the corporation (I) has paid all fees required by Iowa Code chapter 490, (2) has filed its most recent biennial report, and (3) has not filed articles of dissolution; j. In the case of a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation (1) has received a certificate of authority from the Iowa secretary of state, (2) has filed its most recent biennial report with the secretary of state, and (3) has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked; or k. The person or entity is registered with the Iowa division of labor as a construction contractor pursuant to Iowa Code chapter 91 C. 156.2(4) Determining if bidder has conducted business in state. In order to determine if a bidder has a place of business for transacting business within Iowa at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement of the public inoovement, the bidder shall meet the following criteria for the three-year period prior to the fiPjadverr=menLW6. the public improvement: a.0 Continuously maintained a place of business for transacting business in I*Ae-tha[��5 suit for mm than receiving mail, telephone calls, and e-mails; and n" � p+ r j— b. Conducted business in the state for each ofthose three years and filed an Iowa iW e taWturr —applicable, made payments to the Iowa unemployment insurance fund, if applicable, aiMllinede)Iowa Workers' compensation policy, if applicable, in effect for each of those three yea%:C Sa uiL 875=256.3(73A) Application of preference. When awarding a contract for a public improWqhent to the lowest'responsible bidder, the public body shall allow a preference to a resident bidder as against a nonr $ident bidder that is equal to any preference given or required by the home state or foreign country in w ich the nonresident bidder is a resident without regard to whether such preferences are actually enforced by the applicable regulatory body in each state. If the bidder is a subsidiary of a parent that would be a nonresident bidder if such parent were to bid on the public improvement in its own name, then the public body shall allow a preference as against such bidder that is equal to the preference given or required by the home state or foreign country of the bidder's parent. In the instance of a labor force preference, a public body shall apply the same resident labor force preference to a public improvement in this state as would be required in the construction of a public improvement by the home state or foreign country of the nonresident bidder, or the parent of a resident bidder if the parent would qualify as a nonresident bidder if such parent were to bid on the public improvement in its own name. A preference shall not be applied to a subcontractor unless the home state or foreign country of the nonresident bidder to whom the contract was awarded would apply a preference to the subcontractor. BSF-6 Specific methods of calculating and applying a preference shall mirror those that apply in the home state or foreign country of the nonresident bidder to whom the contract was awarded. In the event that the specific method used by the nonresident bidder's home state or foreign country cannot be determined, the calculation for a labor force preference shall include only the labor force working on the public improvement in Iowa on a regular basis calculated by pay period. 875-156.4(73A) Complaints regarding alleged violations of the Act. 156.4(1) Complaints. Any person with information regarding a violation of the Act may submit a written complaint to the commissioner. Any complaint must provide the information required pursuant to subrule 156.4(2) or as much of such information as is reasonably practicable under the circumstances. The completed written complaint form shall be submitted to the commissioner at Labor Services Division, 1000 East Grand Avenue, Des Moines, Iowa 50319. 156.4(2) Written complaint form. The commissioner shall prepare a written complaint form that a person with information regarding a potential violation of the Act may submit pursuant to subrule 156.4(1). The written complaint form shall request the following information: the name, address, telephone number, and e-mail address of the complainant; the name of the bidder that is believed to have violated the Act; a description of any relationships between the complainant and the bidder; an identification of the public body to which the bidder submitted a bid; the home state or foreign country of the bidder; a description of the goods and services provided under the bid; and such additional information as requested by the commissioner. 156.4(3) Availability ofwritten complaintform. The written complaint form shall be available in all division offices and on the department of workforce development's Internet Web site. 875-156.5(73A) Nonresident bidder record-keeping requirements. While participating in a public improvement, a nonresident bidder from a home state or foreign country with a resident labor force preference shall make and keep, for a period of not less than three years, accurate records of all workers employed by the contractor or subcontractor on the public improvement. The records shall include each worker's name, address, telephone number if available, social security number, trade classification, and starting and ending date of employment. 875-1§6.6(73A) Investigations; determination of civil penalty. The commissioner or an authorized Resignee shall cause an investigation to be made into charges of violations of the Act, including allegations set forth in a written complaint. 156.6(1) investigative powers. The commissioner or the authorized designee shall 9' a the following powers: O `a a. Hearings. The commissioner may hold hearings and investigate charges of gaontf the CAct. � �r� b.0 Entry into place of employment. The commissioner may, consistent with dL esT%f lavd enter any place of employment to inspect records concerning labor force residenc 4aPuo*on In employer or employee, and to investigate those facts, conditions, or matters as are dee80oappApriat ^o in determining whether any person has violated the provisions of the Act. The commist'r sW only make an entry into a place of employment in response to a written complaint. 3> CA C. Residency of workers. The commissioner may investigate and ascertain the residency of a worker engaged in any public improvement in this state. d. Oaths; depositions; subpoenas. The commissioner may administer oaths, take or cause to be taken deposition of witnesses, and require by subpoena the attendance and testimony of witnesses and the production of all books, registers, payrolls, and other evidence relevant to a matter under investigation or hearing. e. Employment ofpersonnel. The commissioner may employ qualified personnel as are necessary for the enforcement of Iowa Code section 73A.21. The personnel shall be employed pursuant to the merit system provisions of Iowa Code chapter 8A, subchapter IV. BSF-7 f. Request for records. The commissioner shall require a contractor or subcontractor to file, within 10 days of receipt of a request, any records enumerated in rule 875-156.5(73A). If the contractor or subcontractor fails to provide the requested records within 10 days, the commissioner may direct, within 15 days after the end of the 10 -day period, that the fiscal or financial office charged with the custody and disbursement of funds of the public body that contracted for construction of the public improvement or undertook the public improvement, to withhold immediately from payment to the contractor or subcontractor up to 25 percent of the amount to be paid to the contractor or subcontractor under the terns of the contract or written instrument under which the public improvement is being performed. The amount withheld shall be immediately released upon receipt by the public body of a notice from the commissioner indicating that the request for records as required by this paragraph has been satisfied. 156.6(2) Division determination. Upon conclusion of an investigation, the commissioner or an authorized designee shall issue a written determination to the party that was the subject of the investigation. The determination shall indicate whether or not the division finds a violation of the Act by the party. If the determination indicates that the party engaged in a violation of the Act, the determination shall also indicate the remedies the division intends to pursue as a result of the violation. 156.6(3) Informal conference. A party seeking review of the division's determination pursuant to this rule may file a written request for an informal conference. The request must be received by the division within 15 days after the date of issuance of the division's determination. During the conference, the party seeking review may present written or oral information and arguments as to why the division's determination should be amended or vacated. The division shall consider the information and arguments presented and issue a written decision advising all parties of the outcome of the informal conference. 875-156.7(73A) Remedies. Following the conclusion of the informal conference, or following the expiration of the time in which a party may file a written request for an informal conference, the division may pursue the following remedies. 156.7(1) Injunctive relief. If the division determines that a violation of the Act has occurred, the division may sue for injunctive relief against the awarding of a contract, the undertaking of a public improvement, or the continuation of a public improvement. 156.7(2) Civil penalty. Any person or entity that violates the provisions of this chapter is -Abject to a civil penalty in an amount not to exceed $1,000 for each violation found in a first investigation by M division, not to exceed $5,000 for each violation found in a second investigation by the division `no e $15,000 for a third or subsequent violation found in any subsequent investigation by�ivabn. E violation of this chapter for each worker and for each day the violation continues consdlltt4 a separator distinct violation. In determining the amount of the penalty, the division shall consider tlret04Mten sof the penalty to the person or entity charged, upon determination of the gravity of t ie j*latien(s). rolm collection -of these penalties shall be enforced in a civil action brought by the attorney get a- b�erhalf division. y� - CA 875-156.8(73A) Compliance with federal law. If it is determined that application of this chapter and the Act may cause denial of federal funds which would otherwise be available for a public improvement, or would otherwise be inconsistent with requirements of any federal law or regulation, the application of this chapter shall be suspended to the extent necessary to prevent denial of the funds or to eliminate the inconsistency with federal requirements. 875-156.9(73A) Severability. If any rule under this chapter, any portion of a rule under this chapter, or the applicability of any rule under this chapter to any person or circumstance is held invalid by court, the remainder of these rules or the rules' applicability to other persons or circumstances shall not be affected. These rules are intended to implement Iowa Code section 73A.21. [Filed 12/16/13, effective 2/12/141 [Published 1/8/14] EDITOR's NOTE: For replacement pages for IAC, see IAC Supplement 1/8/14. BSF-8 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 ro 0 `5 A m �— C')-e �. r __ D u1 r_n GC -1 SUPPLEMENTARY CONDITIONS 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 steout 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 O B. Change paragraph 1.1.3 to read as follows: m 1.1.3 The term "Work" means the construction and services required th�Contra Documents, whether completed or partially completed, and includes all *Z; lam, toots" materials, equipment, transportation, services, taxes, insurance and 09'6thdservi es provided or to be provided by the Contractor to fulfill the Contractor's oblis. The W may constitute the whole or a part of the Project. The Contractor shall provlrtesall*rk materials required bv+vhich any part of the Contract Documents . _1u te�revf z .• C. Add the following paragraph 1.2.4: 4o 1.2.4 Sections of Division 1 - General Requirements, govern the execution of all sections of the specifications. 1.3 ARTICLE 2 -OWNER A. Change paragraph 2.4 to read as follows: 2.4 If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents and fails within a seven-day period after receipt of written notice from the Owner to commence and continue correction of such default or neglect with diligence and promptness, the Owner may without prejudice to other remedies the Owner may have, correct such deficiencies. - In such case aH appropr ate Gh@R;= Osler `hall be .__ ed dedLiGtiRg the Owner may deduct from payments then or thereafter d ue the Contractor the reasonableentire cost of correcting such deficiencies, including Owner's expenses and compensation for the SC -1 of 17 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. SUGh ^^"^n by the Q.Aine. and ^ -^'^ ^"^F^^a `^ the 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 contractor's review is made in the Contractor's capacity as a contractor and not as a licensed design professional, unless otherwise specifically provided in the Contract Documents. The Contractor shall not be liable to the Owner or Architect for damage resulting from errors, inconsistencies or omissions in the Contract Documents unless the Contractor recognized such error, inconsistency or omission and kaewiagly failed to report it to the Architect. If the Contractor performs any construction activity knewing it iRvolye6 involving a recognized error, inconsistency or omission in the Contract Documents without such notice to the Architect, the Contractor shall assume apprepriate responsibility for such performance and shall bear an appFepF ate aFRG--Rt of the attributable all costs for correction. The Contractor shall perforin 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, matedahnep material Providers and suppliers and their agents and employees, and other persons performing portions of the Work under a contract with the Contractor orgny of its Subcontractors. o C_ Add the following 3.3.4: �n 3.3.4 Contractor shall maintain a qualified and responsible person avAEe 24 you day, seven days per week to respond to emergencies which may g3li"r Abr ho Contractor shall provide to Owner and Architect the phone number and(Q ;aghM se of this individual. D. Change paragraph 3.4.1 to read as follows: 3y u1 3.4.1 Unless otherwise provided in the Contract Documents, the Contractor shall pf&de 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. 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 SC -2 of 17 2. Regular applications: a. Shall be tapped 1 -inch with brass insert. b. Shall be 2 -hole Erie pattern with the "W" in a raised letter. 3. Cement applications: a. Shall be tapped with 1 -inch brass pentagon plug with word "Water" in raised letters. b. All pentagon brass plugs shall have a 27/32 -inch point to flat side. G. Straight Three -Part Unions: 1. Comply with ANSI/AW WA C800 and ASTM B62. 2. Body. "No lead brass" alloy, meeting ASTM B584. 3. Connections: Conductive compression connection for CTS OD on both ends. 4. Gripper band shall be stainless steel and overlap itself so no gasket material can get underneath. 5. Conductor spring shall provide metal to metal contact between copper tubing and the fitting for electrical conductivity. 6. Entire gasket shall be enclosed. 7. Fluorocarbon coating shall be on inside surface of nut. 8. Union pressure rating shall be greater than the valve or fitting with which it is used H. Yard Hydrants: Shall be fi=eless style. 2.9 NON -SHRINK GROUT 0 -cam m �Y Comply with Iowa DOT Materials I.M. 491.13. •rte � ,;� 2.10 VALVES — a' A. General: d 1. Valve Body: Manufacturer's name and pressure rating cast on valvaody. 2. Direction of Opening: The opening direction is counterclockwise as' viewed from the top. 3. Joints: a. For buried installations, use mechanical joints per AW WA Cl 11. Comply with 2.3 of this section for joint nuts and bolts. b. For installation within structures, flanged with dimensions and drillings according to AWWA CI10 or ANSI B16.1 class 125. 4. Valve shall have been manufactured within 5 years of installation date. B. Gate Valves: 1. Standards: Comply with AW WA C509 (gray iron or ductile iron) and NSF 61. 2. Stem Seals: Double O -rings permanently lubricated between seals. Lubricant certified for use in potable water. 3. External Bolts and Hex Nuts: Stainless steel according to ASTM A 240, Type 304. j CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 8 of 19 Z.8 SMALL WATER SERVICE PIPE AND APPURTENANCES A. Copper Tubing: No couplings or connections are permitted under paving. 1. Comply with ASTM B75 and ASTM B88. 2. Wall Thickness: Type K. 3. Packaging: Shall be in coils for sizes 3/4 -inch through 1 1/2 -inch, and in coils or straight pipe for size 2 -inch. B. Service Saddles: 1. Comply with ANSI/AW WA C800 and ASTM B62. 2. Pressure Rating: Equal, but not to exceed, 200 PSIG. 3. Body Composition: 85-5-5-5 cast brass 4. Strap: Wide band, 304L stainless steel with 304L stainless steel studs. 5. Nuts and Washers: 304 stainless steel, nuts supplied with fluorocarbon coating. 6. Threading: AW WA tap thread (CC thread). 7. Gaskets: Comply with section 2.7 of this specification. C. Corporation Valves: 1. Comply with ANSIIAW WA C800 and ASTM B62. 2. Pressure Rating: 300 PSIG maximum working pressure. 3. Body- "No lead brass" alloy, meeting ASTM B584. 4. Connections: Inlet shall be AW WA taper thread, outlet shall be conductive compression connection for CTS OD tubing. 5. Valve: Compression ball type. D. Ball Curb Valves: 1. Comply with ANSI/AW WA C800 and ASTM B62. 2. Pressure Rating: 300 PSIG maximum working pressure. 3. Body: "No lead brass" alloy, meeting ASTM B584. 4. Connections: Inlet and outlet shall be compression c( M F. November 2016 OD tubing. 5. Valve: Shall have a quarter turn check with fluorocarbl stainless steel reinforced seat, and end pieces shall have double o -ring seals. Curb Box: N 0 m x IVor VM :ball �Cm =ied w�h F 0 1. Comply with ANSIIAW WA C800. 2. Style: Arch pattern, slide style. 3. Length: 5 -foot box, 1 -foot telescope, shall telescope up and down inside the base casting. 4. Coating: Black dip inside and out. 5. Rod: 5/8 -inch diameter with small key -clamp welded to rod; stainless steel road and cotter pin; 42 -inches long. Curb Box Lids: 1. All lids: a. Brass components shall conform to ASTM B62 and ASTM B584, TINS C83600-85-5-5-5 (latest revision). b. Lids shall be made of cast iron per ASTM A48, Class 25. c. Lid shall be coated with black dip. CITY OF IOWA CnY WATER DISTRIBUTION - 02660 Page 7 of 19 2. End Ring (Follower Ring): Ductile iron complying with ASTM A 536, or steel meeting or exceeding the requirements of ASTM A 576, grade 1010- 1020. 3. Gaskets: New rubber compounded for water service and resistant top permanent set. 4. Bolts and Nuts: Stainless steel. 2.5 CONCRETE THRUST BLOCKS A. Use Iowa DOT Class C concrete. B. Comply with the contract documents for dimensions and installation of thrust blocks. Comply with SUDAS Figure 5010.101. 2.6 PIPELINEACCESSORIES A. Polyethylene Wrap: 1. Comply with AWWA C105. 2. Provide tubes or sheets with 8 mil minimum thickness. B. Tracer System: Comply with Figures CIC -5010.102 through 105- I . 05- 1. Tracer Wire: Blue in color. �-, "�► a. Solid Single Copper Conductor: 1) Size: #12 AWG £`-) On 2) Insulation Material: Linear low-density polyefli �p (b)yDPI 11 installation suitable for direct burial applications. �? 3) Insulation Thickness: 0.045 inches, minimum. b. Bimetallic Copper Clad Steel Conductor: 1) Size: #12 AWG. 2) Rating: Direct burial. 3) Operating Voltage: 30 volts. 4) Conductivity: 21 %. 5) Copper Cladding: 3% of conductor diameter, minimum. 6) Insulation Material: High density polyethylene. 7) Insulation Thickness: 0.030 inches, minimum. 2. Ground Rod: 3/8 inch diameter minimum, 60 inch steel rod uniformly coated with metallically bonded electrolytic copper. 3. Ground -rod Clamp: High-strength, corrosion -resistant copper alloy. 4. Splice Kit: See "Accepted Products for Water Distribution Materials." 5. Tracer Wire Station: Reference figures CIC -5010.102 through 105. 2.7 SPECIAL GASKETS A. For soils contaminated with gasoline, use nitrile gaskets. B. For other soil contaminants, contact the Engineer for the required gasket. Cn'Y OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 6 of 19 2.3 BOLTS FOR WATER MAIN AAD FITTINGS Use corrosion resistant bolts. A. Tee -bolts and Hexagonal Nuts for Mechanical Joints: 1. High-strength, low -alloy steel manufactured according to AW WA Cl 11. 2. Provide ceramic -filled, baked -on, fluorocarbon resin coating for bolts and nuts. 3. Include factory -applied lubricant that produces low coefficient of friction for ease of installation. B. Other Bolts and Nuts: 1. Stainless steel. 2.4 FITTINGS A. Comply with AW WA Cl 10 (ductile iron or gray iron) or AW WA C153 (ductile iron). 1. Joint Type: a. For all pipe sizes, use restrained mechanical joint system. Provide follower gland using breakaway torque bolts to engage thrust restraint. 1) Minimum pressure rating same as connecting pipe. For fittings between dissimilar pipes, the minimum pressure rating is the lesser of the two pipes. 2) Suitable for buried service. 3) Joint restraint system to be field installable, field removable, and re -installable. b. Use of alternate restraint systems must be approved by theJuriBictional Engineer. o n C_ 2. Lined: Cement mortar lined according to AWWA C104 wal 2ppbA --- coating. n-< rn 3. Wall Thickness: Comply with AW WA C153. cr rn rn -O 4. Gaskets: Comply with AW WA Cl 11. o (� B. Flange Adapter: 1. Body: Ductile iron complying with ASTM A 536. o 2. End Rings (Follower Rings): Ductile iron complying with ASTM A 536. 3. Gaskets: New rubber compounded for water service and resistant to permanent set. 4. Bolts and Nuts: High strength, low alloy corrosion resistant steel or carbon steel bolts complying with ASTM A 307. C. Pipe Coupling: Comply with AW WA C219. 1. Center Sleeve (Center Ring): Steel pipe or tubing complying with ASTM A 53 or ASTM A 512, or formed carbon steel with a minimum yield of 30,000 psi. CrrY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 5 of 19 Z2 PIPE A. Polyvinyl Chloride (PVC) Pipe: Comply with AWWA C900 or AWWA C905 with gray iron pipe equivalent outside diameters. 1. Minimum Wall Tbickness: a. 4 inch through 24 inch sizes: DR 18. b. Sizes over 24 inch: As specified in the contract documents. 2. Joint Type: Use push -on joint type, except as otherwise specified in the contract documents or as authorized by the Engineer. a. Push -on: According to AWWA C900 or AWWA C905. b. Integral Restrained Joint: AWWA C900 or AWWA C905 pipe with restraining system manufactured integrally into pipe end. c. Mechanical Restrained Joint: Ductile iron mechanical device designed for joint restraint of AWWA C900 or AWWA C905 pipe complying with the requirements of ASTM F 1674. 3. Markings on Pipe: a. Name of manufacturer. b. Size and class. c. Spigot insertion depth gauge. d. National Sanitation Foundation (NSF) seal. B. Ductile Iron Pipe (DIP): a 1. Minimum Thickness Class:-' a. 4 inch through 24 inch sizes: Special thickness Class 52 acomIli o AWWA C151.For directionally bored pipe, restrained jointpj�, pipes suspended from structures, use special thickness Class 53. b. Sizes over 24 inches: As specified in the contract documents. 2. Cement -mortar Lined: According to AWWA C104 with asphalt seal coat. 3. External Coating: Asphalt according to AWWA C151. 4. - Joint Type: Use push -on type, unless otherwise specified in the contract documents or as authorized by the Engineer. a. Push -on: According to AWWA C111. b. Mechanical: According to AWWA C111. c. Restrained, Buried: Pipe manufacturer's standard field removable system. d. Restrained, in Structures: Restraining gland, flanged or grooved. e. Flanged: According to AWWA C111. f. Grooved: According to AWWA C606. g. Gaskets: According to AWWA C111. 5. Markings on Pipe: a. Name of manufacturer. b. Size and class. c. Spigot insertion depth gauge. CITY OF IOWA MY WATER DISTRIBUITON - 02660 November 2016 Page 4 of 19 E. Follow AW WA C600 for proper storage, handling, and installation of DIP. F. Remove pipe and fittings contaminated with mud, dirt, gravel, debris, and surface water from the site; do not use in construction unless thoroughly cleaned, inspected, and approved by the Jurisdictional Engineer. fffll�llu/A A. All work requiring a shutdown of active water main must be completed as quickly as possible to minimise inconvenience to the consumers and risk to the community. B. Advance notice requirements to the Iowa City Water Division when materials or services are supplied by the Division are listed below. The Division makes every attempt to schedule services at requested dates and times, but reserves the right to schedule services based on staff availability, weather, and utility emergencies. Serve notice to the Water Division at 319-356-5160. 1. Two-day notice given before beginning water work. 2. Twenty-four hour notice for a water tap request, with an approved water tap application. 3. For notice to customers of disruption of water service: a. Seven-day notice to Water Division of requested shutdown. b. Water customers receive 48 hour advanced notice of shutdown. 4. Schedule water pipe testing a minimum of 24 hours before preferred starting time. Projects requiring full testing of a pipe will only commence on a Monday, Tuesday, or Wednesday, unless special exception is granted by the Jurisdictional Engineer. 5. For locations of underground facilities, provide notice as required by Iowa One -Call system, 1-800-292-8989. rag L7 LICENSESAND APPLICATIONS o C' D=e Z A. City of Iowa City 1. Contractor's superintendent on the job must have a license-yi&a sewer water service installer issued by the City to construct watew4 in T" and services in Iowa City. o 2. The Contractor or their agent will be responsible for su ttin _t pping application forms and record drawings. PART PRODUCTS Z I All products used for water work shall be from the list of "Accepted Products for Water Distribution and Water Service Materials" maintained by the Iowa City Water Division. Any special exception requests shall be submitted to the Jurisdictional Engineer in writing in a timely manner for review prior to installation. CnTY OF IOWA MY WATER DISTRBUrION - 02660 November 2016 Page 3 of 19 Hydrants E. American Society for Testing Materials (ASTM) 1. ASTM A48: Gray Iron Castings 2. ASTM B62: Composition Bronze or Ounce Metal Castings 3. ASTM B75: Seamless Copper Tubing 4. ASTM B88: Seamless Copper Water Tube 5. ASTM B584: Copper Alloy Sand Castings for General Applications 6. ASTM D2241: Polyvinyl Chloride (PVC) Pressure -Rated Pipe (SDR Series) F. Manufacturers' Specifications G. Occupational Safety and Health Administration (OSHA): 1. Standard 1926, Subpart P -Excavations L3 SUBMTITALS A. Submit to the Jurisdictional Engineer the following drawings or details for approval prior to installation. B. Shop, Working Drawings or Construction Plans showing: 1. Pipe layout with valves, fittings and hydrants shown 2. Bolts 3. Joints 4. Tapping sleeves, couplings, and special piping materials d 5. Polyethylene 6. Thrust block designs and details 7. Special backfill C. Certificates: Sworn certificates of shop tests showing compliance widtpprgpriatm standard for all piping materials. G 1.4 QUALITPASSURANCE `n A. Jurisdictional Engineer reserves the right to inspect and test by independent service at manufacturer's plant or elsewhere at Engineer's expense. B. Contractor shall conduct visual inspection before installation. 1.5 RECEIVING,STOR,4GEANDSANDLING A. The City may mark materials which are found on the job site and which are determined to be defective or not approved. The marking may be done with spray paint. The Contractor shall promptly remove defective or unapproved materials from the site. B. While unloading all piping materials: 1. Do not allow the pipe units to strike anything. 2. Do not handle pipe units with individual chains or single cables, even if padded. 3. Do not attach cables to pipe unit frames or banding for lifting. C. Within the "Storage" language of AW WA M23, change "should" to "shall:" D. Within the "Handling" language of AW WA M23, change "should" to "shall." MY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 2 of 19 SECTION 02660 CITY OF IOWA CITY WATER DISTRIBUTION SPECIFICATIONS November 2016 PART1 GENERAL Ll SUMMARY A. Furnish, install and test water distribution system and water services as indicated and specified. B. Water Division maintains salvage rights to all fire hydrants designated as public. Samples of water main and its appurtenances may also be retained by the Water Division for testing or documentation purposes. C. Reuse of materials is not allowed without prior permission. Reuse of materials previously attached to another system shall not be allowed. D. All piping shall be isolated from the existing water system until it has passed all testing procedures and is approved for service. E. hi the event that field conditions prevent the isolation of the new piping from the existing water system, any existing main and valving, and any appurtenances that will be tested against, shall be well flushed and pass the pressure test per part 4.7 of this section before any new system installation is permitted. Any costs associated with testing the existing water main prior to connecting the new pipe will not be paid for separately, but shall be considered incidental to the water main disinfection and pressure testing for the new water main. F. The approval of reusing any private service main, piping, valves, or appurtenances by the Water Division does not infer any guarantee that it will perform as required. The Water Division accepts no fault for any issues arising from, or possibly related to, the approved reuse of any material on a private servig- o m L2 REFERENCES D S2 'Z i —i me A. This specification references the following documents. In their--kpst Rktion t me referenced documents form a part of this specification to the exten"ftreci d hM. In case of conflict, the requirements of this specification shall pre B. City of Iowa City 1. City Code of Ordinances o 2. Iowa City Municipal Design Standards 3. Earth Excavating, Backfill & Grading Specifications - Section 02220 4. Accepted Products for Water Distribution Materials 5. Iowa City Water Division Policies & Procedures Manual 6. Backflow Ordinance C. American National Standards Institute and American Water Works Combined Standards (ANSI/AWWA) D. American Water Works Association (AWWA): 1. AWWA Manual M23: PVC Pipe -Design and Installation 2. AWWA Manual M17: Installation, Field Testing, and Maintenance of Fire CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 1 of 19 wZoi6 -or 67 /APPROVED Da CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION II)' cA iTAL 'l STANDARD SPECIFICATIONS FOR WATER DISTRIBUTION CONSTRUCTION FOR THE CITY OF IOWA CITY I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: DATE: Scott K. Sovers, P.E. Sr. Civil Engineer Iowa Reg. No. 17141 My license renewal date is December 31, 2017. SC -1 zC 1 t-, SCOTT K. SOVERS 17141 N O q m Crw cn I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: DATE: Scott K. Sovers, P.E. Sr. Civil Engineer Iowa Reg. No. 17141 My license renewal date is December 31, 2017. SC -1 zC 1 t-, SCOTT K. SOVERS 17141 STATE OF IOWA DEPARTMENT OF NATURAL RESOURCES Water Supply Section 502 E. 9' Street DES MOINES, IOWA 50319-0034 WATER SUPPLY STANDARD SPECIFICATIONS APPROVAL IOWA CITY WATER DEPARTMENT Project No.: W2016-0167 ATTN: SCOTT SOVERS Subject: Water Mains 410 E WASHINGTON STREET PWSID#: 5225079 IOWA CITY, IA 52240 We have completed our review of the standard specifications submitted for your water system ("Standard Specifications for Water Distribution Construction for the City of Iowa City") and determined these standard specifications for water mains are in accordance with our current rules. Therefore, these specifications are approved for use for future projects relating to water main construction submitted for Iowa City. When making submittals for water main projects, the engineer must state on the plans and" -- appropriate DNR schedule that the construction shall be in accordance with the approved standard specifications currently on file with this Department. Also, if therWre any deviations in the specifications as they apply to a particular project, such &viatic= can be covered through additional provisions and must be submitted with thepcjik,a Our review of these standard specifications has considered only materindiis arkl installation methods as outlined by the requirements of this DepartmegrAny.dnaj(M changes in current policies may require the updating of these standard speciWnsP9 If you have any questions, please contact Tara Naber via e-mail at tara.naber@dnr,1�6wa.go&r by telephone at (515) 725-0292. For the Department of Natural Resources Lo Date: cc: ❑ Field Office No. 6 ❑ Iowa City Standard Specification File ❑ Files: PWSID No. 5225079 Chuck Gipp, Director �A,J4--- PE Environmental Services Division February 28, 2016 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 Rohrbach Associates PC CAST -IN-PLACE CONCRETE 03 30 00-6 N C] _O O _ r - M Rohrbach Associates PC CAST -IN-PLACE CONCRETE 03 30 00-6 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 3.05 SLAB JOINTING A. Locate joints as indicated on the drawings. B. Anchor joint fillers and devices to prevent movement during concrete placement. C. Isolation Joints: Use preformed joint filler with removable top section for joint sealant, total height equal to thickness of slab, set flush with top of slab. 3.06 FLOOR 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. 3.07 CONCRETE FINISHING A. Exposed Form Finish: Rub down or chip off and smooth fins or other raised areas 1/4 inch or more in height. Provide finish as follows: 1. Smooth Rubbed Finish: Wet concrete and rub with carborundum brick or other abrasive, not more than 24 hours after form removal. B. Concrete Slabs: Finish to requirements of ACI 302.1R, and as follows: 1. Decorative Exposed Surfaces: Trowel as described in ACI 302.1 R; use steel -reinforced plastic trowel blades instead of steel blades to avoid black-bumish marks; decorative exposed surfaces include pigmented concrete, surfaces to receive liquid hardeners, and all other exposed slab surfaces. 3.08 CURING AND PROTECTION A. Comply with requirements of ACI 308R. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. B. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete. C. Surfaces Not in Contact with Forms: at 1. Initial Curing: Start as soon as free water has disappeared and befor rfaceaedry. Keep continuously moist for not less than three days by water ponding�r-sWprateM sand, water -fog spray, or saturated budap. p= z 2. Final Curing: Begin after initial curing but before surface is dry. 3.09 FIELD QUALITY CONTROL A. An independent testing agency will perform field quality control tests, as spec f tbn tion 40 00 - Quality Requirements. $7K B. Provide free access to concrete operations at project site and cooperate with Ippoingr firm. C. Submit proposed mix design of each class of concrete to inspection and testing firm for review prior to commencement of concrete operations. 3.10 DEFECTIVE CONCRETE A. Defective Concrete: Concrete not conforming to required lines, details, dimensions, tolerances or specified requirements. B. Do not patch, fill, touch-up, repair, or replace exposed concrete except upon express direction of Architect for each individual area. END OF SECTION Rohrbach Associates PC CAST -IN-PLACE CONCRETE 03 30 00-5 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 b. Substitutions: See Section 01 60 00 - Product Requirements. 2.08 CONCRETE MIX DESIGN A. Proportioning Normal Weight Concrete: Comply with ACI 211.1 recommendations. 1. Replace as much Portland cement as possible with fly ash, ground granulated blast furnace slag, silica fume, or rice hull ash as is consistent with ACI recommendations. 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. C. Admixtures: Add acceptable admixtures as recommended in ACI 211.1 and at rates recommended or required by manufacturer. D. Normal Weight Concrete: 1. Compressive Strength, when tested in accordance with ASTM C39/C39M at 28 days: 4,000 pounds per square inch. 2. Fly Ash Content: Maximum 15 percent of cementitious materials by weight. 3. Silica Fume Content: Maximum 5 percent of cementitious materials by weight. 4. Cement Content: Minimum 540 Ib per cubic yard. 5. Water -Cement Ratio: Maximum 45 percent by weight. 6. Total Air Content: 4 percent, determined in accordance with ASTM C173/C173M. 7. Maximum Slump: 3 inches. 8. Maximum Aggregate Size: 5/8 inch. 2.09 MIXING o A. Transit Mixers: Comply with ASTM C94/C94M. o PART 3 EXECUTION 3.01 EXAMINATION CrN A. Verify lines, levels, and dimensions before proceeding with work of this section,, , 3.02 PREPARATION A. Formwork: Comply with requirements of ACI 301. Design and fabricate forms to support all applied loads until concrete is cured, and for easy removal without damage to concrete. B. Verify that forms are clean and free of rust before applying release agent. C. Coordinate placement of embedded items with erection of concrete formwork and placement of foam accessories. D. Interior Slabs on Grade: Install vapor retarder under interior slabs on grade. Lap joints minimum 6 inches. Seal joints, seams and penetrations watertight with manufacturer's recommended products and follow manufacturer's written instructions. Repair damaged vapor retarder before covering. 1. Vapor Retarder Over Granular Fill: Install compactible granular fill before placing vapor retarder as indicated on the drawings. Do not use sand. 3.03 INSTALLING REINFORCEMENT AND OTHER EMBEDDED ITEMS A. Comply with requirements of ACI 301. Clean reinforcement of loose rust and mill scale, and accurately position, support, and secure in place to achieve not less than minimum concrete coverage required for protection. B. Install welded wire reinforcement in maximum possible lengths, and offset end laps in both directions. Splice laps with tie wire. 3.04 PLACING CONCRETE A. Place concrete in accordance with ACI 304R. B. Place concrete for floor slabs in accordance with ACI 302.1 R. C. Finish floors level and flat, unless otherwise indicated, within the tolerances specified below. Rohrbach Associates PC CAST -IN-PLACE CONCRETE 03 30 00-4 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 3. Provide galvanized, plastic, or plastic coated steel components for placement within 1-1/2 inches of weathering surfaces. 2.03 CONCRETE MATERIALS A. Cement: ASTM C150/C150M, Type I - Normal Portland type. B. Fine and Coarse Aggregates: ASTM C 33. 1. Acquire aggregates for entire project from same source. C. Fly Ash: ASTM C618, Class C or F. D. Silica Fume: ASTM C1240, proportioned in accordance with ACI 211.1. E. Color Additives: Pure, concentrated mineral pigments specifically intended for mixing into concrete and complying with ASTM C979/C979M. 1. Concentration: Base dosage rates on weight of Portland cement, fly ash, silica fume, and other cementitious materials but not aggregate or sand. 2. Packaging: If pigments are to be added to mix at site, furnish pigments in premeasured disintegrating bags to minimize job site waste. 3. Color: at dosage rate of _ percent. 4. Manufacturers: a. Solomon Colors; Solomon Dry Integral Colors: www.solomoncolors.com/#sle b. Substitutions: See Section 01 60 00 - Product Requirements. F. Water: Clean and not detrimental to concrete. 2.04 ADMIXTURES A. Do not use chemicals that will result insoluble chloride ions in excess of 0.1 percent by weight of cement. B. Air Entrainment Admixture: ASTM C260/C260M. 2.05 ACCESSORY MATERIALS A. Underslab Vapor Retarder: Multi -layer, fabric-, cord-, grid-, or aluminum-reinforcq& polyethylene or equivalent, complying with ASTM E1745, Class A; stated b manugcture[ suitable for installation in contact with soil or granular fill under concrete slig of single ply polyethylene is prohibited. Z i 1. Installation: Comply with ASTM E1643. 1 2. Accessory Products: Vapor retarder manufacturer's recommended tap%kamhesive, mastic, prefabricated boots, etc., for sealing seams and penetrations. 3. Manufacturers: a. Stego Industries, LLC: www.stegoindustries.com/#sle. Ry F b. Substitutions: See Section 01 60 00 -Product Requirements. y' Cl) B. Non -Shrink Epoxy Grout: Moisture -insensitive, two-part; consisting of epoxy resin, non-metallic aggregate, and activator. 1. Composition: High solids content material exhibiting positive expansion when tested in accordance with ASTM C827/C827M. a. Maximum Height Change: Plus 4 percent. b. Minimum Height Change: Plus 1 percent. 2. Minimum Compressive Strength at 7 days, ASTM C579: 12,000 pounds per square inch. 2.06 BONDING AND JOINTING PRODUCTS A. Slab Isolation Joint Filler: 1/2 inch thick, height equal to slab thickness, with removable top section that will form 1/2 inch deep sealant pocket after removal. 2.07 CURING MATERIALS A. Curing Compound, Naturally Dissipating: Clear, water-based, liquid membrane -forming compound; complying with ASTM C309. 1. Manufacturers: a. W. R. Meadows, Inc; 1100 -Clear: www.wrmeadows.com/#sle. Rohrbach Associates PC CAST -IN-PLACE CONCRETE 03 30 00-3 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 R. ASTM C1240 - Standard Specification for Silica Fume Used in Cementitious Mixtures; 2015. S. ASTM E1643 - Standard Practice for Selection, Design, Installation and Inspection of Water Vapor Retarders Used in Contact with Earth or Granular Fill Under Concrete Slabs; 2011 (Reapproved 2017). T. ASTM E1745 - Standard Specification for Plastic Water Vapor Retarders Used in Contact with Soil or Granular Fill under Concrete Slabs; 2017. 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Submit manufacturers' data on manufactured products showing compliance with specified requirements and installation instructions. 1. For curing compounds, provide data on method of removal in the event of incompatibility with floor covering adhesives. C. Mix Design: Submit proposed concrete mix design. 1. Indicate proposed mix design complies with requirements of ACI 301, Section 4 - Concrete Mixtures. D. Samples for Pigment Color Selection: Submit manufacturer's complete sample chip set, including pigment number and required dosage rate for each color. E. Verification Samples: Submit sample chips of specified colors indicating pigment numbers and required dosage rates, for subsequent comparison to installed concrete. F. Samples: Submit samples of underslab vapor retarder to be used. N G. Sustainable Design Submittal: If any fly ash, ground granulated blast furnace slag, sih`c3a fume, rice hull ash, or other waste material is used in mix designs to replace Portland cement; submit the total volume of concrete cast in place, mix design(s) used showing the quantity of portland cement replaced, reports showing successful cylinder testing, and temperature on day of pour if cold weather mix is used; use LEED New Product Content Form. PART 2 PRODUCTS "'r t� 2.01 FORMWORK -r A. Form Materials: Contractor's choice of standard products with sufficient strength to withstand hydrostatic head without distortion in excess of permitted tolerances. 1. Form Facing for Exposed Finish Concrete: Contractor's choice of materials that will provide smooth, stain -free final appearance. 2. Earth Cuts: Do not use earth cuts as forms for vertical surfaces. Natural rock formations that maintain a stable vertical edge may be used as side forms. 3. Form Coating: Release agent that will not adversely affect concrete or interfere with application of coatings. 4. Form Ties: Cone snap type that will leave no metal within 1-1/2 inches of concrete surface. 2.02 REINFORCEMENT A. Reinforcing Steel: ASTM A615/A615M, Grade 60 (60,000 psi). 1. Type: Deformed billet -steel bars. 2. Finish: Unfinished, unless otherwise indicated. B. Steel Welded Wire Reinforcement (WWR): Galvanized, plain type, ASTM At064/A1064M. 1. Form: Coiled Rolls. 2. WWR Style: 4 x 8-W6 x W10. C. Reinforcement Accessories: 1. Tie Wire: Annealed, minimum 16 gage, 0.0508 inch. 2. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for adequate support of reinforcement during concrete placement. Rohrbach Associates PC CAST -IN-PLACE CONCRETE 03 30 00-2 Riverfront Crossings Park Phase 3 Project SECTION 03 30 00 CAST -IN-PLACE CONCRETE PART1 GENERAL 1.01 SECTION INCLUDES A. Concrete formwork. B. Floors and slabs on grade. C. Concrete reinforcement. D. Joint devices associated with concrete work. E. Concrete curing. 1.02 RELATED REQUIREMENTS Iowa City Project Number R4185 RAPC Project Number 1613 A. Section 03 35 11 - Concrete Floor Finishes: Densifiers, hardeners, applied coatings, and polishing. B. Section 06 05 73 - Wood Treatment: Field -applied termiticide and mildicide for concrete surfaces. C. Section 07 92 00 - Joint Sealants: Products and installation for sealants for saw cut joints and isolation joints in slabs. 1.03 REFERENCE STANDARDS A. ACI 211.1 - Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete; 1991 (Reapproved 2009). B. ACI 301 - Specifications for Structural Concrete; 2016. C. ACI 302.1 R - Guide to Concrete Floor and Slab Construction; 2015. D. ACI 304R - Guide for Measuring, Mixing, Transporting, and Placing Concrete; 2000 (Reapproved 2009). c E. ACI 308R - Guide to External Curing of Concrete; 2016. o m F. ASTM A615/A615M -Standard Specification for Deformed and Plain Carba—M eers fort,,,, Concrete Reinforcement; 2016. i c� G. ASTM Al064/A1064M - Standard Specification for Carbon -Steel Wire and gy }ed Tire M Reinforcement, Plain and Deformed, for Concrete; 2017. G X `' H. ASTM C33/C33M - Standard Specification for Concrete Aggregates; 2016, ditooal 0 Revision (2016). D I. ASTM C39/C39M - Standard Test Method for Compressive Strength of Cylindrical COAcrete Specimens; 2017b. J. ASTM C94/C94M - Standard Specification for Ready -Mixed Concrete; 2017a. K. ASTM C150/C150M -Standard Specification for Portland Cement; 2017. L. ASTM C173/C173M -Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method; 2016. M. ASTM C260/C260M - Standard Specification for Air -Entraining Admixtures for Concrete; 2010a (Reapproved 2016). N. ASTM C579 - Standard Test Methods for Compressive Strength of Chemical -Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes; 2001 (Reapproved 2012). O. ASTM C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete; 2015. P. ASTM C827/C827M -Standard Test Method for Change in Height at Early Ages of Cylindrical Specimens of Cementitious Mixtures; 2016. Q. ASTM C979/C979M -Standard Specification for Pigments for Integrally Colored Concrete; 2016. Rohrbach Associates PC CAST -IN-PLACE CONCRETE 03 30 00-1 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 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. 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. 3.03 STORAGE AND PROTECTION A. Designate receiving/storage areas for incoming products so that they are delivered according to installation schedule and placed convenient to work area in order to minimize waste due to excessive materials handling and misapplication. B. Store and protect products in accordance with manufacturers' instructions. C. Store with seals and labels intact and legible. D. Store sensitive products in weather tight, climate controlled, enclosures in an environment favorable to product. E. For exterior storage of fabricated products, place on sloped supports above ground. F. Protect products from damage or deterioration due to construction operation" eatheR precipitation, humidity, temperature, sunlight and ultraviolet light, dirt, dust, aother7., 11 contaminants. --4 G. Comply with manufacturer's warranty conditions, if any. - c+ H. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to prevent condensation and degradation of products. 1. Prevent contact with material that may cause corrosion, discoloration, or staining. J. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. K. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. END OF SECTION Rohrbach Associates PC PRODUCT REQUIREMENTS 01 6000-2 Riverfront Crossings Park Phase 3 Project SECTION 01 60 00 PRODUCT REQUIREMENTS PART1 GENERAL 1.01 SECTION INCLUDES A. Transportation, handling, storage and protection. B. Product option requirements. C. Substitution limitations. Iowa City Project Number R4185 RAPC Project Number 1613 D. Maintenance materials, including extra materials, spare parts, tools, and software. 1.02 SUBMITTALS A. Product Data Submittals: Submit manufacturer's standard published data. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project. B. Shop Drawing Submittals: Prepared specifically for this Project; indicate utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. C. Sample Submittals: Illustrate functional and aesthetic characteristics of the product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. 1. For selection from standard finishes, submit samples of the full range of the manufacturer's standard colors, textures, and patterns. PART 2 PRODUCTS 2.01 NEW PRODUCTS A. Provide new products unless specifically required or permitted by the Contract Documents. B. DO NOT USE products having any of the following characteristics: 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 01 61 16. �' 2. If wet -applied, have lower VOC content, as defined in Section 01 61 �[ 3. Have a published GreenScreen Chemical Hazard Analysis. ::I� .�..+. 2.02 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Use an jr dductgeeti4d 1 those standards or description. ._— rn y B. Products Specified by Naming One or More Manufacturers: Use a product orof tCtr' manufacturers named and meeting specifications, no options or substitutions owedsr C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 2.03 MAINTENANCE MATERIALS A. Furnish extra materials, spare parts, tools, and software of types and in quantities specified in individual specification sections. B. Deliver to Project site; obtain receipt prior to final payment. PART 3 EXECUTION 3.01 SUBSTITUTION LIMITATIONS A. See Section 0125 00 - Substitution Procedures. 3.02 TRANSPORTATION 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. Rohrbach Associates PC PRODUCT REQUIREMENTS 01 6000-1 Iowa City # R4185 Confluence No. 15106-02 Riverfront Crossings Park, Phase 3 Project City of Iowa City, Iowa flow. C. Provide and maintain access to fire hydrants, free of obstructions. D. Provide means of removing mud from vehicle wheels before entering streets. 1.10 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. If materials are tracked onto the roadway, it shall be broom cleaned to the satisfaction of the Engineer prior to ending work for the day of notification. PART PRODUCTS Not applicable PART 3 EXECUTION Not applicable e ; END OF SECTION 0 END OF SECTION CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01570-2 0 m �r"3 Cry c CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01570-2 Iowa City # R4185 Riverfront Crossings Park, Phase 3 Project Confluence No. 15106-02 City of Iowa City, Iowa SECTION 01570 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART GENERAL 1.01 SUMMARY A. Section Includes: 1. Temporary Utilities: Electricity, lighting, heat, ventilation, telephone service, water, and sanitary facilities. 2. Temporary Controls: Barriers, enclosures and fencing, protection of the Work, and water control. 3. Construction Facilities: Access roads, parking, progress cleaning, project signage, and temporary buildings. 1.02 TEMPORARY ELECTRICITY A. See Section 2520 of the "IDOT Standard Specifications". 1.03 TEMPORARY HEAT A. See Section 2520 of the "IDOT Standard Specifications". 1.04 TELEPHONE SERVICE N O A. See Section 2520 of the "IDOT Standard Specifications". m 1.05 TEMPORARY WATER SERVICE. Z �' n'< r A. Make suitable arrangements for temporary water service at Contractor's expo if water is needed for construction or testing. _ 1.06 TEMPORARY SANITARY FACILITIES T� .0 A. Provide and maintain required facilities and enclosures. o 1.07 WATER CONTROL A. Grade site to drain. Maintain excavations free of water. Contractor may need to provide dewatering operations which shall be at the Contractor's expense. B. Protect site from puddling or running water. Contractor may need to provide erosion controls. 1.08 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification Sections. 1.09 ACCESS ROADS A. Construct and maintain temporary roads accessing public thoroughfares to serve construction area. B. Extend and relocate as Work progress requires. Provide detours necessary for unimpeded traffic CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01570-1 E. Restoration activities as may be required to complete the work such as sod placement will follow closely behind the work even if multiple mobilizations are necessary. F. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. G. Work will be staged to minimize the length of time parking spaces are inaccessible. 3.03 STREET CLOSINGS: A. Notify the City of Iowa and the Design Professional four days in advance of any anticipated street closings so that a press release can be issued. No street may be closed without the City of Iowa City's approval and said notification. END OF SECTION N O_ E5 -7: M W L T' cn _4 Iowa City # R4185 Riverfront Crossings Park, Phase 3 Project Confluence No. 15106-02 City of Iowa City, Iowa SECTION 01310 PROGRESS AND SCHEDULES PART 1 -GENERAL 1.01 SUMMARY: A. Prepare, submit and update as necessary a schedule of thework. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre -Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Design Professional. B. The Contractor shall submit updated construction schedules at two-week intervals throughout the project. PART 2 -PRODUCTS rem PART 3 -EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION 1. The specified early start date is March 1211, 2018. Liquidated damages of $500 per day will be charged on work beyond this full completion target. 2. Work shall be fully complete by July 13'h 2018. B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Design Professional or Parks Department, with the exception of saw cutting freshly poured concrete. C. Work will proceed in a well -organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. D. Construction will be completed in one phase. Work will proceed in a continuous manner from the start date until the date of completion. MEASUREMENT AND PAYMENT 01310-1 N o_ A. A Pre -Bid meeting will be held at 2:00 a.m. on Thursday, February V, 2018 (at Emma J. tftrvat Hall in City Hall). in s B. A Pre -Construction meeting will be held prior to beginning work. �n ct r <� -v m 3.02 PROGRESS OF WORK: 0� 3 v A. Work shall be substantially completed by June 15'h , 2018. Work shall be fully co ted bl-duly 13'h .2018. o 1. The specified early start date is March 1211, 2018. Liquidated damages of $500 per day will be charged on work beyond this full completion target. 2. Work shall be fully complete by July 13'h 2018. B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Design Professional or Parks Department, with the exception of saw cutting freshly poured concrete. C. Work will proceed in a well -organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. D. Construction will be completed in one phase. Work will proceed in a continuous manner from the start date until the date of completion. MEASUREMENT AND PAYMENT 01310-1 Riverfront Crossings Park Iowa City Project Number R4186 Phase 3 Project RAPC Project Number 1613 Rohrbach Associates PC ADMINISTRATIVE REQUIREMENTS 01 3000-6 N O � Ga `rn am Rohrbach Associates PC ADMINISTRATIVE REQUIREMENTS 01 3000-6 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 B. Submittals for Information: Architect will acknowledge receipt and review. See below for actions to be taken. C. Architect's actions will be reflected by marking each returned submittal using virtual stamp on electronic submittals. D. Architect's and his consultants' actions on items submitted for review: 1. Authorizing purchasing, fabrication, delivery, and installation: a. "Approved", or language with same legal meaning. b. "Approved as Noted, Resubmission not required", or language with same legal meaning. 1) At Contractor's option, submit corrected item, with review notations acknowledged and incorporated. c. "Approved as Noted, Resubmit for Record", or language with same legal meaning. 2. Not Authorizing fabrication, delivery, and installation: E. Architect's and his consultants' actions on items submitted for information: 1. Items for which no action was taken: a. "Received" - to notify the Contractor that the submittal has been received for record only. 2. Items for which action was taken: a. "Reviewed" - no further action is required from Contractor. END OF SECTION N zE O Q CL' n D� C-) -� �(7 Q1 �r M rn Rohrbach Associates PC ADMINISTRATIVE REQUIREMENTS 01 3000-5 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 5. Manufacturer's instructions. 6. Manufacturer's field reports. 7. Other types indicated. B. Submit for Architect's knowledge as contract administrator or for Owner. 3.08 SUBMITTALS FOR PROJECT CLOSEOUT A. Submit Correction Punch List for Substantial Completion. B. Submit Final Correction Punch List for Substantial Completion. C. When the following are specified in individual sections, submit them at project closeout in conformance to requirements of Section 01 78 00 - Closeout Submittals: 1. Project record documents. 2. Operation and maintenance data. 3. Warranties. 4. Bonds. 5. Other types as indicated. D. Submit for Owner'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. B. 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 s gtptedL- ,e 3.10 SUBMITTAL PROCEDURES —1 z t E2 -C "--� A. General Requirements: rn 1. Sequentially identify each item. For revised submittals use original number ands sequential numerical suffix. 2. Identify: Project; Contractor; subcontractor or supplier; pertinent drawing and detail number; and specification section number and article/paragraph, as appropriation each COPY. 3. Apply Contractor's stamp, signed or initialed certifying that review, approval, verification of products required, field dimensions, adjacent construction work, and coordination of information is in accordance with the requirements of the work and Contract Documents. B. Product Data Procedures: 1. Submit only information required by individual specification sections. 2. Collect required information into a single submittal. 3. Do not submit (Material) Safety Data Sheets for materials or products. C. Shop Drawing Procedures: 1. Prepare accurate, drawn -to -scale, original shop drawing documentation by interpreting the Contract Documents and coordinating related work. 2. Generic, non -project -specific information submitted as shop drawings do not meet the requirements for shop drawings. D. Samples Procedures: 1. Transmit related items together as single package. 2. Identify each item to allow review for applicability in relation to shop drawings showing installation locations. 3.11 SUBMITTAL REVIEW A. Submittals for Review: Architect will review each submittal, and approve, or take other appropriate action. Rohrbach Associates PC ADMINISTRATIVE REQUIREMENTS 01 3000-4 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 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. 3.05 REQUESTS FOR INTERPRETATION (RFI) A. Definition: A request seeking one of the following: 1. An interpretation, amplification, or clarification of some requirement of Contract Documents arising from inability to determine from them the exact material, process, or system to be installed; or when the elements of construction are required to occupy the same space (interference); or when an item of work is described differently at more than one place in the Contract Documents. B. Whenever possible, request clarifications at the next appropriate project progress meeting, with response entered into meeting minutes, rendering unnecessary the issuance of a formal RFI. C. Preparation: Prepare an RFI immediately upon discovery of a need for interpretation of the Contract Documents. Failure to submit a RFI in a timely manner is not a legitimate cause for claiming additional costs or delays in execution of the work. 1. Prepare a separate RFI for each specific item. 2. Prepare using software provided by the Electronic Document Submittal Service. D. Attachments: Include sketches, coordination drawings, descriptions, photos, submittals, and other information necessary to substantiate the reason for the request. E. RFI Log: Prepare and maintain a tabular log of RFIs for the duration of the project. 1. Indicate current status of every RFI. Update log promptly and on a regular basis. 2. Note dates of when each request is made, and when a response is received. 3. Highlight items requiring priority or expedited response. 4. Highlight items for which a timely response has not been received to date. 5. Identify and include improper or frivolous RFIs. F. Review Time: Architect will respond and return RFIs to Contractor within seven caleAgar days of receipt. For the purpose of establishing the start of the mandated responcg period�!RFls received after 12:00 noon will be considered as having been received on theqbl3wird!1regulaii1 working day. a 1. Response period may be shortened or lengthened for specific items, s�IDy'e�Qt lkt _Mutuam � agreement, and recorded in a timely manner in progress meeting minu-) 3.06 SUBMITTALS FOR REVIEW =<jrn = M A. When the following are specified in individual sections, submit them for reviX _ Q 1. Product data. 3:- 2. 2. Shop drawings. o 3. Samples for selection. 4. Samples for verification. B. Submit to Architect for review for the limited purpose of checking for conformance with information given and the design concept expressed in the contract documents. C. Samples will be reviewed for aesthetic, color, or finish selection. D. After review, provide copies and distribute in accordance with SUBMITTAL PROCEDURES article below and for record documents purposes described in Section 01 78 00 - Closeout Submittals. 3.07 SUBMITTALS FOR INFORMATION A. When the following are specified in individual sections, submit them for information: 1. Design data. 2. Certificates. 3. Test reports. 4. Inspection reports. Rohrbach Associates PC ADMINISTRATIVE REQUIREMENTS 01 3000-3 Riverfront Crossings Park Phase 3 Project 3.02 PRECONSTRUCTION MEETING Iowa City Project Number R4185 RAPC Project Number 1613 A. Schedule meeting after Notice of Award. B. Attendance Required: 1. Owner. 2. Architect. 3. Contractor. C. Agenda: 1. Execution of Owner -Contractor Agreement. 2. Submission of executed bonds and insurance certificates. 3. Distribution of Contract Documents. 4. Submission of list of subcontractors, list of products, schedule of values, and progress schedule. 5. Designation of personnel representing the parties to Contract and Architect. 6. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, and Contract closeout procedures. 7. Scheduling. D. Record minutes and distribute copies within two days after meeting to participants, with two copies to Architect, Owner, participants, and those affected by decisions made. 3.03 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the work at maximum b monthly intervals. B. Attendance Required: y 1. Contractor. _ 2. Owner. 3. Architect. �� - 1 4. Special consultants. o -� 5. Contractor's superintendent. 6. Major subcontractors. ` r C. 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 submittals schedule and status of submittals. 6. Review of RFIs log and status of responses. 7. 'Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Maintenance of quality and work standards. 11. Effect of proposed changes on progress schedule and coordination. 12. Other business relating to work. D. Record minutes and distribute copies within two days after meeting to participants, with two copies to Architect, Owner, participants, and those affected by decisions made. 3.04 CONSTRUCTION PROGRESS SCHEDULE A. Within 10 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. C. Within 20 days after review of preliminary schedule, submit draft of proposed complete schedule for review. Rohrbach Associates PC ADMINISTRATIVE REQUIREMENTS 01 3000-2 Riverfront Crossings Park Phase 3 Project SECTION 01 30 00 ADMINISTRATIVE REQUIREMENTS PART1 GENERAL 1.01 SECTION INCLUDES A. General administrative requirements. B. Electronic document submittal service. C. Preconstruction meeting. D. Progress meetings. E. Construction progress schedule. F. Submittals for review, information, and project closeout. G. Number of copies of submittals. H. Requests for Interpretation (RFI) procedures. Submittal procedures. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 ELECTRONIC DOCUMENT SUBMITTAL SERVICE Iowa City Project Number R4185 RAPC Project Number 1613 A. All documents transmitted for purposes of administration of the contract are to be in electronic (PDF, MS Word, or MS Excel) format, as appropriate to the document, and transmitted via an Intemet-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 Requests for Interpretation (RFIs), progress documentation, contract modification documents (e.g. supplementary instructions, change proposals, change orders), applications for payment, field reports and meeting minutes, Contractor's correction punchlist, and any other document any participant wishes to make part of the project record. 2. Contractor and Architect are required to use this service. 3. It is Contractor's responsibility to submit documents in allowable format. e 4. Subcontractors, suppliers, and Architect's consultants are to be permitto to usB4he service at no extra charge. S o? A 5. Users of the service need an email address, intemet access, and PDF v v s8hware-- that includes ability to mark up and apply electronic stamps (such as A96 Aca www.adobe.com, or Bluebeam PDF Revu, www.bluebeam.com), unles h sottwamrn capability is provided by the service provider. rn 3 6. Paper document transmittals will not be reviewed; emailed electronic d nt&Will n t� be reviewed. D 7. All other specified submittal and document transmission procedures apply, exceo that electronic document requirements do not apply to samples or color selection charts. B. Cost: The cost of the service is to be paid by Contractor; include the cost of the service in the Contract Sum. C. Submittal Service: The selected service is: 1. Submittal Exchange (tel: 1-800-714-0024): www.submittalexchange.com. D. Training: One, one-hour, web -based training session will be arranged for all participants, with representatives of Architect and Contractor participating; further training is the responsibility of the user of the service. E. Project Closeout: Architect will determine when to terminate the service for the project and is responsible for obtaining archive copies of files for Owner. Rohrbach Associates PC ADMINISTRATIVE REQUIREMENTS 01 3000-1 Iowa City # R4185 Confluence No. 15106-02 3.02 BID ITEMS Riverfront Crossings Park, Phase 3 Project City of Iowa City, Iowa A. The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractors responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused by the Contractor or his/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractors expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Design Professional. The prices for those items which may have any impact on existing trees ?nd shrubs shall include compensation for special precautionary measures required to prevent injuryar damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OFPROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of clean-up shall be incidental. B. BID ITEM DESCRIPTIONS 1. Estimate Reference Notes are included in the Drawings. END OF SECTION MEASUREMENT AND PAYMENT 01025-2 Iowa City # R4185 Confluence No. 15106-02 Riverfront Crossings Park, Phase 3 Project City of Iowa City, Iowa SECTION 01025 MEASUREMENT AND PAYMENT PART 1 -GENERAL 1.01 RELATED REQUIREMENTS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section 1.02 SUMMARY A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. B. SUDAS Section 1090 — Measurement and Payment shall govern unless modified herein. 1.03 STANDARD OF MEASUREMENTS A. Work completed under the contract shall be measured by the Design Professional. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.04 SCOPE OF PAYMENT A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may bpSncountered during the execution of the work and up to the time of acceptance. o o B. Construction items may be bid as a lump sum or as itemized work, which will t$gbid C—a uniit st basis. In either case, some work may be required for which a separate pay iTfeT�f is t pro. Completion of this work is required. If a separate pay item is not provided foaki-,�wodt%, it is o be considered incidental to the project and no separate payment will be made. �rn 9 rn S PART 2 -PRODUCTS 3 — O CID 2.01 NONE �0 PART 3 - EXECUTION 3.01 PROCEDURE A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated offsite. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. MEASUREMENT AND PAYMENT 01025-1 Iowa City # Confluence No. 15106-02 Riverfront Crossings Park, Phase 3 Project City of Iowa City, Iowa employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of Owner or Engineer or anyone employed by any of them, or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of Contractor or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). D. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and Engineer has issued a notice to Owner and Contractor that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION N O O Nrn C-) P _ -i C-) Q1 ` S Q[ i:. r CO a, N O SUMMARY 01010-4 Ca C-) P _ -i C-) Q1 ` S Q[ i:. SUMMARY 01010-4 Iowa City # Confluence No. 15106-02 1.09 WORK SEQUENCE Riverfront Crossings Park, Phase 3 Project City of Iowa City, Iowa A. Construct Work in stages to accommodate Owner's occupancy and operational requirements during the construction period. Coordinate construction schedule and operations with Owner. B. All portions of work under the proposed Contract Documents shall be completed and ready for operation on or before the date set forth in the Notice of Hearing and Letting. Provisions for liquidated damages are set forth in the Agreement. C. The Contractor shall schedule Work so that interruption of existing utilities, including but not limited to: electric, telephone, communication, cable, gas, water, and sewer service will be at a minimum. When it is necessary to interrupt services, the Contractor shall notify the Owner's representative, Engineer, and appropriate utility companies twenty-four (24) hours in advance of the interruption. D. Plan the construction work and carry out with a minimum of interference with the operation of the existing facilities. Prior to starting the construction, confer with the Engineer and Owner's representative and develop a detailed, approved construction schedule which will permit the facilities to function as normally as practical during the construction period. It will be necessary to do certain parts of the construction work outside normal working hours and on Sundays in order to avoid undesirable conditions, and it shall be the obligation of the Contractor to do this work at such times at no additional cost to the Owner. Do not make connections between existing piping and new piping until necessary inspection and tests have been completed on the new work and it is found to conform in all respects to the requirements of the drawings and specifications. E. Special notes detailing critical portions of the work involving removal, replacement, tie-in, changeover, etc. have been included in the drawings and the Work Sequence of this Section. These notes describe the work, timing, scheduling, and coordination with the Owner and Engineer necessary to complete the work. The detailed construction schedule shall be developed by the Contractor with consideration of these details and the overall progress of the work. The Engineer and Owner shall have full authority to review this schedule in order to protect the operation of the existing facilities during construction. 1.10 PERMITS, FEES AND NOTICES A. The Contractor shall secure and pay for all permits and governmental fees, licens✓i' and inspections for the proper execution and completion of the Work which areAustomanly s�eL''..yyrrg�d after execution of the Contract and which were legally required at the time we�receiv�d. City building permits and inspections are required, but the permit fees will Dir gem-pScl 1.11 SAFETY AND PROTECTION--tn C+ A. Contractor shall be solely responsible for initiating, maintaining and supervi&4Fgll ty rn precautions and programs in connection with the Work. Contractor shall to n ssaV precautions for the safety of, and shall provide the necessary protection to pt damage, injury or loss to: 3> 1. All persons on the Site or who may be affected by the Work; 2. All the work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. Other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. All damage, injury, or loss to any property caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly SUMMARY 01010-3 Iowa City # Confluence No. 15106-02 Riverfront Crossings Park, Phase 3 Project City of Iowa City, Iowa mobilization. A copy of the Drawings and Specifications shall be available on the project site at all times. 2. 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 Engineer the phone number and/or paging service of this individual. 3. Incompetent or incorrigible employees shall be dismissed from Work by Contractor or its representative when requested by Engineer, and such persons shall not again be permitted to return to Work without written consent of Engineer. 1.05 COMMENCEMENT OF THE WORK A. The Contractor shall not commence Work nor allow Subcontractors or Sub -subcontractors to commence Work until: 1. The Agreement has been fully executed. 2. The Owner has approved the Contractor's Performance and Maintenance and Payment Bonds. 3. The Owner has approved evidence of the Contractor's Liability Insurance and other insurance required to be purchased by the Contractor. 4. The Engineer, on behalf of the Owner, has issued a Notice to Proceed. 5. Coordination with Phase 1 contractor has occurred. 1.06 OWNER OCCUPANCY A. The Owner shall have the right to take possession of and use any completed or partially completed portions of the Work, notwithstanding the time for completing the entire work or such portions as may not have expired; but such taking, possession and use shall not be deemed an acceptance of any Work not completed in accordance with the Contract Documents. 1. If such prior use increases the cost of, or delays the Work, the Contractor shall be entitled to such extra compensation or extension of time, or both, as the Engineer may_�dj'etermine. B. Owner intends to maintain and promote public access and use of adjacent portions of the park, during the entire construction period. 1. Public use of trails and parking facilities shall be maintained at all times unless otherwise-' directed and permitted by the Owner to close the park in portion or in its entirety. C. Cooperate with Owner to minimize conflict and to facilitate Owner's operations.and _.. _ M maintenance of existing facilities. y D. Schedule the Work to accommodate Owner occupancy and operations. :r> cn 1.07 CONTRACTOR USE OF SITE AND PREMISES A. Construction Operations: Limited to areas noted on Drawings. B. Limit use of site and premises to allow: 1. Work by Others. 2. Work by Owner. 3. Use of site and premises by the public. C. All City properties are tobacco free, and policy will be enforced. D. Provide access to and from site as required by law and by Owner. E. Emergency Building Exits During Construction: Keep all exits required by code open during construction period; provide temporary exit signs if exit routes are temporarily altered. 1.08 LAYOUT OF THE WORK A. The Owner shall provide information to the Contractor regarding benchmarks for the project. The Contractor shall be responsible for all detailed construction staking. SUMMARY 01010-2 Iowa City # R4185 Confluence No. 15106-02 PART GENERAL 1.01 SECTION INCLUDES Riverfront Crossings Park — Phase 3 Improvements City of Iowa City, Iowa SECTION 01010 SUMMARY OF THE WORK A. Project Information. B. Contract Description. C. Commencement of the Work. D. Owner Occupancy. E. Contractor Use of Site and Premises. F. Layout of the Work. G. Work Sequence. H. Permits, Fees and Notices. 1.02 PROJECT INFORMATION A. Project Name: Riverfront Crossings Park, Phase 3 Project B. Owner's Name: City of Iowa City 1. Address: 410 E. Washington Street, Iowa City, IA 52245 2. Telephone: 319-356-5010 3. Fax: 319-356-5009 C. The Project consists of: Construction of two (2) restroom buildings each consisting of four (4) unisex restrooms, a service room, and an electrical/mechanical room; construction of associated site and building utilities; construction of new PCC sidewalk appurtenant to each building; installation of site furnishings including drinking fountains, trash receptacles, bicycle racks, and picnic tables; site restoration and minor landscape planting; and other associated construction activities related to the restroom building construction. The Project further includes the installation and connection of site and pedestrian lighting throughout Riverfront Crossings Park as indicated in the Drawings; preparation, tr9whing and/or boring of conduit, installation of hand holes and other structures, feeding of wire an ther cabling as necessary to power and control light fixtures, outlets and other receptacles i 'cateMhe Drawings; site restoration and other associated construction activities relat UtheMstallaljpp of site and pedestrian lighting. n rn The Project further includes the procurement/fabrication and installation of:der#acati d wayfinding signage as indicated in the Drawings; preparation for and install. ' of r"LIquire�n footings; and minor site restoration associated with the installation of aBentjfication and wayfinding signage. D u. 1.03 CONTRACT DESCRIPTION A. Contract Type: A single prime contract based on a Stipulated Price as described in Form of Agreement. 1.04 QUALITY ASSURANCE A. Supervision and Superintendent: 1. The Contractor or competent Superintendent must be on the Project when construction activities are taking place. The Superintendent shall supervise, direct, and control the Contractor's operations, personnel, work and the Subcontractor's operations. The Contractor shall give the Owner and Engineer written notification of the name of the Superintendent. The Superintendent shall be employed by the General Contractor and shall be assigned to the project full-time. The Superintendent shall be incidental to SUMMARY 01010-1 Iowa City # R4185 Riverfront Crossings Park, Phase 3 Project Confluence No. 15106-02 City of Iowa City, Iowa TECHNICAL SPECIFICATION Sitework, utilities and other site -related work shall be based on 2018 Edition of The SUDAS Standard Specifications unless modified herein. N co p m -n C_ ti •• �} -t�f- tT! T? 1 Y rn _ V M GJ L Cri 01 Add the following paragraph 15.5 to read as follows: 15.5 The Owner and Contractor may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to anv dispute arising between the parties or under the Contract Documents. SC -17 of 17 N O O Q is ir Cl ■ l rn S C7 W SC -17 of 17 .5 fails or refuses to provide insurance or proof of insurance as required by the Contract Documents. B. Change paragraph 14.2.4 to read as follows: 14.2.4 If the unpaid balance of the Contract Sum exceeds costs of finishing the Work, including compensation for the Architects services and expenses made necessary thereby, and other damages incurred by the Owner and not expressly waived, such excess shall be paid to the Contractor. If such costs exceed the unpaid balance, the Contractor shall pay the difference to the Owner. The amount to be paid to the Contractor or Owner, as the case may be, shall be certified by the Initial Decision Maker, upon application, and this obligation for payment shall survive termination of the Contract. The Contractor shall bear all testing, engineering, accounting, and legal expenses made necessary as a result of termination of the Contract. 1.15 ARTICLE 15- CLAIMS AND DISPUTES A. Change paragraphs 15.1.1 through 15.1.3 to read as follows: 15.1.1 Definition. A Claim is a demand or assertion by one of the parties seeking, as a matter of right, payment of money, or other similar relief with respect to the administration teuas of the Contract during the performance of the Work. The term "Claim" also includes other disputes and matters in question between the Owner and Contractor arising out of or relating to the Contract. The responsibility to substantiate Claims shall rest with the party making the Claim. Nothing in this Article is intended to limit claims by the Owner related to the performance of or quality of the Work. 15.1.2 Notice of Claims. Claims by either the Owner or Contractor must be initiated by written notice to the other party and to the Initial Decision Maker with a copy sent to the Pp4hitect 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 3ror 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 submitted on a timely FnanneF. 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 Cor"tlractor shall proceed diligently with performance of the Contract and the Owner shall continue to make payments forsums 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. final and binding an the pairties but subjeGt to Fnediatien and, if the pairties fail tA rernh0e- their 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. SC -16 of 17 A. Change paragraph 13.1 to read as follows: 13.1 The Contract shall be governed by the laws of the State of Iowa of the plasewhere B. Change paragraph 13.3.1 to read as follows: 13.3.1 Written notice shall be deemed to have been duly served if delivered in person to the individual, to a member of the firm or entity or to an officer of the corporation for which it was intended, or if delivered aFer sent by registered or certified mail to the last business address known to the party 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 Architect and Owner may observe such procedures. The Owner shall bear costs of 1) tests, inspections or approvals that do not become requirements until after bids are received or negotiations concluded and 2) tests, inspections or approvals where building codes or applicable laws or regulations prohibit the Owner from delegating their cost to the Contractor. Copies of all reports, data and other documents related to tests, inspections and approvals shall be provided to the Architect as soon as practicable. D. Delete paragraphs 13.7. E. Add the following Section 13.8: 13.8 The Contractor shall maintain policies of employment as follows: .1 The Contractor and the Contractor's subcontractors shall not discriminate against any employee or applicant for employment because of race, religior&tolor, sex, age, disability or national origin or otherwise as may be requireltby local or state ordinance. The Contractor shall take affirmative action to insure Winbapocants'le employed, and that employees are treated during employment witfi rWregWd toiiwir race, religion, color, sex, age, disability or national origin or ot/r9(nse W ml"e required by local or state ordinance. Such action shall include, but rrvj� limited tgye following: employment, upgrading, demotion or transfer; recruitme r ?erui t advertising; layoff or termination; rates of pay or other forms of mr�Oensationja d selection for training, including apprenticeship. The contractor`&�44rees 4o post in conspicuous places, available to employees and applicants for ertiploymo, 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: SC -15 of 17 the property insurance policies provided under paragraph 5.06, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the Site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. F. Delete section 11.4 in its entirety and add paragraph 11.4 to read as follows: 11.4.1 The Contractorshall furnish a Performance Bond and Labor and Material Payment Bond from a surety using the form included in the Contract Documents, each in an amount equal to the Contract Price. Cost of such Bonds shall be included in the base bid. Each alternative bid shall include the additional Bond cost. Contractor shall deliver the required Bonds to the Owner prior to the signing of the Agreement. .1 The Performance, Labor and Material Bond shall be executed in conformity with the American Institute of Architect's Document A-312 (1984 Edition), with coverage provided by a surety having a financial rating from A.M. Best of A, VIl 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. .3 These Bonds shall be maintained by the Contractor and shall remain in full force and effect until final acceptance of the Work by the Owner. The Contractor agrees and will cause the Surety to agree to be bound by each and every provision of all the Contract Documents. .4 The Surety shall give written notice to Owner, within seven (7) days after receipt of a declaration of default, of the Surety's election either to remedy the default or defaults promptly or to perform the work promptly or to pay to Owner the penal sum of the bond, time being of the essence. In said notice of election, the Surety shall indicate the date on which the remedy or performance will commence, and it shall then be the duty of the Surety to give prompt notice in writing to Owner immediately upon completion of (a) the remedy and/or correction of each default, (b) the remedy andlor 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 premptly_remedy the default or defaults or perform the work. _ .5 The Principal and Surety further agree as part of this obligation to pay all such damages of any kind to person or property that may result from a failure in any respect to perform and complete the Work including, but not limited to, all repair and replacement costs necessary to rectify construction error, architectural and engineering costs and fees, all consultant fees, all testing and laboratory fees, and all legal fees and litigation costs incurred by the Owner. .6 The Surety agrees that other than as is provided in the Bond it may not demand of the Owner that the Owner shall (a) perform any thing or act, (b) give any notice, (c) furnish any clerical assistance, (d) render any service, (e) furnish any papers or documents, or (f) take any other action of any nature or description which is not required of the Owner to be done under the Contract Documents. 11.4.2 Surety shall be satisfactory to the Owner and shall be authorized to do business in the state of Iowa. 1.13 ARTICLE 13 - MISCELLANEOUS PROVISIONS SC -14 of 17 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 in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by OWNER; .5 allow for partial utilization of the Work by OWNER; .6 include testing and startup; and .7 be maintained in effect until final payment is made. .8 Such coverage shall not include coverage for loses or damage caused by the negligent acts or omissions of Contractor or Subcontractors, or for damage to material or equipment while under the control of or stored by Contribgor prior to installation or prior to inclusion of such material or equipmiot in P—nstrurlion. Contractor shall maintain appropriate insurance for such risks or 66krenves r—t1 11. 3.2 OWNER shall purchase and maintain such boiler and machi�y suiance Which shall specifically cover such insured objects or additional propeftyv sura a y be required by Laws and Regulations which will include the iHI ei is �f OVj[W, CONTRACTOR, Subcontractors, OWNER's Engineering Consult aand any Wer individuals or entities identified in the Supplementary Condition95 each J whom is deemed to have an insurable interest and shall be listed as an insured oicedditional insured. 11.3.3A1/ 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 SC -13 of 17 excess. Owner shall be an Additional Insured with re§pect to all required aforementioned coverages, which shall be stated on all Certificates of Insurance. Such Certificates shall also state that the Governmental Immunities Endorsement (see attached) apply and said endorsements shall be attached thereto. The Contractor shall require any of its agents and subcontractors who perform work and/or services pursuant to the provisions of this Agreement to purchase and maintain the same types of insurance as are required of the Contractor. 11.1.10 The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims -made" insurance coverage, then the Contractor must comply with the following requirements: A. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. B. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. D. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces 11.1.11 The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and seek specific performance or termination, as the case may be. 0 11.1.12 In the event that any of the policies of insurance or imwranc overa g r identified on Contractor's Certificate of Insurance are canceled ofie r in thb event that Contractor incurs liability losses, either due to activities i ontraet or due to other activities not under this Contract but covered by the�ie tnsurace, and such losses exhaust the aggregate limits of Contractor's liability.4svrarwS, theM that event the City may in its discretion either suspend Contract ? activities under this Contract, or terminate this Contract, and withholcl.3pment for Ka performed on the Contract. D cn run 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. SC -12 of 17 Each Employee $500,000 Policy Limit $500,000 $500,000 Professional Liability (if applicable) $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 Owner's Governmental Immunities Endorsement. [See attached]. 11.1.5 The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 11.1.6 The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and in the Certificate of Insurance, must, under ttwpolicy, be available to pay damages for which the insured Contractor becomegyable, oa for which the insured assumes liability under the indemnity agreement herein cawain0Ig and 9"h coverage amount shall not be subject to reduction or set off by virtdeAf iNgestigation or defense costs incurred by Contractor's insurer. �rn r. -.4n r— P�Tt 11.1.7 The entire amount of the Contractor's liability insurance pohc ov age 1iA. shall be payable by the Contractor's insurer, with no deductibl"e Paid fUr self-insured retention to be attributed to, the Contractor unless flys requirement is waived by the City. Contractor's Certificate of Insurance must set forth tht�tature 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 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 otherinsurance orsimilarprotection available to the Owner, whether such available protection be primary, contributing or SC -11 of 17 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 anyway affected by the Work. The Contractor, before commencement of any part of the Work, shall give any notices required to be given to adjoining landowners or other parties. The Owner shall be notified once these notices have been served and before the work is performed. 1.12 ARTICLE 11 - INSURANCE AND BONDS A. Change paragraph 11.1.1.5 to read as follows: .5 claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including explosion, collapse and damage to underground utilities and loss of use resulting therefrom; B. Change paragraph 11.1.2 to read as follows: 11.1.2 The insurance required by Subparagraph 11.1.1 shall be written for not less than limits of liability specified in the Contract Documents or required by law, whichever coverage is greater. Coverage whether shall be written on an occurrence n• ad 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 ;,-gf 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 paragraphs11.1M through 11.1.14: o C' 11.1.4 Any policy or policies of insurance purchased by the Co �orTo sat= his/herresponsibilitfes underthis contract shall include contractual liab ovcmge, And shall be in the following type and minimum amounts: -C r— M Type of Coverage i �. Comprehensive General Liability Each Occurrence Aggregate m r n Bodily Injury& Property Damage* $1,000,000 $2,000,000 tr. Automobile Liability Combined Single Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Employer's Liability Each Accident SC -10 of 17 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 proper performance of the Contract, the Owner will retain 5% of each payment amount orsuch larger amount as will insure that there always remains a sufficient balance to complete the work, such retainage to be held until Final Acceptance of Work and shall so notify the Architect. Payment n the manRer na within the Y'r PFEWded R the, Cnntr;;r nnnU M8Rt6 n.1 shallGG E)t fy the ^rnhitpnY 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. Warrant the Wort nr do nnnYn nn 'nn Yher`nY wnl`SI othepwise provided the GeFtifiGate of Substantial GE)FRPlet1GR. F. Add paragraph 9.10.6: 9.10.6 Notwithstanding any provision to the contrary in this Contract, final payment of the retainage due the Contractor will be made not earlier than 31 days fan the final acceptance of the work by the Owner, subject to the conditions ant acco'ndance with the provisions of Chapter 573 of the Code of Iowa (2009), as amendAkr A "1 G. Add paragraph 9.10.7: 9.10.7 Warranties required by the Contract Documents, includingafae stated y—the performance and payment bond, shall commence on the date of fina LWWaLkcepizUe of the work by the City. g 1.11 ARTICLE 10 - PROTECTION OF PERSONS AND PROPERTY D C"' .0 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 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 SC -9 of 17 delays shall not be a basis for damages. An extension of the Contract Time is the Contractor's sole remedy for such delay. D. Delete paragraph 8.3.3 in its entirety. E. Add paragraph 8.4 LIQUIDATED DAMAGES to read as follows: Since the actual monetary value of damages sustained by the Owner as a result of delayed completion of the Work is extremely difficult or impractical to assess, the Owner and Contractor agree as follows: Upon failure of the Contractor to achieve "Substantial Completion" of the Work in compliance with requirements of the Contract Documents: The Contractor shall pay as liquidated damages, and not as a penalty, the sum of amount as listed in the Notice to Bidders (or Instruction to Bidders) for each calendar day that "Substantial Completion" is delayed beyond the date written in the Agreement, subject to adjustments of the Contract Time as provided for in the Contract Documents. 2. The Owner shall give written notice to the Contractor of intent to assess liquidated damages pursuant to provisions of this Article. Calculation of the amount of liquidated damages shall commence on the date the Owner notifies the Contractor of this intent. 3. Liquidated damages assessed in accordance with these provisions are exclusive of other monetary damages to which the Owner may be entitled as a direct result of the Contractor's failure to achieve final completion of the Work in accordance with requirements of the Contract Documents. These liquidated damages are not intended to be exclusive of Owner's right to terminate this Contract based on Contractors' failure to comply with the terms and provisions of the Contract. 4. Partial performance of the Work of this Contract shall not relieve the Contractor from liability for liquidated damages. 5. Contractor's liability for liquidated damages shall cease upon issuance of Substantial Completion Certificate for the Work of the Contract. 6. Notwithstanding anything in the Contract Documents to the contrary, amounts assessed to the Contractor as liquidated damages may be deducted* the Owner from any money payable to the Contractor pursuant this CaRtract The Owner shall notify the Contractor in writing of a claim for gnidaW 'n damages prior to the date the Owner deducts such sum from74roweyreyabr the Contractor. ?� a% � m -0 1 • m '• Z O 1.10 ARTICLE 9 -PAYMENTS AND COMPLETION O� A. Add the following paragraph 9.3.1.3. .3 The first payment application shall be accompanied by Contractor's partial waiver of lien only, for the full amount of the payment. Each subsequent monthly payment application shall be accompanied by the Contractor's partial waiver and by the partial waivers of Subcontractors and Suppliers who were included in the immediately preceding payment application to the extent of that payment. Application for final payment shall be accompanied by final waivers of lien from the Contractor, Subcontractor and Suppliers who have not previously furnished such final waivers. 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 SC -8 of 17 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 Subcontractor, ten percent (10%) of the amount due the Subcontractor. .3 For each Subcontractor, or Sub -subcontractor involved, for any Work performed by such contractor's own forces, fifteen percent (1551o) of the cost. .4 For each Subcontractor, for Work performed by his -the Sub -subcontractors, five percent (5%) of the amount due the Sub -subcontractor. .5 In order to facilitate checking of quotations for extras or credits, all proposals, except those so minor that their propriety can be seen by inspection, shall be accompanied by a complete itemization of costs including labor, materials and Subcontracts. In no case will a change involving over $200.00 be approved without such itemization. .6 Unless otherwise agreed, costs to which overhead and profit are to be applied shall be those costs listed in Subparagraph 7.3.6. 1.9 ARTICLE 8 -TIME N O A. Change paragraph 8.2.3 to read as follows: o0 8.2.3 The Contractor shall proceed expeditiously with adequate for Cnd tball a-cgve Substantial Completion within the Contract time. The Contractor sh sQaraw coslrfor overtime and all additional expense which may arise in order to a¢hfeve_Jubs n ral Completion within the Contract Time. -+n <rn -o B. Add paragraph 8.2.4 to read as follows: o'= 8.2.4 If, upon the recommendation of the Architect, it becomes Jfiieessaiy at times during construction for the Owner to accelerate the work, ercch CdTAyractor or subcontractor when ordered and directed by the Owner, shall cease work at any point and shall transfer his naenits workers to such points and execute such portion of his -its work as may be required to enable others to properly engage in and carry on their work. C. Change paragraph 8.3.1 to read as follows: 8.3.1 If the Contractor is delayed at any time in progress of the Work by an act or neglect of the Owner or 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 delay OR deliveries, unavoidable casualties or other causes beyond the Contractor's control, GF by delay ., justify tiff de;a�, 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 SC -7 of 17 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. K 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 decisions 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 desisieAs, the Architect will endeavor to secure faithful performance by both Owner and Contractor, will not show partiality to either and will not be liable for results of interpretations or recommendations desisiens rendered in good faith. 1.6 ARTICLE 5 - SUBCONTRACTORS A. Delete paragraph 5.2.1 and add the following: 5.2.1 The CONTRACTOR shall provide, within 24 hours of the bid opening, a list those persons, Finns, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required on the Bid Form and the Agreement. 1. if no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. B. Change paragraph 5.3 to read as follows: 5.3 By appropriate agreement, written where legally required for validity, the Contractor shall require each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Contractor by terms of the Contract Documents, and to assume toward the Contractor all the obligations and responsibilities which the Contractor, by these Documents, assumes toward the Owner and 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 ole Contract Documents to which the Subcontractor will be bound, and, upon V81en rqWest of the 71 Subcontractor, identify to the Subcontractor terms and conditions of the setisubce�"�ct agreement which may be at variance with the Contract Documents. TBtcAcolirmctorLLMall similarly make copies of applicable portions of such documents availaMp* their res .ve proposed Sub -subcontractors. All warranties provided by the Subc ct�s, including all express and implied warranties in the Contract Documents a"fi he-agrenits between the Contractor and the Subcontractors and all warranties pmMedW la all run to and be for.the benefit of the Owner, and the Owner shall WeN direct n t of action against the Subcontractors for any breach of said warrantee . cn 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 wreagfal4y causes to completed or partially completed construction or to property of the Owner or separate SC -6 of 17 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 Centraster 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 the Owner 1) known deviations from the Contract Documents and from the most recent construction schedule submitted by the Contractor, and 2) defects and deficiencies observed in the Work. The Architect and the Ownerwill not be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. The Architect and the Owner will not have control over or charge of and will not be responsible for acts emissions of the Contractor, Subcontractors, or their agents or employees, or any otheaersof86or entities performing portions of the Work. *n �- 3> Z �� D. Change paragraphs 4.2.5 through 4.2.6 to read as follows: C-) — 4.2.5 Based on the Architect's observations and evaluations of the Cont s AfDolplicatj" °tor Payment, the Architect will review and eeriify recommend to the Own§%A aguntsydbul `the Contractor and will issue Certificates for Payment in such amounts. L j t 4.2.6 The Architect has authority to reject Work which does not confoPFi to thgContract 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 M 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 ither to exercise or not to exercise such authority shall give rise to a duty or responsibility of the Architect to the Contractor, Subcontractors, material and equipment suppliers, their agents or employees, or other persons performing portions of the Work. E. Change paragraphs 4.2.10 through 4.2.12 to read as follows: 4.2.10 If the Owner and Architect agree, the Architect will provide one or more project representatives to assist in carrying out the Architect's responsibilities at the site. The duties; n an exhibit to be the Gentrart PeRi-iments- SC-5 of 17 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 21 days 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 paFty disputes GLy J. Change paragraph 3.11 to read as follows: 3.11 The Contractor shall maintain at the site for the Owner, one copy of the Drawings, Specifications, Addenda, Change Orders and other Modifications, in good order and marked currently to indicate field changes and selections made during construction, and eae sepy-ei all approved Shop Drawings, MSDS Sheets, Product Data, Samples and similar required submittals. These shall be available to the Architect and shall be delivered to the Architect for submittal to the Owner upon completion of the Work as a record of the Work as constructed. K. Change paragraph 3.13 to read as follows: 3.13 The Contractor shall confine operations at the site to areas permitted by applicable laws, statutes, ordinances, codes, rules and regulations, and lawful orders of public authorities and the Contract Documents and shall not unreasonably encumber the site with materials or equipment. The Contractor acknowledges that the property on which the 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 on account thereof, but shall not be responsible for such defense or loss when a particular design, process or product of a particular manufacturer or manufacturers is required by,the Contract Documents, or where the copyright violations are contained in Drawings, Specifications or other documents prepared by the Owner or Architect. Hoover, if the Contractor has reason to believe that the required design, process or pro t is ar»fringement of a copyright or patent, the Contractor shall be responsible for srtiessa lesMh information is promptly furnished to the Architect and the Owner in wrif7Ag.i z C-)-< r M. Change paragraphs 3.18.1 to read as follows: —'tom 3.18.1 To the fullest extent permitted by law, the Contractor shall indemn�deferd arFnld harmless the Owner, Architect, Architect's consultants, and agents andsrIoYAS ofpp�� of them from and against claims, damages, losses and expenses, includ I1 but7Zt IimP, to attorneys' fees, arising out of or resulting from performance of the Wor , provitted that such claim, damage, loss or expense is attributable to bodily injury, sickness, diseasFor death, or to injury to or destruction of tangible property , but only to the extent caused in whole or in part by intentional or negligent acts or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, regardless ef whether AF net Aunh elaim, damage, less oF expeA66 *6 GaU6ed On. paFt by a paFty indemnified heFe,1ndAF 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 SC -4 of 17 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 F. 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 defect,^x^r t f^• thesi nhprpnt in the quality ef the We* the GAR4FRAt Deguments require or em . 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. 0 G. Change paragraph 3.6.1 to read as follows: The Contractor shall pay sales, consumer, use and similar taxes for the W ovi d by th�� Contractor that are legally enacted when bids are received or negotiations de whe or not yet effective or merely scheduled to go into effect. Contractotri epd (approied subcontractors will be provided a Sales Tax Exemption Certificate to as4uildM materials, supplies, or equipment in the performance of the contract. Th tr3Stors¢aN� submit the information necessary for the certificates to be issued. All $Deft infermatlori for said certificates shall be submitted to the City/Owner together in on3submi4gion. k.n H. Change paragraph 3.7.2 to read as follows: 3.7.2 The Contractor shall GGMPIY perform the Work in compliance with and give notices required by applicable laws, statutes, ordinances, codes, rules, regulations and lawful orders of public authorities bearing on performance of the Work. 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 atklbatnble to theGerreetien and expenses of correcting or replacing such Work. 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 SC -3 of 17 C. Butterfly Valves: 1. Standards: Comply with AW WA C504 class 150B or class 250B (gray iron or ductile iron) and NSF 61. 2. Stem: Stainless steel according to ASTM A 240, Type 304, turned, ground, and polished. 3. For Seat on Body Valves: a. Disc: Ductile iron or gray iron with plasma applied nickel -chromium edge or stainless steel edge according to ASTM A 240, Type 316, and mechanically fixed stainless steel pins. b. Seat: Synthetic rubber compound mechanically retained to the body. 4. For Seat on Disc Valves: a. Disc: Ductile iron according to ASTM A 536 with synthetic rubber compound seat mechanically retained to the disc. b. Seat: Continuous Type 316 stainless steel seat. 5. External Bolts and Hex Nuts: Stainless steel according to ASTM A 240, Type 304. D. Tapping Valve Assemblies: 1. Tapping Valve: Gate valve complying with AW WA C509. 2. Sleeve: a. Minimum 14 gauge. b. Stainless steel according to ASTM A240, Type 304. Full-body ductile iron may be allowed for specific installations. c. Minimum working pressure 150 psi. d. Must fully surround pipe. e. Flanged with dimensions and drillings according to AW WA C 110 or ANSI B16.1 class 125. T- N 2.11 FIItEHYDRANTASSEMBLY o o A. Material: Comply with AWWA C502. p y B. Manufacturers: See "Accepted Products for Water Distribution N4M%eAals."- C. Fire hydrant assembly shall have been manufactured within 5 ye inistallat� date. o _ D. Features: 1. Breakaway Items: Stem coupling and flange. 2. Inlet Nominal Size: 6 inch diameter. 3. Inlet Connection Type: Mechanical joint. 4. Hose Nozzles: Two, each 2 1/2 inches in diameter, with caps attached with chains. 5. Direction of Opening: Clockwise. 6. Items to be specified: a. Operating nut: 1'% inch, standard pentagon. b. Pumper nozzle one 4'h -inch pumper nozzle. c. Nozzle threads: National Standard Hose Threads. d. Main valve nominal opening size: 4.5 -inch on main smaller than 12 - inch in diameter, 5.25 -inch on main 12 -inch and larger CITY OF IOWA CRY WATER DISTRIBUTION - 02660 November 2016 Page 9 of 19 E. Painting: 1. Shop coating according to AW WA C502. 2. Color: Safety Red, unless otherwise indicated by the Water Division. F. External Bolts and Hex Nuts: Stainless steel according to ASTM A193, Grade B8. G. Gate Valve: Comply with this section. H. Pipe and Fittings: Comply with this section. 2.12 APPURTENANCES A. Flushing Device: As specified in the contract documents. B. Valve Box: 1. Applicability. For all buried valves. 2. Manufacturer: See "Accepted Products for Water Distribution Materials." 3. Type: Slip (slide) type. 4. Material: Gray iron. 5. Cover: Gray iron, labeled "WATER" 6. Wall Thickness: 3/16 inch, minimum. 7. Inside Diameter: 5 inches, minimum. 8. Length: Adequate to bring top to finished grade, including valve box extensions, if necessary. 9. Factory Finish: Asphalt coating. 10. Valve Box Centering Ring: Include in installation. o C. Valve Stem Extension: Provide as necessary to raise 2 inch operating`nuttop u j within 5 or 6 feet of the finished grade. Stem diameter according to manufacturer's recommendations, but not less than 1 inch. Shall be t�nlessateel. r, D. Stainless Steel Repair Clamps: 1. Comply with AW WA C230. 2. All stainless steel, single section, double section, or *Te' section, depending upon size of main. 3. Shall have stainless steel bolts and nuts. 2.13 LUMBER A. Lumber for bracing or supports shall be hardwood. (i.e. oak, maple). Do not use creosoted lumber in contact with piping materials. 2.14 WATER A. Reasonable amounts of water will be provided for use in the final operations of water main flushing, disinfecting and testing. Prior notice must be given to the Water Division. B. Contractor will not be charged for the water used as long as there is reasonable care to control and conserve the rate and volume used. If there is waste or carelessness, Contractor will be charged for water. CITY OF IOWA CITY WATER DISTRIBVnON - 02660 November 2016 Page 10 of 19 2.1 S DISINFECTIONAGEAIT - CHLORINE A. Liquid Chlorine complying with AW WA B300 and AW WA 13301. B. Sodium Hypochlorite complying with AW WA B300. C Calcium Hypochlorite complying with AW WA B300. D. All disinfecting agents to be NSF 60 certified. Supply and store in the original container. PART 3 EXECUTION 3.1 REFERENCESANDDOCUMENTS A. Contractor must have all required documents on the site before commencing with the work. Water mains, valves, hydrants, and special fittings shall be installed in the locations shown on the plans or as directed by the Engineer. B. Valves, fittings, hydrants and ductile -iron pipe shall be installed in accordance with ANSUAW WA C600 except as noted herein. C. PVC pipe must be finished and installed in accordance with AWWA M23 and ANSI/AW WA C605 except as noted herein. D. Contractor must prepare and retain a set of "as -built" drawings on the job site with accurate and current information on the location of all valves, pipe and special construction features. Survey or GPS points are accepted, but not in lieu of, written as -built information. Minimum information required for submittal to the Water Division: 1. Pipe size and material; length of pipe between fittings (center -to -center) 2. Fitting type, size, restraint type, note if installed vertically or horizontally 3. Tracer wire box locations 4. Any changes in pipe depth, and where the main is buried greater i6n 7 feet or less than 5 feet *n A 5. Any special fittings or construction materials v-4 a � E. Contractor shall have all buried utilities located by the Iowa c6rg-C f Utif T Location service and shall do exploratory excavation as necess30 eterm" specific conflicts between existing utilities and new water main. o s 3.2 PIPE INSTALLATION v r 0 A. General: 1. Do not use deformed, defective, gouged, or otherwise damaged pipes or fittings. 2. Keep trench free of water. Clean pipe interior prior to placement in the trench. 3. Clean joint surfaces thoroughly and apply lubricant approved for use with potable water and recommended by the manufacturer. 4. Push pipe joint to the indication line on the spigot end of the pipe before making any joint deflections. CRY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 11 of 19 5. Limit joint deflections to one degree less than pipe manufacturer's recommended maximum limit. 6. Tighten bolts in a joint evenly around the pipe. 7. Install concrete thrust blocks on all fittings 12 -inch in diameter or larger as calculated by the design engineer (comply with SUDAS Figure 5010.101). For fittings resulting in any changes in the horizontal alignment, vertical alignment, or cross-sectional area of the pipe, install restrained joints within length(s) designated by the design engineer. When specified in the contract documents, install both concrete thrust blocks and restrained joints as designed. Follow Figures CIC -4C.1, CIC4C,2, and CIC - 5020.201 for thrust restraint requirements for fire hydrant assemblies. 8. Keep exposed pipe ends closed with rodent -proof end gates at all times when pipe installation is not occurring. 9. Close the ends of the installed pipe with watertight plugs during nights and non -working days. 10. Do not allow any water from the new pipeline to enter the existing distribution system piping until testing and disinfection are successfully completed. 11. Pipe bedding and backfill, and trench width within the pipe envelope, shall conform to the plans or as directed by the Engineer. B. Additional requirements for DIP installation: 1. Utilize full-length gauged pipe for field cuts. Alternatively, field -gauge 1 pipe selected for cutting to verify the outside diameter is within a1113bable tolerances. m 2. Cott the _pipe perpendicular to the pipe barrel. Do not damaga cent lining. Bevel cut the ends for push -on joints according to the-) -: — a-- manufacturer's recommendations. — 17' t 3. Encase all pipe, valves, and fittings with polyethylene. -M s C. " Additional requirements for PVC pipe installation: - 1. Cut the pipe perpendicular to the pipe barrel. Deburr and betiel cut spigot end of the pipe barrel to match factory bevel. Re -mark the insertion line. 2. When connecting to shallow -depth bells, such as on some cast iron fittings or valves, cut the spigot end square to remove factory bevel. Deburr the end and form a partial bevel on the end. •3.3 POLYETHYLENE ENCASEMENT INSTALLATION A. Apply two layers of polyethylene encasement to buried ductile iron pipe and to buried fittings, fire hydrants, and appurtenances. The polyethylene encasement is used to prevent contact between the pipe and the bedding material, but need not be airtight or watertight. B. install polyethylene encasement according to AWWA C105, using tubes or flat sheets, and pipe manufacturer's recommendations.. C. Do not expose the polyethylene encasement to sunlight for long periods before installation. MY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 12 of 19 D. Remove all lumps of clay, mud, cinders, etc. on the pipe surface before encasing the pipe. Take care to prevent soil or bedding material from becoming trapped between the pipe and polyethylene. E. Lift polyethylene -encased pipe with a fabric -type sling or padded cable. F. Secure and repair encasement material using polyethylene tape, or replace as necessary. G. If existing polyethylene encasement is cut away for additional work, exposed area shall be rewrapped to ensure no metals are exposed to bedding material. 3.4 TRACER SYSTEMMSTALLATION A. Install with all buried water main piping. Comply with Figures CIC -5010.102 through 105 for tracer wire installation. B. Begin and terminate the system at all connections to existing mains. C. Install wire continuously along the ten or two position of the pipe. Do not install wire along the bottom of the pipe. Attach wire to the pipe at the midpoint of each pipe length; use 2 -inch wide, 10 mil thickness polyethylene pressure sensitive tape. D. Install splices only as authorized by the Engineer. Allow the Engineer to inspect all below grade splices of tracer wire prior to placing the backfill material. E. Install ground rods adjacent to connections to existing piping and at locations specified in Figures CIC -5010.102 through 105 and Figures CIC -4C.1 and CIC - 4C.2. Ground rods must have direct contact with native soil/undisturbed ground. F. Bring two wires to the surface at each fire hydrant location and termingt with a tracer wire station (comply with Figure CIC -5010.102 and CICC1O10. A). G. Final inspection of the tracer system will be conducted by the )ISODffg- sion� the completion of the project and prior to acceptance by the ov4 Vei y theme electrical continuity of the system. Repair discontinuities. —I Ci H. A minimum of 18 inches of wire slack at every tracer wire termAgbogPd sl a�l be installed. a� Q I. Every splice along the tracer wire shall have a minimum of 18 iiehes orwire slack added to the line. c J. No uninsulated wire shall be installed along any length of run or at splice points. All exposed wire shall be mended as directed by Water Division personnel, and all splices shall include dielectric grease. K. Ground rods should be placed 6 to 10 inches from the pipe and not make contact with any part of the water system or any other utility. 3.5 LOCATION, ALIGNMENT, SEPARATION & GRADE A. No water pipe shall pass through or come in contact with any part of a sewer manhole. B. Should physical conditions exist such that exceptions to this standard are necessary, the design engineer must detail how the sewer and water main are to be engineered to provide protection equal to that required by these sections. C. Sewers constructed of standard sewer materials shall not be laid within 75 feet of a CITY OF IOWA CrrY WATER DISTRIBUTION - 02660 November 2016 Page 13 of 19 public well or 50 feet of a private well. Sewers constructed of water main materials j a may be laid within 75 feet of a public well and within 50 feet of a private well but no closer than 25 feet of either. D. Horizontal Separation of Gravity Sewers from Water Mains: 1. Separate gravity sewer mains from water mains by a horizontal distance of at least 10 feet unless: • The top of a sewer main is at least 18 inches below the bottom of the water main, and • The sewer is placed in a separate trench or in the same trench on a bench of undisturbed earth at a minimum horizontal separation of 3 feet from the water main. 2. When it is impossible to obtain the required horizontal clearance of 3 feet and.a vertical clearance of 18 inches between sewers and water mains, the sewers must be constructed of water main materials meeting the requirements set forth in this section. However, provide a linear separation of at least 2 feet. E. Separation of Sewer Force Mains from Water Mains: Separate sewer force mains and water mains by a horizontal distance of at least 10 feet unless: 1. The force main is constructed of water main materials meeting a minimum pressure rating of 150 psi and the requirements of Section 02260, 2.2 and 2. The sewer force main is laid at least 4 linear feet from the water main. F. Separation of Sewer and Water Main Crossovers: , 1. Vertical separation of sanitary and storm sewers crossing under ailwater main should be at least 18 inches when measured from the top of the sevvei^ to the bottom of the water main. If physical conditions prohibit the separation, the sewer may be placed not closer than 6 inches below a water main or 18 inches above a water main. Maintain the maximum feasible separation distance in all cases. The sewer and water pipes must be tom, adequately supported and have watertight joints. Use a low,perineability soil for backfill material within 10 feet of the point of crossing. -, 2. Where the sanitary sewer crosses over or less than 18 inches below a water main, locate one full length of sewer pipe of water main material so both joints are as far as possible from the water main. 3. Where the storm sewer crosses over or less than 18 inches below a water main, locate one full length of sewer pipe of water main material or reinforced concrete pipe (RCP) with flexible O-ring gasket joints so both joints are as far as possible from the water main. G. Surface Water Crossings: Comply with the Recommended Standards for Water Works, 2012 Edition. 1. Above -water Crossings: Ensure the pipe is adequately supported and anchored; protected from vandalism, damage, and freezing; and accessible for repair or replacement. 2. Underwater Crossings: Provide a minimum cover of 5 feet over the pipe unless otherwise specified in the contract documents. When crossing water courses that are greater than 15 feet in width, provide the following: a. pipe with flexible, restrained, or welded watertight joints, CITY OF IOWA MY WATER DISTRIBUTION - 02660 November 2016 Page 14 of 19 b. valves at both ends of water crossings so the section can be isolated for testing or repair; ensure the valves are easily accessible and not subject to flooding, and c. permanent taps or other provisions to allow insertion of a small meter to determine leakage and obtain water samples on each side of the valve closest to the supply source. 3.6 VALVES A. Set valves on precast concrete bases. B. All valves connected to pipe flinch diameter and larger shall be restrained to the pipe. C. Valve boxes should be centered over valve operating nut and run straight and true (not angled). D. Valve boxes set in paving shall not be installed with an expansion joint. 3.7 FIRE HYDRANT A. Install according to Figure CIC -5020.201. B. Fire hydrant valve is positioned adjacent to the water main; attach it to an anchor tee. C. Fire Hydrant Depth Setting: 1. Use adjacent finished grade to determine setting depth. 2. Set bottom of breakaway flange between 2 and 5 inches above finished grade. 3. If finished grade is not to be completed during the current project, consult with the Engineer for proper setting depth. �1 D. Coordinate installation with tracer wire installation. o CM E. Orient fire hydrant nozzles as directed by the Engineer or Inspec i 3.8 TAPPED CONNECTIONS UNDER PRESSURE <r� M rn A. Follow manufacturer's installation instructions.X _ Q B. Tapping mains for new connections 1 -inch to 12 -inch in diamet&wshall lie done by the Water Division. This includes connections made on public and privatdauains. C. A new and site specific tapping application must be prepared for each tap regardless of size, and submitted to the Water Division. The tapping application must be completed and include location, name, and address of water customer, schematic drawing, and materials of construction. 3.9 WATER MAIN OPERATIONS A. All work which involves operating the active public water distribution system will require the notice, consent, approval, and assistance of the Water Division. B. An accurate and legible copy of the "as -built" drawings must be on file in the Water Division office prior to using the water supply. C. If requested by the City, the contractor will work with Water Division personnel to CrrY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 15 of 19 submit a plan for initial operations and a plan for final operations to the Water Division for approval. The plans shall include a drawing and typed list of actions which show all the significant. steps necessary to connect to the existing water distribution system or conduct the filling, flushing and testing operations. The purpose of both plans is to minimise the impact of service interruptions and pressure and flow variations on the water distribution system and existing customers. PART 4 DISINFECTION AND TESTING FOR POTABLE WATER SYSTEMS 4.1 GENERAL A. Upon completion of a newly installed water main or when repairs to an existing water system are made, the main shall be disinfected according to instructions listed in ANSI/AW WA C651 and the following specifications. B. As stated in the AW WA C651, "the final water quality test is not the primary means for certifying the sanitary condition of a main." If large amount of sediment, or any foreign material (sod, wood, plastic, etc.), is found during the testing of a pipe, all testing shall cease. The pipe shall be disconnected and cleaned out, and the Jurisdictional Engineer or their representative shall verify the pipe is clean before testing can resume. Foreign matter in a pipe automatically constitutes a failed test. Li C. Any time a water pipe is repaired, a minimum regime Of flushi 4e gpe ant" i taking one bacteriological sample will be required for testing purposes=; un Cn U 4.2 SCHEDULINGAND CONFLICTS _, — n A. Notify the City Inspector or Water Division two working days in advaztcear testing or disinfection operations to coordinate the operations. n B. The Engineer or his/her representative is required to be in attendance during testing or disinfection. C. Entire testing sequence for a segment shall be completed within an appropriate timeframe. If testing sequence for a segment, including tracing, is not satisfactorily completed within two (2) weeks from initial disinfection, testing sequence for segment shall start over from initial disinfection. Testing schedules for other segments may be affected. D. Testing shall not commence until all components are installed correctly (including tracing system), and an as -built and completed materials list are submitted for review. 4.3 SEQUENCE OF TESTINGAND DISINFECTION Perform operations according to AW WA C651 in the sequence below. Successfully complete each operation before continuing to the next operation. All mains shall pass bacteriological testing before pressure testing is allowed. Testing segments shall be no longer than 1200 feet along one main. All legs/lateral mains shall be tested as separate CITY OF IOWA CrrY WATER DISTRIBUTION - 02660 November 2016 Page 16 of 19 segments. Long main lines over 1200 feet in length shall be tested in discrete testing segments, and adjoining in-line testing segments shall not be tested together in any manner. Water mains must pass all testing before any main or service taps are allowed. A. Tablet Method (Concurrent with Water Main Installation): 1. Perform disinfection. 2. Flush after disinfection. 3. Perform bacteria tests. 4. Perform pressure and leak testing. B. Continuous -Feed or Slug Method (After Water Main Installation): Use this method only if approved by the Jurisdictional Engineer. The sequence of testing and disinfection maybe modified with approval of the Jurisdictional Engineer. 1. Perform initial flush. 2. Perform disinfection. 3. Flush after disinfection. 4. Perform bacteria tests. 5. Perform pressure and leak testing. 4.4 DISINFECTION A. General: 1. Disinfect according to AW WA C651. 2. Keep piping to be chlorinated isolated from lines in service and from points of use. 3. Coordinate disinfection and testing with the Inspector. 4. Obtain and test water samples, unless otherwise provided by the Jurisdictional Engineer. B. Procedure: o 1. Induce a flow of potable water through the pipe. o G' 2. Introduce highly chlorinated water to the pipe at a point v 5 We diameters of the pipe's connection to an existing potable sar§tatn, er-widiff- 5 pipe diameters of a closed end, if there is no connection�eeFtingm system.rn x 3. Introduce water containing a minimum of 25 mg/L free ch until the entire new pipe contains a minimum of 25 mg/L free chlorwe. r- 4. Retain chlorinated water in the pipe for at least 24 hours and no m6?e than 48 hours. 5. After 24 hours, a detectable free chlorine residual of A) greater than or equal to 0.2 mg/L for the tablet method or B) greater than or equal to 10 mg/L for the continuous feed method shall be found at each sample point. 4.5 FLUSHING A. Flush pipe using potable water until chlorine residual equals that of the existing potable water system. CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 17 of 19 B. Dispose of chlorinated water to prevent damage to the environment. Dechlorinate highly chlorinated water from testing before releasing into the ground or sewers. Obtain Jurisdiction approval prior to flushing activities. 1. Check with the local sewer department for the conditions of disposal to the sanitary sewer. 2. Chlorine residual of water being disposed will be neutralized by treating with one of the chemicals listed in the following table. Table 5030.02: Amounts of Chemicals Required to Neutralize Various Residual Chlorine Concentrations in 100,000 Gallons of Water Residual Chlorine Concentration Sulfur Dioxide (SO2) lb Sodium Bisulfite (NaHS03) Ib Sodium Sulfite (Na2SO3) lb Sodium Thiosulfate (Na2S203 + 5H2O) Ib Ascorbic Acid (C608H6) Ib 1 0.8 1.2 1.4 1.2 2.1 2 1.7 2.5 2.9 2.4 4.2 10 8.3 12.5 14.06 12.0 20.9 50 41.7 62.6 73.0 60.0 104 N 4.6 BACTERIOLOGICAL TESTING G Test water mains according to AW WA C651. After water has sat in the testing segment for 24 hours without water use, and without flushing the pipe, two sets of samples shall be taken 15 minutes apart while the sampling taps are left running. If the initial disinfection procedure fails to produce satisfactory bacteriological results, or if other water quality is affected for any reason, the system shall be reflushed and resampled. If the check samples fail, the system shall be rechlorinated and testing repeated. 4.7 PRESSURE AND LEAK TESTING A. Secure unrestrained pipe ends against uncontrolled movement. B. Isolate new piping from the existing water system. C. - Fill and flush all new piping with potable water. Ensure all trapped air is removed. D. - Pressurize the new pipe to the test pressure at the highest point in the isolated system. Do not pressurize to more than 5 psi over the test pressure at the highest point in the isolated system. E. Test and monitor the completed piping system at 1.5 times the system working pressure or 150 psi, whichever is greater, for 2 continuous hours. F. If the measured pressure loss does not exceed 5 psi, and the pressure does not drop below 150 psi, the test will be considered acceptable. G. Repair all visible leaks regardless of test. H. Addition of makeup water is not allowed. MY OF IOWA MY WATER D13TR03UD0N - 02660 November 2016 - Page 18 of 19 A8 SYSTEMTRACE A. All tracer wire terminal boxes shall be to grade, located appropriate distance from hydrantivalve, and with tracer wire correctly attached. A Water Division locator shall complete a trace of the new pipe(s), including connections to existing main. Any tracing deficiencies noted by the locator shall be corrected and retraced until the entire system traces out correctly. 4.9 SYSTEMS CHECK A. Valve Operations: All valves shall be located and tested to verify operation. Remove the valve box lid, insert the valve key and open and close each valve. B. Hydrant Operations: 1. After the hydrant has been installed and the main and hydrant have been pressure tested, each hydrant shall be flushed and checked for proper operation. 2. After hydrant has been flushed, close it and check for drainage. This is done by placing a hand over the nozzle opening and checking for a vacuum. Then check the hose thread for proper fit. 3. Replace nozzle cap, then open hydrant again and inspect all joints for leaks. 4.10 PUTTING WATER MAIN EV SERVICE The Water Division shall put the completed water system in service only after system has satisfactorily passed all testing and documentation requirements. o o " C-)-< ONm 7'" :<M "° CrrY OF IOWA CnY WATER DISTRIBUTION - 02660 November 2016 Page 19 of 19 HOLDING SPOOL OR MEGA LUG TRACER WIRE TERMINAL BOX GATE VALVE PLACE BETWEEN HYDRANT AND HYDRANT VALVE, IN CONCRETE: PLACE 1' THRUST BLOCK FROM HYDRANT, IN GRASS: TAPE TO PLUG HYDRANT BARREL WITH 2X4 SCRAP OF WO❑D INSTALLED BETWEEN BOX AND BARREL THRUST BLOCK TO ENSURE METALS D❑ NOT TOUCH, SWIVEL OR AS ANCHOR TEE z EQ' S❑LID CONCRETE BLOCK Q HYDRANT 4.5" FOR MAIN SMALLER THAN 12" 5.25" FOR 12" AND LARGER MAIN TRACER WIRE GROUND ROD CIN CONTACT WITH NATIVE S❑IL) SOLID CONCRETE BLOCK DEADEND HYDRANT DETAIL Figure CIC -4C.1 NOT TO SCALE REVISED 11/2016 PLUG OR CA MINIMUM 20' OF PIPE AFTER VALVE FOR FUTURE EXTEND TRACER WIRE TO END OF PIPE SOLID CONCRETE BLOCK HOLDING SPOOL OR MEGA LUG THRUST BLOCK SWIVEL OR ANCHOR TEE EXTEND TRACER WIRE TO END OF PIPE GROUND ROD CIN CONTACT WITH NATIVE SOIL) GATE VALVES SOLID CONCRETE BLOCK VM01'A110 VMol x0lo A1f0 HOLDING SPOOL OR MEGA LUG TRACER WIRE TERMINAL BOX PLACE BETWEEN HYDRANT AND HYDRANT VALVE. IN CONCRETE: PLACE 1' FROM HYDRANT. IN GRASS; TAPE TO HYDRANT BARREL WITH 2X4 SCRAP OF WOOD INSTALLED BETWEEN BOX AND BARREL TO ENSUREI METALS D❑ NOT TOUCH, S❑LID CONCRETE BLOCK HYDRANT 4,5' FOR MAIN SMALLER THAN 12' 5,25' FOR 12' MAIN AND LARGER GROUND ROD CIN CONTACT WITH NATIVE SOIL) 11 -1 ad 9�kyQbANT DETAIL FOR FUTURE WATER MAIN EXTENSION Q3Figure CIC -4C.2 NOT TO SCALE REVISED 11/2016 Thrust Block UndisturbedSell Fitting � 'i' Bearing Surface h (See Table) Nater Main i 18" min. TYPICAL SECTION 0D- IA Extend thrust blocks to undisturbed sell. Excavation Info trench wag may be necessary. Form vertical surfaces of poured concrete thrust blocks except on bearing surface. Encase all fittings In Polyethylene wrap. Do not allow concrete to directly contact Joints or fitting bolts. Diameter of Pipe, D (Inches) MINIMUM BEARING SURFACE (ef) Bends Tess and 11114'221/ 45° go. Dead Ends 4 I I 6 2 4 62 4 1 7 1 14 10 0 3 6 15 4 8 I 21 5 11 28 16 T 14 0 36 18 g 17 45 20 II 21 42 TB 55 5 31 73 30 24 47 92 171 120 34 67 132 1 244 173 Minimum surface area based on water pressure of 150 psI and allowable sell pressure of 1,000 psf. sones ®°,'N� t �vN orzlo IGURE 5010.101 swingliliw; 0l � PDssibl, or Sin is CHANGES IN PIPE DEPTH ELEVATION Block Y4 Depth oill%aha`ete -- h t 1 w 91 Ntlf 810ti rr�r�u SECTION A -A D Min. 1.5 X D DEAD ENDS (ALTERNATE METHOD) Use only when allowed by the Enalnser. or when specified In the contract documents. M SECTION " Gland sonesI e —�.t STAN pWD I0A6KM n�101 EXTEND TRACER WIRE UP FIRE HYDRANT BARREL TO 1Q INTERNAL TERMINALS OF TRACER WIRE TERMINAL BOX AND THEN DOWN TO GROUND ROD. CLAMP TRACER WIRE TO GROUND ROD AT SYSTEM Q2 TERMINATION POINTS. •' © PLACE GROUND RODS 6"-10" AWAY FROM PIPE AND IN CONTACT WITH NATIVE SOIL. WIRE CONNECTING GROUND OTRACER WIRE TERMINAL BOX ROD TO TERMINAL BOX IS A AT GROUND LEVEL SEPARATE WIRE FROM THE WIRE TO THE HYDRANT RUN AFIRE HYDRANT BARRELO NO FIRE HYDRANT VALVE ROD NEW WATER MAIN FIRE HPDRANT TEE' - DO NOT RUN WIRE UP VALVE BOX EXISTING WATER MAIN 1l/ `POSSIBLE SPLICE EXISTING LOCATE WIRES C\ `SPLICE TAPE WIRE AT MIDPOINT OF EACH PIPE LENGTH d 'tor,k119 wiM )12!3719 ,110 S :I Wd 91 Nvr 8101 TYPICAL DETAIL TRACER WIRE INSTALL"4T101i w% EXISTING LOCATE WIRE SCALE: NOT TO SCALE Figure CIC -5010.102 EXTEND TRACER HARE UP FIRE HYDRANT BARREL TO (D INTERNAL TERMINALS OF TRACER WIRE TERMINAL BOX AND BACK DOWN. ® CLAMP TRACER WIRE TO GROUND ROD AT SYSTEM TERMINATION POINTS. © PLACE GROUND RODS 6"-70" AWAY FROM PIPE AND IN CONTACT WITH NATIVE SOIL. WIRE CONNECTING GROUNDIOAT GROUND LEVEL TRACER WIRE TERMINAL BOX ROD TO TERMINAL BOX ISA SEPARATE WIRE FROM THE WIRE TO THE HYDRANT RUN i -FIRE HYDRANT BARREL FIRE HYDRANT VALVE ®GROUND ROD-,,,, ' % /j FIRE HYDRANT TEE / NEW WATER MAIN F DO NOT UP VALVE BOX RE WITHOUT LOCATE WIRE \ I `POSSIBLE SPLICE SPLICE TAPE WIRE AT MIDPOINT OF EACH PIPE LENGTH AA AGROUND ROD© vmol VVI3 AVO it 41 wa 91 Nvr11eTYPICAL DETAIL TRACER WJfEN51A,kLATION WITHOUT EXISTING LOCATE WIRE ;CALE: NOT TO SCALE Figure CIC -5010.103 REVISED EXISTING WA EXISTING LOCATE TYPICAL DETAIL TRACER WIRE INSTALLATION SERVICE SIZE 4" OR LARGER w/ EXISTING LOCATE WIRE SCALE: NOT TO SCALE Figure CIC -5010.104 REVISED 11/2016 EXISTING WATER WITHOUT EXISTNG TRACER M313 A113 991IT f�}fiL DETAIL TRACER WIIt,IM,TALTION SERVICE SIZE 4" OR LARGER ING LOCATE WI to NU I I U SCALE re CIC -5010.105 REVISED TRACER WIRE TERMINAL BOX PLACE BETWEEN HYDRANT AND HYDRANT HYDRANT VALVE. IN CONCRETE: PLACE 1' FROM HYDRANT, 3-0' IN GRASS TAPE TO BARREL WITH 2X4 SCRAP RADIAL OF WOOD INSTALLED BETWEEN BOX AND CL r LEAK -I BARREL TO ENSURE METALS DO NOT TOUCH. SPACE VALVE BOX AND 6" GATE VALVE x MAIN FINAL 0 z F TRIS ENCH� GRADE lll TRENCH I1 SPLICE TO MAIN TRACING WIRE OR z BACKFILL j SET ADDITIONAL GROUND ROD _ TRACER WIRE BACKFILL WITH CLEAN 2-1/2' I 0 HOLDINGIk WATER MAIN CRUSHED STONE TO 18' ABOVE -I SPOOL OR MEGA LUG BOTTOM OF HYDRANT BASE \ THRUST _ BLOCK SOLID CONCRETE -"' - -III =1111 BLOCK AS REQ'D SOLID CONCRETE ANCHOR OR SWIVEL TEE GROUND ROD BLOCK SOLID CONCRETE BLOCK ij TYPICAL HYDRANT & VALVE ASSEMBLY Figure CIC -5020.201 NOT TO SCALE REVISED 11/2016 Iowa City # R4185 Confluence No. 15106-02 SECTION 02990 Riverfront Crossings Park, Phase 3 Project City of Iowa City, Iowa SITE FURNISHINGS AND EQUIPMENT PART GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Trash Receptacles 2. Benches 3. Bike Racks 4. Drinking Fountains 1.03 SUBMITTALS A. Product Data: Provide manufacturer's data for each type of product indicated. B. Samples for Verification: For each type of exposed finish required, prepared on Samples of size indicated below. 1. Size: Not less than 4 -inch -square sheet components. C. Manufacturer's Instructions: Indicate conditions requiring special procedures. n D. Maintenance Data: For site furnishings to include in maintenance manuals. p m c -n �— D -i z ,... 1.04 QUALITY ASSURANCE c) < — '— a� A. Source Limitations: Obtain each type of site furnishing(s) through one sourceZipPq a single rn manufacturer. _ v B. Installer Qualifications: Company specializing in performing the work of this sir–On aIIa approved by manufacturer. T'' PART 2 PRODUCTS 2.01 TRASH RECEPTACLES A. Basis -of -Design Product: Subject to compliance with requirements, provide this product or approved equal product as indicated on Drawings: 1. Landscape Forms Inc.: Scarborough Litter Receptacle. Style: Side -opening (30 gallons). Pattern: Vertical Strap with lock. Mount: Surface mount. Finish: Powdercoat Black. Liner Color: Black. SITE FURNISHINGS AND EQUIPMENT 02990-1 Iowa City # R4185 Confluence No. 15106-02 Riverfront Crossings Park, Phase 3 Project City of Iowa City, Iowa 2.03 BENCHES A. Basis -of -Design Product: Subject to compliance with requirements, provide this product or approved equal as indicated on Drawings: 1. Barco Products Inc.: Cassidy Style Bench w/ straight back, end arms. Mount: surface mount. Finish: Powdercoat. Color: Black. 2.04 BIKE RACK A. Basis -of -Design Product: Subject to compliance with requirements, provide this product or approved equal product as indicated on Drawings: 1. CycleSafe, Inc.: Classic U/2 Round Rack. Material: Schedule 40 Steel. Surface Mount. Finish: Black Plastisol Rubberized Coating. 2.05 DRINKING FOUNTAIN A. Basis -of -Design Product: Subject to compliance with requirements, provide this product or approved equal product as indicated on Drawings: 1. Most Dependable Fountains: Model 10155 SM (pet fountain included) w/ added hose bib. Finish: Oven -baked powder coat. Color: Black PART 3 EXECUTION N Q 3.01 EXAMINATION o �' A. Examine areas and conditions, with Installer present, for compliance with requirements for correct and level finished grade, mounting surfaces, installation tolerances, and other conditions affecting performance. 1. Proceed with installation only after unsatisfactory conditions have been corrected. fA 3.02 INSTALLATION, GENERAL A. Comply with manufacturer's written installation instructions unless more stringent requirements are indicated. Complete field assembly of site furnishings where required. 1. Unless otherwise indicated, install site furnishings after landscaping and paving have been completed. 2. Install site furnishings level, plumb, true, and securely anchored at locations indicated on Drawings. 3.03 CLEANING A. After completing site furnishing installation, inspect components. Remove spots, dirt, and debris. Repair damaged finishes to match original finish or replace component. END OF SECTION SITE FURNISHINGS AND EQUIPMENT 02990-2 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 Rohrbach Associates PC UNIT MASONRY 04 20 00-1 SECTION 04 20 00 UNIT MASONRY PART1 GENERAL 1.01 SECTION INCLUDES A. Concrete Block. B. Mortar and Grout. C. Reinforcement and Anchorage. D. Flashings. E. Accessories. 1.02 RELATED REQUIREMENTS A. Section 05 50 00 - Metal Fabrications: Loose steel lintels. B. Section 06 10 00 - Rough Carpentry: Nailing strips built into masonry. C. Section 07 21 00 - Thermal Insulation: Insulation for cavity spaces. D. Section 07 92 00 - Joint Sealants: Sealing control and expansion joints. 1.03 REFERENCE STANDARDS A. TMS 402/602 - Building Code Requirements and Specification for Masonry Structures; 2016. B. ASTM Al53/A153M - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware; 2016a. C. ASTM A641/A641M - Standard Specification for Zinc -Coated (Galvanized) Carbon Steel Wire; 2009a (Reapproved 2014). D. ASTM A1064/A1064M - Standard Specification for Carbon -Steel Wire and Welded 4%e Reinforcement, Plain and Deformed, for Concrete; 2017. c' C3 . E. ASTM C90 - Standard Specification for Loadbearing Concrete Masonry Units6ax .�. F. ASTM C91/C91M - Standard Specification for Masonry Cement; 2012. G. ASTM C144 - Standard Specification for Aggregate for Masonry Mortar; 2011--1 H. ASTM C150/C150M -Standard Specification for Portland Cement; 2017. o70 (� I. ASTM C207 - Standard Specification for Hydrated Lime for Masonry Purpose6 (Reapproved 2011). J. ASTM C270 - Standard Specification for Mortar for Unit Masonry; 2014a. K. ASTM C387/C387M - Standard Specification for Packaged, Dry, Combined Materials for Concrete and High Strength Mortar; 2015. L. ASTM C404 - Standard Specification for Aggregates for Masonry Grout; 2011. M. ASTM C476 - Standard Specification for Grout for Masonry; 2016. N. BIA Technical Notes No. 7 - Water Penetration Resistance — Design and Detailing; 2005. O. BIA Technical Notes No. 28B - Brick Veneer/Steel Stud Walls; 2005. P. BIA Technical Notes No. 46 - Maintenance of Brick Masonry; 2005. 1.04 SUBMITTALS A. See Section 0130 00 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data for masonry units, fabricated wire reinforcement, mortar, and masonry accessories. PART 2 PRODUCTS 2.01 CONCRETE MASONRY UNITS A. Concrete Block: Comply with referenced standards and as follows: Rohrbach Associates PC UNIT MASONRY 04 20 00-1 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 1. Size: Standard units with nominal face dimensions of 16 by 8 inches and nominal depths as indicated on the drawings for specific locations. 2. Special Shapes: Provide non-standard blocks configured for corners and headers. 3. Provide bull -nose block at all exposed corners and wall ends. 4. Load -Bearing Units: ASTM C90, normal weight. a. Hollow block, as indicated. b. Exposed Faces: Manufacturer's standard color and texture where indicated. 2.02 MORTAR AND GROUT MATERIALS A. Masonry Cement: ASTM C91/C91M, Type N. B. Portland Cement: ASTM C150/C150M, Type I; color as required to produce approved color sample. C. Hydrated Lime: ASTM C207, Type S. D. Mortar Aggregate: ASTM C144. E. Grout Aggregate: ASTM C404. F. Water: Clean and potable. G. Packaged Dry Material for Mortar for Unit Masonry: Premixed Portland cement, hydrated lime, and sand; complying with ASTM C387/C387M and capable of producing mortar of the specified strength in accordance with ASTM C270 with the addition of water only. 1. Type: Type N. 2. Calor: Standard gray. N 2.03 REINFORCEMENT AND ANCHORAGE O C1 A. Joint Reinforcement: Use ladder type joint reinforcement where vertical reinforcementi� ,involved and truss type elsewhere, unless otherwise indicated. B. Single Wythe Joint Reinforcement: Truss or ladder type; ASTM A1064/A1064M steel wire, mill - galvanized to ASTM A641/A641M, Class 3; 0.1483 inch side rods with 0.1483 inch cross rods; width as required to provide not more than 1 inch and not less than 1/2 inch of mortar coverage on each exposure. C. Multiple Wythe Joint Reinforcement: Truss type; fabricated with moisture drip; ASTM Al064/A1064M steel wire, hot dip galvanized after fabrication to ASTM Al 53/153M, Class B, 0.1483 inch side rods with 0.1483 inch cross rods; width as required to provide not more than 1 inch and not less than 1/2 inch of mortar coverage on each exposure. D. Flexible Anchors: 2 -piece anchors that permit differential movement between masonry and building frame, sized to provide not more than 1 inch and not less than 1/2 inch of mortar coverage from masonry face. 2.04 FLASHINGS 2.05 ACCESSORIES A. Cavity Mortar Control: Semi-rigid polyethylene or polyester mesh panels, sized to thickness of wall cavity, and designed to prevent mortar droppings from clogging weeps and cavity vents and allow proper cavity drainage. 1. Mortar Diverter: Semi-rigid mesh designed for installation at flashing locations. a. Manufacturers: 1) Mortar Net Solutions: www.mortarnet.com. B. Termination Bars: Stainless steel; compatible with membrane and adhesives. C. Drip Edge: Stainless steel; compatible with membrane and adhesives. D. Weeps: 1. Type: Cotton rope. E. Cleaning Solution: Non -acidic, not harmful to masonry work or adjacent materials. Rohrbach Associates PC UNIT MASONRY �ILyIiZITIIPA Riverfront Crossings Park Phase 3 Project 2.06 MORTAR AND GROUT MIXES Iowa City Project Number R4185 RAPC Project Number 1613 A. Mortar for Unit Masonry: ASTM C270, using the Proportion Specification. 1. Exterior, loadbearing masonry: Type N. 2. Exterior, non-loadbearing masonry: Type N. 3. Interior, loadbearing masonry: Type N. 4. Interior, non-loadbearing masonry: Type N. B. Grout: ASTM C476; consistency required to fill completely volumes indicated for grouting; fine grout for spaces with smallest horizontal dimension of 2 inches or less; coarse grout for spaces with smallest horizontal dimension greater than 2 inches. C. Admixtures: Add to mixture at manufacturer's recommended rate and in accordance with manufacturer's instructions; mix uniformly. D. Mixing: Use mechanical batch mixer and comply with referenced standards. PART 3 EXECUTION 3.01 EXAMINATION 3.02 PREPARATION 3.03 COLD AND HOT WEATHER REQUIREMENTS A. Comply with requirements of TMS 402/602 or applicable building code, whichever is more stringent. 3.04 COURSING A. Establish lines, levels, and coursing indicated. Protect from displacement. B. Maintain masonry courses to uniform dimension. Form vertical and horizontal joints of uniform thickness. C. Concrete Masonry Units: o 1. Bond: Running. o, m 2. Coursing: One unit and one mortar joint 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. -n v m x B. Buttering corners of joints or excessive furrowing of mortar joints is not perm _ C. Remove excess mortar and mortar smears as work progresses. s' .8:- D. Interlock intersections and external corners. E. Do not shift or tap masonry units after mortar has achieved initial set. Where adjustment must be made, remove mortar and replace. F. Perform job site cutting of masonry units with proper tools to provide straight, clean, unchipped edges. Prevent broken masonry unit corners or edges. 3.06 WEEPSICAVITY VENTS A. Install weeps in veneer and cavity walls at 24 inches on center horizontally above through -wall flashing, above shelf angles and lintels, and at bottom of walls. 3.07 CAVITY MORTAR CONTROL A. Do not permit mortar to drop or accumulate into cavity air space or to plug weep/cavity vents. B. For cavity walls, build inner wythe ahead of outer wythe to accommodate accessories. C. Install cavity mortar diverter at base of cavity and at other flashing locations as recommended by manufacturer to prevent mortar droppings from blocking weep/cavity vents. Rohrbach Associates PC UNIT MASONRY 04 20 00-3 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 3.08 REINFORCEMENT AND ANCHORAGE - SINGLE WYTHE MASONRY A. Place masonry joint reinforcement in first and second horizontal joints above and below openings. Extend minimum 16 inches each side of opening. B. Place continuous joint reinforcement in first and second joint below top of walls. C. Lap joint reinforcement ends minimum 6 inches. 3.09 REINFORCEMENT AND ANCHORAGES - CAVITY WALL MASONRY A. 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 openings. C. Place continuous joint reinforcement in first and second joint below top of walls. D. Lap joint reinforcement ends minimum 6 inches. E. Fasten anchors to structural framing and embed in masonry joints as masonry is laid. Space anchors at maximum of 24 inches horizontally and 16 inches vertically. 3.10 MASONRY FLASHINGS A. Whether or not specifically indicated, install masonry flashing to divert water to exterior at all locations where downward flow of water will be interrupted. B. Extend metal flashings through exterior face of masonry and turn down to form dripdastall joint sealer below drip edge to prevent moisture migration under flashing. m C. Lap end joints of flashings at least 6 inches, minimum, and seal watertightslag ' sealant/adhesive. '' 3.11 LINTELS M"" A. Install loose steel lintels over openings. < 3.12 GROUTED COMPONENTS 3.13 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. Bed anchors of metal door frames in adjacent mortar joints. Fill frame voids solid with grout. C. Do not build into masonry construction organic materials that are subject to deterioration. 3.14 TOLERANCES A. Maximum Variation from Alignment of Columns: 1/4 inch. B. Maximum Variation From Unit to Adjacent Unit: 1/16 inch. C. Maximum Variation from Plane of Wall: 1/4 inch in 10 ft and 1/2 inch in 20 ft or more. D. Maximum Variation from Plumb: 1/4 inch per story non -cumulative; 1/2 inch in two stories or more. E. Maximum Variation from Level Coursing: 1/8 inch in 3 ft and 1/4 inch in 10 ft; 1/2 inch in 30 ft. F. Maximum Variation of Mortar Joint Thickness: Head joint, minus 1/4 inch, plus 3/8 inch. G. Maximum Variation from Cross Sectional Thickness of Walls: 1/4 inch. 3.15 CUTTING AND FITTING A. Cut and fit for chases. Coordinate with other sections of work to provide correct size, shape, and location. 3.16 CLEANING A. Remove excess mortar and mortar droppings. B. Clean soiled surfaces with cleaning solution. END OF SECTION Rohrbach Associates PC UNIT MASONRY 04 20 00-4 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 Rohrbach Associates PC UNIT MASONRY 04 20 00-5 N O_ 0 m D t,- Rohrbach Associates PC UNIT MASONRY 04 20 00-5 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 SECTION 05 12 00 STRUCTURAL STEEL FRAMING PART1 GENERAL 1.01 SECTION INCLUDES A. Structural steel framing members. B. Base plates, and connections. C. Grouting under base plates. 1.02 REFERENCE STANDARDS A. AISC (MAN) - Steel Construction Manual; 2017. B. AISC 303 - Code of Standard Practice for Steel Buildings and Bridges; 2016. C. ASTM A36/A36M - Standard Specification for Carbon Structural Steel; 2014. D. ASTM A500/A500M - Standard Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes; 2013. E. ASTM A501/A501M - Standard Specification for Hot -Formed Welded and Seamless Carbon Steel Structural Tubing; 2014. F. ASTM A514/A514M - Standard Specification for High -Yield -Strength, Quenched and Tempered Alloy Steel Plate, Suitable for Welding; 2014. G. ASTM A572/A572M - Standard Specification for High -Strength Low -Alloy Columbium-Vdnadium Structural Steel; 2015. H. ASTM A992/A992M - Standard Specification for Structural Steel Shapes; 2011 (Reapproved 2015). I. AWS A2.4 - Standard Symbols for Welding, Brazing, and Nondestructive Examination; 2012. 1.03 SUBMITTALS ' A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Shop Drawings: 1. Indicate profiles, sizes, spacing, locations of structural members, openings, attachments, and fasteners. 2. Connections not detailed. 3. Indicate cambers and loads. 4. Indicate welded connections with AWS A2.4 welding symbols. Indicate net weld lengths. PART 2 PRODUCTS 2.01 MATERIALS A. Steel Angles and Plates: ASTM A36/A36M. B. Steel W Shapes and Tees: ASTM A992/A992M. C. Steel Plates and Bars: ASTM A572/A572M, Grade 50 (345) high-strength, columbium -vanadium steel. D. Cold -Formed Structural Tubing: ASTM A500/A500M, Grade B. E. Hot -Formed Structural Tubing: ASTM A501/A501 M, seamless or welded. F. Steel Plate: ASTM A514/A514M. G. Grout: ASTM C1107/C1107M; Non -shrink; 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. H. Shop and Touch -Up Primer: Fabricator's standard, complying with VOC limitations of authorities having jurisdiction. Rohrbach Associates PC STRUCTURAL STEEL FRAMING 05 1200-1 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 I. Touch -Up Primer for Galvanized Surfaces: Fabricator's standard, complying with VOC limitations of authorities having jurisdiction. 2.02 FABRICATION A. Shop fabricate to greatest extent possible. B. Continuously seal joined members by continuous welds. Grind exposed welds smooth. C. Fabricate connections for bolt, nut, and washer connectors. 2.03 FINISH A. Shop prime structural steel members. Do not prime surfaces that will be fireproofed, field welded, in contact with concrete, or high strength bolted. PART 3 EXECUTION 3.01 ERECTION A. Erect structural steel in compliance with AISC 303. B. Allow for erection loads, and provide sufficient temporary bracing to maintain structure in safe condition, plumb, and in true alignment until completion of erection and installation of permanent bracing. C. Field weld components and shear studs indicated on shop drawings. D. Do not field cut or alter structural members without approval of Architect. E. After erection, prime welds, abrasions, and surfaces not shop primed, except surfaces to be in contact with concrete. F. Grout solidly between column plates and bearing surfaces, complying with manufacturer's instructions for nonshrink grout. Trowel grouted surfaces smooth, splaying neatlyjp 45 degrees. m CD 3.02 TOLERANCES c—i vim. A. Maximum Variation From Plumb: 1/4 inch per story, non -cumulative. B. Maximum Offset From True Alignment: 1/4 inch. END OF SECTION =<� -.0 M s r Rohrbach Associates PC STRUCTURAL STEEL FRAMING 05 12 00-2 Riverfront Crossings Park Phase 3 Project SECTION 05 50 00 METAL FABRICATIONS PART1 GENERAL 1.01 SECTION INCLUDES Iowa City Project Number R4185 RAPC Project Number 1613 A. Shop fabricated steel items. 1.02 RELATED REQUIREMENTS A. Section 04 20 00 - Unit Masonry: Placement of metal fabrications in masonry. B. Section 09 91 23 - Interior Painting: Paint finish. 1.03 REFERENCE STANDARDS A. ASTM A36/A36M - Standard Specification for Carbon Structural Steel; 2014. B. ASTM A123/A123M - Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products; 2017. C. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process; 2015, with Editorial Revision (2016). D. SSPC-Paint 20 - Zinc -Rich Primers (Type I, "Inorganic," and Type II, "Organic"); 202 (Ed. 2004). _ o 1.04 SUBMITTALS A. See Section 01 30 00 -Administrative Requirements, for submittal procedures.-' w - B. Shop Drawings: Indicate profiles, sizes, connection attachments, reinforcing; anchorage, size and type of fasteners, and accessories. Include erection drawings, elevations, and d9tails where applicable. PART 2 PRODUCTS 2.01 MATERIALS - STEEL cs7 A. Steel Sections: ASTM A36/A36M. B. Touch -Up Primer for Galvanized Surfaces: SSPC-Paint 20, Type I - Inorganic, complying with VOC limitations of authorities having jurisdiction. 2.02 FABRICATED ITEMS A. Lintels: As detailed; galvanized finish. 2.03 FINISHES - STEEL A. Galvanizing of Structural Steel Members: Galvanize after fabrication to ASTM A123/A123M requirements. Provide minimum 1.7 ozlsq ft galvanized coating. B. Galvanizing of Non-structural Items: Galvanize after fabrication to ASTM A123/A123M requirements. PART 3 EXECUTION 3.01 INSTALLATION A. Install items plumb and level, accurately fitted, free from distortion or defects. B. Provide for erection loads, and for sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. C. Obtain approval prior to site cutting or making adjustments not scheduled. END OF SECTION Rohrbach Associates PC METAL FABRICATIONS 05 50 00-1 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 Rohrbach Associates PC METAL FABRICATIONS 05 50 00-2 N O 0 C-) m L � Q V �K Rohrbach Associates PC METAL FABRICATIONS 05 50 00-2 Riverfront Crossings Park Phase 3 Project SECTION 06 10 00 ROUGH CARPENTRY PART1 GENERAL 1.01 SECTION INCLUDES A. Structural dimension lumber framing. B. Sheathing. C. Roof -mounted curbs. D. Roofing nailers. E. Preservative treated wood materials. F. Communications and electrical room mounting boards. G. Miscellaneous wood nailers, furring, and grounds. 1.02 RELATED REQUIREMENTS A. Section 04 20 00 0 Unit Masonry. 1.03 REFERENCE STANDARDS Iowa City Project Number R4185 RAPC Project Number 1613 A. AWC (WFCM) - Wood Frame Construction Manual for One- and Two -Family Dwellings; 2015. B. ASTM A153IA153M - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Mel Hardware; 2016a C. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building 14terials 2017. :a D. AWPA U1 - Use Category System: User Specification for Treated Wood; 20i -7 Q' E. PS 1 - Structural Plywood; 2009. 'rr—Y-� F, PS 2 - Performance Standard for Wood -Based Structural -Use Panels; 2010 _ G. PS 20 - American Softwood Lumber Standard; 2015. r'n 1.04 SUBMITTALS - NOT USED PART 2 PRODUCTS 2.01 GENERAL REQUIREMENTS A. Dimension Lumber: Comply with PS 20 and requirements of specified grading agencies. 1. If no species is specified, provide any species graded by the agency specified; if no grading agency is specified, provide lumber graded by any grading agency meeting the specified requirements. 2. Grading Agency: Any grading agency whose rules are approved by the Board of Review, American Lumber Standard Committee (www.alsc.org) and who provides grading service for the species and grade specified; provide lumber stamped with grade mark unless otherwise indicated. B. Lumber fabricated from old growth timber is not permitted. 2.02 EXPOSED DIMENSION LUMBER A. Sizes: Nominal sizes as indicated on drawings. B. Surfacing: S4S. C. Moisture Content: S-dryor MC19. D. Joist and Rafter Framing (2 by 6 through 4 by 16 ): 1. Species: Douglas Fir, 2. Grade: No. 1. 2.03 CONSTRUCTION PANELS A. Roof Sheathing: Any PS 2 type, rated Structural I Sheathing. Rohrbach Associates PC ROUGH CARPENTRY 06 10 00-1 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 1. Bond Classification: Exterior. 2. Span Rating: 60. 3. Performance Category: 3/4 PERF CAT. B. Communications and Electrical Room Mounting Boards: PS 1 A -D plywood, or medium density fiberboard; 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 Al53/A153M for high humidity and preservative -treated wood locations, unfinished steel elsewhere. B. Joist Hangers: Hot dipped galvanized steel, sized to suit framing conditions. 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. Preservative -Treated Wood: Provide lumber and plywood marked or stamped by an ALSC-accredited testing agency, certifying level and type of treatment in accordance with AWPA standards. B. Preservative Treatment: 1. Preservative Pressure Treatment of Lumber Above Grade: AWPA U1, Use Category UC313, Commodity Specification A using waterborne preservative. a. Kiln dry lumber after treatment to maximum moisture content of 19 percent. 2. Preservative Pressure Treatment of Plywood Above Grade: AWPA U1, Use Category UC2 and UC3B, Commodity Specification F using waterborne preservative. 29 a. Kiln dry plywood after treatment to maximum moisture content of y peroik PART 3 EXECUTION n 9 ...r 2 3.01 INSTALLATION -GENERAL c'), A. Select material sizes to minimize waste. B. Reuse scrap to the greatest extent possible; clearly separate scrap for use orys[ as ecesi components, including: shims, bracing, and blocking. C. Where treated wood is used on interior, provide temporary ventilation during ad immeiately after installation sufficient to remove indoor air contaminants. 3.02 FRAMING INSTALLATION A. Set structural members level, plumb, and true to line. Discard pieces with defects that would lower required strength or result in unacceptable appearance of exposed members. B. Make provisions for temporary construction loads, and provide temporary bracing sufficient to maintain structure in true alignment and safe condition until completion of erection and installation of permanent bracing. C. Install structural members full length without splices unless otherwise specifically detailed. D. Comply with member sizes, spacing, and configurations indicated, and fastener size and spacing indicated, but not less than required by applicable codes, AWC (WFCM) Wood Frame Construction Manual, and APA. E. Construct double joist headers at floor and ceiling openings and under wall stud partitions that are parallel to floor joists; use metal joist hangers unless otherwise detailed. F. Frame wall openings with two or more studs at each jamb; support headers on cripple studs. 3.03 BLOCKING, NAILERS, AND SUPPORTS A. Provide framing and blocking members as indicated or as required to support finishes, fixtures, specialty items, and trim. Rohrbach Associates PC ROUGH CARPENTRY 06 10 00-2 Riverfront Crossings Park Phase 3 Project 3.04 ROOF -RELATED CARPENTRY Iowa City Project Number R4185 RAPC Project Number 1613 A. Coordinate installation of roofing carpentry with deck construction, framing of roof openings, and roofing assembly installation. 3.05 INSTALLATION OF CONSTRUCTION PANELS A. Roof Sheathing: Secure panels with long dimension perpendicular to framing members, with ends staggered and over firm bearing. 1. Nail panels to framing; staples are not permitted. B. 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. At fire -rated walls, install board over wall board indicated as part of the fire -rated assembly. 2. Where boards are indicated as full floor -to -ceiling height, install with long edge of board parallel to studs. 3. Install adjacent boards without gaps. END OF SECTION Rohrbach Associates PC ROUGH CARPENTRY 06 10 00-3 N 4 Q m '� C� --{ n C-) G1 Rohrbach Associates PC ROUGH CARPENTRY 06 10 00-3 Riverfront Crossings Park Phase 3 Project Rohrbach Associates PC Iowa City Project Number R4185 RAPC Project Number 1613 ROUGH CARPENTRY 06 10 00-4 0 �� co m m "n Cl)� �, r � F ROUGH CARPENTRY 06 10 00-4 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 B. Extruded Polystyrene Board Insulation: Extruded polystyrene board; ASTM C578; with either natural skin or cut cell surfaces, and the following characteristics: 1. Flame Spread Index (FSI): Class A - 0 to 25, when tested in accordance with ASTM E84. 2. Smoke Developed Index (SDI): 450 or less, when tested in accordance with ASTM E84. 3. R -value; 1 inch of material at 72 degrees F: 5, minimum. 4. Board Edges: Square. 2.03 ACCESSORIES A. Vapor Retarder: Specified in Section 07 25 00. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that substrate, adjacent materials, and insulation materials are dry and that substrates are ready to receive insulation. Rohrbach Associates PC THERMAL INSULATION 07 21 00-1 SECTION 07 21 00 THERMAL INSULATION PART1 GENERAL 1.01 SECTION INCLUDES A. Board insulation at cavity wall construction, perimeter foundation wall, and underside of floor slabs. 1.02 RELATED REQUIREMENTS A. Section 03 30 00 - Cast -in -Place Concrete: Field -applied termiticide for concrete slabs and foundations. B. Section 04 20 00 - Unit Masonry. C. Section 06 10 00 - Rough Carpentry: Supporting construction for batt insulation. D. Section 07 25 00 - Weather Barriers: Separate air barrier and vapor retarder materials. 1.03 REFERENCE STANDARDS A. ASTM C578 - Standard Specification for Rigid, Cellular Polystyrene Thermal Insulation; 2017a. B. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials; 2017. 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data on product characteristics, performance criteria, and product limitations. PART 2 PRODUCTS o 2.01 APPLICATIONS CD A. �-C-) C_ Insulation Under Concrete Slabs: Extruded polystyrene board. B. _ Insulation at Perimeter of Foundation: Expanded polystyrene board. cn C. -� Insulation Inside Masonry Cavity Walls: Expanded polystyrene board. -r- 2.02 FOAM BOARD INSULATION MATERIALS e� V A. Expanded Polystyrene (EPS) Board Insulation: ASTM C578, Type XI; with the: following characteristics: 1. Flame Spread Index (FSI): Class A - 0 to 25, when tested in accordance with ASTM E84. 2. Smoke Developed Index (SDI): 450 or less, when tested in accordance with ASTM E84. 3. Board Size: 48 by 96 inch. 4. Board Thickness: 2 inches. B. Extruded Polystyrene Board Insulation: Extruded polystyrene board; ASTM C578; with either natural skin or cut cell surfaces, and the following characteristics: 1. Flame Spread Index (FSI): Class A - 0 to 25, when tested in accordance with ASTM E84. 2. Smoke Developed Index (SDI): 450 or less, when tested in accordance with ASTM E84. 3. R -value; 1 inch of material at 72 degrees F: 5, minimum. 4. Board Edges: Square. 2.03 ACCESSORIES A. Vapor Retarder: Specified in Section 07 25 00. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that substrate, adjacent materials, and insulation materials are dry and that substrates are ready to receive insulation. Rohrbach Associates PC THERMAL INSULATION 07 21 00-1 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 B. Verify substrate surfaces are flat, free of honeycomb, fins, irregularities, or materials or substances that may impede adhesive bond. 3.02 BOARD INSTALLATION AT FOUNDATION PERIMETER A. Install boards vertically on foundation perimeter. B. Cut and fit insulation tightly to protrusions or interruptions to the insulation plane. 3.03 BOARD INSTALLATION AT CAVITY WALLS A. Install boards to fit snugly between wall ties. B. Install boards horizontally on walls. 1. Install in running bond pattern. 2. Butt edges and ends tightly to adjacent boards and to protrusions. 3. Place impale fastener locking discs. C. Cut and fit insulation tightly to protrusions or interruptions to the insulation plane. 3.04 BOARD INSTALLATION UNDER CONCRETE SLABS A. Place insulation under slabs on grade after base for slab has been compacted. B. Cut and fit insulation tightly to protrusions or interruptions to the insulation plane. C. Prevent insulation from being displaced or damaged while placing vapor retarder and placing slab. 3.05 PROTECTION o A. Do not permit installed insulation to be damaged prior to its concealment. END OF SECTION 3' q -° t Rohrbach Associates PC THERMAL INSULATION 0721 00-2 Riverfront Crossings Park Phase 3 Project SECTION 07 25 00 PPIX\9:17 7_1NNI:IW PART? GENERAL 1.01 SECTION INCLUDES Iowa City Project Number R4185 RAPC Project Number 1613 A. Vapor Retarders: Materials to make exterior walls water vapor resistant and air tight. 1.02 RELATED REQUIREMENTS A. Section 04 20 00 - Unit Masonry. 1.03 REFERENCE STANDARDS A. 40 CFR 59, Subpart D -National Volatile Organic Compound Emission Standards for Architectural Coatings; U.S. Environmental Protection Agency; current edition. B. AATCC Test Method 127 - Water Resistance: Hydrostatic Pressure Test; 2014. C. ASTM D1970/D1970M - Standard Specification for Self -Adhering Polymer Modified Bituminous Sheet Materials Used as Steep Roofing Underlayment for Ice Dam Protection; 2017. D. ASTM E96/E96M - Standard Test Methods for Water Vapor Transmission of Materials; 2016. E. ASTM E2178 - Standard Test Method for Air Permeance of Building Materials; 2013. 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data on material characteristics. C. ABAA Manufacturer Qualification: Submit documentation of current evaluation of proposed manufacturer and materials. 1.05 QUALITY ASSURANCE A. Air Barrier Association of America (ABAA) Evaluated Materials Program (EAP); www.airbarrier.org/#sle: Use evaluated materials from a single manufacturer regularly engaged in air barrier material manufacture. Use secondary materials approved in writing by primary material manufacturer. PART 2 PRODUCTS 2.01 WEATHER BARRIER ASSEMBLIES A. Exterior Vapor Retarder: 1. On outside surface of inside wythe of masonry cavity wall use vapor retarder coating. 2.02 VAPOR RETARDER MATERIALS (AIR BARRIER AND WATER -RESISTIVE) A. Vapor Retarder Coating: Liquid applied, resilient, UV -resistant coating and associated joint treatment. 1. Water Vapor Permeance: 1.0 perm, maximum, when tested in accordance with ASTM E96/E96M. 2. VOC Content: Less than 50 g per L when tested in accordance with 40 CFR 59, Subpart D (EPA Method 24). 3. Suitable for use on concrete, masonry, plywood and gypsum sheathing. 4. Joint Preparation Treatment: Coating manufacturer's recommended method, either tape or reinforcing mesh saturated with coating material. 5. Products: a. BASF Corporation; MasterSeal AWB 660 I: www.master-builders-solutions.basf.us/#sle. b. Carlisle Coatings and Waterproofing, Inc; Barriseal-R: www.cadisleccw.com/#sle. c. LATICRETE International, Inc.; LATICRETE MVIS Air & Water Barrier with LATICRETE Waterproofing/Anti-Fracture Fabric: www.laticrete.com/#sle. d. PROSOCO, Inc; R -GUARD VB: www.prosoco.com/r-guard/#sle. e. Sto Corp; Sto VaporSeal (40 mil application): www.stocorp.com/#sle. Rohrbach Associates PC WEATHER BARRIERS 07 25 00-1 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 f. W.R. Meadows, Inc; Air -Shield LM or Air -Shield LM (All Season): www.wrmeadows.com/#sle. g. Substitutions: See Section 01 60 00 - Product Requirements. 6. Joint Filler: As recommended by coating manufacturer and suitable to the substrate. 2.03 ACCESSORIES A. Flexible Flashing: Self-adhesive sheet flashing complying with ASTM D197001970M, except slip resistance requirement is waived if not installed on a roof. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that surfaces and conditions are ready to accept the work of this section. 3.02 PREPARATION A. Remove projections, protruding fasteners, and loose or foreign matter that might interfere with proper installation. B. Clean and prime substrate surfaces to receive adhesives in accordance with manufacturer's instructions. 3.03 INSTALLATION A. Install materials in accordance with manufacturer's instructions. r -A B. Vapor Retarders: Install continuous air tight barrier over surfaces indicated, with sed se and with sealed joints to adjacent surfaces. 0 9 C. Coatings: 1. Prepare substrate in manner recommended by coating manufacturer; trAnts�a substrate and between dissimilar materials as recommended by manufa -o 2. Use flashing to seal to adjacent construction and to bridge joints. L{ y (� D. Openings and Penetrations in Exterior Weather Barriers: "O 1. Install flashing over sills, covering entire sill frame member, extending at lel,' e 5 inchCS onto weather barrier and at least 6 inches up jambs; mechanically fasten st tched e'Sges. 2. At openings to be filled with frames having nailing flanges, seal head and jamb flanges using a continuous bead of sealant compressed by flange and cover flanges with sealing tape at least 4 inches wide; do not seal sill flange. 3. At openings to be filled with non -flanged frames, seal weather barrier to all sides of opening framing, using flashing at least 9 inches wide, covering entire depth of framing. 4. At head of openings, install flashing under weather barrier extending at least 2 inches beyond face of jambs; seal weather barrier to flashing. 5. At interior face of openings, seal gap between window/door frame and rough framing, using joint sealant over backer rod. 6. Service and Other Penetrations: Form flashing around penetrating item and seal to weather barrier surface. END OF SECTION Rohrbach Associates PC WEATHER BARRIERS 07 25 00-2 Riverfront Crossings Park Phase 3 Project 69491[a].[61rZ[:I5141 PLASTIC SIDING PART1 GENERAL 1.01 SECTION INCLUDES Iowa City Project Number R4185 RAPC Project Number 1613 A. Ventilated, high-density core, wood veneer clad resin coated panel. 1.02 RELATED REQUIREMENTS A. Section 04 20 00 - Unit Masonry. B. Section 07 92 00 - Joint Sealants: Sealing joints between siding and adjacent construction and fixtures. 1.03 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Manufacturer's data sheets on each product to be used, including: 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Installation methods. C. Samples: Provide samples in colors specified, not less than 12 inches in length. 1.04 DELIVERY, STORAGE, AND HANDLING A. Store products in manufacturer's unopened packaging until ready for installation. B. Store product per manufacturer's standards and instructions, in closed, ventilated arga, within ambient temperature ranges. Store horizontally. _ c C. Store and dispose of solvent -based materials, and materials used with solve se&aterials. in accordance with requirements of local authorities having jurisdiction._, t $$ PART 2 PRODUCTS tr. 2.01 MANUFACTURERS rrl A. Prodemal; www.prodema.com. x? B. Substitutions: Not permitted. 2.02 MATERIALS cn A. Ventilated, high-density core, wood veneer clad resin coated panel. 1. Color: Rustik. 2. Accessories: a. Galvanized metal subframe, manufacturer's standard. PART 3 EXECUTION 3.01 EXAMINATION A. Examine substrate conditions before beginning installation; verify dimensions and acceptability of substrate. B. Do not proceed with installation until unacceptable conditions have been corrected. C. If substrate preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding. 3.02 INSTALLATION A. Install siding, soffit, and trim in accordance with manufacturer's printed installation instructions. B. Attach securely to framing, not sheathing, with horizontal components true to level and vertical components true to plumb, providing a weather resistant installation. C. Clean dirt from surface of installed products, using mild soap and water. Rohrbach Associates PC PLASTIC SIDING 07 46 33-1 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 D. randomly sort panels as directed by manufacrurer's instructions. END OF SECTION R1 Q C) m �r rri (:),u S Rohrbach Associates PC PLASTIC SIDING 07 46 33-2 Riverfront Crossings Park Phase 3 Project PART1 GENERAL 1.01 SECTION INCLUDES Iowa City Project Number R4185 RAPC Project Number 1613 SECTION 07 54 00 THERMOPLASTIC MEMBRANE ROOFING A. Adhered system with thermoplastic roofing membrane. B. Insulation, flat and tapered. C. Vapor retarder. D. Flashings. 1.02 RELATED REQUIREMENTS A. Section 06 10 00 - Rough Carpentry: Wood deck, nailers and curbs. 1.03 REFERENCE STANDARDS A. ASTM C1177/C1177M - Standard Specification for Glass Mat Gypsum Substrate for Use as Sheathing; 2013. B. ASTM C1289 - Standard Specification for Faced Rigid Cellular Polyisocyanu rate Thermal Insulation Board; 2017. C. ASTM D4434/D4434M - Standard Specification for Poly(Vinyl Chloride) Sheet Roofing; 2015. D. NRCA (RM) - The NRCA Roofing Manual; 2017. 1.04 SUBMITTALS N A. See Section 01 30 00 - Administrative Requirements, for submittal procedurPR. B. Product Data: Provide data indicating membrane materials, flashing materiafsasuNgon, vap retarder, surfacing, and fasteners. r _ C. Shop Drawings: Indicate joint or termination detail conditions, conditions of OQrfacwwith oder materials, and setting plan for tapered insulation.r . • ; D. Manufacturer's Certificate: Certify that products meet or exceed specified requifesments. E. Specimen Warranty: For approval. ^ rn 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years of documented experience. B. Installer Qualifications: Company specializing in performing the work of this section with at least three years of documented experience and approved by manufacturer. 1.06 WARRANTY A. Material Warranty: Provide membrane manufacturer's warranty agreeing to replace material that shows manufacturing defects within 5 years after installation. B. System Warranty: Provide manufacturer's system warranty agreeing to repair or replace roofing that leaks or is damaged due to wind or other natural causes. 1. Warranty Term: 20 years. 2. For repair and replacement include costs of both material and labor in warranty. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Polyvinyl Chloride (PVC) Membrane Materials: 1. Carlisle Roofing Systems, Inc; Sure -Flex PVC KEE: www.carlisle-syntec.com/#Sle. 2. GAF; EverGuard PVC XK Fleece Back 60 mil: www.gaf.com/#sle. 3. Sika Corporation 96 Roofing; Sarnafil PVC: usa.sarnafil.sika.com/#sle. 4. Versico, a division of Carlisle Construction Materials Inc; VersiFlex PVC: www.versico.com/#sle. Rohrbach Associates PC THERMOPLASTIC MEMBRANE ROOFING 07 54 00-1 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 5. Substitutions: See Section 01 60 00 - Product Requirements. B. Insulation: 1. BASF Corporation; BASF Neopor GPS: www.neopor.basf.us/#sle. 2. Carlisle SynTec; SecurShield Insulation: www.cadisle-syntec.com/#sle. 3. Versico, a division of Carlisle Construction Materials Inc; SecurShield Insulation: www. versico. coml#sle. 4. Substitutions: See Section 01 60 00 - Product Requirements. 2.02 ROOFING - UNBALLASTED APPLICATIONS A. Thermoplastic Membrane Roofing: One ply membrane, fully adhered, over insulation. B. Roofing Assembly Requirements: C. Acceptable Insulation Types - Constant Thickness Application: Any of the types specified. 1. Minimum 2 layers of polyisocyanurate board. 2. Bottom layer of polyisocyanurate board covered with single layer of polyisocyanurate board. D. Acceptable Insulation Types - Tapered Application: Any type that meets requirements and is approved by membrane manufacturer for application. 2.03 ROOFING MEMBRANE AND ASSOCIATED MATERIALS A. Membrane: 1. Reinforcing: Internal fabric. 2. Sheet Width: Factory fabricated into largest sheets possible. 3. Color: White. B. Seaming Materials: As recommended by membrane manufacturer. C. Vapor Retarder: Material approved by roof manufacturer complying with requiremenjbpf fire rating classification; compatible with roofing and insulation materials. m 1. Fire -retardant adhesive. o CO D. Flexible Flashing Material: Same material as membrane. r1=4 z ..... 2.04 DECK SHEATHING AND COVER BOARDS rn r A. Deck Sheathing and Cover Board: Glass mat faced gypsum panels, ASTM C 4RC1�7M,rn fire resistant type, 1/4 inch thick. o70 3 1. Manufacturers: VE: �;K a. Georgia-Pacific; DensDeck: www.densdeck.com/#sle. 3> Jr b. National Gypsum Company; DEXcell Glass Mat Roof Board: ' www.nationalgypsum.com/#sle. c. National Gypsum Company; DEXcell FA Glass Mat Roof Board: www.nationaigypsum.com/#sle. d. Substitutions: See Section 01 60 00 - Product Requirements. 2.05 INSULATION A. Polyisocyanurate Board Insulation: Rigid cellular foam, complying with ASTM C1289, Type I, aluminum foil both faces; Class 1, non -reinforced foam core and with the following characteristics: 1. Compressive Strength: 25 psi. 2. Board Size: 48 by 96 inch. 3. Board Thickness: 2.0 inch. 4. Tapered Board: Slope as indicated; possible. 5. Board Edges: Square. 6. Manufacturers: minimum thickness.5 inch; fabricate of fewest layers a. Dow Chemical Co: www.dow.com. b. GAF; EnergyGuard Ultra Polyiso Tapered Insulation: www.gaf.com/#sle. Rohrbach Associates PC THERMOPLASTIC MEMBRANE ROOFING 07 54 00-2 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 c. Versico, a division of Carlisle Construction Materials, Inc; SecurShield Insulation: www.versico.com/#sle. 2.06 ACCESSORIES A. Sheathing Adhesive: Non-combustible type, for adhering gypsum sheathing to metal deck. B. Insulation Joint Tape: Glass fiber reinforced type as recommended by insulation manufacturer, compatible with roofing materials; 6 inches wide; self adhering. C. Insulation Fasteners: Appropriate for purpose intended and approved by roofing manufacturer. D. Membrane Adhesive: As recommended by membrane manufacturer. E. Surface Conditioner for Adhesives: Compatible with membrane and adhesives. F. Thinners and Cleaners: As recommended by adhesive manufacturer, compatible with membrane. G. Insulation Adhesive: As recommended by insulation manufacturer. H. Insulation Perimeter Restraint: Stainless steel edge device configured to restrain insulation boards in position and provide top flashing over ballast. Sealants: As recommended by membrane manufacturer. PART 3 EXECUTION B]4S 11111141-1 k5 I: FA i [a]:1 A. Verify that surfaces and site conditions are ready to receive work. B. Verify deck is supported and secure. C. Verify deck is clean and smooth, flat, free of depressions, waves, or projections, prop drly sloped and suitable for installation of roof system. D. Verify deck surfaces are dry and free of snow or ice. E. Verify that roof openings, curbs, and penetrations through roof are solidly set and cat strips are in place. 3.02 WOOD DECK PREPARATION A. Verify flatness and tightness of joints of wood decking. Fill knot holes with latex filler B. Confirm dry deck by moisture meter with 12 percent moisture maximum. 3.03 INSTALLATION -GENERAL A. Perform work in accordance with manufacturer's instructions and NRCA (RM) applicable requirements. B. Do not apply roofing membrane during unsuitable weather. C. Do not apply roofing membrane when ambient temperature is outside the temperature range recommended by manufacturer. D. Do not apply roofing membrane to damp or frozen deck surface or when precipitation is expected or occurring. E. Do not expose materials vulnerable to water or sun damage in quantities greater than can be weatherproofed the same day. 3.04 VAPOR RETARDER AND INSULATION APPLICATION - UNDER MEMBRANE A. Apply vapor retarder to deck surface with adhesive in accordance with manufacturer's instructions. 1. Extend vapor retarder under cant strips and blocking to deck edge. 2. Install flexible flashing from vapor retarder to air seal material of wall construction, lap and seal to provide continuity of the air barrier plane. B. Ensure vapor retarder is clean and dry, continuous, and ready for application of insulation. Rohrbach Associates PC THERMOPLASTIC MEMBRANE ROOFING 07 54 00-3 Rivertront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 C. Attachment of Insulation: Embed insulation in adhesive in full contact, in accordance with roofing and insulation manufacturers' instructions. D. Lay subsequent layers of insulation with joints staggered minimum 6 inch from joints of preceding layer. E. Place tapered insulation to the required slope pattern in accordance with manufacturer's instructions. F. Lay boards with edges in moderate contact without forcing. Cut insulation to fit neatly to perimeter blocking and around penetrations through roof. G. Tape joints of insulation in accordance with roofing and insulation manufacturers' instructions. H. Do not apply more insulation than can be covered with membrane in same day. 3.05 MEMBRANE APPLICATION A. Roll out membrane, free from wrinkles or tears. Place sheet into place without stretching. B. Shingle joints on sloped substrate in direction of drainage. C. Fully Adhered Application: Apply adhesive to substrate at rate of _ gal/sq ft. Fully embed membrane in adhesive except in areas directly over or within 3 inches of expansion joints. Fully adhere one roll before proceeding to adjacent rolls. D. Overlap edges and ends and seal seams by contact adhesive, minimum 3 inches. Seal permanently waterproof. Apply uniform bead of sealant to joint edge. E. At intersections with vertical surfaces: 1. Extend membrane over cant strips and up a minimum of 4 inches onto vertical surfaces. 2. Fully adhere flexible flashing over membrane and up to nailing strips. F. Around roof penetrations, seal flanges and flashings with flexible flashing. : G. 0 2 Coordinate installation of roof drains and sumps and related flashings. Co 3.06 CLEANING a ::E2) A. z See Section 01 74 19 - Construction Waste Management and Disposal, for A*naL r requirements. �� a' M B. Remove bituminous markings from finished surfaces. �� 'v z 0 C. In areas where finished surfaces are soiled by work of this section, consult rriOlActu[er of surfaces for cleaning advice and conform to their documented instructions. A s D. Repair or replace defaced or damaged finishes caused by work of this section. — 3.07 PROTECTION A. Protect installed roofing and flashings from construction operations. B. Where traffic must continue over finished roof membrane, protect surfaces using durable materials. END OF SECTION Rohrbach Associates PC THERMOPLASTIC MEMBRANE ROOFING 07 54 00-4 Riverfront Crossings Park Phase 3 Project SECTION 07 92 00 JOINT SEALANTS 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 Iowa City Project Number R4185 RAPC Project Number 1613 A. Section 07 25 00 - Weather Barriers: Sealants required in conjunction with air barriers and vapor retarders. 1.03 REFERENCE STANDARDS A. ASTM C834 - Standard Specification for Latex Sealants; 2017. B. ASTM C920 - Standard Specification for Elastomeric Joint Sealants; 2014a. C. ASTM C1193 - Standard Guide for Use of Joint Sealants; 2016. D. ASTM C1248 - Standard Test Method for Staining of Porous Substrate by Joint Sealants; 2008 (Reapproved 2012). 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, 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, hardness, cure time, and color availability. o 2. List of backing materials approved for use with the specific product. G; m 3. Substrates that product is known to satisfactorily adhere to and with whicpdbis cfnpatiM. 4. Substrates the product should not be used on. PART 2 PRODUCTS n n m 2.01 JOINT SEALANT APPLICATIONS - –0 A. Scope: -7 �y 1. Exterior Joints: Seal open joints, whether or not the joint is indicated on -the drawings, unless specifically indicated not to be sealed. Exterior joints to be sealed includ6,-Iut are not limited to, the following items. a. Joints between door, window, and other frames and adjacent construction. b. Joints between different exposed materials. c. Openings below ledge angles in masonry. d. Otherjoints indicated below. 2. Interior Joints: Do not seal interior joints unless specifically indicated to be sealed. Interior joints to be sealed include, but are not limited to, the following items. a. Joints between door, window, and other frames and adjacent construction. b. Other joints indicated below. 3. Do not seal the following types of joints. a. Intentional weepholes in masonry. b. Joints indicated to be treated with manufactured expansion joint cover or some other type of sealing device. c. Joints where sealant is specified to be provided by manufacturer of product to be sealed. d. Joints where installation of sealant is specified in another section. e. Joints between suspended panel ceilings/grid and walls. B. Exterior Joints: Use non -sag polyurethane sealant, unless otherwise indicated. Rohrbach Associates PC JOINT SEALANTS 07 92 00-1 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 1. Control and Expansion Joints in Concrete Paving: Self -leveling polyurethane "traffic -grade" sealant. C. Interior Joints: Use non -sag polyurethane sealant, unless otherwise indicated. 1. Wall and Ceiling Joints in Non -Wet Areas: Acrylic emulsion latex sealant. 2.02 JOINT SEALANTS - GENERAL 2.03 NONSAG JOINT SEALANTS A. Non -Staining Silicone Sealant: ASTM C920, Grade NS, Uses M and A; not expected to withstand continuous water immersion or traffic. 1. Movement Capability: Plus and minus 50 percent, minimum. 2. Non -Staining To Porous Stone: Non -staining to light-colored natural stone when tested in accordance with ASTM C1248. 3. Dirt Pick -Up: Reduced dirt pick-up compared to other silicone sealants. 4. Color: Match adjacent finished surfaces. 5. Manufacturers: a. Dow Corning Corporation; 756 SMS Building Sealant: www.dowcorning.com/constructiont#sle. b. Sika Corporation; Sikasil WS -290: www.usa-sika.com/#sle. c. Substitutions: See Section 01 60 00 - Product Requirements. 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. Color: Match adjacent finished surfaces. 3. Manufacturers: a. Sherwin-Williams Company; Stampede -1/ -TX Polyurethane Sealant: o www.sherwin-williams.com/#sle. cs C_ -� b. Sika Corporation; Sikaflex-1 a: www.usa-sika.com/#sle. c. Tremco Commercial Sealants & Waterproofing; Dymonic 100: www.tremcosealants.com/#sle. n a' d. W. R. Meadows, Inc; POURTHANE NS: www.wrmeadows.com/#4r e. Substitutions: See Section 0160 00 - Product Requirements. C. Type _ - Acrylic Emulsion Latex: Water-based; ASTM C834, single comp, n staining, non-bleeding, non -sagging; not intended for exterior use. fl 2.04 SELF -LEVELING SEALANTS A. Self -Leveling Polyurethane Sealant: ASTM C920, Grade P, Uses M and A; single or multi-component; explicitly approved by manufacturer for traffic exposure; not expected to withstand continuous water immersion . 1. Movement Capability: Plus and minus 25 percent, minimum. 2. Calor: Gray. 3. Manufacturers: a. The QUIKRETE Companies; QUIKRETE® Polyurethane Self -Leveling Sealant: www.quikrete.com/#sle. b. Sherwin-Williams Company; Stampede ISL Polyurethane Sealant: www.sherwin-williams.com/#sle. c. Sika Corporation; Sikaflex-1c SL: www.usa-sika.com/#sle. d. Substitutions: See Section 0160 00 - Product Requirements. 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. Closed Cell and Bi -Cellular: 25 to 33 percent larger in diameter than joint width. Rohrbach Associates PC JOINT SEALANTS 07 92 00-2 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 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: Self-adhesive, nonabsorbent, non -staining, removable without adhesive residue, and compatible with surfaces adjacent to joints and sealants. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that joints are ready to receive work. B. Verify that backing materials are compatible with sealants. C. Verify that backer rods are of the correct size. 3.02 INSTALLATION A. Perform work in accordance with sealant manufacturer's requirements for preparation of surfaces and material installation instructions. B. Perform installation in accordance with ASTM C1193. C. Install bond breaker backing tape where backer rod cannot be used. D. Install sealant free of air pockets, foreign embedded matter, ridges, and sags, and without getting sealant on adjacent surfaces. E. Do 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. F. Nonsag Sealants: Tool surface concave, unless otherwise indicated; remove maskifyq tape immediately after tooling sealant surface.' END OF SECTION � rfi Rohrbach Associates PC JOINT SEALANTS 07 92 00-3 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 0 C'i'� cr wyi Rohrbach Associates PC JOINT SEALANTS 0792004 Riverfront Crossings Park Phase 3 Project SECTION 08 11 13 Iowa City Project Number R4185 RAPC Project Number 1613 HOLLOW METAL DOORS AND FRAMES PART 1 GENERAL 1.01 SECTION INCLUDES A. Thermally insulated hollow metal doors with frames. 1.02 RELATED REQUIREMENTS A. Section 08 71 00 - Door Hardware. B. Section 08 80 00 - Glazing: Glass for doors and borrowed lites. 1.03 REFERENCE STANDARDS A. ADA Standards - Americans with Disabilities Act (ADA) Standards for Accessible Design; 2010. B. ANSI/SDI A250.4 - Test Procedure and Acceptance Criteria for Physical Endurance for Steel Doors, Frames and Frame Anchors; 2011. C. ANSI/SDI A250.8 - Specifications for Standard Steel Doors and Frames (SDI -100), 2014. D. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process, 2015, with Editorial Revision (2016). E. 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; 2016. N F. ASTM A1011/A1011 M - Standard Specification for Steel, Sheet and Strip,Rolle&arbon, Structural, High -Strength Low -Alloy, High -Strength Low -Alloy with Improved:,,,,,atIy, ander Ultra -High Strength; 2017. r G. ICC A117.1 - Accessible and Usable Buildings and Facilities; 2017. h - 1.04 SUBMITTALS -<r o A. See Section 01 30 00 - Administrative Requirements, for submittal proceduiii-? B. Product Data: Materials and details of design and construction, hardware I=tions reinforcement type and locations, anchorage and fastening methods, and finishes. `n C. Shop Drawings: Details of each opening, showing elevations, glazing, frame profiles, and any indicated finish requirements. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Hollow Metal Doors and Frames: 1. Ceco Door, an Assa Abloy Group company: www.assaabloydss.com. 2. Mesker, dormakaba Group; FDJ Series Drywall Frames: www.meskeropeningsgroup.com/#sle. 3. Republic Doors: www.republicdoor.com. 4. Steelcraft, an Allegion brand: www.allegion.com/#sle. 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 Al011/A1011 M, Commercial Steel (CS) Type B for each. 2. Accessibility: Comply with ICC A117.1 and ADA Standards. 3. Exterior 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. Rohrbach Associates PC HOLLOW METAL DOORS AND FRAMES 0811 13-1 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 6. Glazed Lights: Non -removable stops on non -secure side; sizes and configurations as indicated on drawings. Style: Manufacturers standard. B. Combined Requirements: If a particular door and frame unit is indicated to comply with more than one type of requirement, comply with the specified requirements for each type; for instance, an exterior door that is also indicated as being sound -rated must comply with the requirements specified for exterior doors and for sound -rated doors; where two requirements conflict, comply with the most stringent. 2.03 HOLLOW METAL DOORS A. Door Finish:. Factory primed and field finished. B. Exterior Doors: Thermally insulated. 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 1 - Full Flush. d. Door Face Metal Thickness: 16 gage, 0.053 inch, minimum. e. Zinc Coating: A60/ZF180 galvannealed coating; ASTM A653/A653M. 2. Core Material: Vertical steel stiffeners with fiberglass batts. 3. Door Thickness: 1-3/4 inch, nominal. 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. Exterior Door Frames: Full profile/continuously welded type. 1. Galvanizing: Components hot -dipped zinc -iron alloy -coated (galvannealed) in accordance with ASTM A653/A653M, with A401ZF120 coating. 2. Frame Metal Thickness: 14 gage, 0.067 inch, minimum. o 3. Frame Finish: Factory primed and field finished. o m 4. Weatherstripping: Separate, see Section 08 71 00. 2.05 ACCESSORIES A. Glazing: As specified in Section 08 80 00. —+C-) �r a' v M PART 3 EXECUTION m � fit 3.01 EXAMINATION A. Verify existing conditions before starting work. D rev B. Verify that opening sizes and tolerances are acceptable. C. Verify that finished walls are in plane to ensure proper door alignment. 3.02 INSTALLATION A. Install doors and frames in accordance with manufacturer's instructions and related requirements of specified door and frame standards or custom guidelines indicated. B. Coordinate frame anchor placement with wall construction. C. Install door hardware as specified in Section 08 71 00. D. Comply with glazing installation requirements of Section 08 80 00. E. Coordinate installation of electrical connections to electrical hardware items. 3.03 TOLERANCES A. Maximum Diagonal Distortion: 1/16 inch measured with straightedge, corner to corner. 3.04 ADJUSTING A. Adjust for smooth and balanced door movement. END OF SECTION Rohrbach Associates PC HOLLOW METAL DOORS AND FRAMES 0811 13-2 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 Rohrbach Associates PC HOLLOW METAL DOORS AND FRAMES 0811 13-3 N O ca r o? s Rohrbach Associates PC HOLLOW METAL DOORS AND FRAMES 0811 13-3 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 Rohrbach Associates PC HOLLOW METAL DOORS AND FRAMES 0811 13-4 N cm m �M Y. h7 Rohrbach Associates PC HOLLOW METAL DOORS AND FRAMES 0811 13-4 Riverfront Crossings Park Phase 3 Project SECTION 08 31 00 ACCESS DOORS AND PANELS Iowa City Project Number R4185 RAPC Project Number 1613 PART1 GENERAL 1.01 SECTION INCLUDES A. Flood protection plank and frame units. 1.02 RELATED REQUIREMENTS A. Section 08 71 00 - Door Hardware: Mortise cylinder and core hardware. 1.03 REFERENCE STANDARDS A. ASTM B209 -Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate; 2014. B. ASTM B209M -Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate (Metric); 2014. C. FM (AG) - FM Approval Guide; current edition. 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Provide sizes, types, finishes, hardware, scheduled locations, and details of adjoining work. C. Shop Drawings: Indicate exact position of each access door and/or panel unit. PART 2 PRODUCTS 2.01 ACCESS DOORS AND PANELS ASSEMBLIES A. Flood Protection Planks: c 1 Location: As indicated on drawings. p v Z Opening Size: As indicated on drawings. < 2.02 FLOOD PROTECTION PLANKS A. Manufacturers: --i C.) 1. PS DOORS; Flood Plank, Model FP -530: www.psdoors.com/#sle. 2. Substitutions: See Section 01 60 00 - Product Requirements. � B. Flood Protection Planks: Factory fabricated flood plank, face frame and gasket system teS ed to'meet FM (AG) flood mitigation product approval standards; coordinate requirements with type of installation assembly indicated for each unit. 1. High Water Protection Level: 30 inch above grade. 2. Operation: Provide latching from single side only, as indicated on drawings. 3. Mounting: Face -mounted as indicated on drawings. 4. Frame: Provide mechanically anchored type frame system, and include fasteners, water -stop, and sealants as required for transfer of hydrostatic pressure and other loading of specified system. 5. Loading Direction: Positive pressure loading against planks to compress seals, seated type. 6. Plank Material: ASTM 8209 (ASTM B209M) aluminum with alloy 6061 and temper T6, with welds ground smooth. a. Finish: Mill, factory acid washed, neutralized and rinsed. 7. Sill Option: No sill. 8. Gaskets: Provide factory -mounted, ultraviolet resistant EPDM, and field replaceable compressible gaskets on flood protection planks assembly; gaskets shall not be inflatable type. 9. Door Hardware: Provide manufacturer's standard hardware, factory located and prepared, for application indicated with water -sealed jambs and sill. Rohrbach Associates PC ACCESS DOORS AND PANELS 0831 00-1 Riverfront Crossings Park Phase 3 Project PART 3 EXECUTION 3.01 INSTALLATION Iowa City Project Number R4185 RAPC Project Number 1613 A. Install units in accordance with manufacturer's instructions. B. Install frames plumb and level in openings, and secure units rigidly in place. C. Position units to provide convenient access to concealed equipment when necessary. END OF SECTION Rohrbach Associates PC ACCESS DOORS AND PANELS 0831 00-2 N O m �n Rohrbach Associates PC ACCESS DOORS AND PANELS 0831 00-2 Riverfront Crossings Park Phase 3 Project SECTION 08 71 00 DOOR HARDWARE PART1 GENERAL 1.01 SECTION INCLUDES A. Hardware for hollow metal doors. B. Electrically operated and controlled hardware. C. Thresholds. D. Weatherstripping, seals and door gaskets. 1.02 RELATED REQUIREMENTS A. Section 08 11 13 - Hollow Metal Doors and Frames. 1.03 REFERENCE STANDARDS Iowa City Project Number R4185 RAPC Project Number 1613 A. ADA Standards -Americans with Disabilities Act (ADA) Standards for Accessible Design; 2010. B. BHMA A156.4 -American National Standard for Door Controls -Closers; 2013. C. BHMA A156.8 -American National Standard for Door Controls -Overhead Stops and Holders; 2010. D. BHMA A156.13 - American National Standard for Mortise Locks & Latches Series 1000; 2012. E. BHMA A156.18 - American National Standard for Materials and Finishes; 2012. F. BHMA A156.21 - American National Standard for Thresholds; 2014. G. BHMA A156.22 - American National Standard for Door Gasketing and Edge Seal Systems, Builders Hardware Manufacturers Association; 2012. H. UL (DIR) - Online Certifications Directory; current listings at database.ul.com. 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. o B. Product Data: Manufacturer's catalog literature for each type of hardware, marked --to clearly show products to be furnished for this project. C. Hardware Schedule: Detailed listing of each item of hardware to be installed on each door. Use door numbering scheme as included in the Contract Documents. Identify electrically )operated items and include power requirements. D. Keys: Deliver with identifying tags to Owner by security shipment direct from hardware supplier. E. Maintenance Materials and Tools: Furnish the following for Owner's use in maintenance of project. 1. See Section 01 60 00 - Product Requirements, for additional provisions. 2. Tools: One set of all special wrenches or tools applicable to each different or special hardware component, whether supplied by the hardware component manufacturer or not. PART 2 PRODUCTS 2.01 GENERAL REQUIREMENTS A. Provide door hardware specified, or as required to make doors fully functional, compliant with applicable codes, and secure to the extent indicated. B. Provide items of a single type of the same model by the same manufacturer. C. Provide products that comply with the following: 1. Applicable provisions of federal, state, and local codes. 2. Products Requiring Electrical Connection: Listed and classified by UL (DIR) as suitable for the purpose specified and indicated. Rohrbach Associates PC DOOR HARDWARE 0871 00-1 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 D. Electrically Operated and/or Controlled Hardware: Provide all power supplies, power transfer hinges, relays, and interfaces required for proper operation; provide wiring between hardware and control components and to building power connection. E. Finishes: Provide door hardware of the same finish unless otherwise indicated. 1. Primary Finish: Satin chrome plated over nickel on brass or bronze, 626 (approx US26D). 2. Secondary Finish: Satin chrome plated over nickel on brass or bronze, 626 (approx US26D). a. Use secondary finish in kitchens, bathrooms, and other spaces containing chrome or stainless steel finished appliances, fittings, and equipment; provide primary finish on one side of door and secondary finish on other side if necessary. 3. Finish Definitions: BHMA A156.18. 4. Exceptions: a. Where base metal is specified to be different, provide finish that is an appearance equivalent according to BHMA Al 56.18. 2.02 LOCKS AND LATCHES A. Locks: Provide a lock for every door, unless specifically indicated as not requiring locking. 1. If no hardware set is indicated for a swinging door provide an office lockset. 2. Trim: Provide lever handle or pull trim on outside of all locks unless specifically stated to have no outside trim. 3. Lock Cylinders: Provide key access on outside of all locks unless specifically stated to have no locking or no outside trim. B. Lock Cylinders: Manufacturer's standard tumbler type, six -pin standard core. 1. Provide cams and/or tailpieces as required for locking devices required. C. Keying: Grand master keyed. 1. Key to existing keying system. D. Latches: Provide a latch for every door that is not required to lock, unless specifical6ckdicated "push/pull" or "not required to latch". o 2.03 HINGES'3� A. Hinges: Provide hinges on every swinging door. full butt hinges indicatednn 1. Provide five -knuckle mortise unless otherwise o� 2. Provide ball-bearing hinges at all doors having closers. -Gr M 3. Provide hinges in the quantities indicated.77 Q� 10 4. Provide non -removable pins on exterior outswinging doors. _ 5. Provide non -removable pins on outswinging interior doors at all locatior l`l 6. Where electrified hardware is mounted in door leaf, provide power transfer hingm. B. Manufacturers - Hinges: 1. Assa Abloy Brands; McKinney: www.assaabloydss.com. 2. Stanley Black & Decker: www.stanleyblackanddecker.com. 2.04 MORTISE LOCKSETS A. Locking Functions: As defined in BHMA A156.13, and as follows: 1. Privacy: F19, or F02 with retraction of deadbolt by use of inside lever/knob. 2. Always -Locked: F07, may not be left unlocked. B. Manufacturers - Mortise Locksets: 1. Assa Abloy Brands, Corbin Russwin, Sargent, or Yale; — www.assaabloydss.com. 2. Schlage, an Allegion brand: www.allegion.com/us. 2.05 CLOSERS A. Closers: Complying with BHMA A156.4. 1. Provide surface -mounted, door -mounted closers unless otherwise indicated. 2. Provide a door closer on every exterior door. Rohrbach Associates PC DOOR HARDWARE 0871 00-2 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 B. Manufacturers - Surface Mounted Closers: 1. LCN, an Allegion brand; 4040: www.allegion.com/us. 2. Substitutions: Not permitted. 2.06 STOPS AND HOLDERS A. Stops: Complying with BHMA A156.8; provide a stop for every swinging door, unless otherwise indicated. B. Overhead Holders/Stops: C. Manufacturers - Overhead Holders/Stops: 1. Assa Abloy Brands, Rixson or Sargent: www.assaabloydss.com. 2.07 GASKETING AND THRESHOLDS A. Gaskets: Complying with BHMA At 56.22. 1. On each exterior door, provide weatherstripping gaskets, unless otherwise indicated; top, sides, and meeting stiles of pairs. 2. On each exterior door, provide door bottom sweep, unless otherwise indicated. B. Thresholds: Complying with BHMA A156.21. 1. At each exterior door, provide a threshold unless otherwise indicated. 2. Field cut threshold to frame for tight fit. C. Manufacturers - Gasketing and Thresholds: 1. Pemko Manufacturing Co: www.pemko.com. 2.08 PROTECTION PLATES AND ARCHITECTURAL TRIM A. Protection Plates: 1. Kickplate: Provide on push side of every door with closer, except aluminum storefront and glass entry doors. B. Manufacturers - Protection Plates and Architectural Trim: 1. Rockwood Manufacturing Company, an Assa Abloy brand: www.rockwoodmfg.com. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that doors and frames are ready to receive work; labeled, fire -rated doors angrames are present and properly installed, and dimensions are as indicated on shop drawings. o m B. Verify that electric power is available to power operated devices and of the.CGoFrgct characteristics. a a 3.02 INSTALLATION �n A. Install hardware in accordance with manufacturer's instructions and applic4blF_Fod%. r B. Use templates provided by hardware item manufacturer. C. Mounting heights for hardware from finished floor to center line of hardwarj�Atem. R's indicated in the following list; unless noted otherwise in Door Hardware Sets Schedule or on{tRe drawings. D. Set exterior door thresholds with full -width bead of elastomeric sealant on each point of contact with floor providing a continuous weather seal; anchor thresholds with stainless steel countersunk screws. 3.03 ADJUSTING A. Adjust work under provisions of Section 01 70 00 - Execution and Closeout Requirements. B. Adjust hardware for smooth operation. 3.04 CLEANING 3.05 PROTECTION A. Protect finished Work under provisions of Section 01 70 00 - Execution and Closeout Requirements. Rohrbach Associates PC DOOR HARDWARE 0871 00-3 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 B. Do not permit adjacent work to damage hardware or finish. HARDWARE SETS 4.01 HARDWARE SETS - GENERAL A. These Hardware Sets indicate requirements for single doors of that type, with conditional requirements for pairs and other situations. 4.02 SWING DOORS — ELECTRICAL ACCESS CONTROL A. HW -51: Entry Control, Electrified Lock, Fail -Secure, Non -Fire -Rated: 1. 4 Hinges. 2. Closer. 3. Lockset, Always -Locked, Electric Bolt Retraction. a. Fail-safe, unlocking in event of fire alarm activation or power failure. b. Key override and free egress at all times. c. Entry Control: Upon signal from access control device, outside trim unlocks. B. HW -52: Entry Control, Electrified Lock, Fail -Secure, Non -Fire -Rated: 1. Card Reader, located where indicated. 2. Closer. 3. Lockset, Always -Locked, Electric Bolt Retraction. a. Fail -secure, remaining locked in event of fire alarm activation or power failure. b. Key override and free egress at all times. c. Entry Control: Upon signal from access control device, outside trim unlocks. END OF SECTION Rohrbach Associates PC DOOR HARDWARE 0871 00-4 N CJ = 7 m p n �cr rn h, Rohrbach Associates PC DOOR HARDWARE 0871 00-4 Riverfront Crossings Park Phase 3 Project SECTION 08 80 00 GLAZING PART1 GENERAL 1.01 SECTION INCLUDES A. Insulating glass units. B. Glazing compounds and accessories. 1.02 RELATED REQUIREMENTS Iowa City Project Number R4185 RAPC Project Number 1613 A. Section 08 11 13 - Hollow Metal Doors and Frames: Glazed lites in doors and borrowed lites. 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; 2015. C. ASTM C864 - Standard Specification for Dense Elastomeric Compression Seal Gaskets, Setting Blocks, and Spacers; 2005 (Reapproved 2015). D. ASTM C920 - Standard Specification for Elastomeric Joint Sealants; 2014a. E. ASTM C1048 - Standard Specification for Heat -Strengthened and Fully Tempered Flat Glass; 2012. F. ASTM C1172 - Standard Specification for Laminated Architectural Flat Glass; 2014. G. ASTM C1193 - Standard Guide for Use of Joint Sealants; 2016. H. ASTM C1376 - Standard Specification for Pyrolytic and Vacuum Deposition Coatings on Flat Glass; 2015. I. ASTM E1300 - Standard Practice for Determining Load Resistance of Glass in Buildings; 2016. J. ASTM E2190 - Standard Specification for Insulating Glass Unit Performance and Evaluation; 2010. K. GANA (SM) - GANA Sealant Manual; 2008. N L. NFRC 100 - Procedure for Determining Fenestration Product U -factors; 2014. `= M. NFRC 200 - Procedure for Determining Fenestration Product Solar Heat Gain Coefficient and' Visible Transmittance at Normal Incidence; 2014. N. NFRC 300 - Test Method for Determining the Solar Optical Properties of Glazing Materials and Systems; 2014. C ^o 1.04 SUBMITTALS*) A. See Section 01 30 00 - Administrative Requirements, for submittal procedures.'"' B. Product Data on Insulating Glass Unit 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. PART 2 PRODUCTS 2.01 PERFORMANCE REQUIREMENTS - EXTERIOR GLAZING ASSEMBLIES A. Provide type and thickness of exterior glazing assemblies to support assembly dead loads, and to withstand live loads caused by positive and negative wind pressure acting normal to plane of glass. 1. Comply with ASTM Ell 300 for design load resistance of glass type, thickness, dimensions, and maximum lateral deflection of supported glass. 2. Provide glass edge support system sufficiently stiff to limit the lateral deflection of supported glass edges to less than 1/175 of their lengths under specified design load. Rohrbach Associates PC GLAZING 08 80 00-1 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 3. Glass thicknesses listed are minimum. B. Vapor Retarder and Air Barrier Seals: Provide completed assemblies that maintain continuity of building enclosure vapor retarder and air barrier. 1. In conjunction with vapor retarder and joint sealer materials described in other sections. C. Thermal and Optical Performance: Provide exterior glazing products with performance properties as indicated. Performance properties are in accordance with manufacturer's published data as determined with the following procedures and/or test methods: 1. Center of Glass U -Value: Comply with NFRC 100 using Lawrence Berkeley National Laboratory (LBNL) WINDOW 6.3 computer program. 2. Center of Glass Solar Heat Gain Coefficient (SHGC): Comply with NFRC 200 using Lawrence Berkeley National Laboratory (LBNL) WINDOW 6.3 computer program. 3. Solar Optical Properties: Comply with NFRC 300 test method. 2.02 GLASS MATERIALS A. Float Glass: Provide float glass based glazing unless noted otherwise. 1. Heat -Strengthened and Fully Tempered Types: ASTM C1048, Kind HS and FT. B. Laminated Glass: Float glass laminated in accordance with ASTM C1172. 1. Laminated Safety Glass: Complies with ANSI Z97.1 and 16 CFR 1201 test requirements for Category II. 2.03 INSULATING GLASS UNITS A. Insulating Glass Units: Types as indicated. 1. Durability: Certified by an independent testing agency to comply with ASTM E2190. 2. Coated Glass: Comply with requirements of ASTM C1376 for pyrolytic (hard -coat) or magnetic sputter vapor deposition (soft -coat) type coatings on flat glass; coated vision glass, Kind CV; coated overhead glass, Kind CO; or coated spandrel glass, Kind CS. 3. Metal Edge Spacers: Aluminum, bent and soldered corners. 4. Spacer Color: Black. o 5. Edge Seal m a. Dual -Sealed System: Provide polyisobutylene sealant as pnmary,_seal a§oied between spacer and glass panes, and silicone, polysulfide, or pofyuratha'A sear s secondary seal applied around perimeter. 6. Color: Black. t 7. Purge interpane space with dry air, hermetically sealed.�,,,,y B. Type IG -1 - Insulating Glass Units: Vision glass, double glazed. �� - *`•+ 1. Applications: Exterior glazing unless otherwise indicated. Sy =I 2. Space between lites filled with air.' 3. Outboard Lite: Laminated, 1/4 inch thick, minimum. a. Tint: "frosted". 4. Inboard Lite: Fully tempered float glass, 1/4 inch thick, minimum. a. Tint: Clear. 5. Total Thickness: 1 inch. 2.04 GLAZING COMPOUNDS A. Type GC -5 - 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; _ color. 2.05 ACCESSORIES A. Setting Blocks: Silicone, with 80 to 90 Shore A durometer hardness; ASTM C864 Option II. 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. Rohrbach Associates PC GLAZING 0$80 00-2 Riverfront Crossings Park Phase 3 Project PART 3 EXECUTION 3.01 INSTALLATION, GENERAL Iowa City Project Number R4185 RAPC Project Number 1613 A. Install glazing sealants in accordance with ASTM C1193, GANA (SM), and manufacturer's instructions. 3.02 INSTALLATION - WET GLAZING METHOD (SEALANT AND SEALANT) A. Application - Exterior Glazed: Set glazing infills from the exterior of the building. B. Place setting blocks at 1/4 points and install glazing pane or unit. C. Install removable stops with glazing centered in space by inserting spacer shims both sides at 24 inch intervals, 1/4 inch below sight line. D. Fill gaps between glazing and stops with type sealant to depth of bite on glazing, but not more than 3/8 inch below sight line to ensure full contact with glazing and continue the air and vapor seal. E. Apply sealant to uniform line, flush with sight line. Tool or wipe sealant surface smooth. 3.03 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. END OF SECTION Rohrbach Associates PC GLAZING 088000-3 N 4 o` m o+ r ,�n7 -v rye n., Rohrbach Associates PC GLAZING 088000-3 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 Rohrbach Associates PC GLAZING 08 80 00-4 N 0 on m a � 2 tV Rohrbach Associates PC GLAZING 08 80 00-4 Riverfront Crossings Park Phase 3 Project SECTION 09 90 00 PAINTING AND COATING PART 1 GENERAL 1.01 SECTION INCLUDES Iowa City Project Number R4185 RAPC Project Number 1613 A. Surface preparation. B. Field application of paints. C. Scope: Finish all interior and exterior surfaces exposed to view, unless fully factory -finished and unless otherwise indicated, including the following: D. Do Not Paint or Finish the Following Items: 1. Items fully factory -finished unless specifically so indicated; 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. Floors, unless specifically so indicated. 6. Glass. 7. Concealed pipes, ducts, and conduits. 1.02 RELATED REQUIREMENTS A. Section 09 96 00 - High -Performance Coatings. 1.03 REFERENCE STANDARDS A. 40 CFR 59, Subpart D -National Volatile Organic Compound Emission Standards for Architectural Coatings; U.S. Environmental Protection Agency; current edition. o 1.04 SUBMITTALS o m :n A. See Section 01 30 00 - Administrative Requirements, for submittal procedure* �Z 1 B. Product Data: Provide complete list of all products to be used, with the follovA–_ forptionfer each: —! C-) 1. Manufacturer's name, product name and/or catalog number, and general"_) Iuc: (e.g. "alkyd enamel"). 2. MPI product number (e.g. MPI #47). 3. Cross-reference to specified paint system(s) product is to be used in; include deifttion of each system. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Provide all paint and coating products used in any individual system from the same manufacturer; no exceptions. B. Provide all paint and coating products from the same manufacturer to the greatest extent possible. C. Paints: 1. Base Manufacturer: 2. Sherwin-Williams Company: www.sherwin-williams.com. D. Substitutions: See Section 01 60 00 - Product Requirements. 2.02 PAINTS AND COATINGS - GENERAL A. 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. Rohrbach Associates PC PAINTING AND COATING 09 90 00-1 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 2. Supply each coating material in quantity required to complete entire project's work from a single production run. 3. Do not reduce, thin, or dilute coatings or add materials to coatings unless such procedure is specifically described in manufacturer's product instructions. B. Primers: As follows unless other primer is required or recommended by manufacturer of top coats; where the manufacturer offers options on primers for a particular substrate, use primer categorized as "best' by the manufacturer. C. Volatile Organic Compound (VOC) Content: 1. Provide coatings that comply with the most stringent requirements specified in the following: a. 40 CFR 59, Subpart D—National Volatile Organic Compound Emission Standards for Architectural Coatings. 2. Determination of VOC Content: Testing and calculation in accordance with 40 CFR 59, Subpart D (EPA Method 24), exclusive of colorants added to a tint base and water added at project site; or other method acceptable to authorities having jurisdiction. D. Colors: To be selected from manufacturer's full range of available colors. 1. Selection to be made by Architect after award of contract. 2.03 PAINT SYSTEMS - EXTERIOR A. Paint CE -OP -3A - Concrete/Masonry, Opaque, Alkyd, 3 Coat: 1. One coat of block filler. 2. Semi -gloss: Two coats of alkyd enamel. B. Paint ME -OP -2A - Ferrous Metals, Primed, Alkyd, 2 Coat: 1. Touch-up with rust -inhibitive primer recommended by top coat manufacturer. 2. Semi -gloss: Two coats of alkyd enamel; PART 3 EXECUTION o 3.01 EXAMINATION o A. Verify that surfaces are ready to receive work as instructed by the pro ductCanufa*Lrer. B. Examine surfaces scheduled to be finished prior to commencement of wo�;*P(x .any condition that may potentially affect proper application.Q' C. Test shop -applied primer for compatibility with subsequent cover materials.--<rr,-� -0 3 3.02 PREPARATION Co A. Clean surfaces thoroughly and correct defects prior to coating application. `" t B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. C. Remove or mask surface appurtenances, including electrical plates, hardware, light fixture trim, escutcheons, and fittings, prior to preparing surfaces or finishing. D. Seal surfaces that might cause bleed through or staining of topcoat. E. Remove mildew from impervious surfaces by scrubbing with solution of tetra -sodium phosphate and bleach. Rinse with clean water and allow surface to dry. 3.03 APPLICATION A. Apply products in accordance with manufacturer's instructions. B. Do not apply finishes to surfaces that are not dry. Allow applied coats to dry before next coat is applied. C. Apply each coat to uniform appearance. D. Vacuum clean surfaces of loose particles. Use tack cloth to remove dust and particles just prior to applying next coat. Rohrbach Associates PC PAINTING AND COATING 09 90 00-2 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 E. Reinstall electrical cover plates, hardware, light fixture trim, escutcheons, and fittings removed prior to finishing. END OF SECTION Rohrbach Associates PC PAINTING AND COATING 09 90 00-3 N O_ �_ G9 C Rohrbach Associates PC PAINTING AND COATING 09 90 00-3 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 N O_ O OD �q C- -<r :<r -0 M M 3 D F r� Rohrbach Associates PC PAINTING AND COATING 09 90 00-4 Riverfront Crossings Park Phase 3 Project SECTION 10 14 00 SIGNAGE Iowa City Project Number R4185 RAPC Project Number 1613 PART1 GENERAL 1.01 SECTION INCLUDES A. Room and door signs. 1.02 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. 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. C. 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 drawings, include the drawing room number on schedule. 2. When content of signs is indicated to be determined later, request such information from Owner through Architect at least 2 months prior to start of fabrication; upon request, submit preliminary schedule. 3. Submit for approval by Owner through Architect prior to fabrication. 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. 1.03 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum five years of documented experience. PART PRODUCTS 2.01 MANUFACTURERS A. Flat Signs: _ o 1. ASI Sign Systems; www.asisignage.com. `a 2.02 SIGNAGE APPLICATIONS A. Accessibility Compliance: Signs are required to comply with ADA Standar�qb IG A11r.1-- and applicable building codes, unless otherwise indicated; in the event of coting requirements, comply with the most comprehensive and specific requirement§tr ::3 M B. Room and Door Signs: Provide a sign for every doorway, whether it has a door or not, noo including corridors, lobbies, and similar open areas. ; }i 1. Sign Type: Flat signs with engraved panel media as specified. 2. Provide "tactile" signage, with letters raised minimum 1132 inch and Grade II braille. 3. Character Height: 1 inch. 4. Sign Height: 6 inches, unless otherwise indicated. 5. Service Rooms: Identify with room names and numbers to be determined later, not those indicated on drawings. 6. Rest Rooms: Identify with "SINGLE USER RESTROOM", and "unisex" pictogram and braille. 2.03 SIGN TYPES A. Flat Signs: Signage media without frame. 1. Edges: Bevelled. 2. Corners: Radiused. 3. Wall Mounting of One -Sided Signs: Concealed screws. B. Color and Font: Unless otherwise indicated: Rohrbach Associates PC SIGNAGE 10 1400-1 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 1. Character Font: Helvetica, Arial, or other sans serif font. 2. Character Case: Upper case only. 3. Background Color: opaque. 4. Character Color: Contrasting color. 2.04 TACTILE SIGNAGE MEDIA A. Engraved Panels: Laminated colored plastic; engraved through face to expose core as background color: 1. Total Thickness: 1/16 inch. PART 3 EXECUTION 3.01 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Install neatly, with horizontal edges level. C. Protect from damage until Substantial Completion; repair or replace damaged items. END OF SECTION m n v Rohrbach Associates PC SIGNAGE 10 14 00-2 Riverfront Crossings Park Phase 3 Project SECTION 10 21 13.19 PLASTIC TOILET COMPARTMENTS PART1 GENERAL 1.01 SECTION INCLUDES A. Phenolic toilet compartments. 1.02 RELATED REQUIREMENTS A. Section 10 28 00 - Toilet, Bath, and Laundry Accessories. 1.03 SUBMITTALS Iowa City Project Number R4185 RAPC Project Number 1613 A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data on panel construction, hardware, and accessories. C. Shop Drawings: Indicate partition plan, elevation views, dimensions, details of wall supports, door swings. D. Samples: Submit two samples of partition panels, 2 by 2 inch in size illustrating panel finish, color, and sheen. PART2 PRODUCTS 2.01 MANUFACTURERS A. Phenolic Toilet Compartments: 1. All American Metal Corp - AAMCO: www.allamericanmetal.com/#sle. 2. Partition Systems International of South Carolina; Phenolic Toilet Partitions: www.psisc.com/#sle. 2.02 PHENOLIC TOILET COMPARTMENTS A. Toilet Compartments: Factory fabricated doors, pilasters, and divider panels made ab olid phenolic core panels with integral melamine finish, floor -mounted headrail-braced. B. Doors: { } 1. Thickness: 3/4 inch. 2. Width for Handicapped Use: 36 inch, out -swinging. Q, 3. Height: 58 inch. 'ten - 'r- C. Panels: P a 1. Thickness: 3/4 inch. `=:C 2. Height: 58 inch. cn 3. Depth: As indicated on drawings. 2.03 ACCESSORIES A. Pilaster Shoes: Formed chromed steel with polished finish, 3 inch high, concealing floor fastenings. B. Head Rails: Hollow anodized aluminum, 1 inch by 1-1/2 inch size, with anti -grip profile and cast socket wall brackets. C. Pilaster Brackets: Polished stainless steel. D. Wall Brackets: Continuous type, polished stainless steel. E. Attachments, Screws, and Bolts: Stainless steel, tamper proof type. Hardware: Polished stainless steel: 1. Pivot hinges, gravity type, adjustable for door close positioning; two per door. 2. Door Latch: Slide type with exterior emergency access feature. 3. Door strike and keeper with rubber bumper; mounted on pilaster in alignment with door latch. 4. Coat hook with rubber bumper; one per compartment, mounted on door. 5. Provide door pull for outswinging doors. Rohrbach Associates PC PLASTIC TOILET COMPARTMENTS 10 21 13.19-1 Riverfront Crossings Park Phase 3 Project PART 3 EXECUTION Iowa City Project Number R4185 RAPC Project Number 1613 3.01 INSTALLATION A. Install partitions secure, rigid, plumb, and level in accordance with manufacturer's instructions. B. Maintain 3/8 inch to 1/2 inch space between wall and panels and between wall and end pilasters. C. Attach panel brackets securely to walls using anchor devices. D. Attach panels and pilasters to brackets. Locate head rail joints at pilaster center lines. 3.02 TOLERANCES A. Maximum Variation From True Position: 1/4 inch. B. Maximum Variation From Plumb: 1/8 inch. 3.03 ADJUSTING A. Adjust and align hardware to uniform clearance at vertical edge of doors, not exceeding 3/16 inch. END OF SECTION 0 Rohrbach Associates PC PLASTIC TOILET COMPARTMENTS 10 21 13.19-2 Rohrbach Associates PC PLASTIC TOILET COMPARTMENTS 10 21 13.19-2 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 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. B. Keys: Provide 3 keys for each accessory to Owner; master key lockable accessories. C. Stainless Steel Sheet: ASTM A666, Type 304. 2.03 FINISHES A. Stainless Steel: Satin finish, unless otherwise noted. 2.04 COMMERCIAL TOILET ACCESSORIES A. Toilet Paper Dispenser: Double roll, surface mounted, for coreless type rolls. 1. Products: a. B. Soap Dispenser: By Owner. C. Mirrors: Stainless steel, 1/4 inch thick polished stainless steel. 1. Bright annealed stailess steel, unbreakable, concealed fasteners. 2. Products, basis of design: a. Bradley, Model 7481. Rohrbach Associates PC TOILET, BATH, AND LAUNDRY ACCESSORIES 10 28 00-1 SECTION 10 28 00 TOILET, BATH, AND LAUNDRY ACCESSORIES PART1 GENERAL 1.01 SECTION INCLUDES A. Commercial toilet accessories. B. Commercial shower and bath accessories. C. Electric hand/hair dryers. D. Diaper changing stations. 1.02 REFERENCE STANDARDS A. ADA Standards - Americans with Disabilities Act (ADA) Standards for Accessible Design; 2010. B. ASTM A666 - Standard Specification for Annealed or Cold -Worked Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar; 2015. C. ASTM F2285 - Standard Consumer Safety Performance Specification for Diaper Changing Tables for Commercial Use; 2004, with Editorial Revision (2016). 1.03 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Submit data on accessories describing size, finish, details of function, and attachment methods. PART PRODUCTS 2.01 MANUFACTURERS A. Commercial Toilet, Shower, and Bath Accessories: a 1. AJW Architectural Products: www.ajw.com. p w E7En om 2. American Specialties, Inc: www.americanspecialties.com. 3. Bradley Corporation: www.bradleycorp.com. c>-< — B. Electric Hand/Hair Dryers: in rn �— 1. Excel Dryer: www.exceldryer.com/#sle. <rn M C. Diaper Changing Stations: o 1. Koala Kare Products: www.koalabear.com. D. All items of each type to be made by the same manufacturer. to 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. B. Keys: Provide 3 keys for each accessory to Owner; master key lockable accessories. C. Stainless Steel Sheet: ASTM A666, Type 304. 2.03 FINISHES A. Stainless Steel: Satin finish, unless otherwise noted. 2.04 COMMERCIAL TOILET ACCESSORIES A. Toilet Paper Dispenser: Double roll, surface mounted, for coreless type rolls. 1. Products: a. B. Soap Dispenser: By Owner. C. Mirrors: Stainless steel, 1/4 inch thick polished stainless steel. 1. Bright annealed stailess steel, unbreakable, concealed fasteners. 2. Products, basis of design: a. Bradley, Model 7481. Rohrbach Associates PC TOILET, BATH, AND LAUNDRY ACCESSORIES 10 28 00-1 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 D. Grab Bars: Stainless steel, nonslip grasping surface finish. 1. Standard Duty Grab Bars: a. Push/Pull Point Load: 250 pound -force, minimum. b. Dimensions: 1-1/4 inch outside diameter, minimum 0.05 inch wall thickness, exposed flange mounting, 1-1/2 inch clearance between wall and inside of grab bar. c. Length and Configuration: As indicated on drawings. d. Products, basis of design: 1) Bradley, model 817-2 series, length as indicated. 2.05 COMMERCIAL SHOWER AND BATH ACCESSORIES A. Robe Hook: Heavy-duty stainless steel, single -prong, rectangular -shaped bracket and backplate for concealed attachment, satin finish. 1. Products, basis of design: a. Bradley Model 9114. 2.06 ELECTRIC HANDIHAIR DRYERS A. Electric Hand Dryers: Traditional fan -in -case type, with downward fixed nozzle. 1. Operation: Automatic, sensor -operated on and off. 2. Mounting: Surface mounted. 3. Cover: Stainless steel with brushed finish. a. Tamper-resistant screw attachment of cover to mounting plate. 4. Electric Hand Dryer Products, basis of design: a. Excel Dryer Inc; XLERATOR: www.exceldryer.com/#sle. 2.07 DIAPER CHANGING STATIONS A. Diaper Changing Station: Wall -mounted folding diaper changing station for use in commercial toilet facilities, meeting or exceeding ASTM F2285. 1. Material: Stainless steel. 2. Mounting: Surface. 3. Minimum Rated Load: 50 pounds. o 4. Products, basis of design: p m a. Koala Kare, stainless steel horizontal wall mounted, KB110-SSWt9EC? a PART EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting work. o rn B. Verify exact location of accessories for installation. -- C. For electrically -operated accessories, verify that electrical power connections are rely and in the correct locations. 3.02 INSTALLATION A. Mounting Heights: As required by accessibility regulations, unless otherwise indicated. 1. Grab Bars: As indicated on drawings. 2. Mirrors: 39 inch, measured to bottom of mirrored surface. 3. Electric Hand Dryers: Measured to bottom of nozzle: a. Handicap: 36 inches. END OF SECTION Rohrbach Associates PC TOILET, BATH, AND LAUNDRY ACCESSORIES 10 28 00-2 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 SECTION 22 00 10 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. Water Heating Systems 5. Sanitary Sewer 6. 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. N E. Because of the scale of the drawings, certain piping or items such as unions fitting May not be shown, but where such items are required by other sections of the specifi Os,, o — here they are required by the nature of the work, they shall be furnished and installed. a F. All elements of the construction shall be performed by workmen skilled irrih€ pa4fibular 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 8. Local Codes, all trades 9. Standards of ASME, ASHRAE, NEMA, IEEE, AGA, SMACNA 10. Occupational Safety and Health Administration (OSHA) Rohrbach Associates PC PLUMBING GENERAL PROVISIONS 22 00 10-1 Riverfront Crossings Park Phase 3 Project 11. Underwriters Laboratories, Inc. (U.L.) 12. Iowa Administrative Codes 13. Americans With Disabilities Act (ADA) 14. ANSUNSF 372 Iowa City Project Number R4185 RAPC Project Number 1613 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. 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. o D. Contractor shall make all arrangements with each utility company and pay '6 rva char associated with new service. D z 1.05 PLUMBING DRAWINGS —in a' :<m M A. The plumbing drawings indicate in general the building arrangement onI539bntr examine construction drawings to familiarize himself with the specificz to builc3Rf"g construction, i.e. type of structural system, floors, walls, ceilings, room finisheshd ele4Mions. B. Drawings 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. Rohrbach Associates PC PLUMBING GENERAL PROVISIONS 22 00 10-2 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 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. 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 end shall coordinate the installation of his work with the work of the other contractors,Contrg#or shall consult and cooperate with the other contractors for determining space req*w9ent&and *'�q�'�� determining that adequate clearance is allowed with respect to his equipmenfpq r iluipmeP and the building. Design Professional reserves the right to determine space -on of contractors in the event of interference between piping, conduit, ducts and— m of he various contractors. �< -0 j t g E5 70 = p �q C. Drawings and specifications are intended to be complimentary. Any work im-i-itherbf them, whether in the other or not, shall be executed according to the true ingnt andrmeaning thereof, the same as if set forth in all. Conflicts between the drawings and the spec*6tions 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 material shall be completely protected from weather elements, painting and plaster until the project is substantially completed. Damage from rust, paint and scratches 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. 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. Rohrbach Associates PC PLUMBING GENERAL PROVISIONS 22 00 10-3 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 1.09 OPENINGS, CUTTING AND PATCHING A. Refer to Division 1 for additional cutting and patching information. 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. New structure: 1. Contractor will coordinate the placing of openings and lintels in the new structure as required for the installation of the plumbing work with the General Contractor. 2. Contractor shall furnish to General Contractor the accurate locations and sizes for required openings, but this shall not relieve Contractor of the responsibility of checking to assure that proper size openings are provided. When additional cutting and patching is required due to Contractor's failure to coordinate this work, Contractor shall make arrangements for the cutting, patching, and painting required. 1.10 EXCAVATING AND BACKFILLING A. Contractor shall do all excavating necessary for sanitary sewers, storm sewers, water piping, gas piping, etc., and shall backfill trenches and excavations after work has been inspected. Care shall be taken in excavating that walls and footings and adjacent load bearing soils are not disturbed in any way, except where lines must cross under a wall footing. Where a line must pass under a footing, the crossing shall be made by the smallest possible trench to accommodate the pipe. Excavation shall be kept free from water by pumping if necessary. B. Backfill about the structure shall be placed, when practical, as the work of construction progresses. Backfilling on or against concrete work shall be done only when directed. Backfilling of trenches shall progress as rapidly as the testing and acceptance of the finished sections of the work will permit. Backfill shall be in accordance with Division 31 Specifications. 1.11 MATERIALS AND EQUIPMENT N 0 m A. All materials and equipment shall be the standard product of a reputable Z30. rJonufact9rer regularly engaged in the manufacture of the specified item. Where two or mavtitsWe re d of the same item, they shall be furnished by the same manufacturer excRMh(a sp i ied otherwise.�m -o M B. All material and equipment shall be installed in strict accordance with 5hiZmanufact06 recommendations. C. The equipment specifications cannot deal individually with any minute items sucas 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 SUBMITTALS 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. Refer to Division 01 specifications for additional requirements. 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. Rohrbach Associates PC PLUMBING GENERAL PROVISIONS 22 00 10-4 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 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 co eyyy i%prpretT %1 the plans and specifications. Tr . a c)-< G. Contract requirements cannot be changed by shop drawings which differ from C66PacF:2rawir and specifications. <r t _V 1.13 OPERATION AND MAINTENANCE MANUALS ?' cn A. Operation and maintenance manuals shall be submitted to Design Professional in duplicate upon completion of the job. Refer to Division 01 specifications for additional information. B. Submit manuals 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 PLUMBING SYSTEMS (PROJECT NAME) (LOCATION) (DATE) SUBMITTED BY (NAME AND ADDRESS OF CONTRACTOR) Rohrbach Associates PC PLUMBING GENERAL PROVISIONS 22 00 10-5 CERTIFICATE OTHER SPEC DETAIL PROD INSTALL O & M OF SYSTEM (SEE SECTION EQUIPMENT DWGS DATA SAMPLES METHODS MANUAL DEMON- NOTES) STRATION 22 05 19 Meters and Gages for X Plumbing Piping 22 05 23 General Duty Valves for X Plumbing Piping 22 05 53 Plumbing Identification X 22 07 00 Plumbing Insulation X 2211 23 Domestic Water Pumps X X X 22 33 00 Electric Domestic Water X X X Heaters 22 40 00 Plumbing Fixtures X X 22 47 00 Drinking Fountains and X X Water Coolers IN F. Design Professional will review shop drawings solely to assist contractors in co eyyy i%prpretT %1 the plans and specifications. Tr . a c)-< G. Contract requirements cannot be changed by shop drawings which differ from C66PacF:2rawir and specifications. <r t _V 1.13 OPERATION AND MAINTENANCE MANUALS ?' cn A. Operation and maintenance manuals shall be submitted to Design Professional in duplicate upon completion of the job. Refer to Division 01 specifications for additional information. B. Submit manuals 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 PLUMBING SYSTEMS (PROJECT NAME) (LOCATION) (DATE) SUBMITTED BY (NAME AND ADDRESS OF CONTRACTOR) Rohrbach Associates PC PLUMBING GENERAL PROVISIONS 22 00 10-5 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 C. 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 A. Tests Required: Piping shall be tested and proved tight under the following static pressures. Pressure shall be maintained for four (4) hours. System Domestic Water Piping Systems Soil, Waste, Storm Drainage Piping Below Grade Pressure Refer to Section 22 11 16 - Domestic Water Piping. 10 feet waterhead or fill to top of vent outlet above roof. Soil, Waste, Storm Drainage Piping Fill piping with water to top Above Grade of vent outlet above roof, or 10 feet waterhead. N O TESTING NOTE: All rubber gasket joints for cast iron soil pipe and fittings should begropelpestrained if test pressures exceed 10 feet of head. B. All systems shall be tested by Contractor and placed in proper working<ord5 pri4rTo demonstrating systems to Owner. Contractor shall submit a report to Desig,� essional chit dates, times, pressures, and results of all tests performed. tM �o 1.15 TRAINING AND DEMONSTRATIONS ate. 3y t' ra 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. Equipment training: 1. Manufacturer's representatives shall provide instruction on each major piece of equipment. Contractor shall provide instruction on all other equipment. 2. Training sessions shall use the printed installation, operation and maintenance instruction materials included in the O&M manuals and emphasize preventative maintenance and safe operating procedures. Rohrbach Associates PC PLUMBING GENERAL PROVISIONS 22 00 10-6 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 3. Training shall be performed by qualified factory trained technicians. 4. Plumbing Contractor shall attend all sessions performed by the manufacturer's representative and shall add to each session any special information relating to the details of installation of the equipment as it might impact the operation and maintenance. 5. Equipment training shall occur as soon as possible after start up of the equipment and shall include hands-on operation. Training shall be provided for equipment listed in the table below. C. System training: These sessions shall include hands-on demonstrations of system wide start-up, operation in all possible modes, shut -down and emergency procedures. D. The following are minimum requirements for Owner instruction: Section Description Hours Presented By Others Present Remarks (Note 1) 22 00 10 Plumbing System 8 Contractor Note 2 (Excluding Equipment) 22 33 00 Water Heaters 4 Manufacturer's Representative Contractor 22 34 00 22 11 23 1PIumbing Pumps 1 2 iManufacturees Representative lContractor 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. E. 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: Rohrbach Associates PC PLUMBING GENERAL PROVISIONS 22 00 10-7 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 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. A. Project: B. System(s): C. Contractor's representatives giving instruction and demonstration: Contractor. NAMES DATE HOURS D. Owner's representatives receiving instruction: Owner: NAMES DATE HCR32S L -i o� Acknowledgement of demonstration: E. Contractor's Representative: signature Owner's Representative: date Rohrbach Associates PC PLUMBING GENERAL PROVISIONS 22 00 10-8 Riverfront Crossings Park Phase 3 Project 1.16 SUBSTITUTIONS A. Refer to Divisions 00 and 01. Iowa City Project Number R4185 RAPC Project Number 1613 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. 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. 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. 1.18 GUARANTEE o_ ci m A. The entire plumbing system including all sub -systems shall be guarantee�Qair`>BL defecl materials and installation for a minimum of one year from substantial corrfp� (hn o benefroiel occupancy whichever occurs earlier. Any malfunctions which occur within tn p}tarRee nod shall be promptly corrected without cost to Owner. This guarantee shall tintit or void--pny manufacturer's express or implied warranties. M, GT 1.19 COMPLETION A. Systems, at time of completion, shall be complete, efficiently operating, non -hazardous and ready for normal use by Owner. B. 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. 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. Rohrbach Associates PC PLUMBING GENERAL PROVISIONS 22 00 10-9 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 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: 1. 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 motors and equipment furnished by the plumbing contractor. Motor and equipment locations are shown on the electrical drawings. C. Electrical Contractor shall make final connections for all motors and equipment furnished by the plumbing contractor. D. Electrical Contractor shall furnish safety disconnects and starters for all motors and equipment furnished by the plumbing contractor (unless specifically indicated to be furnished integrally with the equipment), so as to make service complete to each item of equipment. E. Contractor shall consult with Electrical Contractor prior to conduit rough -in and shall verify with him the exact locations for rough -ins, and the exact size and characteristics of the services required, and shall provide Electrical Contractor a schedule of electrical loads for the equipment furnished by him. These schedules will be used for sizing services, disconnects, fuses, starters,.,. and overload protection. 1.22 TEMPORARY UTILITIES A. Refer to Division 01 0 for specific requirements concerning temporary utilities. END OF SECTION 22 00 10 P D co C_ Rohrbach Associates PC PLUMBING GENERAL PROVISIONS 22 00 10-10 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 SECTION 22 05 00 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 00 10 - Plumbing General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. This section includes the following: 1. Sleeves 2. Escutcheons 3. Fire Stopping 4. Guards PART 2 -PRODUCTS 2.01 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 o 2. For pipes 3" to 6" - 22 gauge E5 m 3. For pipes over 6" - 20 gauge 1 h a '^ B. Sleeves passing through load bearing walls, concrete beams, fireproof in IIS, f@yndal", footings and waterproof floors shall be Schedule 40 steel pipe or cast iron pipe.' MIT C. Sleeves are not required in masonry walls which are core drilled or walls of drywall cwstrulmp, 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. G. For exterior walls below grade, sleeves shall be cast iron. Space between sleeve and pipe shall be sealed with modular rubber links tightened with bolts (Link -Seal or equal). Waterproofing of pipe penetrations in exterior walls shall be coordinated with waterproofing contractor. Rohrbach Associates PC COMMON WORK RESULTS FOR PLUMBING 22 05 00-1 Riverfront Crossings Park Phase 3 Project 2.02 ESCUTCHEONS Iowa City Project Number R4185 RAPC Project Number 1613 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. 2.03 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. 2.04 ACCESS DOORS A. When Plumbing Contractor provides any equipment requiring periodic servicing which will be concealed by non -accessible architectural construction, Plumbing Contractor shall provide a flush access door. The access door shall be equal to a Karp DSC -214M Universal access door for non -rated construction or KRP-150FR for fire rated construction. Other approved manufacturers include Nystrom, Acudor, and Access Panel Solutions, with model applicable to the specific construction involved. B. Access doors in fire rated construction shall be fire rated and have U.L. label. Refer to Architectural/General Construction plans for fire ratings. rs C. Construction ® 1. Door and trim shall be 13 gauge steel, frames shall be 16 gauge steel. 2. Trim shall be of one piece construction. 3. Finish shall be prime coat of rust inhibitive baked grey enamel. 4C-) 6' 4. Hinges shall be concealed, offset, floating hinge. -<r-1 Ty -0 5. Locks shall be flush, screwdriver operated with stainless steel cam -and. (� PART 3 - EXECUTION 3.01 SLEEVES A. Install sleeves for all piping passing through floors, roof, walls, concrete beams and foundations as required by this section. 3.02 ESCUTCHEONS A. Install escutcheons for all pipes entering finished spaces. 3.03 GUARDS A. Where exposed insulated piping extends to floor, provide sheet metal guard around insulation to extend up from floor 48". Guard to be galvanized sheet not less than 26 gauge. 3.04 ACCESS DOORS A. Where Install access doors per manufacturer's recommendations. END OF SECTION 22 05 00 Rohrbach Associates PC COMMON WORK RESULTS FOR PLUMBING 22 05 00-2 Riverfront Crossings Park Phase 3 Project SECTION 22 05 19 METERS FOR PLUMBING PIPING PART1-GENERAL 1.01 RELATED WORK Iowa City Project Number R4185 RAPC Project Number 1613 A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 22 00 10 - 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 meters and gauges as required by the drawings and this section. 1.03 SUBMITTALS A. Submit manufacturer's catalog cuts showing complete descriptive data. PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS N 0 A. Thermometers z 7 1. Weiss 9VU35 with lead free thermowell (Base Specification) 2. Taylor 3. Weksler Cr M 4. U.S. Gauge 5. Trehce ri 2.02 THERMOMETERS rl A. 9" "Adjust -Angle" industrial thermometer, complete with double thick glass front, red reading, separable socket and arranged so the unit can be set at any required angle front to back or left to right during or after installation. Range 30-180 deg. F for domestic hot water. PART 3 -EXECUTION 3.01 Install thermometers in discharge and return piping at water heaters and at other points as indicated on the drawings. END OF SECTION 22 05 19 Rohrbach Associates PC METERS AND GAUGES FOR PLUMBING PIPING 2205 19-1 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 0 'm iC a �Zo i U� Rohrbach Associates PC METERS AND GAUGES FOR PLUMBING PIPING 22 05 19-2 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 SECTION 22 05 23 GENERAL DUTY VALVES FOR PLUMBING PIPING PART 1 -GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 22 00 10 - 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 gate valves greater than 2") shall meet the requirements of ANSI/NSF 372 Certification, Drinking ABZ Water System Components, Lead Content. 4. Watts PART 2 -PRODUCTS o 2.01 ACCEPTABLE MANUFACTURERS O - b-^t m �- Z A. Gate Valves and Check Valves z 1. NIBCO rn -v 2. Powell o r 3. Milwaukee 4. Watts 5. Clow B. Lugged Body Butterfly Valves 1. NIBCO 2. ABZ 3. Milwaukee 4. Watts C. Ball Valves 1. Watts LFB-6080/6081 2. Milwaukee UPBA-400S/450S 3. NIBCO T/S-585-66 LF 4. Apollo 77CLF-140/240 D. Domestic Hot Water Recirculation Balancing Valves 1. Taco 2. Bell & Gossett 3. Wheatley Rohrbach Associates PC GENERAL DUTY VALVES FOR PLUMBING PIPING 22 05 23-1 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 4. Armstrong 5. Flow Design Inc. (Flow Set) 6. Griswold 7. NIBCO E. All valves of same type shall be of the same manufacturer unless otherwise specified in this section or on the drawings. Model numbers in valve schedule based on NIBCO, unless noted otherwise. 2.02 VALVE CONSTRUCTION A. B. C. D. E. Gate valves shall have solid tapered wedge, except where otherwise specified. Valves on steam service 4" and larger shall have 1/2" (minimum) bypass valve and piping. Check Valves: 2" and smaller, horizontal swing type with Teflon seat, bronze lead free body. 200 psi, CWP and 300 deg. F maximum temperature. 2-1/2" and larger, flanged silent check type. 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. 2. Standard port for valves 3" and larger. Domestic hot water recirculation balancing valves: Bell & Gossett Model CB "Circuit Setter" or equal. N _o 1. Ball type valve with bronze body/brass ball construction, glass and clig). n fitEJ TFE seat rings, extended readout parts with integral check valves and gaskeapgdraine t, calibrated nameplate and position indicator, memory stops, and NP3_onrWtors,6Mted for 300 psig at 250°F. -tc7 m M 2. Valves to seal leak -tight at maximum rated working pressure. O= 3 3. Valves to be selected for 5 ft. pressure drop at full open setting and design vl9ter flow. Ball Butterfly Valves 3" and Larger: ASTM A536 ductile iron body with aluminum bronze disc, EPDM or BUNA N seat, 416 stainless steel stem with extended neck. 2.03 VALVE SCHEDULE A. Furnish valves as per the following schedule: Service Building domestic and industrial water, before and after meter Domestic hot and cold water pressures up to 200 psi Domestic hot water recirculation valves Rohrbach Associates PC Valve type Gate - 2" and larger, Clow – epoxy coated, resilient seated, full port OS&Y Ball - 2-1/2" and smaller, Apollo 77C -LF Ball - 3" and 4", Apollo 70 -LF Butterfly – 3" and larger, N200 235/245 Check - 2" and smaller, T/S413Y-LF 2-1/2" and larger, 910 -LF All sizes – Bell & Gossett Model CB circuit setter. GENERAL DUTY VALVES FOR PLUMBING PIPING 22 05 23-2 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 B. 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. Each valve installed 8'-0" above the floor shall be provided with chain operator. Bottom of chain operator shall be 7'-0" above floor. 3.03 Check valves shall not be installed in vertical runs of piping unless they are specifically designed for vertical operation. 3.04 Gate valves shall be installed in horizontal pipes with the valve stem in the vertical up position. Rotate valve stem only as allowed by the manufacturer's installation instructions. END OF SECTION 22 05 23 Rohrbach Associates PC GENERAL DUTY VALVES FOR PLUMBING PIPING 22 05 23-3 N o_ c'� Tye m � 6 {cn, m 9 y' cn t" Rohrbach Associates PC GENERAL DUTY VALVES FOR PLUMBING PIPING 22 05 23-3 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 Rohrbach Associates PC GENERAL DUTY VALVES FOR PLUMBING PIPING 22 05 23-4 N O O 3W =gym -a Rohrbach Associates PC GENERAL DUTY VALVES FOR PLUMBING PIPING 22 05 23-4 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 SECTION 22 05 29 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 00 10 - 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. 7. Anchors. N 1.03 QUALITY ASSURANCE cr m A. Code Compliance: Comply with applicable plumbing and mechanical codes p;6QingEp prod materials materials and installation of supports, anchors and seals. 7 — c:+ B. UL and FM Compliance: Provide products which are Underwriters Labor3RF)�es-4ted F" Factory Mutual approved. (D s C. ANSI Compliance: All supports and parts shall conform to the latest requireWients Qfghe ANSI Code for Pressure Piping B31.1.0 except as supplemented or modified by the requlf§ments 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 B. Pipe support systems shall secure pipes in place, prevent pipe vibration, provide vertical adjustment for maintaining required grades, and provide for expansion and contraction. C. 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. Rohrbach Associates PC HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT 22 05 29-1 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 D. Wherever possible, pipe attachments for horizontal piping shall be pipe clamps. E. Wherever possible, structural attachments shall be beam clamps. 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 supported pipe. J. Where supports are attached to concrete or other structural members, care shall be taken to prevent damage or weakening of the structural members. K. Where concrete inserts are used, it shall be the Contractor's responsibility to accurately locate and attach inserts to concrete forms. L. Hangers and supports that are in direct contact with copper piping shall be copper plated or have nonmetallic coating for electrolytic protection. PART 3 - EXECUTION 3.01 INSTALLATION - HORIZONTAL PIPE SUPPORT No A. Steel and stainless steel pipe shall be supported at a maximum span of 10 feel) Qe sizes, with hanger rods sized accordingly for total supported weight., n—< B. Copper pipe shall be supported at a maximum length of 6 feet for pipe sizes*b1ro6Rh 1-1/2" and at a maximum length of 10 feet for pipe sizes 2" and larger with hog RAr reds sized accordingly for the total supported weight. C. Cast Iron soil pipe shall be supported with one hanger for each section of pip (maAmum 10' span) with hanger rods sized accordingly for the total supported weight. Locate hanger's within 18" of hub orjoint. 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. H. Where pipes are to be supported from floor, use unistrut pipe stand with post base. Unformed concrete will not be permitted. Rohrbach Associates PC HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT 22 05 29-2 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 3.02 INSTALLATION -VERTICAL PIPE SUPPORTS A. Support vertical steel and copper pipe at every other floor line. B. Support vertical cast iron soil pipe at every floor line 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. C. When thermal expansion for horizontal pipe is in excess of 1/2" axially as indicated on the drawing, use adjustable steel yoke pipe roll, Fig. 181, or pipe roll stand, Fig. 177. 3.04 INTERMEDIATE ATTACHMENTS N A. Hanger rods: use carbon steel single or double end threaded, Figs. 140 aruf 253required. Continuous threaded rod, Fig. 146, may be used wherever possible. Contractor may is om" cut and thread rod on the job site. B. Chain, wire or perforated strap hangers will not be permitted. One pipe shal6ot�be 54spen ed from another pipe. =:;rt F5 T C. Hangers shall be supported from appropriate structural members. In no case -shall hWgers supported from ductwork, cable trays, piping, or other equipment. Existing hangers andrsupports shall not be used as supports for new hangers unless specifically designed as such, or aidditional 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 RamseURed 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. Rohrbach Associates PC HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT 22 05 29-3 Riverfront Crossings Park Phase 3 Project 3.06 PIPE COVERING PROTECTION Iowa City Project Number R4185 RAPC Project Number 1613 A. Hangers and supports for insulated cold piping 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 22 05 29 N O C�cri "© 1' Jr, Rohrbach Associates PC HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT 2205294 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 SECTION 22 05 53 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 00 10 - Plumbing General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Extent of plumbing identification work required by this section is indicated on drawings and/or specified in other Division -22 sections. B. 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 N C. Identification furnished as part of factory fabricated equipment, is specffled as3art of the equipment assembly in other Division -22 sections. a 1.03 QUALITY ASSURANCE m A. ANSI Standards: Comply with ANSI A13.1 for lettering size, colors, andgvewin%anglP"pf 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. PART2-PRODUCTS 2.01 IDENTIFICATION MATERIALS A. General: Provide manufacturer's standard products of categories and types required for each application as referenced in other Division -22 sections. Where more than one single type is specified for an application, selection is Installer's option, but provide single selection for each product category. B. Painted Identification Materials: 1. 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. Rohrbach Associates PC IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT 22 05 53-1 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 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: 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), provide full -band pipe markers extending 360 degrees around pipe at each location, fastened by one of the following methods: a. Snap -on application of pre -tensioned semi-rigid plastic pipe marker. b. Adhesive lap joint in pipe marker overlap. C. Laminated or bonded application of pipe marker to pipe (or insulation). d. Taped to pipe (or insulation) with color -coded plastic adhesive tape, not less than 3/4" wide full circle at both ends of pipe marker, tape lapped 1-1/2". 3. 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. w 4. Lettering: Manufacturer's standard pre-printed nomenclature which best des c es piping system in each instance, as selected by Design Professional in cases of v n nce names as shown or specified. Z -�C 5. Arrows: Print each pipe marker with arrows indicating direction of flo A'th2FkrtegI with piping system service lettering (to accommodate both directions} �s cepa unit of plastic. o D. Plastic Tape: T+ .C' 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. E. Valve Tags: 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. Rohrbach Associates PC IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT 22 05 53-2 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 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. F. Name Plates: General: Provide manufacturer's standard preprinted plastic, brass, or aluminum with stamped, engraved or embossed letters. 2. Lettering: a. Large Equipment: 1 1/2" lettering as appropriate. b. Small Equipment: 3/4" lettering as appropriate. 3. Attachments: Mounting holes and screws, pressure sensitive adhesive backing, or solid brass chain. 2.02 LETTERING AND GRAPHICS A. General: Coordinate names, abbreviations and other designations used in plumbingOdentification work, with corresponding designations shown, specified or scheduled. Provi�q numbers, lettering and wording as indicated or, if not otherwise indicated, as recommended by_,manufacturers`br�s required for proper identification and operation/maintenance of plumbing sysber ',and equipment. –C — 1. Multiple Systems: Where multiple systems of same generic narrj�i�reGshown and specified, provide identification which indicates individual system=ifiiimber-6s well as service (as examples; Boiler No. 3, Air Supply No. 1H, Standpipe F12:. PART 3 - EXECUTION 3> cn 3.01 APPLICATION AND INSTALLATION A. General Installation Requirements: 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. B. Access Door Identification: Provide stenciled or plastic -laminate type signs on each access door in ductwork and housings, indicating purpose of access (to what equipment) and other maintenance and operating instructions, and appropriate safety and procedural information. C. Piping System Identification: General: Install pipe markers of one of the following types on each piping system, and include arrows to show normal direction of flow: a. Stenciled markers, including color -coded background band or rectangle, and contrasting lettering of black or white. Extend color band or rectangle 2" beyond ends of lettering. Rohrbach Associates PC IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT 22 05 53-3 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 b. Plastic pipe markers, with application system as indicated under "Materials" 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. 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 floorslceilings, or enter non -accessible enclosures. d. At access doors, manholes and similar access points which permit view of concealed piping. e. Near major equipment items and other points of origination and termination. f. Spaced intermediately at maximum spacing of 20' along each piping run with a minimum of one marker in each room. g. On piping above removable acoustical ceilings. D. 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. E. Equipment Identification: 1. General: Provide equipment identification for all equipment including water heaters, heat exchangers, water softeners, and pumps. 2. Labeling: All equipment shall be labeled as per construction document plan marks or as designated by Owner. N 3. Provide identification by means of nameplates or stenciled painting as approffibte. a. For equipment with factory furnished casing, identification s�_—ae adheeA fixed name plates. - b. Field insulated items, such as heat exchangers may be ident yg7testic ip_e markers or stenciled lettering. c� 1 ; s .111 END OF SECTION 22 05 53 2 D F c,> Rohrbach Associates PC IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT 2205534 Riverfront Crossings Park Phase 3 Project SECTION 22 07 00 PLUMBING INSULATION PART 1 -GENERAL 1.01 RELATED WORK Iowa City Project Number R4185 RAPC Project Number 1613 A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 22 00 10 - 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 editionr& MICA/NIAC National Commercial & Industrial Standards for the appropriate material application CD 1.04 SUBMITTALS A. Product Data: Submit manufacturer's specifications and installation instrMictis fFpeac�,�LRe of plumbing insulation. Submit schedule showing manufacturer's product maiRr, 46ckndsi,tand furnished accessories for each plumbing system requiring insulation. 3„ - B. Maintenance Data: Submit maintenance data and replacement materiansts focieach type of plumbing insulation. Include this data in maintenance manual. - C. 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. 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. Rohrbach Associates PC PLUMBING INSULATION 22 07 00-1 Riverfront Crossings Park Phase 3 Project PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Insulating Materials 1. Owens/Coming Fiberglass Corp. 2. Armacell 3. Pittsburgh Corning Corp. 4. CertainTeed Corp. 5. Knauf Fiber Glass 6. John's -Manville Corp. 7. Aeroflex Iowa City Project Number R4185 RAPC Project Number 1613 B. Mastics and adhesives as recommended by insulation manufacturer. 2.02 PIPE INSULATION A. Type 'A': 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 +850 deg. F. Thermal conductivity shall be no more tha6 0.23 Btu-in/hr-sq.ft.-deg F @ 75 deg. F mean temperature. Water vapor permeance of .02 perms. Equal to Owens Coming 25 ASJ/SSL. 1. Where insulation is exposed to weather outdoors it shall be covered with an aluminum or stainless steel weatherproof jacket 0.016" thick and sealed. B. Type 'B': Flexible elastomeric extruded pipe covering, 6 pound density, 0.27 K factor, water vapor permeance of 0.20 perms. Suitable for temperature from 40 deg. F to +220 deg. F. Equal to Armacell, AP Armaflex, joints sealed with adhesive as recommended by insulation manufacturer. 1. Where insulation is exposed to weather outdoors it shall be covered with an aluminum or stainless steel weatherproof jacket 0.016" thick and sealed. N 2.03 FITTING INSULATION o_ m A. Type 'Al': Fittings: Insulate with mitered segments of same insulating matej31. f(redjacee pipe covering, or with pre -molded fiberglass wired in place and covered with AsQvicliacket� low smoke PVC fitting covers. Valve bodies, strainer bodies, flanges, etc.: in S( tq wit ming) or multiple layers of same insulating material as for adjacent pipe covering, wKA in.p3ace vrid covered with all -service jacket. _c B. Type 'B1': Fittings: Insulate fittings, valve bodies, strainer bodies, etc., Wth migrcut pipe insulation or sheet insulation of same material as pipe covering. C'J 2.04 EQUIPMENT INSULATION A. Type 'G': 1. Rigid fiberglass insulation board with factory applied all service jacket. Suitable for operating temperatures of 0 to +850 deg. F. Water vapor permeance of .02 perms. Equal to Owens Corning Series 700 with 25 ASJ facing. 2. Cut or miter insulation where necessary to fit the shape and contour of the equipment. On round surfaces band insulation in place with 3/4" x 0.015" thick galvanized steel bands 18" on center. On flat or irregular surfaces impale insulation over welded pins on 12" centers and secure with speed washers. Rohrbach Associates PC PLUMBING INSULATION 22 07 00-2 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 3. Apply vapor seal ASJ pressure -sensitive patches at damaged areas. All insulation edges and butt joints are to be sealed with pressure -sensitive joint sealing tape to match the jacket. Apply in accordance with manufacturers recommendations. B. Type T: Flexible elastomeric insulation. Suitable for operating temperatures of -40 to +220 deg. F. Equal to Armacell Armaflex II Sheet Insulation. Cut insulation where necessary to fit the shape and contour of the equipment. Insulation shall be installed using Armacell 520 Adhesive. Exposed outdoor insulation shall be finished with two coats of Armacell Armaflex finish. 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 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 Do not insulate the following: A. Valve bonnets B. Unions in hot piping C. Preinsulated expansion joints o o O° 3.03 Inspect all piping and equipment before applying insulation to insure the insta]liffb c(Wractorgs completed all leak tests, and that all surfaces are clean, dry and ready for appli 'aior of�isula9M.- n a+ r� 3.04 Covering for "cold" pipes shall pass unbroken through hanger clevises, sleeves Fic. All de f covering for cold surfaces shall be such that continuous covering with unbrokpor�arri�d uncompressed insulation is provided as required to prevent condensation. Th e rpyerin d hanging detail shall be used for pipes connecting to vibrating equipment 05#-arryirA 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. '***'***NOTE: Not all services may apply — refer to plans for scope of services. 3.06 INSULATION SCHEDULE Service Above Ground Piping Domestic cold water lines Rohrbach Associates PC Type Insulation and Thickness * Type A and A1: All pipe sizes — 1" thick Type B and B1: 1-1/4" and smaller— 1/2" thick 1-1/2" and larger— 1" thick PLUMBING INSULATION 22 07 00-3 Riverfront Crossings Park Phase 3 Project Domestic hot water, tempered water, and recirculating lines Iowa City Project Number R4185 RAPC Project Number 1613 Type A and Al: 1 1/4" and smaller— 1" thick 1-1/2" and larger— 1-1/2" thick Type B and 131: 1 1/4" and smaller — 1" thick 1-1/2" and larger— 1-1/2" thick Horizontal and vertical portions of above grade Type A and A1: 1" thick for storm piping, sump pump discharge lines, all pipe sizes sanitary vent piping within ten feet of roof penetration Type Band 131: 1" thick for all pipe sizes For piping exposed to outdoor ambient temperatures, increase thickness by 1/2" END OF SECTION 22 07 00 N 0 t Xr. C.) Rohrbach Associates PC PLUMBING INSULATION 2207004 Riverfront Crossings Park Phase 3 Project SECTION 22 11 16 DOMESTIC WATER PIPING PART1-GENERAL 1.01 RELATED WORK Iowa City Project Number R4185 RAPC Project Number 1613 A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 22 00 10 - 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 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. Rohrbach Associates PC DOMESTIC WATER PIPING 22 11 16-1 "Building Services Piping". B. UPC Compliance: Fabricate and install domestic water piping in accordance u6h IAMPO "Uniform Plumbing Code". o ,a _ C. IPC Compliance: Fabricate > -n ` and install domestic water piping in a n& with—111e "International Plumbing Code". D. Plumbing and Drainage Institute: Fabricate and install domestic water pipinlrrrdh Standar¢JI- WH2O1. l E. ANSI/NSF 372 Certification: All> potable water supply piping, valves,'fittings,csnd fixtures (excluding toilets, urinals, fill valves, flush valves, shower valves, and main gate vafves greater than 2") shall meet the requirements for ANSI/NSF 372 Certification, Drinking Water System 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. Rohrbach Associates PC DOMESTIC WATER PIPING 22 11 16-1 Riverfront Crossings Park Phase 3 Project PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Backflow Preventers 1. Watts 2. Apollo Valves 3. Febco B. Water Hammer Arrestors 1. Ancon 2. Sioux Chief 3. Wade 4. Watts 5. Zurn C. Copper Pressure Seal Fittings 1. Viega Pro Press 2. NIBCO Press System 2.02 BASIC MATERIALS AND PRODUCTS Iowa City Project Number R4185 RAPC Project Number 1613 A. General: Provide piping materials and factory -fabricated piping products of sizes, types, pressure ratings, temperature ratings and capacities as indicated. Where not indicated, pavide proper selection as determined by Installer to comply with installation requirements. Promote materials and products complying with Uniform Plumbing Code and International Pfffnbingleode ash re applicable, base pressure rating on domestic water piping system's maximtTnQt'sinpresstlrs. Provide sizes and types matching piping and equipment connections; provicWefI*g9tf mals which match pipe materials used in domestic water piping systems. Where`dg[e ttaam on type of materials or products are indicated, selection is Installer's option. -o B. Valves: Refer to Section 22 05 23 - General Duty Valves for Plumbing Piping. C. Piping Specialties: Refer to Section - 22 05 00 - Common Work Results for Plumbing. C,) D. Expansion Compensation: Refer to Section 22 05 16 - Expansion Fittings and Loops for Plumbing Piping. E. Meters and Gauges: Refer to Section 22 05 19 - Meters and Gages for Plumbing Piping. F. Supports, Anchors and Seals: Refer to Section 22 05 29 - Hangers and Supports for Plumbing Piping. 2.03 PIPE: Material Service A. Cast iron water pipe, standard Underground water service main mechanical joint, 2" dia. and larger. asphalt coated, Class 150. ANSI A21.1, AWWA C106. Rohrbach Associates PC DOMESTIC WATER PIPING 2211 16-2 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 B. Ductile iron pipe ANSI A21.5 Underground water service main, 4" dia. and ANSI/AWWA C151. larger. Above ground water service main for combined domestic/fire service, up to fire Protection backflow preventer C. Polyvinyl Chloride Pipe (PVC) Underground water service main. DR18 ANSI/AWWA C900 or C905 With tracer wire D. Copper water tube, hard temper, ASTM B88. Type K Type L E. Brass pipe, Schedule 40, chromium plated. ASTM B43. 2.04 FITTINGS: Domestic water lines under building. Water service pipe 2" and smaller. Above ground domestic water lines. Exposed piping connections for plumbing fixtures. A. Cast iron water pipe: Class 250 ANSI A21.20, AWWA C110-71, standard mechanical joint fittings. B. Copper water tube cast bronze or wrought copper: N 1. Solder joint type. ANSI 616.18 and B16.22-63. Where copper ng ised for combined water/fire protection water service, joints upstream of fire -, __ tioackflow preventer shall be brazed._, a 2. Pressure Seal pipe joining system, copper press fittings, 1/2" to 4" irrx}iarneGf. A9 B16.18, ASME B16.22. O -rings for copper press fittings shall be EPt3Alc-JInswHatiorj�T manufacturer's recommendations. r*� o�:D x C. Brass pipe: Cast bronze screwed, 125 pound, flat band water pattern,c mttliun�late�ir chromium plated pipe. cn 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. 2.06 NIPPLES AND UNIONS 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. Rohrbach Associates PC DOMESTIC WATER PIPING 2211 16-3 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 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. 2.07 AIR VENTS A. Manual Air Vents: Bell & Gossett Model No. 17SR. B. Automatic Air Vents: Bell & Gossett Model No. 7 2.08 BACKFLOW PREVENTERS A. Reduced Pressure Zone Backflow Preventer: 1. General: A reduced pressure zone backflow preventer shall be installed at each cross connection or at the water meter to prevent back -siphonage and backpressure backflow of hazardous materials into the potable water supply. 2. The device shall consist of a pressure differential relief valve located in a zone between two positive seating check valves. The assembly shall include two tightly closing shut-off valves before and after the device, test cocks and a protective strainer upstrem of the No. 1 shut-off valve. The reduced pressure zone backflow preventer-shall hag all access port covers secured with stainless steel screws which are boltR tq valve body;J Vent outlet to have suitable connections for an air gap. All components'gf�hepckflo,., preventer assembly shall meet the requirements for ANSI/NSF 372 CeAftati rn Driri Water System Components, Lead Content. IC") :<r'-1 3. The device shall meet the requirements of ANSI/ASSE Standard 101 AVd�VA Standard C506, be listed by IAPMO (UPC) and be approved by FCC -it USC. Provide with air gap fitting for discharge. Basis of design to be: a a. Watts Regulator Co. Series 009 - size 3/4" thru 2". b. Watts Regulator Co. Series 909 - size 3/4" thru 10". B. Reduced Pressure Zone Backflow Preventer: Pressure Vacuum Breakers: A pressure anti -siphon vacuum breaker shall be installed at all threaded hose connections and where indicated on the plans to prevent the back -siphonage of contaminated water. This assembly is not to be used where there is a possibility that a back pressure condition may develop. The assembly will incorporate an acetyl bonnet with silicone rubber o -ring seal and silicone rubber seat disc. The valve shall have replaceable seats. Check assembly shall be guided over its full stroke by AV@ notched guides. The assembly shall meet the requirements of ANSI/ASSE Standard 1020. Where vacuum breaker is not integral to trim, unit shall be equal to Watts Regulator Company Series 800M4QT. 2.09 WATER HAMMER ARRESTORS 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-WH201 and American Society of Sanitary Engineering Standard ASSE-1010. Rohrbach Associates PC DOMESTIC WATER PIPING 2211 16-4 Riverfront Crossings Park Phase 3 Project PART 3 - EXECUTION 3.01 INSPECTION Iowa City Project Number R4185 RAPC Project Number 1613 A. General: Examine areas and conditions under which domestic water 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 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 05 23 - 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. a E; m 5. Check Valves: Install on discharge side of each pump, and elsewher�2LLs3ndkted. Y� C. Piping Specialties: Refer to Section 22 05 00 - Common Work Results for Plug. —: r-• n D. Expansion Compensation Products: Refer to Section 22 05 16 - Expansion F04arJLoo dr Plumbing Piping. o;R _ D E. Meters and Gauges: Refer to Section 22 05 19 - Meters and Gages for Plumbing Piping. Supports and Anchors: Refer to Section 22 05 29 — 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 concealed locations unless indicated exposed, or in equipment rooms. Locate piping to avoid ductwork. C. Install horizontal piping as high as possible without sags or humps so that proper grades can be maintained for drainage. D. Check all piping for interference with other trades; avoid placing water pipes over electrical equipment. Rohrbach Associates PC DOMESTIC WATER PIPING 22 11 16-5 Riverfront Crossings Park- Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 E. Where rough -in is required for equipment furnished by others, verify exact rough -in dimension with 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. Pipes built into masonry or concrete construction shall be wrapped with tar paper or burlap to prevent bonding to the concrete. No pipe shall be located in an outside wall or other location where freezing is likely to occur. K. 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 EQUIPMENT CONNECTIONS A. Refer to Section 22 11 23 - Domestic Water Pumps, 22 33 00 - Electric Domestic Water Heaters. N B. General: Connect domestic water piping system to plumbing equipment as indicated�hnd comply with equipment manufacturer's instructions where not otherwise indicated.anstall gutoffmOe and union on supply and return, drain valve on drain connection. D—t � 3.05 INSTALLATION OF FIXTURES .ter �t A. Refer to Section 22 40 00 - Plumbing Fixtures and 22 47 00 - Drinking Fountgaiind later Coolers.B. General: Connect water piping system to plumbing fixtures as indicated, and comply with manufacturer's instructions where not otherwise indicated. C. Refer 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 3.06 INSTALLATION OF BACKFLOW PREVENTERS A. Install backflow preventers where required per local code and in accordance with manufacturer=s recommendations. Backflow preventers to be installed accessible for testing, installing contractor shall provide testing by a certified backflow, assembly tester at time of installation as required by the Uniform Plumbing Code. Install air gap fitting and pipe to nearest floor drain. 3.07 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. Rohrbach Associates PC DOMESTIC WATER PIPING 2211 16-6 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 3.08 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. 3.09 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. b. Be of at least 4 -hour duration. C. Not exceed the rated pressure of the valves or hydrants. 3. Each valved section of pipe shall be filled with water slowly and the specified test pressure shall be applied by means of a pump connected to the pipe. ru 4. Before applying the specified test pressure, air shall be expelled comp e�#el�� frtTr i the pipe, valves and hydrants. " ? j" 5. Any damaged or defective pipe, fittings, valves or hydrants that are c1rwxvered^folloWtmT the pressure test shall be repaired or replaced with sound material a4ie te4shalPae- repeated. -T; v 6. A leakage test shall be conducted concurrently with the pressure test, Leal�*e shall`ge 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. 3.10 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 11 16 Rohrbach Associates PC DOMESTIC WATER PIPING 2211 16-7 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 Rohrbach Associates PC DOMESTIC WATER PIPING 2211 16-8 N O O 5 r Rohrbach Associates PC DOMESTIC WATER PIPING 2211 16-8 Riverfront Crossings Park Phase 3 Project SECTION 22 11 23 DOMESTIC WATER PUMPS PART 1 -GENERAL 1.01 RELATED WORK Iowa City Project Number R4185 RAPC Project Number 1613 A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 22 00 10 - Plumbing General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Extent of plumbing pumps work required by this section is indicated on drawings and schedules, and by requirements of this section. B. Types of pumps specified in this section include the following: 1. In-line Circulators C. Refer to Division -26 sections for the following work; not work of this section: Power supply wiring from power source to power connection on pumps. Include starters, disconnects and required electrical devices, except where specified as furnished, or factory installed, by manufacturer. 1.03 QUALITY ASSURANCE N 0 A. UL Compliance: Design, manufacturer and install pumps in accordance Oh UL;W8 "Motor Operated Water Pumps". D -4 B. UL and NEMA Compliance: Provide electric motors and components v c-rf arVistecend labeled by Underwriters Laboratories and comply with NEMA standards.r� m v M C. ANSI/NSF 372 Certification: Domestic Water Pumps shall meet the requir"ts o_ANS 9F 372 Certification, Drinking Water System Components, Lead Content. T Cn 1.04 SUBMITTALS A. Product Data: Submit manufacturer's pump specifications, installation and start-up instructions, and current accurate pump characteristic performance curves with selection points clearly indicated. B. Shop Drawings: Submit manufacturer's assembly type shop drawings indicating dimensions, weight loadings, required clearances and method of assembly of components. C. Wiring Diagrams: Submit manufacturer's electrical requirements for power supply wiring to pumps. Submit manufacturer's ladder -type wiring diagrams for interlock and control wiring. Clearly differentiate between portions of wiring that are factory installed and portions to be field installed. 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING A. Handle pumps and components carefully to prevent damage, breaking, denting and scoring. -Do not install damaged pumps or components; replace with new. B. Store pumps and components in clean dry place. Protect from weather, dirt, fumes, water, construction debris and physical damage. Rohrbach Associates PC DOMESTIC WATER PUMPS 2211 23-1 Riverfront Crossings Park Phase 3 Project PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS Iowa City Project Number R4185 RAPC Project Number 1613 A. In -Line Circulators 1. Armstrong Pumps, Inc. 2. Aurora 3. Bell & Gossett ITT; Fluid Handling Div. 4. Grundfos 5. Taco, Inc. B. General: Provide factory tested pumps, thoroughly cleaned and painted with one coat of machinery enamel prior to shipment. Type, size and capacity of each pump is listed in pump schedule. Provide pumps of same type by same manufacturer. 2.02 IN-LINE CIRCULATORS A. General: Provide in-line circulator pumps where indicated, and of capacities as scheduled. In- line circulators shall be of either all bronze or stainless steel construction. B. Type: Horizontal mount, permanently lubricated, designed for 150 psi working pressto and 225 deg. F continuous water temperature. o co 3 C. Construction: Cast bronze or stainless steel body with suction and discharge firijds. eel s mounted on permanently lubricated, sealed ball -bearings. Water -tight seal FII ODi; anis car on on silicon carbide face seals. gip'-- o M rn x D. Impeller: Composite construction, enclosed type, hydraulically and dynamicaii�Alancad, ar3t1' keyed to shaft.—, E. Motor: Non -overloading at any point on pump curve, drip -proof, permanently sealed ball bearings, resilient mounted construction, permanent split capacitor with thermal overload protection, single phase motors. Controls: Provide circulator with integral time clock. PART 3 -EXECUTION 3.01 INSPECTION Examine areas and conditions under which pumps are to be installed. Do not proceed with work until unsatisfactory conditions have been corrected in manner acceptable with Installer. 3.02 INSTALLATION OF PUMPS A. General: Install plumbing pumps where indicated, in accordance with manufacturer's published installation instructions, complying with recognized industry practices to ensure that pumps comply with requirements and serve intended purposes. B. Access: Provide access space around pumps for service as indicated, but in no case less than that recommended by manufacturer. C. Support: Install in-line pumps, supported from piping system. Rohrbach Associates PC DOMESTIC WATER PUMPS 22 11 23-2 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 D. Controls: Install devices furnished by manufacturer but not specified to be factory mounted. Furnish copy of manufacturer's wiring diagram submittal to Electrical Installer for power wiring. 1. Verify that wiring installation is in accordance with manufacturer's submittal and installation requirements of Division -26 sections. Do not proceed with equipment start-up until wiring installation is acceptable to equipment installer. E. Piping Connections: Refer to Division -22 Plumbing piping sections. Provide piping, valves, accessories, gauges and supports as indicated, including the following: 1. Strainer and shut-off valve in suction line. 2. Check valve, balancing/shut-off valve in discharge line. At contractor's option, an indicating type butterfly valve may be used in lieu of balancing cock and shut-off valve. 3. Compound gauge with tum cocks connected between pump suction and discharge. 3.03 ADJUSTING AND CLEANING A. Alignment: Check alignment, and where necessary, realign shafts of motors and pumps within recommended tolerances by manufacturer, and in presence of manufacturer's service representative. B. Start-up: Lubricate pumps before start-up. Start-up in accordance with manufacturer's instructions. C. Cleaning: Clean factory -finished surfaces. Repair any marred or scratched surfaces with manufacturer's touch-up paint. END OF SECTION 22 11 23 N O_ I� m n - �— �n Cr% 7" en Rohrbach Associates PC DOMESTIC WATER PUMPS 2211 23-3 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 Rohrbach Associates PC DOMESTIC WATER PUMPS 22 11 23-4 N O O D —t -C ✓ - v� Rohrbach Associates PC DOMESTIC WATER PUMPS 22 11 23-4 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 SECTION 22 13 16 SANITARY WASTE AND VENT PIPING PART 1 -GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 22 00 10 - Plumbing General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Contractor shall fumish 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. IPC Compliance: Fabricate and install sanitary waste and vent piping in accordance with the A. Floor Drains 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 05 00 - Common Work Results for Plumbing. Rohrbach Associates PC SANITARY WASTE AND VENT PIPING 22 13 16-1 "International Plumbing Code". C. Plumbing and Drainage Institute: Fabricate and install domestic water piping with Standard PDI- WH2O1. o o m 1.04 SUBMITTALSc� a )> A. Submit manufacturer's catalog cuts for each type of device to be used. "c — PART 2 -PRODUCTS M 2.01 ACCEPTABLE MANUFACTURERS cn A. Floor Drains 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 05 00 - Common Work Results for Plumbing. Rohrbach Associates PC SANITARY WASTE AND VENT PIPING 22 13 16-1 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 C. Supports, Anchors and Seals: Refer to Section 22 05 29 - Hangers and Supports for Plumbing Piping. 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. Polyvinyl Chloride Pipe (PVC) Schedule 40, DWV. ASTM D1785 and ASTM D2665. D. Copper water tube, hard temper, ASTM B88. 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. Below grade sanitary sewers, above ground soil, waste, and vent lines as permitted by local code. Shall not be used in above ceiling air plenums. Type M Above ground soil, waste, and vent up to and including 2-1/2" diameter. As permitted by local code. E. Brass pipe, Schedule 40, chromium Exposed piping connections for plated. ASTM B43. plumbing fixtures. 2.04 FITTINGS: N A. Material and strength of fitting for cast iron sewer pipe, clay sewer pipe and-concres sewer pipe shall conform to pipe as per ASTM Standards. D0 i B. PVC pipe fittings (below grade sanitary sewer): Provide fittings produced pec =menim for the service indicated by manufacturer of piping. �r ��n m C. PVC DWV pipe fittings: ASTM D2665 DWV Schedule 40 socket type. Prii2fittiAs prrd and recommended for the service indicated by manufacturer of tubing. ScApift ceMents per ASTM 2564. 1W r Ar D. Copper drainage tube: Cast bronze fittings, solder joint fittings. ANSI B16.23. E. Brass pipe: Cast bronze screwed, 125 pound, flat band water pattern, chromium plated, for chromium plated pipe. 2.05 JOINTS A. Vitrified clay and concrete pipe: Pipe manufacturer's standard preformed pre-set plastic or rubber joint, installed in accordance with manufacturer's instructions. Acceptable manufacturers: Amvit, Tylox or Kent. Rohrbach Associates PC SANITARY WASTE AND VENT PIPING 22 13 16-2 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 B. 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. C. Cast iron no -hub pipe: Coupling assembly tightened by torque wrench, CISPI 310, ASTM C 564. D. PVC pipe fittings (below grade sanitary sewer): Listed compression type joints. E. PVC DWV pipe: Solvent cement in accordance with ASTM D2564. F. 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 VENTS A. Vents through the roof shall be cast iron long increasers beginning at 12" under the roof and extending at least above the highest possible water level on the roof but in no case less than 8". Size increases as follows: Vent Size Increase To 1-1/4" and 1-1/2" 3" minimum 2" and 2-1/2" 4" minimum S. 4" 4" 6" B. Provide and install flashing for each vent through the roof. The flashing shall extend up around the pipe and be sealed to the pipe and shall extend over the roof deck at least one foot in each direction from the base. 2.07 FLOOR DRAINS A. Shall be of the style as called for in fixture schedule. N O B. Drains without integral traps shall have service class p -traps. o 2.08 CLEANOUTS A. In floors of finished areas: cast iron caulking ferrule for soil pipe hub with buss counters lug and cast brass round flush access cover with polished top. rn E (� B. In floors of unfinished areas: cast iron with tapered body for caulking rib soilApe hub, with brass countersunk plug. C. 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. D. In walls of unfinished areas: cast brass raised head, iron pipe size male threads. Provide with caulking ferrule where installed in iron soil pipe. E. In floors of areas subject to vehicular travel: cast iron with tapered body for caulking into soil pipe hub, with brass countersunk plug. Weight rated for fork truck and heavy traffic duty. Rohrbach Associates PC SANITARY WASTE AND VENT PIPING 22 13 16-3 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 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. B. No soil or waste pipe shall be covered by earth or construction without first being proved free of leaks by a hydrostatic test of at least 10 feet head. C. Install vents in practical alignment and supported with constant pitch back to the drainage system, concealed from finished spaces, unless shown or directed otherwise. D. Soil, waste and vent connections to fixtures shall be accurately located and concealed from 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 walltend avoid interference with other trades. Locate groups of pipes parallel to each other; ace distance to permit applying full insulation and to permit access for servicing valves. t�fpipag to h� in concealed locations unless indicated exposed, or in equipment rooms. Ldagq pigig to�1:... ductwork. C. Provide proper support to maintain uniform fall of 1/4" per foot for lines 3" a"'qA-mayer a4T*" per foot for lines 4" and larger. Protect all openings against the entrance\Were g must cross footings, the piping shall cross under footings unless notennMerSZe o0e drawings. y �' a D. Check all piping for interference with other trades, avoid placing water pipes over electrical equipment. E. Where rough -in is required for equipment furnished by others, verify exact rough -in dimension with owner or equipment supplier before roughing -in. F. 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. Rohrbach Associates PC SANITARY WASTE AND VENT PIPING 22 13 16-4 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 H. Equipment Connections 1. General: Connect sanitary waste and vent piping system to plumbing equipment as indicated, and comply with equipment manufacturer's instructions where not otherwise indicated. Install shutoff valve and union on supply and return, drain valve on drain connection. 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 00 10 - Plumbing General Provisions. J. Underground installation of thermoplastic pipe shall be done in accordance with ASTM D 2321. 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. Obtain exact finish floor levels from the General Contractor and set floor drain top rims accurately to proper level. Allow for proper slope towards drains. 3.06 INSTALLATION OF FIXTURES A. Refer to Section 22 40 00 - Plumbing Fixtures and 22 47 00 - Drinking Fountains and Water Coolers. END OF SECTION 22 13 16 N C) m 0?3 Rohrbach Associates PC SANITARY WASTE AND VENT PIPING 22 1316-5 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 Rohrbach Associates PC SANITARY WASTE AND VENT PIPING 22 13 16-6 N o D� CO G.71 x �� :ern rn �= v Rohrbach Associates PC SANITARY WASTE AND VENT PIPING 22 13 16-6 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 SECTION 22 33 00 ELECTRIC DOMESTIC WATER HEATERS PART1-GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 22 00 10 - Plumbing General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Extent of plumbing equipment work is indicated on drawings and provisions of this section, including schedules and equipment lists associated with either drawings or this section. B. Types of plumbing equipment required for project include the following: 1. Water Heaters 2. Expansion Tanks 1.03 QUALITY ASSURANCE A. UL and NEMA Compliance: Provide electric motors and electrical components required as part of plumbing equipment, which have been listed and labeled by Underwriters Laboratories and comply with NEMA standards. B. NEC Compliance: Comply with National Electrical Code (ANSI/NFPA 70) as applicable to installation and electrical connections of ancillary electrical components of plumbing equipment. C. ANSI/NSF 372 Certification: Electric Domestic Water Heaters shall meet the requirements of ANSI/NSF 372 Certification, Drinking Water System Components, Lead Content. 1.04 SUBMITTALS No A. Product Data: Submit manufacturer's plumbing equipment specifications, ini44�tiort—aand stat p instructions, and capacity and ratings, with selection points clearly marked. B. Shop Drawings: Submit assembly type shop drawings indicating dimension—%cmeil t , red, clearances, and methods of assembly of all components. -1J � 11 �� o� v PART 2 -PRODUCTS 3> Cn 2.01 ACCEPTABLE MANUFACTURERS A. Electric Water Heaters 1. A.O. Smith, Consumer Products Div. 2. Rheem-Ruud 3. State Industries B. Residential Expansion Tanks 1. A.O. Smith 2. State 3. Rheem-Ruud Rohrbach Associates PC ELECTRIC DOMESTIC WATER HEATERS 22 33 00-1 Riverfront Crossings Park Phase 3 Project 2.02 WATER HEATERS A. Electric Water Heaters Iowa City Project Number R4185 RAPC Project Number 1613 1. General: Provide electric water heaters of size and capacity as indicated on schedule. Comply with ANSI/ASHRAE/IES 90A for energy efficiency. 2. Heater: Working pressure of 150 psi; magnesium anode rod; glass lining on internal surfaces exposed to water. 3. Heating Elements: Heavy-duty, medium watt density, with incoloy sheath, thermostat stepped through magnetic contactors. 4. Safety Controls: Double pole, manual reset, high limit; probe -type electric low water cutoff; both factory wired. 5. Jacket: Equip with full size control compartments with front panel opening. Insulate tank with vermin -proof glass fiber insulation. Provide outer steel jacket with bonderized undercoat and baked enamel finish. 6. Warranty: Furnish 1 year limited warranty for tank leakage. 7. Accessories: Provide brass drain valve; 3/4" temperature and pressure relief valve; and 4" x 6" handhole cleanout. PART 3 -EXECUTION 3.01 INSTALLATION OF WATER HEATERS A. Electric Water Heaters N O 1. General: Install electric water heaters as indicated, in accordancswith raenufacturer's installation instructions, and in compliance with applicable codes. *0 y 2. Support: Set units on concrete pads, orient so controls and devicegJV4din9servi1Mnd maintenance have adequate access. Level and plumb unit. ,{m m 3. Electrical Supply: Furnish wiring diagram to Electrical Installer. R ar� ivisionlvor wiring of units; not work of this section. D Ar 4. Piping: Connect hot and cold water piping to units with shutoff valves and unions. Connect recirculating water line to unit with shutoff valve, check valve and union. 5. Start-up: Start-up, test, and adjust electric water heaters in accordance with manufacturer's start-up instructions. Check and calibrate controls. 6. Pressure and Temperature Relief. Route pipe to nearest indirect sanitary drain. Pipe size to match relief connection size. END OF SECTION 22 33 00 Rohrbach Associates PC ELECTRIC DOMESTIC WATER HEATERS 22 33 00-2 Riverfront Crossings Park Phase 3 Project SECTION 22 40 00 PLUMBING FIXTURES PART 1 -GENERAL 1.01 RELATED WORK Iowa City Project Number R4185 RAPC Project Number 1613 A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 22 00 10 - 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 sub -contractors. 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 gbeet the requirements of ANSI/NSF 372 Certification, Drinking Water System Components -Lead ($tent. o m PART 2 - PRODUCTS j C-, • / 2.01 ACCEPTABLE MANUFACTURERS A. Vitreous China Fixtures o 1. American Standard cn 2. - Crane - 3. Eljer 4. Kohler 5. Zurn 6. Sloan B. Trim 1. American Standard 2. Chicago Faucet 3. Delta 4. Eljer 5. Elkay 6. Kohler 7. T & S Brass Works 8. Sloan Rohrbach Associates PC PLUMBING FIXTURES 22 40 00-1 Riverfront Crossings Park Phase 3 Project C. Flush Valves 1. Sloan - Royal Series 2. Zurn - Z6000AV D. Carriers 1. Jay R. Smith 2. Jonespec 3. Josam 4. Wade 5. Watts 6. Zurn E. Closet Seats 1. Beneke 2. Church 3. Olsonite 4. Sperzel 5. Comfort Seats F. Thermostatic Mixing Valves 1. Leonard 2. Powers 3. Symmons 4. Apollo 5. Lawler G. Wall Hydrants Iowa City Project Number R4185 RAPC Project Number 1613 N 1. Woodford m 2. Prier o rr �=� Z 2.02 VITREOUS AND CAST IRON FIXTURES Cl) O% A. Vitreous ware shall be non-absorbant, even color, unwarped, two -fired vitreoU41Aina-alradJV e-�i as rated by the Bureau of Standards. B. Vitreous fixtures shall be white, except where other colors are called for in the sohedulw 2.03 TRIM A. Trim to include supply pipes, stop valves, faucets, tail pieces, strainers, waste and traps. Floor and wall plates shall be brass. Exposed trim shall be chrome plated. B. Potable water supply piping and fixtures (excluding toilets, urinals, fill valves, flush valves, and shower valves) shall meet the certification requirements of ANSUNSF 372 — Drinking Water System Components, Lead Content. C. Stop valves shall be compression type with loose key control. D. P -trap shall be adjustable 18 gauge tubular brass. Where offset P -traps are required for handicapped accessible lavatories, offset and P -trap shall be insulated with Handi Lav -Guard by Truebro, or equal. When supply risers are exposed, they shall be insulated with Handi Lav -Guard by Truebro, or equal. Rohrbach Associates PC PLUMBING FIXTURES 22 40 00-2 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 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 Chair carriers shall be securely braced to construction and shall be concealed with feet concealed in floor. Where feet cannot be concealed in floor, provide stub feet. Carriers for urinals shall have thrust bolts at bottom. Carriers for lavatories and electric water coolers shall have mounting plate type hanger or concealed arms as required by the fixture schedule. Carriers shall be coordinated with plumbing fixtures. 3.06 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 properly cleaned. 3.07 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. o m 3.08 Join& lavatories with counter and/or wall, sinks with wall, urinals with wall anzaer yosets Wlth vf*'and/Ooor..�hall be caulked with transparent silicone caulk by Contractor. - r.. C-) T ��n END OF SECTION 22 40 00 -y $ rn� cz0 3> ut z Rohrbach Associates PC PLUMBING FIXTURES 22 40 00-3 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 Rohrbach Associates PC PLUMBING FIXTURES 22 40 00-4 N 0 Inm C.,-<rn �, r -� rn O"� 3 Q D t Rohrbach Associates PC PLUMBING FIXTURES 22 40 00-4 Riverfront Crossings Park Phase 3 Project SECTION 23 00 10 HVAC GENERAL PROVISIONS PART1- GENERAL 1.01 GENERAL Iowa City Project Number R4185 RAPC Project Number 1613 A. Refer to Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements, which all apply to work under this section. 61113051*Yy 1131Gdi![611170H] 77 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. Exhaust Fans and Ducts 4. Thermostats and Control Wiring 5. Insulation of Ducts and Plenums 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. D. Where job conditions require reasonable changes in indicated locations and arrangements, make such changes without additional cost to Owner. N E. Because of the scale of the drawings, certain piping or items such as unions or fittingg5ay not be shown, but where such items are required by other sections of the specificahDns or�where+n are required by the nature of the work, they shall be furnished and installed. 1> t y c^V^^ F. All elements of the construction shall be performed by workmen skilled in arttDular craft involved, and regularly employed in that particular craft. rn � G. All work shall be performed in a neat, workmanlike manner in keeping with the�3teststandards 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 8. 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) Rohrbach Associates PC HVAC GENERAL PROVISIONS 23 00 10-1 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 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. Drawings are intended to convey the scope of the work and to indicate the general arrangement and locations of ducts, 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 and ducts 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 Ipcifications, such items shall be furnished and installed.a, o 1.06 ACTIVE SERVICES y ::4 i +� c->-4 A. Contractor shall be responsible for verifying exact location of all existir Mourvi�e's pr beginning work in that area. �M s ' •�'• B. Existing active services, i.e., water, gas, sewer, electric, when encountered Al bg'protected against damage. Do not prevent or disturb operation of active services which 5Pe to relpin. 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. Rohrbach Associates PC HVAC GENERAL PROVISIONS 23 00 10-2 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 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 material shall be completely protected from weather elements, painting and plaster until the project is substantially completed. Damage from rust, paint and scratches 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. N O F. Where the final installation or connection of equipment in the building requir@3 Contractor to work in finished areas of the building, Contractor shall be responsible that sucw ®teas §g pr di ed and are not marred, soiled or otherwise damaged during the course of st�rworR� Co or shall arrange with the General Contractor for patching and refinishing of sQh"�areSwhicj"may be damaged in this respect. --- If� �m v 1.09 OPENINGS, CUTTING AND PATCHING oA A. Refer to Division 1 for additional cutting and patching information. ut 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. New structure 1. Contractor will coordinate the placing of openings and lintels in the new structure as required for the installation of the HVAC work with the General Contractor. 2. Contractor shall furnish to General Contractor the accurate locations and sizes for required openings, but this shall not relieve Contractor of the responsibility of checking to assure that proper size openings are provided. When additional cutting and patching is required due to Contractor's failure to coordinate this work, Contractor shall make arrangements for the cutting, patching, and painting required. Rohrbach Associates PC HVAC GENERAL PROVISIONS 23 00 10-3 Riverfront Crossings Park Phase 3 Project 1.10 EXCAVATING AND BACKFILLING Iowa City Project Number R4185 RAPC Project Number 1613 A. Contractor shall do all excavating necessary for hydronic piping, gas piping, etc., and shall backfill trenches and excavations after work has been inspected. Care shall be taken in excavating that walls and footings and adjacent load bearing soils are not disturbed in any way, except where lines must cross under a wall footing. Where a line must pass under a footing, the crossing shall be made by the smallest possible trench to accommodate the pipe. Excavation shall be kept free from water by pumping if necessary. B. Backfill about the structure shall be placed, when practical, as the work of construction progresses. Backfilling on or against concrete work shall be done only when directed. Backfilling of trenches shall progress as rapidly as the testing and acceptance of the finished sections of the work will permit. Backfill shall be in accordance with Division 31 Specifications. 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 SUBMITTALS A. Contractor shall furnish, to Design Professional, complete sets of shop drawire and other submittal data. Contractor shall review and sign shop drawings beforesubmLl. Roto Division 01 specifications for additional requirements.�n a Z r B. Shop drawings shall be bound into sets and cover related items for a comply- Sysbm asrurih as practical and shall be identified with symbols or "plan marks" used on draa�gs..I�com, piecemeal or unbound submittals will be rejected. C. Submittals required by the various sections of the Project Manual include, bute+not Pcessarily limited to those identified in the submittal schedule below. i' D. After award of contract, Contractor shall provide a completed submittal schedule including dates that the submittals will be to Design Professional for review. Rohrbach Associates PC HVAC GENERAL PROVISIONS 2300104 Riverfront Crossings Park Phase 3 Project E. Submit required information on the following items: Iowa City Project Number R4185 RAPC Project Number 1613 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 N A. Operation and maintenance manuals shall be submitted to Design Professional -in dupW-ate upon completion of the job. Refer to Division 01 specifications for additional informa`an. .., �—=-1 B. Submit manuals in duplicate upon completion of the job. Manuals shall be bonaq in fthree-rM hargi-backed binder. Front cover and spine of each binder shall have the follow lettaNng d6ne: ' - OPERATION oma' AND MAINTENANCE x' cn MANUAL FOR HVAC SYSTEMS (PROJECT NAME) (LOCATION) (DATE) SUBMITTED BY (NAME AND ADDRESS OF CONTRACTOR) C. 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. Rohrbach Associates PC HVAC GENERAL PROVISIONS 23 00 10-5 CERTIFICATE OTHER SPEC DETAIL PROD INSTALL O 8 M OF DEMON- (SEE SECTION EQUIPMENT DWGS DATA SAMPLES METHODS MANUAL STRATION NOTES 23 05 93 Testing, Adjusting and 1 Balancing for HVAC 23 09 00 Instrumentation and Control X X X X for HVAC 2331 13 Metal Ducts X X 1 233423 HVAC Power Ventilators X X 23 37 13 Diffusers, Registers and X Grilles 23 82 39 Unit Heaters X X NOTES: 1. Submit test reports as described in specification section. 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 N A. Operation and maintenance manuals shall be submitted to Design Professional -in dupW-ate upon completion of the job. Refer to Division 01 specifications for additional informa`an. .., �—=-1 B. Submit manuals in duplicate upon completion of the job. Manuals shall be bonaq in fthree-rM hargi-backed binder. Front cover and spine of each binder shall have the follow lettaNng d6ne: ' - OPERATION oma' AND MAINTENANCE x' cn MANUAL FOR HVAC SYSTEMS (PROJECT NAME) (LOCATION) (DATE) SUBMITTED BY (NAME AND ADDRESS OF CONTRACTOR) C. 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. Rohrbach Associates PC HVAC GENERAL PROVISIONS 23 00 10-5 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 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 A. 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 HVAC 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. Equipment training for Owner: 1. Manufacturer's representatives shall provide instruction on each major piece of equipment. Contractor shall provide instruction on all other equipment. 2. Training sessions shall use the printed installation, operation and maintenance instruction materials included in the O&M manuals and emphasize preventative maintenance and safe operating procedures. 3. Training shall be performed by qualified factory trained technicians. 4. HVAC Contractor shall attend all sessions performed by the manufacturers— representative and shall add to each session any special informationr,�ting to the details of installation of the equipment as it might impact the operation and y intenance. 5. Equipment training shall occur as soon as possible after start up'stheipm nd shall include hands-on operation. Training shall be provided for eolpneVisted it he table below. "4r C-) -< rn C. System training for Owner: ::ern v 1. HVAC and Temperature Controls Contractors shall jointly condu%*Stew} open ng training. These sessions shall include: y a. HVAC system overview. b. System wide start-up. C. Operation of control system. d. Function of each component. e. System operating procedures in all possible modes. f. Programming procedures. g. Shut -down and maintenance procedures. h. Emergency procedures. Rohrbach Associates PC HVAC GENERAL PROVISIONS 23 00 10-6 Riverfront Crossings Park Phase 3 Project D. The following are minimum requirements for Owner instruction: Iowa City Project Number R4185 RAPC Project Number 1613 Section Description Hours Presented By Others Present Remarks N O (Note 1) vl 23 34 XX Fans 2 Contractor 23 09 00 Temperature Control 40 T.C. Contractor Note 3 System 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. 3. Training shall occur in several sessions over the course of the first year of operation. A minimum of four separate dates are required for temperature controls, two dates for chillers. E. 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: Rohrbach Associates PC HVAC GENERAL PROVISIONS 2300 10-7 N O vl G� c;r= M4 y "-1 Rohrbach Associates PC HVAC GENERAL PROVISIONS 2300 10-7 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 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. A. Project: B. System(s): C. Contractor's representatives giving instruction and demonstration: Contractor: I NAMES DATE HOURS Owner's representatives receiving instruction: Owner: NAMES DATE HOURS C� Acknowledgement of demonstration: E. Contractor's Representative: Owner's Representative: signature date signature date co C— Z m = q Op Rohrbach Associates PC HVAC GENERAL PROVISIONS 23 00 10-8 Riverfront Crossings Park Phase 3 Project 1.16 SUBSTITUTIONS A. Refer to Divisions 00 and 01. Iowa City Project Number R4185 RAPC Project Number 1613 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. 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. 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. o m 1.18 GUARANTEE E5 p A. The entire HVAC system including all sub -systems shall be guaranteedcagdinsefec�'TPf materials and installation for a minimum of one year from substantial comp1eti6n o bene{ occupancy whichever occurs earlier. Any malfunctions which occur within the'b"rarMte peli shall be promptly corrected without cost to Owner. This guarantee shall not_jitfilt or 4oid 10 manufacturer's express or implied warranties. 5= cn 1.19 COMPLETION A Systems, at time of completion, shall be complete, efficiently operating, non -hazardous and ready for normal use by Owner. B. 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. 1.20 CLEANING A. Prior to assembly of pipe and piping components, all loose dirt, scale, oil, and other foreign matter on internal and exterior surfaces shall be removed by means consistent with good piping practices. During fabrication and assembly, slug and weld splatter shall be removed from both internal and external pipe joints by preening, chipping, and wire brushing. B. At the conclusion of the construction, the entire system of piping and equipment shall be cleaned internally. Prior to flushing erected piping surfaces, Contractor shall disconnect all instrumentation and equipment and open wide all valves. Rohrbach Associates PC HVAC GENERAL PROVISIONS 23 00 10-9 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 C. 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. D. Heating and air conditioning equipment shall be thoroughly cleaned and clean filters installed. 1.21 ELECTRICAL WORK A. Electrical work and equipment provided by HVAC Contractor shall include the following: 1. Starters and disconnects for motors of HVAC 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 HVAC equipment, but only where specifically indicated to be furnished integrally with equipment. 3. Electrical heating coils and similar elements in HVAC equipment. 4. All control wiring in accordance with the requirements of Division 26. B. Electrical Contractor shall provide all power wiring for HVAC equipment, including services for motors and equipment furnished by the HVAC contractor. Motor and equipment locations are shown on the electrical drawings. C. Electrical Contractor shall make final connections for all motors and equipment furnished by the HVAC contractor. D. Electrical Contractor shall furnish safety disconnects and starters for all motors and equipment furnished by the HVAC contractor (unless specifically indicated to be furnished integrally with the equipment), so as to make service complete to each item of equipment. E. Contractor shall consult with Electrical Contractor prior to conduit rough -in and shall verify with him the exact locations for rough -ins, and the exact size and characteristics pt the services required, and shall provide Electrical Contractor a schedule of electrical loads foGbe equipment furnished by him. These schedules will be used for sizing services, disc25nectsMses, ers and overload protection. F. Refer to Division 23 Controls section for control system wiring. Control rDlflrfg seal be one in accordance with the requirements of Division 26. _cm �_417c55 rn "° s G. All conduit installed for control wiring shall be blue. Labeled conduit will nofj cJ sed. Q c•• H. Control wiring, where not exposed, may be installed without conduit. Wi?ng in dips. 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. 1.22 TEMPORARY UTILITIES A. Refer to Division 01 for specific requirements concerning temporary utilities. 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 00 10 Rohrbach Associates PC HVAC GENERAL PROVISIONS 23 00 10-10 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 SECTION 23 05 00 COMMON WORK RESULTS FOR HVAC PART 1 - GENERAL 1.01 GENERAL A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 23 00 10 - HVAC General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A This section includes the following: 1. Sleeves 2. Escutcheons 3. Fire Stopping 4. Guards 5. Wall Access Doors PART 2 - PRODUCTS 2.01 SLEEVES A. 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. B. 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. o o m C. Sleeves for insulated piping shall be of sufficient internal diameter to take pip 62 iniLWion'm to all(g for free movement of pipe. Waterproof sleeves shall be of sufficient t2t}ial Tmrnetac3c take p...pi a and waterproofing material. rn �-- <r— D. +In firrished areas where pipes are exposed, sleeves shall be terminated flush. e gwa�ppartl andpeilings, and shall extend 1/2" above finished floors. Extend sleeves 1"C firijshed fMo M in areas likely to entrap water and fill space between sleeves and pipe with d4phite packing and cautking compound. E. 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. 2.02 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. Rohrbach Associates PC COMMON WORK RESULTS FOR HVAC 23 05 00-1 Riverfront Crossings Park Phase 3 Project 2.03 FIRESTOPPING Iowa City Project Number R4185 RAPC Project Number 1613 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 wall/floor and pipe, conduit, sleeve, and/or duct shall be sealed with UL Listed intumescent fire barrier material equivalent to rating of wall/floor. 2.04 WALL ACCESS DOORS A. When HVAC Contractor provides any equipment requiring periodic servicing which will be concealed by non -accessible architectural construction, HVAC Contractor shall provide a flush access door. The access door shall be equal to a Karp DSC -214M Universal access door for non -rated construction or KRP-150FR for fire rated construction. Other approved manufacturers include Nystrom, Acudor, and Access Panel Solutions, with model applicable to the specific construction involved. B. Access doors in fire rated construction shall be fire rated and have U.L. label. Refer to Architectural/General Construction plans for fire ratings. C. Construction 1. Door and trim shall be 13 gauge steel, frames shall be 16 gauge steel. 2. Trim shall be of one piece construction. 3. Finish shall be prime coat of rust inhibitive baked grey enamel. 4. Hinges shall be concealed, offset, floating hinge. 5. Locks shall be flush, screwdriver operated with stainless steel cam -and -studs. PART 3 - EXECUTION 3.01 SLEEVES A. Install sleeves for all piping passing through floors, roof, walls, concrete beams and foundations as required by this section. e 3.02 ESCUTCHEONS gc! a D=t z .� A. Install escutcheons for all pipes entering finished spaces. 3.03 GUARDS rn O S A. Where exposed insulated piping extends to floor, provide sheet metal guard of In in Wlation to extend up from floor 48". Guard to be galvanized sheet not less than 26 gauge. M 3.04 ACCESS DOORS A. Install access doors per manufacturer's recommendations END OF SECTION 23 05 00 Rohrbach Associates PC COMMON WORK RESULTS FOR HVAC 23 05 00-2 Riverfront Crossings Park Phase 3 Project PART1- GENERAL 1.01 RELATED WORK Iowa City Project Number R4185 RAPC Project Number 1613 SECTION 23 05 93 TESTING, ADJUSTING AND BALANCING FOR HVAC A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 23 00 10 - 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: a. Exhaust Fans b. Ductwork Systems C. Diffusers and Grilles C. The Heating and Air Conditioning Contractor shall provide a complete and ope@Jng HVAC system and shall cooperate with the balancing agency by: o 1. Installing balancing dampers as required by the Drawings andj.�cifi&ionsaMod requested by the Testing and Balancing Contractor. n--" — r^ 2. Putting complete system into operation during duration of balancing pegcd. G' t�g 3: Providing up -to -late set of Drawings and advising immediately of anythang_T maAe'to the system during construction. 0 4. Providing labor and equipment and cost of performing corrections, such ag dampers, belts, etc., as required without undue delay. cn ' ,5. Providing complete submittal information for all HVAC equipment, complete wiff pertinent i-: engineering information. 11,93 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. B. TAB Agency Qualification: Current membership in AABC or certification by NEBB. Rohrbach Associates PC TESTING, ADJUSTING AND BALANCING FOR HVAC 23 05 93-1 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 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. Integrity Testing and Balancing Madrid, Iowa (515) 250-6055 1.05 JOB CONDITIONS A. Do 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. e B. The test -and -balance report shall be complete with logs, data, and records aslequireaerein. All logs, data, and records shall be typed on white bond paper and bound. @-)rert shah certified accurate and complete by the balancing agency's certified test -and -b IIge engineerm - �-t r C. Three (3) copies of the test -and -balance report are required and shall be su'71oweno DTM Professional. -.rr 1 D. The report shall contain the required data in a format selected by Balancing CcA$' or.- D F E. Report shall include the following information: (For all references to "design", specific innormation from shop drawings shall be incorporated.) Air Moving Equipment: a. Location b. Manufacturer and Model C. Supply, return and exhaust, air flow, design and actual d. Outside air flow, design and actual (where applicable) e. Inlet, discharge, and total static pressure, design and actual f. Fan RPM, design and actual g. Static pressure across the coil section with the face and bypass damper in both the face and bypass positions (where face and bypass dampers are provided). Rohrbach Associates PC TESTING, ADJUSTING AND BALANCING FOR HVAC 23 05 93-2 Riverfront Crossings Park Phase 3 Project 2. V -Belt Drive a. Identification/location b. Required driven RPM C. Driven sheave, diameter and RPM d. Belt, size and quantity e. Motor sheave, diameter and RPM Iowa City Project Number R4185 RAPC Project Number 1613 3. Duct Traverse: a. System zone/branch b. Duct size and area C. Velocity and airflow, design and actual d. Duct static pressure e. Air temperature and correction factor (if applicable) 4. Room Air Distribution Test Sheet: a. Room number/location b. Terminal type and size C. Area factor d. Velocity, design and actual e. Air flow, design and actual f. Percent of design air flow g. Air outlet differential pressure (for underfloor plenums) 5. Electric Motors: a. Manufacturer (1/4 hp and larger only) b. HP/BHP, design and actual C. Phase, voltage, amperage; design and actual o d. Service factor 'o m e. Starter size, rating, heater elements (as applicable) Dn 3 PART 2 - PRODUCTS �n r 2.01 PATCHING MATERIALS A Except as otherwise indicated, use same products as used by original InstallerDler patc&g 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. 1. At Testers option, plastic plugs with retainers may be used to patch drilled holes in ductwork and housings. PART 3 - EXECUTION 3.01 TESTING A. Examine installed work and conditions under which testing is to be done to ensure that work 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. Proper thermal overload protection is in place for electrical equipment. 4. Final filters are clean and in place. If required, install temporary media in addition to final filters. 5. Duct systems are clean of debris. Rohrbach Associates PC TESTING, ADJUSTING AND BALANCING FOR HVAC 23 05 93-3 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 6. Correct fan rotation. 7. Volume dampers are in place and open. 8. Access doors are closed and duct end caps are in place. 9. Air outlets are installed and connected. 10. 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. 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, fan speed control levers, 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): 3° 1. Test, adjust and record all blower RPM at design requirements. 2. Make pitot tube transverse of main supply ducts and obtain design%ItAjl atll fanT%d blowers. y=., Z 3. Test and record all system static pressures, suction and discharge. n -G C+ r" 4. Adjust all zones to proper design CFM. •"tn m 5. Test and adjust each diffuser, grille and register within 10% design regi e 6. In reading and tests of diffusers, grilles and registers, include desi!5WIocland( p[l velocity, when required, and design CFM and final CFM after adjustmIr .. 7. In cooperation with the control manufacturer's representative, set-zddjustn- pts of all controllers to operate as specified, indicated and/or noted. 8. • Flow Rate Tolerances: a. Applications which do not require differential pressure control: -10% to +10%. b. Applications which require differential pressure control: 1) Positive zones a) Supply air: 0 to +10% b) Exhaust and return air: 0 to -10% 2) Negative zones a) Supply air: 0 to -10% b) Exhaust and return air: 0 to +10% 14. Coordinate locations of volume dampers with the mechanical contractor as required to balance the entire system. Rohrbach Associates PC TESTING, ADJUSTING AND BALANCING FOR HVAC 2305934 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 J. Where balancer has a question regarding appropriate system configuration for balancing, balancer should contact Design Professional for clarification. END OF SECTION 23 05 93 Rohrbach Associates PC TESTING, ADJUSTING AND BALANCING FOR HVAC 23 05 93-5 N O d C-)� r 61 M rn D cn Rohrbach Associates PC TESTING, ADJUSTING AND BALANCING FOR HVAC 23 05 93-5 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 Rohrbach Associates PC TESTING, ADJUSTING AND BALANCING FOR HVAC 23 05 93-6 0 *C') W z Mn �[ m -o M C:) x - s Rohrbach Associates PC TESTING, ADJUSTING AND BALANCING FOR HVAC 23 05 93-6 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 SECTION 23 09 00 INSTRUMENTATION AND CONTROL 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 00 10 - HVAC General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Contractor shall furnish and install a complete DDC system including all necessary hardware and all operating and applications software necessary to perform the control sequences of operation as called for in this specification. B. The DDC system shall be a complete system designed for use on Intranets and the Internet. This functionality shall extend into the equipment rooms. Primary controllers located in equipment rooms and shall be fully IT compatible devices that mount and communicate directly on the IT infrastructure existing in the facility. Contractor shall be responsible for coordination with the owner's environment without disruption to any of the other activities taking place on that LAN. C. The DDC system work shall result in a complete, fully functional, commissioned DDC system that meets the intent of this specification and the sequences of operation. This work shall include, but not be limited to the provision of all labor, materials, tools, equipment, software, software licenses, software configurations and database entries, interfaces, wiring, tubing, installation, labeling, engineering, calibration, documentation, samples, submittals, testing, verification, training services, permits and licenses, transportation, shipping, handling, adrpi®istration, supervision, management, insurance, temporary protection, cleaning, cuttlpg ansatching, warranties and services. C:) a —� D. The control system shall be installed by competent control mechanics and ele6yicons-ampl v" by DDC Contractor. DDC Contractor is responsible for all work pecqTyedJ'by their gubcontractors. — 1— M rn o E. 'Manage and coordinate the DDC system work in a timely manner in considerajd -of ttte Prol schedules. Coordinate cooperatively with the associated work of other trades 3o as tcxassist the progress and not impede or delay the work of associated trades. F. Provide support and coordination with Testing and Balancing (TAB) and Validation Contractors for all interfaces between controls and TAB/validation scope of work. Provide all devices, such as portable operator terminals for TAB use in completing TAB procedures. G. All interlocking, wiring and installation of control devices associated with the equipment listed below shall be provided under this contract. When the DDC system is fully installed and operational, DDC Contractor and representatives of Owner will review and check out the system. At that time, DDC Contractor shall demonstrate the operation of the system and prove that it complies with the intent of the drawings and specifications. H. All work performed under this section of the specifications will comply with all codes, laws and governing bodies. If the drawings and/or specifications are in conflict with governing codes, Contractor shall submit a proposal with appropriate modifications to the project to meet code restrictions. If this specification and associated drawings exceed governing code requirements, the specification will govern. Contractor shall obtain and pay for all necessary construction permits and licenses. Rohrbach Associates PC INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00-1 Riverfront Crossings Park Phase 3 Project 1.03 WORK BY OTHERS Iowa City Project Number R4185 RAPC Project Number 1613 A. The following incidental work shall be furnished by the designated under the supervision of the DDC Contractor. 1. Sheet Metal Contractor Shall: a. Install all automatic dampers furnished by DDC Contractor. b. Provide necessary blank -off plates (safing) required to install dampers that are smaller than the duct size. C. Assemble multiple section dampers with required interconnecting linkages and extend required number of shafts through duct for external mounting of damper motors. d. Provide access door or other approved means of access through ducts for service to control equipment. e. Install airflow measuring stations. 2. Coordinate with Electrical Contractor: a. The installation of all line voltage power wiring required for the DDC System is the responsibility of the DDC Contractor, however this work shall be performed by a qualified electrical contractor in accordance with the requirements of Division 26 specifications and included in the DDC contractors bid. 3. Coordinate with Telecom Contractor: a. The installation of all building IT network wiring required for the DDC System is the responsibility of the DDC Contractor, however this work shall be performed by a qualified telecom Contractor in accordance with Division 27 specifications and included in the DDC Contractors bid. 1.04 WIRING A. All electric wiring and wiring connections required for the installation of the DDC system, as herein specified, shall be provided by DDC Contractor unless specifically shown o e electrical drawings or called for in the electrical specifications. Line voltage wiring Mich is the responsibility of DDC Contractor includes but is not limited to: power for unlgnount�B contw rs and line voltage control devices, freezestat wiring, line voltage thermostat4$d Vptor seer interlocks as required by sequence of operation. n" 0% B. All network wiring and network ports required for the installation of the DDt: Wter$as IVn specified, shall be provided by DDC Contractor unless specifically shoWDEBn the tel drawings or called for in the telecom specifications. o v C. All control wiring in finished spaces is to be routed concealed in walls or above ceifns unless specifically noted otherwise. Concealed control wiring, where accessible, may be installed without conduit. All concealed control wiring which is not accessible shall be routed in blue conduit. Control wiring in unfinished spaces may be routed exposed but shall be in blue conduit. Wiring in ducts, plenums and other air handling spaces shall be specifically listed for the use. Installation shall comply with all code requirements. D. Wiring shall comply with the requirements of local and national electrical codes. 1.05 QUALIFICATIONS A. All bidders must be DDC Contractors in the business of installing direct digital control building automation systems for a minimum of 3 years. Rohrbach Associates PC INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00-2 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 B. The DDC system shall be provided by a single source manufacturer offering a full line of controls. This system shall be furnished, engineered, and installed by the manufacturers local factory owned branch office or the manufacturers locally authorized representative. DDC Contractor shall have factory trained technicians to provide instruction, routine maintenance, and emergency service within 48 hours upon receipt of request. C. Control system components shall be the manufacturers latest standard of design at the time of bid and in conformance with the following applicable standards for products specified: 1. American Society for Testing and Materials, ASTM. 2. Institute of Electrical and Electronic Engineers, IEEE. 3. National Electrical Manufacturers Association, NEMA. 4. Underwriters Laboratory, UL (UL 916). 5. FCC Regulation, Part 15, Section 156. 6. National Fire Protection Association, NFPA. 7. Local building codes. 1.06 SUBMITTALS A. The following shall be submitted for approval: 1. DDC Contractor shall submit schematic drawings for the entire control system for review and approval before work shall begin. Included in the submittal drawings shall be a one page diagram depicting the system architecture complete with a communications rise. Drawings shall include point-to-point wiring diagrams and must show all temperature controls, start -stop arrangement for each piece of equipment, equipment interlocks, wiring terminal numbers and any special connection information required 9r properly controlling the HVAC equipment. At a minimum, submit the followingo m a. DDC network architecture diagrams including all-_contr%prs o interconnections. v=..r = _r ' b. Schematics, sequences and flow diagrams. C-) — f .-'- :C--- Points schedule for each real point in the DDC, including: taF t trpe, syr s - '= name and display units. rn v 1 11 ii ro i1 Detailed bill of material list for each controller, identifying qugp, part nurlo, -'r- description, and optional features. Cr.e. Control damper schedule including a separate line for each darter and a column for each of the damper attributes, including: code number, fail position, damper type, damper operator, blade type, bearing type, seals, duct size, damper size, mounting, and actuator type. 2. The submittals shall include manufacturers catalog data describing each item of control equipment or component provided and installed for the project. 3. The submittals shall include a specification compliance analysis for review and approval before work shall begin. The compliance document shall address each paragraph of the specification by indicating COMPLY, EXCEED, or EXCEPTION. Do not indicate COMPLY unless the proposed system exactly meets the paragraph requirement. If EXCEED or EXCEPTION is indicated, then provide a clear and concise explanation of the variance from the specifications and the net effect this would have on the specified system performance. 1.07 PROTECTION OF SOFTWARE RIGHTS A. Prior to delivery of software, the Owner and the party providing the software will enter into a software license agreement with provisions for the following: 1. Limiting use of software to equipment provided under these specifications. 2. Limiting copying. Rohrbach Associates PC INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00-3 Riverfront Crossings Park Phase 3 Project 3. Preserving confidentiality. 4. Prohibiting transfer to a third party. 1.08 PRE-PROGRAMMNG DESIGN REVIEW MEETING Iowa City Project Number R4185 RAPC Project Number 1613 A. Prior to starting programming, a design review meeting shall be scheduled with the Design Professional. The agenda of this meeting will be to discuss the design intent, review all systems requiring control, and answer any questions the Temperature Controls Contractor may have. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with requirements, acceptable manufacturers are as follows: 1. Johnson Controls, Inc. — Cedar Rapids Branch Office 2. Andover Controls Corp. — Control Installations of Iowa B. All control equipment shall be the product of one manufacturer. 2.02 SYSTEM ARCHITECTURE A. The complete electronic DDC system shall be comprised of the following levels of control devices. 1. System Workstation includes the hardware and software necessary for an operator to interface with the control system. 2. Network Controller(s) are used for high level global programming functions and system networking. 3. Local Controllers are for control of large primary HVAC systems such as air handling systems, heating hot water systems and chilled water systems. 4. Zone Controllers are dedicated for specific equipment such as VAV bo)W, fan coils, and heat pump controls. M 5. Network thermostats dedicated to specific equipment such as(gU bggs, fails, or heat pumps, etc. *+ s �ti 6. Field devices include but are not limited to electronic serffLt v1es, ators, switches, relays, and transducers.�n o+ :<r" v M 2.03 OPERATOR INTERFACE or" = e++� _ V A. General: The DDC operator interface shall be user friendly, readily un stop j and shall make maximum use of colors, graphics, icons, embedded images, animation, text baffled information and data visualization techniques to enhance and simplify the use and understanding of the DDC system by authorized users at the OI. 1. User access to the DDC system shall be protected by a flexible and Owner redefinable software -based password access protection. Password protection shall be multi-level and partitionable to accommodate the varied access requirements of the different user groups. Provide the means to define unique access privileges for each individual authorized user. Also provide the means to establish general password groups to which an individual will then be assigned. Once assigned to the group each individual will assume all the capabilities and restrictions of that group. Provide the means to on-line manage password access control under the control of a master password. 2. The operator interface shall be able to combine data from any and all of the system components in a single browser window. This shall include historical data stored on a server. Rohrbach Associates PC INSTRUMENTATION AND CONTROL FOR HVAC 2309004 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 3. The operator interface shall incorporate comprehensive support for functions including, but not necessarily limited to, the following: a. User access for selective information retrieval and control command execution b. Monitoring and reporting C. Alarm, non -normal, and return to normal condition annunciation d. Selective operator override and other control actions e. Information archiving, manipulation, formatting, display and reporting f. DDC internal performance supervision and diagnostics g. On-line access to user HELP menus h. On-line access to current DDC as -built records and documentation i. Means for the controlled re -programming, re -configuration of DDC operation and for the manipulation of DDC database information in compliance with the prevailing codes, approvals and regulations for individual DDC applications. 4. Provide DDC reports and displays making maximized use of simple English language descriptions and readily understood acronyms, abbreviations and the like to assist user understanding and interpretation. All text naming conventions shall be consistent in their use and application throughout the DDC. B. Web Interface 1. The system shall be capable of supporting clients using a standard web browser such as Internet ExplorerTM. Systems requiring additional software (to enable a standard Web browser) are not acceptable. 2. The web browser shall provide the same view of the system, in terms of graphics, schedules, calendars, logs, etc., and provide the same interface methodology as is provided by the graphical user interface. Systems that require different views or that require different means of interacting with objects such as schedules, or logs, shall not be permitted. 3. The web browser client shall support at a minimum, the following functions: a. User logon identification and password shall be required. Security asing Java authentication and encryption techniques to prevent unau#Wized Faess shall be implemented. o b. Graphical screens developed for the operator interface beMhe s screens used for the web browser client. Any animate phval obiee4s `i supported by the OI shall be supported by the web browser ince. a' 1 C. HTML programming shall not be required to display system gr s oVata91 web page. HTML editing of the web page shall be allowed iowsERWdesirlo M specific look or format. -- d. Real-time values displayed on a web page shall update au7ematica* without requiring a manual 'refresh" of the web page. Cn e. Users shall have administrator -defined access privileges. "f. The system shall provide the capability to specify a users home page. Provide the ability to limit a specific user to just their defined home page. From the home page links to other views, or pages in the system, shall be possible if allowed by the system administrator. g. Graphic screens on the web browser client shall support hypertext links to other locations on the Internet or on Intranet sites, by specifying the Uniform Resource Locator (URL) for the desired link. C. Alarms: Alarms shall be routed directly from network controllers to PCs and servers. It shall be possible for specific alarms from specific points to be routed to specific PCs and servers. The alarm management portion of the OI software shall, at the minimum, provide the following functions: 1. Log date and time of alarm occurrence. 2. Generate a "pop-up" window, with audible alarm, informing a user that an alarm has been received. Rohrbach Associates PC INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00-5 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 3. Allow a user, with the appropriate security level, to acknowledge, temporarily silence, or discard an alarm. 4. Provide an audit trail on hard drive for alarms by recording user acknowledgment, deletion, or disabling of an alarm. The audit trail shall include the name of the user, the alarm, the action taken on the alarm, and a time/date stamp. 5. Provide the ability to direct alarms to an e-mail address or alpha -numeric pager. This must be provided in addition to the pop up window described above. Systems which use e-mail and pagers as the exclusive means of annunciating alarms are not acceptable. 6. Any attribute of any object in the system may be designated to report an alarm. 7. The DDC shall annunciate diagnostic alarms, at a minimum, indicating system failures and non -normal operating conditions D. Reports: Reports shall be generated and directed to one or more of the following: Operator interface displays, printers, or archive at the user's option. As a minimum, the system shall provide the following reports: 1. All points in the DDC system. 2. All points in each DDC application. 3. All points currently in alarm in a DDC application. 4. All points locked out in a DDC application. 5. All DDC schedules. 6. All user defined and adjustable variables, schedules, interlocks, etc. 7. DDC diagnostic and system status reports. E. Dynamic Color Graphics: The system shall allow for the creation of user defined, color graphic displays for the viewing of HVAC and electrical systems, or building schematics. These graphics shall contain point information from the database including any attributes associated with the point (engineering units, etc.). In addition operators shall be able to command equipment or change setpoints from a graphic through the use of the mouse. Requirements of the color graphic subsystem include: 1. An unlimited number of graphic displays shall be able to be generated and executed. 2. Graphics shall be based on Scalar Vector Graphic (SVG) technology. r.a 3. Values of real time attributes displayed on the graphics shall be dynamic anc@pdated on. the displays. o 4. The graphic displays shall be able to display and provide animatior4�w d real - DDC data that is acquired, derived, or entered. n..< �- 5. The user shall be able to change values (setpoints) and statesirgterfontrb equipment directly from the graphic display. :Zr t -o ?W 6. Provide a graphic editing tool that allows for the creation and editinqAraoRc file shall be possible to edit the graphics directly while they are on Iin*:RF at—An off e location for later downloading to the controller. D t 7. DDC system shall be provided with a complete user expandable symffol library containing all of the basic symbols used to represent components of a typical DDC system. Implementing these symbols in a graphic shall involve dragging and dropping them from the library to the graphic. 8. The following list of graphics, at a minimum, shall be provided: a. Floor plans showing room numbers and temperature sensor locations are to be provided that will alarm when a room is off their respective zone temperature and set point. The floor plans shall also be linked to a screen to show the equipment serving that particular room/zone. b. Provide a graphic screen for each type of equipment connected to the DDC system. At a minimum, the following shall be visible from the Ol: 1) Unit Heaters - zone temperature, set -point, heating, alarm 2) Exhaust Fans — damper position, fan on/off status Rohrbach Associates PC INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00-6 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 F. Schedules: It shall be possible to configure and download from the operator interface schedules for any of the controllers on the network. 1. The system shall provide multiple schedule input forms for automatic DDC time -of -day scheduling and override scheduling of DDC operations. At a minimum, the following spreadsheet types shall be accommodated: a. Weekly schedules. b. Temporary override schedules. C. Special "Only active if today is a holiday" schedules. d. Monthly schedules. 2. Schedules shall be provided for each system or sub -system in the DDC system. Each schedule shall include all command able points residing within the system. Each point may have a unique schedule of operation relative to the system use schedule, allowing for sequential starting and control of equipment within the system. Scheduling and rescheduling of points shall be accomplished easily via the system schedule spreadsheets. 3. Monthly calendars for a 12 -month period shall be provided that allow for simplified scheduling of holidays and special days in advance. Holidays and special days shall be user -selected with the pointing device or keyboard, and shall automatically reschedule equipment operation as previously defined on the weekly schedules. G. Historical trending and data collection: Trend and store point history data for all DDC points and values as selected by the user. The trend data shall be stored in a manner that allows custom queries and reports using industry -standard software tools. At a minimum, provide the capability to perform statistical functions on the historical database: 0 m 1. Average. 2. Arithmetic mean. D� a 3. Maximum/minimum values.�- 4. Range — difference between minimum and maximum values. �� rn 5. Standard deviation. 4 o Fri 6, Sum of all values. 0 7:' Variance. cn 2.04 NETWORK CONTROLLERS E A. d neral: The network controller shall be a microprocessor based, multi -tasking real time system controller that provides advanced system programming, uplink and downlink communications, polling and other supervisory functions for zone and local controllers. B. Each network controller shall be classified as a BACnet compatible device, supporting the BACnet Building Controller (B -BC) profile. Controllers that support a lesser profile such as B-AAC are not acceptable. NRCs shall be tested and certified by the BACnet Testing Laboratory (BTL) as Advanced Application Controllers (B -BC). C. Hardware Specifications 1. Operating Environment: The controller shall be capable of operating in an environment of 32 to 122 deg F and 10 to 90% relative humidity non -condensing. 2. Memory: Both the operating system of the controller, plus the application program for the controller, shall be stored in non-volatile, FLASH memory. Controllers shall contain enough memory for the current application, plus required history logging, plus a minimum of 20% additional free memory. 3. Communication Ports: Each network controller shall provide communication to both the Workstation(s) and the field buses. An on -board Ethernet port shall be provided. Rohrbach Associates PC INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00-7 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 4. Stand -Alone: The controller shall be a true no -host system that does not require a PC or "Host" computer to perform any control functions or communications. 5. Modular Expandability: The system shall employ a modular UO design to allow easy expansion. Input and output capacity is to be provided through plug-in modules of various. It shall be possible to combine 1/0 modules as desired to meet the 1/0 requirements for individual control applications. 6. Real Time Clock (RTC): Each network controller shall include a battery -backed, real time clock, accurate to 10 seconds per day. The RTC shall provide the following: time of day, day, month, year, and day of week. The system shall automatically correct for daylight savings time and leap years. 7. Power Supply: The power supply for the network controller shall be auto sensing, 120- 220VAC, 60 Hz power, with a tolerance of +/- 20%. Line voltage below the operating range of the system shall be considered outages. The controller shall contain over voltage surge protection, and require no additional AC power signal conditioning. a. Automatic Restart After Power Failure: Upon restoration of power after an outage, the network controller shall automatically and without human intervention: update all monitored functions; resume operation based on current, synchronized time and status, and implement special start-up strategies as required. b. Battery backup: The network controller shall include an on -board battery to back up the controller's RAM memory. The battery shall have a shelf life of over 5 years, and provide accumulated backup of all RAM and clock functions for at least 3 years. In the case of a power failure, the network controller shall first try to restart from the RAM memory. If that memory is corrupted or unusable, then the network controller shall restart itself from its application program stored in its FLASH memory. 8. Field communication ports shall be individually electrically isolated to protect against transients, spikes, and power surges. The ports shall be optically isolated from each other, the controller circuit board and from power wiring. Optical isolation shall be provided either as an integral component to the controller or provided as a separate interface device between the controller and field wiring. 9. Upgrades: Include all future controller firmware at no additional cost to the sy*t m owner for a 3 year period after system acceptance. 10. Failure of any system controller shall be audibly and visually annurilaoted or°a sysl� workstation. �n a D. Network Controller Software -Cr -o `" 1. General: The network controller shall contain FLASH memory to storey thatesid�rR� operating system and the application software. There will be no rest qns placed �}( the type of application programs in the system. Each network controlle all b*capable of parallel processing, executing all control programs simultaneously. Any program may affect the operation of any other program. Each program shall have the full access of all 1/0 facilities of the processor. This execution of control function shall not be interrupted due to normal user communications including interrogation, program entry, printout of the program for storage, etc. 2. User Programming Language: The application software shall be user programmable. This includes all strategies, sequences of operation, control algorithms, parameters, and setpoints. The source program shall be English language -based and programmable by the user. The language shall be structured to allow for the easy configuration of control programs, schedules, alarms, reports, telecommunications, local displays, mathematical calculations, passwords, and histories. The language shall be self -documenting. Users shall be able to place comments anywhere in the body of a program. Program listings shall be configurable by the user in logical groupings. Controllers that use a "canned" program method will not be accepted. Rohrbach Associates PC INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00-8 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 3. Programming Functions: The software blocks shall provide all the necessary mathematics, logic, utility, and control functions necessary for proper sequence of control. These functions shall be contained in the network controller operating system to be available in any combination for field programming the unit through RAM memory. a. Proportional, Integral plus Derivative Control (PID) b. Self tuning PID C. Two position control d. Digital filter e. Ratio calculator f. Equipment cycling protection 4. Energy Management Applications: As a minimum, the network controller shall have the ability to, but not be limited to, perform energy management strategies such as: a. Time or event based scheduling b. Calendar/holiday based scheduling C. Temporary schedule overrides d. Adaptive optimum start/stop e. Run time totalization f. Alarm detection and dial out g. Night setback h. Historical trending 5. Passwords: The access software shall provide at least 5 levels of passwords. Each level shall be user definable. 6. Help Menu: On-line location sensitive help shall be provided for each menu item, describing the consequences of making the highlighted menu selection. 7. Login: A user definable login message shall be displayed every time the workstation is connected to a system controller. 8. Alarms: The network controller shall be capable of comparing analoeand digital readings to predetermined high and low limits and annunciate each tyre a vMBe ente or returns from an alar condition. Unique high and low limits shall ii$_p `nit�d for h analog point in the network. The network shall be capable of suppre's§sActed reporting when the primary equipment from which the alar poir$3s as®d is the inactive state. The alarm features of the system controller software as a mini, provide the following: M -y°z a. Digital, analog, and hi/lo settings and deadband o _ b. Sliding alarm limits �= C. Conditional alarming d. Alarm inhibiting through feedback loop e. Fluttering alarm suppression f. Separate tailored alarm messages of 70 characters each g. Auto dial of any alarm condition to a minimum of 25 telephone numbers -g. On -Line Testing: The network shall have the capability to allow the operator to design, test, and implement desired control strategies on-line. 10. Communication Diagnostics: The network controller software shall be capable of self - diagnosing failure automatically without necessary query by the operator. In the event of communications failure or limited power failure, the network shall be capable of both notifying a local operator of the specific occurrence, as well as communicating to a remote operator, either by the intemet or auto dialing the condition. In addition to automatic self -diagnostics, each network controller shall maintain communications statistics on zone and local controller communications. These statistics shall tabulate total communications attempted versus successful and unsuccessful communications by unit number. An option shall exist to reset communications statistics to zero (0) at any time. Rohrbach Associates PC INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00-9 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 11. Trending: Each network controller shall have the capability to simultaneously trend a minimum of 60 combined analog and digital points. Adjustable sampling intervals for each trend from 60 seconds to 10 days shall be possible. Each trend shall be capable of being automatically started or stopped, based on time of day, externally sensed points, alarms, or a calculated value. Upload of trend data to the system workstation shall be automatically performed at any time during the sampling period. The uploaded trend data shall be fully compatible with Microsoft Excel. 2.05 LOCAL CONTROLLERS A. General: Each HVAC local controller shall be a stand-alone DDC controller. The local controllers shall be a local control loop microprocessor -based controller installed at each HVAC system; i.e., air handling unit, heating boiler. Each controller shall be fully programmable, contain its own control programs and will continue to operate in the event of a failure or communication loss to its associated network controller. Both the operating system of the controller, plus the application program for the controller, shall be stored in non-volatile, FLASH memory. Controllers shall contain enough memory for the current application, plus required history logging, plus a minimum of 20% additional free memory. All controllers with volatile memory shall have a battery for 72 hour database backup. Each controller shall be addressable by a workstation or a portable service tool. B. Each local controller provided must be a BACnet device, supporting the BACnet Application Specific Controller (B -ASC) profile. Controllers that support a lesser profile such as B -SA are not acceptable. Local controllers shall be tested and certified by the BACnet Testing Laboratory (BTL) as Advanced Application Specific Controllers (B -ASC). C. Hardware Specifications 1. Scan: Controller shall continuously scan and maintain the most recent data in RAM for retrieval by a remote workstation and by the local controller software programs. 2. Isolation: Control, communication, and power circuits for each controller shall be individually electrically isolated to protect against transients, spikes, and power surges. 3. Database: All field control databases shall be entered, changed or downla�led to the, local controllers via a portable service tool or system workstation. 'o m 4. Auto -Calibration: All inputs shall feature an auto -calibrate function tgebmirWe seMn errors. D_t z 5. InputtOutput Modules: Provide the following input/output capabilities:—n-< — r a. Universal inputs which can accept industry standard analog si (4p� 0 M� n � VDC, etc.) and binary contact closures. M -0 I b. Digital outputs maybe latched or momentary contact type. SRO = 0 C. Analog outputs shall have a 1 %resolution over total output si of 10(�%. 6. Expandability: For larger controller (16 base inputs and up), provide inputgnd output expansion through the use of plug-in modules. At least two 1/0 modules must be capable of being added to the base local controller. 7. Automatic Restart After Power Failure: Upon restoration of power after an outage, the controller shall automatically and without human intervention: update all monitored functions; resume operation based on current, synchronized time and status, and implement special start-up strategies as required. 8. Real Time Clock (RTC): All local controllers shall have a real time clock in either hardware or software. The accuracy shall be within 10 seconds per day. The RTC shall provide the following information: time of day, day, month, year, and day of week. Each local controller shall receive a signal, every hour, over the network from the NRC, which synchronizes all local controllers' real time clocks. Rohrbach Associates PC INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00-10 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 D. Local Controller Software: Provide complete controller software to execute all HVAC system local loop controls functions. 1. Control Parameters: The software blocks in the local controller shall produce all of the necessary reverse acting and/or direct acting PI signals as required by the control sequence. The proportional and integral values which make up the PI output value shall be readable and modifiable, at the system workstation or the portable service tool to facilitate tuning of control loops. 2. Networking: Each input, output, or calculation result shall be capable of being assigned to the system controller for system networking. The local controller shall also provide the ability to download and upload configuration data, both locally at the controller and via the DDC communications network. 3. Programming Functions: Provide the following standard DDC loop programming functions: a. Control block programming b. PI or PID control C. Serial load staging d. Binary load staging e. Analog load staging f. Master-submaster routines g. Anti -windup for integrated loops 2.06 ZONE CONTROLLERS A. General: Each HVAC zone controller shall be a stand-alone DDC controller. The controller shall - include all hardware and software required for communications with the system controller. Unless noted otherwise, an individual zone controller shall be dedicated for each Une terminal device. m oA a B. Each local controller provided must be a BACnet device, supporting th�PBACAd d Application Specific Controller (B -ASC) profile. Controllers that support a lesj�r of&uch s B- SA are not acceptable. Local controllers shall be tested and certified by:qACnet T g Laboratory (BTL) as Advanced Application Specific Controllers (B -ASC). rte -0 o �} C. Programs: The control program shall reside in the zone controller. The apploton prtjgram shall bA maintained in ROM. The default database, ie. setpoints and configuration info tion, shall be stored in EEPROM. Controllers requiring local setting of potentiometers or dip switches are not acceptable. D. Stand -Alone: Controllers requiring the application or database to be downloaded from a host or share processing with a "master controller' shall not be acceptable. After a power failure the zone controller must run the control application using the current setpoints and configuration. E. Communications: Communication to the system controller shall be 1200 -baud asynchronous. Input/Output: Each controller shall have a minimum of 8 inputs. Each input shall be usable as a discrete or 0-5 volt analog or digital input. Inputs shall be individually electrically isolated from other inputs, outputs, communications, and power. All inputs shall feature an auto -calibrate function to eliminate sensing errors. G. Each controller shall have a minimum of six digital outputs. Outputs shall be individually electrically isolated from the other outputs, inputs, communications and power. Controller shall be available with a minimum of two (2) analog outputs. H. Connections: All electrical connections shall be made to the combination terminal strip and base assembly. To insure long term reliability, all electrical terminations shall be screw type. Rohrbach Associates PC INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00-11 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 The logic card, containing all active electrical components, shall be easily installable and removable from the wiring base, without the use of tools or the removal of any electrical wiring. Products that require disconnection of wiring from logic card before removal will be required to supply and install a quick disconnect type inter -connection. 2.07 FIELD DEVICES A. Temperature Sensors: All temperature devices shall use precision thermistors accurate to +/- 1 degree F over a range of —30 to 230 degrees F. Space temperature sensors shall be accurate to +/- 1 degree F over a range of 40 to 100 degrees F. 1. Standard space sensors shall be available in an off white enclosure for mounting on a standard electrical box. Space sensor shall have a portable service tool jack. a. The sensor housing shall feature both a mechanism for adjusting the space temperature setpoint, as well as a push button for selecting after hours operation. B. Current Sensors: Current status switches shall be used to monitor fans, pumps, motors and electrical loads. Current switches shall be available in solid and split core models, and offer either a digital or an analog signal to the automation system. C. Measurement of three phase power shall be accomplished with a kW/kWH transducer. This device shall utilize direct current transformer inputs to calculate the instantaneous value (kW) and a pulsed output proportional to the energy usage (kWH). D. Damper Actuators: Damper actuators shall be electronic, and shall be direct coupled over the shaft, without the need for connecting linkage. 1. The actuator shall have electronic overload circuitry to prevent damage. For power- failure/safety applications, an internal mechanical, spring return mechanism shall be built into the actuator housing. 2. Actuators shall be available with spring return to the normal position when required. 3 Actuators shall have a position indicator for external indication of damq�, position. 4. Actuators shall have manual override capability without disconnecting �nper linkage. CD PART 3 - EXECUTION D01 3.01 PROJECT MANAGEMENT C) � ::ICI rn A. Provide a project manager who shall, as a part of his duties, be re spo blear th®owing activities: �5K q � 1. Coordination between Contractor and all other trades, Owner, local autRorities and the design team. 2. Scheduling of manpower, material delivery, equipment installation and checkout. 3. Maintenance of construction records such as project scheduling and manpower planning for project coordination and as -built drawings. 3.02 INSTALLATION METHODS A. Install systems and materials in accordance with manufacturer's instructions, rough -in drawings and equipment details. Install electrical components and use electrical products complying with requirements of applicable Division -26 sections of these specifications. B. The term 'control wiring" is defined to include providing of wire, conduit, and miscellaneous materials as required for mounting and connecting electric or electronic control devices. Rohrbach Associates PC INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00-12 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 C. Number -code or color -code conductors, excluding those used for individual zone controls, appropriately for future identification and servicing of control system. D. All line voltage power wiring required because of substitution of equipment specified in this section, shall be provided by this section. 3.03 SYSTEM ACCEPTANCE A. General: The system installation shall be complete and tested for proper operation prior to acceptance testing for the Owner's authorized representative. A letter shall be submitted to the Design Professional requesting system acceptance. This letter shall certify all controls are installed and the software programs have been completely exercised for proper equipment operation. Acceptance testing will commence at a mutually agreeable time within ten (10) calendar days of request. When the field test procedures have been demonstrated to the Owner's representative, the system will be accepted. The warranty period will start at this time. B. Field Equipment Test Procedures: DDC control panels shall be demonstrated via a functional end to end test such that: 1. All output channels shall be commanded (on/off, stop/start, adjust, etc.) and their operation verified. 2. All analog input channels shall be verified for proper operation. 3. All digital input channels shall be verified by changing the state of the field device and observing the appropriate change of displayed value. 4. If a point should fail testing, perform necessary repair action and retest failed point and all interlocked points. 5. Automatic control operation shall be verified by introducing an error into the system and observing the proper corrective system response. o 6. Selected time and setpoint schedules shall be verified by changiZg the aehedulgWd observing the correct response on the controlled outputs. mac') a C. As -Built Documentation: After a successful acceptance demonstration, Co_ or all sFbbmit as -built drawings of the completed project for final approval. After receivingRpproval, sr" "3" complete 11 x 17 as -built drawing sets to the Owner. As -built sets ---p tirted�sing 17olution laser printer may be provided on 8-1/2" x 11" drawings. o D. Operation and Maintenance Manuals: Submit three copies of operation and nicAtenance manuals. Include the following: 1. Manufacturer's catalog data and specifications on sensors, transmitters, controllers, control valves, damper actuators, gauges, indicators, terminals, and any miscellaneous components used in the system. 2. An operator's manual which will include detailed instructions for all operations of the system. 3. An operator's reference table listing the addresses of all connected input points and output points. Settings shall be shown where applicable. 4. A programmer's manual which will include all information necessary to perform programming functions. 5. A language manual which will include a detailed description of the language used and all routines used by the system. 6. Flow charts of the overall system configuration. 7. Complete program listing file and parameter listing file for all programs. 8. A copy of the warranty. 9. Operating and maintenance cautions and instructions. 10. Recommended spare parts list. Rohrbach Associates PC INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00-13 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 E. As -built drawings and sequence of operation to be provided on back of door at each control panel for field reference. Upon completion of project, DDC Contractor shall adjust and validate all thermostats, controllers, valves, damper operators, relays, instruments and devices provided under this section in conjunction and coordinated with Section 23 0593 - Testing, Adjusting and Balancing for HVAC. 3.04 TRAINING A. Contractor shall provide to the Design Professional a training class outline prior to any scheduled training. B. Training sessions shall be provided for the Owner's personnel by factory trained control engineers and technicians. Refer to Section 23 0010 - HVAC General Provisions for minimum times. C. The course shall include instruction on specific systems and instructions for operating the installed system to include as a minimum: 1. HVAC System overview. 2. Operation of Control System. 3. Function of each Component. 4. System Operating Procedures. 5. Programming Procedures. 6. Maintenance Procedures. 3.05 WARRANTY A. Warranty: The control system shall be warranted to be free from defects in both material and workmanship for a period of one (1) year of normal use and service, with the exception of control valves with a five (5) year warranty. This warranty shall become effective the date the owner accepts the system. END OF SECTION 23 09 00 N =' m -v rn :<m s a Ly r Rohrbach Associates PC INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00-14 Riverfront Crossings Park Phase 3 Project SECTION 23 31 13 METAL DUCTS PART1- GENERAL 1.01 RELATED WORK Iowa City Project Number R4185 RAPC Project Number 1613 A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 23 00 10 - 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 ductwork as required by the drawings and this section. B. Low velocity ductwork shall apply to the following: 1. Exhaust: Upstream of terminal units. 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 spaceV.g., ceiling plenums).— o c� C. Untempered Space: an area inside the building which is not conditioned §DcPs ra temmd (e.g., attic spaces). C-)-< -- r-- �� m D. Exterior: An area outside the building (e.g., roof mounted items). C rn -o M 1.04 QUALITY ASSURANCE � � Q ut A. Duct and plenum construction, metal gauges, reinforcing, methods of supporting and (i-anging and other sheet metal work as called for shall be in accordance with the following standards: "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 ipdicated 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. Rohrbach Associates PC METAL DUCTS 2331 13-1 Riverfront Crossings Park Phase 3 Project 1.05 SUBMITTALS A. Shop Drawings: Iowa City Project Number R4185 RAPC Project Number 1613 1. Submit 1/4 scale shop fabrication shop drawings. a. Shop drawings shall include locations of all control devices, including dampers, airflow measuring stations, sensors, etc. Coordinate locations with the BAS Contractor prior to submitting shop drawings. Shop drawings shall include the BAS Contractor's submittal review stamp prior to submitting to the Design Professional for review. 2. Submit shop drawings of elbows and fittings showing static pressure loss charted for air quantities involved in each. B. Two copies of duct leak testing results. C. Product Data: Submit manufacturer's specifications and installation instructions for each type of mechanical insulation. Submit schedule showing manufacturer's product number, thickness, and furnished accessories for each mechanical system requiring insulation. Submit product data for each accessory/component for ducts/fittings including, but not limited to turning vanes, tie rods, sealants and balancing dampers. D. Maintenance Data: Submit maintenance data and replacement material lists for each type of mechanical insulation. Include this data in maintenance manual. 1.06 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 1.07 DELIVERY, STORAGE, AND HANDLING 99 A. 0 Protect shop -fabricated ductwork, accessories and purchased products frZ9"_ anSAe dur r shipping, storage and handling. 'Po--+ 2MC7)-< -� �, r 1. Stored materials subject to rejection due to damage. M B. Deliver insulation, coverings, cements, adhesives, and coatings to site tmontaiwrs Ca manufacturer's stamp or label, affixed showing fire hazard ratings of products. * C M 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 sheet metal work shall be constructed of prime quality re -squared tight coat galvanized steel, except where other type material is specified. Manufacturer's name and U.S. gauge number shall appear on each sheet. B. Duct Lining Materials 1. Certain -Teed 2. Owens Coming Fiberglass 3. Johns -Manville Rohrbach Associates PC METAL DUCTS 2331 13-2 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 4. PPG 5. Knauf 6. Armacell 2.02 LOW VELOCITY DUCTWORK A. General: Provide factory -fabricated or shop fabricated duct and fittings B. Materials: 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: 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. 2.03 DUCT SEALING —LOW VELOCITY Q1 A. All joints in low velocity duct work shall be sealed with Foster 32-14 or Ducoft Peal. ly and install joint sealer per manufacturer's recommendations. In general,Z tamale of coupling and/or interior of female fitting. After connection, brush sealant ov�'Pt* asaembl int a screws with a 2" to 3" wide band. Sealant shall be allowed to set for 4HQrs Rfore, ,,� air y pftssure is put on system. All tie bars, bolts and rivets shall be sealed withYti6pecded s@�If nt. f r Sealant a;5 manufactured by Minnesota Mining No. 800 or United Sheet MetaM. ill bacon ie ed r m cn frci Duct Sekdling Requirements: SMACNA Seal Class A. o $ DIiCT Lib1ER A. Lining maiterials 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. Rohrbach Associates PC METAL DUCTS 2331 13-3 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 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. 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 connections and the first branch elbows after nested splits. 2. Locate hangers of duct penetrating walls or partitions as though the walls will contribute no support to the duct. 3. Install hangers in pairs on exact opposite sides of duct. 4. Maintain hanger spacing intervals less than, equal to, but not greater than the specified maximums. 5. 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 kggth. 0 D. Locate duct hangers approximately: o c'o El 1. 2 to 24 inches from flexible connections of fans. D =a z 2. 2 to 24 inches from the outlets or flexible connects of VAV control un tor mixWg boM Vo = v 3. 12 to 36 inches from the main duct to the first hanger of long branch �. -- 3>1 .9r, 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. Rohrbach Associates PC METAL DUCTS 2331 13-4 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 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: Ducts with areas up to 4 square feet may have their hangers spaced up to 8 feet apart. 2. Ducts with areas 4.1 to 10 square feet may have their hangers spaced not more than 6 feet apart. 3. Ducts with areas over 10 square feet may have their hangers located up to 4 feet apart. F. Provide and install locking manual volume dampers in all duct systems as required for controlling air volumes to trunk ducts, branch ducts, outlets and inlets. Provide and install additional volume 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. I. 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: 1. Provide in ductwork to accommodate access doors, temperature co�� orgonen�d fire dampers. �-4 a+ 2. Provide Pitot tube openings for testing of systems, complete with mplect�;�aprtvith device or screw to ensure against air leakage. Qx 3. Where openings are provided in insulated ductwork, install insulat"- matmisls inside metal collar. c� L. Locate ducts with sufficient space around equipment to allow normal operating and maintenance activities. M. Connections: 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. Rohrbach Associates PC METAL DUCTS 2331 13-5 Riverfront Crossings Park Phase 3 Project 3.02 DUCT LINER APPLICATION Iowa City Project Number R4185 RAPC Project Number 1613 A. Apply duct liner with coated or surface designed to be exposed facing the air stream and adhered with 100% coverage of fire retardant adhesive. When width exceeds 12" or height exceeds 24", additionally secure liner with mechanical fasteners spaced 12" maximum centers. Fasteners shall start within 3" of leading edge of traverse joints. Coat all exposed joints and edges of traverse joints with a fire retardant adhesive. B. Duct sizes shown on drawings are net inside dimensions and sheet metal size shall be increased to allow for duct lining. 3.03 ADJUSTING AND CLEANING A. Cleaning: 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: 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 31 13 Rohrbach Associates PC METAL DUCTS 2331 13-6 N O OC OD L C-)-< �, r �� =<m -v rn � O� 3 v D Jr en Rohrbach Associates PC METAL DUCTS 2331 13-6 Riverfront Crossings Park Phase 3 Project SECTION 23 33 00 AIR DUCT ACCESSORIES PART1- GENERAL 1.01 RELATED WORK Iowa City Project Number R4185 RAPC Project Number 1613 A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 23 00 10 - 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: Volume Dampers/Regulators Flexible Ducts 1.03 QUALITY ASSURANCE N A. SMACNA Compliance: Comply with applicable portions of Sheet Metal and Air taditioning Contractor's National Association (SMACNA) "Fire Damper and Heat Stop GuidW' ZE y B. Industry Standards: Comply with American Society of Heating, Refrigerating agl-ConditionQitj Engineers, Inc. (ASHRAE) recommendations pertaining to construction of d�@,acL ssonM except as otherwise indicated. �i -v rn -2c 0 C. UL Compliance: Construct, test, and label fire dampers in accordance 4And0writers Laboratories (UL) Standard 555 "Fire Dampers and Ceiling Dampers". D C 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 C. Thermaflex Rohrbach Associates PC AIR DUCT ACCESSORIES 23 33 00-1 Riverfront Crossings Park Phase 3 Project Valuflex 2.02 MISCELLANEOUS A. PI C. M E. Iowa City Project Number R4185 RAPC Project Number 1613 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. 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. 2. Inaccessible areas: Provide concealed manual volume damper regulators with cover plate and gear assembly - Young Regulator Co. Model 315 or equal by Elgin. Air Turns: Elgin "Air-Tite" or equal shop fabricated. Flexible Duct Connection: 30 ounce woven glass fiber, double neoprene coated, fire retardant, waterproof and air tight, suitable for temperatures to 250 deg. F, UL approved. Ventfabric, Inca "Ventglass". Access Panels: Shall be of same material as ducts in which they are installed, fabricated of two thicknesses of not less than 24 gauge, with 1" thick rigid glass fiber filler. Provide sheet metal frame, air tight gasket and two Young Regulator Company No. 1330 latches, or equal by Elgin. 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. 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. o o m C. Where flexible duct is allowed, it shall be connected to metal ducts, termir%Sits§Wd difltfrs with Panduit, Tylon or equal tool installed nylon clamps. �--I z D. Maximum length of flexible duct connections from metal duct to termi�nits,and ,rjes, registers and diffusers shall be not greater than 72". All duct turns greater 451eg. ��� be rigid elbows. r1 _ Q E. Wherever ductwork is routed exposed, flexible ductwork is not acceptable. All exp&d ductwork to be rigid. PART 3 - EXECUTION 3.01 INSPECTION A. Examine areas and conditions under which duct accessories will be installed. Do not proceed with work until unsatisfactory conditions have been corrected. Rohrbach Associates PC AIR DUCT ACCESSORIES 23 33 00-2 Riverfront Crossings Park Phase 3 Project 3.02 INSTALLATION Iowa City Project Number R4185 RAPC Project Number 1613 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. Install access panels for inspection and servicing of all duct mounted equipment. C. Install access doors to open against system air pressure, with latches operable from either side, except outside only where duct is too small for person to enter. D. Coordinate with other work, including ductwork, as necessary to interface installation of duct accessories properly with other work. E. Field Quality Control: Operate installed duct accessories to demonstrate compliance with requirements. Test for air leakage while system is operating. Repair or replace faulty accessories, as required to obtain proper operation and leakproof performance. Rohrbach Associates PC AIR DUCT ACCESSORIES 23 33 00-3 N O O n m C- �n r'M r'n �1 : r.. Rohrbach Associates PC AIR DUCT ACCESSORIES 23 33 00-3 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 Rohrbach Associates PC AIR DUCT ACCESSORIES 23 33 00-4 N b aD L -�cr rn 70 v . Rohrbach Associates PC AIR DUCT ACCESSORIES 23 33 00-4 Riverfront Crossings Park Phase 3 Project SECTION 23 34 23 HVAC POWER VENTILATORS PART1- GENERAL 1.01 RELATED WORK Iowa City Project Number R4185 RAPC Project Number 1613 A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 23 00 10 - 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 power ventilators as required by the drawings and this section. B. Fan ratings and characteristics shall be as scheduled on the drawings. 1.03 QUALITY ASSURANCE A. AMCA Compliance: Fans shall be tested and rated in accordance with AMCA Standard 210 and the Certified Rating Program and shall have the AMCA Certified Rating Seal. 1.04 SUBMITTALS A. Submittal data shall include physical dimensions, fabrication details, materials, ratings, fan curves, sound ratings, motor size and electrical characteristics and required brake horsepower for specified operating conditions. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Acceptable Manufacturers r� 1 ACME 2- Carnes �- 3_- Greenheck ` 4!c PennBarry �f 5=- Loren Cook Company 6:- Twin City Fan & Blower F.- Soler & Palau B. All similar products shall be of the same manufacturer. Z5. *n 3> —1 C-)� �c �r— m o= �7Z q 2.02 Fans shall be complete factory assembled units and shall include housings, non -overloading fan wheels, adjustable speed V -belt drives, air stream cooled motors and vibration isolators. 2.03 Fan wheel classification must be capable of maximum rpm achievable based on the motor horsepower provided. 2.04 Housings shall be of aluminum. 2.05 A conduit chase shall be provided for running the electrical wiring through the curb into the motor compartment. 2.06 Single phase motors shall be furnished with built-in overload protection. Rohrbach Associates PC HVAC POWER VENTILATORS 23 34 23-1 Riverfront Crossings Park Phase 3 Project 2.07 Each unit shall be equipped with the following accessories: A. Expanded aluminum bird screen B. Disconnect device C. Motorized backdraft damper D. Roof curb to match roof pitch. PART 3 - EXECUTION Iowa City Project Number R4185 RAPC Project Number 1613 3.01 Furnish General Contractor with layout and size of roof openings and curbs 3.02 Furnish Electrical Contractor with power requirements, electrical characteristics and required rough -in for each motor. 3.03 Make duct connections and install fans as indicated on drawings. 3.04 Secure curb cap of roof mounted fans to wood nailer on roof curb within 3" of comers and 18" on center with non-ferrous, cadmium plated or stainless steel lag screws using weather resistant gaskets to form a watertight connection. END OF SECTION 23 34 23 Rohrbach Associates PC HVAC POWER VENTILATORS 23 34 23-2 N O �m o7:5Z cn Rohrbach Associates PC HVAC POWER VENTILATORS 23 34 23-2 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 SECTION 23 37 13 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 00 10 - 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 A. Submit manufacturer's catalog cuts for each type of device to be used. B. Product Data: For each product indicated, include the following: 1. Data Sheet: Indicate materials of construction, finish, and mounting details; and performance data including throw and drop, static -pressure drop, and noise ratings. 2. Diffuser, Register, and Grille Schedule: Indicate drawing designation, room location, quantity, model number, size, and accessories furnished. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A Acceptable Manufacturers 1. Carnes 2. -Titus 3. E.H. Price 4. Metal Aire 5. Krueger �. Nailor 2.02 Diffusers, registers, and grilles shall be of the type and style as scheduled. PART 3 - EXECUTION n 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. Rohrbach Associates PC DIFFUSERS, REGISTERS AND GRILLES 23 37 13-1 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 3.03 Coordinate locations of ceiling diffusers and registers with Design Professional's reflected ceiling plan. Where architectural features or other items conflict with installation, notify Design Professional for determination of final location. 3.04 Adjust blow pattern as indicated on plans and as scheduled, prior to balancing. END OF SECTION 23 37 13 Rohrbach Associates PC DIFFUSERS, REGISTERS AND GRILLES 23 37 13-2 m9 gC.-�_ a "n tLIM Rohrbach Associates PC DIFFUSERS, REGISTERS AND GRILLES 23 37 13-2 Riverfront Crossings Park Phase 3 Project SECTION 23 82 39 UNIT HEATERS G�r>i�:7�1ls\��1�PC�7:1.1 Iowa City Project Number R4185 RAPC Project Number 1613 A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 23 00 10 - 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 unit heaters as required by the drawings and this section. 1.03 UNIT HEATERS A. Unit heaters shall include the following: 1. Electric Unit Heaters 1.04 SUBMITTALS A. Submit shop drawings and/or catalog cuts showing technical data necessary to evaluate the equipment, to include color charts, dimensions, wiring diagrams, performance data and other descriptive data necessary to describe fully the terminal units. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS c A. Electric Unit Heaters and Cabinet Unit Heaters z 1. Trane -i . _ 2. Berko - (Division of Marley) r- �r M ` 3. Q -mark - (Division of Marley) rn -° 4. Brasch 5. Indeeco Cil0 2.02 ELECTRIC UNIT HEATERS A. Units shall have capacities and ratings and shall be of arrangement as scheduled on the drawings. B. Units shall be furnished complete with coils, enclosures, fans and motors as required to make complete functioning units. C. Units to be installed in finished areas to be furnished with bonderized, phosphatized, flow -coated baked -on primer with spray applied baked -on enamels in color as selected by Design Professional from the manufacturer's standard offering. D. Motors for unit heaters and cabinet unit heaters shall be totally enclosed, Class 'B' insulation, with built-in overload protection, and shall be prewired to terminal strip in factory mounted junction box. Rohrbach Associates PC UNIT HEATERS 23 82 39-1 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 E. Units shall have single point, line voltage connection for incoming power for 208, 240 or 480 volt services. F. Provide the following accessories: 1. Pilot light to indicate when heating elements are energized. 2. Disconnect switch. PART 3 - EXECUTION 3.01 Install units as indicated on drawings. 3.02 Controls: Install devices furnished by manufacturer but not specified to be factory -mounted. Furnish copy of manufacturers wiring diagram submittal to Electrical Contractor for power wiring. A. Verify that wiring installation is in accordance with manufacturer's submittal and installation requirements of Division -26 sections. Do not proceed with equipment start-up until wiring installation is acceptable to equipment installer. END OF SECTION 23 82 39 Rohrbach Associates PC UNIT HEATERS 23 82 39-2 N O_ Ln m C.. a D� z -'C'> � rn � O� 3 Q can Rohrbach Associates PC UNIT HEATERS 23 82 39-2 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 SECTION 26 00 10 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 A. All work shall be done in accordance with the applicable portion of the following codes and standards: 1. National Electrical Code 2. National Fire Protection Association 3. National Electrical Manufacturers Association 4. Standards of Institute of Electrical and Electronic Engineers 5. International Building Code o 6." Occupational Safety and Health Act o d 7: Iowa Administrative Code r- 8.� NECA Standards >—+ 9: Americans With Disabilities Act (ADA) — r B. All Contractors shall familiarize themselves with all codes and standards app 61M& tagheir al and shall notify Design Professional of any discrepancies between the desR Fand applicM code requirements so that any conflicts can be resolved. Where two or more-�pdes Atandards are in conflict, that requiring the highest order of workmanship shall take precedenc$g 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. 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 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. Rohrbach Associates ELECTRICAL GENERAL PROVISIONS 26 00 10-1 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 D. Contractor shall make all arrangements with each utility company and pay all service charges associated with new service. 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. 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 may not be shown, but where such items are required by code or by other sections of the specifications or where they are required for proper installation of the work, such items shall be furnished and installed. 1.06 ACTIVE SERVICES A. Contractor shall be responsible for verifying exact locations of all existing services prior to beginning work in that area. 0 B. Existing active services, i.e., water, gas, sewer, electric, when encounteredZ5hall b@vprote= against damage. Do not prevent or disturb operation of active services which ARM rer$ain. r, C. When active services are encountered which require relocation, Contractor sh2 r"ilakg�t to que authorities with jurisdiction for determination of procedures. �C_J rn s ^ D. Where existing services are to be abandoned, they shall be terminated in m1wce �wtFf requirements of the authorities having jurisdiction. p fun 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. Rohrbach Associates ELECTRICAL GENERAL PROVISIONS 26 00 10-2 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 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. 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 Contractor for patching and refinishing of such areas which may be damaged in this respect. 1.09 OPENINGS, CUTTING AND PATCHING No o � A. Refer to Division 1 for additional cutting and patching information. s �( B. Conduits and sleeves passing through all fire or smoF shall be provided with firestopping. Space between sealed with UL listed intumescent fire barrier material conduit or sleeves pass through floors, roofs, walls and penetrations shall be sealed with grout or caulk. C. New structure: e rated floors, roofs, vQban*partitiFn-T wall/floor and conduit etrr5sffeeeve shalom equivalent to rating of �'floR e partitions that are not hit smoke raQj D 0 1. Contractor will coordinate the placing of openings and lintels in the new structure as required for the installation of the electrical work with the General Contractor. 2. Contractor shall furnish to General Contractor the accurate locations and sizes for required openings, but this shall not relieve Contractor of the responsibility of checking to assure that proper size openings are provided. When additional cutting and patching is required due to Contractor's failure to coordinate this work, Contractor shall make arrangements for the cutting, patching, and painting 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. Rohrbach Associates ELECTRICAL GENERAL PROVISIONS 26 00 10-3 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 E. For exterior walls below grade, sleeves shall be cast iron. Space between sleeve and conduit shall be sealed with modular mechanical rubber links tightened with bolts as made by Thunderline Corporation, Wayne, Michigan 48184. Waterproofing of conduit penetrations in exterior walls shall be coordinated with waterproofing contractor. 1.10 EXCAVATING AND BACKFILLING A. Contractor shall do all excavating necessary for lightpole bases, underground wiring, conduit and duct banks, and shall backfill trenches and excavations after work has been inspected. Care shall be taken in excavating that walls and footings and adjacent load bearing soils are not disturbed in any way, except where lines must cross under a wall footing. Where a line must pass under a footing, the crossing shall be made by the smallest possible trench to accommodate the conduit. Excavation shall be kept free from water by pumping if necessary. B. Backfill about the structures shall be placed, when practicable as the work of construction progresses. Backfilling on or against concrete work shall be done only when directed. Backfilling of trenches shall progress as rapidly as the testing and acceptance of the finished sections of the work will permit and shall be carried to a crown approximately six (6) inches above the existing grades. 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. 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 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 sugil as parts, controls, devices, etc., which may be required to produce the equipment perroeMance and function as specified, or as required to meet the equipment guarantees.o6uch ms IUW required shall be furnished as part of the equipment, whether or not specifical�edr. r 1 1.12 SUBMITTALS A. Contractor shall furnish, to the Design Professional, complete sets of shop21�ngmiand Q� submittal data. Contractor shall review and sign shop drawings before 3 ittal.-Refdf-46 Division 01 specifications for additional requirements. q r cn 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, the contractor shall provide a completed submittal schedule including dates that the submittals will be to the Design Professional for review. E. Submit required information on the following items: Rohrbach Associates ELECTRICAL GENERAL PROVISIONS 26 00 10-4 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 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. Refer to Division 01 specifications for additional information. c O m B. Submit manuals in duplicate upon completion of the job. Manuals sEbe Wund 1t" three ring hard -backed binder. Front cover and spine of each bin :DhaMave-tbe following lettering done: OPERATION AND MAINTENANCE MANUAL FOR ELECTRICAL SYSTEMS (PROJECT NAME) (LOCATION) (DATE) SUBMITTED BY (NAME AND ADDRESS OF CONTRACTOR) C. 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. Rohrbach Associates ELECTRICAL GENERAL PROVISIONS 26 00 10-5 CERTIFICATE OF SYSTEM OTHER SPEC DETAIL PROD INSTALL O & M DEMON- (SEE SECTION EQUIPMENT DWGS DATA SAMPLES METHODS MANUAL STRATION NOTES) 260533 Raceway and Boxes X X for Electrical Systems 260923 Lighting Control X X X X Systems 262416 Panelboards X X X X 262726 Wiring Devices X X 262815 Motor and Service X X X Disconnects 265000 Lighting X X X X NOTES: 1. Provide preliminary report; refer to specification section for requirements. 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. Refer to Division 01 specifications for additional information. c O m B. Submit manuals in duplicate upon completion of the job. Manuals sEbe Wund 1t" three ring hard -backed binder. Front cover and spine of each bin :DhaMave-tbe following lettering done: OPERATION AND MAINTENANCE MANUAL FOR ELECTRICAL SYSTEMS (PROJECT NAME) (LOCATION) (DATE) SUBMITTED BY (NAME AND ADDRESS OF CONTRACTOR) C. 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. Rohrbach Associates ELECTRICAL GENERAL PROVISIONS 26 00 10-5 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 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. D. Items to be included shall be those listed in shop drawing section. 1.14 TESTS AND DEMONSTRATIONS A. All systems shall be tested by Contractor and placed in proper working order prior to demonstrating systems to Owner. B. Contractor shall test the electrical grounding system resistance in accordance with Specification Section 26 0526 — Grounding and Bonding for Electrical Systems and submit a report to Design Professional stating the results. C. Prior to acceptance of the electrical installation, the Contractor shall demonstrate to the Owner, or his designated representatives, all essential features and functions of all systems installed, and shall instruct the Owner in the proper operation and maintenance of such systems. Owner instruction shall be provided for the following systems: Sections Description Hrs. on Site Hrs. off Site Presented By Others Present Remarks 262416 Electrical Dist. System 2 Contractor 262815 260923 Building Lighting Controls 2 Manufacturer's Contractor 1 265000 Representative REMARKS: 1. Perform complete system test at time of instruction. 2. Refer to 26 0923 for training requirements. 3. Any unused hours shall be used at Owner's discretion during the first year of occupancy. N O D. Contractor shall submit to the Design Professional a certificate signed by to Owneostating the date, time, and persons instructed and that the instruction has been comp>Ein td�e OM ffs satisfaction. An example of a certificate form is as follows: D- tz 4n - ON r M CA Rohrbach Associates ELECTRICAL GENERAL PROVISIONS 26 00 10-6 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 CERTIFICATE OF SYSTEM DEMONSTRATION This document is to certify that the contractor has demonstrated the hereafter listed systems to the Owner's representatives in accordance with the Contract documents and that the instruction has been completed to the Owner's satisfaction. A. Project: B. System(s): C. Contractor's representatives giving instruction and demonstration: Contractor: NAMES DATE HOURS D. Owner's representatives receiving instruction: Owner: NAMES DATE HOUR 0 E." Acknowledgement of demonstration: Contractor's Representative: Owner's Representative: signature date signature date Rohrbach Associates ELECTRICAL GENERAL PROVISIONS 26 00 10-7 Riverfront Crossings Park Phase 3 Project 1.15 SUBSTITUTIONS Iowa City Project Number R4185 RAPC Project Number 1613 A. Refer to Divisions 00 and 01. Requests shall clearly describe the equipment for which approval is being requested. Include all data necessary to demonstrate that equipment's capacities, features and performance are equivalent. between specified equipment and equipment for which approval is being requested. If the equipment is acceptable, Design Professional will approve it in an addendum. Design Professional will, under no circumstances, be required to prove that an item proposed for substitution is or is not of equal quality to the specified item. 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. 1.16 ACCEPTABLE MANUFACTURERS 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 the Contractor and/or the manufacturer. A. 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, operating characteristics, and all other resulting changes. This responsibility extends to cover all extra work necessitated by othpa[ trades as a result of using the alternate manufacturer. m o B. Where a model or catalog number is provided, it may not be inclusive of allctuire�gts. Refer to additional requirements provided on the plans or in the speci ns -w req� d. Similarly, there may be additional requirements included in the model or ca �nuAlber tli;�We not specifically stated. These requirements shall also be met. rt -p 1 as 2 1.17 GUARANTEE g� v Y.C' A. The entire electrical system including all sub -systems shall be guaranteed again9Ndefect 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. 1.18 CHANGES IN THE WORK A. Refer to Divisions 00 and 01. 1.19 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. Rohrbach Associates ELECTRICAL GENERAL PROVISIONS 26 00 10-8 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 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. 1.20 ACCESS DOORS A. When the Electrical Contractor provides any equipment requiring periodic servicing which will be concealed by non -accessible architectural construction, the Electrical Contractor shall provide a flush access door. The access door shall be equal to a Karp DSC -211 Universal access door or Nystrom APWB or type for the specific construction involved. B. Access doors in fire rated construction shall be fire rated and have U.L. label. C. Construction: 1. Door and trim shall be 13 gauge steel, frames shall be 16 gauge steel. 2. Trim shall be of one piece construction. 3. Finish shall be prime coat of rust inhibitive baked grey enamel. 4. Hinges shall be concealed, offset, floating hinge. 5. Locks shall be flush, screwdriver operated with stainless steel cam -and -studs. 1.21 TEMPORARY UTILITIES A. Refer to Specification Division 1 for specific requirements concerning temporary utilities. END OF SECTION 26 00 10 Rohrbach Associates ELECTRICAL GENERAL PROVISIONS 26 00 10-9 Mo_ o� D� m z rn �= :*x v D 6q G Rohrbach Associates ELECTRICAL GENERAL PROVISIONS 26 00 10-9 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 0 'd n C.)� �, r o .x t Rohrbach Associates ELECTRICAL GENERAL PROVISIONS 26 00 10-10 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 SECTION 26 05 19 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 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 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 specified in other sections or called for on the drawings. 1.03 QUALITY ASSURANCE A NEC Compliance: Comply with NEC as applicable to construction and installation of electrical wire, cable and connectors. B UL Compliance: Comply with UL standards pertaining to wire, cable and connectors. C. ..DL Labels. Provide electrical wires, cables and connectors which have been UL -listed and libeled. I - D. - NEMA/ICEA Compliance: Comply with applicable portions of NEMA/Insulated Cable Engineers Association standards pertaining to materials, construction and testing of wire and dile. E. ANSIIASTM: Comply with applicable portions of ANSI/ASTM standards per teLconstreI'T'n of wire and cable. D� z C-)-[ F. The materials used for wiring systems shall be the products of a manufactulTRQeguoy en d in the manufacturing of the specified material. ;CI- -o PART 2 - PRODUCTS D CA 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. Rohrbach Associates PC LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 26 05 19-1 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 3. Type MTW, wet and dry locations - use for low voltage signal and control circuits operating at 25 volts or less. 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. 120I208V.Y Phase 'A' Conductor Black Phase 'B' Conductor Red Phase 'C' Conductor Blue Neutral Conductor 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 %s, National Electric, Thomas & Betts, Blackburn or Bumdy mechanical connectors. FiEconnemr voigia with electrical insulation putty, follow with 3-M Scotch tape #33, minimum 2 layetgn r. PART 3 - EXECUTION rn r M 3.01 PREPARATION Z 0 A. Wire shall not be installed in the conduit system until the building is enclosio and rPsonry work is completed. rn 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. Rohrbach Associates PC LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 26 05 19-2 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 D. Use pulling means, including fish tape, cable or rope which cannot damage raceway. 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. A Prior to energizing system, test cable and wire for continuity of circuitry, and also for short circuits. Correct malfunctions when detected. Subsequent to wire and cable hook-ups, energize circuitry and demonstrate functioning in accordance with requirements. END OF SECTION 26 05 19 Rohrbach Associates PC LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 26 05 19-3 N O ... . r;l ' X : e �o Rohrbach Associates PC LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 26 05 19-3 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 Rohrbach Associates PC LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 2605194 N O_ O �n O a � = Q ern Rohrbach Associates PC LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 2605194 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 SECTION 26 05 26 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. Underground metal piping. 2. Underground metal water piping. 3. Underground metal structures. 4. Metal building frames. 5. Grounding rods. 6. Grounding electrodes. 7. Service equipment. 8. Enclosures. 9. Equipment. C. Requirements of this section apply to electrical grounding work specified elsewh p in these specifications.co -n o c^ v 1.03 QUALITY ASSURANCE C--)� a r m A. NEC Compliance: Comply with NEC requirements as applicable to material"10 installaticM eldctrical grounding systems, associated equipment and wiring. Provide gf6andin�roduel� which are UL -listed and labeled. o t✓✓ B:. _ UL Compliance: Comply with applicable requirements of UL Standards NBs. 467fWd 869 pertaining to electrical grounding and bonding. C. IEEE Compliance: Comply with applicable requirements of IEEE Standard 142 and 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, cablestwires, 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. Rohrbach Associates PC GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 26 05 26-1 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 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. 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. B. Grounding Rods Ground Rods: a. Solid copper, 3/4" dia. x 10' for service entrance. b. Solid copper, 5/8" dia. x 8' for other applications. 2. Electrical Grounding Connection Accessories: Provide electrical insulating tape, heat - shrinkable insulating tubing, welding materials and bonding straps as recommended by accessories manufacturers for type services indicated. PART 3 - EXECUTION 3.01 INSTALLATION OF ELECTRICAL GROUNDING A. General: Install electrical grounding systems where shown, in accordance with applicable portions 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 functions. B. Coordinate with other electrical work as necessary to interface installation of electricpWrounding system with other work. m E5 C. Install bonding jumpers with ground clamps on water meter piping to elect bi[ess Mr meters. c>-< or — 1- C') � D. Install clamp -on connectors only on thoroughly cleaned metal contact stfi " em electrical conductivity and circuit integrity. o= _ Q E. Provide separate green ground conductor throughout entire electrical system ezed as*uired by the NEC. Ufer Ground (Concrete -Encased Grounding Electrode): Fabricate according to NFPA 70, using a minimum of 20 feet of bare copper conductor not smaller than No. 4 AWG. 1. If concrete foundation is less than 20 feet long, coil excess conductor within base of foundation. 2. Bond grounding conductor to reinforcing steel in at least four locations and to anchor bolts. Extend grounding conductor below grade and connect to building grounding grid or to grounding electrode external to concrete. Rohrbach Associates PC GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 26 05 26-2 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 G. Ground Ring: Install a grounding conductor, electrically connected to each building structure ground rod and to each steel column, extending around the perimeter of building. 1. Install tinned -copper conductor not less than No. 2 AWG for ground ring and for taps to building steel. 2. Bury ground ring not less than 24 inches from building foundation. 3.02 FIELD QUALITY CONTROL A. Upon completion of installation of electrical grounding system, test ground resistance with earth test megger. Results shall be submitted to the Design Professional on a report form similar to that which follows: Rohrbach Associates PC GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 26 05 26-3 0 o :.--Z � m z -- -v m rn C-70 v r Rohrbach Associates PC GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 26 05 26-3 Riverfront Crossings Park Phase 3 Project PROJECT: JOB NUMBER: DATE OF TEST: TEST LOCATION: TEST METHODS: TEST INSTRUMENT: SOIL RESISTIVITY/TYPE: COMMENTS (If applicable): TESTING RESULTS: Iowa City Project Number R4185 RAPC Project Number 1613 EARTH RESISTANCE FIELD REPORT CONDITIONS: PAGE Earth Resistance Testing: Resistance Description of systems tested to earth Test No. A) o m �n C— a. B) D� Z "-C - r C) �M M Z D D) �� D r E) �^ COMPLETED BY: COPY TO: COMPANY Rohrbach Associates PC GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 26 05 26-4 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 B. Where tests show resistance to ground is over 3 ohms, take appropriate action to reduce resistance to 3 ohms or less by driving additional ground rods or by chemically treating soil encircling ground rod. 1. Retest to demonstrate compliance. END OF SECTION 26 05 26 Rohrbach Associates PC GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 26 05 26-5 na' ~O m D� x CMrn -� ._ �•-, �x _ `c D N C7h ` 7'• or- m"• Rohrbach Associates PC GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 26 05 26-5 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 Rohrbach Associates PC GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 26 05 26-6 N O_ 0 n a �n Rohrbach Associates PC GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 26 05 26-6 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 SECTION 26 05 29 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 supports 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. B. ANSI/NEMA Compliance: Comply with applicable requirements of ANSI/NEMA Std. Pub. No. FB 1, "Fittings and Supports for Conduit and Cable Assemblies". C. NECA Compliance: Comply with National Electrical Contractors Association's "Standard of Installation" pertaining to anchors, fasteners, hangers, supports, and equipment mouri%Ag. C_ m D. UL Compliance: Provide electrical components which are UL -listed and labelVE2 s PART 2 - PRODUCTS 2.01 MANUFACTURED SUPPORTING DEVICES '{rn M s A. General: Provide supporting devices; complying with manufacturer's standat materils, design and construction in accordance with published product information, and as re ed 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. Rohrbach Associates PC HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 26 05 29-1 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 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 A. Install hangers, anchors, sleeves and seals as indicated, in accordance with manufacturer's written instructions and with recognized industry practices to insure supporting devices comply with requirements. B. Coordinate with other electrical work, including raceway and wiring work, as necessary to interface installation of supporting devices with other work. C. Conduit hangers and support devices shall be approved type for the method of supporting required. All hangers and supports shall have galvanized finish or other approved corrosion resistance 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 U -channel 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 3/8" 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. Where circuit voltage is above 600 volts, conduit clamps shall be proyWed witinsulating bushings of dielectric strength as required. a� a 5. Where conduit is buried in concrete floor topping; anchor conduit to 9u ural -floor one hole jiffy clamps. :cm -o ir1 6. Maximum hanger and support spacing shall be in accordance with NE CS�p = D. Hangers and supports shall be anchored to structure as follows: T+ teA 1. 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. Rohrbach Associates PC HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 26 05 29-2 Riverfront Crossings Park Phase 3 Project E. F G. r` M 0 Iowa City Project Number R4185 RAPC Project Number 1613 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. The following is not permitted: 1. Attaching supports and hangers to piping, ductwork, mechanical equipment, or conduit. 2. Use of powder -actuated anchors. 3. Drilling of structural steel members. 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. Where disconnect switches and panels cannot be mounted on wall, provide support racks fabricated of structural steel or U -channel strut. 0 m z x s END OF SECTION 26 05 29 Rohrbach Associates PC HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 26 05 29-3 zi m 71 v� z C->-< M � 3 b r Rohrbach Associates PC HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 26 05 29-3 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 N O_ O m C-) L i>={ 2 c)-C ON ' 'r— :4rl, v O � 9dA Rohrbach Associates PC HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 26 05 29-4 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 SECTION 26 05 33 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. A C. A Contractor shall furnish all materials, tools labor and supervision necessary to fabricate and install complete conduit systems. 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 cable trays, surface raceway, underfloor raceway, wireways and/or auxiliary gutters. Types of raceways in this section include the following: 1. Rigid metal conduit. =fir j -max 2. Intermediate metal conduit. 3. Electrical metallic tubing. 4. Flexible metal conduit. C- 5. Liquid -tight flexible metal conduit. c 6. Rigid non-metallic conduit. o m Contractor shall furnish all material, tools, labor and supervision necessarll;0-4nA boxes and fittings as required by drawings and specifications. --)-< -- =-r c') r - E. Types of electrical boxes and fittings in this section include the following: =fir j -max 1: Outlet boxes. 2. Junction boxes. C- 3. Pull boxes. 4. Gutters. 5. Handholes Telecommunications Raceway Requirements: 1. The term "telecommunications" includes all low voltage technology systems including voice and data, access control and video surveillance. 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 building entrance conduits within the building footprint shall be schedule 40 electrical PVC unless otherwise noted. Long sweep ninety degree elbows for under building footprint conduits shall be fiberglass sweeps with PVC schedule 40 conduit connectors built into the ends of the sweeps. Sweeps of 4" diameter shall be 36" minimum radius. 4. Below grade conduits for low voltage system cabling are not acceptable unless specifically directed. Below grade entrance conduits and floor boxes in slab on grade are exceptions to this rule. Rohrbach Associates PC RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 26 05 33-1 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 5. Underground conduits outside the building footprint shall be continuous orange HDPE (high density polyethylene) with 1250 pound braided mule tape used as pull string unless otherwise noted. Round pull string or other rope is not acceptable for pulling due to risk of raceway damage. HDPE manufacturer approved water proof couplers shall be used for conduit type transition. HDPE to HDPE connection shall be hot fusion splice. 6. HDPE shall be minimum SDR 17 wall thickness for 2" diameter and smaller. The wall thickness shall be minimum SDR 11 for sizes larger than 2" diameter. 7. All below grade conduits shall be plugged at each end during construction to keep water, mud, rodents, etc., out. 8. All below grade entrance conduits shall be plugged on each end with removable mechanical plugs to keep water from entering the building for the life of the building. These plugs shall be installed inside the building above slab, and also at the first hand - hole outside the building (or where the conduits terminate underground). These plugs shall also seal around the utility entrance cables, including in and around all sub -ducts for a complete water tight seal. These mechanical plugs shall be as found on www.innerduct.com or engineer approved equivalent. Coordinate with the utility to determine size of cables for the plug inserts required. This work shall be completed before the Owner occupies the building. 9. All below grade exterior conduits shall have a tracer wire with adequate slack loop at each end for owner to conveniently connect and trace. All tracer wires shall protrude from closed hand holes so tracing may be accomplished without lifting the hand hole lid. 10. Interior building, above grade conduits and sleeves shall be EMT unless otherwise noted. PVC is never acceptable above grade. 11. All interior conduits shall have bushings installed during conduit installation. Completed individual installations shall have bushings installed same business day. 12. 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). 13. Minimum interior conduit size for all information jacks (voice data cabling) shall be 1" unless otherwise noted. 14. Minimum interior conduit size for video surveillance shall be 3/4" unless otherwise noted. 15. 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 aqlyss control head end which contains all conductors needed for all access corlpl funq9pns at that door (may be individual conductors but is often one large compo*tmcak) shalLbe minimum 3/4". 16. Boxes for all low voltage systems in stud walls shall be metallic 5"x5f2r.675"with sip gang mud ring unless otherwise noted. --ic) rn 1 17. Boxes in masonry walls shall be minimum 3.5" deep. single gang,urkmnotheawise r"d. 18. Wremold surface raceway for all low voltage systems shall be mFm VT2400 t!!gss noted otherwise. 19. Wremold surface boxes for all low voltage shall be minimum 2.5" deerUingle gang, unless otherwise noted. 20. Conduits inside walls which feed the low voltage side of dual compartment Wiremold shall be minimum 1.25" 21. Contractor shall provide and install hand holes for cable pulling in buried raceway at a maximum interval of 500'. 1.03 QUALITY ASSURANCE A. NEMA Compliance: Comply with applicable requirements of NEMA standards pertaining to raceways. B. UL Compliance and Labeling: Comply with provisions of UL safety standards pertaining to electrical raceway systems; and provide products and components which have been UL -listed and labeled. Rohrbach Associates PC RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 26 05 33-2 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 C. NEC 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. 1.04 SUBMITTALS A. Raceway Product Data: Submit manufacturer's data including specifications, installation instructions and general recommendations, for each type of raceway listed below. Include data substantiating that materials comply with requirements for the following: 1. MC Cable 2. Surface Metal Raceway B. Activation Box Product Data: Submit manufacturer's data including specifications, installation instructions and general recommendations for each type of activation box required. IrQjude data substantiating that units comply with requirements. o m C) � --� C. In -Ground Handhole Product Data: Submit manufacturer's data includ pEWcationS! installation instructions and general recommendations for each type of h olelequi. Include data substantiating that units comply with requirements. =-icy 'n r— rn PART 2 - PRODUCTS { Q 2.01 RACEWAYS .a 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. Conduit shall be used where concealed in permanent wall construction or in ceiling plenums. Surface raceway shall be used where exposed in finished regularly occupied areas. B. Rigid Conduit: Full weight, threaded, rigid steel conduit, galvanized inside and out by hot dip or electro galvanized process. Additional protection by electrostatically applied baked coating. Thread protective caps and couplings. Use for all feeders larger than 2 1/2" in size. C. Intermediate Metal Conduit (IMC): May be used as approved by code where rigid conduit is specified, except shall not be used for conduit buried in earth fill. D. 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. Rohrbach Associates PC RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 26 05 33-3 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 E. 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. F. Liquidtight Flexible Metal Conduit: Formed of one continuous length of spirally wound steel strip, with water and oil tight neoprene jacket. Use for final connection to equipment listed in paragraph "D" above when located in wet areas. G. PVC Conduit: Conduit shall be Carlon PV-Duit, Type 40, 90 deg.C. Conduit shall be composed of Polyvinyl Chloride and shall conform to NEMA Standards. Conduit, fittings and cement shall be produced by the same manufacturer. May be used where installed in earth fill or in poured concrete walls, columns, floors, or under concrete slab. H. Rigid Aluminum Conduit: Full weight, threaded, rigid aluminum conduit. Thread protective caps and couplings. MC cable will not be allowed. 2.01 CONDUIT FITTINGS A. Rigid Conduit Fittings: Threaded, galvanized malleable iron or heavy steel, water and concrete tight. Grounding type nylon insulated bushings for connectors at cabinets, boxes and gutters. B. Metallic Tubing Fittings: Compression type galvanized malleable iron or steel, water and concrete tight where exposed to wet locations or imbedded in concrete. Steel set screw type acceptable in all dry location applications. C. Flexible Metal Conduit Fittings: External squeeze or set screw type galvanized malleable iron or steel with nylon insulated throats. Internal screw type fittings are not allowed_71 m 0 D. Liquidtight Flexible Conduit Fittings: Galvanized malleable iron or steel, wr Mptemht gats, "O" ring and retainer, and nylon insulated throats. C-) -< — r .-in ON E. Condulet Fittings: Exposed conduit fittings shall be condulet type for all shaI35:Fµfns,-ages, 4M F. Observe National Electrical Code requirements for insulated bushings on 5NA ine b and elger conduits. Double locknuts and fibre bushings with threads fully engaged ardtlrequire*.. 1-1/4 inch and larger EMT connectors, if used, must also accommodate insulated bushingsMith threads fully engaged. T & B "Insuline" or Appleton insulated throat connectors are acceptable in lieu of separate bushings. 2.02 GUTTERS A. General: Provide electrical raceways of types, grades, sizes and weights (wall thicknesses), number of channels, for each type of gutter 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. Rohrbach Associates PC RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 26 05 33-4 Riverfront Crossings Park Phase 3 Project 2.03 WALL OUTLET BOXES Iowa City Project Number R4185 RAPC Project Number 1613 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 1-112" 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 3-314" 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 for conduit: Use 4" square by 1-1/2" deep box #192 with raised cover. 4. Surface Mounted Wall Outlets for surface metal raceway: Use single gang boxes 1-1/2" deep Wiremold #V57xx series. 5. Suspended Ceiling: Use octagon boxes, depth as required for application, securely fastened to structure. 6. Poured Concrete Ceiling Slabs: Use octagon concrete rings with back plates. 7. Switch Outlets in Door Jambs: Use partition boxes #426 and #427 for sing& and two gang switches. o CD C= 8. Outlets Installed Outdoors or in Wet Locations: Use Bell Product 200 '62S olet box 2.04 PULL BOXES, JUNCTION BOXES & GUTTERS �r H'i1 A. Construction, sizes and installation of pull boxes, junction boxes and guttersJ711 caply with NEC, Article 314.vx B. Pull and junction boxes not specifically described in NEC, Article 314, shall be fabdcate&f 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. Gutters shall be constructed as a 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. Gutters shall have hinged covers. Where types and grades are not indicated, provide proper selection as determined by Installer to fulfill wiring requirements. E. Pull boxes, junction boxes and gutters for outdoor installation shall be raintight. 2.07 IN -GROUND HANDHOLES A. UL or ETL Listed, polymer concrete construction, open bottom stackable. Quazite PG style or equal. Manufacturer: Subject to compliance with requirements, the following manufacturers are acceptable: a. Quazite Rohrbach Associates PC RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 26 05 33-5 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 b. HiLine C. Armorcast d. New Basis B. All stainless steel hardware with minimum two fasteners per lid. C. Extra heavy duty covers with non-skid surface, tier 22, 22,500 Ib. vertical and 800 lbs/sq. ft. lateral design loads, unless noted otherwise. D. Minimum size to be 11"x18", unless noted otherwise. Larger hand holes maybe required at select locations. PART 3 - EXECUTION 3.01 INSTALLATION OF RACEWAY A. In general, all horizontal runs of branch circuit conduit shall be installed in ceiling plenum. Raceway for convenience outlets, wall mounted fixtures and other wall outlets shall be routed overhead and dropped through wall to the outlet Branch circuit raceway shall not be installed in or below concrete floor slabs except where conditions will not permit the raceway to be installed overhead.. Conduit shall be used where concealed in permanent wall construction or in ceiling plenums. Surface raceway shall be used where exposed in finished regularly occupied areas where walls are existing. B. Feeder conduits to panelboards, motor control centers and other major loads may be installed in fill below concrete slabs on grade. C. Conduits that are run in fill below concrete slabs on grade shall be installed so as not to interfere with welded wire mesh (wwm), vapor barrier, or concrete placement. D. denerally, all conduit shall be concealed, except in crawl spaces, tunnels, shafts mechanical eggipment rooms, and at connection to surface panels and free standingquip*t, and as otherwise noted. bb co D� s � E. Exposed conduit and conduit concealed in ceiling space shall be rout@ 1in23 paraUpto building construction. --I C-) rn r— F. All conduit runs above suspended acoustical ceilings shall be routed so as- intgferePT tile panel removals with 4'0" to 6'0" flexible conduit drops from an indenCuncti T&ox, accessible from below the ceiling, to ceiling mounted equipment. 3' r cn G. Certain conduits are permitted to be embedded in structural concrete work, when permitted and coordinated with the Structural Engineer. Contractor shall cooperate with other contractors of their respective trades to effect the following: 1. All reinforcing steel shall be securely anchored in place before installing conduit. 2. No steel reinforcing shall be displaced from plan dimensions without approval of the Design Professional. 3. Conduit and fittings shall not displace concrete in columns in excess of 4% of total cross-section area of column without approval of Design Professional. 4. Conduit shall not be placed closer than three (3) diameters on center. 5. Maximum size of embedded conduit or pipe shall not exceed 1/3 thickness of structural slab, 2/3 thickness of topping slab. Rohrbach Associates PC RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 26 05 33-6 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 H. Minimum size conduit shall be 1/2" trade size except all home runs to panels shall be minimum 3/4". Minimum size surface raceway shall be V500. Where specified size is not called for on drawings or in the specifications, conduit shall be sized per NEC. I. 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. J. Installation of PVC conduit shall comply with the NEC with regard to grounding. K. PVC conduit shall not be installed above grade unless noted otherwise. L. Support conduit raceway systems in accordance with requirements as set forth in the National Electric Code. M. Provide liguidtight flexible metal conduit for the last 3' of feeder/circuit for all vibration type equipment (i.e. motors, transformers, etc). 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 Installaficn, and in compliance with recognized industry practices to ensure that products fulfill reqgremerm. �n a B. Coordinate installation of electrical boxes and fittings with wire/cable and r WC*1 ay:Mstallati0 work. �n f-- 3.03 OUTLET BOX INSTALLATION `ern m A. Outlet boxes shall be installed for all fixtures, switches, receptacles and other §§ ices.^ B. Approximate locations of outlets are shown on the plans, but each outlet location as `s�iown 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 or top of the box tight to the masonry unit. 3.04 PULL BOX, JUNCTION BOX & GUTTER INSTALLATION A. Install pull boxes, junction boxes and auxiliary wiring gutters where indicated on drawings and where required to facilitate installation of the wiring. B. For concealed conduit, install boxes flush with ceiling or wall, with covers accessible and easily removable. Where flush boxes are installed in finish ceilings or walls, provide cover which shall exceed the box face dimensions by a sufficient amount to allow no gap between box and finished material. Rohrbach Associates PC RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 26 05 33-7 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 C. Boxes shall not be located in finished, occupied rooms, without prior approval of Design Professional. 3.05 IN -GROUND HANDHOLE INSTALLATION A. Install all handholes flush with surrounding grade. Adjust handholes as required for finished grade. B. Do not install handholes at low grade points. Install at locations to allow drainage away from box. C. Provide 1" clean compacted fill beneath handholes for drainage. Clean fill shall extend 8" beyond the sides of the handhole enclosure, and a minimum of 12" deep. END OF SECTION 26 05 33 Rohrbach Associates PC RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 26 05 33-8 ro C*_ O D� m a z "-< -4C-) - r < m rn 171 o� g� = Q D � c.n Rohrbach Associates PC RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 26 05 33-8 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 SECTION 26 05 53 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. Buried cable warnings. 3. Cable conductor identification. 4. Operational instructions and warnings. 5. Danger signs. 6 Equipment/system identification signs. 1.03 QUALITY ASSURANCE c A. UL Compliance: Comply with applicable portions of UL safety standards p�$jnjngE eleoll�I marking and labeling identification systems. a i C-) -< B. NEC Compliance: Comply with NEC as applicable to installation of identifying:4ws iwb maAcers for wiring and equipment. ; Crn -o M PART 2 - PRODUCTS -� 3> t 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. 2. Colors: a. 120/208 volt: gray/silver 3. For exposed conduits in finished spaces, refer to architectural for paint to match room finish. Rohrbach Associates PC IDENTIFICATION FOR ELECTRICAL SYSTEMS 26 05 53-1 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 4. For branch circuits, mark panel name and circuit numbers on all junction/pull boxes. C. Underground -Type Plastic Line Marker General: Manufacturer's standard permanent, bright colored, continuous -printed plastic tape; not less than 6" wide x 4 mils thick intended for underground service. Provide tape with printing which most accurately indicates type of service of buried cable/conduit. D. 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. E. 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. Engraved Plastic -Laminate Signs General: Provide engraving stock melamine plastic laminate, in sizes and thickness indicated, engraved with engraver's standard letter style of sizes and wording indicated, black and white core (letter color) except as otherwise indicated, punched for mechanical fastening except where adhesive mounting is necessary because of substrate. - a. Thickness: 1/16", for units up to 20 sq. in. or 8" lengths; 1/8" for larger units. Fasteners: Self -tapping stainless steel screws, except contact -type permanent adhesive where screws cannot or should not penetrate substrate. PART 3 - EXECUTION C 3.01 APPLICATION AND INSTALLATION O m A. General Installation Requirements O� Coordination: Where identification is to be applied to surfaces which-lklmire finish,+ �1. II identification after completion of painting. = rl t rl 0 B. Conduit Identification on 1. Conduit above accessible ceiling spaces shall be identified per 2.01 B. 2. 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. Rohrbach Associate's PC IDENTIFICATION FOR ELECTRICAL SYSTEMS 26 05 53-2 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 C. Underground Cable/Conduit Identification General: During back-filling/top/soiling of each exterior underground electrical, signal or communication cable or conduit, install continuous underground -type plastic line marker, located directly over buried line at 6" to 8" below finished grade. Where multiple small lines are buried in a common trench and do not exceed an overall width of 16", install a single line marker. D. Cable/Conductor Identification 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. E. Operational Identification and Warnings 1. General: Wherever reasonably required to ensure safe and efficient operation and maintenance of electrical systems, and electrically connected mechanical systems and general systems and equipment, including prevention of misuse of electrical facilities by unauthorized personnel, install self-adhesive plastic signs or similar equivalent identification, instruction or warnings on switches, outlets and other control�l' evices and covers of electrical enclosures. Where detailed instructions or expjpationgxere n@QWd, . provide plasticized tags with clearly written messages adequate for fKM ec{,�rpos tl Equipment/System Identification ON r 1. General: Install engraved plastic -laminate sign on each major unit o5eletlricequi grt in building; including central or master unit of each electrical syst> uQLPss s specified with its own self-explanatory identification. Except as oF. erwis8' indicated, o provide single line of text, 1/2" high lettering on 1-1/2" high sign (2" high wher2 lines are m required), white lettering in black field. Provide text matching terminology and numbering r"' _df the contract documents and shop drawings. Provide signs for each unit of the ti%ojlowing categories of electrical work. ro ,aPanelboards, electrical cabinets and enclosures. Access panel/doors to electrical facilities. Q c_ Major electrical switchgear. d. Motor disconnects. n 2. Install signs at locations indicated or, where not otherwise indicated, at location for best convenience of viewing without interference with operation and maintenance of equipment. Secure to substrate with fasteners, except use adhesive where fasteners should not or cannot penetrate the substrate. END OF SECTION 26 05 53 Rohrbach Associates PC IDENTIFICATION FOR ELECTRICAL SYSTEMS 26 05 53-3 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 Rohrbach Associates PC IDENTIFICATION FOR ELECTRICAL SYSTEMS 26 05 53-4 N U O DC7 GC q f ZE 3> ,r m Rohrbach Associates PC IDENTIFICATION FOR ELECTRICAL SYSTEMS 26 05 53-4 Riverfront Crossings Park Phase 3 Project SECTION 26 09 23 LIGHTING CONTROL SYSTEMS PART1- GENERAL 1.01 RELATED WORK Iowa City Project Number R4185 RAPC Project Number 1613 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 for a complete operational lighting control system as required by the drawings and this section. B. This section applies to all work under this division. This shall include, but not necessarily be limited to, the following: 1. Furnish, install, and terminate all system equipment and cabling as applicable and per drawings. 2. Furnish and install any cabinets, racks and cable management as required and as indicated. 3. Furnish any other material required to form a complete and operational system. 4. Provide As -Built drawings per Division 0 and/or Division 1 specification. 5. Provide Owner training and testing documentation. c 6. All elements of the construction shall be performed by workmen skilled in=e particular craft involved, and regularly employed in that particular craft. o n L_ "n 7. All work shall be performed in a neat, workmanlike manner in kee witrdhe hioest standards of the craft. C-) -<— :::�r- Cn 1.03 QUALITY ASSURANCE<rn o� Q A. NEC Compliance: Comply with NEC as applicable to construction and instglion-& electrical wiring devices. '' r �0 B. UL Compliance and Labeling: Provide electrical wiring devices which have been UL -listed and labeled. C. NEMA Compliance: Comply with NEMA standards for general- and specific -purpose wiring devices. D. ASH RAE Compliance: Comply with ASH RAE 90.1-2010 section 9. E. All Contractors shall familiarize themselves with all codes and standards applicable to their work. No extra compensation will be allowed for corrections or changes in the work required due to failure to comply with the applicable codes and standards. 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 SUBMITTALS A. Submit manufacturer's product data literature for each lighting control component required. For occupancy sensors and related components, submit Manufacturer's device layout indicating recommended device placement, product data and project specific wiring diagrams. Submittals shall include the Sequence of Operation for each area of lighting control. Rohrbach Associates PC LIGHTING CONTROL SYSTEMS PUR1111PAI 1 Riverfront Crossings Park Phase 3 Project 1.05 WARRANTY Iowa City Project Number R4185 RAPC Project Number 1613 A. The control system designated on the drawings and plans and herein specified shall be guaranteed to be free from original defects in both material and workmanship for a period of five (5) years. This warranty shall become effective starting the date of project substantial completion. 1.06 SYSTEM DESCRIPTION A. System Architecture: 1. The lighting control system shall be a non -networked, distributed lighting control system. The system shall have no central monitoring, control or time functions. Each individual room or area shall have a standalone control system that is not dependent on a network for any reason including programming. 2. All system adjustments for time delays, high-level trim, low-level trim, fade times, blink warnings, photo sensor sensitivity, daylight setpoints, receptacle control time delays, vacancy mode, occupancy mode, etc. shall be programmable and adjustable without the use of a ladder. B. Lighting control system for manual and automatic control of interior lighting systems. 1. Space Control — Provide occupancy/vacancy control with manual occupant input as noted on the lighting control sequence schedule. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Manufacturer. Subject to compliance with requirements, provide lighting control systems of one of the following: ,%* 1.' WattStopper Digital Lighting Management— DLM CD D� o_ o L i 2. Hubbell Building Automation — NX _ 3. Leviton — SectorFlex 4. Cooper Greengate �{m 5. Acuity Controls - nLight � = a 2.02 SINGLE/ DUAL RELAY WALL SWITCH OCCUPANCY SENSORS (STAND-AtONE)I— m A. Dual Technology: Manual -ON, Automatic -OFF dual technology (passive infrared and ultrasonic) wall switch occupancy sensor. Furnish the model which suits the electrical system parameters, and accommodates the square -foot coverage and wattage requirement for each area (and type of lighting) controlled. 120/277VAC rated. 2.03 WALL OR CEILING MOUNTED OCCUPANCY SENSOR SYSTEM A. Description: Wall or ceiling mounted passive infrared (PIR), ultrasonic or dual technology digital (passive infrared and ultrasonic) occupancy sensor as indicated on the drawings. Furnish the system which accommodates the square -foot coverage requirements for each area controlled, utilizing room controllers, occupancy sensors and accessories which suit the lighting and electrical system parameters. Rohrbach Associates PC LIGHTING CONTROL SYSTEMS 26 09 23-2 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 B. The manufacturer shall review electrical drawings and adjust sensor types and placement as required for proper covers based on the specific characteristics of the proposed sensor. 2.04 WALL SWITCHES AND DIMMERS A. Description: Low voltage momentary pushbutton switches in 1, 2, 3, 4, and 5 button configuration compatible with wall plates with decorator opening. Wall switches shall include the following features: 1. Engraving where indicated on the drawings. 2. LED indicator lights indicating status. 3. Dimmers shall indicate light level with multiple LEDs. B. Switches and dimmers shall be able to function as noted below: Load and Scene button function may be reconfigured for individual buttons. 2. Individual button function may be configured to Toggle, On only or Off only. 3. Individual scenes may be locked to prevent unauthorized change. 2.05 ROOM CONTROLLERS A. Room Controllers shall be provided to match the room lighting load and control requirements. The control units will include the following features: Dual voltage (120/277 VAC, 60 Hz) B. On/Off Room Controllers shall include: 1. One or two relay configuration C= _ 2, . Relay controller listed for connection to receptacles, for occupancy -ba conEM of pWh loads within the space. D-- z r t) a. One relay configuration only, rated at 20A, 120VAC.�-, rn b. Automatic-ON/OFF configuration Gr- -0 M PART 3 - EXECUTION s — L7 3.01 INSTALLATION OF WIRING DEVICES A. Install components as indicated on the drawings and as called for below. B. Low -voltage lighting control cables shall not share raceway or cable tray with telecommunications wiring. All cable shall be neatly routed and tie -wrapped to structural components. Excess wire shall be neatly coiled and secured to structure. Provide a 6' coil of cable at each ceiling mounted device for ease of relocation if conflicts arise. Under no circumstances shall cable be supported by piping, conduit, ductwork, ceiling tile or ceiling support wires. Cable shall be neatly routed in line with building lines. C. Where installed above accessible ceiling, all components shall be located in easily accessible areas. Any controller located in an area above a non -removable ceiling tile or where obstructed by piping or duct work shall be relocated. All locations shall be recorded on as -built drawings. Rohrbach Associates PC LIGHTING CONTROL SYSTEMS 26 09 23-3 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 D. Low voltage lighting control cable shall not use the same conduit sleeves as telecommunications cable. Provide dedicated sleeves. Where installed within non -accessible permanent construction or in exposed areas, provide continuous raceway to accessible location. E. It is the Contractor's responsibility to determine the ceiling type for each space and provide accessories as required for installation of devices in ceiling. Proper judgment must be exercised in executing the installation so as to ensure the best possible installation in the available space and to overcome local difficulties due to space limitations or interference of structural components. G. It is the Contractor's responsibility to arrange a pre -installation meeting with the manufacturer's factory authorized representative, at the Owner's facility, to verify placement of sensors and installation criteria. Install the work of this Section in accordance with manufacturer's printed instructions unless otherwise indicated. J. Calibrate all sensor time delays and sensitivity to provide proper detection of occupants and energy savings. 1. Adjust time delay so that controlled area remains lighted for 15 minutes after occupant leaves area or as indicated in the Sequence of Operations. 2. Adjust lighting system to provide maximum lighting levels as indicated on the drawings. m J. Provide 120V circuits as required for lighting control components. CIO 3.02 FACTORY COMMISSIONING Dcl y -{ A. Upon completion of the lighting control(s) installation, the lighting control sy" (ainensq� nd control equipment) shall be completely commissioned by the manufacturer6tT ctofV autlbtiied technician who will verify all adjustments and sensorplacement to a�`trout�ee occupancy -based lighting control system. The electrical contractor shall mt¢ser=r locations and wiring as directed by the factory technician as required to achieve regwr functiwality. B. Upon completion of the lighting control system fine tuning the factory authorized technician shall provide the proper training to the Owner's personnel in the adjustment and maintenance of the sensors. D. Provide written or computer-generated documentation on the commissioning of the system including room by room description. Report to include: 1. Sensor parameters, time delays, sensitivities, and daylighting setpoints. 2. Sequence of operation, (e.g. manual ON, Auto OFF. etc.) 3. Load Parameters (e.g. blink warning, etc.) 3.03 TRAINING A. Provide three (3) two-hour training sessions for the Owner. The first training session is to be at the time of initial system startup. The second secession is to be post -occupancy. The third session is to be used at Owner's discretion. The training is to include, but not limited to the following: Detailed review of the system architecture, individual components, and wiring requirements. Rohrbach Associates PC LIGHTING CONTROL SYSTEMS 26 09 23-4 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 2. System programming method included examples and demonstrations. These are to include adjustments for time delays, high-level trim, low-level trim, fade times, blink warnings, receptacle control time delays, vacancy mode, occupancy mode, etc. 3. Occupancy sensitivity adjustments for both PIR and ultrasonic setting, adjustments for an automatic learning mode and the ability to disconnect, and selection between PIR and Ultrasonic modes for duel technology devices. 4. System troubleshooting including types of component failures, associated system failure and repair/replacement and reprogramming procedures. 3.04 SPARE PARTS A. Spare Parts: Provide the following list of spare equipment (for each type used) to Owner to match equipment used in project. 1. Occupancy Sensor, ceiling mounted — quantity: 2 2. Single Room 0 — 10V Controller — quantity: 2 3. Single Room Controller—quantity: 2 4. Control Cables—quantity: 100' 5. Any specialty tool required for programming - Quantity: 1 END OF SECTION 26 09 23 Rohrbach Associates PC LIGHTING CONTROL SYSTEMS P3Yr>r>164ZA N O on -4 m ` 'n n- �c r' 1 � s o b' t �t3 LIGHTING CONTROL SYSTEMS P3Yr>r>164ZA Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 Rohrbach Associates PC LIGHTING CONTROL SYSTEMS 26 09 23-6 N O DC7 m A D � � r7l 7J �: a lx rn Rohrbach Associates PC LIGHTING CONTROL SYSTEMS 26 09 23-6 Riverfront Crossings Park Phase 3 Project SECTION 26 24 16 PANELBOARDS PART1- GENERAL 1.01 RELATED WORK Iowa City Project Number R4185 RAPC Project Number 1613 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 equipment, materials, tools, labor and supervision necessary to install lighting panelboards and distribution panelboards as specified in this section and as called for on the drawings. B. Types of panelboards and enclosures in this section include the following: 1. Lighting and appliance panelboards. 2. Power distribution r)anelboards. 1.03 QUALITY ASSURANCE A. UL Compliance: Comply with applicable UL safety standards pertaining to panelboards and accessories, and enclosures, provide units which have been UL -listed and labeled. B. NEC Compliance: Comply with NEC as applicable to installation of panelboards, cabinets and cutout boxes. C. NEMA Compliance: Comply with NEMA Stds. Pub. No. 250, "Enclosures fo;gElectrical Equipment (1000 volt maximum)", Pub. No. 1, "Panelboards", and installation Brtion 6PPub.-N.O. PB 1. 1, "Instructions for Safe Installation, Operation and Maintenance of Pane�Qtds�gated bbd Volts or Less". 1.04 SUBMITTALS �Grn m G p� A. Product Data: Submit manufacturer's data including specifications, installatioiP RtruE pns pa (Y general recommendations, for each type of panelboard required. Include data 4eabstan!pting that units comply with requirements. to B. Shop Drawings: Submit dimensioned drawings of panelboards and enclosures showing accurately scaled layouts of enclosures and required individual panelboard devices, including but not necessarily limited to, circuit breakers, fusible switches, fuses, ground -fault circuit interrupters and accessories. PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products of one of the following (specification based on Square D): General Electric Square D Cutler Hammer Rohrbach Associates PC PANELBOARDS 26 24 16-1 Riverfront Crossings Park Phase 3 Project 2.02 PANELBOARDS Iowa City Project Number R4185 RAPC Project Number 1613 A. General: Except as otherwise indicated, provide panelboards, enclosures and components, of types, sizes, and ratings indicated, which comply with manufacturer's standard materials, design and construction in accordance with published product information; equip with number of unit panelboard devices as required for complete installation. 1. All Multi -Section Panels: Same dimensions. 2. Provide two keys for each panel. 3. Provide copper ground bar. 4. All panels shall have a designed short circuit rating label. B. Lighting and Appliance Panelboards: 1. Panelboard bus structure and main lugs or main breakers shall have current ratings as shown on the panelboard schedule. Such ratings shall be established by heat rise tests, conducted in accordance with UL Standard 67. Bussing shall be distributed phase sequence type. 2. The bus assembly shall be enclosed in a steel cabinet. Wiring gutter space shall be in accordance with UL Standard 67 for panelboards. The rigidity and gauge of steel to comply with UL Standard 50 cabinets. Provisions for additional circuit breakers shall be such that field addition to connectors or mounting hardware will not be required to add circuit breakers to the panelboards. 3. If ground -fault interrupting breakers (GFI), switched neutral or other spell types of breakers require additional pole spaces, size of panel shall be increased aC=rdinolv.L^ give the scheduled numbers of poles for spare breakers and blank sp1ke, rr—, 'PI 4 Z �" 4. Fronts shall include doors and have flush, stainless steel, cylinder tun*ieyQypgpcksV ith catches and spring-loaded door pulls. The flush lock shall not protruaa yond the of the door. All panelboard locks shall be keyed alike. Fronts shal�rWeVjust indicating trim ring clamps which shall be completely concealed steg gem. Fr shall not be removable with door in the locked position. A circuitry diiW6ry frame and card with a clear plastic covering shall be provided on the inside of the d3or. Zr 5. Terminals for feeder conductors to the panelboard mains and neutral shall be UL listed as suitable for conductor specified. 6. Each panelboard, as a complete unit, shall have a short circuit current rating equal to or greater than the integrated equipment rating shown on the panelboard schedule. Series connected interrupting ratings are not acceptable. This short circuit current rating shall be established by testing with the overcurrent devices mounted on the panelboard. The short circuit tests on the overcurrent devices and on the panelboard structure shall be made simultaneously by connecting the fault to each overcurrent device with the panelboard connected to its rated voltage source. Method of testing shall be per Underwriters Laboratories Standard UL 67. The source shall be capable of applying the specified panelboard short circuit current or greater. Testing of panelboard overcurrent devices for short circuit rating only while individually mounted is not acceptable. Also, testing of the bus structure by applying a fixed fault to the bus structure alone is not acceptable. Panelboards shall be marked with their maximum short circuit current rating at the supply voltage and shall be UL listed. 7. Bus Bar: Aluminum or Copper. 8. Panelboards shall have door -in -door covers Rohrbach Associates PC PANELBOARDS 26 24 16-2 Riverfront Crossings Park Phase 3 Project 2.03 CIRCUIT BREAKERS Iowa City Project Number R4185 RAPC Project Number 1613 A. General: Except as otherwise indicated, provide circuit breakers and ancillary components, of types, sizes, ratings and electrical characteristics indicated, which comply with manufacturer's standard design, materials, components, and construction in accordance with published product information, and as required for a complete installation. B. Circuit Breakers - Branch Circuit Panelboards: Branch circuit breakers up to 150 amperes shall be Square D Type COB or equal. Breakers shall be bolt -on type toggle action with quick -make, quick -break mechanism. Trip indication shall be clearly shown by the breaker handle taking a position between on and off when the breaker is tripped. All multi -pole breakers shall be single -operated handle, internal common trip. Breakers having handle ties but not factory labeled "common trip" will be rejected. UL Class A ground fault circuit protection shall be provided on 120V AC branch circuits as specified on the plans or panelboard schedule. This protection shall be an integral part of the branch circuit breaker which also provides overload and short circuit protection for branch circuit wiring. Single pole 15 and 20 ampere circuit breakers shall be UL listed as "Switching Breakers" at 120V AC and carry the SWD marking. Tandem or "piggyback" breakers providing two circuits from one pole space are prohibited. PART 3 - EXECUTION 3.01 INSTAL; LATION OF PANELBOARDS A. General: Install panelboards and enclosures where indicated, in accordance 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. Securely anchor panelboards to structure and make feeder and branch circuit connections as indicated in specifications and on the drawings. C. Each panelboard directory shall be typewritten to identify the load fed by each quit. Spare breakers and circuits to be left blank with circuit breaker in off position. em o� n -n• END OF SECTION 26 24 16 --rn A F W Rohrbach Associates PC PANELBOARDS 26 24 16-3 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 Rohrbach Associates PC PANELBOARDS 26 24 16-4 N O_ � m ;{ m f 1� rn Rohrbach Associates PC PANELBOARDS 26 24 16-4 Riverfront Crossings Park Phase 3 Project SECTION 26 27 26 WIRING DEVICES PART1- GENERAL 1.01 RELATED WORK Iowa City Project Number R4185 RAPC Project Number 1613 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. C. NEMA Compliance: Comply with NEMA standards for general- and specific -purpose wiring devices. 1.04 SUBMITTALS A. Submit manufacturer's name and product data literature for each type of wiring device required. PART 2 - PRODUCTS 2.01 SWITCHES AND RECEPTACLES o m A. All switches and receptacles shall be "specification grade", side and back except w� higher grade is called for on the plans. Acceptable manufacturers are as fiS, gh ca numbers based on Hubbell, Inc.: =-icy rn 1. Hubbell, Inc. =gym v rn 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: Single pole toggle light switch - 20 amp, 120-277 volt, #1221 series. 2. Double pole toggle light switch - 20 amp, 120-277 volt, #1222 series. 3. Three-way toggle light switch - 20 amp, 120-277 volt #1223 series. 4. Four-way toggle light switch - 20 amp, 120-277 volt, #1224 series. Rohrbach Associates PC WIRING DEVICES 26 27 26-1 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 5. Double -pole double -throw center off light switch - 20 amp, 277 volt, #1386 series. 6. Momentary contact switch - 15 amp, 120-277 volt, #1556 series. All switches serving emergency circuits shall be as specified in 2.01 above, except shall have "red" handles. D. Receptacles shall be as follows: 1. 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: P&S 5362, Hubbell 5352, Leviton 5352. Wherever a duplex receptacle is shown outdoors, provide Hubbell 5362_WR or equivalent. 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 GF5352 series. la 4. Surge suppression outlets indicated as TVSS on drawings shale eq@l to M"ell 5352 -IS. __�_ C) s �. 5. Tamper resistant type duplex receptacles where required shall %arAp 12 t NEMA 5-20R equal to Hubbell BR 20 series with the following additi quk@merrr���jjj5��' 0 a. Shall permit current to flow only while a standard plug is in tlt45y ;oper.-position in the receptacle. t b. Screws exposed while the wall plates are in place shall be the tamper�of type. C. Shall be installed where indicated on plans. 2.01 WIRING DEVICE ACCESSORIES A. Cover Plates: 1. Stainless steel, smooth metal, Type 302. 2. Provide plates for all switches, receptacles, TV outlets, other outlets and blank plates for unused outlets. 3.1 Plates for surface outlets shall be of the raised cover type utilizing 4" square boxes. 4. Outlets Installed Outdoors or in Wet Locations: a. Weather Proof Flip Cover ("WP"): Weatherproof device covers shall consist of cast metal cover plate and cap over each opening. The cap shall be permanently attached to the cover plate by a spring hinged flap. The weatherproof integrity shall not be affected when heavy duty specification or hospital grade attachment plug caps are inserted. Cover plates on outlet boxes mounted flush in the wall shall be gasketed to the wall in a watertight manner. 1) Horizontally mounted devices shall have cover plate aligned for same mounting, equal to Hubbell CWP series. 2) Vertically mounted devices shall have cover plate aligned for same mounting, equal to Hubbell WP series. Rohrbach Associates PC WIRING DEVICES 26 27 26-2 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 b. Weather Proof Cord and Plug Cover ("WPD"): Intermatic WP1020 outdoor outlet covers. Covers to be made of clear, UV stabilized polycarbonate, hinged at the top with a securing tab at the bottom. Gaskets shall be provided to mount between outlet boxes and cover/base assemblies. 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. D. Switched duplex receptacles shall be wired so that only the top receptacle is switched; the remaining receptacle shall be unswitched. E. 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. F. 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. END OF SECTION 26 27 26 N O tl "lam S22�ID <r— o f71 rn � x SD Rohrbach Associates PC WIRING DEVICES 26 27 26-3 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 Rohrbach Associates PC WIRING DEVICES 2627264 o_ D --I Z �T Rohrbach Associates PC WIRING DEVICES 2627264 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 SECTION 26 28 15 MOTOR AND SERVICE DISCONNECTS x1 as19e14ag9il1 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. C. NEMA Compliance: Comply with applicable requirements of NEMA Stds. Pub. No. KS 1 1.04 SUBMITTALS A. Product Data: Submit manufacturer's data including specifications, installation instructions and general recommendations, for each type of motor and circuit disconnect switch required. PART 2- PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS N O A. Subject to compliance with requirements, provide products of one of the followingrnanu=turers: :*n §— 'n 1. Bussman D� a 2. General Electric n-< — r 3. ITE - rn 4. Square D Co. <r a M 5. Cutler Hammer � _ 2.02 DISCONNECTS ]> r' 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. D. All disconnects shall be of the fuse type, except where drawings indicate non -fuse type (N.F.). Rohrbach Associates PC MOTOR AND SERVICE DISCONNECTS 26 28 15-1 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 E. Safety switches shall be Nema 3R type. PART 3- EXECUTION 3.01 INSTALLATION OF MOTOR AND CIRCUIT DISCONNECT SWITCHES B B 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. Install disconnect switches used with motor -driven appliances, and motors and controllers within sight of controller position unless otherwise indicated. Rohrbach Associates PC END OF SECTION 26 28 15 Vo CID •y � o� MOTOR AND SERVICE DISCONNECTS 26 28 15-2 Riverfront Crossings Park Phase 3 Project SECTION 26 50 00 LIGHTING PART 1 - GENERAL 1.01 RELATED WORK Iowa City Project Number R4185 RAPC Project Number 1613 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 building lighting fixtures. B. NEMA Compliance: Comply with applicable requirements of NEMA standard publications pertaining to lighting equipment. C. Listings: Provide lighting fixtures which have been listed and labeled. Listing or labeling shall be by UL, ETL Intertek or other nationally recognized agency. D. CBM Labels: Provide fluorescent -lamp ballasts which comply with Certified Ballast Manufacturers Association standards and carry the CBM label. 1.04 SUBMITTALS c O co A. Product Data: Submit manufacturer's data on interior building lighting fixturesx' Z B. Shop Drawings: Submit fixture shop drawings in booklet form with separMO shoat forfL9ch fixture, assembled in luminaire "type" alphabetical order, with proposed fixFWpnd� cce� Byees clearly indicated on each sheet. Shop drawing booklet shall include lamp ancl sheets. PART 2 -PRODUCTS �n 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. Rohrbach Associates PC LIGHTING 26 50 00-1 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 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 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 1. Luminaire manufacturer provide a five (5) year written warranty. a CID C. Replacement and Spares: o n a 1. The following requirements apply to all LED fixtures. Z 2. Manufacturer shall provide written guarantee of the following: n..e a. Manufacturer shall be able to provide compatible replacm-ot parts thl"re designed to fit into original luminaire for ten (10) years. -4r--0 b. Replacement LED array/module shall be within 3 MacAda pi7Dr eif se, On 10% of lumen output, 7% of correlated color temperature ( ran equivalent distribution of original array/module. v F 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: I 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. 8. LEDs shall be adequately protected from moisture or dust in interior applications. Rohrbach Associates PC LIGHTING 26 50 00-2 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 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 (Im/W), 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: 1. Drivers shall have a minimum efficiency of 85%. 2. Minimum/Maximum Ambient Temperature:-20°C/55°C interior locations,-40°C/55°C exterior locations, 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 sinking drivers are not allowed. 6. Surge Protection for exterior fixtures: The system must survive 250 repetitive strikes 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. 7. Power Factor (PF): >_ 0.90. 8. Total Harmonic Distortion (THD): 5 20%. 9. Comply with FCC Title 47 CFR Part 18 Non -consumer RFI/EMI Standards. 10. Drivers shall be reduction of hazardous substances (ROHS)-compliant. c 11. Mean Time Between Failure (MTBF): 100,000 hours based on 90% suj!�val. ao ZEn PART 3 - EXECUTION D2 x _� 3.01 INSTALLATION OF INTERIOR LIGHTING FIXTURES -> :<m<f .o M A. Install interior lighting fixtures at locations and heights as indicated, in accaaamce Wth fi manufacturer's written instructions, applicable requirements of the National E CLAie (N8 ,, NEMA standards, and with recognized industry practices to ensure that lifting factures fulfill requirements. `'0 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. Where fluorescent fixture housings are connected together, use 90 deg.0 wire for branch circuit feed through fixture channels. E. All fixtures shall be grounded. All lamp sockets shall be wired so that the outer shell is connected to the neutral grounded conductor. Rohrbach Associates PC LIGHTING 26 50 00-3 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 F. Fixtures recessed in furred ceiling shall be installed so that they can be removed from below the ceiling. G. Luminaires located in suspended ceilings shall be connected with a maximum 6 foot length of flexible liquid tight metal conduit and building wire. H. Housing, trim, and lens frame shall be true, straight and parallel to each adjacent fixtures and features. I. 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. J. Round fixtures or fixtures smaller than the ceiling grid shall have at least two (2) 3/4 inch (19 mm) metal channels spanning, and secured to, the ceiling tees for centering and aligning the fixture. L. Suspended Linear or Pendant mounted fixtures shall be independently supported from the. building structure by wires, straps or rods. M. Fixture whips shall be in accordance with section 26 05 33 Raceway and BoxeVor Electrical Systems. I `o v _ END OF SECTION 26 50 00 o� sr Rohrbach Associates PC LIGHTING 26 50 00-4 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 SECTION 27 00 10 TELECOMMUNICATIONS GENERAL PROVISIONS PART 1 -GENERAL 1.01 GENERAL A. Refer to Bidding Information, conditions of the Contract and Division I, General Requirements, which all apply to work under this section. 1.02 DESCRIPTION OF WORK A. This section applies to all work under the telecommunications contract. This shall include, but not necessarily be limited to, the following: 1. Pre -Register Project with structured cabling plant manufacturer if applicable. 2. Furnish and install a complete voice and data -wiring infrastructure. 3. Furnish, install, and terminate all UTP cable and fiber as applicable and per drawings. 4. Furnish and install all wall plates, jacks, patch panels, and patch cords as required and as indicated. 5. Furnish and install any cabinets, racks and ladder rack as required and as indicated. 6. Furnish any other material required to form a complete system. 7. Perform permanent link testing (100% of links) and certification of all components. 8. Furnish test results of all cabling to the owner on disk and paper format, listed by each closet, then by workstation ID. 9. Provide Owner As-builts in the form of one electronic copy and two hard copies of a labeled map of the building(s) showing the structured cabling plant. t0. Adhere and comply with all requirements of the Contractor Agreement for the structured cabling plant manufacturer to be used. 11. Provide Owner training and testing documentation. N B. The work shall include all materials, equipment and labor required for complete �d properly functioning telecommunications systems. �� s -n y� z C. All elements of the construction shall be performed by workmen skilled irc-VW paw ular'ET3ft involved, and regularly employed in that particular craft. eco m �� -o D. All work shall be performed in a neat, workmanlike manner in keeping with tl n etanc TM of the craft. g D � 1.03 CODES AND STANDARDS A. All work shall be done in accordance with the applicable portion of the following codes and standards: 1. National Electrical Code 2. Local Electrical Code 3. National Fire Protection Association 4. National Electrical Manufacturers Association 5. Standards of Institute of Electrical and Electronic Engineers 6. Applicable Building Codes 7. Occupational Safety and Health Act 8. Iowa Administrative Codes 9. ANSI TIA-526-7 Measurement of Optical Power Loss of Installed Single -Mode Fiber Cable Plant 10. ANSI TIA-526-14-C Optical Power Loss Measurements of Installed Multimode Fiber Cable Plant 11. ANSI TIA-568-D.0 Generic Telecommunications Cabling For Customer Premises Rohrbach Associates PC TELECOMMUNICATIONS GENERAL PROVISIONS 27 00 10-1 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 12. ANSI TIA-568-D.1 Commercial Building Telecommunications Cabling Standard Part 1: General Requirements 13. ANSI TIA-568-C.2 Balanced Twisted -Pair Telecommunications Cabling and Components Standards 14. ANSI TIA-568-C.3 Optical Fiber Cabling Components Standard 15. ANSI TIA-568-C.4 Broadband Coaxial Cabling and Components Standard 16. ANSI TIA-569-D Telecommunications Pathways and Spaces 17. ANSI TIA-570-C Residential Telecommunications Infrastructure Standard 18. ANSI TIA-598-D Optical Fiber Cable Color Coding 19. ANSI TIA-606-B Administration Standard for Commercial Telecommunications Infrastructure 20. ANSI TIA-607-B Commercial Building Grounding (Earthing) and Bonding Requirements for Telecommunications 21. ANSI TIA-758-B Customer -owned Outside Plant Telecommunications Infrastructure Standard 22. National Fire Protection Agency (NFPA - 70), National Electrical Code (NEC) B. All Contractors shall familiarize themselves with all codes and standards applicable to their work. No extra compensation will be allowed for corrections or changes in the work required due to failure to comply with the applicable codes and standards. Where two or more codes or standards are in conflict, that requiring the highest order of workmanship shall take'cecedence, but such questions shall be referred to Design Professional for final decision.- co n ..� 1.04 REQUIREMENTS & FEES OF REGULATORY AGENCIES �� z r A. Contractor shall comply with the rules and regulations of the local serving u�ompanies�ty shall check with each utility company providing service to this project and det orrify {[[hJJ requirements regarding incoming services. p7 B. Sseure and pay for all permits, licenses, fees and inspections. y rn 1.05 DRAWINGS A. Drawings for the work are in part diagrammatic, and are intended to convey the scope of the work and to indicate in general the location of equipment. B. Contractor shall layout his own work and shall be responsible for determining the exact quantities and locations for equipment. C. Contractor shall take own field measurements for verifying locations and dimensions; scaling of the drawings will not be sufficient for laying out the work. D. Because of the scale of the drawings, certain basic items for a complete installation are not shown, but where such items are required by code (or referenced standards) where they are required for proper installation and operation of the work, such items shall be furnished and installed. 1.06 ACTIVE SERVICES A. Contractor shall be responsible for verifying exact locations of all existing services prior to beginning work in that area. B. When active services are encountered which require relocation, Contractor shall make request to authorities with jurisdiction for determination of procedures. C. Where existing services are to be abandoned, they shall be terminated in conformance with requirements of the authorities having jurisdiction. Rohrbach Associates PC TELECOMMUNICATIONS GENERAL PROVISIONS 27 00 10-2 Riverfront Crossings Park Phase 3 Project 1.07 SITE INSPECTION Iowa City Project Number R4185 RAPC Project Number 1613 A. Contractor shall inspect the site prior to submitting bid for work to become familiar with the conditions of the site which will affect the work and shall verify points of connection with utilities and/or existing system wiring. B. Extra payment will not be allowed for changes in the work required because of Contractor's failure to make this inspection. r'IfiIt�iZi � ; � I�I_ri � . a . ► • �77�L•it<N7.1 A. It shall be Contractor's responsibility to schedule and coordinate work with the schedule of 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. 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 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 Contractor is in agreement with the drawings and specifications as issued. If clarification is required after the contract is awarded, sucllarification will be made by Design Professional and his/her decision will be final. o m :*n C— D. i� D. Special care shall be taken for protection for all equipment. All equipment IditlatOQaI shMe completely protected from weather elements, painting, plaster, etc., efflc th� projErMs substantially completed. Damage from rust, paint, scratches, etc., shall be refa%s required to restore equipment to original condition. _rn i +, 3 E. Protection of all equipment during the painting of the building shall be the ponsiTility of the Painting Contractor, but this shall not relieve Contractor of the responsitfifity forsecking to assure that adequate protection is being provided. Where the final installation or connection of equipment in the building requires Contractor to work in areas previously finished by Owner, the 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 be responsible for patching and refinishing of such areas which may be damaged in this respect. G. Where two or more specified items/systems in the specifications and/or the drawings are in conflict, that requiring the highest order of workmanship and the most financially expensive products shall take precedence. Such questions shall be referred to the Design Professional for final decision. Rohrbach Associates PC TELECOMMUNICATIONS GENERAL PROVISIONS 27 00 10-3 Riverfront Crossings Park Phase 3 Project 1.09 MATERIALS AND EQUIPMENT Iowa City Project Number R4185 RAPC Project Number 1613 A. All materials and equipment shall be the standard product of a reputable 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 items, 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. 1.10 SUBMITTALS A. Contractor shall furnish, to the Design Professional, complete sets of submittals. Contractor shall review and sign submittals before submitting. Contractor shall provide submittals velectronic process (.PDF format) unless otherwise instructed. Refer to Division 0.1 specs tions additional requirements. v B. Submittals shall be bound into sets per specification section (not division). 'Azor of�ie submittal shall cover related items for a complete system as much as practical�(jte she[ identified with symbols or "plan marks" used on drawings whenever possil4V, IrfJmpl piecemeal or unbound submittals will be rejected. C. Each submittal shall include a cover sheet providing the Approved Contractorsmompacname, address, phone number and contact person (person to contact if there are questions a out the submittal). The cover sheet shall also have adequate white space for the design professional review stamp as well as up -stream contractor stamps. The company providing the submittal shall be the same as that which meets the APPROVED CONTRACTOR requirements paragraph found later in this specification section (submittals without this identifying contractor information on the cover page will be rejected to ensure the Approved Contractor process is being followed). D. Design Professional will review submittals solely to assist contractors in correctly interpreting the plans and specifications. E. Contract requirements cannot be changed by submittals. Contract documents remain in force even if equipment is submitted which differs from contract drawings and specifications and that submittal is stamped as reviewed (or any other stamp verbiage). F. Submittals required by the various sections of the Project Manual include, but are not necessarily limited to those identified in the submittal schedule below. G. After award of contract, the contractor shall provide a completed submittal schedule including dates that the submittals will be to the Design Professional for review. Rohrbach Associates PC TELECOMMUNICATIONS GENERAL PROVISIONS 2700104 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 H. Submit required information on all items in the project for the following systems (see table). Submittals shall be sorted and separately identified per specification section listed below. SPEC EQUIPMENT DETAIL PROD SAMPLES INSTALL O & M CERTIFICATE OTHER SECTION DWGS DATA METHODS MANUAL OF SYSTEM (SEE DEMON- NOTES) STRATION 270010 Contractor Certifications X Note 1 270010 Manufacturer Certification X Note 2 270010 UTP No -Paint Notification X Note 7 271000 Grounding Equipment X X 271000 3rounding Cabling X X 271000 3rounding Hardware X X 271100 UTP Cabling/Equipment X X X Note 6 271100 Fiber Cabling/Equipment X X X Note 6 271100 DC/Lightning DC/LightningBlocks X X X Note 6 271100 Data Racks/Cabinets X X X Note 6 271100 able Management X X X Note 6 271100 - PS/Power Equipment X X X Note 6 27 1100: s-Builts at Closeout Note 3 271200 ester, UTP/Fiber X X Note 4 271200 est Report at Closeout X Note 5 Notes:. . 1. Division 27 Contractor shall submit copies of the Contractor Certifications under section 27 0010 (BICSI or IBEW/NECA Certifications) showing compliance with the specifica4W. See Approved Contractors paragraph for details. o 2. _ m Division 27 Contractor shall submit Manufacturer Certification under sectio%001mL See" Approved Contractors paragraph in this section for details, and further req nVsted in Cabling and Equipment specification section. n-< 3. Division 27 Contractor shall submit As-Builts as specified in Cabling and Ec�utrueri sectio�n�7 4. Division 27 Contractor shall submit product information on UTP Tester and � Tespr. S�_en testers specified in Testing and Documentation section. p 4J 5. _ Division 27 Contractor shall submit Test Report as specified in Testing and OcumePtion section. �0 6. Grounding and Bonding or Cabling and Equipment section submittals will not be opened or reviewed by the Design Professional until the Division 27 0010 Contractor Certifications (see Note 1) and Division 27 Manufacturer Certifications (see Note 2) have been received and found to be acceptable by the Design Professional. 7. Division 27 Contractor shall submit the "Do Not Paint The UTP" written notification (addressed to the General Contractor) for review by the Design Professional. This written notification is specified in the Telecommunications Cabling and Equipment section. The submittal process may be used as the vehicle to inform the General Contractor of the "Do Not Paint The UTP" requirement (and the mandatory corrections required if this were to happen, outlined in the Telecommunications Cabling and Equipment section) if the General Contractor acknowledges receipt of the written notification. 1.11 OPERATION AND MAINTENANCE MANUALS A. Operation and maintenance manuals shall be submitted to the Design Professional in duplicate upon completion of the job. Refer to Division 01 specifications for additional information. Rohrbach Associates PC TELECOMMUNICATIONS GENERAL PROVISIONS 27 00 10-5 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 B. Submit 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 TELECOMMUNICATIONS SYSTEMS (PROJECT NAME) (LOCATION) (DATE) SUBMITTED BY (NAME, ADDRESS AND PHONE NUMBER OF CONTRACTOR) C. Provide a master index at the beginning of manual showing items included. Each section shall contain the following information for equipment furnished under this contract: 1. Equipment and system warranties and guarantees. 2. Installation instructions. c 3. Operating instructions. m .n 4. Maintenance instructions. gc^ 5. Spare parts identification and ordering list. 6. Local service organization, address, contact and phone number. c-)'� 0%e 7. Submittals with reviewed stamp of Design Professional and Contract, ontract 611 %incl, if applicable, along with the items listed above. = 0 1.12 TESTS AND DEMONSTRATIONS v� : m A. All systems shall be tested by Contractor and placed in proper working order prior to demonstrating systems to Owner. 1.13 TRAINING AND DEMONSTRATIONS A. Prior to acceptance of the telecommunications installation, the Contractor shall provide to Owner, or hip 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. Equipment training: 1. Manufacturer's representatives shall provide instruction on each major piece of equipment. Contractor shall provide instruction on all other equipment. 2. Training sessions shall use the printed installation, operation and maintenance instruction materials included in the O&M manuals and emphasize preventative maintenance and safe operating procedures. 3. Training shall be performed by qualified factory trained technicians. 4. Contractor shall attend all sessions performed by the manufacturer's representative and shall add to each session any special information relating to the details of installation of the equipment as it might impact the operation and maintenance. Rohrbach Associates PC TELECOMMUNICATIONS GENERAL PROVISIONS 27 00 10-6 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 5. Equipment training shall occur as soon as possible after start up of the equipment and shall include hands-on operation. Training shall be provided for equipment listed in the table below. C. System training: Training sessions shall include hands-on demonstrations of system wide start-up, operation in all possible modes, shut -down and emergency procedures. D. The following are minimum requirements for Owner instruction: Section Description Hrs. on Site Presented By Others Present Remarks 27 1000 Grounding and Bonding 0.5 Contractor Mc 27 1100 Cabling and Equipment 2 Contractor co E. Each Contractor shall submit a certificate (in the oroiect closeout submittals), signed by Owner stating the date, time and persons instructed and that the instruction has been completed to Owners satisfaction. An example of a certificate form is as follows: C) -+ m C_>- a _ 'ern M -0o::K m Mc n� co Rohrbach Associates PC TELECOMMUNICATIONS GENERAL PROVISIONS 27 00 10-7 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 CERTIFICATE OF SYSTEM DEMONSTRATION This document is to certify that the 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 the Owner's satisfaction. A. Project: B. System(s): C. Contractor's representatives giving instruction and demonstration: Contractor: NAMES DATE I HOURS c v T � Z = � r stn S O� D. Owner's representatives receiving instruction: r m Owner: NAMES DATE HOURS Acknowledgement of demonstration: E. Contractor's Representative: Owner's Representative: Rohrbach Associates PC signature date signature date TELECOMMUNICATIONS GENERAL PROVISIONS 2700 10-8 Riverfront Crossings Park Phase 3 Project 1.14 PERMITS, FEES, ETC. Iowa City Project Number R4185 RAPC Project Number 1613 A. Secure all required permits and pay for all inspections required in connection with the telecommunication systems work. Contractor shall post all bonds and obtain all licenses required by the State, City, County, and Federal Agencies. 1.15 SUBSTITUTIONS A. To obtain approval to use unspecified equipment, Bidding Contractors (not equipment supplier, manufacturers, etc.) shall submit written requests to Design Professional at least 10 days prior to bid due date. Requests shall clearly describe the equipment for which approval is being requested. Include all data necessary to demonstrate that equipment's capacities, features and performance are equivalent to include a cost comparison between specified equipment and equipment for which approval is being requested. If the equipment is acceptable, Design Professional will approve it in an addenda. The Design Professional will, under no circumstances, be required to prove that an item proposed for substitution is or is not of equal quality to the specified item. 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. 1.16 APPROVED CONTRACTORS A. MANUFACTURER CERTIFICATION: Contractor shall be a manufacturer certified installer for the structured cabling plant. A copy of the current annual manufacturer certification shall be provided with 27 0010 submittals. Contractor is responsible for workmanship and installation practices in .accordance with the manufacturer requirements and shall be authorized to provide c extended Manufacturer's Product Warranty with his installation. The specific warr�$y prom that is acceptable for each solution is listed with the connectivity solution in specificaJlprr)seaWn 27,1,L0 TELECOMMUNICATIONS SYSTEMS CABLING AND EQUIPMENT. ContMiArs lVall profiije proof upon request that they have maintained the Manufacturers Certificatio6jTtfood.ctandr at least six months prior to the overall project bid. Temporary or short to ,%rtifR%tion (less than the standard 12 month annual certification described above) or casese-8ertifi ns are not acceptable. o 70 3 fi B. CONTRACTOR CERTIFICATION: Contractor shall meet one of the following two- paragraphs and provide appropriate documentation in the 27 0010 submittals: Co Contractor shall have BICSI Registered Installers and Technicians on staff and assign them to this project. The project shall be staffed at all times by Installers and Technicians who, in the role of lead craft -persons, will be able to provide leadership and technical resources for the remaining craft -persons on the project. A minimum of 30 percent of personnel shall be BICSI registered telecommunications installers. Of that number 15 percent shall be registered at the Technician Level, at least 40 percent shall be registered at the Installer Level 2, and the balance shall be registered at the Installer Level 1. Contractor shall provide BICSI certifications showing employee name, level, and expiration date. BICSI certificate for the highest level attained shall be submitted. 2. Contractor shall have employees on staff and assigned to the project that are currently indentured in or have successfully completed the IBEW/NECA three-year Telecommunications Installer/Technician registered apprenticeship program. Contractor shall maintain a ratio of 1 Technician to 1 indentured Apprentice. Contractor shall provide documentation verifying the indentured status of Apprentices, and the Department of Labor Certificates of Completion for the Installer/Technicians. Rohrbach Associates PC TELECOMMUNICATIONS GENERAL PROVISIONS 27 00 10-9 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 C. Contractor pulling the telecommunications cabling (if different from the prime Telecommunications Contractor) shall meet all the same BICSI or IBEW/NECA requirements, and requirements of this specification, as the prime Telecommunications Contractor. D. 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. 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 drawing 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. N C. If Contractor chooses to use a manufacturer listed as an equal, it shall be his ronsibili to assure that the manufacturer has complied with the requirements in 'A' atfeye. C"ractor all assume all responsibility for physical dimensions, operating characteristics, IM6111 d*,er regmflthg changes. This responsibility extends to cover all extra work necessitated $%Jhe made as a result of using the alternate manufacturer. rTf 1,^r���1 D. Where a model or catalog number is provided, it may not be inclusive of all prtAA req�iremlw- Refer to additional requirements provided on the plans or in the specific fs abrrequired. Similarly, there may be additional requirements included in the model or catalmnumbgthat are not specifically stated. These requirements shall also be met. 1.18 QUALITY ASSURANCE A. Contractor shall be a company specializing in telecommunication cable and/or accessories with a minimum of five years documented experience in installation of cable and/or accessories similar to those specified below. 1.19 WARRANTY AND SERVICES A. The entire telecommunications system including all sub -systems shall be guaranteed against defect in materials and installation for a minimum of one year. 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. B. A Manufacturer Product Warranty shall be provided which warrants functionality of all components used in the system for 20 years from the date of registration. The Manufacturers Product Warranty shall warrant the installed horizontal and/or backbone copper, and both the horizontal and the backbone optical fiber portions of the cabling system. C. Continuing Maintenance: The contractor shall furnish an hourly rate with the proposal submittal, which shall be valid for a period of one year from the date of acceptance. This rate will be used when cabling support is required to affect moves, adds, and changes to the system (MACS). MACS performed by an approved Contractor shall be added to the warranty. Rohrbach Associates PC TELECOMMUNICATIONS GENERAL PROVISIONS 27 00 10-10 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 D. Final Acceptance & System Certification: Completion of the installation, in -progress and final inspections, receipt of the test and as -built documentation, and successful performance of the cabling system for a two week period will constitute acceptance of the system. Upon successful completion of the installation and subsequent inspection, the end user shall be provided with a numbered certificate registering the installation. 1.20 CHANGES IN THE WORK A. A Contract Change Order is a written order to Contractor signed by Owner and Contractor, issued after the execution of the Contract, authorizing a change in the Work or an adjustment in the Contract Sum or the Contract Time. The Contract Sum and the Contract Time may be changed only by Contract Change Order. B. Owner, without invalidating the Contract, may order changes in the Work within the general scope of the Contract consisting of additions, deletions or other revisions, with the Contract Sum and the Contract Time being adjusted accordingly. All such changes in the Work shall be authorized by Contract Change Order and shall be performed under the applicable conditions of the Contract Documents. C. The cost or credit to 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. Change Orders 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. It shall be the responsibility of Contractor before proceeding with any change to satisfy himself that the change has been properly authorized on behalf of Owner. 1.21 GROUNDING AND BONDING OF SYSTEMS A. All low voltage systems shall be subject to specification section 27 1000. For those contractor, the sub -contractor providing and grounding and bonding per this specification. 1.22 COMPLETION 0 C— �h the Telecommunications Grouegi g at Borg systems which may require Zq@pecffRzed ub- installing systems shall also ;06�—espWsiblM D ,A m A. Systems, at time of completion, shall be complete, efficiently operating, non -hazardous and ready for normal use by Owner. B. When all the 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 27 00 10 Rohrbach Associates PC TELECOMMUNICATIONS GENERAL PROVISIONS 27 00 10-11 Riverfront Crossings Park Phase 3 Project Rohrbach Associates PC Iowa City Project Number R4185 RAPC Project Number 1613 29 0 'm y-' — � J � r Y � O� TELECOMMUNICATIONS GENERAL PROVISIONS 27 00 10-12 Riverfront Crossings Park Phase 3 Project PART 1 -GENERAL Iowa City Project Number R4185 RAPC Project Number 1613 SECTION 27 10 00 TELECOMMUNICATIONS GROUNDING AND BONDING 1.01 RELATED DOCUMENTS A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 27 0010 — Telecommunications 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 grounding and bonding system in compliance with the applicable standards, specifications and drawings. Contractor will provide and install all of the required material to form a complete and operational system whether specifically addressed in the technical specifications or not. B. All division 27 low voltage systems shall adhere to these grounding and bonding requirements. 1.03 SUBMITTALS A. Submittal data for equipment, cabling, and hardware shall consist of catalog " s showing technical data necessary to evaluate the materials with specific item desiggted barrow y being highlighted.? a 1.04 WORK BY OTHERS C -PO+ 1 e i A. The Intersystem Grounding Busbar located outside the main electrical service pr�nt w installed as part of the main electrical gear and connected back to the variouing groun sources (ground rods, water pipe, building steel, etc.). D Jr co 1.05 FIRESTOPPING A. Contractor shall be responsible for fire stopping all conduit sleeves (internally only) and cable tray where required to maintain integrity of fire and/or smoke walls. The Contractor shall review architectural drawings to determine which walls have a fire and/or smoke rating. Any rating other than "non -rated" shall constitute a wall that requires fire stopping in all penetrations/openings. 17NAi04573i110V 2.01 GROUNDING EQUIPMENT A. Telecommunications Main Grounding Busbar (TMGB): Panduit part number GB4B0624TPI-1. B. Telecommunications Grounding Busbar (TGB): Panduit part number GB2B0312TPI-1. C. Telecommunications Grounding and Bonding Conductor Label Kit: Panduit part number LTYK. D. Data Rack Grounding Busbar, 19": Panduit part number RGRBI9U. E. Server Cabinet Grounding Busbar, Cagenut Mounting, 19": Panduit part number RGRBI9CN. F. Electrostatic Discharge Port Kit: Panduit part number RGESD2-1. Rchrbach Associates PC TELECOMMUNICATIONS GROUNDING AND BONDING 27 10 00-1 Riverfront Crossings Park Phase 3 Project 2.02 GROUNDING CABLING Iowa City Project Number R4185 RAPC Project Number 1613 A. Cable used for Intersystem Grounding Busbar to Telecommunications Main Grounding Busbar (TMGB) shall be non-jacketed AWG #3/0 bare copper stranded grounding cable. B. Cable used for Telecommunications Main Grounding Busbar (TMGB) to Telecommunications Grounding Busbar (TGB) shall be non-jacketed AWG #3/0 bare copper stranded grounding cable. C. Cable used for Telecommunications Main Grounding Busbar (TMGB) or Telecommunications Grounding Busbar (TGB) to data racks/server cabinets inside the telecom room shall be AWG #6 copper stranded cable, green jacketed or bare copper. D. Cable used for Telecommunications Main Grounding Busbar (TMGB) or Telecommunications Grounding Busbar (TGB) to any wall mounted low voltage system in the telecom room that requires grounding shall be AWG #6 copper stranded cable, green or bare copper. E. Cable used for Telecommunications Main Grounding Busbar (TMGB) or Telecommunications Grounding Busbar (TGB) to the telecom room ladder rack system shall be AWG #6 copper stranded cable, green or bare copper. F. Cable used for Cable Tray and/or Wire Basket grounding outside the telecom roor4Wall be #6 AWG stranded bare copper cable.— o 2.03 GROUNDING HARDWARE A. Two Hole Lug, Code Conductor, Long Barrel with Window, AWG #3/0 3/�Q th spa Panduit part number LCC3/0-38DW-X. :gym = o� 0 B. Two Hole Lug, Code Conductor, Long Barrel with Window, AWG #6 with 5/acing. Panduit part number LCC6-14AW-L. T' m C. Paint Piercing Grounding Washer Kit with Antioxidant: Panduit parts. D. Bonding Screws, #12-24: Panduit part number RGTBSG-C. PART 3 - EXECUTION 3.01 STAR TOPOLOGY A. The telecom grounding and bonding system shall be provided and installed in a star topology. Each building shall receive one Telecommunications Main Grounding Busbar (TMGB) in the designated telecom room or utility demarcation area (see below for location), and one Telecommunications Grounding Busbar (TGB) in each additional telecom room or identified specialty location (see below for locations). All TGB's shall receive a dedicated grounding connection back to the TMGB. The TMGB shall receive a dedicated grounding connection back to the building Intersystem Grounding Busbar (see Work By Others). The building Intersystem Grounding Busbar is usually just outside the main electrical service gear (interior to the building, visible on the wall. 3.02 INTERSYSTEM GROUNDING BUSBAR LOCATION: A. ELECTRICAL / UTILITY 005 B. Same Location in EAST RESTROOM Rohrbach Associates PC TELECOMMUNICATIONS GROUNDING AND BONDING 27 10 00-2 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 3.03 TELECOMMUNICATIONS MAIN GROUNDING BUSBAR (TMGB) LOCATION: A. ELECTRICAL / UTILITY 005 B. Same Location in EAST RESTROOM C. If in a telecom room, the TMGB shall be mounted on the wall, preferably out of the way of other equipment and walk ways. 3.04 TELECOMMUNICATIONS ROOM RACKS AND CABINETS A. All telecom room racks and cabinets shall be individually bonded to the copper busbar in that Rohrbach Associates PC TELECOMMUNICATIONS GROUNDING AND BONDING 27 10 00-3 room (the TMGB or TGB) using a dedicated cable installation. B. Grounding the rack or cabinet to the copper busbar shall be accomplished per the following: 1. Use the #6 AWG green cable listed in the cable paragraph. 2. Use the #6 AWG two hole lugs listed in the hardware paragraph to connect to the telecom room grounding busbar. 3. Use the #6 AWG two hole lugs listed in the hardware paragraph to connect to the rack or cabinet grounding busbar. 4. Use the paint piercing washers listed in the hardware paragraph. 5,Eg Install bonding conductors in a neat and orderly fashion so as not to droop or hang away ;-0 from the material it is bonding. 6-3 Use the #6 AWG two hole lugs to bond to the busbar. o "�.• =i. tit. O m >- c- Ci a t�v-e 4-3 END OF SECTION 27 10 00 Rohrbach Associates PC TELECOMMUNICATIONS GROUNDING AND BONDING 27 10 00-3 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 Rohrbach Associates PC TELECOMMUNICATIONS GROUNDING AND BONDING 2710004 N O ::�E C-) n . ■ C7'! z4nCn .<r- rn -V M 5 _c Q rn Rohrbach Associates PC TELECOMMUNICATIONS GROUNDING AND BONDING 2710004 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 SECTION 27 11 00 ELECOMMUNICATIONS CABLING AND EQUIPMENT PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 27 0010 — Telecommunications 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 structured cabling system 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. Manufacturer and Contractor Certifications are required submittals in the division 27 General Provisions specifications section. The Manufacturer Certification is based on the material information listed below in the Acceptable Manufacturers paragraph. N B. Submittal data for cabling and components shall consist of catalog cuts showing tnical data necessary to evaluate the materials. o C �<? a 1.04 WORK BY OTHERS y� Z �n A. In geperal, the following is provided or is of note: -<r— .y m ' 3 1. Architect will specify each dedicated telecom room fully lined on all V*V*orrrfloor to?. AFF (+96") with 0.75' fire retardant 3/4" AC plywood (A side visibletafter irmtallation), painted with three coats of fire retardant bright white paint. Each sheet of plyAod shall have one fire rating stamp masked off such that after painting this stamp is visible to the Authority Having Jurisdiction (AHJ). The Division 27 Contractor shall review the architectural drawings and be prepared to mount ladder rack and other equipment to masonry, gypsum, or other wall types if the plywood was omitted from the architectural design. 2. Electrical Contractor will provide field device back boxes and conduit paths for use by the Telecom or other division 27 Contractor. 3. The project painter may not be aware that ANY paint overspray (or direct application) of paint of any type (latex, oil based and ALL other paint types) to the UTP (unshielded twisted pair, generally called data cabling) voids the manufacturer's warranty and violates this specification. Paint may not be chemically or physically removed in any way once applied to the data cabling. Any cabling with paint overspray shall be fully replaced (no splicing therefore the entire run). 1.05 FIRESTOPPING A. Contractor shall be responsible for fire stopping all conduit sleeves (internally only) and cable tray where required to maintain integrity of fire and/or smoke walls. The Contractor shall review architectural drawings to determine which walls have a fire and/or smoke rating. Any rating other than "non -rated" shall constitute a wall that requires fire stopping in all penetrations/openings. Rohrbach Associates PC TELECOMMUNICATIONS CABLING AND EQUIPMENT 27 11 00-1 Riverfront Crossings Park Phase 3 Project PART 2 -PRODUCTS 2.01 COPPER UTP CABLE AND CONNECTIVITY PRODUCTS A. 11 Iowa City Project Number R4185 RAPC Project Number 1613 Cabling and connectivity products (devices, cover plates, patch panels, insulation displacement connectors, etc.) must be part of a matched solution, provided by manufacturers that have been tested together and provide a fully certified end to end system. Acceptable Manufacturers: 1. CommScope Systimax Cath UTP connectivity (angled, modular patch panels) w/ CommScope Systimax GigaSPEED XL Cath cable, with Systimax 20 year product and performance warranty. C. Cable Jacket Rating: 1. Plenum 0 Additional Cabling and Connectivity Requirements: N O 1. Furnish and install cable between telecommunications room and fi w deview1ocatjppg as noted on the drawings. .c0 1 2 Each field jack shall have a dedicated cable. 'J;' z 3. Provide cable terminations at telecommunications room. 'n.< r 4. Provide terminations at all field locations with an 8 pin, 8 conductor�5 type) m far jack and flush wall plate per drawings. . 5. Terminate using T568A wiring schematic unless noted otherwise. �j� ti✓ 6. Provide stainless steel wall faceplates from the same connectivi rianufacturer per location requirements for all field devices. Faceplate shall match ectric4eceptacle faceplates (if stainless steel, then match with stainless steel, if thermoplastic, then match with same color thermoplastic). Verify color/material before submittal time with Design Professional and include faceplate color/material choice in submittals. 7. Removable snap on colored icons shall be used to distinguish jacks meant for voice service and data service. For thermoplastic faceplate projects, all jacks shall be the same color as the thermoplastic faceplate unless specifically instructed otherwise (ask Design Professional about jack color for stainless steel faceplate projects — all jacks shall be the same color [only one color] unless specifically instructed otherwise by the Design Professional). Provide at least 100 extra snap -on voice icons and at least 100 extra 8. Configure faceplates as required for individual field locations per drawings. 9. Blanks shall be installed in all empty jack locations. 10. Provide terminations onto insulation displacement connectors for high pair count copper cables. 11. All patch panels shall be high density 48 port in 2RU (One EIA rack unit (1RU) = 1.75'). No standard density (24 port in 2RU) patch panels allowed). 12. If multiple floors are being fed from one telecom room, the Contractor shall provide patch panels for each floor (do not continue from one floor to another on the same patch panel). Each floors patch panels shall be separated in the rack such that each floor may be expanded by 20% by putting the new patch panels in the original line up). Rohrbach Associates PC TELECOMMUNICATIONS CABLING AND EQUIPMENT 27 11 00-2 Riverfront Crossings Park Phase 3 Project 2.02 TELECOM ROOM EQUIPMENT A. Please see the table below for power equipment selection: Iowa City Project Number R4185 RAPC Project Number 1613 Power Distribution Unit, 19" rack mounted. Provides Tripp Lite PDUMH15NET eight 15A receptacles on front, eight 15A receptacles on back, and has a 12' cord with NEMA 5-15P plug which requires a NEMA 5-15R receptacle. Network connection capable. 2.03 LIGHTNING PROTECTION A. Lightning protection shall be provided for all cabling that does not remain fully inside the building envelope. B. Acceptable Manufacturers are: 1. Circa Telecom USA 2. Porta Systems C. Additional Lightning Protection Requirements: N 1. All cabling 25 pair or larger shall use an enclosed Building Entrance Terahal. This terminal shall be sized to accommodate all incoming cable pairs (ful5f 5 pir—moduMn Module selection shall be determined by the application chart foumiSR nSufactyi;2,c literature. 2. For applications smaller than 25 pair, the proper manufacturer recomf�Aediblutio� acceptable (enclosed or not). 2.04 SINGLEMODE FIBER AND CONNECTIVITY PRODUCTS QX � t A. Cabling and connectivity products (devices, coverplates, splice/termination panels, cofiFlectors, etc.) must be part of a matched solution, provided by manufacturers that have been tested together and provide a fully certified and guaranteed end to end system. B. Acceptable Manufacturers: The acceptable fiber solution shall be Corning Cable Systems hardware with Corning Brand Optical Fiber Cable (not someone else using Corning's glass). C. Additional Fiber and Connectivity Requirements: Provide and install SC connectors for all singlemode fiber. 2. Corning UniCam, SC, singlemode connectors, ultra PC polish, ceramic ferrule, catalog number 95-200-42. 3. Corning 12SM OS2 FREEDM One tight -Buffered Cable a. Catalog Number 012E8F-31131-29. Rohrbach Associates PC TELECOMMUNICATIONS CABLING AND EQUIPMENT 27 11 00-3 Riverfront Crossings Park Phase 3 Project PART 3 - EXECUTION 3.01 UTP NO -PAINT WRITTEN NOTIFICATION REQUIREMENT FA Iowa City Project Number R4185 RAPC Project Number 1613 chemical removal of paint is not allowed but rather full replacement of any cable that has received any amount of paint or paint oversprav shall be fully replaced (no splicing allowed). This notification shall occur at least 30 days prior to any UTP being installed in the facility or brought on-site for storage. 3.02 INSTALLATION AND LABELING 132 Q Install telecommunication systems cables and auxiliary materials as indicated in accordance with manufacturer's written instructions, and recognized industry practices. 1.. In general, all interior cables are installed in conduit. 2. D rings are allowed in telecommunications room as needed. 3. Contractor shall use hook and loop type fasteners on all UTP telecommunications cable. Tie wraps may be temporarily used loosely for dressing UTP cables during installation if they are removed before final inspection. Any tie wrap found in place around UTP cable tight enough that a 0.5" wooden dowel cannot be inserted into the bundle at the tie wrap location shall therefore obligate the Contractor to replace those potentially damaged UTP cables at the Design Professionals discretion, whether they pass electronic testing or not. 4. Tie wraps may be used carefully on OSP and armored cabling at light tension levels which do not result in any visible cable jacket deformation. 5. If unarmored fiber is specified without innerduct for any reason, tie wraps awforbidden on that cabling. o m 6. Any and all tie wraps used in the project shall be trimmed flush alo&tlg deT* using a fully flush cutter tool for safety. Any tie wrap found with a %%, pAt shaW-ie removed by the Contractor and replaced without additional compensa� Q, r- rn Identify all fiber, copper, and coaxial cables that terminate in the telecommSn gion;gom field location. 1. Provide manufacturer's standard vinyl -cloth self-adhesive cable/conductor;fmarkers 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. 2. Contractor shall not distinguish between UTP that is initially intended for voice or data use. The structured cabling plant is designed to be flexible and shall be numbered sequentially throughout the building. Room numbers shall not be used in the numbering scheme. For buildings with multiple Telecom Rooms (and/or per floor), an alphanumeric identifier shall identify the telecom room, followed by the sequentially numbered jack. For example, a jack labeled 2A-97 would terminate in the "A" Telecom Room on the second floor, and be connected to jack #97 on the patch panels. 3. All field device labeling shall match the telecom room labeling for the corresponding cable. 4. Jacks shall be numbered sequentially on the patch panel field, beginning at the top left, working across the row to the right, then down to the next row, etc. This will require Contractor to plan the installation and terminate sequentially on both ends through the building rather than terminate randomly which results in confusion for Owner. Rohrbach Associates PC TELECOMMUNICATIONS CABLING AND EQUIPMENT 2711004 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 5. When transitioning from one floor to another on a multi -floor installation served out of one telecom room (or a multi -floor section of a larger building), the patch panel at the end of the installation for a particular floor shall have at least 12 open jacks/slots for future growth on that floor. Also, a new patch panel shall always be started for each new floor. This means if a particular floor has 25 jacks (using 24 port patch panels), the Contractor shall leave the second patch panel with 23 openings and start a fresh patch panel for the next floor. C. After completion, all cables shall be thoroughly tested in accordance with the division 27 Testing and Documentation section. 1. Contractor shall provide all instruments for testing the cables. 2. Contractor shall demonstrate in the presence of Owner's representative that the telecommunications system is complete and operational. 3. Contractor shall complete and submit the Certificate of System Demonstration. D. After completion, comprehensive As-Builts will be created and posted in each Telecom Room within 3 days. Two hard copies shall be created for each Telecom Room detailing the entidestructured cabling plant and labeling scheme after installation. One hard copy EBall corglist of minimum) the Telecom plans marked with permanent ink to show t*gAbetjs useM each field location, and a table or spreadsheet (for example, an 8 1/z'�r7praed file) that lists all the patch panel jacks in a column sequentially, f� d tfg a c reference column identifying the room name/number that the corres.. ii . This is the only part of the labeling process in which room name/humb e aXepta The second hard copy shall be identical to the first one. One copy be -posted in each corresponding Telecom Room, and the other copy shall be submod to ttjs Design Professional for review according to the submittal process identified in the shoomrawing paragraph of Specification Section 27 0010. This second copy will then be forwarded to Owner. UZeI �9 x019 NH lf'4li f 91L1 Rohrbach Associates PC TELECOMMUNICATIONS CABLING AND EQUIPMENT 2711 00-5 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 Rohrbach Associates PC TELECOMMUNICATIONS CABLING AND EQUIPMENT 27 11 00-6 N O_ v r Rohrbach Associates PC TELECOMMUNICATIONS CABLING AND EQUIPMENT 27 11 00-6 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 SECTION 27 12 00 TELECOMMUNICATIONS TESTING AND DOCUMENTATION PART 1 -GENERAL 1.01 PURPOSE A. The purpose of the testing is to ensure proper installation of the telecommunications cabling system. 1.02 SUBMITTALS A. Submit product data under provisions of Division 1. B. Submit product data for the following: 1. Hand-held testing equipment manufacturer, model, last calibration date/calibration due date and software version. 2. Injector equipment manufacturer, model, and software version. 1.03 REFERENCES A. The following Performance Standards shall be followed. Unless otherwise stied, where Performance Standards conflict with manufacturer's recommendations, the more relictive shall be applied: `p co 1. TIA-526-7 Measurement of Optical Power Loss of Installed Singlepn,* der CfM Plant 2. TIA-526-14 Optical Power Loss Measurements of Installed Multimode '-iC'F' Cap& Plage�7 � 3. TIA-568-C.0 Generic Telecommunications Cabling For Customer Prerrtts� 4. TIA-568-C.1 Commercial Building Telecommunications Cabling Standajr 5. TIA-568-C.2 Balanced Twisted -Pair Telecommunications Cabling Cotuponents Standards Cr 6. TIA-568-C.3 Optical Fiber Cabling Components Standard 7. TIA-568-C.4 Broadband Coaxial Cabling and Components Standard 1.04 TEST EQUIPMENT A. Test Equipment: JDSU Certififer40G, Fluke DSX-5000, Fluke DTX -1800 or TIA & Connectivity Manufacturer approved Level IV (or better) Certifier. B. The software version for the testers shall be the latest version available. C. The tester must have been calibrated within the last 12 months with calibration date noted on all test results. 1.05 LINK DEFINITION FOR THE PROJECT A. A link consists of up to 90 meters (295 feet) of horizontal cabling, a connection at each end, up to 2 meters of test equipment lead from the main unit of the hand-held tester to the local connection, and up to 2 meters of test equipment lead from the remote unit to the remote connection. A total length of up to 94 meters (308 feet). B. The connection to the equipment at each end of the link is not included in the link definition. Rohrbach Associates PC TELECOMMUNICATIONS TESTING AND DOCUMENTATION 27 12 00-1 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 1.06 CHANNEL DEFINITION FOR THE PROJECT A. A channel consists of up to 90 meters (295 feet) of horizontal cabling, a connection at each end, up to 7 meters for the crossconnect and equipment cable, and up to 3 meters for the work area equipment cable. A total length of up to 100 meters (328 feet). B. The connection to equipment at each end of the channel is not included in the channel definition. PART 2 - COPPER CABLING ACCEPTANCE TESTING 2.01 ACCEPTANCE TESTS A. The following field acceptance tests shall be performed for twisted - pair cabling: 1. Wire Map (continuity). 2. Length. 3. Attenuation. 4. NEXT. 5. ACR -F 6. Delay and delay skew. 7: Return loss. 8. Power sum crosstalk (PSNEXT and PSACR-F). 2.02 TEST EQUIPMENT SET-UP AND TEST PARAMETERS M A. Autotest: Use the Autotests to perform the required tests. Customize the A st 4EneceaW to satisfy testing requirements and parameters. p Z .moi B. Cable Type: Select the cable type being tested. Cable Type may vary. AlwR9haAge the1NVP for the.type of cable being tested. zGm -o M H Q C. Frequency Range: The frequency range for category 6 tests shall be 1 MHz t M:4z. D. Cable Pairs: Test all cable pairs. Select all pairs for TEST and all pairs for Pass/Fa+triteria for Autotest. E. Length Units: Cable length test results shall be in feet. F. Date Style. The date style shall show month, day, and year. Date shall be the date the test is conducted. G. Language: The language shall be English. 2.03 TEST PROCEDURE A. Testing shall be performed with the tester at the distribution frame and the remote unit at the Work Area Outlet. B. A Channel OR Permanent Link certification test will be performed as outlined in the specific job description. C. Test leads and test hardware have limited life -cycles. Inspect and replace the test leads as necessary. D. Use only test leads specified by the test equipment manufacturer. Rohrbach Associates PC TELECOMMUNICATIONS TESTING AND DOCUMENTATION 27 12 00-2 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 E. Strictly follow the test equipment manufacturer's instructions for equipment setup, initialization, and calibration. PART 3 - SINGLEMODE FIBER TESTING 3.01 ACCEPTANCE TESTS A. The following field acceptance tests shall be performed for single mode fiber: End to end attenuation and length testing at 1310 nm and 1550 nm. 3.02 TEST PARAMETERS A. The following tests parameters shall be adhered to: 1. The transmit test port & test jumpers must be inspected and (if required) cleaned prior to testing. An image of the endfaces with endface condition pass/fail result must be included with the test report. Endface pass/fail conditions are outlined in TIA-568-C Annex E. 2. Fiber under test endfaces must be inspected and cleaned. An image with pass/fail criteria for endface condition must be included in the test results per TIA-5684X�knnex E. m 3. Test jumpers must be of the same fiber core size and connector type cave systg4 (e.g., singlemode jumpers for a singlemode system). y i Cl) m 4. As required in TIA-526-7, The testers must be referenced prior to ter"TgA by a o jumper method. The reference method preferred must be noted in the jdbt eckatior(5 prior to testing. p� 5. The power meter and the light source must be set to the same wavelengttF co 6. The power meter must be calibrated and traceable to the National Institute for Standards and Technologies (NIST). 7. The light source or OTDR must operate within the range of 1310+10 nm or 1550+20nm for singlemode testing in accordance with ANSI/TIA/EIA-526-7. 8. All system connectors, adapters, and jumpers must be properly cleaned before measurements are taken. PART 4 - TESTING DOCUMENTATION 4.01 DOCUMENTATION A. The Test Documentation requirements are the minimum requirements. Other details of presentation and recording methods will be discussed with Owner and Design Professional. Gain approval from Owner and Design Professional of the test documentation format and content prior to full-scale testing. Coordinate with Owner and Design Professional to get representative sample of the documentation format and content for review. B. Provide Owner with a printed copy of ONLY the summary report of all tests, the electronic file of the test results for each test on CD or USB, and the electronic copy of the summary report on CD or USB. Do not print out each report. Rohrbach Associates PC TELECOMMUNICATIONS TESTING AND DOCUMENTATION 27 12 00-3 Riverfront Crossings Park Phase 3 Project 4.02 TEST REPORT Iowa City Project Number R4185 RAPC Project Number 1613 A. The following header fields on each test report shall contain the appropriate information. These are minimum requirements. 1. Circuit ID 2. Test Result 3. Owner 4. Test Equipment Serial Number 5. Software Version 6. Calibration Date 7. Date 8. Cable Type 9. NVP 10. Building 11. Closet B. The information in each user definable header field on each test report shall contain the information as follows. 1. Circuit ID: Indicate the outlet location number and jack number under test 2. Owner: Indicate the owner of the test equipment 3. Date: Indicate the date of the test 4. Cable Type: Indicate the cable type being tested 5. NVP: Indicate the field measured NVP 6. Building: Indicate the building where the cable is being tested 7. Closet: Indicate the closet identifier where the cable is terminated o C33 C. The -minimum test result information on each report shall include the data for st*Wentifmtr the.Xtcceptance Tests paragraph of each applicable testing part. D� _ 1 D. Contractor shall provide the test data in a complete and consistent format. -*Pted st rAsults shall be printed from a laser printer. z M o� E. The contractor shall verify that a report for each jack in the Project is containgrh5heWe list r F. Two weeks (14 days) prior to scheduled telecommunications systems start-up 3dte Design Professional shall receive from Contractor complete printed cable performance test results via the submittal process (see 27 0010). Start-up shall not commence unless test results are submitted. 4.03 ELECTRONIC COPY A. The electronic copy of the test results shall be on CD or USB. B. The electronic copy shall be labeled. The label shall read: Project Name building name (BLDG. No. x) "Copper/Fiber Test Results" "CD No." X of X date (month and year) C. The files shall not be altered from the original test equipment output. END OF SECTION 27 12 00 Rohrbach Associates PC TELECOMMUNICATIONS TESTING AND DOCUMENTATION 27 12 00-4 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 SECTION 28 00 10 ELECTRONIC SAFETY AND SECURITY GENERAL PROVISIONS PART 1 -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. This section applies to all work under this division. This shall include, but not necessarily be limited to, the following: 1. Furnish, install, and terminate all system equipment and cabling as applicable and per drawings. 2. Furnish and install any cabinets, racks and cable management as required and as indicated. 3. Furnish any other material required to form a complete and operational system. 4. Provide As -Built drawings per Division 0 and/or Division 1 specification. o 5. Provide Owner training and testing documentation. 6. All elements of the construction shall be performed by workmen &011 ir2e palar craft involved, and regularly employed in that particular craft. .- 7. All work shall be performed in a neat, workmanlike manner in ket40Q withe t�wl+est standards of the craft. Q' 1 �� m 1.03 CODES AND STANDARDS 3 Q A. All work shall be done in accordance with the applicable portion of the Ilowin&-codes and standards: m 1. _ National Electrical Code 2. Local Electrical Code 3. National Fire Protection Association 4..._ National Electrical Manufacturers Association 5. Standards of Institute of Electrical and Electronic Engineers 6. Applicable Building Codes 7. Occupational Safety and Health Act 8. Iowa Administrative Codes 9. ANSI TIA-526-7 Measurement of Optical Power Loss of Installed Single -Mode Fiber Cable Plant 10. ANSI TIA-526-14-C Optical Power Loss Measurements of Installed Multimode Fiber Cable Plant 11. ANSI TIA-568-C.0 Generic Telecommunications Cabling For Customer Premises 12. ANSI TIA-568-C.1 Commercial Building Telecommunications Cabling Standard Part 1: General Requirements 13. ANSI TIA-568-C.2 Balanced Twisted -Pair Telecommunications Cabling and Components Standards 14. ANSI TIA-568-C.3 Optical Fiber Cabling Components Standard 15. ANSI TIA-568-C.4 Broadband Coaxial Cabling and Components Standard 16. ANSI TIA569-D Telecommunications Pathways and Spaces 17. ANSI TIA-570-C Residential Telecommunications Infrastructure Standard 18. ANSI TIA-598-D Optical Fiber Cable Color Coding 19. ANSI TIA-606-B Administration Standard for Commercial Telecommunications Infrastructure Rohrbach Associates PC ELECTRONIC SAFETY AND SECURITY GENERAL PROVISIONS 28 00 10-1 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 20. ANSI TIA-607-B Commercial Building Grounding (Earthing) and Bonding Requirements for Telecommunications 21. ANSI TIA-758-B Customer -owned Outside Plant Telecommunications Infrastructure Standard 22. National Fire Protection Agency (NFPA - 70), National Electrical Code (NEC) B. All Contractors shall familiarize themselves with all codes and standards applicable to their work. No extra compensation will be allowed for corrections or changes in the work required due to failure to comply with the applicable codes and standards. 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 serving utility companies and shall check with each utility company providing service to this project and determine or verify their requirements regarding incoming services. B. Secure and pay for all permits, licenses, fees and inspections. 1.05 DRAWINGS A. Drawings for the work are in part diagrammatic, and are intended to convey the scope of the work and to indicate in general the location of equipment. B. Contractor shall layout his own work and shall be responsible for determining the exact quantities and locations for equipment. c m C. Contractor shall take own field measurements for verifying locations and dwnwiom,t scalOnf the drawings will not be sufficient for laying out the work. — D. Because of the scale of the drawings, certain basic items for a complete-iiRalln ac f shown, but where such items are required by code or where they are=(�yireduorFr installation and operation of the work, such items shall be furnished and instaft _ Q 1.06 ACTIVE SERVICES '� t A. Contractor shall be responsible for verifying exact locations of all existing services prior to beginning work in that area. B. When active services are encountered which require relocation, Contractor shall make request to authorities with jurisdiction for determination of procedures. C. 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 become familiar with the conditions of the site which will affect the work and shall verify points of connection with utilities and/or existing system wiring. B. Extra payment will not be allowed for changes in the work required because of Contractor's failure to make this inspection. Rohrbach Associates PC ELECTRONIC SAFETY AND SECURITY GENERAL PROVISIONS 28 00 10-2 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 1.08 COORDINATION AND COOPERATION A. It shall be the Contractor's responsibility to schedule and coordinate 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 divisions 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 Desiv Professional and the decision will be final. d m --�� D. Special care shall be taken for protection for all equipment. All equipmen�ram metrial sh^If be completely protected from weather elements, painting, plaster, etc.,%:—i tf pro is substantially completed. Damage from rust, paint, scratches, etc., shall be3graire�as r d to restore equipment to original condition. !n 1 .' .-M :% E. Protection of all equipment during the painting of the building shall be the—di e Painting Contractor, but this shall not relieve the Contractor of the responsi for pecking to assure that adequate protection is being provided. co F. Where the final installation or connection of equipment in the building requires the Contractor to work in areas previously finished by the Owner, the 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 be responsible for patching and refinishing of such areas which may be damaged in this respect. G. Where two or more specified items/systems in the specifications and/or the drawings are in conflict, that requiring the highest order of workmanship and the most financially expensive products shall take precedence. Such questions shall be referred to the Design Professional for final decision. 1.09 MATERIALS AND EQUIPMENT A. All materials and equipment shall be the standard product of a reputable 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 items, 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. Rohrbach Associates PC ELECTRONIC SAFETY AND SECURITY GENERAL PROVISIONS 28 00 10-3 Riverfront Crossings Park Phase 3 Project 1.10 SUBMITTALS Iowa City Project Number R4185 RAPC Project Number 1613 A. Contractor shall fumish, to the Design Professional, complete sets of shop drawings and other submittal data. Contractor shall review and sign shop drawings before submittal. Refer to Division 01 specifications for additional requirements. 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. The Design Professional will review shop drawings solely to assist contractors in correctly interpreting the plans and specifications. D. Contract requirements cannot be changed by shop drawings which differ from contract drawings and specifications. E. Submittals required by the various sections of the Project Manual include, but are not necessarily limited to those identified in the submittal schedule below. F. After award of contract, the contractor shall provide a completed submittal schedule including dates that the submittals will be to the Design Professional for review. G, , Submit required information on the following items: r_� SPEC " EQUIPMENT DETAIL PROD SAMPLES INSTALL O & M ERTIFZKTE OTHER SECTION, DWGS DATA METHODS MANUAL SYSTEM DQE M NGiES) A 28 3100- ire Alarm and Detection X X X X Systems 28 5000 Access Control X X S Notes: t% 1.11 OPERATION AND MAINTENANCE MANUALS A. Operation and maintenance manuals shall be submitted to the Design Professional in duplicate upon completion of the job. Refer to Division 01 specifications for additional information. B. Submit manuals 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 TELECOMMUNICATIONS SYSTEMS (PROJECT NAME) (LOCATION) (DATE) SUBMITTED BY (NAME, ADDRESS AND PHONE NUMBER OF CONTRACTOR) Rchrbach Associates PC ELECTRONIC SAFETY AND SECURITY GENERAL PROVISIONS 2800104 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 C. Provide a master index at the beginning of manual showing items included. 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. 1.12 TESTS AND DEMONSTRATIONS A. All systems shall be tested by the Contractor and placed in proper working order prior to demonstrating systems to Owner. 1.13 TRAINING AND DEMONSTRATIONS A. Prior to acceptance of the telecommunications installation, the Contractor shall amide to the Owner, or his designated representatives, all comprehensive training on enentialclWatures.1pV d functions of all systems installed, and shall instruct the Owner in the p gp_mur oigration sand maintenance of such systems. 1. Provide adequate notice to the Owner as to when instruction wir 4p condductem appropriate personnel can be present. M y 2. Prepare the instruction format for a minimum of four Owner Represen11s. 0 Sr B. Equipment training: T' 1. Manufacturer's representatives shall provide instruction on each major piece of equipment. The Contractor shall provide instruction on all other equipment. 2. Training sessions shall use the printed installation, operation and maintenance instruction materials included in the O&M manuals and emphasize preventative maintenance and safe operating procedures. 3. Training shall be performed by qualified factory trained technicians. 4. The Contractor shall attend all sessions performed by the manufacturer's representative and shall add to each session any special information relating to the details of installation of the equipment as it might impact the operation and maintenance. 5. Equipment training shall occur as soon as possible after start up of the equipment and shall include hands-on operation. Training shall be provided for equipment listed in the table below. C. System training: Training sessions shall include hands-on demonstrations of system wide start-up, operation in all possible modes, shut -down and emergency procedures. Rohrbach Associates PC ELECTRONIC SAFETY AND SECURITY GENERAL PROVISIONS 28 00 10-5 Riverfront Crossings Park Phase 3 Project D. The following are minimum requirements for Owner instruction: Iowa City Project Number R4185 RAPC Project Number 1613 Section Description Hrs. on Site Hrs. off Site Presented By Others Present Remarks 28 3100 Fire Alarm and Detection 4 0 Manufacturer's Contractor 1 Systems D t Representative 285000 Access Control 4 0 Access Control Owner 1 Contractor Remarks: 1. Perform complete system test at time of instruction. E. The Contractor shall submit a certificate, signed by the Owner stating the date, time and persons instructed and that the instruction has been completed to the Owner's satisfaction. An example of a certificate form is as follows: Rohrbach Associates PC ELECTRONIC SAFETY AND SECURITY GENERAL PROVISIONS 280010-6 N --FC7 01 Gr- f�1 s M D t Rohrbach Associates PC ELECTRONIC SAFETY AND SECURITY GENERAL PROVISIONS 280010-6 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 CERTIFICATE OF SYSTEM DEMONSTRATION This document is to certify that the contractor has demonstrated the hereafter listed systems to the Owner's representatives in accordance with the Contract documents and that the instruction has been completed to the Owner's satisfaction. A. Project: B. System(s): C. Contractor's representatives giving instruction and demonstration: Contractor: NAMES DATE HOURS 0 —C Cr �n -Gr z D. Owner's representatives receiving instruction: Owner: NAMES DATE HOURS E. Acknowledgement of demonstration: Contractor's Representative: Signature date Owner's Representative: signature date Rohrbach Associates PC ELECTRONIC SAFETY AND SECURITY GENERAL PROVISIONS 28 00 10-7 Riverfront Crossings Park Phase 3 Project 1.14 PERMITS, FEES, ETC. Iowa City Project Number R4185 RAPC Project Number 1613 A. Secure all required permits and pay for all inspections required in connection with the telecommunication systems work. Contractor shall post all bonds and obtain all licenses required by the State, City, County, and Federal Agencies. 1.15 SUBSTITUTIONS A. To obtain approval to use unspecified equipment, Bidding Contractors (not equipment supplier, manufacturers, etc.) shall submit written requests to the Design Professional at least 10 days prior to bid due date. Requests shall clearly describe the equipment for which approval is being requested. Include all data necessary to demonstrate that equipment's capacities, features and performance are equivalent to include a cost comparison between specified equipment and equipment for which approval is being requested. If the equipment is acceptable, the Design Professional will approve it in an addenda. The Design Professional will, under no circumstances, be required to prove that an item proposed for substitution is or is not of equal quality to the specified item. B. Whom 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. 1.16 APPROVED CONTRACTORS A The Contractor shall be a manufacturer certified installer and service provider for the product submitted and installed. A copy of the Contractor's manufacturer certification mus submitted under this specification section for the Access Control Contractor and the Vided=urveillance Contractor if applicable to the project. The Contractor is responsible fGa ork�nsh d installation practices in accordance with the manufacturer requirements anst author d to provide a Manufacturer's Product Warranty with his installation. C-)-< B. The Contractor pulling the cabling (if different from the* prime system Contr4-CV_ sh4l me�e BICSI or IBEW/NECA requirements found in the Division 27 General Provision = v gg� C. 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. ' 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 plans are acceptable manufacturers approved to bid products of equal quality. These manufacturers are encouraged to submit to the 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 the 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, 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. Rohrbach Associates PC ELECTRONIC SAFETY AND SECURITY GENERAL PROVISIONS 28 00 10-8 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 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. 1.18 QUALITY ASSURANCE A. The Contractor shall be a company specializing in telecommunication cable and/or accessories with a minimum of five years documented experience in installation of cable and/or accessories similar to those specified below. 1.19 WARRANTY A. The entire telecommunications system including all sub -systems shall be guaranteed against defect in materials and installation for a minimum of one year. 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. 1.20 CHANGES IN THE WORK A. A Contract Change Order is a written order to the Contractor signed7;p:4he55wnerend Contractor, issued after the execution of the Contract, authorizing a change iWhTork 'ran adjustment in the Contract Sum or the Contract Time. The Contract Sum anjAem CEfntract may be changed only by Contract Change Order. -.e m -0 B. The Owner, without invalidating the Contract, may order changes in the Work-- tT a general scope of the Contract consisting of additions, deletions or other revisions, witMthe Coact Sum and the Contract Time being adjusted accordingly. All such changes in the Wo shall be authorized by Contract Change Order and shall be performed under the applicable conditions of the Contract Documents. 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. Change Orders 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 on behalf of the Owner. 1.21 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 work is complete the 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. The Contractor shall clean up and remove from the site all debris, excess material and equipment left during the progress of this contract at job completion. END OF SECTION 28 00 10 Rohrbach Associates PC ELECTRONIC SAFETY AND SECURITY GENERAL PROVISIONS 28 00 10-9 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 �J rl- f- Q se s -� o� 3 v Rohrbach Associates PC ELECTRONIC SAFETY AND SECURITY GENERAL PROVISIONS 28 00 10-10 Riverfront Crossings Park Phase 3 Project SECTION 28 50 00 ACCESS CONTROL SYSTEM PART 1 -GENERAL 1.01 RELATED DOCUMENTS Iowa City Project Number R4185 RAPC Project Number 1613 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. c 0 1.03 SUBMITTALS pC') A. Submittal data for access control cabling and components shall consist of reaja g Ss sh wing technical data necessary to evaluate the materials. �c rn 1.04 WORK BY OTHERS 0 1% A. Unless noted otherwise, the building's Electrical Contractor will provide field dmce ba&oxes as needed, and conduit paths for use by Access Control Contractor. In general, the following is provided: 1. Available space on Telecom Room plywood wall to surface mount head end equipment as required with telecommunications room ground bus bar available for grounding. 1.05 FIRESTOPPING A. Contractor shall be responsible for firestopping all conduit sleeves and cable tray where required to maintain integrity of fire and/or smoke walls. Contractor shall see architectural drawings for walls that require fire rating. 1.06 ACCEPTABLE ACCESS CONTROL CONTRACTORS A. The following contractors are pre -approved to bid this job: 1. 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. 2. 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. Rohrbach Associates PC ACCESS CONTROL SYSTEM 28 50 00-1 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 PART 2 -PRODUCTS 2.01 ACCESS CONTROL CABLING AND COMPONENTS A. Acceptable Manufacturers: Millenium 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 with the access control product being provided or the system requirements placed upon - the Contractor. 2) provide and install a door slab contact which, when these two are uW together, accomplish the requirements of knowing that the door slab is physically c[Wd and the door hardware is engaged therefore ensuring a secured doorway (90EHthsutem Aint each contact needing to alarm independently). D� y 4. The Access Control Contractor shall provide and install all cablip.gecessary pPa complete and operational system taking into account all access corrl*fysf Rn dey called out on the plans (door contacts of all types, card readers, req++e�to egit deride either internal to door hardware or surface mounted, and electrified ar*are ®I types). 5. The Access Control Contractor shall provide and install all device not specifically identified on the plans which are required for a complete and operational sysfkn for all access control system doors. 6. The Access Control Contractor shall provide and install one client software oackaae on an Owner provided computer. 7. The Access Control Contractor shall furnish 250 oroximity cards. Rohrbach Associates PC ACCESS CONTROL SYSTEM 28 50 00-2 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 8. ADA door operation: Doors that are part of the access control system and also have ADA electric openers shall be subject to the following hardware/software requirements. The Access Control Contractor shall provide and install the necessary physical equipment and/or programming or other soft services necessary to meet these requirements. The card reader shall be located in close proximity to the ADA button (whether on the building wall or on a bollard or equivalent). During times when the system is scheduled to have the door of interest unlocked, pressing the ADA button (no card presentation required) shall physically open the door (and retract the latch as necessary). The access control system shall only unlock door trims during the unlocked door schedule (the latch shall remain engaged so the door cannot be opened by the wind or by people without using the door hardware). The Access Control Contractor shall coordinate with door hardware provided. During times when the system is scheduled to have the door of interest locked, pressing the ADA button without a valid card presentation shall not activate any electric door hardware or electric opening devices (which might damage or destroy that equipment when trying to open against a locked door). During times when the system is scheduled to have the door of interest loqj4d, pressing the ADA button after a valid card presentation shall activate any electric d6w hardware necessary to unlatch the door and activate the electric opening deviss). in valid"d presentation shall only allow activation of these electrical systems fogilgInitatamoyaWf time after the card presentation. P'-4 At no time shall a valid card presentation automatically activate the etc�iI,c dCtlr op�y� -G device. Pressing the ADA button to have the door electrically op€gAcall jlwayl b! required, subject to the requirements listed above. ' r l Z 9. The Access Control head end (all cabinets if multiple) shall be furnisiq arra-instaTt€d with a minimum 7ah of battery backup serving no more than 8 doot>yeach;e. if one panel serves 16 doors, then two 7ah batteries are required minimum). A baftm backed power supply of the same manufacturer as the access control system shall be used if available, otherwise Altronix is an acceptable manufacturer to use. 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. 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. Rohrbach Associates PC ACCESS CONTROL SYSTEM 28 50 00-3 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 D. After completion, comprehensive As-Builts will be created and provided to Owner within 14 days. 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 50 00 Rohrbach Associates PC ACCESS CONTROL SYSTEM 28 50 00-4 N O b n m a M D J Rohrbach Associates PC ACCESS CONTROL SYSTEM 28 50 00-4 Riverfront Crossings Park Phase 3 Project SECTION 28 60 00 VIDEO SURVEILLANCE PART1-GENERAL 1.01 RELATED DOCUMENTS Iowa City Project Number R4185 RAPC Project Number 1613 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 surveillance system 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. :L4111 a /il I.9 A. Submittals for all Manufacturer and Contractor certifications (noted below) shall be submitted first. m B. Submittal data for surveillance cabling and components shall consist ofti8ogcLuts storming technical data necessary to evaluate the materials. r 1.04 WORK BY OTHERS -{tC� C„n _01 -o A. Unless noted otherwise, the building's Electrical Contractor will provide field,-4mce RckborMas needed, and conduit paths for use by surveillance Video Surveillance ContrigO. IrMenera , the following is provided: r m 1. Grounded 19" data rack in Telecom Room by Telecom Contractor to mount head end equipment to. 2. Available space on Telecom Room wall for power supply. 1.05 FIRESTOPPING A. Contractor shall be responsible for firestopping all conduit sleeves and cable tray where required to maintain integrity of fire and/or smoke walls. Contractor shall see architectural drawings for walls that require fire rating. 1.06 ACCEPTABLE VIDEO SURVEILLANCE CONTRACTORS A. The following contractors are pre -approved to bid this job: 1. Video Surveillance Contractor shall be an ONSSI or Milestone Systems certified dealer in good standing for a minimum of six continuous months before the project bid date. This shall include factory trained and certified technicians in house for the installation of this project (six months experience applies here also). The dated dealer certification document and the dated technician training certificate are each required submittal items. 2. Video Surveillance Contractor shall be an Axis Silver (or better) certified camera dealer in good standing for a minimum of six continuous months before the project bid date. This shall include factory trained and certified technicians in house for the installation of this project (six months experience applies here also). The dated Axis Silver certified camera dealer document and the dated technician training certificate are each required submittal items. Rohrbach Associates PC VIDEO SURVEILLANCE 28 60 00-1 Riverfront Crossings Park Phase 3 Project Iowa City Project Number R4185 RAPC Project Number 1613 3. The four or more submittal items (if multiple technicians) noted above are all criteria which determine if the Contractor is authorized to enter the team and begin work. No project work shall be authorized until these submittals are reviewed with a favorable response. Product data submittals are a separate submittal package and shall only be reviewed after the above items are resolved. 4. 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. PART 2 -PRODUCTS 2.01 VIDEO SURVEILLANCE CABLING AND COMPONENTS A. Acceptable Manufacturers: 1. ONSSI or Milestone Systems - Video Management Software 2. Axis Communications - Cameras B. Additional Video Surveillance Requirements: All power and video cables shall be home -run, no splicing. PART 3 - EXECUTION 3.01 INSTALLATION A. Install surveillance systems cables and auxiliary materials as indicated in accordance with 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. N O B. Identify all cables as to field location. o m :ZE C -)a- 1 . 1. Provide manufacturer's standard vinyl -cloth self-adhesive cable/coanjor:Rarkew�df wraparound type; either pre -numbered plastic coated type, or writgz~typ iIn r plastic self-adhesive cover flap; numbered to show cable identificatiod�Wtall within f cable end. r"r s C. After completion, all cables shall be thoroughly tested. y t- 1. Contractor shall provide all instruments for testing the cables. 2. Contractor shall demonstrate in the presence of Owner's representative that the surveillance system is complete and operational. 3. Contractor shall complete and submit the Certificate of System Demonstration. 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 security system after installation. Each field position shall be labeled and cross referenced to the appropriate head end position for ease of troubleshooting. Rohrbach Associates PC VIDEO SURVEILLANCE 28 60 00-2 Riverfront Crossings Park Phase 3 Project 3.02 COMMISSIONING Iowa City Project Number R4185 RAPC Project Number 1613 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. Rohrbach Associates PC VIDEO SURVEILLANCE 28 60 00-3 b O �O =an M n � m Rohrbach Associates PC VIDEO SURVEILLANCE 28 60 00-3 Riverfront Crossings Park Iowa City Project Number R4185 Phase 3 Project RAPC Project Number 1613 Rohrbach Associates PC VIDEO SURVEILLANCE 28 60 00-4 N O � ZEC-) m rn � D F Rohrbach Associates PC VIDEO SURVEILLANCE 28 60 00-4 IIS E 'F CONT C OZ�IFJa: 3 A& 11- Hr►.� ; 3 C E R T I F I C A T I O N t6 °••y046 L tlulune Iawa oIwisf Ne smte Mlmva. PhTRICMR ••� or KOO ggt 1PRI'll R.ALO DAl ARCHITECT NO. Sr1 • j Q a NUmEer: MY lie Sri • i Y�i My licence renewal date is Jure30, i0t& Y�OerA„yee Sheets tprered by this mal'. k. 111 L. A/ WILLDOWNINCAA license Number: 5056 My IZme, renewal dal b July 1, 2018. Sheol covered by Me uel:I or antler my direct persmufl86ervielon and Nil It ensom Pgl6ai0rrniYer Under the laws of Tor hereby cartPmle that Engineer of docthe law off State0impareMme antler my direct personal supenis'on and tnatI am a day licensed Pmresaion Engineer anger the laws of Ma slldlawa. DWIGNTCLOMPTONSCHUNIl DATE Licanm Numbit 13694 My down. renewal ml to December 31, 2019. Slaelmvxmdby Wb seal: LAUREINB. N IJRENO'NEIL, P.E. TE D'NEIL I 22545 D Danes Number 22545 My hares damsel data Is Decanter 31, 2018. s IOWhowO 60ml mvmM by Mis seal: 02008,1801 CITY OF IOWA CITY IOWA CITY, 1 OWA I 2018 LOCATION M A P NONTN 2 u NMY KIRKWOOD AVE N W be N 1 mals RIVERFRONT CROSSING PARK PHASE 3 PROJECT EXTENTS 117 , -: 1001 SOUTH CLINTON STREET 52240 STATE OF IOWA COUNTY @10WAW 9AI @L%U 1 -NO -292-89891 FM www.lowoonecall.com Io...' �. I r 1 �r�yI�l1A�O wlll� CITY OF IOWA CITY UNESCO CITY OF LITERATURE monFLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 940 2ND STREET SE. SU.M 140 CEDAR RAPIDS, A52i01 PH'. 319 409.5401 CIVIL ENGINEER HR GREEN INC 8710 EARHART LRE SW CEDAR RAPIDS, A NYO4 PH: 319.8414040 CONTACT: AARON GW INNUP ARCHITECT ROHRBACH ASSOCIATES P 325 E. WASHINGTON STREET, SUITE0400 IOWA CRY, IA 32X0 PH: 319.331f9311 CONTACT: WILL DDVINING MECH. / ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE VIEW IIWE SW CEDAR RAPIDS. IA524pf PH: 319.964.19,14 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IOWACITY, IA 52249 PH: 319.333.]050 I hereby cerlity that a poeion of this comment was Pmpa� by me BSD under my direct pamonal auuervlsion and Nat l am a Bury Iba RSO ,9< 4M1a nY t10leN nM ewa ofthe Slald W� n N LLYDE J. C•LyOE TALE, D ALE _ } 130]5 11mny Number 13010 n /OWP° My Seamed lateral dal b December 31.=19. Shoals covertd by Nl....I: Eil E101, E102, EW1, EJN2, E503 CITY OF IOWA CITY IOWA CITY, 1 OWA I 2018 LOCATION M A P NONTN 2 u NMY KIRKWOOD AVE N W be N 1 mals RIVERFRONT CROSSING PARK PHASE 3 PROJECT EXTENTS 117 , -: 1001 SOUTH CLINTON STREET 52240 STATE OF IOWA COUNTY @10WAW 9AI @L%U 1 -NO -292-89891 FM www.lowoonecall.com Io...' �. I r 1 �r�yI�l1A�O wlll� CITY OF IOWA CITY UNESCO CITY OF LITERATURE monFLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 940 2ND STREET SE. SU.M 140 CEDAR RAPIDS, A52i01 PH'. 319 409.5401 CIVIL ENGINEER HR GREEN INC 8710 EARHART LRE SW CEDAR RAPIDS, A NYO4 PH: 319.8414040 CONTACT: AARON GW INNUP ARCHITECT ROHRBACH ASSOCIATES P 325 E. WASHINGTON STREET, SUITE0400 IOWA CRY, IA 32X0 PH: 319.331f9311 CONTACT: WILL DDVINING MECH. / ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE VIEW IIWE SW CEDAR RAPIDS. IA524pf PH: 319.964.19,14 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IOWACITY, IA 52249 PH: 319.333.]050 COVER SHEET CONRUENCE PROJECT NO: 15106_2 Y Of I— } Za O �a U f„ LL 0 Ix Z = LL O U)a U N U a CZ3 is SU UTTAL DATES c.n --� ISSUED FOR BID SET NOT FOR CONSTRUCTION COVER SHEET CONRUENCE PROJECT NO: 15106_2 Al CML LEGEND Y SYMBOL LEGEND MATERIAL LEGEND 1050 Z SHEET INDEX BENCHMARK, CONTROL POINT, ELEVATION INDICATOR 't DnG -' EXISTING MAJOR CONTOUR EXISTING MINOR CONTWR TRUE NORTH S SURVEYED ORIENTATION SURVEYED TO ED EARTH, BADIDILL SHEET NUMBER SHEET TRIE ■ CONCRETE MONUMENT ---- - FISTING PERMANENT EASEMENT O xawXTN TRUE NORTH ORM CLOSE TO • IRON PIN FOUND ---- - EXISTING TEMPORARY EASEMENT A. TRUE NORTH M KNOWN DATA. RIP RAP A -GENERAL O IRON PH SET — _ _ EXISTING FENCE PIAN N R MROW' A2 COVER HEET • OPEN PIPE - - EMSTNC ROW FENCE AND I$ CLOSEST TO TRUE aux NORTH MO INCREASES ® FABRIC ENCAPSULATED SOIL UFT p2 8HEkT INCE%, IEGENGG, SYMBOLS ENDS, Z ROW RAIL --- - EXISTING GRAVEL SURFACE CNORTH COMMUNICATION WHEN ADDRESSING SIDES OF A STRUCTURE. I O -CML A SECTION CORNER EXISTING LOT UNE 0 20 PCC PAVEMENT 1 6• THICKNESS C20 SITE MUTES PIFN x CHISELED X CML SCALE BM EXISTING SECTION UNE 1••20' C01 DETAILS ® ACOA INTAKE FRE HYDRANT �' _v -- EXISTING UNDERGROUND TEUNISION 1 BLDG DETAIL OR SECTION UMESTONE FLAGSTONE j D-ARCHfTECTURE F— GW WIRE -___--.— (i'li:. _------- EXISTING OVERHEAD ELECTRIC SCALE TO SCALE SEEMCHRECTS COVER PAGE MNU30X UC --- EXISTING UNDERGROUND ELECTRIC DETAIL (NOT TO SCALE)'.'.'�'.'.'.' SUM TYPE I LAWN SEED MIX E - ELECTRICAL POWERPOI£ -- FC - unw FIBER OPTIC E00 GENERALINFORMATON CONIFEROUS TREE (:A`, -- EXISTING GM SCNJE NONE ROUNDED RIVER ROLK 2 TO 6• pl4 ETM UGHTNG LAYOUTPWN ® DECIDUOUS TREE EM91M SANITARY SEWER TYPICAL NOTE: A CORNER MONUMENT 1. NOTES ASSOCNTED WITH SHEET, RAN, SM UNMNGLAYOUTPIAN T�� - 'I EXISTING STORM SEWER BUNAITON, SECTION OR DETAIL PLAY $MOI 8• DEPTH MIN. EI@ UGHTNGLAYOUTPIAN B -IM BEEHIVE INTAKE -._ -. EMSIING CULVERT 1 E501 DETAILS&SCHEDUES ® CABLE BOX CLEAR OUT PHONE EM51 UNDERGROUND TELEPHONE INDICATOR St ENGINEERED WOOD FIBER CHIP E502 DEALS&SCHEDAES m m ELECTRIC METER -- - EXISTING TRAFFIC SIGNALING 12• DEPTH ESm DETAILS& 5LHEWLFS © ELECTRIC BO% V'r -- EXISTING WAREN1 SECTION INDIUTOR Al ENGINEERED WOOD FIBER NIP H-IAYOUT no PHONE BOOTH -_ _-.- EXISTING RR 6• DEPTH Ht LAYOUT PUN GM METER SD SUWRMN 1 ELEVATION INDICAMR Al SOFT RUSH, SEE L1 PLANT SCHEDULE H2 EAST RESTROOM LAYOUT PWN CURB INTAIQ 1W1 MINOR CONTOUR MR FOR DUMITTTIES k SPACING WEST RESTRCIX.I LAYOUT PI �. HANDICAP -AN ® INTAKE 7010— MANOR CONTOUR At MATCH UNE INDICATOR HI Sim DENlS y PERMANENT EASEMENT K -GRADING Y LIGHT POLE CONTRACT TERMINATOR 0 LARGE DECIDUOUS CANOPY TREE O SANITARY MANHOLE TEMPORARY EASEMENT K1 OWING PUN C MONITORING WELL FLOOD FLAN Qj REVISON MARKER K2 EAST RESTROOM SPACING PLAN O POST 100M RD 100 YEAR FI OOD WAY MEDIUM DECIDUOUS TREE K3 WEST RESTRO NI SPACING PLAN RAILROAD SIGN AlA,FENCE O L-UW0.5CgPE SATELLITE DISH — — — — — — GRADING UNITS L1 LANDSCAPE PIAN UNDFASTORY TREE mm SIGN - - CONSTRUCTION LIMITS ® L2 FIST REGTROJM LANDSCAPE PIAN ® SIGN — STAGING AREA L3 WEST RESTROOM LANDSCAPE PIAN SOL BORING SILT FENCE N-SGNAGE TREE STUMP M STORM SEVER PERENNIAL GRASSES N1 SIGN LOCATION PLM �T TELEPHONE BOX R/W RIGHT OF WAY N2 SIGN ENLARGEMENT PUNS VARIETY OF BOULDERS f TELEPHONE PEDESTAL - - SHEET PILE TYPES AND SIZES N3 SIGN ENLARGEMENT PUNS TRAFFIC UGNT W WATER UNE NS PMKID SIGN 'q'OETNLS SANITARY SEWER UNESTONE BOULDERS Ne PARK MOW SIGN U DETAILS TRAFFIC SIGNAL NT TRPILSIGNC'DETAIIS TRAFFIC SIGN N8 TRNLSIGNO'DEAR.S 3k YARD p LIGHT O LIMESTONE FLAGSTONE Na TRNLs1cN E'OENLS NOT ALL PTS TIONS OR SYMBOLS SHOWN IN - ® BURIED VALVE MAY LISTS MAY BE USED IN THIS PROJECT. N10 TRNLSIGN F'DETNLS CTHESEONTACT CONTACT MCHTIECT OR ENGNEEP FOR CIPRIFICATON OF MY DISCREPANCIES. O -REARM BENCH N11 TRPILSIGNG'DETNL4 - _ N BURIED WATER VALVE ---_ N12 TRALSIGN H' DETAILS X REMOVE TREE J % CITY STANDARD BENCH O BOLLARD EASEMENT O TEMPORARY EASEMENT O CITY STANDARD TRASH RECEPTACLE / INLET PROTECTION ❑ CONCRETE WASH-OUT COf1FLUEf10E LANDSCAPEARCHITECT CONFLUENCE 9002NO STREET SE, SURE104 CEDAR RAPIDS, W U01 PH: 3194095101 CIVIL ENGINEER HR GREEN INC a7lO EARHART LW ESW CEDAR RAPIDS, M524N PH. 319.8414000 CONTACT: AARON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITE NM IOWA CRY, IA 52240 PH: 319.338.011 CONTACT: W U -DOWNING MECH./ ELEC. ENGINEERS DESIGN ENGNEERS PC 8601 PRAIRIE VIEW UNESW CEDAR RAPIDS, W 52NM PH: 319 1PIAW STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITES IOWA CITY. IA 52240 PH: 318.33] 780 ISSUED FOR BID SET NOT FOR CONSTRUCTION SHEET INDEX, LEGENDS & SYMBOLS LCNR-UENCEPRWECTNO: 15106 2 Y Z _ O �la- Q ED a LNyL: QU LL _ LL Lu --aa -. U Ln SUBMITTAL DATES ISSUED FOR BID SET NOT FOR CONSTRUCTION SHEET INDEX, LEGENDS & SYMBOLS LCNR-UENCEPRWECTNO: 15106 2 ------------ \� CONNECT TO EXISTING 48' HOLE USING DROP Cb EMON \\ \ DROP 1% SLOPE FROM FOUNTAIN, TO BUILDING. N: 806844E 217/335. VI . SHEET 0200 NOTES: 1. SEE SHEET C501 FOR WATER AND SANRARY SEWER GENERAL NOTES. 2. ALL WATERMAN ANO WATER SERVICES SHOULD MAINTAIN A MINIMUM OF 5.5 FOOT BURP DEPTH TO TOP OF PIPE. 3. ALL. WATER AND SEWER UTILITIES AND SERVICES SHOULD MAINTAIN A 10 FOOT HORIZONTAL SEPARATION. 4. A MINIMUM 18' CLEARANCE SHAT BE MANTANED BETWEEN MY WATER MAIN OR SERVICE CROSSING OVER ANY SEWER UTILITY PER 10 STATES STANDARDS. 5. SEE PLUMBING PLAN FOR CONTINUATION FROM DTTERIOR SERVICE TO INTERIOR PIPING. AN eY31a:ar=::ac,. ACCORDING TO FT RALSTON CREEK PLAN 1 RESTROOM LOCATION s - 1'-3G 0 K I R K W 0 0 D A TO SAN STUB ry rCltAbv. !T. ' i I„e11 IV 1 P nwwlNG APPROXI %L.(IW (LADE. SEE QG ELY 4' 100 Z NWi WAN LNGG w wwH LEOM BUI Z/ w U \1 q)NNE DRAN �"' �I COTNECT 2'0 S CE AND ATER '0 WA O FROM FOU TO 4' I, (9 W Q BUILDING S SEE _. FOU AN UNE TO c �. t Po00\ R BURRING WA COMTIL ATION./ I s+ SEE .SHEET PI PIPING.: FOR C0 \ CONIIINUATION. w 1% Ei Z � U SCWEA '.BfL11N AHOY CRQDEi J. iNG I 70 WATER I IN MFR\ PXAFP4R1; SAN IMITATIONS. I 10• _ � 0 30• MewYW � AO MEN OMS;I Illil? �''I' ,l I CWR 50,NM�MzEJLIN Gi II sr — \ L 'll1 L% L' 'iii' if 11I /1�( tt L .. ,• ConFLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET BE, SUITE 101 CEDAR RAPIDS. N 52401 PH: 319.409.501 CIVIL ENGINEER HR GREEN INC 8710 EARHART LANE SW CEDAR RAPIDS, IA 52404 PH: 319.8414000 CONTACT: AARON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITE W00 IOWA CITY, IA 52240 PH: 319.338.9311 CONTACT: WU-DONNING MECH. I ELEC. ENGINEERS DESIGN ENGINEERS PC TINT PRAIRIE VIEW LANE SW CEDAR RAPIDS. [A 52401 PH: 319.964]901 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET. SUITE B IGWA CRY, IA 52240 PH: 319.333]850 ISSUED FOR BID SET NOT FOR CONSTRUCTION SITE UTILITIES PLAN C200 Y Z w Z/ w U ''n^^' � of VJ O (9 W > O O AL�L/ Z c UL LL C0 m w G._ L7 Z � U Q cn � "R SUBMITTAL DATES ISSUED FOR BID SET NOT FOR CONSTRUCTION SITE UTILITIES PLAN C200 WATER AND SANITARY SEWER GENERAL NOTES: 1. CONTRACTOR SHALL PROVIDE CRUSHED STONE ENCASEMENT BEDDING FOR OIL SANITNT( SEWER, UNO. 2. SANITARY SEWERS TO BE PVC TRUSS PIPE, UNO. SANITARY SEWER SERVICE UNES SHALL BE PVC, SIDE 23.5 WITH GASKERD JOINTS. 3. SANITARY SEWER TRENCHES SHALL BE BACKFILLED WITH SUITABLE EXCAVATED MATERIAL AND COMPACTED TO 951 STANDARD PROCTOR DENSITY. 4. WATERMAINS WITHIN STREET RIGHT OF WAYS OR WITHIN EASEMENTS ADJACENT TO THE STREET RIGHT OF WAYS SHALL BE BACKFILLED WITH SUITABLE EXCAVATED MATERIAL AND COMPACTED TO 951 STARDARD PROCTOR DENSITY. 5. IF CITY ENGINEER DEEMS THE EXGVATEO MATERIAL FOR SANITARY SEWER OR WATER TO BE UNSUITABLE, CUSS A STONE CONFORMING TO IDOT STANDARD SPECIFICATION 4120.D41 WITH 1' MAX AGGREGATE SIZE, COMPACTED TO 95% STANDARD PROCTOR DENSITY. 6. ALL SANITARY SEWER AND SERVICE UNES SHALL BE AIR TESTED TO PASS THE CRY OF IOWA CRY REQUIRED TEST RESULTS. ]. MANHOLE FRAME AND UD TO BE NEENAH R-1642 SELF SEALING OR APPROVED EQUAL WITH CITY OF IOWA CITY LOGO. B. NEW MANHOLE SHALL BE PER SUM 6010.301. NO STEPS SHAL BE PROVIDED. CHIMNEY SEAL SHAUL BE EXTERNAL. A -LOCK COMPRESSION CONNECTORS SMALL BE PROVIDED FOR PIPE CONNECTIONS. 9. ALL PVC TRUSS SEWERS SHALL HAVE A DEFLECTION TEST PERFORMED AS FOLLOWS: a. DEFLECTION TEST SHALL BE CONDUCTED AFTER THE FINAL BACKFILL HAS BEEN IN PLACE AT LEAST 30 DAYS. b. DEFLECTION TEST TO BE CONDUCTED USING A RIGID BALL OR MANDREL WITH A DIAMETER EQUAL TO 951 OF THE INSIDE DIAMETER OF THE PIPE NO MECHANICAL PUWNG DEVICES ALLOWED. <. NO PIPE SHALL EXCEED A DEFLECTION OF 51. 10. WATER SERVICE UNE AND UTLTY METER PLACEMENT AND ACCESSIBILITY SHALL MEET ALL PERTINENT CITY OF IOWA CITY CODES AND WATER OMSION STANDARDS, SPECIFICATIONS. AND POLICIES. 11. ANY ADDITIONAL ABANDONED SEWERS, ABANDONED WATER SERVICES OR OTHER ABANDONED UTILITIES IN THE AREA NOT SHOWN ON PVNS THAT ARE ENCOUNTERED BY THE CONTRACTOR SHALL BE REMOVED AS NEEDED ACCORDING TO THE REQUIREMENTS OF THE SPECIFIC UTILITY. 12. CONNECTION INTO EXISTING CRY MANHOLE REQUIRES CORE DRILL HOLE AND USE OF UNK-SEAL WALL PENETRATION SEAL OR ENGINEER APPROVED EQUAL 13. MANHOLE CHIMNEY SEAL WILL BE BY EXTERNAL MECHANICAL CHIMNEY SEAL, INFI-SHIELD UNI -BAND, OR ENGINEER APPROVED EQUAL. 14. DROP STRUCTURES SHALL BE INIERNAL DROP STRUCTURES WITH 316 STAINLESS STEEL BRACKETS AND BOLTS. AS MANUFACTURED BY DURAN INC. OR ENGINEER APPROVED EQUAL STANDARD IOWA SUDAS FIGURES SW -101 TRENCH BEDDING AND BACKFILL ZONES SW -103 FLEXIBLE GRAVITY PIPE TRENCH BEDDING SW -301 CIRCULAR SANITARY SEWER MANHOLE SW -501 CASTINGS FOR SANITARY SEWER MANHOLES COf1FLUEf10E LANDSCAPE ARCHITECT CONFLUENCE 900 OND STREET SE, SUITE 104 CEDAR RAPIDS, IA U401 PH: 319 400.5401 CIVIL ENGINEER HR GREEN INC 9710 EARHART VANE SW CEDAR RAPIDS. W 524M PH: 319.841.4000 CONTACT: AARON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC U5 E. WASHINGTON STREET, SUITE #100 IOWA CITY, IA Sn40 PH: 319.330.9311 CONTACT: WILL DOWNING MECH. I ELEC. ENGINEERS DESIGN ENGNEERS PC 0801 PRAIRIE VIEW LANE SW CEDAR RAPIDS, IAS U PH: 31R9E4.19M STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IOWA CTP/, IA 5240 PH: 319.3M1100 ISSUED FOR BID BET NOT FOR CONSTRUCTION DETAILS CONFUUENCE PRO I CT NO: 151052 C501 Z NY L.L L f Q C Z d W U X O 3 LL/ W O Z d LL �p LL M m O V 4 7► _ z � a m SU V�AL DATES 9aE 2' 2' ISSUED FOR BID BET NOT FOR CONSTRUCTION DETAILS CONFUUENCE PRO I CT NO: 151052 C501 r. ROHRBACH ASSOCIATES PC A R C H I T E C T S " I hmeby cool, Nal me bcmmo ul Mis technical aubngdM -,. tl FflboU below was xr amb by me oro rm, flit '` E$$IO,rrrprr yrFarvielon ono responside charge. Iama bWylYMyaO ....,,i(' 01............ .. pgLHRECT wr. Me laws d 0e S.. ofbei a.`�oOo. ;' y/ • yNIL IAIA Noma: Wi'ern Nwmg. AIA _ _ ' 2 t OM . IN6 3 re BBRYYY ��- J: 5196 A. My Ikons lereww Nn k: RINIMS MIMIm Nv: 6095 'ox •*........... 't PVoaa SMen wvaleE N'Te eW:__–_ .. .p`� p0 GIM Al M.A ASM A 1, AM 1. /1M 1u,���J HILL 5-001 .. _ LkweNo.: 1369a My llrsllx ylwal mie b: peulEar 31, 2015 PlM o SMH� . HIM, HWI, P I: PMO, HIM. TIM, E1 . 510 ES10.EmO. E521, FSL. ESb, TIM, 1500.1501.1510 RIVERFRONT CROSSING RESTROOM FACILITIES 4 Daumerf$ Dec�� e6?8, RAPC F! ectt o. 13 T SHEETINDEX -,. SHEETINDEX SHEET NUMBER_ SHEET NAME ouwslolMlhe SHEET NUMM SHEF.1 NAME GOW COVER :aFEbSlp.,e E5W ELECTRICAL DETAILS Sale bl Iowa P1gFE5Name ) YY V P100 PLUMBING PLANS a� I9 r 1u,���J HILL 5-001 sgm,rr Dale: t 19593 K T1MTELECOM PUN Lkone No.: IMM 8'.,Y y. s H100 �_ HVAC PLANS My 1+M0ae mm""' "'1u. 0ecenRer 31, 20,9 OVIP„,.,o•F./ PLAN VIEWS PaOes or Slye cm,~'by ureal: T501_�_ TELECOM SCHEDULES AND DETNLS_ 5201 SOpL 5002, St01.5201, 5301 .. _ LkweNo.: 1369a My llrsllx ylwal mie b: peulEar 31, 2015 PlM o SMH� . HIM, HWI, P I: PMO, HIM. TIM, E1 . 510 ES10.EmO. E521, FSL. ESb, TIM, 1500.1501.1510 RIVERFRONT CROSSING RESTROOM FACILITIES 4 Daumerf$ Dec�� e6?8, RAPC F! ectt o. 13 T —__. A1W _"CONSTRUCTION/EOUIPMEM PLAN E100 ELECTRICALPUNS AAW REFLECTED CEILING PLAN/ROOF PLAN EWO ELECTRICAL SITE PLAN A5W BUILDING ELEVATIONS E5W ELECTRICAL SCHEMATIC RISER INFORMATIONTRICAL A501 'BUILDING/WALL SECTIONS _– "– ESIO _ _ _ELECPOWER SCHEDULES — TI /1800 (DETAILS __-- E520 ELECTRICAL LIGHTING SCHEDULES AND All DETAILS CONTROLS A7L10 INTERIOR ELEVATIONS —' - — ES21 ELECTRICAL LIGHTING SCHEDULES AND - - --- CONTROLS •afldMfxll A9wtl'i FC 025E WaNYgIm SM1e' 1 Sole ao0 kwe city. w 319338%111 Faa: 31g 335998 Mechenic'/Enctrc' Ev.: Digo EWrImrs IS 29]19uN ShM SW LeOVRePYHW 31936419. Faa: 319364W5t SIYOI' Eg'neer. R.m MWi Egln-lnb 112EW YVIgImS aty. B kweaM. w 91459%TSA NOTE: ARCHITECTURAL SHEETS PRINTED AT 11x17" SIZE ARE'HALF-SIZE' FULL SIZE DOCUMENTS ARE 22X34" SHEETINDEX SHEETINDEX SHEETINDEX SHEET NUMBER_ SHEET NAME SHEET NUMBER SHEET NAME SHEET NUMM SHEF.1 NAME GOW COVER E5W ELECTRICAL DETAILS GiW SRE PUN FOR REFERENCE ONLY P100 PLUMBING PLANS �ESb ELECTRICAL NOTES AND SYMBOLS P500 __LUMBING SCHEDULES AND DETAILS -__ 5-001 STRUCTURAL NOTES - T1MTELECOM PUN S-002 STRUCTURAL NOTES H100 �_ HVAC PLANS T5W TELECOM SCHEMATICS 5-101 PLAN VIEWS H500 rHVAC TEMPERATURE CONTROL SCHEAMTIGS T501_�_ TELECOM SCHEDULES AND DETNLS_ 5201 TOLINDATION DETAILS AND DETAILS _ _ T_ 510 SCHEDULES AND DETAILS ” 5301 FRAMING DETAILS H501 HVAC SCHEDULES AND DETAILS _ _TTELECOM -" - "-"-- —__. A1W _"CONSTRUCTION/EOUIPMEM PLAN E100 ELECTRICALPUNS AAW REFLECTED CEILING PLAN/ROOF PLAN EWO ELECTRICAL SITE PLAN A5W BUILDING ELEVATIONS E5W ELECTRICAL SCHEMATIC RISER INFORMATIONTRICAL A501 'BUILDING/WALL SECTIONS _– "– ESIO _ _ _ELECPOWER SCHEDULES — TI /1800 (DETAILS __-- E520 ELECTRICAL LIGHTING SCHEDULES AND All DETAILS CONTROLS A7L10 INTERIOR ELEVATIONS —' - — ES21 ELECTRICAL LIGHTING SCHEDULES AND - - --- CONTROLS •afldMfxll A9wtl'i FC 025E WaNYgIm SM1e' 1 Sole ao0 kwe city. w 319338%111 Faa: 31g 335998 Mechenic'/Enctrc' Ev.: Digo EWrImrs IS 29]19uN ShM SW LeOVRePYHW 31936419. Faa: 319364W5t SIYOI' Eg'neer. R.m MWi Egln-lnb 112EW YVIgImS aty. B kweaM. w 91459%TSA NOTE: ARCHITECTURAL SHEETS PRINTED AT 11x17" SIZE ARE'HALF-SIZE' FULL SIZE DOCUMENTS ARE 22X34" 1 SITE PLAN FOR REFERENCE ONLY 1" = 60'-o" EAST BUILDING WEST BUILDING r 8s� pm, a Ire NOTE: ARCHITECTURA SHEETS PRINTED AT 11x17" SIZE RE'HALF-SIZE' FULL SIZE DOC MENTS ARE 22X34" J C is COf1FLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 8002ND STREET SE, SUITE 106 CEDM RAPIDS, A 52601 PH: 319409.5601 CIVIL ENGINEER HR GREEN INC 8710 EARI-ART LME SW CEDAR RAPIDS. A 52 PH: 319511.1000 CONTACT: AARON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET. SUITE M400 IOWA CRY. A 5 PH: 315.335.8311 CMTACT: WILLOOWNING MECH. I ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE VIEW IANE SW CEDAR RAPIDS. A 52101 PH: 31995 A. STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE S IOWA CITY, IA 52240 PH: 3193337850 Y� U) z Lu Z d U)7 W U Q LL z C 11 O lag of a UL UL iy W U O1 Ire NOTE: ARCHITECTURA SHEETS PRINTED AT 11x17" SIZE RE'HALF-SIZE' FULL SIZE DOC MENTS ARE 22X34" J C is COf1FLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 8002ND STREET SE, SUITE 106 CEDM RAPIDS, A 52601 PH: 319409.5601 CIVIL ENGINEER HR GREEN INC 8710 EARI-ART LME SW CEDAR RAPIDS. A 52 PH: 319511.1000 CONTACT: AARON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET. SUITE M400 IOWA CRY. A 5 PH: 315.335.8311 CMTACT: WILLOOWNING MECH. I ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE VIEW IANE SW CEDAR RAPIDS. A 52101 PH: 31995 A. STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE S IOWA CITY, IA 52240 PH: 3193337850 ISSUED FOR 12-2&2017 BIDDING SITE PLAN FOR REFERENCE ONLY CONFLUENCE PROJECT NO 151W3 G100 Y� U) z Lu Z d U)7 W U Q LL z C 11 O lag of a UL UL LM W U O1 -v a Gn SUBMITTAL DATES ISSUED FOR 12-2&2017 BIDDING SITE PLAN FOR REFERENCE ONLY CONFLUENCE PROJECT NO 151W3 G100 OF GERI PARAMETERS STEEL 2GEE�EW GP, RACE Y, W GMWIXG WrtEMONGAuvRGOWBEDSSUBMMq CAPN U. OBSPEA UERVE C MATERwLIOExiIFITONEONE—.W6Y6iEM. DISCUSS STLEANDAREINTENCEHOTOBEESEVEM MW ANCHRECTIONAL MECHANICAL AND TSE MI FM APPRPJALBYSTRUCTURALENGNEERGEECORD. OIMG ALIGNMENT.. XGTCEFNING, RGTFF E EVEJJ DEVIATION ON ALCANUI L SURFACES TAXING LACK WELD QUNOY d DECISIONS BACKING FT BFAPARES LE) PRIMEF. OFAMEO BS RES, OESUND G FTTA OF FILLET SEEM OWERVE RISQUIREMENTIVERSOLT BEOMWINGSIMOERSETEP 0.MWINW ANO WORK BE PIWIGTM PRRNTO A. STRUCTURAL. STEEL a COLDHEARTED STEEL DSEYRE n SMWEFMS FILLET WELW INGA. O®ERVE R USE CFOUALflED WE WEDS. OBBEEE &.IITLALL TO MECSTRMUCIVXPILENGINEER OF RE2R0. G13 E E 'NST IN ME FIELD RISEN TO FABRICATION OF ALGN REAoB6EmE EWIXOSFEE0.WMIIX HAWING REVIEW BY ENGINEER U LISTED TO VERIFYING F.COPSf.. 0®EPVE ANY TEP. AEOPT, SELECTED WELDINGTAXLAG WS :PREHMTAMPUED GENERAL 4AxMNPEE THE ME CGMWGr wCMEN,S. MMCIOR IS RES TRIBADE NR AM CHANGES FROM THE GPS HATES WRH ARCHITECTURAL. FACXPASSMESTE CALFT'PEOUI EMESNTS DOCUMENTS. DIMENSIONAL ERRCRE, A WELW CLGNEO.XCENIF MECHANICAL ELECTRICAL AND ttUM91N0 gAWIXW MR C. WELLS MEEEN6VAL MLEFTAEE SELLERS, PERFORM COORDINATION ERRORS. OL OMISSIONS IN SLAP GRAMME, WELLI EVER. -UNSOUND p OMMAL OPENINGS. ELECTRICAL COW9XENTE FLUSH DEPRESSIONS ETC. NOT SNOW ON OMWHAA ODRDIMTE SV9 SHOP OMWNW SHALL BE SUER UTTEOTO ME ARCHITECT EARO6TRIVL4 PERFORM LOCATION, SQEANDREINCEEEMEMOFALLOPEXPASWnH OF MARINI ARTS ERIE REMOVED HE RED G) PERFORM PRKWTOMBRGTOXAWCOXBTRGMQNNEGXDIXGALL LL WELDED PERFORM DOCUMENT ACCEPTANCE OP REJECTION OF WE RMEMBER. RESPECTNETpADESBEFCREFA&LTATICW.REFMTFXY AL MER. AIDES. AVAILABLE NR ANATMER INTERMIT PERS. STRUCUXAAUEAGIELUOXGTHEWLLOWIE: C. MORE FASTENERS SELECTED FOP THE JOINT DETAIL {GRADE TYPE. 0MSERVE PRCHTECTAHDSTRUTERNENGNEERDFREWRG TMF * PROPER SETTING PROCEDURE SELECTED FOR SANT DETAIL. SERVE NSMGYSBEFCPEFWRMIXJ PREPAATOSI PECE FFPIICD GE PpMn. F ALRATCN VERIFICATION TESTING BY E PERSO ULDEERVED3GCMERTEDFOPMSTENEP CONNERCHE REINFORCEMENT .PR THESE GENERAL ETES SUPPLENENTME PROJECT SPECITATNDs. REFERTOn1E PRWECTSPECIFlGTFH3kR B. REPECEEN TAWS WRING WLNA: MASONRY REINED CAMENT EMEMADEDAUSILLF MD 6 WASHES Off REOy ANDPoS11pHE SAS N. REMARKS. REQUIREMENTS. NOTES AND MEDALS M ME ETEWCAUGHT PEERINDWTGIT • STRUCNRNTTER fRMEIREASE PRECECENCEWERTIE GENERAL NOTES ME TYPICAL EMENSULS, WHERE NO DETAILS ARE SW MW, SMLLIX LUMCONNECTION WEUAS RI A.E U E E. WCMEMgOCEEAEEOR REDECTgXOFG EgWRM MEMRM ARMS GCWaIRUCTKKR eHLLLEA93WNiX FOR SIMIIMOMCEOFALLMEMBERS, 2 VERIFY RAGPVATIONS ARE CATENDED TO PROPER DEPTH A GAVE REACHED PROPER MATERIAL. PUNSMOANY 3, PREFERUSSIFlGIAM S TESTING OR COMPACTED ALL MATE WORK VERIFY USE OF PROPER SUMMANDS DENSITIESA LFT SE WRING PLACEMENT A CHUMPAUCTION OF COSMETICS SELL. p NUNGINECANDEaaARY MTERMNIN MANDPA EMEM GAS ME BUILDING IS NOT STRESIGRALLY STABLE UNTIL ALL eMLLALESC EINCLURD, CONXECRWAL FPARECOMPLETEANOOIl9VE�IlEVED HE GME LQPGAWINGe OIFFERF QAONAOOTOTM DESIGN FlML LIATH. CULL DRAWINGS, THEY SPALL MAN ME REAL GESER SHERE COMMRCR M SOLE LY RES PoNSI SHE TO MAINTAIN STRUCTURAL STABNTY DUPING ERERION AND ANENGWEERMEOMEREDINTHE TESTATE. MY CHANCES TO ME STRUCTURAL OUR TRU'.TEMFOPARYBRACINGSYSTEMSAREXOTTOBF RAWING93MLLBESUBMRTEDT MEAROFHFECTANDARE REMOVEOUNTLSTRUC,URALWORKMGPLETE GVBIECTTOREWEW AND APPROVAL. OF THE STRUCTURAL GFB CONTMETOR'B CONSTRUCTION ARGON ER ACTON SHOWS EES ENGINEER C(REWRO. A HALL CONSIX A m E E FEEmS OF THERMAL WE DEIGN DRAWINGS SHOE CRASHES, AN9uLcvwMMRS TOR MUNDANE RTS OF STU r URAL E LE ME NTS WERE ME THE DESIGN ME MBRIGTION CF ITEMS THAT ARE DEUARE0 CONSTRUCTIONPERIOD. HE CONTRACTOR INCLUDING'. r STREARIGALSTEELCMNECFpV3 GF, D&SEMEMWALLS WHICH TIE TO UPPER SLAMBE VERMUED UMILRERESULTAR THE UPPER A. TCH STRieENGTH BETHE 6EALNRD MANANM' RE OEM DICTION UNLESS ADEQUATE BMCIXG IS PROVOEO AT TH E TOP OF ME WALL. REGISTERED N ME APPROPRIATE STATE AND SHALL BE ED ENTRE A TO ME ARCNTECT PRAMS M REMENTON ANO SRUGGERMR. GLCUUTCXS SHALL BE INCLUDED FOR ALL mxNEGTDRsromEASATLRUSECR'TsCONSICev ,IS GENERAL NOTESANDTHROUGHOUT inRSETwuiDRUNNiEs EFFECTS ONev THLALFED BiOPA. X UUMEMLWENRMKTGSAWMEMSEASMRA 11M. MANAGER ANOTHER 9U0CGHIRACTpRS. MARKDOWNS, INSTALLED, OLE GATED DE3MNERSRNINEER6 AND MECTdS, BUT ITEMS THAT ARE DESIGNED BY ME CONTRACTOR 6WLLL BE DESIGNED TO SEEM MEWE LGW INDICATED IN STRUCIUML NOTES, AMID FORD HL MY ADDITIONAL LOSSING .... PARAMETERS INDICATED ON ASAME ANSEEMD MOWEINTH DEAHSRI ANDA NET WINO UPl ME ANNCOMBS 13 DESIGNED IN wMCR WTx THE bC UPUEE. mmERMnwAL BUILDING Oce. 2015 EMION. sue ITEMS THAT ARE CENTERS BY THE CONTRACTOR SHALL INCLUDE ANY J 2TYPICAL ACTURE' Po (CONFEREE ATEEFrORIFi AS SHONX OR PUX DUPTAPP EWTNUALOJYREX ICABLE USAGE ANDARDS ,A, ERB SE ME sun THELGNT RSMLLLCGRDx SWNCRESI WS RIDGE IMLmCIPoDENCESPARM FLAT I1 XSH OFMECHANIICAL, MUMBWO MCO ELECTRICAL EQUIPMENT. SHOW ARGUED 105 HINERY, AND IGBOCMTED PIPING WITH THE STRUCTURE, MACHINERY GO�ITMERTA 111 0 I ON LG4 HAS it BNTE Y CORRECTNESS TOS STRUCTURE SHALL CONFORM TO RESET CRATE RI 3 AN SHOCCURRED IN ME ALL M DESIGN EDPPRONWOF A BY AN ENGINEER AND SHALL RE CFS MRTHWASSEESMXPAMMET ERS: SU BRUTE TO TI E ARCHTEE PRIOR M FARM CATCH, MMIC I MPGTANCE FACttIx IS E) 10 4MBt 9U,D RE 0 E RE I WEREEl THAT SEEN FROM CR AW TO TXE sMIcaSECLASS OIEy MAN4Ny 48 EM Ev dML AND APPROPM DRONE G SITE CORNMEIEJO BED ARCXTERPRroRTOCENSTPLcibN. LONCEPE RPS SITE COEFFICIENT RM) 2A SEISMIC DfSOHCATEGORY B SEIBMIGFORCERE613nNG SYSTEM. DEDRANY RESPONSES MANDANY BNEAR WAL9 SAMMY STEEL MOMENT FlAMES SEISMIC .. ON. M RG 2N SEISMk BASE SHEAR NI ERV 3N HMW RES RNALE COEFFICIENT FSQ NO B ST MMIC RESPONSE COEfFpIEM by PRY BILL REYOUGE M.. FACTOR IRI. SEA RESPONSE MD... FACEOR IM En E W.. FAC US XHDARCUUxuM. FITcmRTP)CAN ,.IS BEISMKANALYSISWCUEDWE ISSONSELIVINT UTERAL WE ANALYSIS D.6 WIND DOWN CDNCnrtGAMMAS. I S BEcwro SEE, M, REKERI SIND YALE I RCAF PEPSE�c[) REFINED ,B DPT ALSO£ WALL WFlECUS, IG EATERAR (CLAIMEDDESN) USED VENEER DESIGN) PROBE.MCH LTMESSER ESS DPB ALLOVAOLE MAN .DEFI£CCXS'. BOX WE LOAD VID ROTTOfALUNO VIN fLWIS WE LEAD USE FLOCNRITPL LGI VOD WS ASSUMED FUTURE CONSTRUCTION: VERI6AL NONE P.L. NONE ELEVATIONS OF WTIpGE PAVE BEEN ESTABLISHED BASED ON ME ASSUMED MINIMUM MAKING PRESSURE OF HGO PUPAS SHOWN IN HERTABLEDUES2 ALLOWABLE U VATIONERRE36E6. COIDMONSSWP REOUIRECMMTS.WMACT TTRULTUMLEXONEEROFREWRDFDREVALWT NC4MESECMNGE6. ,IS PLL ARIEPREWWE O ADE 9OLBE W MM V W SO F W LIN W..........._ ...... ....... _,MD P6 F 90WXE iWTW6.............. ......... ........1EAEF FP3 MINIMUM FLING LEITH FOR MOST PROTECTION (BELOW FINISHED BRAGG........... ___- ...... _ARM. EPA DESIONGRTHPRESS RES: ACCUSE E ME PAI AT REST _. .... WPNEF BE ER EPG GECECHXTAL ENGINEER IS SOLE JUDGE OF THE SUTABBT'CF ENDEMIC MTEMAL M 3 UPRYn FOUNGTpX3. BEARING PTERML WALL BE APPROVED BY GEGECHNCAL ENGINEER BEFORE FW NOATOI IWTA .. W NOT PROCEED WRINWIAPPROYAL En6 PRION TO COARSENESS EATTXWWIL CONTRACTOR SPALL RENEW AND ME MMLwq NTENALLASECS CF OETMEGEOEGMXM. F .1. CORIMT OEECXHIGESTDNS L ENGINEER IF O3CREPANGIES, GvEcwL x6 c11M SP, ECwLNSVECTON PXWRPM SHALL CONFORM TO CHAPTER 13 GT EI C. .M TEMBER SMILEBARLEYA SPECIAL IWEC P30OR R TO PERFORM THE REQAUI'IEOCy DES AND Em6ADAPTOR P 1 R 1TW MIT EANDTHE PRdECESECIFlGTERS. BPS IAL Ix6ECTWgEMRR98MLLEFLRXISXEDM ..A.6FlCNL, OWN GE ARCHITECT, BTNUCNML ENGINEER, ANptOIIppCT(Iq, REASSIGN SHALL SUBMIT A MET BPoTHE SPECIAL ES MAT UCTURALWARK WAS TO ME BEST OFP�WDEIAL ITHIME CONSTRINSPECTUCTION DSUMExis. SEE SPECIAL INSPECTION PROGRAM VCHURFICAMON AND INSPECTION FACCURAY STEEL ERpgL 3. IWPECTIEMOROMGBW WELWO 12-28-2017 A FE GING PROCEDURE NI MISS—TABLE.HIRING CATlONIlRWELd NLABLE.FERMAN CAPN U. OBSPEA UERVE C MATERwLIOExiIFITONEONE—.W6Y6iEM. CONE—. MI JOINT PREPARATION OIMG ALIGNMENT.. XGTCEFNING, RGTFF E EVEJJ DEVIATION ON ALCANUI L SURFACES TAXING LACK WELD QUNOY d DECISIONS BACKING FT BFAPARES LE) PRIMEF. OFAMEO BS RES, OESUND G FTTA OF FILLET SEEM OWERVE MMS ULGNMEM. OSE AT RGD CLONXISHOWNING TRAE WEE OMVNJTYOF STEEL W) CCATMO 2. MECRW TONINS DURING WELDNG. A. STRUCTURAL. STEEL a COLDHEARTED STEEL DSEYRE n SMWEFMS FILLET WELW INGA. O®ERVE R USE CFOUALflED WE WEDS. OBBEEE C.WNTRCLBR4RGEO11SEWNG6ReGWBLEi CEERVE CWRR0. .ELNELDEO ONGVE EVER CMCNEDTASK WEIRS OBSERVE WEEMS ALGN REAoB6EmE EWIXOSFEE0.WMIIX HUNTS LMFBEECFTATIONBTEP. F.COPSf.. 0®EPVE CAN TRAVEL6EED .1. CAN WELONG AEOPT, SELECTED WELDINGTAXLAG WS :PREHMTAMPUED SXIELgNGGS TYPUGSTAIID GO ACRES MERGER IF, V. E ON �IMERPA65TEMP. MIMAIXED IMHI MA( G. WELDING TECRNIDVE6. OMEMS INTERNES BFlML CLEAN I NG FACXPASSMESTE CALFT'PEOUI EMESNTS S,WBFECRAXTASRBAFTERWELgE. A WELW CLGNEO.XCENIF MSME, LEXGM, 0 LOCATION OF W E L W. PERFORM C. WELLS MEEEN6VAL MLEFTAEE SELLERS, PERFORM .GRACIP0.MIEIIWN-BHUDME WELLI EVER. -UNSOUND ORDER GROSS SECTION -PWWTY WELD PROFILES O ULTRASONIC TESTED TO BE P ACEM,O ON COPLETE AMM EgfORM PEHEIM}ITWELW EARO6TRIVL4 PERFORM I HAPAS PERFORM OF MARINI ARTS ERIE REMOVED HE RED G) PERFORM REPAIR ACTOTEE PERFORM LL WELDED PERFORM DOCUMENT ACCEPTANCE OP REJECTION OF WE RMEMBER. 4. INSPECTOR TAPES PRIOR TO SELLING AL MER. AIDES. AVAILABLE NR ANATMER INTERMIT PERS. B. FASTENERS MARKED IN ACCORDANCE A�ACTN RENTAL O ER C. MORE FASTENERS SELECTED FOP THE JOINT DETAIL {GRADE TYPE. 0MSERVE FELT ETH DEDUCED THREADS. * PROPER SETTING PROCEDURE SELECTED FOR SANT DETAIL. SERVE SWERVE CONNECTING FIEMPREP IRIN�i PREPAATOSI PECE FFPIICD GE PpMn. F ALRATCN VERIFICATION TESTING BY E PERSO ULDEERVED3GCMERTEDFOPMSTENEP PEgKOE .ES4MEECSUSEC RBCLTS NUTS.KNOTEP560THER WE�TC� GPE EPGOSMEDF.O AT B. REPECEEN TAWS WRING WLNA: LEDINALLFEEAES G AFA82NFRAMEMBOEB.OF3DTAWECO661YJNPUWEWE 6 WASHES Off REOy ANDPoS11pHE SAS N. B SOME TOME OBS CONDITION PRIME ERVE ETEWCAUGHT PEERINDWTGIT G FASTENER COMMONEST NOT TURNED BY THE WONDER ME DEVE fRMEIREASE p. FA6TEXEMARE 'CME SERVE ODER&WF➢INPLCOPG SPECIFICATION, MPARDTROGRFSMW BYCERMTGLLYFPOM iXEMWigIEi10 ELTGWAP0.TMEPREFEWEG, B. TA6 F9AFTERE L : RI A.E U E E. WCMEMgOCEEAEEOR REDECTgXOFG EgWRM MEMRM SENCRESE COMM XF45CI.. 1 4VERI REI�NFFORCEETMENT.INCLUNNGPRESTREBBINGTENOCNS ERpgL 3. IWPECTIEMOROMGBW WELWO 12-28-2017 A VERIFY WFIMXIUM CA BURROWING MRSO,xEgiHAx n3TMAiM. FEB. &IEPECISIIb,PiAA9 FILLETMESION, MPAMU AHMED GINSPECLALLOMERWELW, CCM. WPECTAND.MNOASTMWNCREIE. RE. A INSPECT ANCHORS F®TANSTALLED N RAPESEED CWLCXER MEMMM. MES. ANCHORS INSTALLED IN NOMQORALLY W LRVµ0.Y INSURED DTE. WIMAnpISTORESIST SUSTNMEWlW W OMT. ECMNIGL MERGED AND ADHESIVE ANCXAS NET AFFIXED IN M SUMMERS 5. VERIFY USE OF REQUIRE D DEC IS N MR FERN%MC . PRIOR TO CONCRETE PC EM E XT CAR KATE B PECIMEW MINISTER S U TESTS, PE REFORMS S LUMP S AI R CONTENT TESTS ME DETERMINE CONCRETE COM, T. INSECT COD RETE PLACEMENT FOR PREFER APPLICATUDS LXNIOUES CO, ECIRAA CHRINS THE R IMPECT WRMWERK FOR SHAPE LOCATEANBOIMENGTONSOETHE E MOER BRING FORMAL CONCRETE MEMBER PERIODIC MANDINFOB VERIFY COMPLIANCE WITH THE APPRQVEO3XNlALC PERIODIC CONSTRUCTION RET WHERE SPECIFICALLY SPEEPTRU BY NNWPOWERS SLO 3, VE0.1F TION OF P FLOW S VEINS OEWE i01EINGMMIN ATION EGINS VERT T A A9FMUNCEREWCOOFIVOTAPPEGIMMERELFYTM fOIJAYIXGMEIXOJMPWEE: PERKVC 01 MESPEPMEOM%TAR. B CONSTRUCTION MAMAS. PERIODIC CETHES OIXELTOg3, ORTGR pERICgC REINS SH PMORTOGROUTNG. vERInmEFWLorvIEAE IxcoLVLwEe A.GRWTSPACE RESIGNED BDAACRTYYPE ORCEMEMdAOD B^AT9 MS COXNECTORS. PER. O6gOT. YO PEN. PENDING S. VE16'ISWRIXGGXSTP CTIONM &SENS LIXATpx OFSTRUCTUNAL TEMEMS.STYINESEE&GREATIONOFANCHEO PEgKOE OSTRUCNIMLMFMBFE MUOR OTHER CONSTRUCTION PERISAC C. WELDING OF G RARE D. P ENPARATHOMECONSTTRIUCTION& PROTECTION OF MASONRY WRING6lD EP. BELOW I'CK RETWFATHER'SINI 1 BYFI. WFAiHER TM PER. C ELSE RE TION OFGRGTSPECIMENS. ERTARSPECIMEN3 R PRISMS REP. SQEA 1 VERI MATERIALS BELOW S TONY FOLUNDAIIHONS ARE ACEXA7E TO ACHIEVE THE DRAWN BEARING CAPACITY REFUSED 2 VERIFY RAGPVATIONS ARE CATENDED TO PROPER DEPTH A GAVE REACHED PROPER MATERIAL. 3, PREFERUSSIFlGIAM S TESTING OR COMPACTED ALL MATE E. VERIFY USE OF PROPER SUMMANDS DENSITIESA LFT SE WRING PLACEMENT A CHUMPAUCTION OF COSMETICS SELL. COST TO DER ANS SUSGEE d VERIFY . PREM TE UDEENY OFRE COE4gAEPE RY.WEM THAT PER. All WO q MEANING WE WCOSE MAI PR6MLL COMPLY WITH CHAPTER SO OF THE BE WES TH E OWI1ry OF WCVO PRODUCTS AND FASTS HEM, AND THE GREEN OR SMILE CON GUAAM TO ME STANDARDS SF DOME ET ME ASSES MALIIMEM TNUCIpN AN WED COAST RATE WOW WJ OCHUNG LOCATIONS WITH XEES ME NEOUIEMEMS OF OTH ER WORK INVOLVED. WH PROTIDE SELLS WEEKEND BETWEEN SAW N JESUS AT ALL BE ANSI AND AT MIGAPAN OF COMES NGB PROBES ET 0N4EHIEP MYN MSSPACINGFOA BLOCKING) W5 SINGER CHANGES SHALL BUR DIRECTLY MEAL WALL STUCK. GMCfRTRUSSIMIXSMMOFTWOSNW)BIUNC, IDES NTXE WR CGTFWMDWFGHEOFJOHGAANGSTUWSMLLGMMMA TOIBC 6ECT1CW63]b.63,3YBS,0, PNDigB.tg43. Wff LLMO AGENCY PRIOR TO USE AND SHALLMd MEET THE MINIMUM STRESSES BROWN BEGAN. Wf6 NCEDf MWHLMER I. IMINIMVM DESMX VALVES, "A"MIA UMASSEURS ENALL6NW GIAU6 FlMARCN W,2 A,MDWH R MEN MET . RS ME ME ISN PM E 1.®p4El WF61B PRESSING MEMBERS WANT, TEETS, ETC) SOUGHLEARTURCHINE.2 Fb-VOPQ R -GRAM B AN FAMO-PREPIN ' 1.NPWH WPo WEBB MAIL HEADS SHALL E TEAM FLUSH WHEN SHEATHING NOT PENETRATE E HOT FLESH, N'FACE FLY WITH MAL FRESH IF NET HEADS X, NORFY 6TRICRAL ENGINEER OF REGIO. WES FMSSAND STAMPS SHALL SOARERS TO ME REQUIREMENTS OF ASTM f RISE P . ES AND SPACIN S SPALL BE AS INDICATED IN IBC TABLE 2SB4At OR NER3E; LLX.O, WISE ALL PRAISING MILS SHALL BE GF NE SEE AND NUMBER SUCCEED 1N THE LEGGINGS ARO SCHEMA TO AM HOWARD HER SO. HAILS SHALL BE SECURED M TUBE E REPMB ORT NUTO ER EHNL DIAMP SHARP DIAMETER AID LENGTH IR CONTAINERS) THAT SHOW THE THI�YREP'9 INFOR UA'PER ALSO E E 6SSTRUCTURAL IENTOOUMINGwIILINTBNSALLBEINUA DINICTASRCYCAYIOI IE USED FOR FRAMING DSHEATHING CGNLECTRUSSAFTHAEMONEDIRM ISOCATED IN THE TABLE BELOW: WF12ECW MnOV REWSSMLLMTOANSVASMESFANLWO BIB3,L LTNMERSW MATLF AMINIMUMOFIWM'DHANNEEN THAN THE MET EMOSETAX HIR IHE INSTSALLSOO WTETCHUNGAEMMCUTSMI OR, ALLRS ALL A101 GLT9 CMLTIOJNRE CUTMR PLAID ME SAL FEARING COMMISSIONS SHALL BE MANUFACTURED BY NSI MASON BRUNEI CD NOTE: ARCHITECTURAL SHEETS PRINTED AT 11x17" SIZE ARE'HALF-SIZE' FULL SIZE DOCUMENTS ARE 22X34" CO(1FLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET SE. SURE 106 CEDAR RAPIDS. N 52411 PH: 319.409.5401 CIVIL ENGINEER HR GREEN INC 8710EARFLARTLANESW CECAR RAPIDS, N 52401 PH: 319.841.4000 CONTACT: AARON G W INN U P ARCHITECT ROHRBACH ASSOCIATES 3253. WASHINGTON STREET. SUITE6400 IOWACRY, IA 52240 PH: 319.335.9311 CONTACT: WILL DOWNING MECH.I ELEC. ENGINEERS DESIGN ENGNEERS PC SEW PRAIRIE VIEW LANE SW CEDAR RAPIDS, IA 52404 PH: 3191 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IOWA CITY, IS 52249 PH: 319.333]859 z LLLu Z [L Lu U 0()%Q LLO LL K W O ZgLL i u)-0 U_ IL COMM XF45CI.. XNTYh19M GM IN.) MNAEiFR My 12-28-2017 -J BY CA ELD BIDDING BE ClSl 1 IN W ST. 1N SUES SIBE C.1P WF12ECW MnOV REWSSMLLMTOANSVASMESFANLWO BIB3,L LTNMERSW MATLF AMINIMUMOFIWM'DHANNEEN THAN THE MET EMOSETAX HIR IHE INSTSALLSOO WTETCHUNGAEMMCUTSMI OR, ALLRS ALL A101 GLT9 CMLTIOJNRE CUTMR PLAID ME SAL FEARING COMMISSIONS SHALL BE MANUFACTURED BY NSI MASON BRUNEI CD NOTE: ARCHITECTURAL SHEETS PRINTED AT 11x17" SIZE ARE'HALF-SIZE' FULL SIZE DOCUMENTS ARE 22X34" CO(1FLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET SE. SURE 106 CEDAR RAPIDS. N 52411 PH: 319.409.5401 CIVIL ENGINEER HR GREEN INC 8710EARFLARTLANESW CECAR RAPIDS, N 52401 PH: 319.841.4000 CONTACT: AARON G W INN U P ARCHITECT ROHRBACH ASSOCIATES 3253. WASHINGTON STREET. SUITE6400 IOWACRY, IA 52240 PH: 319.335.9311 CONTACT: WILL DOWNING MECH.I ELEC. ENGINEERS DESIGN ENGNEERS PC SEW PRAIRIE VIEW LANE SW CEDAR RAPIDS, IA 52404 PH: 3191 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IOWA CITY, IS 52249 PH: 319.333]859 z LLLu Z [L Lu U 0()%Q LLO LL K W O ZgLL i u)-0 U_ IL STRUCTURAL NOTES CONFLUENCE PROJECT NO: 1510E_3 S-001 �ED FOR ui 12-28-2017 -J BIDDING STRUCTURAL NOTES CONFLUENCE PROJECT NO: 1510E_3 S-001 9F GET B'S STEEL ANCE WORKSHALLWMPYWIRCTAIT OFTHEIBL STYELMEANING SALAMIS SF21 W9ECTPJE ARTS"BYFT-IaoHEl SFJ, TJELARNTTRI�ORB FP;. =P31 SFE] C LSANPIES, MRSAGETBASS TAUSANS - PSI SFE} LAPTES INT PONATEO AT MOM E XT CONNECTORS) SFAS PLATES HOMES. AT ROME M CONOSIXECTIO.SJ PSTMALIS FT-SQQ SI SERs PACE ARTS AND ORB R=E,QO SR.T HEA 41Ti0 RED TE WIDE STEP )KELLY RUHOMAD P91 SEER sTEE UESTRENGm FY6¢OP31 3N K{J13ENE9 SFJ] WFLELECTRODES ERECTION SX STEEL ALL COMPLY WITH ALL G IS. STATE, LOCAL.. UNM REGJLA7AAS. O IN ASYMF?N,ATTXE ENOOFTXE WORK S E PRAMWITH MEASTANDOR ORDERS IN IVOONSIONS, M AUDAMOELYS P EDOR BRACED IN OTH591 T'IMS TAMPORARRRYGUYINGRANCINGIBTXE RESPoX (DESIGN AND IXSTAW,IWA DESIGN FABRICATION RECTION SHALL SE INACOPDW CE WITH THE AUG STEEL C MIO NC woING cERNMEEARY. CONSTRUCTIONDRWL MISC ALL1 O. ALL NELDA MR STRUCTURAL STEEL CONNECTIONS TCM INSTALLED PER. AV.RCVCl BE UP ALL NOTTS M BE MATER U.HO, STEELSPITE DEBTS NEED IN CONSTELLATION MY BE ASTM ASS BEIMBTOLLO SX L4IGM LLNO. :ESS A EA LLL BOLTS IN BRACED ENSURE CONNECTIONS TO BE PRSTERSONE U NO AMUSING ALL GORMAN TO THE AWS CODES RN ARLAND GODS WELDING IN BUILDING XSTRLCTgN, WELDING STALL BE PER�MED IN ACCORDANCE WITH WEDGED PROCEDURE PEC6IGIM ENDS AS REQUIRED IN AWS 01.1 AO APPROVED G WITHIN THE PARAMETERS ESTABLBNE BY ME HLLERMLETAE MANUFACTURER. WELLED SMILE BE NAGE wWO EI6IX ELECTRODE ANDS ARE BE SYS OMMMUDGM TO MINIMUM, TN,�ALL WELDING PAR STRUCTURAL STEEL E PERFORMED BY CEMIFlEO WELDERS N ACCORDANCE WITH MISS CIA. FOR COMPLETE JOINT PEN IONIZATION WELLS MILES SHADILBE MADE WITH FILL R METAL THAT HAS A MINIMUM OVIN TOUGHNESS OF 20 TYLER AT VP F. NISFE REACEPT FOR STEEL THAT 13 TO RECEIVE SPRAYAPPLED ARM MR LOCATORS)PLACING BEALL RECEVEEAA SING�ALVLE COSTARPSTION BP APPLIEALL STEEL S MASS. PLACING NTdP LVRUE STEEL FOR THE FOLLOWING Oddl9 NO SFID3 TEELEJEMENTE PLOTAMTEXD NUNCOXdfpNEOSPACEI Bfl0.S STEEL ELEMENTS LOCATED OUTSIDE THE BUILDING THERMAL ENELOPE. fi10.0 STEELELEMENTSLdMENORAREMWEPREEN MUMI00Y, 6FIM5ALXNWElASPIECESEM&ESLOGTECINEMERMRWµ , 6F10.B ESPIR AREMBLPT E HOTSPRINGPROCESS RS6T A ATTOOCC RTAFF RCOMPLETE FABRICATION OF TH E ASUP IS SLY. DUN T.".. N -LL BE CONNECTIONS DETAILED IN aCCXMGANCE WITH THEEOUIPEMEES OF AIBC SPECI ICATWS FOR ,HE CHEAP CTS SHOWN .I BFtt4 BF115 E. - LM, CONCRETE M.BDNXV WOPR61ULLCg1ERMTGGIKPTER11 DFTHEIw. RE ALLMEDYARE NOMINALWOMPT STACKED WITH A RUNNING END THERADE ON THE EMISSION JOINT FEINFFROiXCiIXpLL ALLACUT�E EEwrmiwusmCONTTROLDAUGH JJC«iiRa BOSEAMS ND INTRDECTIN WALLESNALLBE ENDED TOMEH APHxGWUNSE. cM3MINI M UM ALLENDE SPAILL BE�SIREXGETH-- 1 AM EDD ASSECEPON MBLYY UPm 1EDD MR) W]. UN?ESHALLBESAMPLED PHDTESTEDN ACMRMNCEWI H 9TMCIW.LN SHMNPAOEWRUNrt SHXL NT EEDOMM.CRCRETEM49OXPYMLSSHNLBE REIRMSER A9SHOWNONSIEMAN4ANDOST.VSAM6ET 3HPYN. SHALL BE PERFORCEDAS NOTED BELOW CW REINENACINSTALIBECRNL SX3 THROWN CONTROL ROWS, CINa1 XRpESBRNNLOG LJN IXRANIXIMUMOFPa AYFR NEAM= LOCATIO CMBE WORDS VERTICAL CONTROL JOINTS ADIPLEMTO OWNERS OR LL ECTAWIHINASTANCE EQUAL MWLLF THE CdrtRWJGN IN NTE CME, BELESS NOTED OTHERWISE REATURE SHALL BE TYPE S AND SHALL CM TXyFOROES3INBLLNT EXCEECBpASTN CEl11 NORFM BEp JqE CMT )' T GROUT SHATHAVEA MINIMUM 28 MY COMARRIESSIME OM7 ETREAT..1 DAY PSI JUDI DIAN5HALLTUFGPMTO ECTM: 1MANOASTMT M GRMTSMUONSITMA MiUREOFCEMENTRIQUSWTERMLSANDAGREWTETO MD. I"FxME WATER MAS BEEN ADOEOTG C.B.E AITURE TO FLUS WOMgR SEGREGATION MTM .MD., CMF3 .."OWES SCLO AT REE.. SONS BEAM, ,MS. INC.. ELEVATOR GM.E .. ANO 11 BEL WV BEAREW MINT OF STEEL SESSIONS AND R' TO EACMSICE. CELLS WRFX APE N RECENE GRWTANE TO M FREE OF PROTRUDING MORAR RD DROPANG6. MOST BOND REAMS ORB R OPENINGS IN RE COMIXUOUB OD HOUR. R. SURVIVE AND SECU RE REIMgLCEMEM AGAINST RES %AGEMENT BEFORE GNAW SING. CMB PROVIDE BANANAS MEAORS OVER 01 LARGER THAN IY IN LEXTHR INOCATEDIN SCGEDULE BELCW, VN .O HEADERD STALL BGP rOP XEXNTL EVCSEDBTEELMFADERS TOBECM1 NLhOUD HJ! ME CH WALLGUREIXAUFM--H VE9a DMAATS' ARRIMRS REAR CmPCmEs (MANAGE WAGE RT. CETNI OA oro MMERR cvacTY Ssxua owrrnY.{ry CLP. 1-,12610 DONS 11av16 L -M - WiS 11 ED VON 41 fl3 AP EB NPS AU, ApP6 .I BFtt4 BF115 E. - LM, CONCRETE M.BDNXV WOPR61ULLCg1ERMTGGIKPTER11 DFTHEIw. RE ALLMEDYARE NOMINALWOMPT STACKED WITH A RUNNING END THERADE ON THE EMISSION JOINT FEINFFROiXCiIXpLL ALLACUT�E EEwrmiwusmCONTTROLDAUGH JJC«iiRa BOSEAMS ND INTRDECTIN WALLESNALLBE ENDED TOMEH APHxGWUNSE. cM3MINI M UM ALLENDE SPAILL BE�SIREXGETH-- 1 AM EDD ASSECEPON MBLYY UPm 1EDD MR) W]. UN?ESHALLBESAMPLED PHDTESTEDN ACMRMNCEWI H 9TMCIW.LN SHMNPAOEWRUNrt SHXL NT EEDOMM.CRCRETEM49OXPYMLSSHNLBE REIRMSER A9SHOWNONSIEMAN4ANDOST.VSAM6ET 3HPYN. SHALL BE PERFORCEDAS NOTED BELOW CW REINENACINSTALIBECRNL SX3 THROWN CONTROL ROWS, CINa1 XRpESBRNNLOG LJN IXRANIXIMUMOFPa AYFR NEAM= LOCATIO CMBE WORDS VERTICAL CONTROL JOINTS ADIPLEMTO OWNERS OR LL ECTAWIHINASTANCE EQUAL MWLLF THE CdrtRWJGN IN NTE CME, BELESS NOTED OTHERWISE REATURE SHALL BE TYPE S AND SHALL CM TXyFOROES3INBLLNT EXCEECBpASTN CEl11 NORFM BEp JqE CMT )' T GROUT SHATHAVEA MINIMUM 28 MY COMARRIESSIME OM7 ETREAT..1 DAY PSI JUDI DIAN5HALLTUFGPMTO ECTM: 1MANOASTMT M GRMTSMUONSITMA MiUREOFCEMENTRIQUSWTERMLSANDAGREWTETO MD. I"FxME WATER MAS BEEN ADOEOTG C.B.E AITURE TO FLUS WOMgR SEGREGATION MTM .MD., CMF3 .."OWES SCLO AT REE.. SONS BEAM, ,MS. INC.. ELEVATOR GM.E .. ANO 11 BEL WV BEAREW MINT OF STEEL SESSIONS AND R' TO EACMSICE. CELLS WRFX APE N RECENE GRWTANE TO M FREE OF PROTRUDING MORAR RD DROPANG6. MOST BOND REAMS ORB R OPENINGS IN RE COMIXUOUB OD HOUR. R. SURVIVE AND SECU RE REIMgLCEMEM AGAINST RES %AGEMENT BEFORE GNAW SING. CMB PROVIDE BANANAS MEAORS OVER 01 LARGER THAN IY IN LEXTHR INOCATEDIN SCGEDULE BELCW, VN .O HEADERD STALL BGP rOP XEXNTL EVCSEDBTEELMFADERS TOBECM1 NLhOUD HJ! ME CH WALLGUREIXAUFM--H VE9a DMAATS' SIM, llI YII Ri+D AUSLE PLATE Bf9B e �w �1E19BOM. CRT WHCgEIE WNJJFRI(33 HALEdSRM MCINFTR 19 OF ME IBC, CX HE WATEM COMMERCE SURFARE NEW CONCRETE IS CE SINLL BE CLEANEDCAND dICRETE, ROEHEADUMAMINMUMCF 1APAMPJNw. CM ALL SIRED EDGES OFEORETE MEMBERS SHALL BE CH4MFRED9PUN.0, CRY CONCCN41PEigLESpMARMI E E9.CPENNGgIO S,CUIi M'OOTMSEMBEDDED YEAR SOL SHN ON THE UNUMINW READ. BE APPROVED THE STRUCTURAL STRENGINEEBY PRIOR PoU RING CONCRETE, CON W US EMBEOR IN S MS ION N ME X IRS OF TN E THICKNE950F THIE DE SLAB AN 0 SUALL MT BE SPAPPOLWRTNUALREEWNETERSRCENTER. CRO] VERSET ALLBLOCKOOR WOHARCRECTURAL, MMECCHHAN ALEELECRICAL, ANOPLUMBING EGUNEMEMT9 PRT CIP CNB COVERAGE FOR REINFORCEMENTCNEA : PERMANENTLY RECORDS TOXEARTH... CDD] CONCRETE RESPONDED TO EARTH AND WEATHER' T W THEN 918 MRS T RE MR. W31 OR 031 WIFE 1z CDD] WILTHROR IXOWAT BRM, PRIMARY REIXPoiCENEM, TIES, STIRRUPS, SMALLER ............ ._,,.,,_. 'TO CT CONCRETE COMPRESSIVE TENGTM83WVL BE VENFlE BY STANDARD m.Gr TLINERTERNSPRASTN®RDsHALLSERIOD .Ys .3...._....................._......__......'I..4TWPSI WaLSI%RSTAWMM......_._................h.4E4TPel MAMA ON MADE .... ........ .............. _ ..... .—... h-4Tm Pel C.I. PSI LON-SEN RIN K MODEM FLATTED GROUP PRON DE PAN IN TV VOER COLUMN BASE PLATES GROUTSTAGYPSUM COLUMN BASES TO BE GLED RE NOT CONOW TOPPINGOF CONCRETE STEEL FORMSR MIT MINEV MCGONCW RETESGRREWITHWWFRY IXWE.1, �HL�FlL�^ TYP UNgRDRAWIMPLANGETE U.TIUI°�' . CX'z ..IYJ E a.PON GREG WxeRe P..LUAxO: SLABdXGRAR .....�.........�.. 10 x T PRESSURE TOPPED SEARS -..— EMUS OPENTROS.01E LAYOUT SHOULD "NEWS AN=SOVLMR ASPECT NATO G 1:1. CNP PRWIDE VEEIGLWAUJER g3 FI U.N.o; M 131 WALLS TALLER THAN IT........... MIN -WALL MIGHT) .1. WALL58. IST. ..... ......... _...... SX C. WAIS .RTMXB__....._... . YX ON13 SILLLJOIMWIIXIN IOOFALLOJSNERORDINUXEWRX DIDEVA LWNLCPENINGS. CRISS MANIMU M WALL NME DPAOWG BXLLL NOT BIASED M RET. CN10 EXPERSTI CI MERE PERMANENTLY SAME TO MEW, NL CONCRETE CONTROL TORTSJOINTS �COLU STALL BE COORDINATED WON THE ARCHITECT CAUSE CGHTFACTOR SUALL PARTICIPATE IN AREMNSIPUCNX MEETING PRIOR TO ARMCONCRETE OJRS WHERE THE CONCRETE 9XLLL0EPERMANENTLY FMETO VIEW, CSS DS USED M CONCRETE SURFACES PERMANENTLY SUPPOSED TO VIEW HMLL ROT INCLUDE OM£TERIWS MAT SOUP CAUSEWHICH MY PUSHED SURFACE IRREGULARITIES. CN144 DOI SURFACES PERMANENTLY EXPwE TO VIEW SHALL BE PLACED AND ASSURED ACCGRONG TO WIN AGER RUSURFACE CATTGORLYGDOL CNP WNRETEACCE IES: CHISI mrvOAaeoarv"siaMC N PPweuaiMBrWSP RE SMGO PUSH AU BE INSTALLED IN SEERY SEVER VINCPoMC ITHMMB AANUF�UNUAP3NVCOMMI DO RESPONDING IN NEW OR MATING CONCRETE GIDUT RUNG ETAWION. CN16 PERMANENTLY FXPw ED EMBEDDED PLATES AN D ARGUES TO BE HUGHES BE PLACED ON EMBEDDED PLATSXOR ANGLES OR WE LESS BLIALL MINIMUM OF T DAYS AFTER USING. CN1T DRY, IN ARCXRETURAL MANESS. T MID EXTRUDE RAYSTYRENE PERIMETER TNWJELARROION R BRANSEVEENONG RANBE INSTALLED HN INSIX FACE OF RCMILEETOPM MANroX R NCH EB9. ANO EMRDING N ROM TRE E W E GF F W N MTERN x.INCxR BELdi S VB, CX1BTALfLSATW MFdiE1T 10EMXYWRNxdaG NOO ONSIMNCYMOALONGPTLIR.THEEPoXYAWE NESMLL BE SUITABLE WR USE IN DRY OR MM P CONDITIONS. MEMBERS SHEAR STRENGTH S HALLBE ELUM PSI, MI SMUM TE N6ILE NERSETY! SHALL BE 4 MPHOLE SZC�ND MALL W IN STRICT COMPLIANCE WITH THE APPRWTE ICCTXW REQUIREMENTS W NOT CT REINFORCING IN NEW UJM. CONCRETE WRING PUCEMEM. GNID CUL WEATHER PROTECTED CHISEI DURING COLD WEATHER CONSTRUCTION CONTRACTORS IB RESUAGNMANTE! Td PROTECTING CURING CONCRETE PER THE ROWS, T MUSE Cx1B. DU RING COLO WEATHER CONSTRUCTION CUrtMCTOR Is IFR -CO ofv HHiRPROTECTGINry `ATc WR'KK"A RRs0WV ION 11 BOTTOM SURFACE FOTIrvCS CIpXX METHOW URIUMSTEEFRENTI NADD RMxWRCInGwILLBEu of RGQDATDSTENUW ADD NOTIONS, LLM EWULTMWCRRSHALLBE F EOXTPARCRBNM'OWT' C PENSIBLEBYCHMGE ORDER CRIBSALL NWEAaRTDOW. SEE BECK ROS D'sDOPOOR Ltt�TAGNsS DETAIL BY nMGDOOR (MM. MABBREVM S BAY BE OMTTTEO WRHOT CRN .PAPPAS A MAUMM MAXWT wBRNG RT. CETNI OA oro MMERR AB.WAI :LM BEARING CLP. 1-,12610 DONS 11av16 L -M - UUMENSIGN UUMAN MAS11 ONRY STRUCTURA�EERKBE DD,w, f' WT69 —IE - CONS NUSECTION GDMTFUCUM EJ1 tY W&IS=-V.&11 -R- W415WFLSYNII W1M1W0.9I1&11 IW EACH MY RSEE n)LGJNo SEAM eE BO Bono eR IS COURSE Uk SIM, llI YII Ri+D AUSLE PLATE Bf9B e �w �1E19BOM. CRT WHCgEIE WNJJFRI(33 HALEdSRM MCINFTR 19 OF ME IBC, CX HE WATEM COMMERCE SURFARE NEW CONCRETE IS CE SINLL BE CLEANEDCAND dICRETE, ROEHEADUMAMINMUMCF 1APAMPJNw. CM ALL SIRED EDGES OFEORETE MEMBERS SHALL BE CH4MFRED9PUN.0, CRY CONCCN41PEigLESpMARMI E E9.CPENNGgIO S,CUIi M'OOTMSEMBEDDED YEAR SOL SHN ON THE UNUMINW READ. BE APPROVED THE STRUCTURAL STRENGINEEBY PRIOR PoU RING CONCRETE, CON W US EMBEOR IN S MS ION N ME X IRS OF TN E THICKNE950F THIE DE SLAB AN 0 SUALL MT BE SPAPPOLWRTNUALREEWNETERSRCENTER. CRO] VERSET ALLBLOCKOOR WOHARCRECTURAL, MMECCHHAN ALEELECRICAL, ANOPLUMBING EGUNEMEMT9 PRT CIP CNB COVERAGE FOR REINFORCEMENTCNEA : PERMANENTLY RECORDS TOXEARTH... CDD] CONCRETE RESPONDED TO EARTH AND WEATHER' T W THEN 918 MRS T RE MR. W31 OR 031 WIFE 1z CDD] WILTHROR IXOWAT BRM, PRIMARY REIXPoiCENEM, TIES, STIRRUPS, SMALLER ............ ._,,.,,_. 'TO CT CONCRETE COMPRESSIVE TENGTM83WVL BE VENFlE BY STANDARD m.Gr TLINERTERNSPRASTN®RDsHALLSERIOD .Ys .3...._....................._......__......'I..4TWPSI WaLSI%RSTAWMM......_._................h.4E4TPel MAMA ON MADE .... ........ .............. _ ..... .—... h-4Tm Pel C.I. PSI LON-SEN RIN K MODEM FLATTED GROUP PRON DE PAN IN TV VOER COLUMN BASE PLATES GROUTSTAGYPSUM COLUMN BASES TO BE GLED RE NOT CONOW TOPPINGOF CONCRETE STEEL FORMSR MIT MINEV MCGONCW RETESGRREWITHWWFRY IXWE.1, �HL�FlL�^ TYP UNgRDRAWIMPLANGETE U.TIUI°�' . CX'z ..IYJ E a.PON GREG WxeRe P..LUAxO: SLABdXGRAR .....�.........�.. 10 x T PRESSURE TOPPED SEARS -..— EMUS OPENTROS.01E LAYOUT SHOULD "NEWS AN=SOVLMR ASPECT NATO G 1:1. CNP PRWIDE VEEIGLWAUJER g3 FI U.N.o; M 131 WALLS TALLER THAN IT........... MIN -WALL MIGHT) .1. WALL58. IST. ..... ......... _...... SX C. WAIS .RTMXB__....._... . YX ON13 SILLLJOIMWIIXIN IOOFALLOJSNERORDINUXEWRX DIDEVA LWNLCPENINGS. CRISS MANIMU M WALL NME DPAOWG BXLLL NOT BIASED M RET. CN10 EXPERSTI CI MERE PERMANENTLY SAME TO MEW, NL CONCRETE CONTROL TORTSJOINTS �COLU STALL BE COORDINATED WON THE ARCHITECT CAUSE CGHTFACTOR SUALL PARTICIPATE IN AREMNSIPUCNX MEETING PRIOR TO ARMCONCRETE OJRS WHERE THE CONCRETE 9XLLL0EPERMANENTLY FMETO VIEW, CSS DS USED M CONCRETE SURFACES PERMANENTLY SUPPOSED TO VIEW HMLL ROT INCLUDE OM£TERIWS MAT SOUP CAUSEWHICH MY PUSHED SURFACE IRREGULARITIES. CN144 DOI SURFACES PERMANENTLY EXPwE TO VIEW SHALL BE PLACED AND ASSURED ACCGRONG TO WIN AGER RUSURFACE CATTGORLYGDOL CNP WNRETEACCE IES: CHISI mrvOAaeoarv"siaMC N PPweuaiMBrWSP RE SMGO PUSH AU BE INSTALLED IN SEERY SEVER VINCPoMC ITHMMB AANUF�UNUAP3NVCOMMI DO RESPONDING IN NEW OR MATING CONCRETE GIDUT RUNG ETAWION. CN16 PERMANENTLY FXPw ED EMBEDDED PLATES AN D ARGUES TO BE HUGHES BE PLACED ON EMBEDDED PLATSXOR ANGLES OR WE LESS BLIALL MINIMUM OF T DAYS AFTER USING. CN1T DRY, IN ARCXRETURAL MANESS. T MID EXTRUDE RAYSTYRENE PERIMETER TNWJELARROION R BRANSEVEENONG RANBE INSTALLED HN INSIX FACE OF RCMILEETOPM MANroX R NCH EB9. ANO EMRDING N ROM TRE E W E GF F W N MTERN x.INCxR BELdi S VB, CX1BTALfLSATW MFdiE1T 10EMXYWRNxdaG NOO ONSIMNCYMOALONGPTLIR.THEEPoXYAWE NESMLL BE SUITABLE WR USE IN DRY OR MM P CONDITIONS. MEMBERS SHEAR STRENGTH S HALLBE ELUM PSI, MI SMUM TE N6ILE NERSETY! SHALL BE 4 MPHOLE SZC�ND MALL W IN STRICT COMPLIANCE WITH THE APPRWTE ICCTXW REQUIREMENTS W NOT CT REINFORCING IN NEW UJM. CONCRETE WRING PUCEMEM. GNID CUL WEATHER PROTECTED CHISEI DURING COLD WEATHER CONSTRUCTION CONTRACTORS IB RESUAGNMANTE! Td PROTECTING CURING CONCRETE PER THE ROWS, T MUSE Cx1B. DU RING COLO WEATHER CONSTRUCTION CUrtMCTOR Is IFR -CO ofv HHiRPROTECTGINry `ATc WR'KK"A RRs0WV ION 11 BOTTOM SURFACE FOTIrvCS CIpXX METHOW URIUMSTEEFRENTI NADD RMxWRCInGwILLBEu of RGQDATDSTENUW ADD NOTIONS, LLM EWULTMWCRRSHALLBE F EOXTPARCRBNM'OWT' C PENSIBLEBYCHMGE ORDER CRIBSALL NWEAaRTDOW. SEE BECK ROS D'sDOPOOR Ltt�TAGNsS DETAIL BY nMGDOOR (MM. MABBREVM S BAY BE OMTTTEO WRHOT CRN .PAPPAS A AN RT. CETNI OA oro MMERR AB.WAI :LM BEARING CLP. 0.C'. a.E.6S. AMERICAN CONCRETE INSTITUTE ARULTECTLEALLYUSE WE UUMENSIGN UUMAN MAS11 ONRY STRUCTURA�EERKBE DD,w, DRAMIXw AJULD AMERICAN INSTITUTE OF STEEL LE CRETE CONS NUSECTION GDMTFUCUM EJ1 PRIOR FACE ABLILM. AMERICANUOURETYPPER TESTINGANDRIATERMUS DUE .. IW EACH MY ADED ADDENDUM Uk IT mITTAL DATES NUMBE ALT. MCH, ALTERNATE ARCHITECTURAL EC, ELECTRICAL +.j EM. ULTERIOR MD BASE 1. RE GOTTONDOF BUILD NO :LM BEARING CLP. GARY IN PLACE Q! CONSTRUCTION JOINT Wl MAS11 ONRY OL PENETRATION IIFILL LING LE CRETE CONS NUSECTION ANSTRUCTEDH COED, COEIXLCUS COEp. CGERTOp OBA C.T. SAN NHCXUt D9. D.L SWREEE o Q.G IP . FAR SIDE FUM "PSIGH PH MN..EW FE MONSEST BASS R. EEx uLmERATOR HE XSCH PoO ODI ROMAN XT. XEIGW "Al. INEBRIATE NAL BUTTING COM Xi IX. . INTERpMCMIMMFS I0. AMY MP NGLE LL LET WE LOAD LEG MR�lITAL LEV LWGLE VENIICY UP ONFgW WN ED HE DOUG SIGN LRW GSICEVERIMALM RACHELUP EA EVELLEAPERD SUCH, MECHANICAL ELECTRICAL, PLUMBING MVYLG MASONRY STANDARDS JOINT TORREPERE SPEAMPUBS MF0. MANTRACT PER Wl MINIMUM MAY. SELL MURCEDJUNECUS MATALL X'OS' NATIONAL Ox SPECIFICATION RD, NOT IF CONT YA USSR NITS. NTiNSC9LMi 11 CENTER DARA OXP EVALTHA MINISTPMETY ND O.WJ.WEBld T CAUND UP IN. w CPP, OPFDE A.L. Wx�XED E INSTOUTE P.P. PANTMLEENETMTICW FBI. HERDS PER SQUARE SOH M..SE, PLANNED PER SURE ROI ROLE. UNPER CUAWT HIL PLA, PwMNxo EMMA PAIRS ENI REFERENCE HEINE RESPONDING REST REQUIRED RE" REVISION BLUE PAPER RHODES ENGINEERING Sj 1. STEEL LOST INSTITUTE SCHM. SCHEDULE :IM. SIMILAR STROBL PECIENCRI :T' STANDARD 11 TOPOF TYR LI.XO. RIESLXTEOTHRWISE VfT. VERTICAL V.I.F. VERIFY W FELT VIEW VERIFY) MFx WIN WRXOUT WE .1. FLANGE W P. MOSAME WWF. WELDED WIRE HUMID 6 NOTE: ARCHITECTURAL SHEETS PRINTED AT 11x17" SIZE ARE'HALF-SIZE' FULL SIZE DOCUMENTS ARE 22X34" ConFLUE(nCEl LANDSCAPE ARCHITECT CONFLUENCE 902ND STREFE SE. SUITE 104 CEDAR RAPIDS, W 52401 PH: 319,409,5491 CIVIL ENGINEER HR GREEN INC B710SARHARTIANESW CEDAR RAPIDS, W 52VP PH: 319.801.4000 CONTACT: AARONC WINNUP ARCHITECT ROHRBACH ASSOCIATES 3253. WASHINGI STREET. SUITENDD IOWA CRY, IA 52240 PH: 319.335.9311 CONTACT: WILL DOWNING MECH.I ELEC. ENGINEERS DESIGN ENGNEERS PC 8891 PRAT RIE VIM IINNE S N CEDAR RAPIDS. N 52494 PH: 319.964.1941 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IOWA CT', A SM40 PH: 319.333]850 STRUCTURAL NOTES CONFLUENCE PROJECT NO: 151001 S-002 U/ Y Z ry Lu Z d w U 0()>Q N O �I•�A� E V Of O LaL LL — Z CL O Lu � m U T- -n D = 1� mITTAL DATES NUMBE 1 +.j ISSUED FOR 72-28-2017 BIDDING STRUCTURAL NOTES CONFLUENCE PROJECT NO: 151001 S-002 I I D _,.I. r - - - - - - - - -r----- - -7------ -� b I I m I _ I I I l I 6 I _ I I ' i i _ _ ,wlfaew2lpw.tp I II L --------- ------ ------------- J I I I 1SY.16'CCNC. PER b b t , ti L _ _ _ _ _ I I 9 4 I I I I I 11< II I 1 "� nP I i_I > L_ _ _ _ _ _ _ _ _ _ 1_ --- _ I _ r 2 B ®� FOUNDATION PLAN va° =1,-0„ NORTH pUAN HITTE, N.PTOM HEARIN. ARE SHOM FOR REFERENCE ONLY. SEE ARCH MR THICHENEDBASROSSATALLNGNRnADMARINOONEMUESEEBFTAIL916 1 LG N ® FRAMING PLAN NORTH IN1. MR..E1.EFORlIEALlNA�I�MONUS+ LLEPOC£PENETRAFONBARE SHMANXIXrtPAETGRM REAMRNNB£FMEO]RgN/,TNG BHSANDLECAttMS,SMEPSAREH. MAMPRE SEE 1BFYJt W0.T'PKAL WENING BETAS- EETR9TW5 URGER THAN 11 BASE WILL NEGUWEA PREFER, MR HFPPRR NOT OESgMNAN TED ON ONELUMNO ME WALL PR NPA.1E NORMSEO-1. CMU MLI;SEESTLC PIUPALNOTES, SECT.HSM CMU WALL SCHEDULE BARK WALLS VBf. NE11FOREEI.EN1 IpPL nElKptl:E1.EM W1 C aI,S,r . LMS!. TYPE 111 w! 1i RE, EN. TYPE,'e-S , N4S 9uG...... ON 1. ARE TYPE AT u.Np, V SEE 6T . FOR NEAMOS MARINO MASONRY WgLL R E INSORCEME Rt. ,w� uv9,9 �TPlWGHG �- E1EV.TFP NOTE: ARCHITECTURAL SHEETS PRINTED AT 11x17" SIZE ARE'HALF-SIZE' FULL SIZE DOCUMENTS ARE 22X34" Eel WOOD SHEATHING SCHEDULE MARI1 ra RWIW-PE Mr. D �1 _ OSXFATNIXG SEE 51SISJ91 / LINTEL SCHEDULE G of of OI MaNL � DEu�TN. xoTe6 eI.P. SENT FM N. BEARING LE E SBELAY 4 OF OERNINIA tlg E. RESHERU EUSSWLLLIBE MOT-OIP WLVANIEFFABRICATION, ABRICAT, SEE. EAH SHALL NEAR A .111H.U. OF F ON RASH SIM STRUCTURAL NOTES. c—onFLUEncE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET SE, SUITE 104 CEGux RAPIDS,w52401 PH: 319.409.5401 CIVIL ENGINEER HR GREEN INC. BTI O EARMRT LANESW CMM MPIDS, `A'2404 PH: 319.841,4000 CONTACT: AARON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC E WASHINGTON STREET. SUITE SAW IOWA Cm, w 522w PH: 319.338.9311 CIXJTACT: WILL GOWNING MECH./ ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE VIEW LME SW CEDM RMIGS. IA 624M PH: 319.984.1944 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IOWA CRY, W 5240 PH: 319333]850 151063 S-101 1 EADERS NOT MRSINATED ON PLAN 0NONWDB MI CMO MUS. SEE WNCRETENM4SONRY G BEE 9PENETRATIONS) EC11gI OF 9NN CRAL NOTBS.6 . LOAD BEARING HEADER SEALE NAVE SII P CONNEC NS PER THE TYR RENS SPARING g CW DETNL Yry uPEORT"S EMOM6PANS A TL PRWIDE FEES wE1➢ED MAES TO MATCH VENTQSLL R ALL RMNFOREEME M 6¢E S 6PAEING. 0, MERE SEEMED, PAPERpR HEADERS SHALE BE HOTOPLMLVNR£OAFTER FABRIGTION, SEE STROCTUML ESTOP WOOD SHEATHING SCHEDULE MARI1 ra RWIW-PE Mr. D �1 _ OSXFATNIXG SEE 51SISJ91 / LINTEL SCHEDULE G of of OI MaNL � DEu�TN. xoTe6 eI.P. SENT FM N. BEARING LE E SBELAY 4 OF OERNINIA tlg E. RESHERU EUSSWLLLIBE MOT-OIP WLVANIEFFABRICATION, ABRICAT, SEE. EAH SHALL NEAR A .111H.U. OF F ON RASH SIM STRUCTURAL NOTES. c—onFLUEncE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET SE, SUITE 104 CEGux RAPIDS,w52401 PH: 319.409.5401 CIVIL ENGINEER HR GREEN INC. BTI O EARMRT LANESW CMM MPIDS, `A'2404 PH: 319.841,4000 CONTACT: AARON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC E WASHINGTON STREET. SUITE SAW IOWA Cm, w 522w PH: 319.338.9311 CIXJTACT: WILL GOWNING MECH./ ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE VIEW LME SW CEDM RMIGS. IA 624M PH: 319.984.1944 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IOWA CRY, W 5240 PH: 319333]850 PLAN VIEWS CONFLUENCE PROJECT NO: 151063 S-101 Yry Z Z d W U U) >LL 0Q Z UL Lu 0 M F O U Q .'� m r S AL DATES ISSUED FOR 12-2B-2017 BIDDING ANSEREAR PLAN VIEWS CONFLUENCE PROJECT NO: 151063 S-101 HOPE HER, PLAN RA¢W TllcxxE99a REINFORCING 1S9�E MNLP1ax FOR91ARISCXNE99a INWWRONG 3.9 EEGENERALNCOECN1EFGRJOIMLLGTxn9 1.SE MI FLAWR SUPE 1xEXNE33 A REIXWRGING R9E GENEPKNOlELH1i WR.NNM LOGlKK16 SEE GENERAL NJR HCH FW MM LCSAGONG EXTEXDINTEPIOR HEEREATEVOINSDR FACEOFw L_TWP /1 TVP. CONTINUOUS BARS THRU PIER/FTGANCHOR MWMPACTED 1-11'-J'9NCOTX B^PMONE P ION.COMPACTEOSUEGRALE(Pi%.MMI IW* .1 1M TGOLING WERES EDGE SAWCUT JOINT WITHIN 12 ROOM OF COLUMN SEE PLAIN WW� SEE PLAIN n TVP. SLAB ON GRADE SPEAREEN SLA. ON GRACE, SEE PLAN SEE PLAN REIO We ENSCH SEEMCX BERAINER SEE PEAR SEE PLAIN OPEN FIRE C SHES. OR HCPSEGINTALIANSEELWALL _47:]V COPPER SAING A.., SAM FOR /1 TVP. CONTINUOUS BARS THRU PIER/FTGANCHOR MWMPACTED 1-11'-J'9NCOTX B^PMONE P ION.COMPACTEOSUEGRALE(Pi%.MMI IW* .1 IN GGREANEGQICO G. Mi .. DOWEL. COLUMN SEE PLAIN L� p.' O.EENTEP dxA a9'COMPFREGGPANVUq qlt 1. NI n TVP. SLAB ON GRADE N /1 TYP. SLAB ON GRADE CONSTRUCTION JOINT REIO We ENSCH SEEMCX U /� / 1 /1 TVP. CONTINUOUS BARS THRU PIER/FTGANCHOR Y ROD SETTING DETAIL EAG"RyRT1CAl REEL 9 EOGI XV19 M INC MTE Mi .. DOWEL. COLUMN SEE PLAIN II II mnanRlxncm-uT N ..HE. REIO We ENSCH SEEMCX U /� / 1 CAN. MDOWELS Q Cd..SA01 M'SpN IMTERLL SEE PLAN Q D eW 9E C,EFONEPNTE ._ _- SEEWPX Y b NEWASRINXGNONT COMEWIEXTB NOTE (ESEyRW �iWITIO ':•:1;• ! CL ffRWI�ETWERWHERRE GERGES/61 NONLOWNSEARINGCMINAJL 7YP. STOOP SECTION eEE MIG R4LB THMH FWIPJ3 F i�' CONGRYPMA9THEONER I INSS1'.LSNNILn HRRE WJV9 l EEPWI NPI WM16 MIN. E AI SEE PVN TI �IIXG MA TC VEM.BOX¢PAERG RW ELIMBEsONExw RIw CONTIHNOUs o; b 19 SUS _ _ GGA IE SATS So I 9EEEWIIHGBCXEWIE WP 5GNE ATIOMSTEEL - SECURE PLACEMENTOFCOTANCH EEMCNG /1 TVP. CONTINUOUS BARS THRU PIER/FTGANCHOR Y ROD SETTING DETAIL EAG"RyRT1CAl REEL 9 LIJ C Mi .. DOWEL. COLUMN SEE PLAIN II II mnanRlxncm-uT UMTOIVERTIGLBN EVARSIONYATERAL.ttP REIO We ENSCH SEEMCX U S. SAACIN0.8 UP CAN. MDOWELS Q b O M'SpN IMTERLL SEE PLAN Q D eW SEEMCHROR OX ._ _- SEEWPX BEEyyf PIAN EE COMEWIEXTB NOTE (ESEyRW �iWITIO RER PAVEMEM5ILEWPJn CL ffRWI�ETWERWHERRE GERGES/61 NONLOWNSEARINGCMINAJL 7YP. STOOP SECTION TEEPUXGAGAPTSCUD SELdJGMDE EEf APLILftMILIX'ATXWS INSS1'.LSNNILn HRRE WJV9 aUBONGRAE EEPWI WM16 MIN. E AI SEE PVN TI �IIXG MA TC VEM.BOX¢PAERG M®ISO.C. RIw CONTIHNOUs o; 19 SUS _ _ WTE8®zooG. I y TXIGNENEOSUSREPDATALLNA'JLMGBEAPINGCMU WN1a. SEE ARE SEE PCH, DPAW. FEW WALL 31g86 LCGTLNA. SEE PU IRo CRT, ETRE 9 W.,THICKENED SLAB NON LOAD-BEARING CMU /11 TYP. PERIMETER FOOTING (GRADE BEAM) CUT NORM RSNT REWF. ASERTtzaR�PvaERnuL A oLUNTRGLJowrWR E -'IIT IG RCL JGINT GREAUT SOJO ALL CELLA MIVERLIP+LSAL sloe PEIXF 3 CELLS BELWi GPAGE '" CLBRMYL ai NDg0. RpR S -P P JPNT WVEPTR#EAR. PS 3-C C 9 i AT. NIEASENTEN ATBFaWxXST HEARINGSTRUCTURAL SNGTEa WR M IXF. ROOM ,HLC,G N.A (1)VERTICALI GSW ,SIDE NLUVLELSTOIMTLXvfRI. NOIES.T9. xlx < PEWF., U,H.O. dNi AR. OF COPE NGCAL S' RC TNRYT-1P ELI EAR MIVEATCAFRAMEARDE AGROPEREI XGTE. PTS AT. 1GRON'OFTXEF M=NWRMMM REOUIPEMENR. a IXIEA GTpN _.- =. WRFWEINGWW.MDAWLPEINFORCIXG.REFERNRANBa GETM9. 11 N.T.STVP. CMU WALL REINF. \i . WLCMPAGTEOGRAXUUX MBMX APAC"O.L.gWEEPIN MiXI 3 TVP. SLAB ON GRADE CONTROL JOINT Y 11n•=r-o^ EAG"RyRT1CAl REEL 9 LIJ C i�µ COLUMN SEE PLAIN II II mnanRlxncm-uT /1 11 P. FORCING 0 CORNERS /2" =1'-0REIN" '• ' "'""' "'"" EVANSXW MATERNAL ,. vERTICKPAANI SEASON GMDE- iM'dPC. SEE PUN IS ,SD.G.INN lil TVP. CONCRETE PIER Y Z EAG"RyRT1CAl REEL ry LIJ C i�µ SRE,EPAGIX6, SLAP Y FNTRIG L0 Q L z EVARSIONYATERAL.ttP REIO We ENSCH SEEMCX U SE' WALL EE PUH bUeOVGRS MDOWELS Q b O I EE PLAIN Q D LES, E RX iIFWTIXO STAMARDHOOS ALTERNATE ENNES .SEWNY W @1300. IGENI 19 BEEPWI Y Z n91Fe ry LIJ C i�µ a volo WRm I I I I BTEEL WLUMX,BEE RFX FNTRIG L0 Q L z qy O o LL REIO We ENSCH SEEMCX U 0 M H cm MDOWELS Q b O I I =a•G.G Q D ._ _- SEEWPX S EE NOTE (ESEyRW �iWITIO RER PAVEMEM5ILEWPJn CL ffRWI�ETWERWHERRE GERGES/61 7YP. STOOP SECTION U 1n"=1'0" GALVM1vPLYA�rt'sml<1 �\ NEHGR Y Z SUBMITTAL DATES ry LIJ C Z d U) I I I I BTEEL WLUMX,BEE RFX 9EcRSEFFN NPPo 7 I nnfa®zo oa 1SEE DETNLeI�ID1 WPANCINM RODNETnNG INFJRLMIKKJ. 3 SEE STRJMRALNMESMRRASFPIATEIMTEROLREOVWEMEXB. ROM ANCHOR WRENS PLACEMENT OF CONCRETELY3ET PN0 Pt1N WPWG PUPCEMEMCEGGISPETE. lLR ES. aTRe SENT INTERIOR CMU FOOTING ` Rbl WF COLUMN BASE PLATE SCHEDULE NOTE: ARCHITECTURAL SHEETS PRINTED AT 11x17" SIZE ARE 'HALF-SIZE' FULL SIZE DOCUMENTS ARE 22X34" COf1FLUEnCE 1 LANDSCAPE ARCHITECT CONFLUENCE 90D 2NO STREET SE, SUITE 104 CEDAR RAPIDS, A 52401 PH: 319.409.5401 CIVIL ENGINEER HR GREEN INC 8710 EARHART LANE SW CEOAR RAPIDS, N 524M PH: 319.841.4000 CONTACT: APRON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITE MOD IOWA CRY. IA 52240 PH: 319.3389311 CONTACT: WILL DOWNING MECH. / ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE VIEW LANE SW CEDAR RAPID5, N 52404 PH: 319.881.1904 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112E WASHINGTON STREET, SURE B IOWA CITY, A 52200 PH: 319.3333850 D_ cn !X7 Y Z SUBMITTAL DATES ry LIJ C Z d U) W U >< L0 Q L z qy O o LL a U 0 M H cm ou Lu U V/ Q D_ cn !X7 SUBMITTAL DATES ISSUED FOR 12-2B-2017 eloowc ASSAI FOUNDATION DETAILS S-201 CTMENSQUARTAMW MIx QeoATQR WFBEAM SEE MAN PLATE $016>tA..4 O PG"EMWITG CVFfi ATESAPING qa PEOS iW TI STEEL cui.LOuroMsmx RO--QE TI6IEELN CCVSRGYNID6EPMMII) GPEPpW1a NSE TGNJ0T�W�UUMNNLNGES Cg1fC@ESHM, 9XEPTNG TMGL GANGA. l WM.a FuuxEpXT XOC N Lh CGR.GTRCF,LVIX 0HILTTRGTG SMCHIFOR PENT. BLCCHAYC TI Wp11 RN.E61 "UNSCREW qN Mgi99XILA n�pYK- pETAIL FOPVERf. ..I..T,3EE. 6N11C. a1MEYSq PEIXF.@UMBB a` F SOXp BFgMM GR BLOCKA9 PE0'D 3E41� BEMIM1CiCgJgIpN6 �t19)Y 9HGTIIXG 9�LINGIERPLAN F ` I1IbCOWCC11R9III.STEPAWEOD _ • WA @i/LL@SIM Cp MM O WR]Il %X3f.9EE %AH j p OAALLNMIE9) WAILERS QE IATE3BEARING �.'10.YIE9 DECK BFAWNG GONIINWV9lgMBCELL cwu J 9EEMCXXOX - 1SI'D.pLSID1hP-IT iP RE NF .LNG T19 91AYCIVRALLL WALL SEE ttP.CMV REHF COMFIXJENT9 }� MINCA,O)MR 9EDJN0 N 3 B' O pELgL FORED.11b LCNF. REP 1 CRAY WALL 6EEFW1 I: FOPE4D 61MPEONLURCH. FACE MWM� ER / yTMMCX� ROM FAAIXG AALL XA1GXJGSTNUQMMOHILLI IOW IW / PONEM3 9EETABLE NW.SCREWANCHORS 9TAwEREn cxu"uL, SEE PIAN -� 1a = WLgGe'LRTEOXgF SLOPE 9EEFux �- NSC 9�MHvwB1.� @I6Oc.IS tn'EMBEq pL REETgB1FJ It itr?'P�JECTavI Sl' J BONOWSH W LCNG6LOREDM0.E9 CORRPC ADDITIONAL BLOCKS ROAD WR ANCHORS AS REDO BPL WW1?0e 0%EN . P1Ptl Bala n 1Tr vmuErn:xl OOWEVE NIH. GROUT E6E DISTANCE. '2 ROM W CCK AND WJIERB NGT a HO MR CLARD'. RNflDEU MEW 1. REINFORCING PER TOP GNU BEGIHNMB EINFONC.ING AT AT CRO CELL FROM F DETAIL E W E CF OPEIAYG. 9.SEEPACM PoR Xd 9TiVCNRNCOMPoXEM3, x. pFWf KCKETbg1DAFTER BFAMUINRPILED. n NP. BEAM TO WF COLUMN /1 PER314 IMETER FRAMING DETAIL 3 PERIMETER FRAMING DETAIL (NON BEARING) rl TYP. BEAM BEARING A 6" CMU "NIOGMENUOUS anxON rwls svACED@ 3/4 =7-0" N.T.S. XGNEYBER9RMEDMTE a ONEN.F.I.EEPIARMSW�pTL,AMEDOMMAUET - ...N'SHO�1?KWIKNU. NICKXESSANp OHMS YWSPAHELNMHL EE13/8.911. TIWALL ryM C. {A eCRE`II AXgAO AGGERED W F8 @160:1311' EMBED). ttP. TO TCX wKLgM ME PLAN gAPMRAOM COVLOTRT WWD RWF9lWE EW LECKE 6EEAPCN. NIELJgM 106i n'p 6EEPJl1 iIWIILryAAGA In Mx sxuTHl xRUMCTURAL E9 BEE APCH PoRNg1 6TPVCNR91 STR :. WOOCFNAAE..PET. EEARCNFORMTH LTE WMFMIEM9 MC.BVURIRIEMG6 SEEUI9301. RALO.-MHENT. MATCIIRW LOPE. EE PUN .�STRURu SHEATNI.... LNG PER V W 16 STRUCTURAL E. iUMN ry LLD MP"EMDG CK SEEM DOTED. UP r4. SIMO MLMMiER, ttP. SHEATHING A NAUNG PER PLAN A VERTICAL LED STALOPL. NOTES L MINCTWFULLPoUR6EBBND YY Ylx . NOTE: BUYM,,,N WNF. oW WAY. IJ I SE ARCH FMNQN iRUCTUMCCMMMIENTN BlEPARREG9 11 Rl BEENS ROTATED TO WM.a �9l XOL10N0 20FFSET ANCLR SE ON FA SIM OF WALL BY 08. CMU WALL SEE PLAN MATCH ROOF SLOPE SIMPSOX ICP RINSE HANGER BSE IGS COMMON FLA. SPACED@ WENS FAM CKEWE 1MKAJG6T.lYP., 9EEFW1 FFtllICf N.AN0NSI2IBIV000RY RASMUMCO.C.QDN➢NMGY pCpFTµµgSE9 TT WF BEAR. SEE PWl STEELSCREW6QP04@PANEL BJ... AND9UPRORTEDEWES, SCOSI STEELBEUM. MENOTE n WOOD ROOF DIAPHRAGM NAILING /1 DECK EDGE WF BEAM 7 INT. BEARING WALL n PERIMETER ¢Q WF 1/4"=, -0" rDA..m AYRGD L"J _O 3, lJ 3/4'=1'-(Y' ^ li 3,4.=1.-0. flWFOfl FLOJq BIEEL (Y1 .ANGLE.TYP. snumnGaNauxG PER vulxa HALTPFATEDNUBLEdB ENFATXIHGEX9ILINGPER PIAX6 CUTS.... SIT`WYLEP PIPPE DTO 9nLUCGPERPLTE6 \\\\\\ SSP HLitt�NEIMIEUE UR : A�HGA.TRWTEO.1i .WRD lrwqu INUNG iLOGR SC WA.GMNR@xr :ARMs,QPIP.HWEz9UEW �lENT6 OG(]tla'MIN ENBEm VARIES WOCOSCR, 9EE PUN OC. Eq MiGERED@30'OCp Fp CHIP CNML MlE6 -I CE SLLCKASRE �J v4 MIx DEC 02E. "µa ,- GF1xIFULLDGYME / _ ,,,B,E;s &NeORWRUATER WWMGDT.MEMH GVT BLCCM10.3 PEDD BOTH LEGS LEGS CONTWHEREOCCY 9SREEPIANG I FULLWYP6'SONOROUS WND BGM M111SBCGRT @11 WALL S 1S'I8I SIMPSCN B, lP. TOP v SMUWCHFURNLW L x FNANGMAUGE' CECKANALD_P. @$14`Wx10 SCOPE: RaoF SLOPE CFPMDE @ SIM. 4ffi: SPLICES REQUIRED RElWEEN All RP'£ DELTLANGLES AND ALL FLOOD 8V ANGLES UNn. n NP. DECK ANGLE SPLICE DETAILS /: Gl DECK CMU WALL 9 112"=% E=1'-0"a4w TOPPIATE AS CCHf.1CPPUTE � as STRMSEE.'ONME.. ry Iu @��.mrmECTRW PL Trv. wlEwm,N. fob STIRLICTURALCOMPONENTS SEEARCL TI WALLNARE9I vERT. aee+.O.c. xW:0111'.eORGMRATE ANGM. DEEL HG,3EE xD TTANa �ro-sE CgIT.a FULLXEGNT- U. PLAN q EEL RNEYRSISlIPOmCm 1 NNMLER NP. WOOD PARAPET SHD HILDUAIWNU III"' SEEARCN R,E6) ..CTEV!@,YO:MUIb WVL6@SACONNECTJN PLNW MHEATHRO, 1. 4' b4QG.G6a'o.. SEE WDSEAB., PIAN 1 NP. WOOD PARAPET MONDWN. NM61P5 WWp JGST,.E. N DRAY WALL, EE PUN AOOF ® 12" CMU 12 ROOF % 12" CMU A HEADER l -Y-3-14"= 1'4" 314" =1' 0" BCJOf WRAMMLWUP6E GB WIS CMV WgLL EEYgJD, i .EE NN 9EEAAGx FCR.CN 6TNUCTIPALCONRM WES CgIT.a FULLXEGNT- U. _ - BEE ARCH FW NON UTECCQMMLAW - _.� 6TPUCIVRALCMIRNIENT6 z . SHD HILDUAIWNU III"' SEEARCN R,E6) W WOICI.I.EERPX WANCHOR9@L' OCE. tI<-M0 ENfiEOI'� - i/WALLNNIES) TIWNLry h CDR. TMEATED LE6ER EQAAI. O - `I WEAM COURSE WALL MTcxJmTs�,MW 0 wereLn xv.; `.a G No )ME c M 111Ea CONT. .!SPAS REDD M F PWH69TRUCNMLNOTER 6.. E' = 0- (I)SE. TEPAMREQ. I SOT SLOPE,TYP. CMU WAIL TON,SEE PUN �rcpK RFapwG L VERT. 3.@IP GG. .COR. BGL.CM Pure PPTLANA MING SEE Wb434R GSEEAJ0.T bINAOER NOTE: ARCHITECTURAL SHEETS PRINTED AT 11x17" SIZE ARE 'HALF-SIZE' FULL SIZE DOCUMENTS ARE 22X34" CO(1FLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET SE. WITE 104 CEDAR RAF IDS, IASb01 PH'. 310.409.5401 CIVIL ENGINEER HR GREEN INC. STIOEARH4RTlANESW CEDAR RAPIDS, A 52404 PH: 319.041ADOO CONTACT WON GWWNUP ARCHITECT ROHREIACH ASSOCIATES 33225 E. WASHINGTON STREET. SUITE WO IOWA CRY, IA52240 PH: 310838.0311 CONTACT: WILL DOYVNING MECH.I ELEC. ENGINEERS DESIGN ENGNEERS PC SEEM PFU RIE NEW LANE SW CEDAR RAPIDS, A 524N PH: 319.964AM STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SURE B IOWA CITY. LA 52240 PH: 310.333.7050 STEELHEPEMBEE PIP. z . 9rtELuxlE4sEEwN EWP90.UG,D L LV � FPCE NC oU)>< h CDR. TMEATED LE6ER EQAAI. O MTcxJmTs�,MW 0 wereLn xv.; `.a MN IH ANCl.Y1E @ S G:1, Yf EMPED M F OW0 cU) MINCFWCWxSENCMI SUM W 0 � = 0- (I)SE. TEPAMREQ. I � 11HI1� 3c CMU WAIL TON,SEE PUN SUBMITTAL DATES BCR wagD Ix wxrarr m cnu 9xqu eE muTED WALL DETAIL NOTE: ARCHITECTURAL SHEETS PRINTED AT 11x17" SIZE ARE 'HALF-SIZE' FULL SIZE DOCUMENTS ARE 22X34" CO(1FLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET SE. WITE 104 CEDAR RAF IDS, IASb01 PH'. 310.409.5401 CIVIL ENGINEER HR GREEN INC. STIOEARH4RTlANESW CEDAR RAPIDS, A 52404 PH: 319.041ADOO CONTACT WON GWWNUP ARCHITECT ROHREIACH ASSOCIATES 33225 E. WASHINGTON STREET. SUITE WO IOWA CRY, IA52240 PH: 310838.0311 CONTACT: WILL DOYVNING MECH.I ELEC. ENGINEERS DESIGN ENGNEERS PC SEEM PFU RIE NEW LANE SW CEDAR RAPIDS, A 524N PH: 319.964AM STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SURE B IOWA CITY. LA 52240 PH: 310.333.7050 FRAMING DETAILS S-301 FENOTEi vuamov T BJTICM z ry LuL z a- Lu U oU)>< �z_LL U) M F OW0 cU) 0 � = 0- o � 11HI1� 3c SUBMITTAL DATES ISSUED FOR tz-ze-zo1T BIDDING AMNSHTA­ UPS FRAMING DETAILS S-301 FENOTEi vuamov T BJTICM r -sax LSe[ r -,r I, •cbi _ v -6w I -ea tri I � M1 PF41. RCCA RESTROOM \ FD RESTROOM FD : ] FD 1 _ • • WI 002 1 D]3 Apl ,_ -S-F- A. 6 1' S'�5 ! 5'. t' S'-6 8-P rv.t V� _ /N CLEARA6W L.Ni AIfN GLF R A0p3 A60D� 1' Iw P SIT 5-912' 2 T S -T 5BIIY 2-P T�0' a -BIN' .SAN- _ L 5Y4 I•.IS• F9}T 0' r -e B-VB�]' ASCI IA6➢➢; I\�� III 1 CONSTRUCTION PLAN TYPICAL 1/4" = 1'-O" 2 z CARD READER STM Dob NAD FH A FH REAR A BX A C i6zeaa 10,E 1 2 11 I • • A OP 3 E2eo0 so F 1 1 M31M ELECONLK I "LM W5 A FH A ax A ex A RESTROOM4 A 01H A B A C% A I U➢ 1020)3 W14 ll�ARIO h 5 102EW% 16 I@600 0 1DMW ]0 omoo lD i62eQ➢4G 11026W 36 1 nI 1p20)0>e O3eaa 0 m33 02600 In;�„ iomo➢l8 l�-;, 6 <A� 10 _ B 5 0) • D 102AV 60 12 102600. -NI 6 lazeoofio ,o26Dow RE8T11A^M1 RESTROOM2 RESTROOM] 001 002 00 A FH _ ��M31M A LX __ ��mum A LX A BI( - AA ex 'CX A C. I" A A A N, LH GENERALNOTES Z d R-312 OU)>Q U Z / I. CCNIRACC,R SHNL Fm 1ERiY ALL EwSTNG CONDITIONS a gLEN51W3a C= m a O U U Q REPORT LESCAFPANCIES TO OWNERS REPRE 3ENTAT AIE PRIM TO START OF '11J DONTRUCTEN. 2. CONTRACTOR SMALL. EXMMNE THE DRAWINGS OF OTHER f"T gW8K11SaTHE MONISM MANUAL TO DETEREO¢ LOCATENS a TYPES OF A SINGLE B SIM'AE OWN TYPES SLOCR NGa BRACING REWIRED FOR ALL ATTAC ED ECUGMENTA LABVrtTYCPot. . Ev E9upTw9 EyjF11MF E24rIw�1 3. FRAME PARTITIONS ARE DIMENSIONED FROM CENTER OF WALL. MASONRY Nv NurriEw EquplVl Dpgplm Elegy AF1fA_p $Y4 FQF® D6]ILO FLOW PANEL PM1RIONS ARE gMENSIONED TO FACE OF WALL. — — - ---- - �� A .. S EOLNESINDICATEOWNERFURNISIEDFUWMTUREaEWIPAENTAND ,D2B0030 2a•X]68NADFX SLAINESSBIEELN/rROR - - LFCI CONTRACTOR FURNISHED ITEMS IN CONCEALED LOCATIONS SEE EIXWXENT 1036D]]6 ADA TOILET GRAB BARS _ LFCI IOZB'b 40 MERATOR HARD DRYER POOLS AND SCHEDULE FOR DETAILED WFORMATRN ON EQUIPMENT 102BOJE0 COAT NOOK -- - CFO 5 REFER TO EOUIPMENT FLAN FOR INTERIM ELEVATICN MARNS CFO F I REFER TO FROIECT XMNUA FOR SPECIFCTYPESAOCCLORSCF FINISHES DOOR SCHEDULE © B FLO I FH. HMOEnEDSEALm CONCRETE DDOrss sME oeruLs euE No B\E j C'u DOOR HEIGH DOOR FRAME TRANS ELECTRONIC HARDWARE XAOCx NOC EEING RxP(RFD STRIIGIURE) LG A R DOOR TYPE IRAN THICK WE T GLAZING MAR TYPE NERD JAMB ACLESS GROUP %- NO FINISH M1 A HM -0 IX1 3'.P I' W AT .11G HM -1 YES C l� W2 A HMG I 3'�W 7'-0' AT NUG HM -I YES EX -]D(PMED W3 A HMG IYA' S -P 7'.O' AT HM -G HM,1 YES RODA NAXE - WR A MM4 IYA' Y.P r ITA T HSI HII YES 3�' 066 8 ." _t1 9'.P T -O- maG 2 YES ] EASTWALL SAW 'L OA B HMG IBL Y�T 1�0' HMG l YES 2 b Ml TOILET PARTITIW 1 Z.IT S.T NA WE FINISH N TER WE FINISH NOTES ABOVE TF2 TOIIFT rt:M 1 2.10•5'-0' A _ 1 ` TP-] TOIL ETPMTITION 1' 2.1P 5'-O' .AE01 TP4 TOILET PARTITICI 1' 2.10' '5 0 NA D NOTES MATERIAL ABBREWATIONS GLAZING TYPES T SEE TELECOM DRAWINGS FIR ACCESSCCNIR0. AT FROSTED TEMPERED y .5 CONNECTIONS TO DOERS AND HARDWARE. HM HOLLOW METAL HMG HOLLOW META GALVANIZED G s MN MINUTES GENERAL NOTES b A SEESPEOFlCATINSECTKN08N80FEIRW ANDGLkHHDTYPES a SEE BCHFD. SEE SCHEID. r-312 i62eQ➢4G 11026W 36 1 nI 1p20)0>e O3eaa 0 m33 02600 In;�„ iomo➢l8 l�-;, 6 <A� 10 _ B 5 0) • D 102AV 60 12 102600. -NI 6 lazeoofio ,o26Dow RE8T11A^M1 RESTROOM2 RESTROOM] 001 002 00 A FH _ ��M31M A LX __ ��mum A LX A BI( - AA ex 'CX A C. I" A A A N, LH r Z d LU W OU)>Q U i62eQ➢4G 11026W 36 1 nI 1p20)0>e O3eaa 0 m33 02600 In;�„ iomo➢l8 l�-;, 6 <A� 10 _ B 5 0) • D 102AV 60 12 102600. -NI 6 lazeoofio ,o26Dow RE8T11A^M1 RESTROOM2 RESTROOM] 001 002 00 A FH _ ��M31M A LX __ ��mum A LX A BI( - AA ex 'CX A C. I" A A A -- --- - --- -- -- - - ! NOTE: ARCHITECTURAL SHEETS PRINTED 4 FOOfSCFtOIXi AT 11x17" SIZE ARE'HALF-SIZE' 2 EQUIPMENT / FINISH PLAN TYPICAL A FULL SIZE DOCUMENTS ARE 22X34" 114"= 1•-0" Z conFLUEnCE LANDSCAPE ARCHRECT CONFLUENCE MC ND STREET SE. SUITE I" CEDAR RAPIDS, M M401 PH: 319A08.5601 CML ENGINEER HR GREEN INC. 8)10 EAR1WRT LUNE SW CEDAR RAPIDS. N 52aW PH: ICT. 1A000 CONTDACT: AAIp13 GRINNER, ARCHITECT ROHRBACH ASSOCIATES PC 335 E. WASHINGTON STREET, SONE rA00 IOWACRY. A 54.0 PH'. 319138.0311 CONTACT: WILLOOV•'NNG MECH. i ELEC. ENGINEERS DESIGN ENGINEERS PC 8001 PRONE WEW IANE SW CEDARR,,S2A04 PH: 319 W%L.1919N STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IOWA CIT•. IA 5460 PN. 31931T.7850 N, V) Z Z d LU W OU)>Q U Z a U. p > U) C= m a O U U Q Z '11J S aAL DATES f"T A SINGLE B SIM'AE OWN TYPES EQUIPMENT SCHEDULE . Ev E9upTw9 EyjF11MF E24rIw�1 Nv NurriEw EquplVl Dpgplm Elegy AF1fA_p $Y4 FQF® D6]ILO FLOW PANEL LFCI — 10]EW10 STARLESS STEELS ACE NONIE08ASY CWWGMG CFCI SIT. ,D2B0030 2a•X]68NADFX SLAINESSBIEELN/rROR - - LFCI 1036D]]6 ADA TOILET GRAB BARS _ LFCI IOZB'b 40 MERATOR HARD DRYER CFCI 102BOJE0 COAT NOOK -- - CFO PT PICNIC TABLE -__ __ — CFO FINISH LEGEND I REFER TO FROIECT XMNUA FOR SPECIFCTYPESAOCCLORSCF FINISHES 3�WALL ANX, A. PANT FLO I FH. HMOEnEDSEALm CONCRETE euE No B\E C'u XAOCx NOC EEING RxP(RFD STRIIGIURE) LG GENERA %- NO FINISH Y. EXISTING TO REI 2- MATCH EXISTING FINISH EX -]D(PMED FINNS BLOCK RODA NAXE PGOA NUEBER NORTH WALL FLORA EASTWALL SAW SQRH WALL CEERIG -WEST'NNL -NOTES WE FINISH N TER WE FINISH NOTES ABOVE -- --- - --- -- -- - - ! NOTE: ARCHITECTURAL SHEETS PRINTED 4 FOOfSCFtOIXi AT 11x17" SIZE ARE'HALF-SIZE' 2 EQUIPMENT / FINISH PLAN TYPICAL A FULL SIZE DOCUMENTS ARE 22X34" 114"= 1•-0" Z conFLUEnCE LANDSCAPE ARCHRECT CONFLUENCE MC ND STREET SE. SUITE I" CEDAR RAPIDS, M M401 PH: 319A08.5601 CML ENGINEER HR GREEN INC. 8)10 EAR1WRT LUNE SW CEDAR RAPIDS. N 52aW PH: ICT. 1A000 CONTDACT: AAIp13 GRINNER, ARCHITECT ROHRBACH ASSOCIATES PC 335 E. WASHINGTON STREET, SONE rA00 IOWACRY. A 54.0 PH'. 319138.0311 CONTACT: WILLOOV•'NNG MECH. i ELEC. ENGINEERS DESIGN ENGINEERS PC 8001 PRONE WEW IANE SW CEDARR,,S2A04 PH: 319 W%L.1919N STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IOWA CIT•. IA 5460 PN. 31931T.7850 ISSUED FOR 12-2&2017 BIOC NO CONSTRUCTION / EQUIPMENT PLAN . WE Y V) Z Z d LU W OU)>Q U Z a U. p > U) C= m a O U U Q Z '11J S aAL DATES f"T ISSUED FOR 12-2&2017 BIOC NO CONSTRUCTION / EQUIPMENT PLAN . WE ^` A501 1 2 �kl> 3 4 5 A501 r 3 A501 1 1/4"= T -O" 61 1 2 A2 3 4 v 5 r 3 a GUTTER& Mot 'U/:^NN SPOUT MEMBRANE ROOF SIM MOT AEOt FALSE PARAPET_ SME ELEV S A601 � SCVPPER& \ GOWN SPOUT ROOF MOUNTED CENTRIFUGE A5041 ME&ERkNEPANE ROOF �A 1 SIM t 1 SIM t $IM Mot Afiro A6o1 MW MOE i 2 KUUr 1/4" = 1'-13" 1 PLAN "I ASW l 6 ` A501� r C C NOTE: ARCHITECTURAL SHEETS PRINTED AT 11x17" SIZE ARE 'HALF-SIZE' FULL SIZE DOCUMENTS ARE 22X34" conFLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET SE, SUITE 1W CEDAR RAPIDS. H52401 PH: 319.4095101 CML ENGINEER HR GREEN INC. S710 EARMART LANE SW CEDAR RAFOS, us21W PH: 319N1,400 CONTACT: AARON GW WNIIP ARCHITECT ROHRBACH ASSOCIATES PC MS E WASHINGTON STREET, SURE Moo ICWACRT, IA$]240 PH: 319335.9311 CONTACT: WILL GOWNING MECH./ ELEC. ENGINEERS DESIGN ENGNEERS PC 8501 PRAIRIE VIEW WANE SW CEDAR RAPIDS, N SAN PH'. 019.961.1W STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHWGT0I STREET, SURE IOWA CITY. IA 52240 PH: 318.333.7850 U) Y� ry z Z w U o 0(n>¢ EXPLREDPAINTEO EXP0.5FO PAINTED a. O EXP05EG PAINTED a - FIFER CEMENT PNB ry O% M STRUCTURE WP STRUCTURE ttP. STRUCi1IRE TYP PLANTED LL �+O SUBMITTAL DATES TO IMTCH 9LD(L ISSUED FOR 1 ''. BIDDING CALORm aW1 $IM I$W AW. z 1 ASW 6 3 FIBER CEMFJWi PANEL r r PLANTED COL&A9, TE COLOR IXt TBD .� REFLECTED CEILING PLAN 1 1/4"= T -O" 61 1 2 A2 3 4 v 5 r 3 a GUTTER& Mot 'U/:^NN SPOUT MEMBRANE ROOF SIM MOT AEOt FALSE PARAPET_ SME ELEV S A601 � SCVPPER& \ GOWN SPOUT ROOF MOUNTED CENTRIFUGE A5041 ME&ERkNEPANE ROOF �A 1 SIM t 1 SIM t $IM Mot Afiro A6o1 MW MOE i 2 KUUr 1/4" = 1'-13" 1 PLAN "I ASW l 6 ` A501� r C C NOTE: ARCHITECTURAL SHEETS PRINTED AT 11x17" SIZE ARE 'HALF-SIZE' FULL SIZE DOCUMENTS ARE 22X34" conFLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET SE, SUITE 1W CEDAR RAPIDS. H52401 PH: 319.4095101 CML ENGINEER HR GREEN INC. S710 EARMART LANE SW CEDAR RAFOS, us21W PH: 319N1,400 CONTACT: AARON GW WNIIP ARCHITECT ROHRBACH ASSOCIATES PC MS E WASHINGTON STREET, SURE Moo ICWACRT, IA$]240 PH: 319335.9311 CONTACT: WILL GOWNING MECH./ ELEC. ENGINEERS DESIGN ENGNEERS PC 8501 PRAIRIE VIEW WANE SW CEDAR RAPIDS, N SAN PH'. 019.961.1W STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHWGT0I STREET, SURE IOWA CITY. IA 52240 PH: 318.333.7850 REFLECTED CEILING PLAN / ROOF PLAN CONFLUENCE PROJECT NO. 15106_3 A400 U) Y� ry z Z w U o 0(n>¢ m0 a. O �— a - i �a O% M W U t ¢ 2 LL �+O SUBMITTAL DATES ISSUED FOR 12-2&2017 ''. BIDDING REFLECTED CEILING PLAN / ROOF PLAN CONFLUENCE PROJECT NO. 15106_3 A400 GUfTERB DONN SPdlf .. w VMIZED PRODEW SIDNG, i WTL TBD PRODEMsmNB BEYOND y WnTBO „I bI ---- CONCRETE BLOCK 646' - 0" AV (100 VR N') I NORTHBUILDINGII [:--111-1 III, I11-111-1,III IIIIIIIIIII„11111 IIIIII!II,IIIIII�IIII — I Asoi 1 ELEVATION 1/4• = 1•-0•• I C\ i_ ^-GAivANI2Eo-_.. r SANG. COLORIBD 3 SOUTH BUILIND ELEVATION D PNIt Abt1 3 z� twt w,7 2 EAST BUILDING ELEVATION 1/4• = 1'-0'• A3M 1 1) 1-11.0 imummIomr, ACVI , POSTED GLASS TP. A F III f�V.tR DOORR& CONCRETE BLOCK 2 4 WEST BUILDING ELEVATION 1/4" = V -D" SIM Afi01 PMNTEDCONC. BLOCK, COLOR T$D �I/1Y!i III II SIDING. WTL Tao D o _ CONCRETE BLOCK 1 SIDING. W1L TBD ouvu®sTEELcauFr+ PANfEDCONC.. COLg1TBl1. �J SIDING. \ WTL TBD G VANIZED STEEL COLUMN! CONCRETE CCLVMNB9SE _ 646'-0 (100 VR+i') CHITECTURAL SHEETS PRINTED j� 71x1 T' SIZE ARE 'HALF-SIZE' FULL SIZE DOCUMENTS ARE 22X34" COf1FLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STNEETSE. SURE 1M CEDAR RAPIDS. IA 82101 PH: 319109.5101 CIVIL ENGINEER HR GREEN INC. 8710 EMHART LANE SW CEDAR RAPIDS, N s2101 PH: 519LW. pp CONTACT: AARON O W INNLIP ARCHITECT ROHRSACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITE 4400 IOWACRV. IA52210 PH: 319.338.9311 CONTACT: WILLDOWNING MECH. T ELEC. ENGINEERS DESIGN ENGNEERS PC 8001 PRAIRIE VIEW LANE SW CEDM WPIDS, N 521M PH: 31996,IJ H STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, BUTTE B IOWACRV, IA 52210 PH: 319.333-7850 SUBMITTAL DATES ISSUED FOR 12-2&2017 BIDDING BUILDING ELEVATIONS CONFLUENCE PROJECT NO 15108 3 A500 Y V! z zaa Lu (_ - Lu > U i 3 rn Z 2 UL W E) Ua SUBMITTAL DATES ISSUED FOR 12-2&2017 BIDDING BUILDING ELEVATIONS CONFLUENCE PROJECT NO 15108 3 A500 pl L III II. 4 LONGITUDINAL BUILDING SECTION 1 1/4" = 1._0.. 2 ,. BA1 ,4501 ,4601 moo, 1 SIM 5 /'2 SIN ASM sABot�' I I L RESTROOM �'. RESTROOM Wi � I OOi i THICHENEO SLAB VAPOR RETARDANT IVP. SEE STRUCTUR 2 SIM ASOI 2 \ SM E%Pp9EDINTEPRM 2xlosrRtw-nAw FRAM10 =I flESiflWM SEATING COVERED I STORAGE 1 MFA OOt 646 0" 646'-0' -- -�—� (t00 VR +i') — x(100 VR+1') 7 III II 1 r — III_ I III III III1I1 II =11 III- III1.1 III III—III—I III _III (I 1= 111111—III IIITllllul'—f r—IIL -l=1110nllllii 'IIuIIInIIIITrI =1111=11H=111=111 vAPOH e=_�Rra4rvn vP vAfggET/JmWFM. 2 LATITUDINAL BUILDING SECTION CANOPY SECTION 1/4" = V-0" 1/4" = V-0" NOTE: ARCHITECTURAL SHEETS PRINTED AT 11x17" SIZE ARE 'HALF-SIZE' FULL SIZE DOCUMENTS ARE 22X34" TYPICAL INSULATED CONCRETE WALL WITH 4 CORTEN CLADDING 3/4" = 1'-0' PMMET BEYOND WWRMEROOF C RIGID WSULATION 3Y-RYWOCO U12 STRUGTURAL FRAMING 50'FIBERCEMENTPANELS. PMNEOTO wTCH BLDG. lmm TBDI S&CTSOfT GLOTLIGH' 5 SIM PARAPETBEVCNO MEMS'ZHE ROOF RIGID INSUTATION W PLYWOOD V12 STINGNRAL FRAI COf1FLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 9002NO STREET SE, SURE IM CEDAR RMIDB. LA 62101 PH: 315109.5101 CIVIL ENGINEER HR GREEN INC. 87101M TLANESW CEDAR RAPIDS, A 521W PH: 319.811,4000 CCNTACT:AMONGWINNW ARCHITECT ROHRBACH ASSOCIATES 326 E. WASHINGTON STREET. SURE 4I100 ICWACTTY. W 52210 PH: 319.338.9311 CONTACT: WILLOOWNING MECH. I ELEC. ENGINEERS DESIGN ENGNEERS PC 8001 PMRIE NEW LANE SW CEDAR RAPIDS. N SIAOt PH'. 319.9 IW STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET. SURE S ICWA CRY, IAS PH: 319.333.7850 DOUBLE SIDED CLADDING WALL SECTION 314" = 1'-0" BUILDING / WALL SECTIONS CONFLUENCEPRWECTND; 15105_3 A501 Y �- W RBUt CEM1£ pma TOIMTCX BLDG ICCL DTI ICCLOR . ry Q z Lli ]NW SOFFIT BEYOND ^ LL _ WW SLOT LIGHT FIXTURE (� LOf p Ll I E5 co C/)M Dn x U U) - < r- -v M. N {',jl SUBMITTAL DATES DOUBLE SIDED CLADDING WALL SECTION 314" = 1'-0" BUILDING / WALL SECTIONS CONFLUENCEPRWECTND; 15105_3 A501 D BENNITATPERMETER OFFRMTETOMTCH FRAM5PANTCOLOP HM FMA£ W, FIBERG sFRL SCHEDL EDDDrn 1 RESTROOM DOOR SOFFIT / HEAD DETAIL 3" = 1._U. HM FRAME W' FIBERGIABSFILL DOCRl55CHED SEALANT AT PERUAETER OFFRAMETOMATCH FRAME PANT CMCR a; A DOORJAMB DETAIL '* 3" = 1'-0" %{AST (TANK ME), 1' DEEPXI a-THK ANODIZED ALUMNIIM HAT CHANNEL 1 THICK PRODEMA PANEL MN PGWDERCOATEDPRMEMA FABTNER/- Ml%10.'18' T CMU Y RIGID NSIAATICN 1-uatw 4•CMU MFAST(FAMRN ). 1•DEEP . DTH THE MODI2EO ALUMNw HArcRAHNEL - N4%w•TYPEM fMTNER STTHICNPRODfIM PAN¢ PdVDER MATED PRODEMA FASTRER i& a E 5 CLADDING CORNER JOINT DETAIL 3• = 1.A. WCMU T PM11TI0ND00R Dl W CMU AIRB4PoUE0. YRMA NSUUI%lX 1'Api BAP CCMU SETALTRNFI/SHNG, PANTEDTOLNTC118LDG, (CCU W m) FLUBH EM£ POWDER MATED PFCCEMA F14x WT 15ABFAE7WER FAST LFAST HAMtj. 1• DEEP ANCOI2ED ALUMAIM INT CH INET WTHICKPHCOEIMPAREL WW 1.1116 -MAX 3 DOOR RECESS /TOILET PARTITION DETAIL 3" = 11_O. NOTE: ARCHITECTURAL SHEETS PRINTED AT 11x17" SIZE ARE'HALF-SIZE' FULL SIZE DOCUMENTS ARE 22X34" CD n COf1FLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 9002NDSTREETSE.SUREIw CEDAR RAPIDS. N WADI N. 319,KN, H CIVIL ENGINEER HR GREEN INC. 8710 EARHART LANE SW CEDAR RAPIDS, IA WA04 PH: 319.811.400(l CONTACT: AARON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET. SUITE NOD IOWACITY, N W240 PH: 319.m.9311 CCNTACT: WNL DOWNING MECH./ ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PFIAIRIE VIEW LANE SW CEDAR RAVIDS, A W404 PH: 319.9MAW STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUTTE B IOWA CITY. N 52240 PH: 319.=ME9 Y I— ry Z Tau Tau I— Q -s Z 0- m U MEMBRANE RPSHING O PARAPETBLCCKING CL WRAPROOFMEMBRANE O Lu co Zg OVER PARAPET TOP m a METAL RW EDGE 11f SUBMITTALDATES FgBLN VERTICIL MEMBRANE w ROOFING ISSUED FOR D BIDDING PLMCCD SHEATHING q { TERMINAL BAR __.. T Y \\\` 1' �X CCMI MEIABPANE RO'JFING \ �°° I/ / pOWDERCM1Ep FW_PRCpEMp FASINER *113IHSUI TIOJ __` 4t4%3M•TVPEA8FA3TNER —mBARRIER w n PL.000 SHEATHING ` r j'. %�FAST(FAMRMM) 1- DEEP IWTHK. - YRGID NSUTATKNI =2t' .. 6%.FART(FAMR0HtGp1 PNCOIZA8)Wr CLWiFEL j B). 1'GEEP%V6•TXK _. 1•ANMP H - I ANMIIEDALUMNUMZLHWNEL IV 1TCMI BLOLI(WKL ` t �— 1•AN GN -- METAL TTO MAT4HE VT � � D�MTCH BLDG. �. `! YRIGN NSULATgN - FLU3H EDGE .• N14XY4•TYPEMFASIIER-' I �I Alit V R PCINDER COATED PP E)M %F/4TIFMIR2NBA 1' DEEP. IB' TEA J/ FASTNER ANMlzeo,uuMNUA Mr cINNNEL 6'CMU BLOLK WALL W3'THICK PRODEMA PANEL J 3T WIB'MI. 11 I6'FH%. VMIES BEE ELEVATION DOOR RECESS / WALL JOINT DETAIL t ROLE FOCI RCP WEPEC 3"- ANDMCSEE MDAECH. WOODS TFRAMING - STEEL LNIEL SEEGTRL IIALDRmNNGB I FMSIIES Pu)nEDCaMCn BIOCIC COLDRTBO BENNITATPERMETER OFFRMTETOMTCH FRAM5PANTCOLOP HM FMA£ W, FIBERG sFRL SCHEDL EDDDrn 1 RESTROOM DOOR SOFFIT / HEAD DETAIL 3" = 1._U. HM FRAME W' FIBERGIABSFILL DOCRl55CHED SEALANT AT PERUAETER OFFRAMETOMATCH FRAME PANT CMCR a; A DOORJAMB DETAIL '* 3" = 1'-0" %{AST (TANK ME), 1' DEEPXI a-THK ANODIZED ALUMNIIM HAT CHANNEL 1 THICK PRODEMA PANEL MN PGWDERCOATEDPRMEMA FABTNER/- Ml%10.'18' T CMU Y RIGID NSIAATICN 1-uatw 4•CMU MFAST(FAMRN ). 1•DEEP . DTH THE MODI2EO ALUMNw HArcRAHNEL - N4%w•TYPEM fMTNER STTHICNPRODfIM PAN¢ PdVDER MATED PRODEMA FASTRER i& a E 5 CLADDING CORNER JOINT DETAIL 3• = 1.A. WCMU T PM11TI0ND00R Dl W CMU AIRB4PoUE0. YRMA NSUUI%lX 1'Api BAP CCMU SETALTRNFI/SHNG, PANTEDTOLNTC118LDG, (CCU W m) FLUBH EM£ POWDER MATED PFCCEMA F14x WT 15ABFAE7WER FAST LFAST HAMtj. 1• DEEP ANCOI2ED ALUMAIM INT CH INET WTHICKPHCOEIMPAREL WW 1.1116 -MAX 3 DOOR RECESS /TOILET PARTITION DETAIL 3" = 11_O. NOTE: ARCHITECTURAL SHEETS PRINTED AT 11x17" SIZE ARE'HALF-SIZE' FULL SIZE DOCUMENTS ARE 22X34" CD n COf1FLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 9002NDSTREETSE.SUREIw CEDAR RAPIDS. N WADI N. 319,KN, H CIVIL ENGINEER HR GREEN INC. 8710 EARHART LANE SW CEDAR RAPIDS, IA WA04 PH: 319.811.400(l CONTACT: AARON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET. SUITE NOD IOWACITY, N W240 PH: 319.m.9311 CCNTACT: WNL DOWNING MECH./ ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PFIAIRIE VIEW LANE SW CEDAR RAVIDS, A W404 PH: 319.9MAW STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUTTE B IOWA CITY. N 52240 PH: 319.=ME9 DETAILS CONFLLENCE PROTECT NU 18108_3 A600 Y I— ry Z I— Q -s Z 0- m U 0U)>< O LL CL m O Lu co Zg W U m a 11f SUBMITTALDATES ISSUED FOR 12-28-2017 BIDDING DETAILS CONFLLENCE PROTECT NU 18108_3 A600 PAMPET BLOCKING WOOD MIST FRM411 $EE$TRUCT OPAWIN( FOR SO D FELBitANEFU$HMG D/ - WRM ROOF EE.ABRANE -. DJEft PARAPET TOP i FABCu PARAPETELOCIplG- -- (. - _.- HpiMCMMrVERRCPI SUBOIRT \. P 'B a14 TVPE 18 fA$fFFR—. .. 1 PARAPET DETAIL TYP. 3- = 1'-0" MEMBRMEFVSMNG -- - WFUPRCCFbEA9TWE METM.R°CFEOGE FASCN 4 -CMU BLOCK WDLL 1-ANGA YRIGIUINSULATICN MR BMRRIER C CMU BLOCK WML I.EABWWE ROOFING 6 VERTICAL MEWIRMNE o ROOFING N PLYWOOD SHEATHNG-. gOLiXN3 PoWDERCWTEDFIN. PRCOEIMFA$TNER OTERMINPLW RYWWUSHFATNND--. N4XWWPEA3FA$TNER W w M£MBRPNE ROOFING \ 'wn RIGID IN$UUTI011 \\\ ANCDI M-UMINUM HATCNMNEL IR FLYYJCOD$NFATHING \ GID RXYD IN$UUTqu MRNAPOUR BARB ER 1 w - WOOD MIST FRM411 $EE$TRUCT OPAWIN( FOR SO D FELBitANEFU$HMG D/ - WRM ROOF EE.ABRANE -. DJEft PARAPET TOP i FABCu PARAPETELOCIplG- -- (. - _.- HpiMCMMrVERRCPI SUBOIRT \. P 'B a14 TVPE 18 fA$fFFR—. .. 1 PARAPET DETAIL TYP. 3- = 1'-0" MEMBRMEFVSMNG -- - WFUPRCCFbEA9TWE METM.R°CFEOGE FASCN 4 -CMU BLOCK WDLL 1-ANGA YRIGIUINSULATICN MR BMRRIER C CMU BLOCK WML I.EABWWE ROOFING PCMUBLCO(WML 1•NItGM Y WGU NSIRATION 2XI28TRUCTURII FRIMNG -... AR BARRIER W CIAJ BLOCK WNL 6 y VERTMII MEMSFIIIE iya P°LYCERCdTED FlN. RIWB.M FABTNEfl - gOLiXN3 PoWDERCWTEDFIN. PRCOEIMFA$TNER p RYWWUSHFATNND--. N4XWWPEA3FA$TNER W TEFRI BMt XFMM IFM01R 0 )1 -DEEP X IA'THL ---.WWF 0.00E AEMBIUNE MEMBRMIE ROOFING ANCDI M-UMINUM HATCNMNEL IR w GID RXYD IN$UUTqu . 1'DEEPXIMT ._ _.. _.__....__. w PLYW000 SHEATHING PCMUBLCO(WML 1•NItGM Y WGU NSIRATION 2XI28TRUCTURII FRIMNG -... AR BARRIER W CIAJ BLOCK WNL I PNNPET MOO(NG SUPROFIT CNTIG/VERTIGLL BU �^ a14TWEA8 FASNER_ w ROOFNG MEMBRANE _ RODF4IG _ PLYWOOD SHEATHING TERAYNPI &W MEMBRANE ROOFING RIGIDINSUTATI°N F PLYWWD SHEATHING. IfI AIRNA RBARRIER 7 _ MEMBRANE FIASHING W RAP ROOF I.EIRRPNE iya P°LYCERCdTED FlN. RIWB.M FABTNEfl OVER PARAPET TOP \ AEFHRPtE RASMNG METALRCOFEDGE FASCN -_ ---.WWF 0.00E AEMBIUNE — S OVER PNNPET TCP �j* / -- METALRN'FEDGE 'j3 FASCW Cib y j "DER LMTEO FIN. RtODEW FABTNER �I t \ {uu XFNR(FM O)a)I'DEEPXIICTHK COLOR (IXpi m) ANCOIZED MMMUM HAT CHNNE, b XFAST PMIIRLOI B). f DEEP X I/9'Tlpt JIII ' ANODIZED M-uWNUM ZLMWNEL - \ 014 TYPE A8 FASTNER - I" YB'THK. PRODEMPANEL FOR SIZES NTFIBERCEAENTPMIEI3. / P DERCOMTEDFlN. PRCOEWFASTNER TER.NAL BAR WEEP MXE MEMBRANFRWFING (caoR Te01 N4%SV'TWEABF0.RNER — BLOCNNG /S RED PARAPET OVER CANOPY XFNR(FAMR 28)1'DEEP%1A'TXk -. ANCO�O MUANUM I W T CMW NEL 3 =1-0 { XFMR (FMIIFOH 8). 1 - DEEP X IA' THK. -. _ . MIC°MED KUAf111MZL14NIEL --- WTHN. PRODEIMPMEL I PNNPET MOO(NG SUPROFIT CNTIG/VERTIGLL BU �^ a14TWEA8 FASNER_ w ROOFNG MEMBRANE _ RODF4IG _ PLYWOOD SHEATHING TERAYNPI &W MEMBRANE ROOFING RIGIDINSUTATI°N F PLYWWD SHEATHING. IfI AIRNA RBARRIER 7 _ 4 LOWER ROOF EDGE DETAIL 3" = 1'-O" LIMING IAL DRAWINGS SCUPPER DPVN SPOUT %FAST(FAIIR 9IN1'DEEP%1/6TML FJIDDOfD 8).V DINT CWWNEL {%-FA$T(FOO dDA). 1'DEEP- 1?TIXI MODIZEDKIMNUNZLNANfEL - yYTIWCRiC°EIMPMEL -. POWpQiLMTEO FW. PROOF3M FABINER - N4 %3V' TYFE AB FASRER - 4•gNBLOfMWALL- 1'ANGM ._ Y RIGtl) NsuuTXN "SORRIER RRER - r cwI.SLOOLWMl 5 SCUPPER & 3" = 1'-0" VERTMAL LENSP NE ROOFING BEYOND iya P°LYCERCdTED FlN. RIWB.M FABTNEfl TEPoAWN. BAR BEYOND \ MEFERPNE ROOFING RIGID INSULATION r MPNAR1111i BARKER _ -- RnvOODSHCATHNG � — S 5B' PEER CEMENT PANEL PAINTED tO ) y t COLOR (IXpi m) TJI ROOF FRMOING WOODJOSTfPM.NG BEE SIIt11LRIRAIdNWN($ SAY NIX3M' IYPEAB FAHINEA FOR SIZES NTFIBERCEAENTPMIEI3. SLOT LNEM LIGHT WEEP MXE � (caoR Te01 FALSE PARAPET DETAIL BLOCNNG /S RED PARAPET OVER CANOPY 3 3 =1-0 2 DETAIL 3- = 1'-0" 4 LOWER ROOF EDGE DETAIL 3" = 1'-O" LIMING IAL DRAWINGS SCUPPER DPVN SPOUT %FAST(FAIIR 9IN1'DEEP%1/6TML FJIDDOfD 8).V DINT CWWNEL {%-FA$T(FOO dDA). 1'DEEP- 1?TIXI MODIZEDKIMNUNZLNANfEL - yYTIWCRiC°EIMPMEL -. POWpQiLMTEO FW. PROOF3M FABINER - N4 %3V' TYFE AB FASRER - 4•gNBLOfMWALL- 1'ANGM ._ Y RIGtl) NsuuTXN "SORRIER RRER - r cwI.SLOOLWMl 5 SCUPPER & 3" = 1'-0" 3 NOTE: ARCHITECTURAL SHEETS PRINTED AT 11x77" SIZE ARE'HALF-SIZE' piss 1 aiF r nnmimszwv 9 ADC 99V4A•r COf1FLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET SE. SURE 104 CEDAR RAPIDS, N 92401 PH: 319.409.9101 CML ENGINEER HR GREEN INC. 8710 EMHART UNE SW CMM RAPIDS. LA 9240 PH: 3H).W.4000 CONTACT: AARON MWNUP ARCHITECT ROHRBACH ASSOCIATES PC 329 E. WMSXINGTON STREET. SURE NOO IOWA CRY, N W40 PH: 319.338S311 CONTACT: WBIDOWNING MECH.I ELEC. ENGINEERS DESIGN ENGINEERS PC BR1 P IMRE NEW LINE SW CEDM RAPIDS. W S240F PH r 315984.1914 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 11Z E. WASMNGTON STREET, SUITE B PH 319, Y, .7W PH: 315333.1830 V/ Y F - Q 2 F Z d_w 0U)>Q QfUofo Z a LL O � co mow Q Q U SUBMITTAL DATES ISSUED FOR 12-28-2017 BIDDING x�IpnFIvwFP 1�wwwewlwvursu� Frsnrru��® ��ufc6 aruu DETAILS CONFLUENCE PROJECT NO 16106_3 A601 VERTMAL LENSP NE ROOFING BEYOND TEPoAWN. BAR BEYOND MEFERPNE ROOFING RIGID INSULATION r MPNAR1111i BARKER _ -- RnvOODSHCATHNG � — KY f �A WOODJOSTfPM.NG BEE SIIt11LRIRAIdNWN($ SAY \ FOR SIZES NTFIBERCEAENTPMIEI3. \ PMNTEDTOMATCABIDO. � (caoR Te01 DETAIL I 3 NOTE: ARCHITECTURAL SHEETS PRINTED AT 11x77" SIZE ARE'HALF-SIZE' piss 1 aiF r nnmimszwv 9 ADC 99V4A•r COf1FLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET SE. SURE 104 CEDAR RAPIDS, N 92401 PH: 319.409.9101 CML ENGINEER HR GREEN INC. 8710 EMHART UNE SW CMM RAPIDS. LA 9240 PH: 3H).W.4000 CONTACT: AARON MWNUP ARCHITECT ROHRBACH ASSOCIATES PC 329 E. WMSXINGTON STREET. SURE NOO IOWA CRY, N W40 PH: 319.338S311 CONTACT: WBIDOWNING MECH.I ELEC. ENGINEERS DESIGN ENGINEERS PC BR1 P IMRE NEW LINE SW CEDM RAPIDS. W S240F PH r 315984.1914 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 11Z E. WASMNGTON STREET, SUITE B PH 319, Y, .7W PH: 315333.1830 V/ Y F - Q 2 F Z d_w 0U)>Q QfUofo Z a LL O � co mow Q Q U SUBMITTAL DATES ISSUED FOR 12-28-2017 BIDDING x�IpnFIvwFP 1�wwwewlwvursu� Frsnrru��® ��ufc6 aruu DETAILS CONFLUENCE PROJECT NO 16106_3 A601 conFLUEnCE 2 � LANDSCAPE ARCHITECT A8N ASM. 00 CONFLUENCE .-vaMIED EXPOSED .-PANTED EXPoSED - Pa DE%PWED }iOYET PARnndi 9302ND 5rREETSE. SURE tOt S1 iUPE _ UMURETR SmmrU1ETYP. PH: 319 APIDS.IA SN01 PNNIED E.YPCISED -- B1RUCtU3E TYP PN: 313009.5101 __., .... _ .. TdIET PMTIIICN ,".:-•L' Cl ENGINEER I HR GREEN INC. i�C♦ $.IO ,�� % L ,- 34 87I0IDVtI RTIANESW 1p7Q ,025mt0 / CEDM RAPIDS,U521M _RCN �- �1 .& PH: &M319I MGWINNUP �.' All - ARCHITECT ROHRBACH ASSOCIATES 2 PC ABp� 1 ASM Am, \l 325 E. WASHINGTON STREET. SUITE N00 IOWA dTY, IA 52200 PN: 319.338.9311 1 RESTROOM 1 -NORTH 2 RESTROOM I -EAST _ _ _RESTROOM 1 -SOUTH 4 RESTR001l CONTACT: wIU DOV3NNG 14 — 1 0 114"= 1'-0' X 1/4'- T.W 114"= 1-Y MECH. / ELEC. ENGINEERS DESIGN ENGNEERS PC t M1 PRNWE VIEW LANE M CEDai RAPIDS. W 52W1 + ASM. PH. 319.991AW Aso, — TdIETPARTRpN -SN TIRE TYPs� EYPWED PANIEOE%POSEO -P.N DE SED /: �. slR11LN. wTMP' STPULTUPE TW. gAmNT�ED Eo STRUCTURAL ENGINEERS .-.. I-'. RAKER RHODES 1125mm - -i ENGINEERING _I I_.. _: t4E.WA5HINGTON STREET, SURER PH: PH. 31S Y.IA 32110 - / 102W40 ,0280030 319.J33.2S50 +0280010 1 •. M000 -,3 +92soo IV — 'd2i39V35 - W ry ' Y I - m, > �, z 5 RESTROOM2�NORTH 6 RESTROOM 2-EASTT RESTROOM2-SOUTH W H nRESTROOM 2 - EST _._ W 114 -i'-0' 1/4_t-0'- - -- — 114'=1'-0' -_--- L� } % t 4. '_.. z L1 U IBM A'q1, TdIETPMTRl3R /O HEXPOSE/ O >Q -. PN,ED D PNNIED EaF 0 --PANTEI)E o Ly- (Il N > STRUDTtwSl PD ETW Sl �srnuctuPF Tn `J LL Q ch n C-) a .-, U) O - �N Di- 0 Lu smw awl 3 1 102800M --in �a I o I I L�i I 'T ri I , LI C:) CA SUBMITTAL DATES RESTROOM 3 -NORTH _- 3 -EAST 1/4'= 3 -WEST _T-0'1H=t'-0tdS-0 _ PANTED E13C15ED PLANTED EXPOSED PNNTEO EMPOSED STRUCTURE TYP _ STRUCTURE TW, ' SRiUCTURE TYP. SIRUCnFE TP_ STRUCTURE TYP. —� IT �lt �TCIET PNRTItoN - -i --- ISSUED FOR t Lam' I. .. It02W0:N1 _ - - _ 12-2&2017 102Eoom --_ r,32eoo 10 f.. ,+mill 1142moao - nMBM,$ BIDDING T_PJ T.__... v."wne avnm�uwe .ueNwwe,Iwww=wvmww L RPOwCwWI�IW�O=CIiV! - fff ` ocauanv INTERIOR *MTV 4=NORTH a4, RESTROOM 4—E EAST ---,___ - 15 RESTROOl SOUTH. *RESTROOM 6 -WEST. - ELEVATIONS1� M -T$ 1w -1.0' 116'=1'-0' Im, 1'4' NOTE: ARCHITECTURAL SHEETS PRINTED C UENCEPRWECTNO: 1510OL3 AT 11x17" SIZE ARE 'HALF-SIZE' A%00 FULL SIZE DOCUMENTS ARE 22X34" a 1 PLUMBING UNDERSLAB PLAN ---- __ ELECI9IG-EWIDE Nmj ..Y ................ SEEF1EEINH OIVMN53 wRxaaElxR>gMonox 1 2 PLUMBING PLAN 1/4" = 1'_D" Ll J IBJ L_o 110 - dip\) 3 PLUMBING SUPPLY ISOMETRIC DIAGRAM NOT TO SCAI F _ ._-G NOTE: ARCHITECTURAL SHEETS PRINTED AT 11x17" SIZE ARE'HALF•SIZE' FULL SIZE DOCUMENTS ARE 22X34" 9EhRrosxE£Ttsm RJx ft1R9XG IgiFS NEVI WORK KEY FSJ411XG xET1RLv13Eo COf1FLUEf10E LANDSCAPE ARCHITECT CONFLUENCE 9002ND STiEETSE, SUITE 104 CEDAR RAPIDS. W 52401 PH: 319A09.501 CIVIL ENGINEER HR GREEN INC. 8710EARHARTLANESW CEDAR RAPIDS, A 524M PH: 319.041A9W CONTACT:M ON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITE Y400 IOWA CRY, IA 52240 PH: 319.338.9311 CONTACT: WILL DOWNING MECH.I ELEC. ENGINEERS DESIGN ENGNEERS PC 8501 PRAIRIE NEW -ANE SW CEDAR 105, w 524 PH: 319.9N.19N STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IOWA Cm. w 5220 PH: 319.333.7850 1512 3 In ELECTRICAL RESTROOM MU U� V ri -� w o —afLL I-- 'o �w p ?VENT UP U STORAGE L� IMTCGW NPviR, RE3IRO RESTROOM RESTROOM \ I 2 '11 ® 1 Ory2 i 112 z O/ 2 PLUMBING PLAN 1/4" = 1'_D" Ll J IBJ L_o 110 - dip\) 3 PLUMBING SUPPLY ISOMETRIC DIAGRAM NOT TO SCAI F _ ._-G NOTE: ARCHITECTURAL SHEETS PRINTED AT 11x17" SIZE ARE'HALF•SIZE' FULL SIZE DOCUMENTS ARE 22X34" 9EhRrosxE£Ttsm RJx ft1R9XG IgiFS NEVI WORK KEY FSJ411XG xET1RLv13Eo COf1FLUEf10E LANDSCAPE ARCHITECT CONFLUENCE 9002ND STiEETSE, SUITE 104 CEDAR RAPIDS. W 52401 PH: 319A09.501 CIVIL ENGINEER HR GREEN INC. 8710EARHARTLANESW CEDAR RAPIDS, A 524M PH: 319.041A9W CONTACT:M ON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITE Y400 IOWA CRY, IA 52240 PH: 319.338.9311 CONTACT: WILL DOWNING MECH.I ELEC. ENGINEERS DESIGN ENGNEERS PC 8501 PRAIRIE NEW -ANE SW CEDAR 105, w 524 PH: 319.9N.19N STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IOWA Cm. w 5220 PH: 319.333.7850 1512 3 In ry Z Q w .p�aQ�� ri -� a of z LLd o —afLL I-- 'o �w p ELEM U RE3IRO RESTROOM RESTROOM \ Fors 1 2 PLUMBING PLAN 1/4" = 1'_D" Ll J IBJ L_o 110 - dip\) 3 PLUMBING SUPPLY ISOMETRIC DIAGRAM NOT TO SCAI F _ ._-G NOTE: ARCHITECTURAL SHEETS PRINTED AT 11x17" SIZE ARE'HALF•SIZE' FULL SIZE DOCUMENTS ARE 22X34" 9EhRrosxE£Ttsm RJx ft1R9XG IgiFS NEVI WORK KEY FSJ411XG xET1RLv13Eo COf1FLUEf10E LANDSCAPE ARCHITECT CONFLUENCE 9002ND STiEETSE, SUITE 104 CEDAR RAPIDS. W 52401 PH: 319A09.501 CIVIL ENGINEER HR GREEN INC. 8710EARHARTLANESW CEDAR RAPIDS, A 524M PH: 319.041A9W CONTACT:M ON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITE Y400 IOWA CRY, IA 52240 PH: 319.338.9311 CONTACT: WILL DOWNING MECH.I ELEC. ENGINEERS DESIGN ENGNEERS PC 8501 PRAIRIE NEW -ANE SW CEDAR 105, w 524 PH: 319.9N.19N STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IOWA Cm. w 5220 PH: 319.333.7850 SUBMITTAL DATES n PLUMBING PLANS CONELUENCEPROJECTNO: 1512 3 In ry Z Q w .p�aQ�� ri -� a of z LLd o —afLL I-- 'o �w M m U SUBMITTAL DATES n PLUMBING PLANS CONELUENCEPROJECTNO: 1512 3 P100 PLUMBING FD(TURE SCHEDULE Sae paida, I DeM14 Trip Name, ung I Calor Hication Section 221116 Cal w.Im sena co-zlNJRXSoa awed L HEM e rope old, 1MNaFACTUPER MODEL AM here, EUIY rwntl hy. Welb AIRN pUN 13GM FT. WATER 812E Paso CO -300 -MF soap heal". LEVGTHMIRL7 1 NOTES: 1. NPAK GPM WATFA TEMP. bouedg RPM HP VOLTB PH MANIiACTURER S MODEL NO. SERVICE NOTE F61 Welb SMa FD-2dLAlov tlreYr ReuM VvakN brood, Wail{• 33W rppeala &ISGmaetl BM's PL-Blarxe DMlflttinYie 1 Fbelner Codd pwMM 6y DOC mmaWrr. IXIENNSIX ESIEAkM6EN£R a,n IScabon Section 22 4000 HA WceGbE MNM2{Wel feucN AnE-spoon RgMexi9rbae MkeYaMnkind . X.nue HO WmCbJMNtle6T tIJ6. fwmma5c6aNn&6eeEera wr LarkMe Eow.Ewdb nMsR Derlbx CrvseWE NYaerx vim nese monacem Pasha bMArtYasd ''clow poa+Aen L-1 Mair Mal141pWe N-iZW6 Mwarrprke Wall brnv. rmrkn, It to Si Gptlme E17,500,49-8 0.5 Wm aev9mle 0.5 LMm Open Ona drainipr, P-bev. eonatlM VMb .aMmwnwn..ki,dpaMepe. axrM eeeaedealrear sawasnarregivairs. laved. Peau' Lames al pi Ads SUPFlla AM.Ige, IaamrY, 2PxZ .el moal 17"F dependence marine valve insiders A exposed Piping T -I Sbare EL164 brs ecurded baabresr C11sba..Ear brM IM VACInpuM24 VAC oupW raMnoma ((2l WC and La W4'1 Itagr M-MMe15gNaNUSa Stengel floor coasts, 1-1? Sbn Op9me 151 ESS SWS concealed 1.0gd Openhonrsal,lesecaer,MM WNbssr vN.MW dxns abl raped, AnA pays worcread aster ander Sannmpler woo. dreck ranges, range package AM rMbmre 13.511)5' wal ons Anr'Rimes' all kcxess a so, sea and Mn I... pend aa.aMa rammer .— (van* V essential b and Midica nOlEe: 1. Ind neN, temp ro MfrbMM Naeems dp macro, areiyrb M eN NMA. CwAagpb wnNm aNdr 4Wra me m sonrFM1/ wM On rpuNammlbolAOA pow m rougMn olpp`np and imrd d ppirp and hWrea as reprired per AW. YUD VST I" VIER IBYCESWOONlE NLDll R. WM SURNCE iRLYhl6MplXNDER£ CIRCULATING PUMP SCHEDULE 3MOEsPaeftL7,aWETE Rgin FDWINMWG L HEM e EIECTRIC imeral 1MNaFACTUPER MODEL T— AIRN pUN 13GM FT. WATER 812E Paso NDTOR LEVGTHMIRL7 1 NOTES: 1. NPAK GPM WATFA TEMP. SUCTx gSCH RPM HP VOLTB PH MANIiACTURER S MODEL NO. SERVICE NOTE CR1 IIOTFS: 12 M 140 Wail{• 33W 19 120 1 &ISGmaetl BM's PL-Blarxe DMlflttinYie 1 1. Codd pwMM 6y DOC mmaWrr. IXIENNSIX ESIEAkM6EN£R YUD VST I" VIER IBYCESWOONlE NLDll R. WM SURNCE iRLYhl6MplXNDER£ EM@1EDGIVOE 3MOEsPaeftL7,aWETE Rgin FDWINMWG L Mx mTcvlcE e EIECTRIC imeral 1MNaFACTUPER MODEL T— AIRN 19 13GM QLMSrELINE 29en Paso I AOSnan LEVGTHMIRL7 1 NOTES: 1. CCMMINTXXIWYEANO IDII1E ro ROO110i SFEEITEUPl1lYRAVFCX ELECIML M,eIxFA 1n ff3lD. MM ENTUACE "IE LME "'i-AgXTSWEN MaSENEA all GENgnro GpNE CETM EXASEYMOCATMFOOT ETCH BEWOaDAi 300 FOOT IXIENNSIX ESIEAkM6EN£R a,n RO3RMWl ttPt£ PLUMBING FD(TURE CONNECTION SCHEDULE CMlE ro6E RVA1 RNI MNUC WIHRACi FLfC9 RECOVERY TEMP Few DEO. F. TIWI111XE EIECTRIC imeral 1MNaFACTUPER MODEL WSIELME AIRN 19 13GM ROOROpM RTII 29en Paso IMAIRINGET R£CTNIGYCpMMCIpI lI4We'O MFW ELECT FacEls n10NOFD R RUEBXD CENMO CONTra q INSTNLEDBr e -k, ELEe1aMx CQYlPN.•101. p--w-Ia TPNI6FORMER ROMERS RIIN THE �... .... RUsv VUWAVDTxEEMTMMD FrOCET LOMITEIXUTLIIYRIXML LON TM.EWLLVOMSTNLED MY EIEClRF11CCIRP/LTCa O -. all teat _.... MULTRE 6Fa901tva W CHECNVNW INSTNLA1011 DETNL N3TE:8EERN19fOli fRNflFBMDOUMTnrE6 81169 euaWurDx PPE vmI.ExNRNEDFtt2s vAeESNNODcx� xvnxEDrompREWNEx xaGwuxRavM Fe on PLUMBING SYMBOLS e.aaXeM wars"we". ..e w Ren -K MBXGSYMR%5- -aw - YAIla1Y 6EY.ER BEIMCIVSE Nwv;IDwNTE _sM_ SWIIeAY SEWEq ABWEGRADE PW,PCIO W141E mO pU)— PROCLEMOO.100 MWi-WOO YanCLEAWUi�YC0 —Y— RUMeXGVEHi. V-hFXi Wq^/FNI TXaU=AYJC®War —aw— COLOMNR-m par VMTEa. xw —1eY— nmlxcwmwm.mnerl� —wc— RIMTERCIRCUWNIG-NXC —a— ED—cos. ruruaaoR waDFALTURED ®a® naOR RYYl.Eo 011 RRrflea S O FOOFOPNx-a0,I SIq M C� MEL xvgarlr.M � xWE eee. x3 �� S4Ui#FVNW aAESNUKfEVNW �?— WNICNIGgl SWl11%FCIFX —g.;— cxEcxvNW _gam_ acNlav wLWM1En ITESS-'EXFTAANREREIafVNW �w MiEa l BEOUIEWPMEATOES(likesN N Rq IMENTSCHEWLE "RNNGSKEIrr 3^ (7— Ete.`NNRNEGUPg1LWN11W o-- nevwrvaxMWWY Dower 0 TEENRNEDUPCRTOeal �— TEENRNEDDGMICQAMY was, CaCPpi NISE -y— PAaJ1YIM 11HE IXOGIFS gPECIXM OFflLW RTGNLU•M IN g0.ECipMOEPRgGN GN0li �— SMNNER PLUMBING FD(TURE CONNECTION SCHEDULE ELECTRIC WATER HEATER SCHEDULE RNI MNUC STORME 3" LONS RECOVERY TEMP Few DEO. F. POWER INPUT EIECTRIC imeral 1MNaFACTUPER MODEL NOTES EYe3.1 19 13GM I w 29en 2.5kw I AOSnan DEL-lD 1 NOTES: 1. RaYMaa .Mob IDII1E ro ROO110i IMAIRINGET R£CTNIGYCpMMCIpI lI4We'O MFW ELECT FacEls n10NOFD R RUEBXD CENMO CONTra q INSTNLEDBr e -k, ELEe1aMx CQYlPN.•101. p--w-Ia TPNI6FORMER ROMERS RIIN THE �... .... RUsv VUWAVDTxEEMTMMD FrOCET LOMITEIXUTLIIYRIXML LON TM.EWLLVOMSTNLED MY EIEClRF11CCIRP/LTCa O -. all teat _.... MULTRE 6Fa901tva W CHECNVNW INSTNLA1011 DETNL N3TE:8EERN19fOli fRNflFBMDOUMTnrE6 81169 euaWurDx PPE vmI.ExNRNEDFtt2s vAeESNNODcx� xvnxEDrompREWNEx xaGwuxRavM Fe on PLUMBING SYMBOLS e.aaXeM wars"we". ..e w Ren -K MBXGSYMR%5- -aw - YAIla1Y 6EY.ER BEIMCIVSE Nwv;IDwNTE _sM_ SWIIeAY SEWEq ABWEGRADE PW,PCIO W141E mO pU)— PROCLEMOO.100 MWi-WOO YanCLEAWUi�YC0 —Y— RUMeXGVEHi. V-hFXi Wq^/FNI TXaU=AYJC®War —aw— COLOMNR-m par VMTEa. xw —1eY— nmlxcwmwm.mnerl� —wc— RIMTERCIRCUWNIG-NXC —a— ED—cos. ruruaaoR waDFALTURED ®a® naOR RYYl.Eo 011 RRrflea S O FOOFOPNx-a0,I SIq M C� MEL xvgarlr.M � xWE eee. x3 �� S4Ui#FVNW aAESNUKfEVNW �?— WNICNIGgl SWl11%FCIFX —g.;— cxEcxvNW _gam_ acNlav wLWM1En ITESS-'EXFTAANREREIafVNW �w MiEa l BEOUIEWPMEATOES(likesN N Rq IMENTSCHEWLE "RNNGSKEIrr 3^ (7— Ete.`NNRNEGUPg1LWN11W o-- nevwrvaxMWWY Dower 0 TEENRNEDUPCRTOeal �— TEENRNEDDGMICQAMY was, CaCPpi NISE -y— PAaJ1YIM 11HE IXOGIFS gPECIXM OFflLW RTGNLU•M IN g0.ECipMOEPRgGN GN0li �— SMNNER wari YETFR� PLUMBING FD(TURE CONNECTION SCHEDULE RED, I11E31 NO. DESCM"M OF CONNECTIONS PLUMBING FIXTURE CW HYV WASTE VENT Cavi CMnped - 1• so FDA Flom Dran P Y wlJ Hose&bbWal Hraam w• - - Lt Laarory 12• 12' line 1 VY Ar Wass, Claet 1• {• T NOTES: A. GW eW MN wpaY pPngm be. mwmnmav3'; yAMpe snWttconmdbn tlxamedreQled, reMpMmbppesnbbmebwlM 10 Mel olRNne. whal"UnikETitliki G. wari YETFR� RFCICEOFRFSSIINE&Y:MilCW RED, FPEWMrFA =m RFOO.MYII� ro0GIF5TC so MTER vNW BHUiBEF VNW(IYR CMECRYNW Ef-1 aRGV RTIMYi {IYq roRagfldwL Cq➢MTERUXETOR BWMCINOVXLW IWXTNN "'T' L'It"F AMILIVE Wer coxTlxLwrlgl AiRol NERDY IXLuxrax LaAmM roMu whal"UnikETitliki G. IDII1E ro ROO110i SFEEITEUPl1lYRAVFCX ELECIML M,eIxFA .kits. MM ENTUACE CETAL P.IUN PCp-i a:a�a1::NE� 1. o.YwbYnperlaq.pros¢Lrmamwwelac9wa.ort.wam:ammepe.a b�w.aeMAaaalsie.Mepppel cpeyam arrwnp.nYrmrwrcwv ad mm N, wnwal wmM1er XwNMigplNsrm a fa0ab'Mbar regardless hEarwrrvniy rh All i®Ew¢Ia su� aM rwgb. hM1a Spark, nWal err wan".,. ton.asmeeelelNPorro WRe rpl, 9s®4asoi's9eremeemary mm�al. m'LLrtamrud larurl artthnical, E. mwadlerompq'rrpwereywr.tlmmordeolellwwmlo(mnnea."lamlmp eeweYe, ppi0, n.W0. drdwa+.m, w m macron naaoed dins neignm. dl M Pa4bt a m tlhtl bsl b Ow 0.nn. e. Nb469ppi9mrb9tlrowni FwrgetlmiNimrsapprmimare see, nimdv aM breadpyiyhadrbEMErMwm�mly cera. maam nen rave ser LLnYMam; gpbbmebde 4 a�rpala4ipp'r9bMmMmuam vrab. tlrasraSwa wammin, week, wrppllo Ylrmleemwau.rruwc.fwrCu.m krm sem..rra.Xrr pnMErppyalgnap�m.m vara ibemrofseaipbdrkda w Cm6nebmr9aLP9ErrsYn®bRY{nrem tle4islR4ry{aver apOW. Inre®tlivPrgL M1rwYh ar.acma'4avwisaSmaeYsa mNa—m ury waseced spas—, ucmnug rvzom era. I. Verily fen nae mo k.abo.odp aaamyarnama rwurriri, mon.. m aeppry Pna W won. 2 &WAd1. smb of Me drewirgs..111, wrote flan a. unims, fil wAlloa,or rYeron mer mi In down ed wnwpst r— an "ad by tea. Ore apwali,sone err alae 1, nrRirN a Ice Area a lie auk Per [A91 ce ernnb] aM irepdwl J. Ui. pdfimE/elvmdlaea®,tlsmub Mr ee memo In rraY. CbnwnsNrdles b1WWaeaarrFa(LwYeMe.rFuirN. eN mITTnM(N.¢a3b Nbb WrOa{PrRa®bYPkebYWMr. s. al de, arbepslar.epak—radbdbbePwlmrnaNaxtlre: Andra L/en0'ridirlls, - YdetNMdrlMLavbrral bawassal.., n4.ea b Espy pM h X W e r.er.er a m. w.a 5. O d. Yebbinareb.NrcEaMnWrpsb90rseAbreuNr9mrdsen- MOimas a arywajammnoalaw mavry¢mel[M1m alaEL4 wadmkd orsau nlA Learners wit purer, neuaWrsand Gner9 conesM anrneured to mainran seuslual lnRJnry rmmonspascoofrpri b. Sal ri all voi ppneepbmp wing—brim. Stull a aimibr rremnal. WMn ipnpeaemr Grein fire ra.conpeceen, Plunbiy Coneatc, Were Tey to., as, fire rabg, Fela ma'tlrmamrzlp6v b rpur.l Ne rear,. Sand el 9tl apaTxzXxe h..'rea irq rpuremen¢ I. CwrdeWh wpwaddpws-Fnrw".-.d,^merd Cmbad. Ma WMi or"k na PM+y b ram ew m array a .nsmr s 0d.e b ¢a'mr u® an. it err a ew%mbay Ceres, reYu.Dirymprw.b Ew MtmaW urluq ab prolog. $plstla M1e sea dpwwazav esrwvW. 3 Rimry cwreaw awlPwmmemw.d nwpwlaaa lw pvrly I . SnuLLwn M ommy as., nallW or otter sy. to be mvdinafm Magn Ow -I rgnmm.r tors, "As, of Naw on, ... a mslumorn ID. Pmitle leopmnval,op mr Nl pWpmenr and yl brma linea serving an, or mut ealures II. Anse bol,loptipdrgddnposeverpipe, prmld lydaMnvaNaslomolllAleksongana sMenegol new prying s.arpmimmeNtllg rysmm t wMre Pgeiano 6Jlry inai®lea rex pipir,nnlen moW]apaseewnnm room. AEvgeMwNre ereobapemM mmamn egemnl'..a'uamng rem n. cpeab d1is inn®nh arlar�Pa era e>me pang aepeaarumrtd. ave ®akrlad.aAenr.immD. Ia N.Tschaval aYV Nan.—LW be—n-ned.,I Al stmUffi ape roper 4analbt LoebaammmwPmnmrn.daaem Nm¢mrrm¢e Der Me brgP and no] a ppvg ad wet M1d head Is. Sank, aom adeemppingalt¢are eenmmsmMand mlem pe �;MpenMeM rrerel n reef n a divaam inanew Mreizauwtr. ueI mmwi.L M.a1RX ... w iraesM1L[epnmkm. t3. deonane,."i"crlMiraewnlaccam SMAMYbcSxtl Pgadpbw Pragslel M1rANe NP Lai i cars. ounne, rysbm. FLUM9 NG NOTES PI E.ebgbnworea sy 12 Cmdnbard YvaY .."weri"wea lk,"..wMSvswdden POeoq.y �.d PI EhEc roma cola EWHl ade�rwr ad ETttlr[apdnwMdsbl4ieab J RIIPCRI HNRECRC �ey� IO1 MTw �1 ef1ECTRlC uxpl(IYy CWGMIFP vNW CMECRYNW Ef-1 F9ESYJRFfIF11P. aFllFf vNW PRYIMIMIiNM Val O0.aHPN1 BWMCINOVXLW giyL RIEIFATTPGIFD MTFIIxuiEa roMu IDII1E ro ROO110i ELECIML M,eIxFA f91rn LEiaL FAD C� G r NOTE: ARCHITECTURAL SHEETS PRINTED AT 11x17' SIZE ARE'HALF-SIZE' FULL SIZE DOCUMENTS ARE 22X34" conFLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET SE, SUITE 103 CEDAR RAPIDS, w 5201 PH: 319.6091 CIVIL ENGINEER HR GREEN INC. 8710ENEw1RTLkNE SW CEDAR RAPIDS. N 5240{ PH: 319941AW0 ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITE M00 IOWA CT'. N 52440 PH: 319.338 11 COMACT: WILL W9MNG All I ELEC. ENGINEERS DESIGN ENGNEERS PC 5901 PRARIE AM LANE SW CEDAR RAPIDS, w Sz{9{ PH: 319.963.1944 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E WASHINGTON STREET, SURE B IOWA OILY, IA 51 PH: 319.333JON V/ Ywives Z L1.LU z LU U O >¢ LL 0 O LL O Lu �j c7 p LU U (a - TP iasseemak a as 5 AL DATES w.�Ye PLUMBING SCHEDULES AND DETAILS CONFLUENCEPROIECTNO: 151053 P50O i ..._....-...-------- -- NM � E16'1NIG4 F9UIFMENT(IYH BEE EL EIN DRNM116 iCA FQBN1XMl ® RESTROOM ELECTRICAL` 4' RUMNNGEOUIFMEXTI+YN IOi uI WH` .FTS SEERUXRIGINNMMGS [SIRS 1 FORWREIXFLN MN /� ST]E (ON ERIX%I - �:.� le ENE ME 73 75 RESTROOM EUM RESTROOM EUH I RESTROOM EUN 8 8 I ❑ NI I + C� (4) L 1 1 HVAC PIPING AND DIFFUSER PLAN _ 114„ = 1,_0„ Z I n5 'I ELECTRFUEDU1RdEN1(IYP RANCREINFIMESEELEMIC4AMNXGB fCR AYJRE IHFORI.whW O A� :'A) "Iln.. I ® REBTROOM RUMRXG WUIFMEYTITYM EIEU�LRMJTOY� e C�i7 01 SEE RUNNING UUMAINGS t i I FOR MORE IXRIRMiMN $iOpAGE Ih1O UP NIX Off XMRooR EFaxRaIX NOTE: ARCHITECTURAL SHEETS PRINTED r ❑\ _ _j "- -' AT 11x77" SIZE ARE 'HALF-SIZE' FULL SIZE DOCUMENTS ARE 22X34" REFER roNRErxsM wR J RESTROOM ELIH j pESTROOM EUH j REST300M EUH r MPCNOlES GRILLE AND DIFFUSER KEY H - —LJ GRILEEOR TYFUSFIL gFFUSER 1e 10 NECM1SP£ L'11 L / WNWVA cFM N1 LCGNN4LE LEIERMTEFUSER54Wx MCNFRCN RN flEFLECRD CEILING RNI 1 �� 3 4 0 L� HVAC DUCTWORK PLAN 2 1/4" = 1 0" Z NEW WORK KEY xEwlaEvlsEo uanxc 31XGlE I1NE SIXIX CO(1FLUEf10E LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET SE, SURE 104 CEDAR RAPIDS, b 52401 PH: 319ADO.S401 CIVIL ENGINEER HR GREEN INC. 8710 EARHARTVMESW CEDAR RAPIDS, N 524W PH: 319A41.4000 CONTACT: AARON GWMNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITEX4W IOWA CRY, b 52240 PH: 319.338.9311 CONTACT: WILL DOWNMG MECH./ELEC. ENGINEERS DESIGN ENGINEERS PC SSM PRAIRIE VIEW LANE SW CEDAR RAPIDS, b 52409 PH: 319.961.19M STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET. SURE B IOWA CRY, IA 52240 PH: 319.3331851) 15108_3 H100 ELIXE OIXNI&ENxE O DWBLE IIxE OEONIFMFNi O EWIMENi CO(1FLUEf10E LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET SE, SURE 104 CEDAR RAPIDS, b 52401 PH: 319ADO.S401 CIVIL ENGINEER HR GREEN INC. 8710 EARHARTVMESW CEDAR RAPIDS, N 524W PH: 319A41.4000 CONTACT: AARON GWMNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITEX4W IOWA CRY, b 52240 PH: 319.338.9311 CONTACT: WILL DOWNMG MECH./ELEC. ENGINEERS DESIGN ENGINEERS PC SSM PRAIRIE VIEW LANE SW CEDAR RAPIDS, b 52409 PH: 319.961.19M STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET. SURE B IOWA CRY, IA 52240 PH: 319.3331851) HVAC PLANS CONFLUENCE PROJECT NO: 15108_3 H100 In a �r/A-/ SUBMITTAL DATES ISSUED FOR 12-28-2017 BIDDING HVAC PLANS CONFLUENCE PROJECT NO: 15108_3 H100 CONTROLS SCHEMATIC SYMBOLS REM ALL MI SHORN MY NOT I REOUIRED FON NM PRaECT) SPRLESENNOR C B=TENRRPTURESENWR A W RWY NLAM POIN] SFMSOxN T=IEMPERANRE IAVEMING) f=FREEZE STAT RCRAN ) CEN. P=PRRESSURE x=xUMlGm 1=CURRENT gW ER M-Wmww W=SMOKE F10=11RESNO10i giFERFHIVI FNEENJRE3FH9Jq NYJTg1 COI=¢EcrgoxlCNLT cgM3urATN VIO=VPiM¢EfRFLUENLYORNF NNM=M310RGA3ERE I=LIHEYMRGEREUT FAN EARAD ] RIMMI SUMY REu¢ W TRT FFON DDC CgIiROLLER W%TTOLOLCCMROLEA NORMALLY CLOSED NgIM4LY0PEN T my'CONTRa VNVE TNRUINAYCCMROLVKVE NMP 0011, ENERGY MOVERY YMEEL EIC DUCTAORrc ESIWIST FAR fxwXYEO CN PCCF UNDER FAN EASE YMINIWM.kw ROOT". NATEgVI ANDRRUHNG THERMLLLY BROKENINSULATED — NOTCRIDAMPERRwmD DA0 ER LOS FANS UNCEg3DFN¶ C, UNLE53 SHORN OTHERMSE ROLE FNITO3ESECURELYA ONOIEDNLURK SESPECIFkA1kW3. FNi TO¢MOUNIEOLEVEL 1 EXHAUST FAN CONTROL SCHEMATIC (EF -1) NOT TO SCALE A FNI9rLi1P 3b MrtsN mpbrzM mm'er'e1 M. r0NWIMwL bCe LaltlkE EY mtttanLi mESM CmbcBmrbMuMNrerA aN ln� isbr. B AtdmianLxrshibeieb4awAM1netl nilMbpmnr'enpr prsidn. C. 45Th uNl CORN b In tlFF pmgm, rmirsel brrpn tlel mo]Isle b minimum pslMn b M E&eNrvaEEunrgalmdry. WnmrNMaMGhln tlNp®tisn. mmv¢eeeerrPe snellbaln M1fT NpenPMll„. EpNUST CAN POINTS LIST A Aro'lryw 1. Nice R r,rsMasyw L. D,wow w 1. a 0 RrvT O.Pooh i. MMxhN tlurynpWOm E Name 1. DmpnpwNontillmManMlgh mpweEarparrgenwben 9Yl) SFaONT DUCT LINER —RECTPNGUTARUUCI IGUP¢Y RETURN ON ENwUSI) NOTE: 1. WMNMNGGREWIRNFOROUCT IINEREIGESFJR6EDNTHEARSTREAM ATNLTWWSRLNS. w IS s Plr R �Y y sa1V R=AS' MREREO E100W1tlfM I OFFSET 8_]n �' NRNMOVNIN +i Sq W=WIN Pa11P .VELY HPdYIEW BdiY)41 i6 � %.fl 1 STRUCTURE W Jw Yq MIEREn ELEAYCfESEr RMUSEDEIdXI 41:1 W=W I.p �� Rr". —TA ELEYBigyI O ElWB7�1 ELY6I �, pp=p2S1Y "—I YVir L=IRWITMINJ \\� R3=9wNr LCWWLaIW IMICT i ¢B%YNMM NOTE, DONOTMSTNL WLTVI.Wrc w3iuMTIO1 N10 MTERFD¢H.M� � NLLLFRGTI PIfNUM3 UNLESS LCNMMECTCM°DETNI PAWMES ""OTHERMSE win NVIEI RNIGENOONWRET¢Y COVERVN-LOPENING EM I 2 HOT WATER CIRCULATING PUMP CONTROL SCHEMATIC (CP -1) NOT TO SCALE 0. G—W IMrysmmorMrbb *s twelarmpwitle TemrrnponsetimewaenWMW mmme eemrrean. B. ocu,., L Or ipelrry slaubeos6dlea meow a preset scthdue trough Ym CAG z. When me brlMnNmoaupha. cP l:laucemerslz e. 3. In wox W raf mme me sysmm stall be oa. A. Ahrog0puls NM NM C. &rc 1 1. CP43btw I, ErW/CvpM 1, No. E A- 1 Nore r UNR CM 1 r HFAIER OJIITRCCLER SFACE 1FMPEAANRE KO) ELECTRIC COIL 3 ELECTRIC UNIT HEATER CONTROL SCHEMATIC (EUH-1) NOT TO SCALE a cP:ml T Nleksaio rel limm� stet bapravlaeawMelierdm}retry. 2 ReMbNe Wapanry eM $eI PaM SSNtl�MCHlnntl lnMIRKT. B. Thaelafic.dhMh SNlMhtt,.OI I. Tie vlonrbemtreeWrzearelmnneue.l emmll snm L..rrer�eawl.rrrx meow laa ®u1,.l.ehrg. ]. TM Nx4ivuNtlmMrin aMlbrMnetbelntbmi Nal bed«xxpeetlMV Me LINT HEATER- ¢ECTNC FONTS LIST A AIYog Ypb 1. SP®Terrpnmre R And, CuO. 1. NAI C. B II 1. Nm D. B Oupub 1. UnINMHer Ont Ol E SdNme Poln6 1. QvrpeR Sde3U%65MFgNs bms 1. spewT.ryelmea'. 1Dag Fllehn.i Pant NOTE: ARCHITECTURAL SHEETS PRINTED AT 11x17" SIZE ARE'HALF-SIZE' FULL SIZE DOCUMENTS ARE 22X34" CO(1FLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 90021NDSTREETSE.SURE104 CEDAR RAPIDS, W 52401 PH: 319A09.5401 CIVIL ENGINEER HR GREEN INC 8110EARHARTLANESW CEDAR RAPIDS, M 52404 PH: 318.841.4000 CONTACT: AARON GWINNUP ARCHRECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITE "DO IOWA CIT', IA 52240 PH: 319.338.9311 CONTACT;W DOWNING MECH.I ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE NEW LANE SW CETIAR RAPIDS, N 524M PH: 319.954.1w STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET. SUITE B IOWA CITY, M2240 PH: 319.333]350 SUBMITTAL DATES ISSUED POR 72 -'1e -'mi BIDDING HVAC TEMPERATURE CONTROL hilikilFMIPPILIfild NO 15108 3 AND DETAILS H5OO YZ �w ro Z aw O� U O Q Z LII�� a LL �O �O a /w^ U vI � LL co SUBMITTAL DATES ISSUED POR 72 -'1e -'mi BIDDING HVAC TEMPERATURE CONTROL hilikilFMIPPILIfild NO 15108 3 AND DETAILS H5OO DUCT INSULATION SCHEDULE (Note 1) DIFFUSER AND GRILLE SCHEDULE FOITHIS FAcipi DUCT OIGT PRE- RIGID SPACE SERNCE UNI CENINSULATED COVERING UN- TYPE(Ni 2 CONSTRUCTION TYPE Nob] NOte4 N.5 No 4.12 INSULATED ConMomtl Exhaust ROuntl Gmery - - - - Urylret4obtl VOLT9 PH /RWNNI Redemp In amerYTempered TYPE (Note 1) DE9CRIPNON Flax Dad I1-lrz Nohr B, NOTES Flex Contradict Unlrmslaietl NOTES' 1. Unless 6btl above as attracletl", all domaorkend att oode¢MdWeM Oned wmvwe.111ype w8i m is net lndceteQ RMN be 1-12'weering. 2. Reser No plana for drxasis design ons. 3. Sae Started. Sedlon 233113 -HVAC Wit Ones. 4. See Sppdficatlm Sectlon 2307N -H VAC lmuletlm. 5, See SpecifieaEen Season 2333M- Air NO Accept probes 233113 -HVAC Metal Duce. S. CondposseaSparce: an was inside Ne WMI g Michls heated gram coded L Tempered Spce, an arm'mtle Me Wid O Mich -is not diresty headed or Parent bvl is mercmtts a heated an cooled space MN no'meuldon separating the Nm ,putiones. Unit.. min, plaum) DUCT PRESSURE AND SEAL CLASS SCHEDULE NOTE 1 DLR:r FREssLBRE Ducr sEAL SYSTEM BETMCE GUSS NW2 LVSE NMe2 EMud Fen, EF -t E1M1eual Pir NepeWe 2' A NOTES: 1. Ductwork to be dust pressure dears i8" and Nd seal delta A UNma listed oMemhe In schedule Not 2. Not s"m and zeal classes Indicated are minimum reoremw% b O an SMACNA dud construct .Wal&. ELECTRIC UNIT HEATER SCHEDULE R/W CMACITTELECTRICAL -UEAC- MARK CFM MBH MY AMPS VOLTS PH &MODEL HAD. UH -1 BW 25.6 i.5 36 208 1 BeMO1-UHAA7M NOTES: 1. Contra by DCC -Means. Temperature miscast& 455 degree. 2. Utll b4 amounted she M1lpa m pomMe Main mnubcNmse distinct 3. Fwlbunkv nmmse dec . HVAC SYMBOLS DIFFUSER AND GRILLE SCHEDULE FOITHIS FAcipi FAN SCHEDULE H1 Fhmaaryplmbr3 mtrwmdAdi.t¢.Sw AtlAMdutiwtldcpia. BachcunXlmbaW MODE S.P. IN MOTOR FAN Ma%FAN PLAN MARK NUMBER MOUNTING BHP MP VOLT9 PH iSPOS. MARL( TYPE (Note 1) DE9CRIPNON SONES NOTES FEMaRN3 NOTES 22a Eehsml Gd9e 630 NumMum Lowe red GM9e deed Orilla Surkce 1583 Fhed Nedw rt45 tle9, 2,3 NOTES: NOTES: giFU3ERORGRLLtf DF1IXI WCi 1. SeleNm bmedn File. Flnlahbbapwdermdor Oe uwatpn w. (Coordinate dXuaer wM and finish Will AnchBed. InsWngwnbadonbsete MW �r--1 ,��a1j /-®e --I ad. daemon. as nobs. Provide WD mol amb(MMm slope W r00p,dxomeQ material 4ckdraX damps and bird award. CoadneteinabEWan of SURYY (CgIDBLYIEDj NR WCi an Coin00dllea'dNua ato be Mtib. SM dMwra b be lMXe wM Neck Ami WS-UNEgWF0.6 IN. Well palleNries-b be nomdnaled War edited mor to ordering ei er Msile on prime mel. ®ENWISTORRRIUkRI c. Prime met finblea No be paid painted Mor by Armings l SC4a CROW UPTOMANDS d NO mounted grliloss iMver. b mart] dust Mw -Nor flniM. RETURN O1 mid" RMR DUCT e. Hoa deer enadMM aluMnum. SOUDCRWS-UHTONMW 2. See Mon plansWonoffingW 3, behorizoaa Blatlea to be M1orimMal. Mounting to be hent mwniM occurs. S DCR.-um0.q w DUCT PRESSURE AND SEAL CLASS SCHEDULE NOTE 1 DLR:r FREssLBRE Ducr sEAL SYSTEM BETMCE GUSS NW2 LVSE NMe2 EMud Fen, EF -t E1M1eual Pir NepeWe 2' A NOTES: 1. Ductwork to be dust pressure dears i8" and Nd seal delta A UNma listed oMemhe In schedule Not 2. Not s"m and zeal classes Indicated are minimum reoremw% b O an SMACNA dud construct .Wal&. ELECTRIC UNIT HEATER SCHEDULE R/W CMACITTELECTRICAL -UEAC- MARK CFM MBH MY AMPS VOLTS PH &MODEL HAD. UH -1 BW 25.6 i.5 36 208 1 BeMO1-UHAA7M NOTES: 1. Contra by DCC -Means. Temperature miscast& 455 degree. 2. Utll b4 amounted she M1lpa m pomMe Main mnubcNmse distinct 3. Fwlbunkv nmmse dec . HVAC SYMBOLS (NOTE'. NL SYMBOLS M"IMY NOT BE SECURED FOITHIS FAcipi FAN SCHEDULE H1 Fhmaaryplmbr3 mtrwmdAdi.t¢.Sw AtlAMdutiwtldcpia. BachcunXlmbaW PUW S.P. IN MOTOR FAN Ma%FAN MANUFACTURER MARK CFM INCHES BHP MP VOLT9 PH iSPOS. RPM RPM MOUNTING USAGE MODEL, NO. SONES NOTES EF -1 300 0.5 O.W 1/ID 115 1 VAR 1583 1750 Rwfi EZM1OremM1eck G -085 -VG 7.9 NOTES: giFU3ERORGRLLtf DF1IXI WCi IF !HA,�--I RTCN LCMM IN RRELIXM OFNiRWI �r--1 ,��a1j /-®e --I 1. Provide WD mol amb(MMm slope W r00p,dxomeQ material 4ckdraX damps and bird award. CoadneteinabEWan of SURYY (CgIDBLYIEDj NR WCi mol WN WiM Gnats Conaadm. WS-UNEgWF0.6 NSHEOC-DTWMW WHED IAY DUCT PRESSURE AND SEAL CLASS SCHEDULE NOTE 1 DLR:r FREssLBRE Ducr sEAL SYSTEM BETMCE GUSS NW2 LVSE NMe2 EMud Fen, EF -t E1M1eual Pir NepeWe 2' A NOTES: 1. Ductwork to be dust pressure dears i8" and Nd seal delta A UNma listed oMemhe In schedule Not 2. Not s"m and zeal classes Indicated are minimum reoremw% b O an SMACNA dud construct .Wal&. ELECTRIC UNIT HEATER SCHEDULE R/W CMACITTELECTRICAL -UEAC- MARK CFM MBH MY AMPS VOLTS PH &MODEL HAD. UH -1 BW 25.6 i.5 36 208 1 BeMO1-UHAA7M NOTES: 1. Contra by DCC -Means. Temperature miscast& 455 degree. 2. Utll b4 amounted she M1lpa m pomMe Main mnubcNmse distinct 3. Fwlbunkv nmmse dec . HVAC SYMBOLS (NOTE'. NL SYMBOLS M"IMY NOT BE SECURED FOITHIS FAcipi "SHEETMEi H1 Fhmaaryplmbr3 mtrwmdAdi.t¢.Sw AtlAMdutiwtldcpia. BachcunXlmbaW NANUHVO.UMEWIPER Meme approved -I Li beimh9d ml/ m N what d Ma26aHme. Re at binding RREDAMMFIR.SMNlE. MIR-SD M1wa Maud rYUba. etl emieb] wn W s M nwdwiy 9 Mn. CCMNNRT"FIRF/3WJxEG RED �� (LRWIGLE INDICARS NITICIPATEUK4ESS Miss LGC9Tg1 ON Acim gPLACEMENT. Ix0 LLO COORDINATE WTN HELD CONDITIONS( A iAANfvUMNECE T MR MITESEEMMRNICV IMGIE R113NRXIXGVNIE3 M � R RARUMDMUCA-R s1SaA .-I C9 DIFFUSER Of SIDE OF DUCT Q MDTORCNERATEDCAMP:R 1t giFU3ERORGRLLtf DF1IXI WCi IF !HA,�--I RTCN LCMM IN RRELIXM OFNiRWI �r--1 ,��a1j /-®e --I FLESDUCTLWRE SURYY (CgIDBLYIEDj NR WCi WS-UNEgWF0.6 NSHEOC-DTWMW WHED IAY ®ENWISTORRRIUkRI SC4a CROW UPTOMANDS DASHEDC.-.AYMY RETURN O1 mid" RMR DUCT SOUDCRWS-UHTONMW NWIFDCMk55 DOMWAVNY UNWIIWF s'DCUT.NRWCT S DCR.-um0.q w WSHEOCRQSE.00NWWHY SQ EWLESENSOR E=1EMIEPANgE5EN5gi �RRXGSPcLWTIFS- ® NW o- EIItWNPNfOUP W1OMRCG G ELEWNRHEUGNMg1AVMY -O- TEENRXEDCOMINCRANAY IEENflXEO CWM C9NN9Y SRI -mize- CQWgI RIPE ARROWINUHEIxp'ATESDRECTAN C FLOW CaPC9RUG ST`Mi UNIT; r- DIELECTRIC UNION �- SN1rtaFFVNVE �' &YPHLIXGOfl SNUEDFFCOLY. �- RONCIXIIRCL VNYE NMGfWILCCXT mvaw REIIEFLRYiE1TVNW - FRESSUNERFLUCING VKVE CHECKVI P/CKTRIONFRIOMI FEM1Eq VN.VEINRSER 3W9YNd1GE6TILWNTRO1VN.VE E1 PRESSU-SIFERAIURERELEFVALVE -ObT` NMTERMETER AHANENIPASSFM9LY VoCrEECP rsplao Nry NT CONCENTRIC REDUCER OR IXCRHSO --TG How CN.R _ Hf4GUIDE Q CONNECTION NEWTOEMMING QTNEgkICMEUER Q FRESSUREGNM£ PRESSURE SEASON OFFEREIMALFRESSURESWSOR -SH&7LIET&L REVN s- EA=SUPRYNR M=RENRRNR TA=IRNISFERNR FA=ENORSTNR G9=WTCWIINR DLCTWENCMWCUNRE^ IIILSPFSINIXCHM N=RECTAGJIM Ie A.240I .=wu lea.2MB =ROUND use Me) -REFERENCE- ELECRUCARIWELSCIAN FORCWRRNVION CFe9s.JficdDgdi B 1. DraxingsmelnpaamHgmmar's "meet to come/ Is saps a wwk. nM roindi.te the someres kvss' N enulpmatl. pasta am corrects Is..¢hauf kreab of ammffim and his wmww5 acaroltg ro Ne IdownA Aprods. a Consist sell ba Wore db ler dW1-Inis, We enaa bassists ler wlulpment and two its and to eut an", Mpoor N and duck pie bmmewfim was to mot fit Na Aches of Ne wwk Spamaoave mAitgs IseNem {y Ilmlle3 madmate fitW krvulmlM1dl spare. b. Oar- roti rumors are tarytW bandrese Ne am of tax hail, ever .1.1 ,.Cata. ppin,hat dalwwk as or to werson'rems 11n9 hit Nry and or prwiaea n no aiaeona cwt "a Chap. c. Untrsareve .hand alcaM'AstvoulNwmakdnwdb.dowe Yore tapsaedwrisg. caoamrsbwtwlm auana bale. Roareeumrnraaashighas ,be and data wtlh to nso mbe spa. availiYaV We met I . c.Nireletwdgdmatx cregNmerha roMlm ttnlwa. decNmwPVnml, and confds. In mm.. Und atutrwk pass dlhNy wen akcdiw pw is or Wantonness or cast arae to am ekebetl Warrant oducar, jurearbaccoves e. Crocuses mal aumeork asrechm'she witequipment ees lesson asrequued. 2. Ik`aum No to mh 0 f swoops malen ppy or Tema such was urears filEm or votes mar tm be shown oN nlwo thin lams smarted atutby d mi Ne asXtadwa.arwlava Nry eranmtired Ey Na mluedtlewwA.lhm ¢hell ce lUmklM and imlakd. a Mdenmta 0lle.mdwiM wn N NO be pain waknm pact in the pN.6t pore lmnly. and uarm crear as In Nes pamor, hi Nl wmk shall be{cMmN n e nrat wmknedlke owns,... Ake, wiINh, HA sw't smn&ras of meaeh. 4. Carat rete inslatddon N schuss tns,buys, Wrap Al or semi pmelars, Na senior amain, mvdcpe:rhC wd Cmlaiw. Nlitens{atedaUlg Na tmlatals be insRllN asps t.firg manNsluor tesuirmenp. S Cul and as. walk and Mus. re{ a,. lw lhadcon of nehsro.n a PE tpainhI In caprate m meas,coseparsn Use be o'te d&M on em of CmNimte wit uoM1ng abueNre and Gmer9 ConlaM as nes tram to mainmin sim mid water, anal minim¢¢ ares of bpa'tircp. It am stand Ndatwm eMplprcgpmetreOws Wit nonM1rinkrywtor e:lwm WMepaxEeomaeremfire Rkd mnsPrehm, Mwhanavl Conhttbal9'Ifirrica to .1.IM fire res, Prlpto mavlmoral plus for rsgu. fire mot's. As, W was a5am tor ft a", pargureaver e. Meadvaml Can. ala ptwiae li i for door ishcoalims of sera. de war a] U wars, wasere. proponek wiN Cme. IC -11. S. CwOmblwabm and a- of wsdtgs in new aI... win Genaml Conitada WM1med]iMnal wN® ad paklln9la to iau to Harvard Co , s hilwe to arotabiata tho woe, illi e b$.. be tlCo.., tyorispicy to pr.me. carried on, atdpW.,, SN eM'a five are ell On'trolim" conte. T. tete] nWCmtwbrshdp"WegA ul�OgpwaWfuplpiN auc Awk Metal q. DW tlim m nonatawi.gaae M.naiae dimemiom. I.Paseanal ma@l a¢e Mt A duarnaeWW ow mr v"inrema irewas.n if anpliemle. 9. parts vdune drourran A aaYwwk serving irbrvirull CrirMatm. of d.Xuzvs for btlatcinq. Dmryna is binsblbt re cost to aeon as poatic Con, as Adlawi w dilnis; on notmrfnd uNw¢oNervenchad Pmiaetemokb,rIUpa1s, WIne.NmLNEWr-.as.rym 1C. N.nod Mag W fining p is NberoMa M,nwakwabmo..N.Ssunbn rappalcelN mai otltawlm CwvNed ¢MawlNg has amamle mar b-str11Ea of ¢Nutt MI.n d.nomNthlchknga.neuloshllbenwfedlmmnault C nrrdwINU ,aufiniahedwp mmbemutWe aeabWshlllbei..ndud 11. TkmvdLs, humalstats, smaswlkh¢, dna Hmers. l0bemountsdat,4E'AFF bwnWILR Tlumas. homklaA6.coedswlkhs.pose amws Iaataamreaebules. resdwma. anNn, and ager Apgal public seas, W be pbwiaea ash onsis t.,IUlicg,aid . 12. Cmdmroinn'bllaNn of Ishort running shot or EeMasn dososs cup was wit Strutted C *wM tEngWarpriwro r,S bmwmsMlaoon NUlrupwalstW IcrosWc dnecin"e Lost we not fun.bt sO wpomgi in and breare oelw.n ousas and facts 13. Ins dal was misted makerp ad mrved agndps N be mourned hgh or me 4d mover at CM1i faiUMd shag. NOTE: ARCHITECTURAL SHEL AT 11x17" SIZE ARE 'HA, FULL SIZE DOCUMENTS ARE 22X34' COf1FLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET SE. SUITE IN CEDAR RAPIDS, 11052401 PH: 319.499.54Y1 CIVIL ENGINEER HR GREEN INC 8710EARHARTIANESW CEDAR RAPIDS, N 524M PH: 319.941.4000 CONTACT AARON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET. SUITENOR IOWA CITY, M 52310 PH: 319.333.9311 CONTACT: WILL DOWNWG MECH./ ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE VIEW LANE SW CEDAR RAPIDS, W 52494 PH'. 319.986.1946 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E WASHINGTON STREET. SURE B IOWA CIT". IA 52260 PH: 319.333.7350 7 AVIJ�O,S. H1 Fhmaaryplmbr3 mtrwmdAdi.t¢.Sw AtlAMdutiwtldcpia. BachcunXlmbaW LLI Meme approved -I Li beimh9d ml/ m N what d Ma26aHme. Re at binding Z (L 0< M1wa Maud rYUba. etl emieb] wn W s M nwdwiy 9 Mn. .-�. NOTE: ARCHITECTURAL SHEL AT 11x17" SIZE ARE 'HA, FULL SIZE DOCUMENTS ARE 22X34' COf1FLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET SE. SUITE IN CEDAR RAPIDS, 11052401 PH: 319.499.54Y1 CIVIL ENGINEER HR GREEN INC 8710EARHARTIANESW CEDAR RAPIDS, N 524M PH: 319.941.4000 CONTACT AARON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET. SUITENOR IOWA CITY, M 52310 PH: 319.333.9311 CONTACT: WILL DOWNWG MECH./ ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE VIEW LANE SW CEDAR RAPIDS, W 52494 PH'. 319.986.1946 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E WASHINGTON STREET. SURE B IOWA CIT". IA 52260 PH: 319.333.7350 SUBMITTAL DATES ISSUED FOR 12-PB-2D1T BIDDING HVAC SCHEDULESAND DETAILS CONFLUENCE PRCUECT NO: 15106_3 H501 V/ Z Nei LLI ro m Z (L 0< LU U Miss Ix0 LLO Ong M � LU U Q x L a 03 SUBMITTAL DATES ISSUED FOR 12-PB-2D1T BIDDING HVAC SCHEDULESAND DETAILS CONFLUENCE PRCUECT NO: 15106_3 H501 I I i PNIH INLq .w MECTRICAL .�1, RESTS OR c _ - TST70�M70E IUTIUTY : 0 NEW WORK KEY ENsnxc v EU HEWIREVISFD L r--�ESTflOOM REBiROOM RESTR 0r �' ® _ ®A A�� ;® OR �q ® ®A \ S _-- O O l O 171 D\ 17 .i --_- 2 3 �4 6 7 1 LIGHTING PLAN C LT ET NOTE: ARCHITECTURAL SHEETS PRINTEeKo RNIB WL I MIM AT 11x17" SIZE ARE 'HALF-SIZE' y M NP FULL SIZE DOCUMENTS ARE 22X34" Lu GFl E H S RESTROOM ERH E I UI1LIItt L Q M MS OR 17 STORAGE --OO 21 11 Fd w 0.10 _ _ EA EO eN N:M w - 18 E9 6E r-� + \ 4 NH fila I� aXRmf SIX - I 13 Ei E1x fl11H TESCOMUMMAMN 01 MMSPoRMT /L> P➢p1DHa1 REEMW �_. MRK Ed Ee EB Ee REFEAnISNEFf ESq F[11 RESTROOM RESTROOM REMROOM � ELECIRKN XOTF.3 2 J raE,T ® 15 NEW WORK KEY Bk9 61M EUN FI] F'JH / E-10 EUX �� "A IEIH 12.14 Receptacle Key TR-IMuleeblrye:renrcMlmhlytrye)nrepka eFl. Mawha amnmmnE lnh:nPla::e¢Matlx T•rss-IMohsl:.xkmreE m:pe a�vwaem,re¢vmde Ic.lmimhe'¢Mrca arenna re¢pmar '. NPINulnre¢gatlzvpM1xeaflre:pmol Wulpmrce N4D an RdIX MIM1MiXrelp¢MSIIImlX 1_t-NUIM 0 I W elorml rvvrthe MY�Wre rd IaRgMfo ¢Nerolre¢park 3 U oso r Amo lefel 1qurM G POWER PLAN USB.IM In UsaI _s 2 1/4 -0" C Light nglSwitching Key GN K3 ucxTxcmxrRns fIXNREIYFEC14PP1pXSE0UENLE11j,3..J pEFELHECULE FE0.EETNISSNEEIS 55M)LNIXO L]IE p,A,C_) CIFLURMTA FANEL NNAELIRCUR NUMBEq(ZUKJp) Oq CIRCURNOIEIE;n ® EM.EMERGENLYFIXNRE xL. xDx)ucxT CwvQnah¢dry :hAtlrrvze MM1 RekgMCeiFg Fln SNRLHING 9enM-InE'rzhe slanm:4 ewAcl: 2-IOLlafeiRBak aMW J-InEi 4 JmyaMd: ------------ 4 CEO (1FLUEf10E LANDSCAPE ARCHnECT CONFLUENCE 800 2ND GTREET 6E, 6UITE 101 CEDAR RAPIDS. W52401 PH: ]i 8.108.5101 CIVIL ENGINEER HR GREEN INC. 8710 EARHARTIgNE SW CEDAR RAPIDS, a 524W PH: 318.141A000 CONTACT: AARON G W IN NUP ARCHITECT ROHRBACH ASSOCIATES PCE. WASHINGTON STREET. SUITE W00 IowncRv, wsu1G PH: 310.33B.ID11 CONTACT: WILL GOWNING MECH. / ELEC. ENGINEERS DESIGN ENGNEERS PC SB01 PRAIRIE VIEW UNE SW CEDAR RAPIDS, W 5'd01 PH: 310.869.1BM STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IOWA CITY. W 52240 PH: 310.333,78 aaar snirn %L -IM IespiMlgM K-IMk.hs XeyeEembt 8P-I� Iesrcmphm wM realM1e:p:ool WvlApavel xr. Gmen:m� �moha M1erem m ¢ orcr a mM Mo.e rrexn roo� Iws K MI aM1awn) Y-LavrelaukAel Indoles ex@Ai:q Mme M-W'oksnonenUrymiM 50 U) Z W Z < w � oU,oa m LL a � z U) co O� 0 LLI U _• �r) Q a V = �e LL N CID SUBMITTAL DATES ISSUED FOR 12.28-2017 BIDDING ELECTRICAL PLANS CONRUENCE PROJECT NV. 151N ] E100 EAST BUILDING �CIRIC I fllE Np1E5 Est Irmnry lEaad lx"rysNtlbrwMgdMv.EYbbICbMaWNTNazni COMatlw aamwamb marerenaG..�a crnermmmmq aimnNrowP mi�lauwna Ierd Afa hk mnNiaOm wrYs. E52HS'vl faMxM Yg ¢wyebwiN Gadtl CnNMmMbaO aM1ldnole nohdn mm is RN NxAlaWelA'x3P3NDncvwnvwshhme'FGMJnnng ll4 aen. wNPma3a+24 mwaoaecom3z"a+n. ca�nandin FI9ER mn ng anmamP. .ofn Pm Jfi1'tle Wllwn. Raerb�ml ilTloWSon sIce115in mr a.'dn dirsldktlm i10 a&n E63 DfeW fnnb FII Esle ravAig Nlbwl�(mm Wa..B b I E B tliig ti'IN Paorr baaw.s fo , bo Mmau ytrwghoru REV f, w sc ame " (ticlel Conlre mtl slalltl olrzwn'eyN mAfio uNS Eestb la igl ael wtlseM lnb b Inrg dngW f swill fion E54F oofl GnMraclor shd ocerdmionAng of f—arl kv Weal Bxbnp Pand U bF:1 UUU, dLB nd fibarnnA I. hng ha PnNiMr Mea n t.Fm YL W .nl forrdoO, arty. Ess Hecbaal Wneavm M1aLmmbb aM vseRnrtr:fe•,IB'aeepop mnom lu and Hand Ma tlellMOiazmPIN PL11108A18 niN PL1118f/3"A.(' elplta FLELiWL Wofi,on. W wwi O000fltn Pabnnan.keM1'mJW TfnaWbm5mI15oom aia&nd mardpyn a Baan. EU GttbidCnpxl anal empeTFYC SYWu6401a�'1PaAM1wn Wkmblmreuv. NO WH ESI Ee ib Co�madIX ohd mfrdlfl e*h ON Grartl Lmezb® mffiry b bsls m WRx .,fin fia.N fo. Eo. HMO V fiber Mpwrs ieW Bee'9L oortl bo. . Ginn .,ifeW pak,O bt conFLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREETSE, SURE 106 CEOAR RAPIDS, A 5ml PH- 319.409.5601 CIVIL ENGINEER HR GREEN INC. 8710 EARHART LANE SW CEDAR R Ds. W 52406 PH: 319.041.4000 CONTACT: AARON GWNNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET. SUM NOD IOWA C". A 52260 PH: 319.338.9311 CONTACT: WILL OOWNNG MECH. / ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE WEW IANE SW CEDAR RAPIDS, W 52CH PH: 319.986.1W STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET SURE B IOWA C", IA 52240 PH: 319.333.7850 VVESTBUILDING CIDry w } ES1 rc / EBb / FS2 O it rc.R9E9 -j "' LL .......... 3 — F rW U Zr an O � a U = D_ 1 SITE PLAN 1" = 60'_0" aJ NOTE: ARCHITECTURAL SHEETS PRINTED AT 71x'17" SIZE ARE'HALF-SIZE' FULL SIZE DOCUMENTS ARE 22X34" SUBMITTAL DATES ISSUED FOR 72-28-2077 BIDDING ELECTRICAL SITE PLAN E300 1 ELECTRICAL SCHEMATIC RISER DIAGRAM NOT TO SCALE 1. Cavdlnaem rilM1 MNuaen®n Erred, at real W Wiry Oamlmrer ty oeaa. Tre¢Mma :Iran bordy Blah Canecla abell sorter, balm NEwrtkmw b rmNmaong INbdaa Tmrvlwmn path end Rimm nores sby di 2. SavMan from uUt"rrelamee m CTCabinm by styes. Ekvird Cmlracla tied madeum nM final Conlrzuioe aid Sek Genual OmPwlw fix rattle, of mama, to The side site bulWgb coordination puryase Becllal Cor Nall cradlnale wMC al Captola ad Slee LberJ (onlaid for mLli0 news, lnm FOP Iain CT ,.L 3. CT Oebla tined. rnalmt. by 0tem. CT emNM label be dowl et1.1warn The Uelgy Ram dm frame to acture dax all not NI CT mNret CT duel wig be mound to eye side of to dairy, Cower -to wet fine'al Consider tlumM mmberixn of luendaeors and walls to basset ,readdes abn9^all for on,"in n 4 UIYlq dela Nrmi and lPRIM by tlleula. UMry want Coat NmlaFud andlrtpllA b, albees. 5. WPLurmhfr and lnMallMOotlala.E6lI21ConbacMlalelle¢ttae specewltln Ud4ry wn ;sown for qulpmmL Reid to SImIE W, FM.er Plan, be Tons of epipnmt MOP wig be 4]'W x S'D. MOP will sena PaeM1A aid L6 MPwllalm mweparkpmee misideol to Mo ressam buMiegs. A Orr anna 60.N3drailbreaYerwNl be Pmn4td wit MDP In fadleg Paid LwaM Pnel wassib h. 6 Eb]mal Unoecbr sb:Yl be msporslbk for Ndd�o, La;el CraMieg system for servlet MCP a be a IM'nV SDis wpb,4Wrenes. Elttslm (ouster Na'I maMlgraNlresYelen px NEC2W. CLdtlal CmeedwNeYcmeamekgwMlgq mneSMonro MW xrvm Mt filo (among! Contractor. i. CmkYde lit Telecom Central lntseResoeal beam, mMVAr an TMAban eaf beHog. EN]eisid ConbeMr aNl pmka bantling o ntlwlor hon MY M Wal Ruder, wu hen Pad M in they bar S ldn0 Tebvn Leaders, shell paid. TMA for reach bids, Ebvonel Calabar to MMrcF rebels, MoW.la m Ed, bw,, .batt . SERACE WRONGSIIIUCNRE fl WPFER YNTER MEIFA� %PE I/I 'l HI _L MEiN YNTFAWlll CmYaCUNONC0S(R`AMIM IXII WCTCR SINLL %iGv10E GRU Ill "Al FEEDER SCHEDULE M WILDING FULLIl JN REINFORCING FEWER LOAD SERVED CONDUF MID WIRE 312E AMPG COMMEMS A Pa 2"C,4RYO,I.WGNO 200 Rail B Panty LB TWO 1-1/PC, 483, 111RGN0 SACH 1 80 1 PeralhlruslMVdingi POP C Ground Den 1118 Na LL -O :<r -o rn in SERACE WRONGSIIIUCNRE fl WPFER YNTER MEIFA� %PE I/I 'l HI _L MEiN YNTFAWlll CmYaCUNONC0S(R`AMIM IXII WCTCR SINLL %iGv10E GRU Ill "Al M WILDING FULLIl JN REINFORCING V/ STEEL PEOOETNL EI`A-02 AT PME r BUILDING(NTINGS PPF MING FORH0, E.—Ii EUECTRODE SSTM Thal =TELEcanMMMUTIoxsMNx cRoux9mc Ws 9PA Z Rail Wryn Pa1RGR11H12.MC8 WTERSySTEM"Llit SUSBM OETNL Still Fc-onFLkJEncE_ LANDSCAPE ARCHITECT CONFLUENCE 8002ND STREET SE, SURE 104 CEDAR RAPIDS. w 52401 PH: 319,108.5401 CIVIL ENGINEER HR GREEN INC 8710 EARHART LANE SW CEDAR RAPIDS, M 52404 PH: 319.841.4000 CONTACT: AARON GW INNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E WASHINGTON STREET, SUITE OUR) IOWA Cl It 52240 PH: 319.3311.9 11 CONTACT: WLLDOMINING MECH. Or ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE AM LANE SW CEOAn RAPll w Si PH: 319.9P4.19H STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IOWA CRY, AM40 PH: 319.333.7850 SUBMITTAL DATES ISSUED FOR 12-28-2017 BIDDING ELECTRICAL NOTE: ARCHITECTURAL SHEETS PRINTED SCHEMATIC AT 11xii SIZE ARE 'HALF-' FULL SIZE DOCUMENTS ARE 22X34" E5OO Yz V/ O r ao Z a Lu U 03� LL -O :<r -o rn in 7C O WU > rn U2 W a SUBMITTAL DATES ISSUED FOR 12-28-2017 BIDDING ELECTRICAL NOTE: ARCHITECTURAL SHEETS PRINTED SCHEMATIC AT 11xii SIZE ARE 'HALF-' FULL SIZE DOCUMENTS ARE 22X34" E5OO EQUIPMENT SCHEDULE YZ U) tb FW9 VOLTS HW DISC O _ O MMI( DESCRIPTION PANG LPH WATTS FIA MGA FEEDER ®DNR IiENwAKS PANEL SCHEDULE: LA W U CR1 Cemlagon Puna WLS IIM1 116 HP 4.4 S.S 3112 WS VOLTAGE 12d20BV, 3Ph,6W a 2254 MLO :MAIN EFt FSM1ausr Fan WlH 12W1 FMC. p.T p.B 3N2 ME GRND BUS YES CONN.VA: 55%6 SURFACE :MOUNTING BUN EleNic Unll Heeler IA 2U8M T.SkW ]6 45 2Po,1H0 ME LOCATION: West Restroom Building 22,000 :IESCR EW141 ElecDlc Waler MeM WLB pBr3 2.SkW ) B.T5 LLY2 W6 ..HEAL I=KRCH L LIGHTS M=.MOTOR R—RECE OKT BKR � LCAc LoaD BNR CU NO. MIP P DESCRIPTION VA. VA DESCRIPTION P AMP NO. XEY: 1 80 3 E POnd Lfi-ERR &sing 1145 ,: Bl5 EWH-1 E 3 t5 2 CMS=COMB. MOTOR STARTER fWE=FURNI6HED Wl EQUIP S8Y •EU96M4N FUSE6IbWTTCHUNIT 1745 835 835 E 4 BOB •DIRECT DIORALCONTRCL MLA •MINCKT.AMP WP=WEATHER%tOOf E P95 8]5 E 5 FLA=FULL LOADAMPS NF=NCNfUSED WS=WRHIN SITE L RR Interim U9M1H�8 STp 3T49 EUH-1 RRM X 2 5g 8 FRA=FMCTIONAL HP SPfiW •SINGLE POLE fiIMTCH VFD •VARFREO.ORIVE L RR Etlerbr LigM1Sng J6g -. = 3744 H 10 NOTES. E FIusM1 Valre Tranafamna 300 3ii4 EUH-I RRp H 2 W 12 M EF -1 100 3)N H 1C R Pass Recp[ 180 3iN EUH-1 ftRR H 2 50 18 R TNemm Remi IE 380 ])M H it E Ames Contrd pamr 500 3)H EUH-1 RRM H 2 50 20 R Storage and USlRy Reryt 350 3iN H i2 D 6 3TN EU1419ope H 2 50 N S 3iM H M IT s DOMY 3)14 Eu141 H z 50 i8 1 s n44 H m LOCI(•GFI=GROUND FAULT INTERUPfER•MI=ARC FAULTINTERRUPTER •Si•SHIMTTRIP NOTES: MOUND ttV IN 1, Ravlde atingle 30 circuit panelb0artl. INNIPRFAS 2, West EUH®ng wlll6eM1e01ed East Building MO not be heated. Q GME IN DAWN M. 59W 1CPSIL REUCEMWx W LTOGIRWRE RERMEIasi STREETS PANEL SCHEDULE: LB DX)FING NxG tapas, FWIS. GUTTERCURMY4WCG, VOLTAGE 12 DEV, SON. 6W EGA MB CW£R3PMIXMUM STEFSAVD, GWIVR SURFN:E GRND BUS YES CONN.VA: 5235 SURFACE :MOUNTING ` I- NS. R.YIPlxEw WHRRJIIS. CONDITIONS. LOCATION Feet R t mBU Building 10 000 ;IESCR ' T TCH.=U3HTS. M=MOTOR R=RECEPT S SPAR SP=SPACE 4- ELECTRGLOADUR CIT Basin LOAD LOAD OUR CU dqY M3RECLENO)NO11 GMVELBEMEEX WNDURANO DESCRIPTION NO. AMJLMK VA. VA DESCRIPTION P PMP NO. NIY9JIL 1 20 EWM-1 E J 15 2 3 20 $35 835 E 6 B 20 - 835 E B T 20RR Interior UBBBM 550 S 1 20 8 WKILL B 20RRh UgetlnB 3Bp B 1 20 10 UNV AN CBS. OEi CUIRICTEIC. CLFAY3PIIOgICLAY. WATER WAPM1E01N RIC OR MORE DYERS CR0.CSSECTpXCi 11 20FIucM1 VeMe RenaNnrer Valsr ]IMI S 1 20 12 UFIBER RWX, DRNES, STREETS, FAdi WRaS, CUTLERS, EIC. WNnuffm NCH i] 20EF-1 100S 1 20 1C 15 20Pegs Recpt ISO 35BShiegemdWftyReept R 1 m 16 CLEAy MD OR CUY. yMTER DOMPMTE111N T LAYERS.E1154 1) 20TWmmRUN ]60 SIN PRRUPContrd Power E 1 Zll 15 •ML•HPN•GFI•GROUND FAULT INTERUPTER'PF•MCFAULT IMERRUPTER •ffi•SHUMTRIP NOTES: I. Rwitle.m.,e drmRpereeaartl. 2. Cirwlb Nr EdeOpllUn9 are slgNlfy gi6ereMtluebnot being NeeMtl.Dae penM eaM1eduM for drwMNB in Ent BUNbp. NOTE: ARCHITECTURAL SHEETS PRINTE AT 11 x1 T' SIZE ARE 'HALF-SIZE' FULL SIZE DOCUMENTS ARE 22X-. COf1FLUEf10E LANDSCAPE ARCHITECT CONFLUENCE 8002ND 6TREET 6E, SUfiE td CEDPR RAPIDS, w 5201 PH: 310.400.544 CIVIL ENGINEER HR GREEN INC 8510 EARH4RTLPNE SW CEDAR RAPIDS, w 52Ad PM: 319.841.4000 CONTACT: APRON GWNNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SURE W W IOWA CITY. IN 52240 PH: 319.338.9311 CONTACT'. WILL GOWNING MECH./ELEC. ENGINEERS DESIGN ENGINEERS PC 684 PRAIRIE VIEW UNE SW CEOPR RAPIDS, w 524d PH: 310.884.194LILLJCarl ai STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET. SUITE B IMA CRY. w 52240 PH: 310.333.7850bader con, YZ U) tb Z LL WW r O _ O M W U a COf1FLUEf10E LANDSCAPE ARCHITECT CONFLUENCE 8002ND 6TREET 6E, SUfiE td CEDPR RAPIDS, w 5201 PH: 310.400.544 CIVIL ENGINEER HR GREEN INC 8510 EARH4RTLPNE SW CEDAR RAPIDS, w 52Ad PM: 319.841.4000 CONTACT: APRON GWNNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SURE W W IOWA CITY. IN 52240 PH: 319.338.9311 CONTACT'. WILL GOWNING MECH./ELEC. ENGINEERS DESIGN ENGINEERS PC 684 PRAIRIE VIEW UNE SW CEOPR RAPIDS, w 524d PH: 310.884.194LILLJCarl ai STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET. SUITE B IMA CRY. w 52240 PH: 310.333.7850bader con, SUBMITTAL DATES ISSUED FOR 12-2&2017 BIDDING ELECTRICAL POWER SCHEDULES CONFLUENCE PROJECT NO: 151081 E510 YZ U) tb Z LL WW r O _ O M W U a SUBMITTAL DATES ISSUED FOR 12-2&2017 BIDDING ELECTRICAL POWER SCHEDULES CONFLUENCE PROJECT NO: 151081 E510 LIGHT FIXTURE SCHEDULE LIGHTING CONTROL DEVICE SCHEDULE Z PLAN M9NUFALTURERSTWD LED pETa15 pRNER INPUT FUfTURE NOTES IMNN MODEL NUMBERS OESCRIPRON COUOR(19 LUMEN OUTPUL W. TYPE DIM MIN. WATTS VOLTS MOUN}ING NOTES Nok 1.2 IA Wilkme]56<L50.R40 V8v-2 DRV 120 4- LED IgOg 5,Wg 1 NO Ne 44 120 ChaF UGHT LEVEL 6tlN ugh wNlslapperPw-1D1.w we vdkw soma HJAG LB KeneII MLHA596FLG PP /SLMK DCCT IID PM 95W A'LED 4000 10,000 1 NO Ne 96 120 SuapnaeA 2.3 DAT LIGHT RnbwmF4bre Interstate EKl]JBS Line Vabw SLrlex DUAL LC AcoNk CH gRJF HIfi6N{.1WHITE416N0 /'lFD /000 1,100 t NO Ne 1A N Recevea 1,1,],S ON MotlaLI9M Entry Fubne OFF a_ LOA AcoMk CHAR3F HI6321 /AWHHE/16ND 1Y LED 1100 3,500 FID Na 53 N 0.eanw] s,],B 1 MotleLil/N Canopy F¢Wrt are NOTES: LDB Acdyle CHPft3FW59N0./WNIIE 416 N] 21 -LED 4100 B,R] NO Na BJ N RewaM 6,7,8 1, MoecUOM CenOpy Fvbtt Na FixWreain to apace shell be mrNotletl by LDL AcoNIe CH AR3F HI65246AWHITE 416 NO 2Y LED 1100 8,500 NO We W N Reanea s,],A 2, MotleD(hi Canopy Failure MD PwNk CH 11R3F HI fi6N4.4WHI1E 116 N0 6'i^LEO 4100 2AW NO Na J] ill N Remsced 6,7,6 MetlaUdrf CnopY F¢bre ME gaNk CHAR3FHl Cd 24/¢WHITE 416 NO J'IEO /100 850 kD Ne 13 21 Remasetl B,],A MMellDfl Cawpy FpWre KEY: FlMoa sM1N be OWOFF. 3 rv=Tbreew Gmmin9 DA-DleiMl Aaereuade sD wlep Dimmed We 30 Mnutes 0.10-0-tOV Gmmetl ND=NwrP'mmetl DMX •OM%Eneblee Na Owupanay 5xnw GENERPL NOTES: We Frtbun in Me We shall be AUTO ON by S. ReMbawNllntlm N5000 P, additional regWremenk. b. Fovitlea minimum svnr mn.nN on eII LED Producer zOW and areatw. . EgtivdeN menuMCMrere. sfaka shell at perMmencemwbemmkdme ben AZWre operated. Equivalence shall not crosume rows Nan 10% in xagapewbe lett Man 5% in lumens. d Coordinate xilbfvcbihcWral ceiling Flaw MCNlingrypes pier to submittal prattn,veriN Planned cNlln9 types coortllnale vAb zpedfiM NWrn. Caoralnafe fixtures located in nm.xcessable cei6rgz are aaevible hom below through the ASMe, plor to submitlalpmcers. L Coordinate driver Frye nilM1 Metl9htin9 wntrd ¢yakm, I., to submMd process. SPECIFIC NOTES: pace Following ewdekctim by Ne I. Pmvixwnn single sow rales remok a'wm ro poww all nxWrea. Aodne xDRvwz4orvrc or ewivdanL 3. Electrical Contractor shall pmviA tl9tl stem¢ on either ane of Marine for suspending fiatwe mom strucWre Fwbre ahaA be suspended to 6'b' ham botlam MNWre b truth ad Aoat. Flltbre shell be straight and plump when suspended not angled MM Me ceiling slope. 3. Figure shall be conn¢ckb b avilMetl ou1pW hom It.. vdlege ailing mwMatl occuwnry swear. Provide LFMC whip In sen¢wjuncfim bm h InN point in NWre. /. Coordinate vnM NWre menuhcWrer kr proviang IP66 sables and cnnnedws ro interconnect aWw and fl[brn. 5. Provide a sinMe NOW rated remok tlrieeria power type LOA and LOC NWres. AcotyleiDRNNL{NO m ep'uivelent S. Provide a rings 2/OW rated remote tlrirerb power ryw LOB. Lp0 and ME fixtures. gcolyte ipRVW21290 or egvuHaleM. line voXgTe aenw shall I. al wpwb hom aHers ahJ be alYlcee In functions barn bMetivANin Ne Utility Froom and led am tor recessM fgWreswiM LFMC raceway eM 01/ ninumumvaan0. 8. Reaeeee fiabrca shell have Ne dlenrwl secures ro aWCVe via ¢aero NmuOl Na channel. Tape 69M iswet lccatlon luted Coordinate insdllafion of aedEond pNvmotl at crushed be searing fizbr. wan cer.m co�maamr -resulted. OFF. 3 1,3 an E521 Ne Ne PlMwenp Na PM1dozenem Na Ne Eahriorfiztures shall be sw.hbetl DWOFF bares m inpA nom vheban.ar w Me own alae alma buffer. Pnomaensor Via J) shall aaroma6atlr o-iggp lzov as in me lighting wnbaclo at Usk and switch OFF at Dam. each tlaY, / We Na 15 Mnuks Mmud drtlon Ne Ocarpanry 5msw Ne We SnW mamas seisor Shap be w Manual Bulbn programmed be Vawnvy Mile operation, Fulves in Me space shall be Manual ON by me ballon on me aenaor. FiaWrea ahr aMlrli OFF either by ocapanry sensor tlmewtor br, manaal wwabon of me bquoa. NOTE: ARCHITECTURAL SHEETS PRINTt AT 11x17" SIZE ARE'HALF-SV FULL SIZE DOCUMENTS ARE LIGHTING CONTROL SEQUENCE OF OPERATION LIGHTING CONTROL DEVICE SCHEDULE Z PIAN MNRI( MPNUFACTURERBMODEL NO. DESCRIPTION MOUMIN%9 NOTES USA WatlSbppw Cld55-1 Une Vdkw CeBmg Nok 1.2 OPERATION PazaNe lnnarea swrew UGHT LEVEL osa wNlslapperPw-1D1.w we vdkw soma HJAG 2 PaseWe Inheretl Spsw DAT LIGHT PE Interstate EKl]JBS Line Vabw SLrlex DUAL SETPOINT EkcMC Snivel Flmlwenaw ON GENERPL NOTES: OFF a_ Cmbador shall become burger whin liphfin3 cmtrd system priorro aubmiltln0 NOTES 1 bis. Contractor shell commotion Ne system rovpiN oppetlon Ol Mvltta. are NOTES: Stage Pole SYAbh are 1, hmniambon bo:msW,aWre for wmwromoum k. cannedavaronetl oukM hom semwrolgm Na FixWreain to apace shell be mrNotletl by tlzbres In Ne apace. 2, Inkllaaenrak ottuDancy senmrKKSMk and loAetuea al reNoom tlue to full hNg,tprtlficrs. EaM sensor shall operate the re¢pesWefizlure in Neawm. ¢rode she swildr bcatetl m MewY. FlMoa sM1N be OWOFF. 3 Na We 30 Mnutes Ocaganry Gmsw Na Owupanay 5xnw Na We Frtbun in Me We shall be AUTO ON by wa LIGHTING CONTROL SEQUENCE OF OPERATION LIGHTING CONTROL DEVICE SCHEDULE Z PIAN MNRI( MPNUFACTURERBMODEL NO. DESCRIPTION MOUMIN%9 NOTES USA WatlSbppw Cld55-1 Une Vdkw CeBmg Nok 1.2 OPERATION PazaNe lnnarea swrew UGHT LEVEL osa wNlslapperPw-1D1.w we vdkw soma HJAG 2 PaseWe Inheretl Spsw DAT LIGHT PE Interstate EKl]JBS Line Vabw SLrlex DUAL SETPOINT EkcMC Snivel Flmlwenaw ON GENERPL NOTES: OFF a_ Cmbador shall become burger whin liphfin3 cmtrd system priorro aubmiltln0 NOTES 1 bis. Contractor shell commotion Ne system rovpiN oppetlon Ol Mvltta. are NOTES: Stage Pole SYAbh are 1, hmniambon bo:msW,aWre for wmwromoum k. cannedavaronetl oukM hom semwrolgm Na FixWreain to apace shell be mrNotletl by tlzbres In Ne apace. 2, Inkllaaenrak ottuDancy senmrKKSMk and loAetuea al reNoom tlue to full hNg,tprtlficrs. EaM sensor shall operate the re¢pesWefizlure in Neawm. LIGHTING CONTROL SEQUENCE OF OPERATION Z NY�v/ L LL Few <_M LIGHTING SEQUENCE Z Q. O 1" LLI U OPERATION BCMEM4TIC UGHT LEVEL TIME RECEPTACLE HJAG 2 TMGGER DAT LIGHT TRIGGER SEQUENCE DUAL SETPOINT DELAY ON CONTROLS OFF SEQUENCE SEQUENCE NOTES 1 We are Na Stage Pole SYAbh are SVMIe Pale SMkh Ne Na FixWreain to apace shell be mrNotletl by ¢rode she swildr bcatetl m MewY. FlMoa sM1N be OWOFF. 3 Na We 30 Mnutes Ocaganry Gmsw Na Owupanay 5xnw Na We Frtbun in Me We shall be AUTO ON by wa pace Following ewdekctim by Ne 3TMm"MulWn�na line voXgTe aenw shall OFF. 3 1,3 an E521 Ne Ne PlMwenp Na PM1dozenem Na Ne Eahriorfiztures shall be sw.hbetl DWOFF bares m inpA nom vheban.ar w Me own alae alma buffer. Pnomaensor shall aaroma6atlr o-iggp lzov as in me lighting wnbaclo at Usk and switch OFF at Dam. each tlaY, / We Na 15 Mnuks Mmud drtlon Ne Ocarpanry 5msw Ne We SnW mamas seisor Shap be w Manual Bulbn programmed be Vawnvy Mile operation, Fulves in Me space shall be Manual ON by me ballon on me aenaor. FiaWrea ahr aMlrli OFF either by ocapanry sensor tlmewtor br, manaal wwabon of me bquoa. COf1FLUEf10E LANDSCAPE ARCHITECT CONFLUENCE 90031ND STREET SE, SUf1E 10/ CEDAR RAPIDS, w szsgl PH: 310A09.5401 CIVIL ENGINEER HR GREEN INC B]10 FARHANT WNESW cEDaR RAPIDS, w szaa PH: 319.61 CONTACT: PARON G W INNUPLLIcc LL 0 ARCHITECT ROHRBACH ASSOCIATES PC 335 E. WASHINGTON STREET, 6UITEA100 IOWA CRY, w52240 PH: 319.3315.9311 CONTACT: WILL DOWNING MECH.I ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE VIEW IPNE SW CED"" RAPIDS, w 53004 PH: 318.801.19H STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SURE B IOWA CITY. w 52340 PH: 31 B.J33.]650 ISSUED FOR 12-2&2017 BIDDING ELECTRICAL LIGHTING SCHEDULES AND E520 Z NY�v/ L LL Few <_M Z Q. O 1" LLI U (n Case a LL 2 20 Call � W U •9 Q V o_ kA SUBMITTAL DATES ISSUED FOR 12-2&2017 BIDDING ELECTRICAL LIGHTING SCHEDULES AND E520 PHGTCSENSDN ON wnDING IN UN aow ELECTRICALLY HELD FIg1IX:E1LgIflOCfMH HUTH. CONTAU. NFAINERPFWF,,AND SIM'EL IN NMI EWE=" TO MUNED RM.TEDNw1N RINEA4 U55 Z 0— MEAN LN.Y HA P O O SPME N LL RIOTDCELL RPASS 91VTCH.IPIE, 'PHG=EU. BYPASS, U V tOCATENFA TO U CONEN 0HR IJcxnxc cmrxTGR acllEw�E FxMM WH ING yrz CCNIMX. SCNFNAIF EXXX* JUNCTW �l RM9PlMING LFRCACRw3- 1 HIGH CI9VEFWrvUT10 RRU0.ES. RESI0.IXM IN RE8T0.WA8 1 LIGHTING CONTROL SCHEMATIC DETAIL #1 NOT TO SCALE LIGHTING CONTROL SCHEMATIC DETAIL #2 NOTE: ARCHITECTURAL SHEETS PRINTED AT 11x17" SIZE ARE'HALF—SIZE' FULL SIZE DOCUMENTS ARE 22X34" CO(1FLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREETSE, SUITE 104 CEDAR RAPIDS, N 52401 PH: 319.409.5401 CIVIL ENGINEER HR GREEN INC BTIOEARHARTIANESW CEDAR RAPIDS, A 52404 PH: 319.941.4000 CONTACT: AARON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SURENN IOWA CITY, N EMS PH: 319.338.9311 CONTACT: WELL DOWNING MECH.I ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE VIEW LANE SW CEDAR RAPIDS, W SUN PH: 319.964.19N STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET. SUITE B IOWA CITY, W 5224D PH: 319.333]85) SUBMITTAL DATES ISSUED FOR 12-28-2017 BIDDING ELECTRICAL LIGHTING SCHEDULES AND E521 U) Z m Z 0— W U O O T LL M F U V cn U = SUBMITTAL DATES ISSUED FOR 12-28-2017 BIDDING ELECTRICAL LIGHTING SCHEDULES AND E521 msuccEssrvEOENCEsroeE Y pD L z W G cfWUxOF11N11H1HESWf roGRWxo Xcx W U cRouxuxccaxDLtiNR clacuPPAxEBorxo E.00WE O 3 O d UL O O LENGE W.i coyOy 0 Il W U GREEx.."D O O &WDIMSCRM 00 iOELECTflICP10EVICE TO'EGRW XOEG GREEN EOUINENT GRWXOING CONDUCTOR GROLWNGCAXDUCTOR CONNm 1Dx IH DENLEBJ% E4Aq PMEL WtAE NOTE AL UL IfBF MO MANUFACTURER IXFC9MAMN lM xmEs: INSED. wANFnl msRCEo. I. UPELNNCTKKIBTFNCONOSPS 1MHBLYFPERMWIENTMARXEA EXNARE OF 8CONDECON R PINELORXXXATKKI LABEL 2 3NNYPNNT JUXCIFICA l LGVERSPER SPECIFICAT4'X5. N%iIGE,CgIpM, 0.ND 0 0 _ (7^ WREBREIT�°fL D ✓" 1 SEE SPECIHCARON SECTON PIPiE COLOR L RUWNGTWRFORMER FURNMEOBPLUMBINGCg1TPICTOR VOLTAGE WELI 2SCK3NOTON II MNMUMSNORTUNCUIT Y'_rrs A.TALLEDWELECTRCALCCNFACTOR X CRCURfs GMPHLNEL ROOD HLCN SSY CIBCLNXELi " Onuffn AAGWR1NGIN �I ss sL'v BIITTCCNxLCTCII, 12PJ iA3PoRIXG INSIDE IlE1FVd'/I __ DT ;icrr &WICNCIFCURMB AACFUSHlNR) I II _ `D LYNWR.ITFNK ' PKIN HUSHING ii 1'MM BUSHING PANELCWELTCRY II I ;✓ RCBWYM1NRING TYPOAL PANEL_ II WEMIFMAIKMI IPIX:DXG CEfM 31O413 I II EIPa01N AUTF\T53TMERNf CRL0.9GER EIMIb 3F3YJ'F ii ii 211 0 650 G lOX BACILOFFCEPLOE &LXCFFCEHATE P111TLgIXECIgi, RA TYP. FOR PLUMJuNCTD FORK,X NHG PINELLXT.F PMi1CXT.1 PNIELLxT.F SENSOR IRCSNB 00 0 MIM BURNING LOW VOLTAGE PLUMBING CONNECTION DETAIL m m (D O NOT T SCALE 00 LGY`ALTM.E PLUMS, WIINELIpXIpRS 1. RLCIRIGLCIXLIRCICfl&W1MAYc'NLMRF4WIT MMUMBNGTWSFgIX MDSFNSatS. 2, CCCRLBNTEROt WLG'AICNSCFHLELECTRICAL50AEBWIXRUMRNGCpRMCTOR. S, LQ:AC4YATELOL4IXIXOF IILCBNBFCP BINNFFUCEITO ENSURECLFPN IXSTHIAPgI.ALNW66W4LBE¢HCFNEDBENIXDSWX iYHCN FCFMTE IA41➢IGL£INL CLiEhIYYMBGfICN INXER E1S`i01E NOTE: ARCHITECTURAL SHEETS PRINTED AT 17x17" SIZE ARE 'HALF-SIZE' FULL SIZE DOCUMENTS ARE 22X34" COf1FLUEnCE LANDSCAPE ARCHITECT CONFLUENCE BOD 2ND STREET SE. SUITE IN CEDAR RAPIDS. IA 52401 PH: 319.409.5401 CIVIL ENGINEER HR GREEN INC. 871DEARRARTIANESW CEDAR RAPIDS. A 524M PH: 319.941.1500 ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITE POO OWA CITY, IA 52240 PH: 319.338.9311 CONTACT: WflLL DOWNING MECH.I ELEC. ENGINEERS DESIGN ENGNEERS PC 0801 PRANiIEAEW LANE SW CEDAR RAPlM. "2404 PH: 319.N84.IW STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IOWA CITY, A 52240 PH: 319.3331850 SUBMITTAL DATES ISSUED FOR 12-2&2017 BIDDING ELECTRICAL DETAILS E530 Y pD L z W G W U rn O 3 O d UL U) coyOy 0 Il W U U= SUBMITTAL DATES ISSUED FOR 12-2&2017 BIDDING ELECTRICAL DETAILS E530 ELECTRICAL SYMBOLS tcumnL ELCTRIc 1 W,EB ffFLfRIXSfAIIAipH-LIXEMLTFGE E2 RuchaMle still nrve argil switcne GHOT F from mitrlr Rued in to"ham ,. tl.tlw'w.IH�dmno.XM4mr.XalaJd6.alnwP,gad timnuN. Ranmme Prdetltiawal IWiFP11SYMW`ISSMMH MY NOT BE REOUIRM FOR MIS PROJECT) IAvenue MaleNmwsaNeia]InMrwem MNm'e immaaM mr a. mslentlseM .dolmas In the spas Lm'tllrem quantlry of wlsmtlov'mlM1 Cmb M NdYbl NEWFEEDEhLMDUOFERSCHEWLE a h.mraMrma9emrwlRe. ^NGXIIXGF4RUgE5'^ oro ouroutura roaweartr«nwa. W®Uerr®dnd laan'ry bbalfiEMbr rwnwmy. Noride a. Minimum wire5am m be I for pi OLGctln%174 Gor Nuivtlmtw M. �J b. bsmirakRy Mus in mr akfitaki aryq. ® IIXFIA FRLURE Al mixele c gllwrWi6, luncam Emee, weing, tquipmenl, ek,m4ggah Wyk. it'e"wern, F -0i SHIP FIXTURE J. Rwibgrmi9oouoy wMrcla NmrgRu,enera akcaittlgMn. © DOMTI INBIRELT FIONSTE. SUSPENDED a Nl cree n, bear here demands lands m mat NEC M6eut lm'up Wit M. Stranded Omslwnirsm flush noway Coe bansMmn shall pmviaelwv vdm¢ prow« to vim, as. Rush sere O'R®'%sreruswwerr wuuysxramtauwe. NO�/ LL ♦-.9s�r39wl FgvT 2. Coordinate light Essex knot wit ma.M1m✓ed Muopmmt and piped. p IMSTRIPHINTURE 3. Loa'dhate .ia lwaearrs up dust wit, AMilaNal daadma ink do!ak pp as rat. •'� <. Pre4aeas Tax al Tw i6P.sise thrush ere and -.awes. twis entlflwn dri be savmrmr Eam thiA.X radrE lwo wnrtt9«., 6er¢« manosn vaNedooki Esc. wit ems,mpinA Is manhk the fire heard. UseoI 3M)«equal)ULli,iod 6w WpY W Cmbacla anal Mnlanwtllrrsldl LfML wM mYiy b.rnmrertl OueM1veNa svlamid ywrla lalapeme. ^ �^ 5. NfirernaWtrnernexpasslamrgbamid.mAs. woos arapMGarrs rharar. rMNrea NMa W be Imkd. Cmanme with Nafmri�Cordele mrirsMynm of on,. Note ahalbloal�i SJRITALERACENTY CONOW UNLESS NOTED MHERNEE hetM, penebeeansalnll be one. wiN hurt or ci Sol L-Nifi a pnmmersa la anlNlpg axmovo 1l01, 1etwesrsn rrwmk bw for arse In aelma 6. Consensus tMr,sp«x with WM round for now and no song ox,spmmt i\ WMWRLLHLFOIEOW WYLOq LEIDHG 1. prenlhgana mpandogreensfic klen0.dlomwey Namyaemons anemlrWaY tle¢nartl /-\ WNWDCCNCFPMIXFLWRORUXOERGRWNO LvsEars olqugnantarq scmleears. CmdatmraMfidd-fividldirraimasund" i Canidm Z sTaOmnsd the wenwnA%mdilgtotha MLXvinggulb'Inew r\ MMERUNTOPANEL D-NUMBEROF a Cmdmtaa 'wimarimswdlu wilhAmL Wal vaaorsa-AdaWNMfid Canbxmrpn«mttchl@ibll IRR0.l51NDCATE MOMENT OF CIRCUITS rupn ln. FbauaaaM maim robaantne amuna arNha:mmlmmmc&n. vaiy said flowrd and Q rvXC,XM EA Archness es�ee Noe rrghl td me LmYetb A.,fiml�O sfle Us arrm JJHLrXIX DQX-YYILMYJXTED b, Rn4aMu slmllhrca/anmla lu Ja4nnumry the wacrpztlunsbr alJpmmtwd Naewarwereot"fil pirmowerm 'bodam4a15tlh.ini 1� GROUNDNNh,reana ticrvwx. B2aa ebwewiirysis 4rmhd: owdinaRfirrylryMwiUr e1 Tamed. n. wanaallwta in lakara aherearimmw«mwrenewonr aramneaarmnomdrr rquired wilrrg heghh. Nry aHalhpmVke atnoeWitiael smtm Ne Onrreh. [— 0.lYDURSNB n eoowi mryugmemamnflega tt«arsmrrvn6i avmmlr®t Puhms, �— MxpurtMxnxuATIM subzoan remra, denial wu�pmmt nal alai. I CONDUR1URNRI a Contractor anal iretdl gmpmntprcHuamaflam]m NEC, H- CMURTURNINGC 8. MyemasdlFa mreautW SMILe FMpwpl by.aurin sFiW lntlepaoln aelllmcNM, owl mXalpaeanual Alw FwhnMm.nmt norknsJiFe uaxiss NPA FF£pFNWXDUR F£g5CNE0ULE msm in and wit draaM1alb. MIT tow draft Na highestgnome 9. MonficulnargMgwim seen end man debenture readdressed so, sgIandmmmurror deriM1aretbe banisher Pprg,;vinFmh«rano or seen ahppaXkm. WMowd'reb]xiLA aCa s.�, wnrrcn W. amemha may b rerak. ^EOUINFM� 10. Rdr to arMimtmy plans and sµaemkn Mmr.truacn plvirq.tl salla rryunareed. 11. CooaireminsWieon d alimms panehaerd ere arlpw buMug anYpe wM Cawy Cmbxmr. e EMINENT [RESIGNATION PER EMINENT SON Met IE A8p«eaaeoreshailbendin M1t IMenvsotmMui6sFaTl EepaMxNr NCIM. ® M 12 airelelae0matl.umalawnirps Ioban sbucaue wiN Gerael L'«Nabr, SeY anYa fid s1W al PsweaabamrgarN. ft Q IMEWMNNXDCCHNFLTKK! WUINENTCOXHEL11fM 13 c4tudwrrOm plrwn M.ben chmrroaidmbs9rammpwimtleMy of mpednvA. lL v EOUINEM1T OJxxEcikH. WN1 NJUxTED -.,.. AdrySfesneamed,bwsmfidaosateret Q o SAFEIY WSOJNXECTSMfLX 14 Wwto Ta6antleen trbWairesaMmleforaddmonald llmvxo wiNme � Mpmmlammem. i 1 NMF LUSH IENCHCICIRMrtMHhMWS) XEWFLUISRRANLOLIrICURPAYFJIY_4N0 is Ahapeas gMl. yi6.6C1 npe. Y�/ R35£R mhue a Tom BNtlirgntlen East Rall"I"Iiliirq.&M n~ 18 Tflifin Q DISTRIBUTION PINELNSAU be Whateast bytivrysni be MerMai MMAoeatt�Xtn reel ma East ft i mlbe Mani 0 .WELl4 C%IXET0.5 XOiED-SURFACE MWXTEO ns lead, s a rein IAwnghDi O.ifSgetl pasrreprih«mnm far tans nuiNirgs asarypalWMa. R. Pwa, eq ly.unmrneYJarIR'a)utllfiudhbrwOM1l loin tle Wesr PesbmmEulMtg M1y Be '^ SIb EY'fit9 CmEaLna SXe l;sehd fmpaeLr. Cuhr¢nl rile isatepdy mdc awsuNm, INli�.a� I'(I WRINGDEVFf3^ nMNiaW mswhNwrN W®Iahtl EM Pnhmm BJltling C«a4rlim. ��, WRFJ.RECEMRM t0. Rgslrs%rayYe¢aJrp6arrplN yaeMmN.]orspehloettihe silaw«Y lwlhehalof tle laL �w.�jB ttU&£WRETRECEPfMIf EbAid Cm4atraW an®nbx2rs war, mbcW brtMResamm EUlMmp Prgaf es. with sA (mntl C,arbaty . newMs M M rwJre by Ihia pmpct. M OM O ANAIRIGDIPACEN MIS INDICATES SURFACE WWEDOMRU Wi �A MCUs fib" Domed x MMU,EST'R w OCMPAYCYSENWR-MLWUNRD x x.Irvwcares IM EIECTT CPL NOTES '^ SaMENt WEER INGRAM- E1 Surge back ssuch snail he rasa to swllar... harptttk al card, ffFLfRIXSfAIIAipH-LIXEMLTFGE E2 RuchaMle still nrve argil switcne GHOT F from mitrlr Rued in to"ham "' '�7 E3 Gvdivlawlln amuitM hxaonaMdWaead WJpownlametinM�momYplMe fFEOEAIN3fAUATILW-IQVYLYi/fiE .dolmas In the spas Lm'tllrem quantlry of wlsmtlov'mlM1 Cmb M NdYbl NEWFEEDEhLMDUOFERSCHEWLE E4 Iski Cmaaia shall Turned ana'nsbJ a4' RCS bade, Town a l'h,,2 pW Ma at On, design 0— oro ouroutura roaweartr«nwa. W®Uerr®dnd laan'ry bbalfiEMbr rwnwmy. Noride I/sI 1R�Y9fO --W FILLED OLGctln%174 Gor Nuivtlmtw M. �J ES LgM1l rixNns wnaakJ NrmgM1 lgnaremniavNVoxL. Smcl ® L1ElFA E6 EMIatlgMraN¢mhamlydles NrwpM1pM1obxl. R &ln..&A 47MSmdm M ofissi nwilhryt2wed ❑[ Pegall iSich", E7 FlushrWetrenslwmas NmisM1k by Hunbirg Cmbacla aN imRfles by Dami�Cmbeda. LL % r C OM ro NIWERW UNE INGTHERS� I �zcroFASTRR NNIoxolETa r HH I II I I I�EONREENT 10.1N11 FOR l': I CMIERNBIWMER I � RESTROOM 4 IT ` 4'HIAYP FREQ.NTEDft1WJCDi ELECTRICAL VEAIKOLANIW'Im STORAGE liq5� I — /� ---- @'-'" ROP U"1J .__. B T30 I I I 17XIM LCCAEDJUNCT I=IPMi. — ....i - � RMIMREIEW/CCE89 WNT, SY IXNER —�/ FESi4,RESTROOM 0.ESTft0 _r 3 L1T§'li i> L, / LVAEAASl gN1ER J . ClMER4 HY OMIER I I I I c__)� I I p C.) c� 1 TELECOM PLAN 114" = 1'-0" Z NOTE: ARCHITECTURAL SHEETS PRINTED AT 11x17" SIZE ARE 'HALF-SIZE' FULL SIZE DOCUMENTS ARE 22X34" REFEAPICNEkT 1510 fCA ,EtfO]MPGTE9 COf1FLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET SE SUITE 104 CEDAR RAPIDS, A 52101 PH: 319409.5401 CIVIL ENGINEER HR GREEN INC. 871GEARHARTLANESW CEDAR RAPIDS, A 52101 PH: 319941.4000 ARCHITECT ROHRBACH ASSOCIATES P5E. WASHINGTON STREET, SUITE N400 IOWA CITY. W 52240 PH: 318.338.9311 CONTACT: WILL DOWNING MECH. 7 ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE NEW V ESW CED4 RAPIDS. %SUN PH'. 319.954.1&14 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SURE IOWA CRY.IA 52240 PH: 319.333.7850 N A 15106_3 T100 c* c-.' 'T1Y W cr% W U Oof cn �ZD_° � � co 0 �0Lu U= a SUBMITTAL DATES ISSUED FOR 12-2&2017 BIDDING TELECOM PLAN CQYFLUENCEPROPrSTNO: 15106_3 T100 conFLUEncE l Xl XY4• HREMTED R CCD, LANDSCAPE ARCHITECT NOTE: ARCHITECTURAL SHEETS PRINTED CONFLUENCE AT 17x77" SIZE ARE 'HALF-SIZE' c00FnnRNOR�ns ASiimRE1°4 FULL SIZE DOCUMENTS ARE 22X34" I PH: 319.609.5401 Acs1 oR-1 m P&1 �-1 M. tNnrt NTAiF �N, RESIXq'MIEI£PM VYLIIIYRLy) CWIWRi EX0 1 TELECOM WALL ELEVATION DIAGRAM NOT TO SCALE CRPMTMIS1M2 ' Fol -a U -W LL O Z O O p O o 0 o O OO;.OOOo, IL OO (q oq;O o &-,o 0 0 0 O;�O O OO 00000 0 0 O O 1MGBTELECGMMUNICATgX MVN CAWHOINGBU58^A OEfNL LP]rollf FOR W HER OUN11ESiRCM-AflL W $ME ISTXNMLQ 3TMMAofAIEA. SORES.. COMMUNIC MNS L=,, OF EOu.BT EYMMAMST NEW WS WMT CRW4f NU7SNIDCLIWE WNNECI 3 MEfff Y MFEWORDW.TESPECFICSWH MUL 2 STRUCTURED CABLE DIAGRAM NOT TO SCALE u rouair`m�xecin� n����a:uEmmP°,EN Hrm omwEeNmx R/MTAMiAROGXER-1 MCN ORA N£Si RE51MTJ1.11ELECOMRWI FASTRESTh'COAiFLEfIAA ROOM NOTE CRU CAECTSMOCMMLE WNNECTNNI& ME BYCWRRO M. 0_CAMW SPEAFM.3 WH "ER. 3 BACKBONE CABLE DIAGRAM NOT TO SCALE TOENDU MTNXI AS NOTFO WHEWLEMEUE TR P. .KEANPMTW TNERBERCIMSSYiEEP rCKP NS T568A SMF RCWuP ISPMTM THEHBEMUSSSI CIVIL ENGINEER HR GREEN INC 8710 EARHART LANE SW CEDAR RAPIDS. L45MW PH: 319BO A000 CONTACT: AARON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITE WOO IOWA CRY. W 52260 PH: 319,338.9311 CONTgCT: WILLDONMING MECH. / ELEC. ENGINEERS DESIGN ENGNEERS PC 0801 PRAIRIEMEW LANE SW CEDAR Rg 'M. IA 52404 PH: 319A80.19µ STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET. SURE B IOWACRT ,IA52240 PH: 319.333,TB50 SUBMITTAL DATES TMI ISSUED ROR 72-2&2017 BIDDING TELECOM SCHEMATICS CONFLUENCE PROJECT NO 151M 3 11611i1; ' w� -a U -W LL o¢ O Z EL 0LU 5 LL U = IL SUBMITTAL DATES TMI ISSUED ROR 72-2&2017 BIDDING TELECOM SCHEMATICS CONFLUENCE PROJECT NO 151M 3 11611i1; a mm cwOREmER tzcrmgva .wu na.Nq IClEas tplpnvAa I,. IN vwr.NLEIFnFF r� par ATO FM 1= Fix .JeN UNIT ampx9ExxR,6Amrcx® 6aN9 In/OEP. TFIFF Nr ion, Rw'„�rcn RDR I TELECOM WALL I SEE DwORAM 1 ON TSM urOrtx i,.cwi an rmy91 UTRITY 005 I. 01c ini OEesAlc!Y-0 RIDTE'. NOTPllDEY1CF8N1EREWRE➢FgI bCN vini,EWa�N90EvIRwF9 a DOOR TYPE: no: C qd Reader Em nn a. 1NFEMIO III I I OM&'M.i. A¢aphtle Exit ane NotivINEVICHMERMUREEM x� �E WxrnxlR99WLL[ varrWE RM HTnlsrmx amw A1: 41 SQUARE READER exhapase.m. NOTES: pn'9w[mq 1. cenaeaar moranereynm dear I end unkaunr adre per.mer reRseaL shall 2. CmOeeer shell provide and ImWll Boats Saxon M on do man DSlW RR REX on tlwr hypes Natrequire re4e#b extl Nnction and have an aleaMc strike. 3. ell prwlde and overall Boseh O51 W RR REX on, types Matr requeatb extl, antlit is notprovidetl s�vMTppecwx . !Whe a. Sae edflcetlona lw connection requiremenk T1. 1I OeI MY Irso .1. EMEg1., 9a".IIi xU. Wte rEXUBIT0 VRq MIX1r Ix LVurEILEIif[r4IDKEV5r6 ophoupro.proval eAENglcrap wPdw0. 9M as mu uw w uix. xa9rt<x rio mo.11nn eOEaw.kw nRR 9 SDILEE . o 1.ex IFW aalceag li ALL lualspeEE,Ennuarri omaEl WGE R ME WIN xrrCCEWHEin5xu0oaC N0AI �NnB]x xx�ep.roaroo, ETp IP,aNEaR„ax�Rr_ Ia " 1 ACCESS CONTROL DIAGRAM NOT TO SCALE cwOREmER PUW MARI( DOORi REDufarrofrJrrTnw RESTROOM1RDR Iw9PW19ECA MJ1NM10ElECiCP) PP. itiR RIX1 TELECOM WALL SEEDUIGRAM1ONT5M FA.H^ gyg7EN DSMiOfPN1ECCNIPLi ACS1 LxxMl RDR I TELECOM WALL I SEE DwORAM 1 ON TSM TrP. w7cry ea7MwllraRcaxrrcr UTRITY 005 RfUlffinDDOOR WWD.YWE PP -1 ryP 7REMM THRWGHL 1NONFRSUFRY, (If PFRxnazq LL AVDIREALVJW RIDTE'. NOTPllDEY1CF8N1EREWRE➢FgI bCN 0.Cq. CCNI0.ICTCPSSWllCMPpIwTE 1 ACCESS CONTROL DIAGRAM NOT TO SCALE 70M AND fPFI NOtE NDT Pll OFN:EB PRE REMREg RR UCN O]ql CQRRPCIOFS SNNl C W iCfUTE 2 TYPICAL DOOR SCHEMATIC DIAGRAM NOT TO SCALE NOTE: ARCHITECTURAL SHEETS PRINTED AT 11x17" SIZE ARE'HALF-SIZE' FULL SIZE DOCUMENTS ARE 22X34" COf1FLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 900 2ND STREET SE SURE 104 cmAR RAPIDS, w 52401 PH: 319.60 .Wl CIVIL ENGINEER HR GREEN INC 0719 EARHART LANE SW CEDAR RAPIDS, w 524M PH: 319.041,4009 CONTACT:APAON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUREi100 IOWA CITY, w 52240 PH: 319.330.9311 CONTACT: WILL DOMING MECH. 7 ELEC. ENGINEERS DESIGN ENGINEERS PC 8801 PRAIRIE VIEW LANE SW CEDAR RAPIDS, w 52404 PH: 319984.194 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IOWA LT', w 52240 PH: 319.333.1850 1 o ria ACCESS CONTROL DOOR SCHEDULE PUW MARI( DOORi DOORTYPE HEAD ENO LOCATION NOTES RESTROOM1RDR TELECOMWALL SEE DwGFAM10N TSM RESTROOM2 RIX1 TELECOM WALL SEEDUIGRAM1ONT5M RESTROOM) 1 RM I TELECOM WPIC SEE DAGRAM I ON TSM RESTROOM. I RDR I TELECOM WALL I SEE DwORAM 1 ON TSM ro UTRITY 005 NORELECTRICPI/ TELECOM WALL SEE DIAGRAM 1 N T500STOMGEOW III EEO Tw TELECOM WALL BEE OGRAM1ON T5C0 Lmtrecbr Chad eu cedwa For pearquals Fordow ONik DOOR TYPE: no: C qd Reader Em nn a. Equipped m'M witl reader for access via electrinel, uNooln9 door hadnere, request to air Nnefir ity, A¢aphtle Exit Intel eon mnnitedo, and Mor paamon emteN. fm: Ercgmcy Eltitonly Door Position aontints and II not mandarin, READER TYPE A1: 41 SQUARE READER Mounktl in sees double pang box. NOTES: 1. cenaeaar moranereynm dear I end unkaunr adre per.mer reRseaL shall 2. CmOeeer shell provide and ImWll Boats Saxon M on do man DSlW RR REX on tlwr hypes Natrequire re4e#b extl Nnction and have an aleaMc strike. 3. ell prwlde and overall Boseh O51 W RR REX on, types Matr requeatb extl, antlit is notprovidetl I .l to he di a ons. eq Me ratio M1srdmre (wmdnate irimerMbabsee domain, antlor . !Whe a. Sae edflcetlona lw connection requiremenk BeNrcen elechifietl door cpenen (AOA)entl some control syskm. Weces (AD 70M AND fPFI NOtE NDT Pll OFN:EB PRE REMREg RR UCN O]ql CQRRPCIOFS SNNl C W iCfUTE 2 TYPICAL DOOR SCHEMATIC DIAGRAM NOT TO SCALE NOTE: ARCHITECTURAL SHEETS PRINTED AT 11x17" SIZE ARE'HALF-SIZE' FULL SIZE DOCUMENTS ARE 22X34" COf1FLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 900 2ND STREET SE SURE 104 cmAR RAPIDS, w 52401 PH: 319.60 .Wl CIVIL ENGINEER HR GREEN INC 0719 EARHART LANE SW CEDAR RAPIDS, w 524M PH: 319.041,4009 CONTACT:APAON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUREi100 IOWA CITY, w 52240 PH: 319.330.9311 CONTACT: WILL DOMING MECH. 7 ELEC. ENGINEERS DESIGN ENGINEERS PC 8801 PRAIRIE VIEW LANE SW CEDAR RAPIDS, w 52404 PH: 319984.194 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IOWA LT', w 52240 PH: 319.333.1850 1 o ria f) ce i� aW W UO¢ - ro w o Za— LL A ; TELECOMMUNICATIONS SYMBOLS MOTE NLSYMBWIDXHAHTxyXOTirWMEDRMIN6P.WJEG1) (lglE: NL6iAUMAONEIGNi[E'ALES ITOfFNCEXTEq a BxuxLEssxmEnoixFMxaq '^TEJ£xM^ DI INPoRMAMN AOITTR NMCE OR WTAUSE .1 IMTGNRECEPTACLEHEIGHTUNLESSOTHEAWSEXOIE➢ son K . a ,apwMaPaf 1. no Dwlnml C°nhecar uleR a" all Trail- plans Xw4aly rasing ale hidden Per add Reseed Mos M amounts her wtl agaaal or wean to Ne Nm4mal Contrmlor. 2 RmtrMC ndycla shall provide am Ireall all lakmm mneuibmaaw,st% ceilln9 spare dres, and not bmmabtl arbve food lid ale mal Whams). Unless ran omwwiv.oM el in— antluiblo Ne —,am -ilii, dyads In Rs. roto a, Na mnnng. 3. MEOi id COMaM shag .1M1ry tliiimry edw'al costaiug or AV a Wry miYdb wM rwhq for pNm se eegsaieb thou, yarn. and 4 Re Hatiwl ConbarcM and pare&area ImhO bushigs an all dagm madded at Ne time or wMul m+dadm. 6. CWdinabtionds In .a— shandarallI area epuipm bundled to nor b season afillet;mor on dttel®Iryrsed or eM mny'rsero omsd allaoodse ,Mire ilea mwuipmnlpaastionbaedd ebc0la pare6°r daume'Erirxletl ax¢.a'bmY da'Ina9 eauipmenlinclutling lunt9on boxes, e. Omenn minimum am. shalt be ova fare elwMca' meazr myean-liana mland. nthewbe. T. Co. shat rorty at 9 ramentrade. S. Lmmmmr shag fallen dl emipmenl leamearum he member wa," ata. 9. Cmbacla sM1W use lmkaM by hslmm on Vino andusrvHY. and em .Fated Mwattslm/be Used Iwsnh for aimsng meed dung InatrAetian, but shat W informal W rglxM or 1W add Iadhems slam Ir> is orae 10_ Tare mmlmum,dame beMwnal11 deals .41 Ed ore and ad J nwb slN W NEW b l or 50, argonN asshole lot Nlweyinmh 1.1m., bar for lame,, i, to And, dxdIXk. TkWb, he my Nllg oma Nan Canals irs Bayed J IaNs some any amaMef from her Co .sM nal0 margab— ,,, becomes. man ,, cePmg ,ink. and my oNn bullaln, d... d l be snide, uppM age, art-. Mae lam vollaga pame an mom. n. Nbl®an mam m fimahae madsara m W duringranwelae In rrzld, alae model tome addressed. Ag actionscng fob main, 0.ilofIunde awrstruclion su'Aday In wdh anal dove bar damage) YJ W mNN In "Iduil whoa apmaN add ball by Na ElefMd CoMsb. At m11ae0e5n edel Le moved wM-Nutt. V, Tee ConheaM shall not pull am dNRO, all through -blue.. bo not have Use ryuked bsniuga metal CmNy alphos NmyghmMa. qN m Wer UM rmairedismiss MN W metal by M malp6M an no ml b to Pore. t3 MCbnhv.M shall a.-1—eatlilbcMi plea M wom mal are base bad and sear Mat ads Aman. blas and mentw in9(if elhamlx or u The Oronoln shall rrealow me aanllmNrd mals .1 eau lwauam, ease waisd arm laabll for alrypie, la at earlier ¢nbuha funder ..armtor' ling In men a. Mose Rkaen ams °r -Near wither aablm9 in good for moan fire and lma0ona. 15 IM Mttwn dmaMo] bidding shall net nova Punt or parry worms, on to -bin, Per whim may togm en Xepenemanmol Neashler aM"n4W warns.,or it seemed, e edp NEI esWIn rag4xN etas emueamLaaapEmE lxmmd be dmnN mammimh or elm sMmb,uiol W apla-d). Ile All Can.., ebdl Men Mla door Par saacmal... bell and Na saaan°N Sw Me 96ykd 9d Phn ba tau .ntel ad WdNond'nto TEIFCOMMUNICATIONS NOTES. T -t May Elcbim Coraaslor aM Men aal®NN 14r and smut petle for Damon "many Wadm Morn Pant. T-2 11n Elor Cabman shall armed and Insel H'C, PJC tom TELECOM WALL RIVVATIPV as Mcxnm pbmmoohubmebultliaglwm ate,Hansoms NN1m'shrrn. TlaonmctionlmMamanderW mem refefwaawwIghlwme w9 forPJC. TWEE llCmtx rahil Nmis oMlmhla W2 AWGTHNN gram wars In NE4em lana, a a pV amorousness. aha. The insdaw maw9owa V dng.Thenmml LontaM4tll1mhn Mlrelal2-1C. Qmmm CongaR]HPEmnaauab lrslaeof mi The Elttmml Tedurmlm shall smash and Mehl a mAp Ige(bOnabeihtl MI I tory mukbps,. ml all li re) Imtle meat M me P wndulk and mem tar meta Wm al home ops. TM Tgern Conbauor areal M ha lnsMmG umJtpmmn 1SMedaatplrgaalNMmda, lormW eitlmMlny Na loam. TW Gare2l Condaclor shill Eaton all damages nava nem Prgoiy s®ktl at he and of be pre wl after au adores la"abanlnaMlEa.Anaamplaa maawipm¢mlmroamiaardbaa al mafolaarewEbala: hW:lmm.inmaa.twmwMdided i.,laRpro. Tri EkcMm cm'ncla acallfnmunsadirshauaMwle wetWeeomawbfapmaal Iva ental a2 , anNgerm Mothers T.r MeMontrealTied DPEcw star Mri aw lhdbe PDPEwndaom WpmHwal tieamnl do mss Hann. TW nDn.Ifdonlaadnmeanallda Y.DPEn NuddmyPrwaewalers ones, a Tore.ma Beata Cay. Thy stag Mbs and irlinedMl2 Ari THHNgmen elm NRB m Ounikrvnga Sae a math HawsEasnereadeie nik'dub ,mmdl bq.Tha UideNComra.Wrandz mmn muloaUemnk �1ThepbraaN mundat-hY mmelma.wtpulidayed ym)Irsmommer] an aswm Ma mese eatbolh 2 -.,If room The Dndimlcnmrzmushelied ifiaMm ay entI mm'oman9ldds so WMvN:Mry 2- .,If elm end to eM dollars matinee. re rakXinC [ Chamber s e des aMst do ana stage may amlanb ilea pmg Ise Loyaimfmredeeman.T dCamelWddseartmmm Hama Is money it has baa normal..a The Ittvlm COMSIa :Rall nvrpn and! IntaY me asps wn Ilene -haste m prnml tlmrl n wrMmnalpn seem wmwaaon. T4 me Ecnicti cmlaln wars swNinela wit NdXeA and Posner prur as tungsten M mal!agar and Idye he anon tar prabl ow masa rims. T6 Me Leonard CmmsM aMI MVN mdlrebl anNsn tame. wnboil petla Into dm. and toXssets CoMN H &MkvI.der diw'nmp.IACa1).TeEkvNa[ Cmtxmr al arNlnaMnit Mev Onnd Casale M MIvJn —I� suppy M rmaegpray. onnx . art AT eaTeary TELECOMMUNICATIONS SCHEDULE Reasnor wu°I.[E.wcx nT.., di hal eEQUIPINENT OEy"AdYM' IAMED EW PFA EOURNoEXT SCHEDULE o- CAN SYSTEM OUTLET (DR SffPXER OJUI LIMING NOUNIE➢ Accee Contd C°rrec On n wm"I'dooRFdal Tekwm Conbember SPEMEROURETWM1 MJ11NTE0 Ed Cembly, 12W0521rHoorW/lawr Or Fiber Opxcable Ass Wam Re�TEEIIRRlD Q CLCCx.LELINGROUNTED CLOCN.VNLLMOUXTED In enamel FELL CP WIIER !OL d BELLORIA N MLMWNMD O WERCRIMEOUTMBQIRONLO-IXRWR Aaoesa Cantrd LOMedar 6xORCEwxGNOUxTED DR -1 MICROPHONEOURETRIGIN Y) PALLMCUNTED vo- N%UMECONTROI-WILLMaNTED Qs some ttDME o- SECURIry OENILE MLWUMEO QI IX,FRf.CM LEVEE Io- IN,ERCCM EEVFE-WILMJUXTFD o- ACCFSSCgRROLSYSRMDENCE. WYLMJUNTEI PROJECTOR LEDNGlpUNTED Hernial 30"X48" byrow R.vuu MDuxTED © COMEAA- CIUXGMNTEO PoLL1 Posner Gstribrtion Unit, Power Strip. Reck Mounted TNecom Doneadm mm�d. 1isaaidel®°roes, v CNSEIU. PALLMOUXTED P" Panel, NEED Modular, 48 Pod High Density, Cat 6 TNecom Ooneador Totaom ConiPhilPow nineresTESUE QM N)1NM' OETELTORRYNrn®NMI o- kn"DETECT W4LMJUNTED o- NSH PUTION O MEMI ® WC£R Rare B Alan MRIW CEVICEIRM THIS Sall TNecwn CorNadm IXDICAIES6URF/LEMJJNIFDWiI£FI]l SRM£CONNIMIL"ERGM Te mmunicadons Main Grounding Busher OUSTING M all [— CWDUITSTUB WPRt CONGURCONTINUATICN Owner CCMOWT NRNING UP CONDUIT MRNIXG LOAN O NRXRUREEEED o- RRNINREFEFO-W MUXTEO ROOR SEX IME THIM WRIISEAYICE3/SXOIEO I Cm� W4L RA 4MM SERMCESAS NOTE) C) JUNCTION BOX- IN FLOOR 110( OR CHILE Q- JUNCTION W AND MOUNTED 1. no Dwlnml C°nhecar uleR a" all Trail- plans Xw4aly rasing ale hidden Per add Reseed Mos M amounts her wtl agaaal or wean to Ne Nm4mal Contrmlor. 2 RmtrMC ndycla shall provide am Ireall all lakmm mneuibmaaw,st% ceilln9 spare dres, and not bmmabtl arbve food lid ale mal Whams). Unless ran omwwiv.oM el in— antluiblo Ne —,am -ilii, dyads In Rs. roto a, Na mnnng. 3. MEOi id COMaM shag .1M1ry tliiimry edw'al costaiug or AV a Wry miYdb wM rwhq for pNm se eegsaieb thou, yarn. and 4 Re Hatiwl ConbarcM and pare&area ImhO bushigs an all dagm madded at Ne time or wMul m+dadm. 6. CWdinabtionds In .a— shandarallI area epuipm bundled to nor b season afillet;mor on dttel®Iryrsed or eM mny'rsero omsd allaoodse ,Mire ilea mwuipmnlpaastionbaedd ebc0la pare6°r daume'Erirxletl ax¢.a'bmY da'Ina9 eauipmenlinclutling lunt9on boxes, e. Omenn minimum am. shalt be ova fare elwMca' meazr myean-liana mland. nthewbe. T. Co. shat rorty at 9 ramentrade. S. Lmmmmr shag fallen dl emipmenl leamearum he member wa," ata. 9. Cmbacla sM1W use lmkaM by hslmm on Vino andusrvHY. and em .Fated Mwattslm/be Used Iwsnh for aimsng meed dung InatrAetian, but shat W informal W rglxM or 1W add Iadhems slam Ir> is orae 10_ Tare mmlmum,dame beMwnal11 deals .41 Ed ore and ad J nwb slN W NEW b l or 50, argonN asshole lot Nlweyinmh 1.1m., bar for lame,, i, to And, dxdIXk. TkWb, he my Nllg oma Nan Canals irs Bayed J IaNs some any amaMef from her Co .sM nal0 margab— ,,, becomes. man ,, cePmg ,ink. and my oNn bullaln, d... d l be snide, uppM age, art-. Mae lam vollaga pame an mom. n. Nbl®an mam m fimahae madsara m W duringranwelae In rrzld, alae model tome addressed. Ag actionscng fob main, 0.ilofIunde awrstruclion su'Aday In wdh anal dove bar damage) YJ W mNN In "Iduil whoa apmaN add ball by Na ElefMd CoMsb. At m11ae0e5n edel Le moved wM-Nutt. V, Tee ConheaM shall not pull am dNRO, all through -blue.. bo not have Use ryuked bsniuga metal CmNy alphos NmyghmMa. qN m Wer UM rmairedismiss MN W metal by M malp6M an no ml b to Pore. t3 MCbnhv.M shall a.-1—eatlilbcMi plea M wom mal are base bad and sear Mat ads Aman. blas and mentw in9(if elhamlx or u The Oronoln shall rrealow me aanllmNrd mals .1 eau lwauam, ease waisd arm laabll for alrypie, la at earlier ¢nbuha funder ..armtor' ling In men a. Mose Rkaen ams °r -Near wither aablm9 in good for moan fire and lma0ona. 15 IM Mttwn dmaMo] bidding shall net nova Punt or parry worms, on to -bin, Per whim may togm en Xepenemanmol Neashler aM"n4W warns.,or it seemed, e edp NEI esWIn rag4xN etas emueamLaaapEmE lxmmd be dmnN mammimh or elm sMmb,uiol W apla-d). Ile All Can.., ebdl Men Mla door Par saacmal... bell and Na saaan°N Sw Me 96ykd 9d Phn ba tau .ntel ad WdNond'nto TEIFCOMMUNICATIONS NOTES. T -t May Elcbim Coraaslor aM Men aal®NN 14r and smut petle for Damon "many Wadm Morn Pant. T-2 11n Elor Cabman shall armed and Insel H'C, PJC tom TELECOM WALL RIVVATIPV as Mcxnm pbmmoohubmebultliaglwm ate,Hansoms NN1m'shrrn. TlaonmctionlmMamanderW mem refefwaawwIghlwme w9 forPJC. TWEE llCmtx rahil Nmis oMlmhla W2 AWGTHNN gram wars In NE4em lana, a a pV amorousness. aha. The insdaw maw9owa V dng.Thenmml LontaM4tll1mhn Mlrelal2-1C. Qmmm CongaR]HPEmnaauab lrslaeof mi The Elttmml Tedurmlm shall smash and Mehl a mAp Ige(bOnabeihtl MI I tory mukbps,. ml all li re) Imtle meat M me P wndulk and mem tar meta Wm al home ops. TM Tgern Conbauor areal M ha lnsMmG umJtpmmn 1SMedaatplrgaalNMmda, lormW eitlmMlny Na loam. TW Gare2l Condaclor shill Eaton all damages nava nem Prgoiy s®ktl at he and of be pre wl after au adores la"abanlnaMlEa.Anaamplaa maawipm¢mlmroamiaardbaa al mafolaarewEbala: hW:lmm.inmaa.twmwMdided i.,laRpro. Tri EkcMm cm'ncla acallfnmunsadirshauaMwle wetWeeomawbfapmaal Iva ental a2 , anNgerm Mothers T.r MeMontrealTied DPEcw star Mri aw lhdbe PDPEwndaom WpmHwal tieamnl do mss Hann. TW nDn.Ifdonlaadnmeanallda Y.DPEn NuddmyPrwaewalers ones, a Tore.ma Beata Cay. Thy stag Mbs and irlinedMl2 Ari THHNgmen elm NRB m Ounikrvnga Sae a math HawsEasnereadeie nik'dub ,mmdl bq.Tha UideNComra.Wrandz mmn muloaUemnk �1ThepbraaN mundat-hY mmelma.wtpulidayed ym)Irsmommer] an aswm Ma mese eatbolh 2 -.,If room The Dndimlcnmrzmushelied ifiaMm ay entI mm'oman9ldds so WMvN:Mry 2- .,If elm end to eM dollars matinee. re rakXinC [ Chamber s e des aMst do ana stage may amlanb ilea pmg Ise Loyaimfmredeeman.T dCamelWddseartmmm Hama Is money it has baa normal..a The Ittvlm COMSIa :Rall nvrpn and! IntaY me asps wn Ilene -haste m prnml tlmrl n wrMmnalpn seem wmwaaon. T4 me Ecnicti cmlaln wars swNinela wit NdXeA and Posner prur as tungsten M mal!agar and Idye he anon tar prabl ow masa rims. T6 Me Leonard CmmsM aMI MVN mdlrebl anNsn tame. wnboil petla Into dm. and toXssets CoMN H &MkvI.der diw'nmp.IACa1).TeEkvNa[ Cmtxmr al arNlnaMnit Mev Onnd Casale M MIvJn —I� suppy M rmaegpray. onnx . COf1FLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 91002NDSTREETSE,SUREI04 CEDAR RAPIDS, lA 51 PH: 319.409,54101 CIVIL ENGINEER HR GREEN INC 8710 EARHART LANE SW CEDAR RAPIDS, IA 52404 PH: 319.941A000 CONTACT: AARON GWNNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET. SUITE W W IOWACITY, IA 52240 PH: 319336.9311 CONTACT: WILL DOWNING MECH. / ELEC. ENGINEERS DESIGN ENGNEERS PC 3601 PRNRIE WEW LANE SW CEDAR RAPIDS. A 524W PH: 319.964.1946 STRUCTURAL ENGINEERS. TELECOMMUNICATIONS SCHEDULE RAKER RHODES PLAN MART( DESCRIPTION IAMED EW INSTKLED BT RFMaRl44 NOTE3 AI Aaeee Caned S]•sLem Brancb AaesaON .1 ConEacbr Accee Contd C°rrec On DN&ncb,4 Pair I.M.Ca16, Pool Tekwm Conbember 1slecam Constar F1 Cembly, 12W0521rHoorW/lawr Or Fiber Opxcable Ass Teethe CorNaM Telecom CanVedpr I Lcmin9, per spec {Cn In enamel Brans Raw ACS! Aaeaa Caned System, Heeaend Axeas Central Cano-acmr Aaoesa Cantrd LOMedar DR -1 Dee Reck.19'WN Mount Opm Flame, l5Ru TNecwnDoneegm Telecom Embedded MMd.mx fic Pedt WM-iS18 FHL -1 Fib. Heal Loaded, Per Mounted, 4 RD TNecam Commands, Telecom Contractor FHL -2 Fiber Heal Loaded, Reck Mounted, l RU TNecom Cmtreda TNernm Consumer Hi Hernial 30"X48" Eevtical ConQedor Fhebid Contraclw Mu dug/ COMMUNIGTMS 3 On Boom Ude PoLL1 Posner Gstribrtion Unit, Power Strip. Reck Mounted TNecom Doneadm TNecom Comeadm One Per DeM1 Reck, See PP -1 P" Panel, NEED Modular, 48 Pod High Density, Cat 6 TNecom Ooneador Totaom ConiPhilPow Access er Sol Wall Mounted AcceCoalSystem Peceas Comeol Commodore have Coned Control R -I Ame% Control Proximity Reader Assume Conbol Caneacbr Acca% Coned Lofted, Imb1 At 38' AFF MnIeaa Need Defendants li Rack Momled Grwnding Buabar TNecwn CorNadm Tdemm Canada, TMl Te mmunicadons Main Grounding Busher TNeoom Contract, Td—mContractor WPRt Wkeeea Access Point Owner Tracer Contractor Comeecbr gel Check 3pedfi .Fore lNe Further Del COf1FLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 91002NDSTREETSE,SUREI04 CEDAR RAPIDS, lA 51 PH: 319.409,54101 CIVIL ENGINEER HR GREEN INC 8710 EARHART LANE SW CEDAR RAPIDS, IA 52404 PH: 319.941A000 CONTACT: AARON GWNNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET. SUITE W W IOWACITY, IA 52240 PH: 319336.9311 CONTACT: WILL DOWNING MECH. / ELEC. ENGINEERS DESIGN ENGNEERS PC 3601 PRNRIE WEW LANE SW CEDAR RAPIDS. A 524W PH: 319.964.1946 NOTE: ARCHITECTURAL SHEETS PRINTED AT 11x17" SIZE ARE'HALF-SIZE' FULL SIZE DOCUMENTS ARE 22X34" SUBMITTAL DATES som ISSUED FOR 12-22077 BIDDING TELECOM SCHEDULES AND DETAILS T510 STRUCTURAL ENGINEERS. RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, ICool y, IA SM40 SURE B PH: 319.333]850 N G� GU g Z {Cn LLP W F > YL�1r Ii >Q W > bCn �zOL} LU Fn � (/)LID F _i �UWv LL Q U= a NOTE: ARCHITECTURAL SHEETS PRINTED AT 11x17" SIZE ARE'HALF-SIZE' FULL SIZE DOCUMENTS ARE 22X34" SUBMITTAL DATES som ISSUED FOR 12-22077 BIDDING TELECOM SCHEDULES AND DETAILS T510 1. BOX k UD: CONTRACTOR FURNISHED/CONTRACTOR INSTALLED 2. GRAVEL BASE h GEOTEX FABRIC: CONTRACTOR FURNISHED/CONTRACTOR INSTALLED 1 HANDHOLE DETAIL SCALE: NONE HaYlI01e Sdiriie ELECTRICAL MATERIALS: MARKED 'LIGHTING' 8 1' LOiIDMQ: ELECTRIC Hill A hiUea_er 17X"m OPEN BOTTOM BOX a. EXPOSED CONDUIT AND ELBOWS: G4VMIZED RIGID STEEL (CRS) N&M. S. a RUSH WMH FINAL GRADE. WITH THREADED FITTINGS. INSUTATED BUSHINGS AT METER SOCKET STNNLESS L HAROWME TYPICAL CONDUIT ENTRY. EXTEND MO C1 CARNET CONNECTIONS a INTO HMDHOLE, 6' MINIMUM b. BURIED CIRCUIT CONDUITS: ETU/UL LISTED, HOPE CONTINUOUS 12X524 I4 CONDUIT. STACK WITH RED STRIPE. SCHEDULE 40 IN GRASS PcetryClMe North IA"24 MFRS MO SCHEDUIE 80 UNDER PAVING AND DRIVEWAYS. HHE Pwuy Circle 50 h 2. WIRF h Geo IP UL LISTED, STRANDED COPPER, XHHW AND XHHW-2 e6 HH] INSULTION, INTEGRN. JMKET COLOR FOR ALL SIZES (NO COLOR OF BOX SH WITH v TMS). SHED GRAPE _ See Pole Dail 3. !LIGHTING ONTRD I m: REFER TO DESCRIPTION AND SCH0MTC ON DMWINGS. U) ce) 4. LUMINARIES, A5 LISTED -NO SUBSTITUTES. EE INSTALL IOWA DOT SPEC N0 LL MTFXRIE WOVEN FPERIC 5. LIGHT POI rs kCONCRETE MCHDR IMS . REFER TO POLE DDAL ON U SILT FENCE MATERIAL DRAWINGS. DEPTH OF 3/4• D_ 6. LIGHT MI F CIRCUIT d H DHDIF CONNECTIONS: BUCHMM/IDFFL NED RIVER ROCK TO EXTEND CONNECTOR KITS WITH RUBBER BOOTS, SRENKMAY TYPE Al COPPER BEYOND BOX. CONDUCTOR CONSTRUCTION SET -SCREW CONDUCTOR FASTENING. SURMIE FOR COPPER CONDUCTORS. REFER TO CIRCUIT SCHEMATIC DETAIL ON DRAWINGS MD CONNECTOR TABLE. 7. HNNWOLE: OVAZRE POLYMER-CONORD£. MARKED 'ELECTRIC' OR 'UGHTNG'. GREEN COLOR, FOR 22 RATED WITH EXTRA HFAW DUTY COVETS. REFER TO DUAL ON DRAWINGS AND HANDHOU SCHEDULE. 5. Pp 3�C 5/8' WIDE. 15M LB RATED, POLYESTER BRAD. DISTMCE MARKED PULL TIPS S. WMNING WE 3 -INCH WIDE DDECTMLE POLYESTER ELECTRIC L WMNING TME (RED COLOR) WTH SUBSURFACE GRAPHICS. 1. BOX k UD: CONTRACTOR FURNISHED/CONTRACTOR INSTALLED 2. GRAVEL BASE h GEOTEX FABRIC: CONTRACTOR FURNISHED/CONTRACTOR INSTALLED 1 HANDHOLE DETAIL SCALE: NONE 1/16/2018 10:4419 M J:\2017\10150111.01\CAD\DWge\E\E000 GENERAL INFORMATION.dWg KEY NOTES: (D I HANDHOL 4 THHIIe FOR FUTURE USE TO SERVE MPHITHUTER POWER AND LIGHTING. WRIFY FINAL LOCATION PRIOR TO ROUGH -IN. 2 HANDHOI F A2 (HH2): FOR FUTURE USE TO SERVE HMDSCME STARE POWER AND LIGHTING. VERIFY FIWV_ LOCATION PRIOR TO ROUGH -IN. 3 HANMOLE 43 (HH3): FOR FUTURE USE TO SEINE SPIASH PM POWER AND LIGHTING. VERIFY FIRAL LOCATION PRIOR TO ROUGH -IN. 4 HMCHOLE 44 f111141: FOR FUTURE USE TO SERVE PAN GARDEN POWER AND UGHTNG. VERIFY FINN. UMATION PRIOR TO ROUGH -IN. 5 HANDHOL 15 (HH5)' FOR FUTURE USE TO SERVE POETRY CIRCLE SOUTH POWER MD LIGHTING. VERIFY FINAL L TON PRIOR TO ROUGH -IN. 6 HMDHOLE 06 (HH6): FOR FUTURE USE TO SERVE POETRY CIRCLE NORTH POWER AND LIGHTING. VERIFY FINAL LOCATION PRIOR TO ROUGH -IN. 7 HANDHOLE /7 (HH7): FOR FUTURE USE TO SERVE ENTRY SIGN POWER, VERIFY FINN. LOCATION PRIOR TO ROUGH -IN. 8 EXISNNG PHASE 1 LIGHTING WNIRIXLM 41 (LC11: P. MANUFACTURER: STATES MANUFACTURING, ORDER NO. SE17-71836. b. REFER TO LCI LIGHTING CONTROL WIND SCHEMATC ON SHEET ESOT. c. REMOVE EXISTING UTLI METER SOCKET MD SERVICE CONDUCTORS BANK TO UTILITY SERVICE POLE REDUCE WITH NEW 4X STNNLLSS STEEL PULL BOX WITH CI MP COVER MD PM LOG( HASP TDR NEW FEEDER CIRCUIT FROM NEW PMEL MOP LOCATED IN WEST RESTROOM SLIMING. d. EXISTING PANEL P1: MD TWO (2) 2M/1P CIRCUIT BREAKERS AND ONE (1) 60A/3P CIRCUIT BREMER. e. MD TWO (2) 125 -VM, 20 -AMP SCI DUPLEX WUTHERPROOF RECEPTACLES IN NEMA .TR 1 -GANG CAST ALUMINUM BOXES (APPLEfON OR KILLMK) WITH MDPT IN -USE HEAW-DUTY COVERS. CONNECT EACH ON SEPARATE 20A/1P BRANCH CIRCUTS TO PMEL P1 NEW 1P BRWCH CIRCUIT BREMERS. I. ADD NEW PANEL P6, I20/208 -VM, 3-PHASE 4 -WIRE 100 -MP. MLA. 16 -POLES. WITH (12)- 20A/1P SPARCH CIRCUIT BREWERS. LOCATE IN MATCHING NEEM 311 LOCKMLE CABINET WITH INNER HINGED DOOR, MOUNTED ON REAR SIDE OF LC1 CARNET. CONNECT PANEL P6 TO NEW 60A/3P CIRCUIT BREMM WITH (4-/3 + /6 OND) THROUGH THREE(3) 2 -INCH SHORT NIPPLE WITH INSULTED BUSHINGS. PMEL P6 BRANCH CIRCUITS TO SERVE GFCI DUPLEX RECEPTMLES IN NEW UGHTING POLES. 9 EXISTING LCI ELECTRIC SERVICE: DISCONNECT AND REMOVE ELECTRIC SERVICE TO LC1 MERE SOCKET. REMOVE CMU BETWEEN TOP OF UTILITY SERICE POLE MD METER SOCKET. REMOVE UMSED CONDUIT. CUT/CM MO ABANDON BURIED CONWT. IORSER OPTIC ILEO) SERVICE CONDUIT, PROADE AND INSTALL 2 -INCH HOPE SCH SO CONTINUOUS COIL CONDUIT WITH PULL WE FROM EXISTNG GOY FO HANDHOIE TO NEW EO HANDHOLE (HH1) LOOTED ON NORTH SIDE OF WEST RESTROOM BUILDING. REFER TO SHED T100 FOR NEW FO HMOHOLE (HH1) LOCATION. 11 NEW ICU FEEDER CIRCUIT: REFER TO ELECTRIC ONE -UNE OMIMM FOR NEW FEEDER CIRCUIT FROM NEW PMEL MDP TO EXISTING LCI 12 UTUm PM MOUNTED TRANSFORMER, ELECTRICAL CONTRACTOR SIAL PROVIDE MO INSTALL CONCRETE PM IN MCOROMCE WITH ELECTRIC UTILITY COMPANY REQUIREMENTS. AMD BURIED PIPING WITH UTILITY TRANSFORMER LOCATION. VERIFY FINAL LOCATION PRIOR TO ROUGH -IN. 13UNDMGMUND FIFCTRIC RERAM IJNL BURIED ELECTRIC SEFMCE UNE PROMDED AND INETALEG BY ELECTRIC UTILITY COMPANY. 14UTIm SDUCE GGNOUff S'T R -O Dc. TWO (2) {-INCH CONDUIT ELBOWS, 35 -INCH MENUS. PLUG/CM BOTH BURIED ENDS. 155ECONOART' SERVICE CIXROLIIS REFER TO ELECTRIC ONE -UNE OIMRA81 FOR SETMCE CONOIILTOfl SIZE MD CONDUITS. 16 WEST RR BUJDING MOP, TWO (2) 3 -INCH CPS CONDUITS FROM MOP OUT TO BEYOND CONCRETE PATO/SIDEWNL( SLS CAPPED MD MARKED FOR FUTURE USE. GENERAL NOTES: 1. UGHTING INSTN TION SHALL BE IN MCORDMCE WITH IOWA DOT STANDARD SPECIFICATION SECTION 2523. HIGHWAY UGHTNG UNLESS OTHERWISE NOTED. 2. UGMING MATERIALS SHALL BE IN MCORDMCE WITH IOWA GOT STMDMD SPECIFICATION SECTION 4185. UGHTING MATERIALS UNLESS OTHERWISE NOTED. 3. CONTUCTOR SHAT COORDINATE ROUTING MD INSTd TION OF CONDUIT SYSTMI WITH EXISTING MD PROPOSED UTILITIES. STIRUCTURES MD EQUIPMENT. CONTRACTOR SHNL BE RESPONSIBLE TO OBTAIN LOCATES ON ALL UNDERGROUND UTILITIES AND VERIFY CLEYYACES BEFORE BORING, TRENCHING OR EXGVATON. 4. CONTRMTOR SHNL PROWDE SUMITIALS FOR THE FOLLOWING MATERWB/EQUIPMENT. 0. UGHTINC CONTROLLER. b. LUMINNRES. c. POLES (INCLUDING WIND LOAD CVLCUUTIONS MO COLOR CHIPS). d. WIRE AND CMU. e. CONNECTORS. Y. CONDUIT g. HANMH . h. PULL TAPE AND WMNING TME I. C.T. CABINET 1. CONTRACTOR SHALL COORDINATE ELECTRIC SERACE CONNECTIONS WITH LOCI. ELECTRIC UTILITY COMPANY. 2. INSTALATRIN SILL MEET ALL MPUCABLE ElECRIC UTILITY NEC CODES AND REQUIREMENTS. 3. ELECTRIC SERVICE CONDUCTORS SHAH BE 51RANDED COMM. TYPE XHHW OR XHHW-2 INSULATION. INTEGRAL JMKET COLOR (NO COLOR TMS), IN CONDUIT AS INOMATED ON THE OMENCS. LIGHTING A POWER CIRCUITS 1. INSTALL UGHTING CIRCUIT CONDUITS 36 -INCHES BELOW FINISHED GME MD PROVIDE 3 -INCH WIDE DETECTMLE PLASTIC "ELECTRIC" WMNING WE ABOVE AL COMMIT AT 1'-6' BELOW FINISHED GRADE. 2. WIRING INSTALLED IN CONDUIT SHAW BE SINGLE -CONDUCTOR COPPER STRANDED TYPE XHHW- OR XHHW-2: FOR PHASE, NEURUL AND GROUND CONDUMRS: INTEGRN. JACKET COLOR (NO COLOR TMS). 3. UNLESS OTHERWISE INIX ED, CONDUR SHALL BE CONTINUOUS LENGTH 2 -INCH SCHEDULE 40 HOPE UL/ETL USIED. SMOOTH WALL INSIDE/OUTSIDE, BLACK WITH RED STRIPE. USE SCHEDULE 80 HOPE CONDUIT UNDER PAWNG MD/OR DRIVEWAYS. 4. COORDINATE COMMIT ROUTING WITH MMDSGME PLANTINGS. GO NOT LOCATE UNDER TREES S. PLL UGHTNG UNIT, WNOHOLES MO LIGHTING CONIHOI_ERS SH BE CONNECTED TO THE GROUNDING SYSTEM. PLACE GROUND RODS AND EACH UGHTNG POLE MD UGHTNG CONTROLLER; REFER TO DRAWING DMULS. 6. ALL UGHTNG LOADS SHILL BE CONNECTED 208 -VM 'LINE -TO -UNE'. 7. TOUCH-UP ALL PANTED SURFACES WITH FACTORY SUPPUED TOUCH-UP PANT. 8. HMDHOLES SIAL BE M INDICATED; REFER TO DRAWLING DDNL. LEGEND: ---- HaYlI01e Sdiriie ® T4 8 UGHTING CONTROLLER CABINET K"mmi, Hill A hiUea_er 17X"m a HH2 N&M. S. a 17X3OXm R HNi Splash Pad lA3GK24 a IRIS RainCNen 12X524 I4 HH5 PcetryClMe North IA"24 e5 HHE Pwuy Circle 50 h IA"24 e6 HH] U..SI 13%24X24 v IH8 SWfi ti PWP imam See Pole Dail 1/16/2018 10:4419 M J:\2017\10150111.01\CAD\DWge\E\E000 GENERAL INFORMATION.dWg KEY NOTES: (D I HANDHOL 4 THHIIe FOR FUTURE USE TO SERVE MPHITHUTER POWER AND LIGHTING. WRIFY FINAL LOCATION PRIOR TO ROUGH -IN. 2 HANDHOI F A2 (HH2): FOR FUTURE USE TO SERVE HMDSCME STARE POWER AND LIGHTING. VERIFY FIWV_ LOCATION PRIOR TO ROUGH -IN. 3 HANMOLE 43 (HH3): FOR FUTURE USE TO SEINE SPIASH PM POWER AND LIGHTING. VERIFY FIRAL LOCATION PRIOR TO ROUGH -IN. 4 HMCHOLE 44 f111141: FOR FUTURE USE TO SERVE PAN GARDEN POWER AND UGHTNG. VERIFY FINN. UMATION PRIOR TO ROUGH -IN. 5 HANDHOL 15 (HH5)' FOR FUTURE USE TO SERVE POETRY CIRCLE SOUTH POWER MD LIGHTING. VERIFY FINAL L TON PRIOR TO ROUGH -IN. 6 HMDHOLE 06 (HH6): FOR FUTURE USE TO SERVE POETRY CIRCLE NORTH POWER AND LIGHTING. VERIFY FINAL LOCATION PRIOR TO ROUGH -IN. 7 HANDHOLE /7 (HH7): FOR FUTURE USE TO SERVE ENTRY SIGN POWER, VERIFY FINN. LOCATION PRIOR TO ROUGH -IN. 8 EXISNNG PHASE 1 LIGHTING WNIRIXLM 41 (LC11: P. MANUFACTURER: STATES MANUFACTURING, ORDER NO. SE17-71836. b. REFER TO LCI LIGHTING CONTROL WIND SCHEMATC ON SHEET ESOT. c. REMOVE EXISTING UTLI METER SOCKET MD SERVICE CONDUCTORS BANK TO UTILITY SERVICE POLE REDUCE WITH NEW 4X STNNLLSS STEEL PULL BOX WITH CI MP COVER MD PM LOG( HASP TDR NEW FEEDER CIRCUIT FROM NEW PMEL MOP LOCATED IN WEST RESTROOM SLIMING. d. EXISTING PANEL P1: MD TWO (2) 2M/1P CIRCUIT BREAKERS AND ONE (1) 60A/3P CIRCUIT BREMER. e. MD TWO (2) 125 -VM, 20 -AMP SCI DUPLEX WUTHERPROOF RECEPTACLES IN NEMA .TR 1 -GANG CAST ALUMINUM BOXES (APPLEfON OR KILLMK) WITH MDPT IN -USE HEAW-DUTY COVERS. CONNECT EACH ON SEPARATE 20A/1P BRANCH CIRCUTS TO PMEL P1 NEW 1P BRWCH CIRCUIT BREMERS. I. ADD NEW PANEL P6, I20/208 -VM, 3-PHASE 4 -WIRE 100 -MP. MLA. 16 -POLES. WITH (12)- 20A/1P SPARCH CIRCUIT BREWERS. LOCATE IN MATCHING NEEM 311 LOCKMLE CABINET WITH INNER HINGED DOOR, MOUNTED ON REAR SIDE OF LC1 CARNET. CONNECT PANEL P6 TO NEW 60A/3P CIRCUIT BREMM WITH (4-/3 + /6 OND) THROUGH THREE(3) 2 -INCH SHORT NIPPLE WITH INSULTED BUSHINGS. PMEL P6 BRANCH CIRCUITS TO SERVE GFCI DUPLEX RECEPTMLES IN NEW UGHTING POLES. 9 EXISTING LCI ELECTRIC SERVICE: DISCONNECT AND REMOVE ELECTRIC SERVICE TO LC1 MERE SOCKET. REMOVE CMU BETWEEN TOP OF UTILITY SERICE POLE MD METER SOCKET. REMOVE UMSED CONDUIT. CUT/CM MO ABANDON BURIED CONWT. IORSER OPTIC ILEO) SERVICE CONDUIT, PROADE AND INSTALL 2 -INCH HOPE SCH SO CONTINUOUS COIL CONDUIT WITH PULL WE FROM EXISTNG GOY FO HANDHOIE TO NEW EO HANDHOLE (HH1) LOOTED ON NORTH SIDE OF WEST RESTROOM BUILDING. REFER TO SHED T100 FOR NEW FO HMOHOLE (HH1) LOCATION. 11 NEW ICU FEEDER CIRCUIT: REFER TO ELECTRIC ONE -UNE OMIMM FOR NEW FEEDER CIRCUIT FROM NEW PMEL MDP TO EXISTING LCI 12 UTUm PM MOUNTED TRANSFORMER, ELECTRICAL CONTRACTOR SIAL PROVIDE MO INSTALL CONCRETE PM IN MCOROMCE WITH ELECTRIC UTILITY COMPANY REQUIREMENTS. AMD BURIED PIPING WITH UTILITY TRANSFORMER LOCATION. VERIFY FINAL LOCATION PRIOR TO ROUGH -IN. 13UNDMGMUND FIFCTRIC RERAM IJNL BURIED ELECTRIC SEFMCE UNE PROMDED AND INETALEG BY ELECTRIC UTILITY COMPANY. 14UTIm SDUCE GGNOUff S'T R -O Dc. TWO (2) {-INCH CONDUIT ELBOWS, 35 -INCH MENUS. PLUG/CM BOTH BURIED ENDS. 155ECONOART' SERVICE CIXROLIIS REFER TO ELECTRIC ONE -UNE OIMRA81 FOR SETMCE CONOIILTOfl SIZE MD CONDUITS. 16 WEST RR BUJDING MOP, TWO (2) 3 -INCH CPS CONDUITS FROM MOP OUT TO BEYOND CONCRETE PATO/SIDEWNL( SLS CAPPED MD MARKED FOR FUTURE USE. GENERAL NOTES: 1. UGHTING INSTN TION SHALL BE IN MCORDMCE WITH IOWA DOT STANDARD SPECIFICATION SECTION 2523. HIGHWAY UGHTNG UNLESS OTHERWISE NOTED. 2. UGMING MATERIALS SHALL BE IN MCORDMCE WITH IOWA GOT STMDMD SPECIFICATION SECTION 4185. UGHTING MATERIALS UNLESS OTHERWISE NOTED. 3. CONTUCTOR SHAT COORDINATE ROUTING MD INSTd TION OF CONDUIT SYSTMI WITH EXISTING MD PROPOSED UTILITIES. STIRUCTURES MD EQUIPMENT. CONTRACTOR SHNL BE RESPONSIBLE TO OBTAIN LOCATES ON ALL UNDERGROUND UTILITIES AND VERIFY CLEYYACES BEFORE BORING, TRENCHING OR EXGVATON. 4. CONTRMTOR SHNL PROWDE SUMITIALS FOR THE FOLLOWING MATERWB/EQUIPMENT. 0. UGHTINC CONTROLLER. b. LUMINNRES. c. POLES (INCLUDING WIND LOAD CVLCUUTIONS MO COLOR CHIPS). d. WIRE AND CMU. e. CONNECTORS. Y. CONDUIT g. HANMH . h. PULL TAPE AND WMNING TME I. C.T. CABINET 1. CONTRACTOR SHALL COORDINATE ELECTRIC SERACE CONNECTIONS WITH LOCI. ELECTRIC UTILITY COMPANY. 2. INSTALATRIN SILL MEET ALL MPUCABLE ElECRIC UTILITY NEC CODES AND REQUIREMENTS. 3. ELECTRIC SERVICE CONDUCTORS SHAH BE 51RANDED COMM. TYPE XHHW OR XHHW-2 INSULATION. INTEGRAL JMKET COLOR (NO COLOR TMS), IN CONDUIT AS INOMATED ON THE OMENCS. LIGHTING A POWER CIRCUITS 1. INSTALL UGHTING CIRCUIT CONDUITS 36 -INCHES BELOW FINISHED GME MD PROVIDE 3 -INCH WIDE DETECTMLE PLASTIC "ELECTRIC" WMNING WE ABOVE AL COMMIT AT 1'-6' BELOW FINISHED GRADE. 2. WIRING INSTALLED IN CONDUIT SHAW BE SINGLE -CONDUCTOR COPPER STRANDED TYPE XHHW- OR XHHW-2: FOR PHASE, NEURUL AND GROUND CONDUMRS: INTEGRN. JACKET COLOR (NO COLOR TMS). 3. UNLESS OTHERWISE INIX ED, CONDUR SHALL BE CONTINUOUS LENGTH 2 -INCH SCHEDULE 40 HOPE UL/ETL USIED. SMOOTH WALL INSIDE/OUTSIDE, BLACK WITH RED STRIPE. USE SCHEDULE 80 HOPE CONDUIT UNDER PAWNG MD/OR DRIVEWAYS. 4. COORDINATE COMMIT ROUTING WITH MMDSGME PLANTINGS. GO NOT LOCATE UNDER TREES S. PLL UGHTNG UNIT, WNOHOLES MO LIGHTING CONIHOI_ERS SH BE CONNECTED TO THE GROUNDING SYSTEM. PLACE GROUND RODS AND EACH UGHTNG POLE MD UGHTNG CONTROLLER; REFER TO DRAWING DMULS. 6. ALL UGHTNG LOADS SHILL BE CONNECTED 208 -VM 'LINE -TO -UNE'. 7. TOUCH-UP ALL PANTED SURFACES WITH FACTORY SUPPUED TOUCH-UP PANT. 8. HMDHOLES SIAL BE M INDICATED; REFER TO DRAWLING DDNL. LEGEND: ---- UNDERGROUND CONDUIT ® GROUND HMDHOLE, FLUSH 8 UGHTING CONTROLLER CABINET O KEY NOTE pf LTTLTY POLE FES POLE LIGHT + DECORATIVE EIGHT 0 POINT OF CONNECTION ABBREVIATIONS: iryL L ONO GROUND CONDUCTOR GRS GALVANIZED RIGID STEEL HOPE HIGH DENSITY POLYETHYLENE LC UGHTING CONTROLLER c-onFLUEncE LANDSCAPE ARCHITECT CONFLUENCE 8002ND STREET SE. SUITE 104 CEDAR RAPIDS IA U401 PH: 3184085401 CIVIL ENGINEER HR GREEN INC 3710 EMHART _ANE SW CEOM RAPIDS. IA 52404 PH: 318.WIANO CONTACT: AARON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITE W400 IOWA CITY, U 52240 PH: 319MU9311 CONTACT: HALL DCMMING MECH. / ELEC. ENGINEERS DESIGN ENGINEERS PC 8801 PRAIRIE VIEW LANE SW CEDAR RAPIDS. W 5404 PH'. 319.MMAW4 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IOWA CITY, IA52240 PH: 319.3337850 SUBMITTALDATES El rm�¢wmemasrwara uEw GENERAL INFORMATION CONFLUENCE PROJECT NO: 151M 2 E000 d c- iryL L Z w Z Q in LL (9 W p t o z 10- UL U) ce) F EE � N0 LL U z D_ SUBMITTALDATES El rm�¢wmemasrwara uEw GENERAL INFORMATION CONFLUENCE PROJECT NO: 151M 2 E000 II 1 / 1\ -\ -7 1__1 - it it I It If If It \ / 1 / /E� \\\1nt \t \ \\ ;tt _ rHHJ \ \ 1 _ `tea \ \\ 11 •\ 111 1I1 II It �.rHH2 / `I II II iI I, �Y' i II II IIit Q II l 11 Il LC1-A6 D1 WOE 5 0 9`'lfl/tt1(✓'E6C1`90 BE REMOVED BY LRIM CO. x __-_--_ C1 s 0% —v LL[ W 0 O ID % 0 LLL F= �U L.L N �lll li � \\• `\ \�\ qjO / 1 I U\ \\ \ \\ \\ E 0... LCT -TYPE ALZ 4 \\\ C\ \\ C1-:.01 ENIk LARGED .SHEEP ESOJ v\ 1/lI 1 ..-- .LC1-A4 D4 1 111j1 \\\\ 111111111 TYPE 12 \\\ \�\\ (IIIIIII (1/III,III 11 HHTO \ \ \t\j, I �1�1J � I . • OO HH4 .. \\ \��/ HHB TPICPL a MITT -LC3- D1 .E :1 TO PANEL MOP O WEST r 3 RESTROOM -BUILDING -�/ TT+E l2. REFER TO ELECTRIC.e ® .ONE -UNE OIAGRMq.' / a SHEET E503' v ' a / UC3�'M 61 / / \ _ ` TYPE i .. • [ .. / NEW UGHRNG \\ / CONTROUER LC- I • /' REFER TO ELT / E502 \ / d 1\\ • -C3-A3 D2 \\ \ \ \ LC3-A1 D5 • \ \ TYPE L2 � \ \ LC3-A105 / TYPE L2 � 1/16/2018 9:05:37 AM J:\2017\10150111.01\GD\Dwg.\E\E101 TRAIL IAYOtJT.d.9 1 LAYOUT 0 w SCALE: ,• _ 40' 1 40� wTH r GENERAL NOTES: 1. REFER TO SHEET DODO GOR HANDHOIE SCHEDULE 2. REFER TO SHEET E501 FOR IJGHRNC UNIT SCHEDULE P0U� 845E MID CIRCUIT SCHEMATIC. 3. REFER TO SHEET E50J FOR LCt SNB -OUT CONNECTIONS. _EXISTING FIBER OPRC HANDHOLE (VERIFY EXACT LOCATION) EXIST. PARKING LOT LC1-AS De UGRT5 c"ICAL e8) -- II It ■t000 BLVD LC1-A507 1- 1 -A3 D8 ___- _ _ Ttt+E L2 E L2 T E . . no0 / O O O I 1 1 \ / I I / / / / / IN OU07 U U O- -O-O-O �i l I I \ I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I � / I I / I / I I I _ MATCHUNE E101 MICHUNE E102 conFLUEnCE LANDSCAPE ARCHITECT CONFLUENCE NO 2ND STREET SE, SUITE 104 CEDAR RAPIDS, IA 52001 PH: 319.0095101 CIVIL ENGINEER HR GREEN INC 871OE0VtMRTIANESW CEDAR RAPIDS, N SN04 PH: 319.8114000 CONTACT: WON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITE W00 IOWA CITY, IA 52240 PH: 319.338.9311 CONTACT:WUDOWWNG MECH.I ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE VIEW LANE SW CEDAR RAPIDS, N 524N PH', 319.9W.19W STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. MSHINGTCN STREET, SUTTE B IOWACRY, IA 52240 PH: 319 339]850 O L Z x UI U 0% —v LL[ W 0 O ID % (h LLL F= �U L.L L Ua ' SUBMITTAL DATES ISSUED FOR BID SET NOT FOR CONSTRUCTION CONFLUETN EI P EC NO LAYOUT 151052 E101 • '-7 . 1/16/2018 9:04:20 AM J:\2017\10150111.01\CAG\DW9e\E\E102 TRAIL UYOUTAW9 / / WTCHiE E101 .n__ MAMIUE E102 1 r j n Ll L, •-\ BORE UNDER 3-A4' CREEK TYPE L2 LAYOUT a SCALE i' v 40' `�� NppTN GENERAL NOTES: 1. REFER TO SHEET EOOD FGR HANDHOLE SCHEDULE 2. REFER TO SHEET E501 FGR UGMNG UNIT SCHEDULE. POLE ME AND CIRCUIT SCHEMAT,C. al COf1FLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 0002ND STREETSE, SUITE 10! CEDAR RAPIDS, A 52401 PH: 310.400.5401 CIVIL ENGINEER HR GREEN INC. 8710EARRARTLANESW CEDAR RAPIDS, a 524M PH: 3188410000 ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET. SUITEW400 IOWA CITY. R 52240 PH: 310.338.0311 CONTACT:WLLDOWNING MECH. / ELEC. ENGINEERS DESIGN ENGNEERS PC 8001 PRAIRIE VIEW LANE SW CEDAR RAPIDS, U 52404 PH: 318.0& 10N STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IGWA CRY. IA 5224O PH: 310.3337858 SUBMITTAL DATES ISSUED FOR BID SET NOT FOR CONSTRUCTION TRAIL LAYOUT CONFLUENCE PROJECT NO: 151002 E102 Cb �- Z pp W �w >Q �L aLL Ln UU o Ao>U)m� E2 O w r U a SUBMITTAL DATES ISSUED FOR BID SET NOT FOR CONSTRUCTION TRAIL LAYOUT CONFLUENCE PROJECT NO: 151002 E102 `s F P s LIGHTING UNIT SCHEDULE FIXTURE LAMPS VOLTS MOUNTING FIXTURE SPECIFICATION 3/4' PVC CONDUIT TYPE AND WATTS AC METHOD z REMARKS PpE IECEPMLTF Q W LU PHILLIPS LUMEC LUMINNRE: IOWA RIVER TYPE `Lp 522)LUMENS 208 GRADE LEVEL GPLG19L1 O50NW-G2-R2M-UNV-DMG042-RCD-COLOR TRAIL ii.In 55 WATTS LED O x BASE (RECEPTACLE) DON4�uooPw a COPPER CLAD STEEL G aW was ls..w as PHILLIPS LUMEC POLE: A7R74C1-2 COLOR -i XMLI012DEC 20' CURVED CONDOIT Q1 0.W An 11MPNu Plan lS.aiq Bflg GHTING UNIT. AND TAPERED ROUND AW MINUMMATURAL FINISH &NeNN FunJ L\W xeyN P3l,a�w CONTRACTOR TO VERIFY SIZE AS PER PAWS LEVEL PHILLIPS WMEC LUMINAIRE'. PEDESTRIAN rypE� 9818 LUMENS 200 GRADE GPLS03]-1BL]OONWG2-R2M-UNV-DMG-0 N2-RCO-COLOROMRE WALKWAY INSTAUATION. 3BWATTSENS cn BASE WIOCCUPANCY HALO SENSOR) (RECEPTACLE) NOTE 1.2 w WE1D L1.L2.L3 - e'-0' PHIWPS LUMEC POLE: ATR]4B-1 4COLORAX39.1 D 12 CIC POLE/ SUBMITTAL DATES � CONNECTION REFERDICE IOWA DOT U-201, TWE A FOR FOOTING TAPERED ROUND ALUMINUMRIATURAL FINISH CONSTRUCTION DETAILS PHILLIPSLUMEC LUMINAIRE: SAME AS TWE ttPE R3' 522] WMENS 200 GRADE LEVEL GPLS18L1050NWG2-R2M-UNWDMG-042-RCD-COLOR L1 BUT DIMMED SS WATTS LED BASE (RECEPTACLE) PHI WPS LUMEC POLE: ATR74C1-2O-0OLOR-1 XMI012DEC 20' CURVED AND TAPERED ROUND ALUMINUMNATURAL FINISH 1. TYPEL2: EACH POLE SHALL INCLUDE A WMINCH ROUND HOLE HATH RUBBER PLUG LOCATED 24 -INCHES BELOW THE TOP ON THE SIDE OPPOSITE THE LUMINAIRE FOR FUTURE CAMERA OR ANTENNA CABLES, 2. TYPE L2: EACH POLE SHALL INCLUDEA 2ND RANDHOLE LOCATED 24 -INCHES BELOW THE TOP ON THE SIDE OPPOSITE THE CABLE HOLE NOTE 1) FOR CABLE ACCESS. IOWA RNER TRAIL 1 LIGHT FIXTURE -TYPE L1, L3 SCALE: NONE 1/18/2018 10:44:00 AM J:\2017\101MIll.D1\CAO\Dwgs\E\E501 DETAILS AND SCHEDULES.Ewg PEDESTRIAN 2 WALKWAY LIGHT FIXTURE -TYPE L2 SCALE: NONE p2 FOR TO UGHTNG UNIT POLE. 5' A B' MIN. HWDHOLE DUCT M EXTEND 8' ABOVE TOP OF FOOTING. CHAMFER 1' D,IPTY CRS CONDUIT FOR FUTURE !� CAMERA OR ANTENNA, POLE T`PE 12 h 0 ONLY 3 UGHT POLE BASE L1, L2, L3 SCALE: NONE QOlL I. IECEPN0.6 ME TO BE CONNECIED TO HULA m PAISFS SN. P2. P3). 2LI C0.YNECIpb ARE M BE NSED AT 5 MPS. } L2CONNECIgS: MYA 5 -ISR 3/4' PVC CONDUIT � 'a GIA EMPUa R. NflRPK F}ISE AT 3o HNPs z PpE IECEPMLTF Q W LU I /3 AW WE COPPER W I� FWir Ay4M m n xosrewrreoca NyN No Fo Nl N..Lae.P GROUND BONDED TO POLE. ii.In T °Gn O x Q o CM 5/8' DIA. 8' LONG DON4�uooPw a COPPER CLAD STEEL G aW was ls..w as GROUND ROD. CONDOIT Q1 0.W An 11MPNu Plan lS.aiq Bflg GHTING UNIT. 112 AWC &NeNN FunJ L\W xeyN P3l,a�w CONTRACTOR TO VERIFY SIZE AS PER PAWS THAT CABLE WILL NOT BE U DAMAGED DURING INSTAUATION. 2CONtx cn U = FOOTINGNG W/ DEPTH:ERMICION w WE1D L1.L2.L3 - e'-0' SUBMITTAL DATES � CONNECTION REFERDICE IOWA DOT U-201, TWE A FOR FOOTING CONSTRUCTION DETAILS 3 UGHT POLE BASE L1, L2, L3 SCALE: NONE QOlL I. IECEPN0.6 ME TO BE CONNECIED TO HULA m PAISFS SN. P2. P3). /12ANP 10 TRAIL .. U e u 203 MLT TRUL IXNIINO CREST /8 Awc. cls ff IL1-AT. AS; ICS -N X0 MU FF➢ESTRKV WHnNO C. #e ARS. CIRCUIT LCI -M. A1: .11. N. M 120 MILT IECEPTALIE CIRCVIR. SNMm NEVIPAL A4 ANG. GRCUN ILt-0102.03.D4.05.N.07: LC]-Ol)ZOT.M.M.05.W.IlB V0.011.D12 GROUND )ONOUCI0R H ANG TYPICAL CIRCUIT SCHEMATIC 4 UGHTING CONTROLLER LCI & LC3 SCNE: NONE ConFLUEf10E LANDSCAPE ARCHITECT CONFLUENCE NO 2ND STREETSE, SUITE 104 CEDAR RAPIDS. M2401 PH: 319AOSWI CML ENGINEER HR GREEN INC 8710EARHARTLANESW CEDAR RAPIDS, IA 52404 PH: 318 541.AO[O CONTAOT:AARONGWNNUP ARCHITECT ROHRBACH ASSOCIATES PC ME. WASHINGTON STREET. SUITE"00 IOWA CDY, A 52240 PH: 319.338.9311 CONTACT: WILL DONNING MECH. / ELEC. ENGINEERS DESIGN ENGNEERS PC 9801 PRAIRIEVIEWIANESW CEDAR RAPI05. IA U404 PH: 319.984.1944 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112E. WASHINGTON STREET. SUITE B IOWA CITY, IA SM40 PH: 319.333.7850 2LI C0.YNECIpb ARE M BE NSED AT 5 MPS. } L2CONNECIgS: MYA 5 -ISR A PINSE N]E AT 13 MPS � GIA EMPUa R. NflRPK F}ISE AT 3o HNPs z PpE IECEPMLTF Q W LU I CtlNCIM,AN[ Tx TrPo Dol.. a+x W I� FWir Ay4M m n xosrewrreoca NyN No Fo Nl N..Lae.P nR.�all.ww. m m T °Gn O x Q o I DON4�uooPw a G aW was ls..w as N.iW.n Q1 0.W An 11MPNu Plan lS.aiq LL O 112 AWC &NeNN FunJ L\W xeyN P3l,a�w Few' msCry /12ANP 10 TRAIL .. U e u 203 MLT TRUL IXNIINO CREST /8 Awc. cls ff IL1-AT. AS; ICS -N X0 MU FF➢ESTRKV WHnNO C. #e ARS. CIRCUIT LCI -M. A1: .11. N. M 120 MILT IECEPTALIE CIRCVIR. SNMm NEVIPAL A4 ANG. GRCUN ILt-0102.03.D4.05.N.07: LC]-Ol)ZOT.M.M.05.W.IlB V0.011.D12 GROUND )ONOUCI0R H ANG TYPICAL CIRCUIT SCHEMATIC 4 UGHTING CONTROLLER LCI & LC3 SCNE: NONE ConFLUEf10E LANDSCAPE ARCHITECT CONFLUENCE NO 2ND STREETSE, SUITE 104 CEDAR RAPIDS. M2401 PH: 319AOSWI CML ENGINEER HR GREEN INC 8710EARHARTLANESW CEDAR RAPIDS, IA 52404 PH: 318 541.AO[O CONTAOT:AARONGWNNUP ARCHITECT ROHRBACH ASSOCIATES PC ME. WASHINGTON STREET. SUITE"00 IOWA CDY, A 52240 PH: 319.338.9311 CONTACT: WILL DONNING MECH. / ELEC. ENGINEERS DESIGN ENGNEERS PC 9801 PRAIRIEVIEWIANESW CEDAR RAPI05. IA U404 PH: 319.984.1944 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112E. WASHINGTON STREET. SUITE B IOWA CITY, IA SM40 PH: 319.333.7850 ISSUED FOR BID SET NOT FOR CONSTRUCTION DETAILS AND SCHEDULES CONFLUENCEPROJECTNO: 15105 2 E501 Y � z _ o Q W LU Z d W - - m m a t O x Q o LL a Q1 LL O ro M W U Lu cn U = w � SUBMITTAL DATES ISSUED FOR BID SET NOT FOR CONSTRUCTION DETAILS AND SCHEDULES CONFLUENCEPROJECTNO: 15105 2 E501 i1Cd-Ja:n1 THE LIGHTING CONTROL CABINET SMALL. BE A THREE PHASE 4 WIRE WEATHERPROOF CABINET, AND SHALL COWAN CIRCUIT BREAKERS, UGHTING CONTACTOR PHOTOELECTRIC CONTROL (PHOTOCELL), KEY SWITCH, TIMER, POWER DISTRIBUTION BLOMS, AND NEUMA/GROUND BONDING W. THE CABINET SHALL BE DEAD FRONT ME CA&NET AND ITS CONTENTS SHILL COMPLY WITH THE REQUIREMENTS OF THE UNDERWRITERS U (ORATORY INC. (UL) STMIDARDS UL -SOB PND UL -5091 ME ENCLOSURE SHALL HAVE A NEMA W RATING. 2. CABINET ENCLOSURE THE UGHTING SERVICE CABINET SHALL BE CONSTRUCTED FROM A MINIMUM 1/e' THICK A-UMINUM CONFORMING TO THE REQUIREMENTS OF ASTM B 208 FOR 5052-H32 ALUMINUM SHEET. THE CABINET SHALL HAVE TWO COMPARTMENTS. THE RICHT COMPARTMENT SHAL PROVIDE SPACE FOR THE UGHTING SERVICE PANEL AND THE PHOTOELECTRIC CONTROL CIRCUIT. THE G9NET SHILL HAVE AN ENCLOSED LEFT COMPARTMENT TO PROVIDE SPACE FOR SPUCING THE SERVICE ENTRANCE CONDUCTORS TO THE ROADWAY LIGHTS MAN CIRCUIT BREAKER. THE CABINET SHALL HAVE A WEATHERTIGHT HINGED ODOR OPENING TO THE RIGHT (RIGHRIANDED DOOR). ME DOOR SHALL BE EQUIPPED WITH A THREE-POINT LOCKING MECHANSM THAT OPERATES FROM A SINGLE EASY -TURNING HINDI -E. ME CABINET DOOR SHALL LOCK WITH A STANDARD POLICE LUCK AND KEY. (4 KEYS SHALL BE FURNISHED). ME DOOR SHA1 HAVE LOWERED VERS WITH SCREENING OR PERFORATED MEAL ME HINGES, HINGE PINS, LOCKS AND LOCK COVERS SHA -L BE OF STANUB STEEL OR OTHER NON -CORRODING MATERIA. HINGES MAY BE WELDED ON OR FASTENED WITH STAMESS STET TAMPERPROOF BOLTS. GANNET SMALL INCLUDE INNER HINGED DOOR W/CUT-OUR FOR CIRCUIT BREAKERS, RECEPTACLES AND CONTROLS. TWO CIRCUUR WINDOWS SHALL BE AT ME RIGHT UPPER BACK CORNER OF ME CABINET FOR ME PHOTOCELL. ONE WINDOW SHALL BE ON ME BUCK CABINET WALL ME WINDOW SHALL HAVE A DWMETER OF 3-1/2'. ME WINDOWS SHALL BE OF 1/e' THICK CL£M POLYCARBONATE AND BE INSTALLED IN A MANNER MAT DUES NOT SACRIFICE ME WEATHER-TGHMESS OR ME SECURITY OF ME CABINET. ME CIBINET TOP SKILL BE CROWNED OR SUNTFD TO ME REAR TO PREVENT STANDING WATER. AND SHALL MONDE A 2' ONERd G. ME UFTING EARS SHALL HAVE A UFTNG CAPACITY EQUAL TO ME WEIGHT OF ME COMPLETELY WIRED CABINET PLUS 25 PERCENT. A 500 HBe. CAPACITY MINIMUM, ME EXTEBOR SEAMS FOR CABINET AND DOORS SHALL BE CONTINUOUSLY WELDED OR SEALED WITH SILICON SENAIT. AL1 EXTERIOR WELDS SHALL BE GROUND SMOOTH. Al SHARP EDGES SMALL BE FILED. ANCHOR BOLTS SHALL BE PROVIDED FOR PAD MOUNTING. A SOLID BUTTL RUBBER GASKET SHAT BE PROVIDED FOR BETWEEN ME PAD AMID ME CABINET. 3. ELECTRICAL EQUIPMENT AND WIRING ENTRY CABLE FEEDER CIRCUIT LOCKABLE PULL BOX SHILL BE MOUNTED TO ME LEFT CANNET WILL FACING TO ME LEFT. EXPOSED FEEDER CONDUIT SHALL RE CONCFA.ED IN CONDUIT CHASE. ME LIGHTING SERVICE GANNET SHALL HAVE CIRCUIT BREAKERS. AND UG 1413 CONTACTORS AS INDICATED ON ME DRAWING SCHEMATICS AND SCHEDULES. ME CIRCUIT BREAKERS SHALL BE THERMA--MAGNETIC TWE, SQUARE D. CUTLER HAMMER OR GENERAL ELECTRIC. EACH BRANCH CIRCUIT BREAKER SHALL BE BOLTED ONTO A COPPER BUS. ME MAN SERVICE ENTRANCE CIRCUIT BREAKERS SHAL BE UL USTED FOR SUCH USE. NON -CONTACTOR CONTROLLED BRANCH CIRCUIT BREAKERS SHALL SE PROVIDED AS INDICATED ON ME DRAWINGS. ME BRANCH CIRCUIT BREAKERS SHALL BE SIZED TO ACCOMMODATE A NO. 4 AND WIRE WITHOUT SPURTING. ILL UGHTING CONTACTORS SMALL. HE 3 -POLE. NORMALLY OPEN. EIECTRICNLY HELD. AND SHILL BE RATED FOR TUNGSTEN FILAMENT ANO BA-UAST UGHTNG LOADS. ME UGHTING COWACTORS CONTACT SHAH BE RATED FOR 2OBVA2, MIN. ME UGHTNG CONTACTORS CCL SHALL BE RATED FOR 1POVAC. ME COWROL COIL SHALL BE ACTUATED BY A PHOTOCELL IND PROTECTED BY A 15 MMP CIRCUIT BRED R ON ME UNE S1DE OF ME PHOTOCEL MND KEY SWITCH. ME UGHTING CONTACTORS SHALL BE ALEN BRADLEY SWR CURER DUMMER CN35. OR SQUARE D TYPE S. CLASS 8903. ME MAN BREAKERS. LIGHTING CONTACTOR. AND BRANCH CIRCUIT BREAKERS SHAL BE MOUNTED ON A REMOVABLE PINE- A SEPARATE DEAD MOW SHALL GOER ME PANEL AND SHILL BE HINGED ON ONE SIDE AND HELD IN PLACE WITH QUICK RELEASE CAPWE FASTENERS. AL1 NEUTRAL/GROUND BONDING BARS, BUS BARS AND ELECTRICAL CONDUCTORS SHALL BE COPPER. ALL TERMINAS SHALL BE UL USTED FOR COPPER AND NDMINUM WIRES. ALL WIRING INSIDE ME CABINET SHALL BE SUFFICIENT LENGTH TO ALLOW FOR CONRUCTION. 1/18/2018 10:43:43 AM J:\2017\10150111.01\CAD\Dwgs\E\ES02 DETALS AND SCHEDULES.dwg SURGE PROTECTION DEVICE (SPD) SHALL BE DESIGNED, MANUFACTURED ANO TESTING IN ACCORDANCE WITH ANSI/UL 1449, LATEST EDITION. SPD MNiUFACNRERS: SQUARE D. CURER HAMMER, OR GENERA- ELECTRIC. CATEGORY C - 240 RA PER PHASE MID 120 KA PER MODE USING THERMNIY PROTECTED MOUS. LOCATED ON LOAD SIDE OF MAN CIRCUIT BREAKER, INTEGRAL MONITORING FEATURES: 1) PROTECTION STATUS INDICATORS, 2) REMOTE STATUS MONITOR CONTACT, 3) AUDIBLE ALARM h SILENCE BUTTON, AND 4) SURGE COUNTER LOCATE DISPLAY ON INTERIOR POOR PANE.. GROUND FAULT DUPLEX RECEPTACLE: EXTRA HEAVY DUTY GRADE. 125 -VAC, 20 -AMP. MANUFACTURER: HUBBELL CM5262 GYTR; PASS AND SEYMOUR OR LEVITON. LDCATE ON INTERIOR DOOR PANEL 4. PHOTOELECTRIC CONTROL A PHOTOELECTRIC CONTROL MOUNTING RECEPTACLE (EEL/NELU STANDARD 3-TEBMIN4. TWIST -LOCK TYPE). SHALL BE MOUNTED WITHIN RTE GANNET NEAR THE POLYCARBONATE WINDOW. THE WIRES TO ME PHOTOELECTRIC CONTROL MOUNTING RECEPTACLE SHAL BE SINGLE CONDUCTOR NO. 14 AWG. STRANDED COPPER CONDUCTORS. THE PHOTOELECTRIC CONTROL SHALL BE OF A SOLD STATE CRYSTAL SENSING TWE WITH AN INVERTED TURN -ON / TURN-OFF DESIGN ME PHOTOELECTRIC CONTROL DEVICE SHALL HAW A 'TURN ON' LEVEL OF 32 LUX AT ME APPROPRIATE VOLTAGE. THE 'TURN OFF' LEVEL OF ME CONTROL DEVICE SMALL. BE BOX OF ME TURN -ON VALUE 5. TIMER ME ELECTRONIC TIME SWITCH SHALL BE A PROGRAMMABLE SOLID STATE DIGIT& ELECTRONIC TWE CAPABLE OF CONTROLLING 2 CIRCUITS INDEPENDENTLY MGM A CENTRAL LOCATION. A MANU& CONTROL SHALL BE PROVIDED FOR TACH CIRCUIT TO ENABLE SNITCHING ETHER CIRCUIT "ON' OR *OFF*. ME TIME SWITCH SHALL PROVIDE FOR FULL YEAR CONTROL AND PROVIDE ME CIPMIUTY OF BEING PROGRAMMED FOR HOUMYS BY MONTH AND DATE ASSIGNMENT. A TOT& OF 320 SE POINTS SHALL BE PROVIDED AND SHA -L BE ASSIGNABLE IN ANY COMBINATION TO ON TIMES, OFF TIMES, MYUGHT SAVING TIME DATES AND HOLIDAYS. A SOLD STATE CIRCUIT SHALL PROTECT PROGRAM ARO TIME OF DAY DATA FOR A MINIMUM OF 24 HOURS. ME TIME SWITCH IS TO BE POWERED BY A 120 VA.C.-W Hz SOURCE SWITCH CONFIGURATION TO BE SPOT POR EACH CIRCUIT WITH A RATING OF 15A UL LISTED. ME TIME SWITCH STALL BE AN INTERIMTIC INC.. MODEL ET70215C. 6. KEY SWITCH ME KEY SNITCH SHALL BE MOUNTED ON ME CONTROL STATION ACCESS DOOR. ME SWITCH SHALL BE KEY OPERATED MOM ME EXTERIOR OF ME CABINET. PROVIDE A MINIMUM OF (4) KEYS. HEAVY DUTY SELECTOR SWATCH, 3 POSITION MANTNNED-KEY OPERATED: BOWE D TYPE K. CLASS 9001. ALLEN SMILEY BOOT SERIES OR CUTLER HAMMER 102507 SERIES. PULL BON MG. 1' CONDUN 5/3'. . 10'-0' LONG COPPM O.AD STEEL GROUND RODS W/".EPMIC WE -DS 10'-0' MIN SPACING .Ileo •9 JGP •:: ea :• .N e 3/4' CRIMPER ALL EDGES 12-/4 TIES /s o 12' Ew J TAB o 1 10—#4 1 PLAN NPM 1/Y . B' HOT -DIP u t1 1/2'xREO ICHOR \\117111 BOLTS. WASHERS k u NIT15. TAVL 4. -PPM PIDLIX2(IBIE N \\11111 MALT PN WWOIF SMIRCH COMMIT h CAI £ MOM P.WD, MOP. SEE PAWS CONTROL I ANCHOR BOLTS CABINET (TYP o 4) ELEV 649.2 10-/4 4,000 PMS SyI CONCRETE 210-/4 DOWELS W/4' LEGS 5 0 12' EW Tk8 n 12—j4 RES EQ (3' FROM T&B) MOW ELEVATION JI ,, 04,E„Il;d i P.E.C. MNWW — 3-1/r VIA GM DUPLEX PMC16 WIN USE m-SVAPATE CK15 5/B' . 1R' COPPER 'CUD GROUND ROD 'RIGID 3 TO HOPE AlN'TFR. ow) e SCH.40 HOPE CONOUR ! CIRCUITRY PER Rµ. EXTEND RIGID CONDUIT 5'-0' FROM FWNCATON. "CIL) UCAO STfEI. CONDUITS 'ATH IRHTNG :cmouc 6 PEA PVH SID mm REAR THEY LJGFRING CONTROL CABINET L.IM ELEVA]IONS xm To wNE F11Y W8.2 PLACARD NOTE: UGHTNG POLE RECEPTACLES NORMALLY OFF (TYPAL. J m BDA. W - a Bim• N sem: ry (18) POLE. IODA MLO (12)-2WIP BRANCH TI ew BREN ERS (6) -LLP SPACES TT DETAILS AND SCHEDULES CONFLUENCE PROJECT 40: 151052 E502 COf1FLUEf10E ----i W LANDSCAPE ARCHITECT CONFLUENCE 90D 2NO GTREET SE, SURE 104 CEDAR RAPIDS, IA 52401 PH: 319409.5401 I �naTyTD CONTROLCIVIL ENGINEER I/ HR GREEN INC. I 8710 EARHARI' LANE SW I CEDAR RAPIDS, IA 52404 I PH: 318 W 1 AOD0 I CONTACT: AARON GWINNUP zw I 0 wN PoAv MID N ARCHITECT 204 I ROHRBACH ASSOCIATES PC sP--�l—eM Po/PO F/Sf 325 E. WASHINGTON STREET, SUITE W00 dr1-��B PEOFSRMry WNNCMAY IO VACITY,IASM40 36A IUGHTSPH: 319MI3.9311 BN M/Po NYHA RIVER CONTACT: MU. DONMING 0 ,Rra Iwms 2M I Ta�0 M TECH. /TATO. ENGINEERS I 1%AT UGHM DESIGN ENGNEERS PC 2 HWY a 8501 PRAIRIE VIEW LANE SW 1 0TH CEDAR RAPIDS, U 04N PH: 319M4AN4 e u SRRE 20A I STRUCTURAL ENGINEERS .�r�a Ae SPARE RAKER RHODES zw ENGINEERING 41'-e�W N Spm 112 E. WASHING STREET, SUITE B IOWA CITY, U 5234040 Bw WPM PECFPf PH: 319.3337850 WBT�N AT LW E%IEMOR e � DUW RECEPT I N I I AT LC3 EXIF3NIOR I I N m � clm H O, p O ' 7- LL a Ci1W F O ADi U) M Q'U/wc� vJ U 2 I I IL I 2M 4T'----rp8 sT1..8 m F—x SUBMITTAL GATES 204 M7E ��B m —Tx 20A fUNPF Po/m B 0 D5 a ISSUED FOR �—x N ir---Le BIO sET N I NOT FOR I I CONSTRUCTION DETAILS AND SCHEDULES CONFLUENCE PROJECT 40: 151052 E502 muu 1.. 1. 4—W CTI SNE fIHXE! YIXWUY NOM B311pI DR COMMIT SPME. COPPER 9115 NFASE D AN"So E) .. ULy6RO. 2. 11 INIESI SURGE NMECIIWI DEN F. UL -1440 INET mIONI RIPENS OUNORY C 90 K/. PER RMg ISO KA PER Ip CE II IIQVUIGRS AVg9E NMY/311F]ICE 9Tg1 AND AF,TTIHE SUBS 011l N. ILQRTASE M MPI(:11113R5: SSKI D. SEN. EILIRC. PPIFP—... SdES. ONE—[ INF KEY NOTES O 1 URLM PAD MOUNTED TRANSFORMER: EfECTRICAL CONTRACTOR SHALL PROVIDE AND INSTNI. CONCRETE PAD IN ACCORDANCE WITH ETEMIC UIIIITP COMPANY REQUIREMENTS. AVOID BURIED PIPING WH UTIM TTWISMRMER LOCATION. VERIFY RNAL LOCATON PRIOR TO ROUGH -IN. 2 CURRENT TRAN5FORMER (CT CARIJSM EIECIRIGL CONRGCTOR $HALL PROVIDE AND INSTALL NEMA 3R, DTENIOR WNL -MOUNTED U CABINET IN ACCORDANCE WITH UNO PY COMPANY REQVIRD,11DII RATED: BOGAMP. 120/208VAC, 3-PHA3E, 4 -WIRE WPH ADDPIONAL LUGS FOR W CONECRONS. VERIFY FINAL LOCATON PRIOR TO ROWH-IN. 3 METER SOCKET: ELETRIGN- CONTRACTOR SHAH PROVIDE AND IWN1 UOUPY METER SOCKET IN ACCORDANCE WITH ELECTRIC URLPY COMPANY REQUIREMENTS. VERIFY FINAL LOCATON ANO ELEVATION PRIOR TO ROUGH -IN. SHEET E100 FOR WAST BUILDING POWER PVN N $ V U U C 1 IN a 2 WEST RESTROOM BUILDING SCALE: 1/e'-1 -O' 1/16/2018 10:50:01 AM J:\201]\10150111.01\CAD\Owggs\E\E503 DUALS AND SCHEDULES.Ewg o COMM asI I LISiD TO DRAININGS AND ROSE SCHE6 ^^^' "HIRED IRVl5Fll9 m M/12M 9F, 3/, 4W 2 RRUS w sSTBI BY OMERS z LIYPIG1t 0 4 1 ELECTRIC ONE—UNE DIAGRAM SGNE: NONE cl ADD (2)2GA OFG wPLDt RECEPTM WI USE COMERS TO SIDE OF GBINEr-sEPAPwrE cas r--------------------------- CABLE 8I RACEWAY SCHEDULE PHOIOCQVIROL HR GREEN INC. OS.. PROM TO 90NWC1R3 CONDOR I TRIPE 0. O 1 3p Tentlannr Pmnq CumpNmR H— (h MM PH: 319.841.4000 Nob 1 3 Tubi MS—mwy CT... 131' Seb 01141 MOO -11 13431nd,GRS NA 3 CT NMN -I Pam! MOP ([)-SeLL N 14}3591-11 (3191ncll GRs !MAKII Um ImGHIS 4 CT Cvalnel SMftrM AM Empry 1. 00.3 Nob3 5 PMMI MOP Ne. Po -IIA RaMbEbchk R'mr de9nm 5nee15599 PH: 319.338.9311 0 Pon«MOP Max Ponal LB .1. S.. N-1 h-1 1. CONTACT: MALL DOWNING MML UGM (alaED) T) PanW MOP ...PS LCI NF PiO.036N. 2-1.. ONSMOPE Nabi 8 Panel MDP New LC3 141 I-M-P20N0 3MA ORMIDPE Nabi B Panel MOP Dwo8 GP.` a1WMInBENm Empty NH TeM OR3 Npe4 PH: 319.954.1944 I I PD/PC IMA RI T I- UGHM (DIMMED) I STRUCTURAL ENGINEERS zw PO/PO SPME RAKER'RHODES' NOTES I 112E. WASHINGTON STREET, SUITE 8 Nob t: Tw SO i,tl,—Mut bb,,-35AM naly PLBIOP bM WMa slob PmmrysrWaode-NI m,m.'AmehyN 9 Wk/mmrcnY. VwlTy IMS, . OO, IOWA crrY.NIA 52ND —° LEf N.2 MebrwMry poeMbtivltl hmbpM Ey ebchk NMt)mnyenY PH 319.333]850 2DA NIPIMFAIFA Neb 3: ORS Cma ftm PercI MOP eut M1am Abp RR SMMIN eM 0N1—ewb W..N Conaoller;—.I..rN1WrIOtlmMuSWII be NOPE Sfibmlhtle nabr®1. —N 1 Nebo: TxvmmlMUlb.eaNaulm U. naT eN muM Neeme.brl.{ea Myona Nemmreb euueln9 Rana «eewvlM CepenaevnanmrxennnrMM1Oem 114reenpm, muu 1.. 1. 4—W CTI SNE fIHXE! YIXWUY NOM B311pI DR COMMIT SPME. COPPER 9115 NFASE D AN"So E) .. ULy6RO. 2. 11 INIESI SURGE NMECIIWI DEN F. UL -1440 INET mIONI RIPENS OUNORY C 90 K/. PER RMg ISO KA PER Ip CE II IIQVUIGRS AVg9E NMY/311F]ICE 9Tg1 AND AF,TTIHE SUBS 011l N. ILQRTASE M MPI(:11113R5: SSKI D. SEN. EILIRC. PPIFP—... SdES. ONE—[ INF KEY NOTES O 1 URLM PAD MOUNTED TRANSFORMER: EfECTRICAL CONTRACTOR SHALL PROVIDE AND INSTNI. CONCRETE PAD IN ACCORDANCE WITH ETEMIC UIIIITP COMPANY REQUIREMENTS. AVOID BURIED PIPING WH UTIM TTWISMRMER LOCATION. VERIFY RNAL LOCATON PRIOR TO ROUGH -IN. 2 CURRENT TRAN5FORMER (CT CARIJSM EIECIRIGL CONRGCTOR $HALL PROVIDE AND INSTALL NEMA 3R, DTENIOR WNL -MOUNTED U CABINET IN ACCORDANCE WITH UNO PY COMPANY REQVIRD,11DII RATED: BOGAMP. 120/208VAC, 3-PHA3E, 4 -WIRE WPH ADDPIONAL LUGS FOR W CONECRONS. VERIFY FINAL LOCATON PRIOR TO ROWH-IN. 3 METER SOCKET: ELETRIGN- CONTRACTOR SHAH PROVIDE AND IWN1 UOUPY METER SOCKET IN ACCORDANCE WITH ELECTRIC URLPY COMPANY REQUIREMENTS. VERIFY FINAL LOCATON ANO ELEVATION PRIOR TO ROUGH -IN. SHEET E100 FOR WAST BUILDING POWER PVN N $ V U U C 1 IN a 2 WEST RESTROOM BUILDING SCALE: 1/e'-1 -O' 1/16/2018 10:50:01 AM J:\201]\10150111.01\CAD\Owggs\E\E503 DUALS AND SCHEDULES.Ewg o COMM asI I LISiD TO DRAININGS AND ROSE SCHE6 ^^^' "HIRED IRVl5Fll9 m M/12M 9F, 3/, 4W 2 RRUS w sSTBI BY OMERS z LIYPIG1t 0 4 1 ELECTRIC ONE—UNE DIAGRAM SGNE: NONE cl ADD (2)2GA OFG wPLDt RECEPTM WI USE COMERS TO SIDE OF GBINEr-sEPAPwrE cas r--------------------------- CIVIL ENGINEER PHOIOCQVIROL HR GREEN INC. I I L HSN j 8710 EARHART IANE SW HEY MMMQH S AUTO CEDAR RAPIDS, A 524U PH: 319.841.4000 .DEF CONTACT: AARON GWINNUP I "1 NA I ARCHITECT M !MAKII Um ImGHIS ROHRBACH ASSOCIATES PC u WMp.CTOR a, IOWA CRY, U 52240 PH: 319.338.9311 2W Po/PO MA RIVER CONTACT: MALL DOWNING MML UGM (alaED) I I PD/Po NW Mo/poPEDIESMw WILAWAT MECH. / ELEC. ENGINEERS -r I PO/PONE BBOI PRAIRIE VIEWLANEBW 2T PtafSmiWl "I UGHIS CEDAR RAPIDS.A 52404 PH: 319.954.1944 I I PD/PC IMA RI T I- UGHM (DIMMED) I STRUCTURAL ENGINEERS zw PO/PO SPME RAKER'RHODES' T I 112E. WASHINGTON STREET, SUITE 8 IOWA crrY.NIA 52ND —° LEf INNER PH 319.333]850 2DA NIPIMFAIFA —N 1 I _0 r EVENT POWER HNpSG`F£ 5PGE I —x 1 2a IOW DUPIEN RECEPTI C� —X —e M M WO 1 EXIE1dOR r, New Dwl£% RECEPT U) �. IN - —X 1'(1 AT AT I01 EDERIOfl T I m PIACARD NOTE: UGHMNG POLE RECEPTACLES NORMALLY OFF I FI !M DI D2 D3 1 (18) POLE. 100A MLO (12)-2RS 1P BRANCH D4 (8)-1P SPACES GS— OT NEN PMR PS RENTER TO NOTE 9 ENI 2-M. HOPE WMRIIIW$ CbIL— CONDIR W/PULL TME r_______ _-___-_� E%ISIINO LSii (PINSE Q I 33 (��L^j^j 8 NN3 HHS HHB y6 y; �4 9g -2-INCH HOPE CONTINUOUS COIL WNWR W/UCHRRG CIRCUITS. NEPER TO SIZE uYDUT MO CIRCUIT SCHEMATIC. -ESSONG PINSE 1 (aI SNS CONDOR MN OU S. CONNECT MD EMEND M INDIG.RO TO UGHRNG FOM OR PMOH%E5. LCI STUB—OUT 3 CONDUIT CONNECTIONS SCM -E: NONE 60R I P 1_ I V V I 2M 304 RTI RECEPi I © I I 1v I ez MHOS uTEnr MERIT saG ¢r L__--_ _r YIN. .. J W SNOW Elle R a e C 120/ZIlV/G. 3-1MY FMRE FXIc_TING LCI DGHBNG CONTROL CABINET SCHEMATIC .P'. CWFLUEME LANDSCAPE ARCHITECT CONFLUENCE 8002ND STREET SE, SUITE 104 CEDAR RAPIDS, IA 52401 PH'. 319ANS401 ��CONipOLxcT •-'--r-D .-e--�-0 --^--I—° �— >-^--1--e CIVIL ENGINEER I� IDI HR GREEN INC. 8710 EARHART IANE SW CEDAR RAPIDS, A 524U PH: 319.841.4000 CONTACT: AARON GWINNUP I "1 EwmxD Po/M ARCHITECT !MAKII Um ImGHIS ROHRBACH ASSOCIATES PC u 325 E. WASHINGTON STREET. SUIM MOO IOWA CRY, U 52240 PH: 319.338.9311 SAN Po/PO MA RIVER CONTACT: MALL DOWNING MML UGM (alaED) W M PD/Po NW Mo/poPEDIESMw WILAWAT MECH. / ELEC. ENGINEERS uoe DESIGN ENGNEERS PC PO/PONE BBOI PRAIRIE VIEWLANEBW ° AC ° PtafSmiWl "I UGHIS CEDAR RAPIDS.A 52404 PH: 319.954.1944 PD/PC IMA RI T I- UGHM (DIMMED) STRUCTURAL ENGINEERS =0 AT PO/PO SPME RAKER'RHODES' ENGINEERING 112E. WASHINGTON STREET, SUITE 8 IOWA crrY.NIA 52ND —° LEf INNER PH 319.333]850 e ■ NIPIMFAIFA —N 1 —° 1L _0 r EVENT POWER HNpSG`F£ 5PGE —x 1 —5 IOW DUPIEN RECEPTI C� —X —e M M WO 1 EXIE1dOR r, New Dwl£% RECEPT U) �. IN - —X 1'(1 AT AT I01 EDERIOfl T ZaLU 0 C) Z —°E LL —°q w-ARR5,3 ILL!VJ OO IN >�U)c F O w U —e1: FlPo.12�A ARnss LL IN Lr 'L V —° —B 4 m/ro EMORMCE a —n SIGN —5 — 0 G Pp/10 SME —N SUBMITTAL DATES —0 — 0 tb —N PO/TO SPARE —e —0 w M/IO SPARE —N SSUED FOR —5 —0 b Po/ID SPME N Blo ser NOT FOR CONSTRUCTION M BIN GR0 O REMOVE HAND BONO DETAILS AND SCHEDULES CONFLUENCEPROJECTNO: 151082 E503 conFLUEf10E LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET BE, SUITE 104 CEDAR RAPIDS A 52401 PH: 3194095401 CIVIL ENGINEER HR GREEN INC 8710 EARHART LANE SW CEDAR RAPIDS, N 52404 PH: 318.841.4000 CONTACT: AARON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITE 10100 IOWA CRY, IA 52240 PH: 318.339.9311 CONTACT:WILLDONMING MECH. / ELEC. ENGINEERS DESIGN ENGINEERS PC 8801 PMIRIE VIEW IANE SW CEDAR RAPIDS, A52404 PH: 319.984.1944 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTGN STREET, SUITE 3 IOWA CRY, IA 52240 PH: 319.3]3.7950 GILBERT STREET cr% -- Q ce) C� � Z w Fn a 3 o 0 Of Q 5) U SUBMITTAL DATES I I / I F _711 I --� /i + + I „ � � �� - ° oo. ^Poon 0000 ° K o 0000000.. loci 00000 00?,00000 0 O0 00� `ZZ ! 00oe 00000° a0° ao° oo°a°o0° \_�� \ • . - %I- • � OOOo 0°°°000° 00 o0e0 °0000000° O 000000000 y. `� 0O °COO OOOe00° / ,l I a 000000000^ 000 p �J UJ C �I I• 0 O POo00o' I I �, NI 4 ;0 000 du°o°0°m° (,1.00a,000 / d � - p - it IlIII I (/�►jJ�/�yp .J� too 00 moo°oo°o°- 0�tl�� Q � ' . � V A��1 r J R IOW A RNER ON P -mac- / II F PHASE 3 — RFX RESTROOM LOCATION PLAN SCALEA"=150' o' 75' 150' 300 conFLUEf10E LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET BE, SUITE 104 CEDAR RAPIDS A 52401 PH: 3194095401 CIVIL ENGINEER HR GREEN INC 8710 EARHART LANE SW CEDAR RAPIDS, N 52404 PH: 318.841.4000 CONTACT: AARON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITE 10100 IOWA CRY, IA 52240 PH: 318.339.9311 CONTACT:WILLDONMING MECH. / ELEC. ENGINEERS DESIGN ENGINEERS PC 8801 PMIRIE VIEW IANE SW CEDAR RAPIDS, A52404 PH: 319.984.1944 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTGN STREET, SUITE 3 IOWA CRY, IA 52240 PH: 319.3]3.7950 cr% -- Q ce) C� � Z w Fn a 3 o 0 Of Q 5) U SUBMITTAL DATES ISSUED FOR BID SET NOT FOR CONSTRUCTION RESTROOM LOCATION PLAN CONFLUENCE PRQIEOT NO: 15109 2 H1 O U vv v v 0 0 0 0 0 0 0 0 0 0/0 0 0 0�O 0 0 00 000 000 0 0000 01-nr "n 000 . 00� J 01 I a 22 conFLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 8002ND STREET SE, SUITE 100 CEDAR RAPIDS, IA 52401 PH: 319409,5 D1 CIVIL ENGINEER HR GREEN INC. 8710 EARHART LANE SW CEDAR RAPIDS. IA 52401 PH: 319.81.4000 CONTACT: AARON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC 325E WASHINGTON STREET, SUITE W00 IOWA CRY, "U40 PH: 319.338.9311 CONTACT: WILL DOWNING MECH. / ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE VIEW UNE SW CEDAR RAPIDS' M S]106 PH: 319.9 AW STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112F WASH INGTCN STREET, SUNS B IOWA CITY, IA 52240 PH: 319.333 7050 /z \ \/ I I1 / / / . ' V/ PLAN ENLARGEMENT - EAST RESTROOM LAYOUT 6v N/ SCALE:1 "=20' 70+\( 4 SUBMITTAL DATES IF ISSUED FDR BID SET NOT FOR CONSTRUCTION ALL AFI ­WRE OF NFOFllT 1— EAST RESTROOM PLAN ENLARGEMENT CONFLUENCE PROJECT NO: 1511)6_2 H2 58 T, NM 2 QTY. - T-0" TALL POURED -IN-PLACE PCC LANDSCAPE WALLS $O V2> 0, O -I w SCALE: T'=20' PLAN ENLARGEMENT -WEST RESTROOM LAYOUT o 1 N conFLUEn LANDSCAPE ARCHITECT CONFLUENCE 9002ND GTREET SE, SUITE 101 CEDAR RAPIDS, A 5&01 PH: 319J09.S101 CIVIL ENGINEER HR GREEN INC. 8710 EARHART LANE SW CEDAR RAPIDS, IA 52109 PH: 319.811.90W CONTACT: AARON GW NNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET. SUITE "N IOWA CITY, A 52290 PR 249.324.9311 CONTACT: WALL DONNING MECH. / ELEC. ENGINEERS DESIGN ENGNEERS PC 5301 PRAIRIE VIEW LANE SW CEDAR RAPID$, W 524" PH'. 319 9341Bµ STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IOWA CRY, IA 52240 PH: 319533.7MD � Y � m � �^ m+r' U M W QO 2 cn O ry U SUBMITTAL DATES ISSUED FOR BID SET NOT FOR CONSTRUCTION WEST RESTROOM PLAN ENLARGEMENT C0N0.LIENCE PR W EOT NO: 15105_2 H3 Eoaw«� mrrry mamaxreu Wssmewam o.,womn GMODEL 701555# l Iia mmm,Ym,mvwmmarrr�um Scarborough TMlm.,«.H,�.>d. umv,a nv...ww�m.la,,...�om npv.sti.tw o� m Dwl ,rc� ,TE__me®"""'O omvwmverox was nwz xYrzFww. S OF ADJACENT TRNL TYP. JNTAIN 1P WIDE DIMENSION ECGEOFTRNLPAVEMENT. SLOPE TO GRAINAWAY FROM GRAIN=Y MAINTAIN M CROSSSLOPE, EDGEOFPAVEMENT ADJACENTTOTRAIL, 6' PCC MATCH SHAPE= PAVEMENT TRAILTHICKNESS3 PROFILE BY CYCLESAF BEE BETA Sp OFPSEF Fq= LRTER RECEPTACLE, § I SCARBOROUGH BY LANDSCAPE FORMS SEE DETAIL TMA !� 1pb aFSFi�B��iRN[ �A DRINKING FOUNTAIN DETAILS, TYP. SCARBOROUGH TRASH RECEPTACLE, TYP. RK PLAN: BIKE RACK AT EAST RESTROOM SURFACE MOUNT �4R Surface#12700 �wtigia T �A DRINKING FOUNTAIN DETAILS, TYP. SCARBOROUGH TRASH RECEPTACLE, TYP. RK PLAN: BIKE RACK AT EAST RESTROOM SURFACE MOUNT Surface#12700 �wtigia T FILLER SEALANT 12 SONI -P EXP JT. q HFv CAST -IN-PLACE PCC LANDSCAPE WALL Plastisol {Classic♦ Racks ■L�cleSale Surface Mount ...m+•••k.,., CLASSIC BIKE'U' RACK, TYP. HA SECTION: LANDSCAPE WALL AT WEST RESTROOM SECTION: REINFORCED EXPANSION JOINT SECTION: SURFACE MOUNT, TYP. .AIM 4 FILLER SEALANT 12 SONI -P EXP JT. q 1 -0 CAST -IN-PLACE PCC LANDSCAPE WALL WITH 12' DEPTH ALUM. GRAY - J CONCRETE PAVEMENT, 1,{I• 114, ROUNDED CORNER, TYP. SONOLASTIC NPI OR NPO JT. INT TO WEST RESTROOM SMOOTH FINISH SEALER OR SIMIIPA TOP OF BOIL FROM THE SOD CUTTING Q BIKE RACK 8 TRASH RECEPTACLE PCCWALKTO g 12' SONOFLEX EXPANSION MINT, TYP. 12' SCIEXPANSION JOINT. TYP. PROCESS TO BE KEPT I2' BELOW THE W K TLtF SUP DDAEL WITH Q WEST RESTROOM > WITH 12' DEPTH ALUM. GRAY TOP OF THE ADJACENT POC PAVING 12' DEPTH ALUM. GRAY EXPANSION TUBE, 2IF O C. SONOLASTIC NP1 OR NP2 Jr, AFTER SOD HAS BEEN ROLLED. J BOIWLASTIC NI OR NPO JT. ¢ CENTER IN CONCRETE TUflF OR PLANT EEO, TYP. CORE DRILL AND SECURE BOLT WITH pq tel-) .WITH SEALFRORSIMIUW JOINT PCC SLAB FOR J b ANCHOR BOLT PER MANUFACTURER QL` PCC INFILL MATCH DEPTH RULER BIKE RACKS B BENCHES, REQUIREMENTS 6 I.-C. ¢•w 1£" d'[ AND ELEVATION ALONG MATCH THICKNESS OF PCC PAVING, SEE LAYOUT MODIFIED SUBBASE TYP. r EXISTING WALK, TYP EXISTING COMPACTED SHARED -USE TRAIL, TSP. a PLAN FOR TYPE 0 THICKNESS - d AGGREGATE SUB BASE, TYP. III EXISTING WAU , TO REMAIN, TYP. --',.-_ " d -1 MODIFIED SUBBASE. AS SPECIFIED _ EXISTINGOOMPACTEO b .• COMPACTED BACKFILL MIN CLEARANCE, SIN TYP. � AGGREGATE SUB BASE, WR i COMPACTED BUBORADE, AS SPECIFIED. - PAVEMENTA IN PpVEMENTp MIN.OF 6" �-ELASSIL�tI BIKE MCK 2 4 I MODIFIED SUBBASE, TYP. III—III—III—III UNDISTURBED SUBGRADE BY CYCLESAFE COM -1. XAREBARCLEAN' A. yh� Q V AGGREGATE SUBBASE TaY' 1'b' MIIU-ANTARANCE TYP. NOTE: T=TWCKNESS(THICKNESS / ORILLINTO EXISTING WALK MIN. B" VABITE SEE LAYOUT FPN FORTYPE Q _ MODIFIED SUSBAGE TYP. ANDTHICKNESS.) COMPACTED SOBGRADE affil1 I - 1 _ i. -r: T L. _-: 1L- , L.- - - UNDISTURBED SUB GRADE, TYP. SHARED -USE TRNNTL PAVEME HA SECTION: LANDSCAPE WALL AT WEST RESTROOM SECTION: REINFORCED EXPANSION JOINT SECTION: SURFACE MOUNT, TYP. H",SECTION: LANDSCAPE WALL AT WALKWAY LEADING TO WEST RESTROOM lu SECTION: PCC PAVEMENT EDGE, TYP. PLAN: BIKE RACK SPACING, TYP. c—onFLUMCE LANDSCAPE ARCHITECT CONFLUENCE SBD 2NO STREET SE, SUITE 1 I CEDAR RAPIDS, A 5401 PH: 318403.5401 CIVIL ENGINEER HR GREEN INC. 8710 EARHART LANE SW CEDAR RAPIDS. A 5401 PH: 318.841,4000 CONTACT:AARONGNANNUP ARCHITECT ROHRBACH ASSOCIATES PC 325E WASHINGTON STREET SUME WID IOWA CRY, A 5240 PH: 313.3388311 W CONTACT: LL DONNING MECH. / ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE VIEW LANE SW CEDAR RAPIDS, A 52404 PH: 313.384.130 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B CITY, IA 52240 313.333 7050 Qi L I.L CJt z a H 1l0UCl) a LU) 0 z = LL LU 0 > U) 0 U U SUBMITTAL DATES 2 1— ISSUED FOR BID SET NOT FOR CONSTRUCTION SITE DETAILS CONFLUENCE PROJECT NO: 15108 2 H4 4 PCC PAVING.TTP,CC- CC q 1 -0 CAST-II CAST -I PLACE PCC LANDSCAPE WALL - ROUNDED CORNER, TYP.TMP' SMOOTH FINISH TOP OF BOIL FROM THE SOD CUTTING Q PCCWALKTO g 12' SONOFLEX EXPANSION MINT, TYP. PROCESS TO BE KEPT I2' BELOW THE Q WEST RESTROOM > WITH 12' DEPTH ALUM. GRAY TOP OF THE ADJACENT POC PAVING Q SONOLASTIC NP1 OR NP2 Jr, AFTER SOD HAS BEEN ROLLED. ¢ SIMILARSEALER OR SIMILAR TUflF OR PLANT EEO, TYP. pq tel-) PCC INFILL MATCH DEPTH Q J b AND ELEVATION ALONG EXISTING WALK, TYP, b. 6 I.-C. ¢•w EMSTINGWALS TO REMAIN, TYP. MWIFIED SUBBASE, TYP EXISTING COMPACTED a COMPACTED BACKFILL I"'' I' d AGGREGATE SUB BASE, TYP. III Q --',.-_ _ pREPAIR @a-CLEA b .• \ \ MIN CLEARANCE, SIN TYP. I ERTENMODIFIED EYOND EDGE O EDGE OF i DRIIINTOEXI GRILL INTO EXISTING WALK MIN. 6' PAVEMENTA IN PpVEMENTp MIN.OF 6" �-ELASSIL�tI BIKE MCK 2 I MODIFIED SUBBASE, TYP. III—III—III—III UNDISTURBED BUBGRPDE BY CYCLESAFE COM UNDISTURBED SUB GRADE, TYP. NOTE: T=TWCKNESS(THICKNESS - VABITE SEE LAYOUT FPN FORTYPE Q _ ANDTHICKNESS.) H",SECTION: LANDSCAPE WALL AT WALKWAY LEADING TO WEST RESTROOM lu SECTION: PCC PAVEMENT EDGE, TYP. PLAN: BIKE RACK SPACING, TYP. c—onFLUMCE LANDSCAPE ARCHITECT CONFLUENCE SBD 2NO STREET SE, SUITE 1 I CEDAR RAPIDS, A 5401 PH: 318403.5401 CIVIL ENGINEER HR GREEN INC. 8710 EARHART LANE SW CEDAR RAPIDS. A 5401 PH: 318.841,4000 CONTACT:AARONGNANNUP ARCHITECT ROHRBACH ASSOCIATES PC 325E WASHINGTON STREET SUME WID IOWA CRY, A 5240 PH: 313.3388311 W CONTACT: LL DONNING MECH. / ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE VIEW LANE SW CEDAR RAPIDS, A 52404 PH: 313.384.130 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B CITY, IA 52240 313.333 7050 Qi L I.L CJt z a H 1l0UCl) a LU) 0 z = LL LU 0 > U) 0 U U SUBMITTAL DATES 2 1— ISSUED FOR BID SET NOT FOR CONSTRUCTION SITE DETAILS CONFLUENCE PROJECT NO: 15108 2 H4 a DN GILBERT STREET r� ConFLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 900 2ND STREET SE, SUITE i W CEDAR RAPIDS, W U401 PH: 319AW.S401 CIVIL ENGINEER HR GREEN INC. 8110 EARHART LANE SW CEDAR RAPIDS, W 52401 PH: 319.811 AWD ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITEp4DD IOWA CITY, IA 52240 PH: 319.330.9311 CONTACT: WSL DONNING MECH./ ELEC. ENGINEERS DESIGN ENGNEERS PC 5501 PRAIRIE VIEW LANE SW CEDAR RAPIDS, IA 6493 PH: 319.904.IW STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112E. WASHINGTM STREET, SUITE B IOWA CRY, IA 52240 PH: 319.333]050 N 0 co Cm Cm U M Q -v W O = LLLL U1 > U) 0 F ry O ry U SUBMITTAL DATES ISSUED FOR BID SET NOT FOR CONSTRUCTION SITE GRADING PLAN CONFLUENCE PROJECT NO: 15108 2 K1 conFLUEf10E LANDSCAPE ARCHITECT CONFLUENCE NO 2NO STREET SE. SUITE 104 CEDAR RAPIDS. N 5241 PH: 319.4095401 CIVIL ENGINEER HR GREEN INC. 0710 EARHART UNE SW CEDAR RAPIDS, IA 52404 PH: 319.811.4000 CONTACT: AARON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC WE E. WASHINGTON STREET, SUITE SAW IOWA CRY, M 52240 PH: 319.330.9311 CONTACT: W LL DONNING MECH./ ELEC. ENGINEERS DESIGN ENGNEERS PC 8001 PRAIRIE VIEW JANE SW CEDAR RAPIDS, M 52404 PH: 319904.1&4 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. NNSHMGTON STREET. SUITE B IOWA CITY, IA M40 PH'. 319.3331350 � Y U M O 40,0 UL O a ; or L" EE 0 U U SUBMITTAL DATES ISSUED FOR BID SET NOT FOR CONSTRUCTION EAST RESTROOM GRADING PLAN CONFLUENCE PROJECT NO: 15100] K2 r R 1\ + + + + + + + + - -_ -9 - 1 + + + + + + + + + T + + + + + + + + + + + + + + +y + + - + + 646.57 + / + + T 646.65 646.65 + + + + + + + 646.60 + + + + + + + + �IN + +�+�+ 646.65 \ .0- 646.65 I r + + + t \ + + + + + + \ + + + + N) y _ + + i + v + T T + + T + 646.93 TW \ 646.60 FG 646.48 FG 646.46 TW 645.46 BW 645.44 TW 644.76 BW 644.74 VERIFYAS-BWLT ELEVATION 646.46 TW 645.46 BW 645.44 TW 644.93 BW 644.91 44.97 VERIFYAS-BUILT VERIFY AS -BUILT ELEVATION ELEVATION 646.48 TW 645.00 BW 01 PLAN ENLARGEMENT - WEST RESTROOM GRADING + + T T T + + + T 649.30 TOP OF + + + + CONCRETE BASE + + + + +p (VERIFY) + + H + + + + + - + + + + + + + 646.40 r 1646.)95 TW 646.62 FG - 646.95 TW 646.38 FG 646.93 TW 645.1\2 BW + { _ SCALE:1"=10' 0�D ConFLUMCE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREETSE, SUITE 1N CEDAR RAPIDS, M 5241 PH: 319.49.SW1 CIVIL ENGINEER HR GREEN INC. 8710EARHARTL4NESW CEDAR RAPIDS. IA 5244 PH: 319.8410090 CONTACT: AARON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITE Wo IOWA CITY, IA 52240 PH: 319.3M.9311 CONTACT: WILL DOWNING MECH. / ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE VIEW WJE SW CEDAR RAPIDS, IA 52401 PH: 319.9 41 W STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. VMSHINGTON STREET, SUITES IOWA CITY. IA 52240 PH: 319.3337850 Y 22 + 644.05 VERIFYAS-BUILT Z ELEVATION O a� _1 N 644.19 I. 1.00. o U --� 646.46 644.07 F 04 G VE44 646.46 TW 645.46 BW 645.44 TW 644.11 BW 646.48 FG 644.09 646.46 TW VERIFYAB-BUILT 645.46 BW - ELEVAMN 645.44 TW 644.40 BW 644.38 VERIFYAS-BUILT ELEVATION - 1\ + + + + + + + + - -_ -9 - 1 + + + + + + + + + T + + + + + + + + + + + + + + +y + + - + + 646.57 + / + + T 646.65 646.65 + + + + + + + 646.60 + + + + + + + + �IN + +�+�+ 646.65 \ .0- 646.65 I r + + + t \ + + + + + + \ + + + + N) y _ + + i + v + T T + + T + 646.93 TW \ 646.60 FG 646.48 FG 646.46 TW 645.46 BW 645.44 TW 644.76 BW 644.74 VERIFYAS-BWLT ELEVATION 646.46 TW 645.46 BW 645.44 TW 644.93 BW 644.91 44.97 VERIFYAS-BUILT VERIFY AS -BUILT ELEVATION ELEVATION 646.48 TW 645.00 BW 01 PLAN ENLARGEMENT - WEST RESTROOM GRADING + + T T T + + + T 649.30 TOP OF + + + + CONCRETE BASE + + + + +p (VERIFY) + + H + + + + + - + + + + + + + 646.40 r 1646.)95 TW 646.62 FG - 646.95 TW 646.38 FG 646.93 TW 645.1\2 BW + { _ SCALE:1"=10' 0�D ConFLUMCE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREETSE, SUITE 1N CEDAR RAPIDS, M 5241 PH: 319.49.SW1 CIVIL ENGINEER HR GREEN INC. 8710EARHARTL4NESW CEDAR RAPIDS. IA 5244 PH: 319.8410090 CONTACT: AARON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITE Wo IOWA CITY, IA 52240 PH: 319.3M.9311 CONTACT: WILL DOWNING MECH. / ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE VIEW WJE SW CEDAR RAPIDS, IA 52401 PH: 319.9 41 W STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. VMSHINGTON STREET, SUITES IOWA CITY. IA 52240 PH: 319.3337850 SUBMITTAL DATES ISSUED FOR BID SET NOT FOR CONSTRUCTION WEST RESTROOM GRADING PLAN CONFLUENCE PROJECT NO 1548) K3 Y 22 Z M U Z Q 0 O a� _1 N U I. o U SUBMITTAL DATES ISSUED FOR BID SET NOT FOR CONSTRUCTION WEST RESTROOM GRADING PLAN CONFLUENCE PROJECT NO 1548) K3 COf1FLUEnCE LANDSCAPE ARCHITECT CONFLUENCE W021,10 STREET SE, SUITE iM CEGAR RAPIDS. IA Shot PH: 3188085101 CIVIL ENGINEER HR GREEN INC. 0710 EARMART LANE SW CEDAR RAPIDS, M 52A01 PH: 319.11AWD CONTACT: AARON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. NMSHINGTON STREET, SUITE 8100 IOWA Cm, w 52280 PH: 310.338.9311 CONTACT: MALL DONNING MECH./ ELEC. ENGINEERS DESIGN ENGNEERS PC 0801 PRAIRIE VIEW LANE SW CEDAR RAPIDS, M 52008 PH: 318 931.19" STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WMSHINGTON STREET, SUITE 8 IOWA CRY. IA 52200 PH: 319,333,78M Jo i �i �n O MQ OLL C9� Z V)O — Q LL =O a r 0 U U SUBMITTAL DATES ISSUED FOR BID SET NOT FOR CONSTRUCTION SITE PLANTING PLAN CONFLUENCE PROJECT NO: 15105 2 L1 0� C �000� F_ -c--000000 0 0 0 0 0 0 0 0Qmj j� RELOCATE (6 QTY.) � 1 UNDERSTORY TREES FROM PHASE1 j yyy-��I wi RESTORE NATIVE SEEDING AROUND SHELTER AND IN ALL AREAS DISTURBED BY CONSTRUCTION ACTIVITIES Q=LJ1i-1 l s I I' 11,l. f� LA D D ^� � D L1 c1 P, 00 i 1 PLAN ENLARGEMENT - EAST RESTROOM LANDSCAPE SCALE:"'="' W \t (� l COf1FLUEf10E LANDSCAPE ARCHITECT CONFLUENCE 800310 STREET SE. SUITE 101 CEDAR RAPIDS. W 52101 PH: 319M9,501 CIVIL ENGINEER HR GREEN INC. 0110 EARHART LANE SW CEDAR RAPIDS, IA 52401 PH: 319 041 A000 CONTACT: AARON GWNNUP ARCHITECT ROHREIACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITE A400 IGWA CRN, A=40 PH: 319.3380311 CONTACT: NAIL DOMING MECH.I ELEC. ENGINEERS DESIGN ENGNEERS PC 0001 PRAIRIE VIEW IANE SW CEDAR RAPIDS, IA 52404 PH: 319SO4.10F1 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IOWACITY. IA52240 PH: 319 333]950 ISSUED FOR BID SET NOT FOR CONSTRUCTION EAST RESTROOM PLANTING PLAN L2 Y a Z d O W M U a IC7U)o Z QUL a C) m U rn N [;7 SUBMITTAL GATES ISSUED FOR BID SET NOT FOR CONSTRUCTION EAST RESTROOM PLANTING PLAN L2 PLANTING NOTES: \ 1. SEED ALL AREAS WTHIN CONTRACT LIMITS. _ \ NOT COVERED BY PAVING, BUILDINGS, OR PUNTING BEDS, UNLESS OTHERWISE NOTED. 2, PUNT QUANTITIES ARE FOR INFORMATION 1 QTY. - T -QM 1 QTY. - T -CS 1 QTY. - T -CK ONLY, DRAWING SHALL PREVAIL IF 1 QTY. - T -PO \ \ CONFLICTOCCURS. 3. STAN OR PUCE ALL PLANTS IN FIELD AS INDICATED ON THE DRAW NGS. CONTRACTIXi TO NOTIFY LANDSCAPE '{ + + ARCHITECT FOR APPROVAL OF STAKING - -_\ PRIOR TO EXCAVATING PUNTING PITS. - t C CONTRACTOR SHALL PLACE SHREDDED + l BARK MULCH AROUND ALL TREES AND IN + L+ '1- - + ALL PLANTING BEDS TO A DEPTH OF T. S. KIND, SIZE AND QUALITY OF PUNT SHALL CONFORM TO AM -}- + -- + i' -F + MATER "+' '+' 'F UIL ERICAN T STANDARDS FOR NURSERY STOCK, ANSI + + + - +- + T + T + i 280.1992, OR MOST RECENT EDITION. ' S. THECONTRACTORSHALLREPORT -+- + + + + + + T + + SUBSURFACE SOIL OR DRAINAGE Y r + + + M1r + + 1 +- i - -'- + + i PROBLEMS TO THE LANDSCAPE ARCHITECT. + + + + t 7. THE CONTRACTOR SHALL SHOW PROOF OF _ J PROCUREMENT, SOURCES, QUANTITIES AND + + + + - VARIETIES FOR ALLSHRUBS, PERENNIALS, +- + -+- + + + — — ORNAMENTAL GRASSES, AND ANNUALS -1� -� + '!' + i" + f WITHIN2I DAYS FOLLOWNGTHEAWARD OF - CONTRACT. TIMELY PROCUREMENT OF ALL - PUNT MATERIAL IS ESSENTIAL TO THE + + + +T SUCCESSFUL COMPLETION AND INITIAL ACCEPTANCE OF THE PROJECT. P : ' +- + + 4 '+ 8. SUBSTTnfTIONS SHALL ONLY BE ALLOWED " -I- + + -- + WHEN THE CONTRACTOR HAS EXHAUSTED_ ALL SOURCES AND HAS PROVEN THAT THE + qp SPECIFIED MATERIAL IS NOT AVAILABLE. -�- THE CONTRACTOR MUST PROVIDE NAME AND VARIETY OF ALL SUBSTITUTIONS TO THE LANDSCAPEARCHITECTTO PROCUREMENT. + APPROVAL PRIORTOEARESTT. EQUIVASUBSTTLENT SIM RI TY OF PL EQUIVALENT ESSENTIAL OF PUNT CHAVINGHARACTERISTICS. SAME ESSENTIAL CHARACTERISTICS. 9. ALL PUNT MATERIAL SHALL BE NURSERY - - GROWN, BOUND, HEALTHY, VIGOROUS AND - FREE FROM INSECTS, DISEASE AND INJURIES, HABIT OF GROWN THAT IS NORMAL FOOR R TEXCEEDING S. SIZES SIZESINDI ATED ON AL THE TO OR LIST. THE CONTRACTOR _ ON ULSUPNT❑ST. T I CONTRACTOR - SHALL SUPPLY PLANTS IN QUANTITY AS SHOWN ON THE DRAWNGS. ON 01 PLAN ENLARGEMENT - WEST RESTROOM LANDSCAPE 1 QTY. - T -LT — t + + } } + + 1 3 QTY. - T -PS It I conFLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET SE, SUITE 104 CEDAR RAPIDS, IA 52,101 PH: 319.4N.501 CIVIL ENGINEER HR GREEN INC. 8710 EARHART LANE SW CEDAR RAPIDS, A 524M PH: 319.841.4000 CONTACT: AARON GWNNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITEA400 IOWA CITY, IA 52240 PH: 319 338 8311 CONTACT: WILL DOWNING MECH.7 ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE VIEW UNESW CEDAR RAPIDS, IA 524U PH: 319.98,1.19,1,1 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IOWA CITY, U 52240 PH: 319333.7850 / TREE SCHEDULE - PHASE 3 IL . KEY OTY. BOTANICAL NAME . COMMON NAME SIZE I SPACING & REMARKS LARGE DECIDUOUS CANOPY TREES �Zo LL W TOK 1 CIadmSfi3 kentukea YELLOWOVOOD z CAL SPECIMEN MTFEE . TOS 1 Catalpa3 Osa - CATALPA - P' -G 2. Cpy SINGLE EMTREEFORM, SPECIMEN OUPlITY T t Lidodendmn tUlipiFera TULIP TREE zcw Iry BPEGIM N UTREE Tao t PlatanuS occidentalis AMERICAN SYCAMORE z'C� 51NG� STEM SPECIMEN U&ITY TOM + Quercus macrocarpa BUR OAK z'GAI- S MTREE FO sPECIM NQuAl I S B Il ALAL DATES -- EVERGREEN IL CONIFER TREES - r -Ps 1 3 lPinus Strobus IVIIHITE PINE 1VHGT ISSUED FOR 01 PLAN ENLARGEMENT - WEST RESTROOM LANDSCAPE 1 QTY. - T -LT — t + + } } + + 1 3 QTY. - T -PS It I conFLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET SE, SUITE 104 CEDAR RAPIDS, IA 52,101 PH: 319.4N.501 CIVIL ENGINEER HR GREEN INC. 8710 EARHART LANE SW CEDAR RAPIDS, A 524M PH: 319.841.4000 CONTACT: AARON GWNNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITEA400 IOWA CITY, IA 52240 PH: 319 338 8311 CONTACT: WILL DOWNING MECH.7 ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE VIEW UNESW CEDAR RAPIDS, IA 524U PH: 319.98,1.19,1,1 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IOWA CITY, U 52240 PH: 319333.7850 IL Q r d �Zo LL W u�—/ O = LL U- o 0 0 0 x S B Il ALAL DATES ISSUED FOR BID SET NOT FOR CONSTRUCTION WEST RESTROOM PLANTING PLAN CONFLUENCE PROJECT NO: 15100 2 L3 . _ GILBERTSTREET I I I. Q Q ... Y I t a .o°o O� 0 00 0 0°00000000000"000...........00 X0°00 t `Y.+✓ 0000 0000.. 0000 o p °o °0010 Y C° 1 O o0 o°°o °oaa 10.. °°0o°1 . A oo.oo ,0 000 000 00 " 3 _� o Ian. I ° a� sE H P E IIIIIIIIIIIIIIIIN C / conFLUEn LANDSCAPE ARCHITECT CONFLUENCE 8002ND STREET BE, SURE IN CEDA0. RAPIDS, A 52401 PH: 319408.5401 CIVIL ENGINEER HR GREEN INC. 8710 EARHART IANE SW CEDAR RAPIDS, A 52440 PH: 319.611 /000 CONTACT: AARON GIN NNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITE M00 IOWA CRY, IA 52240 PH: 319.338 8311 CONTACT WILL DOWNING NIECE.I ELEC. ENGINEERS DESIGN ENGNEERS PC BB81 PRAIRIE NEW LANE SW CEDAR RAPIDS. A 5NN PH: 319.964 1W STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IOWA CRY A 52240 PH: 319=71150 Y H < Q z d. U p U)Lu LL (D V) O �z=LL O > U) 0 U U PHASE 1 KEY NOTES: RPT— A PARK IDENTIFICATION SIGN, SEE DETAIL SHEET N5 OPARK KIOSK SIGN, BID SET SEE DETAIL SHEET NR NOTFOR OTRAIL WAYFINDING SIGN, rn SIGN LOCATION SITE PLAN SEE DETAIL SHEET N7 N1 D TRAIL WAYFINDING SIGN, SEE DETAIL SHEET NO WAYFINDING SIGN, OTRAIL SEE DETAIL SHEET N9 Q O TMILWAYFINDING SIGN, a. SEE DETAIL SHEET NIO \ SIGN, --I. QTRAILWAYFINDING SEE DETAIL SHEET N11 �( SIGN, Q OTRAILWAYFINOING FABRICATE TO BE -^'.- INSTALLED INFUTURE j} SEE DETAIL SHEET N12 OPARK KIOSK SIGN - WEST SHELTER OJ PARK KIOSK SIGN - EAST SHELTER conFLUEn LANDSCAPE ARCHITECT CONFLUENCE 8002ND STREET BE, SURE IN CEDA0. RAPIDS, A 52401 PH: 319408.5401 CIVIL ENGINEER HR GREEN INC. 8710 EARHART IANE SW CEDAR RAPIDS, A 52440 PH: 319.611 /000 CONTACT: AARON GIN NNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITE M00 IOWA CRY, IA 52240 PH: 319.338 8311 CONTACT WILL DOWNING NIECE.I ELEC. ENGINEERS DESIGN ENGNEERS PC BB81 PRAIRIE NEW LANE SW CEDAR RAPIDS. A 5NN PH: 319.964 1W STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IOWA CRY A 52240 PH: 319=71150 Y H < Q z d. U p U)Lu LL (D V) O �z=LL O > U) 0 U U SU0A QTAL DATES RPT— SUED FOR CD BID SET NOTFOR CONSTRUCTION rn SIGN LOCATION SITE PLAN CONFLUENCE PROJECT NO: 15140 2 N1 m fts aft ft%%ftft 00 40 02 PLAN ENLARGEMENT: SIGN 'B' SCALE:1"=10' 0j J 1oj 201 I � i I � i I - I I \ i I � 04. PLAN ENLARGEMENT: SIGN. SCALE:1"=10' 0 5 10 20 'o. 01 PLAN ENLARGEMENT: SIGN'A' SCALE:1"=10' 0i 51 101 201 l �00 �co O W v Z v v a 03 11PLAIN ENLARGEMENT: SIGN 'C' SCALE 1"=10' 0 5 10 20 ConFLUEf10E LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET SE.SUITE101 CEDAR RAPIDS, IA 52101 PH'. 319409.5401 CIVIL ENGINEER HR GREEN INC. 8T1O EARHART VJJE SW CEDAR RAPIDS. N 52401 PR 319.Btl.4000 CONTACT: AARON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITEWD IOWA CITY, W 52240 PH: 319.3Y.9311 CONTACT: WILL DOWNING MECH. / ELEC. ENGINEERS DESIGN ENGNEERS PC 0001 PRAIRIE VIEW LANE SW CEDAR RAPIDS. N 521W PH: 319,1MA N STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IOWACITY.IA5n,10 PH: 319 333]&59 Y Q Z a U 0 M Q LL ZWo winao a+ rn -o Q SUBMITTAL DATES ISSUED FOR BID SET NO7 FOR CONSTRUCTION SIGN LOCATION PLAN ENLARGEMENTS CONFLUENCE PROJECT NO: 15100 N2 conFLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 800 2ND STREET SE, SUITE 104 CEDAR RAPIDS, IA 52401 PH: 319 409M01 CIVIL ENGINEER HR GREEN INC. 8710 EARRART LANE SW CEDAR RAPIDS, IA 52404 PH: 318 5114000 GOMACT: AARON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITE 8100 IOWA CITY, IA 52240 PH: 918.998.031 CONTACT WLL DONNING MECH. / ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE VIEW LANE SW CEDAR RAPIDS, IA SWN PH: 319,&.1914 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IOWA CITY.IA 52240 PH: 318333.7850 Y H ry Z d - U Q' (n w co Q o LL (n O w of Z 2 O �- w CL > -i9- -o N 0 n SUBMITTAL DATES ISSUED FOR BID SET NOT FOR CONSTRUCTION SIGN LOCATION 3LAN ENLARGEMENTS CONFLUENCE PR W ECT NO: 15IDBJ N3 NS SECTION: SIGN "A" PARK IDENTIFICATION SILAGE SIGN, kTHICKALUMINUM, PONDER -COATED COLOR BROWN TO MATCH EXISTING PARKS SIGNAGE EASED EDGE -TYPICAL ALLEDGE CITY OF IOWA CITY - PARKS S RECREATION DEPARTMENT LOGO 3M712S10WHRE LOGO SUPPLIED BY OWNER LARGE PARK IDENTIFICATION LETTERING, TTP S' TALL, 3M7125-10 MITE TOW: SWISS Rt ROM CONDENSED ITALIC 1R' TAI__ MITE STRIPE 3M712SiDWHRE 'ADDRESS' LETTERING, TYP. 1 10 TALL, 3M7125-10 WHITE FONT: SWISS T21 BOLO CONDENSED ITALIC SIGN FACE AND GRAPHICS TO BE COVERED WITH CLEAR VINYL W INHIBITION FILM. TTP. GRASS PATTERN, 3Mfl25-0S BEIGE PATTERN SUPPLIED BY OWNER FLANGE PLATE 8 ANCHOR BOLTS, SEE DETAIL NN5 MIMOSA LIMESTONE BLOCK BASE SEE DETAIL SMS I'CHAMFER AT AV TYP. 9S' DIA, 2T LENGTH, THREADED SOL ORILLAND EPO.Y IWC PCC FOOTING DRILL AND EMBED BOLTS MIN, IT INT PARK IDENTIFICATION SILAGE SIGN, EASED EDGE - TYPICAL ALL EDGE CONTINUOUS WELD BEAD rSOP FULLY THREADED ANCHOR BOLTS, FOOTING M NIMUM EMBEDDED IWC PCC FOOTING MINIMUM OF 12' AND SECURED WITH EPDXY SEALANT, WITH ASSOCIATED WABHER AND NUL SAW TOP OF ANCOR BOLT TO BE WRHIN 1/S OF TOP OF NUT. GRIND TO REMOVE SHARP EWES. 3/4' THICK ALUMINUM, ANCHOR PLATE COWINWUS WELL BEAD TO FOR PARK ID SIGN PRE-BGRED HOLES-t"DIA, TTP. SEE DETAIL 3105 SOUTH -BOUND BLADE a III PCCFOOTING 911 J —LIMESTONE BLOCK BASE TE — VERTICAL SIGN BLADE `ME XYCOATED DEBAR. � PCC FOOTING T�PHORIZO.,MIA.EBAR. CLEARANCE TYP. 1" CHAMFER AT 45', TTP. HORIZOWPLREBDR,EAR. WAY 11EPoXTCOATELEARAN. { 10' 0 C. MIN. ]" CLEARANCE TYP. r-� REINFORCED PCTAN INGTYPICPL ¢ L I I dTOP OFEPoOTDING TO EXTENOORM ' P' ABOVE FINISH GRADE L—� PREAORED HOLES -T'DIA, TYP. PARK IDENTIFICATION SILAGE SIGN, EASED EDGE - TYPICAL ALL EDGE CONTINUOUS WELD BEAD rSOP FULLY THREADED ANCHOR BOLTS, FOOTING M NIMUM EMBEDDED IWC PCC FOOTING MINIMUM OF 12' AND SECURED WITH EPDXY SEALANT, WITH ASSOCIATED WABHER AND NUL SAW TOP OF ANCOR BOLT TO BE WRHIN 1/S OF TOP OF NUT. GRIND TO REMOVE SHARP EWES. 3/4' THICK ALUMINUM, ANCHOR PLATE COWINWUS WELL BEAD TO FOR PARK ID SIGN PRE-BGRED HOLES-t"DIA, TTP. SEE DETAIL 3105 SOUTH -BOUND BLADE SECTION A2 Riverfrom Crossings Park 1001 CHO "n Stree CITY OF IOWA CITY- PARKS S RECREATION DEPARTMENT LOGO 3MT12SIDYMRE LOGO SUPPLIED BY OWNER LARGE PARK IDENTIFICATION LETTERING, TYP. 5" TALL 3M74S10 WHOM PONT: SON 721 BOLD CONOENSED ITAUC 'ADDRESS LETTERING, TYP. 11? TALL, 310745-10 WHITE POW: SWISS 721 BOLD CONDENSED ITALIC SIGN FACE AND GRAPHICS TO BE COVERED NTH CLEAR VINYL W INHIB71ON FILM. TTP GRABS PATTERN, 3MT125<S BEIGE PATTERN SUPPLIED BY OWNER FLANGE PLATE A ANCHOR BOLTS, is i _: AT -:_ €E�Ij I ANCHOR BOLTS 59'DIA,2S LENGTH, THREADED BOLT i5 DRILL AND EPDXY INTO PCC FOOTING MS EPDXY COATED RESM. ° 9 ° 1'4'O.C,MA.3"CLEARANCE, TTP. HORIZCNI REBAR, EACH WAY W EPDXY COATED RERM ` I ° 10'OG. MIN. T CLEARANCE, WE Id ° dl °I REINED CEO PCC FOOTING, TYPICAL d 8 _ FULL-0EPTH RECTANGULAR FORM 7 TOP CF FOOT ING TO EMEND e -I g%�4" ABOVE FINISH GRADE T' CHAMFER AT 45' TOP EDGES -�- --�=--e-'--- a- 'I NORTH -BOUND 1. A 4 A 7-0' )E S• L,S' 1111 � O �. mIIlI L�imp O NN5 —SIGNANCHOR PLATE d J —LIMESTONE BLOCK BASE I CHARTER AT 45'. TYR — VERTICAL SIGN BLADE }> � PCC FOOTING _-.. 1" CHAMFER AT 45', TTP. ANAMOSA LIMESTONE BLOCK BASE - FORPAREDHOLN Q LU ANAMOSA LIMESTONE BLOCK BASE PREbOREO HOLES -T DIA., TVP. ¢ L I I ' U PREAORED HOLES -T'DIA, TYP. O a CONTRACTOR TO LIGE o Z o SEIFIEVEUNG GROUT, AS NEEDED 1^ CHAMFER AT 4S, TYP. QPCC co Lu FOOTING - "fly U z FINI84 GRA➢E SECTION A2 Riverfrom Crossings Park 1001 CHO "n Stree CITY OF IOWA CITY- PARKS S RECREATION DEPARTMENT LOGO 3MT12SIDYMRE LOGO SUPPLIED BY OWNER LARGE PARK IDENTIFICATION LETTERING, TYP. 5" TALL 3M74S10 WHOM PONT: SON 721 BOLD CONOENSED ITAUC 'ADDRESS LETTERING, TYP. 11? TALL, 310745-10 WHITE POW: SWISS 721 BOLD CONDENSED ITALIC SIGN FACE AND GRAPHICS TO BE COVERED NTH CLEAR VINYL W INHIB71ON FILM. TTP GRABS PATTERN, 3MT125<S BEIGE PATTERN SUPPLIED BY OWNER FLANGE PLATE A ANCHOR BOLTS, is i _: AT -:_ €E�Ij I ANCHOR BOLTS 59'DIA,2S LENGTH, THREADED BOLT i5 DRILL AND EPDXY INTO PCC FOOTING MS EPDXY COATED RESM. ° 9 ° 1'4'O.C,MA.3"CLEARANCE, TTP. HORIZCNI REBAR, EACH WAY W EPDXY COATED RERM ` I ° 10'OG. MIN. T CLEARANCE, WE Id ° dl °I REINED CEO PCC FOOTING, TYPICAL d 8 _ FULL-0EPTH RECTANGULAR FORM 7 TOP CF FOOT ING TO EMEND e -I g%�4" ABOVE FINISH GRADE T' CHAMFER AT 45' TOP EDGES -�- --�=--e-'--- a- 'I NORTH -BOUND 1. A 4 A 7-0' )E S• L,S' 1111 � O �. mIIlI L�imp O NN5 —SIGNANCHOR PLATE d J —LIMESTONE BLOCK BASE 4 — VERTICAL SIGN BLADE }> � PCC FOOTING _-.. SECTION Al CONTRACTOR TO USE —SELF -LEVELING GROUT, AS NEEDED � V CHAMFER AT 45', TTP. COnFLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET BE, SUITE 104 CEDAR RAPIDS, IA WADI PH: 319.409.5401 CIVIL ENGINEER HR GREEN INC 8710 EARHART LANE SW CEDAR RAPIDS, D 52404 PH: 319.8414000 CONTACT: AARON G W INNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITE JMN IOWA CITY, IA 52240 PH: 319 3359311 CONTACT: WILL DCMMING MECH. / ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE VIEW LANE SW CEDAR RAPIDS, IA 52404 PH: S199W.1944 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IOWA CITY, IA 52240 PH: 319.333.7850 VERTICAL SIGN BLADE IGN NCH ANCHOR OR PLATE Y SEE LMS �... _.. _-.. 1" CHAMFER AT 45', TTP. Q LU ANAMOSA LIMESTONE BLOCK BASE z a- 2 2 FOR PARK IO SIGN ' U PREAORED HOLES -T'DIA, TYP. SECTION Al CONTRACTOR TO USE —SELF -LEVELING GROUT, AS NEEDED � V CHAMFER AT 45', TTP. COnFLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET BE, SUITE 104 CEDAR RAPIDS, IA WADI PH: 319.409.5401 CIVIL ENGINEER HR GREEN INC 8710 EARHART LANE SW CEDAR RAPIDS, D 52404 PH: 319.8414000 CONTACT: AARON G W INNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITE JMN IOWA CITY, IA 52240 PH: 319 3359311 CONTACT: WILL DCMMING MECH. / ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE VIEW LANE SW CEDAR RAPIDS, IA 52404 PH: S199W.1944 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IOWA CITY, IA 52240 PH: 319.333.7850 Y Z r1A Q LU z a- 2 2 SECTION Al CONTRACTOR TO USE —SELF -LEVELING GROUT, AS NEEDED � V CHAMFER AT 45', TTP. COnFLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET BE, SUITE 104 CEDAR RAPIDS, IA WADI PH: 319.409.5401 CIVIL ENGINEER HR GREEN INC 8710 EARHART LANE SW CEDAR RAPIDS, D 52404 PH: 319.8414000 CONTACT: AARON G W INNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITE JMN IOWA CITY, IA 52240 PH: 319 3359311 CONTACT: WILL DCMMING MECH. / ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE VIEW LANE SW CEDAR RAPIDS, IA 52404 PH: S199W.1944 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IOWA CITY, IA 52240 PH: 319.333.7850 ISSUED FOR 07-1E2018 BIDDING PARK IDENTIFICATION SIGN'A' DETAILS CONFLUENCE PROJECT NO. 15106_3 N5 Y Z Q LU z a- LU U O a LL. o Z o }LLo co Lu U "fly U z = rU o, a -vim °.T REVISION SCHEDULE ISSUED FOR 07-1E2018 BIDDING PARK IDENTIFICATION SIGN'A' DETAILS CONFLUENCE PROJECT NO. 15106_3 N5 NIS SECTION: SIGN "B" PARK KIOSK BLADE SIGN, I? THICK ALUMINUM, POWDERCOATED COLOR :'BROW K TO MATCH EXISTING PARKS SIGNAGE 2' 1P N� EASED EDGE - TYPI CAL All EDGE {UveWoTdrfx 8sing Park 2'T' CITY OF IOWA CITYPARKS8 A RRC TraS r P. RF%Parke. RECREATION DEPARTMENT LOGO O 1O 3M7123-10WHITE E N� LOGO SUPPLIED BY OWNER 5 V4 CSX, -CLEAR 1'-0"OL., MIN. 9'CLEARPNLE, NP CONTINUOUS WELD BEAD PARK IDENTIFICATION LETTERING, TTP. Q r^u 11QTALL, 3M712S10 WHITE ^ PONT: MISS MI BOLD CONDENSED ITALIC A 4 < 114' TALL WHITE STRIPE d 3MT12S10 WHITE PARK MAP, SEE DETAIL 3N6 I a 1? THICK HIGH PRESSURE LAMINATE a MATERIAL WITH 10 YEAR WARRANTY. 5' Q EXTERIOR GRACE MATTE FINISH g IDH"OFTOP OF NUT. GRIND TO REMOVE SHARP EDGES. 34' THICK ALUMINUM, ANCHOR MOUNTED WITH} -THREADED HOLES, HnR 44 Q _ t LONG 1H'-20 BURTON SOCKET CAP BLACK ^� OXIDE SCREWS, 4OTT. PER PARK MAP ' 4 GRAPHIC PROVIDED BY OWNER 114 GRAPHIC FABRICATION AND INSTALLATION BY CONTRACTOR y N` WAYFINDING LETTERING, TYR - t III TALL 3M712S10 WHITE FONT SWISS Rt WILD CONDENSED RAID B - GRASS PATTERN, 3M7125 BEIGE PATTERN SUPPLIED BY OWNER Y SIGN FACE AND CLEAR OB TO V C�F�ijCOVEREO DI-MCLEAR VINYL uvINHIBITIgJFILM. TYPFLANGEPUTE S ANCHOR BOLTS, NSEE DETNL 4M6 VCHAMFER AT 45•, TYP. 2-T' s 2' 1P I {UveWoTdrfx 8sing Park 2'T' W W A RRC TraS r P. RF%Parke. I I I I { ANCHOR BOLTS I 9 { I 518" DIA, 24' LENGTH, THREADED BOLT F } GRILL AND EPDXY INTO PCC FOOTING I r t VERTICAL REBAR I 5 .N EPDXY COATED REBAR, 1•-0" O.C.. MIN. 3' CLEARANCE. TYP. b '`l I —L —� I_r -J I HORIZONTAL REBAR, 5 m I { EPDXY COATED REBAR, 14. 4 4A I I 10" OC., MIN. 3' CLEARANCE, TTP. I ^ 4 k L a i REINFORCED PCC R TYPICAL Nti I LL-0EPTH RECTANGULAR FORM p el TOP OF FOOTING TO EXTEND p 9 N ABOVE FINISH GRACE p 1-21 K�1 WEST -BOUND SIGN, EXISTINGPARKSSIGNAGE EASED EDGE -TYPICAL ALL EDGE CITY CF IOWA CITY -PARKS A RECREATION DEPARTMENT LOCA 3M712S10 WHITE LOGO SUPPLIED BY OWNER TTP. DIT LIC PARK MAP, SEE DETAIL WN6 VP THICK HIGH PRESSURE LAMINATE MATERIAL WITH 10 YEAR WARRANTY. EXTERIOR GRADE MATTE FINISH {' LONG lie -20 BUI-ION SOCKET CAP BLACK OXIDE SCREWS 40tt. PER PARK MAP GRAPHIC PRONDED BY ONMER WATFINDING LETTERING, TYP. IIIA TALL 3M7125-10 WHITE PONT: SWISS R1 BOLO CONDENSED ITALIC DIRECTIONAL ARROW, TYR 3M74S10 WHTE, CENTER ARROW ON SINGLE UNE OR IF MULTIPLE LINES, CENTER BETWEEN 1ST AND ZD LINE GRA55 PATTERN. 3M713S90 BEIGE PATTERN SUPPLIED SY OWNER SIGN FACE ANO GRAPHICS TO BE COVERED WITH CLEAR VINYL W INHIBITION FILM. TYP. FLANGE PATE 8 ANCHOR BOLTS, SEE DETAIL 4M6 1 -� -T--- 1- FINISH IADE I ANCHOR SOLT$ EXISTING PARKS SIGNAGE W W SDK CIA21 LE., 24' LENGTH, THREADED BOL 'I RILL OANO EPDXY INTOOPCCPLC FOOTING am ^� VERTICAL REBAR LL V LL Z Lu co COATED R, s 5 V4 CSX, -CLEAR 1'-0"OL., MIN. 9'CLEARPNLE, NP CONTINUOUS WELD BEAD HORIZONTAL REBAR. Q r^u M4 EPO, COATED REBAR, ^ 1tl'OC., MIN. 3' CLEARPNLE, TYP. A 4 < I REINFORCED PCC FOOTING TYPICAL d g PTH FULL RECTANGULAR FORM OF TOP OF FOOTING TO EXTEND I a I 4"ABOVE FINISH GRADE a WITH EPDXY SEALANT, WITH ASSOCIATED WASHER AND NO. SAW TOP OF ANCOR BOLT TO BE WITHIN Q EAST -BOUND rs I SECTION: ANCHOR PLATE BOLT DETAIL INHIBITIONFILM. DRILLHOLEIN PCCFOOTINGAND EPDXY ANCHOR BOLTS, EMBEDDED MINIMUM OF 11', TYP. RFX PARK MAP - GRAPHIC, TYP. - a COf1FLUEf10E LANDSCAPE ARCHITECT CONFLUENCE 90 2ND STREET BE, SUITE IN CEDAR RAPIDS, IA 52,01 PH: 3194095W1 CIVIL ENGINEER HR GREEN INC 8710EA IHARFLANESW CEDAR RAPIDS, IA 5240, PH: 318.841 bM CONTACT: AARON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITE 8400 IOWA CITY, IA 52240 PH: 319,333Wit CONTACT: WILL COMING MECH. I ELEC. ENGINEERS DESIGN ENGNEERS PC 0801 PRAIRIE VIEW UNE SW CEDAR RAPIDS, A 524N PR 319.GNAW STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE 8 IOWA CITY, IA 52240 PH: 319.333]850 COLOR:' BROWN' TO MATCH Z EXISTING PARKS SIGNAGE W W mm EABEO EDGE -TYPICAL ALL EDGE ��� am N a LL V LL Z Lu co � D s c— CONTINUOUS WELD BEAD M Q r^u X(W SB' DIA ANCHOR BOLTS, = m -� FULLY -THREADED, EMBEDDED INTO PCC �1 FOOTING MINIMUM OF I2' AND SECURED IF WITH EPDXY SEALANT, WITH ASSOCIATED WASHER AND NO. SAW TOP OF ANCOR BOLT TO BE WITHIN Q t' 2. IDH"OFTOP OF NUT. GRIND TO REMOVE SHARP EDGES. 34' THICK ALUMINUM, ANCHOR O a _ rs I SECTION: ANCHOR PLATE BOLT DETAIL INHIBITIONFILM. DRILLHOLEIN PCCFOOTINGAND EPDXY ANCHOR BOLTS, EMBEDDED MINIMUM OF 11', TYP. RFX PARK MAP - GRAPHIC, TYP. - a COf1FLUEf10E LANDSCAPE ARCHITECT CONFLUENCE 90 2ND STREET BE, SUITE IN CEDAR RAPIDS, IA 52,01 PH: 3194095W1 CIVIL ENGINEER HR GREEN INC 8710EA IHARFLANESW CEDAR RAPIDS, IA 5240, PH: 318.841 bM CONTACT: AARON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITE 8400 IOWA CITY, IA 52240 PH: 319,333Wit CONTACT: WILL COMING MECH. I ELEC. ENGINEERS DESIGN ENGNEERS PC 0801 PRAIRIE VIEW UNE SW CEDAR RAPIDS, A 524N PR 319.GNAW STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE 8 IOWA CITY, IA 52240 PH: 319.333]850 ISSUED FOR 07-152018 BIDDING PARK KIOSK SIGN'B' DETAILS CONFLUENCE PROJECT N¢ 151N3 me Y Z W W �Z//♦a'^ �/ Ll v(91- O U Q N a LL V LL Z Lu co � D O LL U c— >Y rA M } U X(W po = m -� rn �1 0 C:3 REVISION SCHEDULE ISSUED FOR 07-152018 BIDDING PARK KIOSK SIGN'B' DETAILS CONFLUENCE PROJECT N¢ 151N3 me 2SECTION: SIGN "C" TRAIL WAYFINDING SIGN, 12THICK ALUMINUM, COLOR:'BROWN TO MATCH EXISTING FARM SIGNAGE EASED EDGE -TYPICAL ALL EDGE CITY OF IGY/q CRY -PARKS 6 RECREATION DEPARTMENT LOGO 3M712510 WHITE LOGO SUPPLIED BY OWNER PARK IDENTIFICATION LETTERING,TYP 11/Y TALL 314712510 WHITE FONT: MISS 721 BOLD CONDENSED ITALIC 1/4" TAU -MITE STRIPE PATTERN, 3M74540 BEIGE SIGN FACE AND GRAPHICS TO BE COVERED WITH CLEAR VINYL UV INHIBITION FILM. TYP. DETAIL PINT IAMFER AT W. TLP. PARK IDENTIFICATION LETTERING, TYR t 1M FALL, 31471.310 WRITE PONT MISS Ml BOLD CONDENSED ITALIC 1/4' TP MITE STRIPE 3M7125-10MITE WAYFINDING LETTERING, TYP. 11/4" TALL, 314745-00 WRITE PONT: SWISS T21 BOLD CONDENSED FA -IC GRASS PATTERN, 314712508 BEIGE PATTERN SUPPLIED BY OWNER SIGN FACE AND GRAPHICS TO BE COVERED WITH CLEAR VINYL UV INHIBITION FILM. TYP. FLANGE PI -ATE S ANCHOR BOLTS TYR FINISH GRAM IANCHOR BOLTS ANCHOR BOLTS 5901q, 19 LENGTH THREADED BOLT — -4_ W' DIA, 1W LENGTH, THREADED BOLT + d DRILL AND EPDXY IMO PCC FOOTING 1- DRILL AND EPDXY IMO PCC FOOTING ._ VERTICPLREBA4 , EOXY COATED REBAR VERTICALREBPA 1' A' OC, MIN. 3CLEARANCE TYR b 1 0C COATEDEARNq . F —a '�tU'O.C., MIN.3 CLFJAPNCE TLP. HORIZONTPL REBAR XORIZONTAL REBAR d - , .K EFOXT COATED REBAR U Iq d ,N EFOXY COATED REBPA, 1P' O.C.. MIN.3 CLEARANCE. TYP. d I 1 IV O.C., MIN. 3' CLEARANCE, TYP. I 4 REINFORCED PCC FOOTING, TYPICAL i -r — Y Y q O ti REINFORCED RECTAFOOTINGNGULAR TYPICAL n TOP OF FOOTING TO EXTEND ORM £ O I < (�` e FULLOF PTH NOT ON EN FORM e a TOP OF FOOTING TO EXTEND �', q"ABOVE FINISH GRADE b� a a d q"p80VEFINI3H GRADE dal SOUTH-BOUND NORTH -BOUND T"IL WAYFINDING BLADE SIGN, tR THICK ALUMINUM, POWDERCOATED COLOR:'BROWN' TO MATCH EXISTING PARKS SIGNAGE EASED EDGE -TVPICALALL EDGE &W DIA ANCHOR BOLTS, I, FULLY THREADED. EMBEDDED INTO PCC FOOTING MINIMUM OF IT AND SECURED 41. NTH EPDXY SEALANT WITH ASSOCIATED WASHER AND NUT. SAW TOP OF ANCOR BOLT TO BE WTHIN 1 .j. 9B'OFTOPOFNUT. GRIND TO REMOVE SHARP EWES. WC THICK ALUMINUM, ANCHOR PLATE CONTINUOUS WELD BEAD TO VERTICALSIGNBLACE EASED EDGE -TYPICAL ALL EDGES POWDER -COATED "BROWN' SIGN FACE AND ANCHOR PLATE TO BE COVERED MATTI CLEAR VINYL UV INHIBITION FILM. TYP. 41 SECTION: TRAIL SIGN - ANCHOR PLATE AND BOLT DETAIL TYP. FIND AND EMBEDDED N 2'• XA WAYFINDING ARROW, TYP. y COnFLUEn LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET SE, SUITE iM CEDAR RAPIDS, A 52401 PH: 3104085/01 CIVIL ENGINEER HR GREEN INC 8710 EARMART LANE SW CEDAR RAPIDS, IA 53404 PH: 31SIMIA090 CONTACT:AARONGAINNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITE 8490 IOWA CITY, W 52240 PH: 319.3341.9311 CONTACT:WTLLDOOMJING MECH. / ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE VIEW UNE SW CEDAR RAPIDS, A 524M PH: 319.951.19" STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E WASHINGTON STREET, SUITE B IOWA CITY, IA SZM0 PH: 31933378M LL z Q In U U M Q LU L U) o Z Q }LL Z 1 LU Lr G2 - f © SUBMITTAL GATES ISSUED FOR BID SET NOT FOR CONSTRUCTION TRAIL WAYFINDING SIGN'C' DETAILS CONFLUENCE PROJECT NO: 1510112 N7 TRAIL WAYFINDING SIGN, VI' THICK ALUMINUM, POWOERLOATED COLOR BROWN TO MATCH EXISTING PARKS SIGNAGE EASED EDGE- TYPI CAL ALL EDGE CITY OF IOWACITY-PARKS & RECREATION DEPARTMENT LOGO PARK IDENTIFICATION LETTERING, TYP. I t? TALL, 3A1712B10 WHITE PONT'. SWISS Rt BOLD CONDENSED ITALIC WAYFINDING LETTERING, WE I 11i TALL, 3107IIS10 WHITE FONT SWISS Rf BOLD CONDENSED ITALIC GRABS PATTERN, 3MTt2548 BEIGE PATTERN SUPPLIED BY OWNER y SIGN FACE AND GRAPHICS TO BE COVERED WITH CLEAR VINYL UV INHIBITION FILM. TYP. FIAGE PLATE A ANCHOR BOLTS, SEE DETAL.7 1" CHAMFERAT4V.TYP. �j1D' EXIBTING PPRNB BIGNAGE EASED EDGE - TYPICAL ALLEDGE CITY OF IOWA CITY -PARKS 8 PARK IDENTIFICATION LETTERING, NP. 112' TALI-, 3M7125-10 MMITE PONT: SWISS MI BOLD CONDENSED ITALIC Ipwa River Y l,�L ANCHOR SOUS u I u `SIS OIA BOLT GRILL ANO EPDXY IMO PCC FOOTING AD EPDXY POC CortiCorTri it VERTICAL REBM M EPDXY COATED REBAR. 1 -W OC., MIN. S' CLEARANCE, NP. A i HORIZONTAL REBAR, M EPDXY COATED REBAR, " tP O.C. MIN. 3 CLEARANCE TVP. TYPICAL FCC FOOT NO, ING " �EXIENDFORM RI FOP AI OF FOODTTH GTOO °j 4"ABOVERNISHGRADE �j1D' EXIBTING PPRNB BIGNAGE EASED EDGE - TYPICAL ALLEDGE CITY OF IOWA CITY -PARKS 8 PARK IDENTIFICATION LETTERING, NP. 112' TALI-, 3M7125-10 MMITE PONT: SWISS MI BOLD CONDENSED ITALIC Ipwa River Y Q Z Z OfV)W LL LL � (_9 Z U) t1N"TALL 3M7125-10WHRE CortiCorTri it 0 U L_t})pEfFEp[TN PONT: SWISS TOT BOLD CONDENSED ITALIC C,Truebtoa0 ]RiveRi9N GRASS PATTERN, 3147125-48 BEIGE Recreationr_; q ,Crossing. PATTERN SUPPLIED BY OWNER Area 1 4 no -j F '. Park _.1 SIGN FACE AND GRAPHICS TO BE `Gilbert Si. �A GIIbert 9t COVERED WITH CLEAR VINYL UV INHIBITION FILM. TYR 2, T' FLANGE PLATE A ANCHOR BOLTS SEE OETPIL 4MT t"CHAMFER AT 0.5°,TVP, r -- _T j - 7FINISH GRACE ANCHOR BOLTS -} -}- 90DIA, tO'LENGTH,THREADECBOLT y— DRILLANO EPO%TIMO PCC FOOTING •. J'-�_VERTICALREBAR L —�� " �,-° J+- "I MEED COATED REBAR. t'U'O.C., MIN. 3'OLF-ARANCE, TVP HORIZONTAL REBAR, G I a G I4 A I " 4 I A I M EPDXY COATED REBAR, tP O. C., MIN. 3"CLEARANCE, TYR I REINFORCED PCC FOOTING TYPICAL ° 4 a aI ° < " el FULL PTH FO.TRECTANGULAROEXTEFOflM TOP OF FOOTING TO EXTEND OF 4 � a� d° I 9'PHOVE FINISH GRADE tom" �1 NORTH -BOUND SOUTH -BOUND r2B SECTION: SIGN "D" rig SECTION/ELEVATION: TRAIL SIGN "D" TRAIL WAYFINDING BLADE SIGN, IV' THICK ALUMINUM, POWI:ER-COATED COLOR BROWN TO MATCH EXISTING PARKS SGNAGE EASED EDGE - TYPICAL ALL EDGE CONTINUOUS MOW BEAD S.. WITH EPDXY SEALANT, WITH ASSOCIATE WASHER AND NUT. SAW TOP OF ANCOR BOLT TO SE WITHIN 1' 2. i/8'OF TOP OF NUT. GRIND TO REMOVE ARP ECGES, Xi THICK ALUMINUM,M, ANCHOR PLATE CO CONTINUOUSWELD BEAD TO '�04ZK VERTICAL SIGN BLADE. AND ANCHOR PLATE TO BE COVERED WITH CLEAR VINYL UV INHIBITION FILM, TYP. 88EECKYCOATEOREBAR DRILL HOLE IN PLC FOOTING AND EPDXY ANCHOR BOLTS, EMBEDDED MINIMUM OF 10', WE 4I SECTION: TRAIL SIGN - ANCHOR PLATE AND BOLT DETAIL N Y THIS ON COf1FLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 8002ND STREET BE, SUITE 104 CEDAR RAPIDS. A 52401 PH: 31OLQLR01 CIVIL ENGINEER HR GREEN INC 8TIDEARHARTLANESW CEDAR RAPIDS, IA 524M PH: 319.8411OW CONTACT: AARON GWTNNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUFIE M00 IOWA CITY, IA 5XMO PH: 319,338.9311 CONTACT: WILL DONNING MECH. I ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE VIEW LANE SW CEDAR RAPIDS. IA 52404 PH: 319.90W18N STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET. SUITE B IOWA CIN, IA 52240 PH: 319,333.7050 m s a 1 r"TTAL DATES CIO Q ISSUED FOR BID SET NOT FOR CONSTRUCTION TRAIL WAYFINDING SIGN IDI DETAILS CONFLUENCE PROJECT NO: 15108 2 N8 Y Z Z OfV)W LL LL � (_9 Z U) � 2 U Q O LL }O} F IR 0 U U' m s a 1 r"TTAL DATES CIO Q ISSUED FOR BID SET NOT FOR CONSTRUCTION TRAIL WAYFINDING SIGN IDI DETAILS CONFLUENCE PROJECT NO: 15108 2 N8 TRAILWAYFINDING SIGN, '-(.'Pmitlor Trail FONT: SW66 R1 SOLD TRNLWAYFINDING SIGN, 1?THICKALUMINUM, GRACE i to THICKALUMINUM. POWDERLOATED y T2' 4" PoWDERCOATED COLOR:'&20WN' TO MATCH -Y�Pafk189 WITH CFEAR V INHIBITION FILM. TYR WN'TO LATCH EXISTING PARKS SIGNAGE FLANGEPLATESANCHC r PA E%IGTING PPRKG SIGNAGE EXISTING EASED EDGE-TYPICALPLI EDGE TU'OC., MIN. TCLEARANCE, TYP.° I EASED EDGE - TYPICAL ALL EDGE CITY OF IOVIACItt- PARKSB p G (0 CITY OFICWA CITY - PARKSB RECREATION DEPARTMENT LOGO P' Sy -- RECREATION DEPARTMENT LOCA 3M712510 WHITE YI - D 3MMS`IC MRE LOGO SUPPLIED BY ONMEq k RV LOGO SUPPLIED BY OWNER PARK IDENTIFICATION LETTERING, TYR, $$$ i N m " PARK IDENTIFICATION FETTERING, TYR 111X TALL, SMT10 MITE e ¢ I IC' TALL, 3MH2i10 WHITE FONT: SWISS 72I BOLD CONDENSED ITALIC wu Riverfron FONT: SWISS 72I BOLD OONOENSED ITALIC V4" TALL'ANITE STRIPE A - OrOSSIDg IMP TNI WHITE STRIPE 3MT12S10WHITE m part �aYHvttn WuvC WAYFINDING FETTERING TYP. 1 TIN' TALL 3M]1510 SMITE FONT: SWISS T21 BOLD CONDENSED ITALIC GRASS PATTERN, 3MIHY BEIGE PATTERN SUPPLIED BY OWNER SIGN FACE AND GRAPHICS TORE COVERED WITH CLEAR VINYL U' INHIBITION FILM. TYP. FLANGE PLATE fl ANCHOR BOLTS, SEE DETAIL 4M2 Jr CHAMFER AT 4S, WP. ' '-(.'Pmitlor Trail FONT: SW66 R1 SOLD FINISH GRACE i v¢Irt LawN am y PATTERN, 3MT12: PATTERN 6UPPLIED BY y m 2g SYure Play SIGN FACE ANO GRPPHI( ycOVEREO -Y�Pafk189 WITH CFEAR V INHIBITION FILM. TYR ffYYfYfYGW '" V 2" 1.. FLANGEPLATESANCHC M _ GEE DETAIL "7Ff TU'OC., MIN. TCLEARANCE, TYP.° I � 1"CHPMPER AT ITALIC ANCHOR BOLTB FINISH °I I ANCHOR BOLTS + WIT DIA, TB" LENGTH, THREADED BOLT _ } _ _yg DIA, 18' LENGTH, THREADED BOLT { L ORILLANO EPDXY INFO PCC FOOTING 1 DRILL ANO EPDXY INTO PCO FOOTING Y 1 y VERTICAL REBAS p4 EPDXY COATED REBPR. M J `VERTIC YCO TA ED REBAR, XYCOATEDREBANCE, TU'OC., MIN. TCLEARANCE, TYP.° I o P. IgRIZONFALREBAR, (0 �- 1. HOflROMPl REBAR, d COATED REBAR, W EPDXY CO 1 1V' , E TYP. DO.MIN." QFARANC 5j `Q IA ED RE 1 o Q 1M EPDXY COATBAR, 4 10" GC., MIN. 3' CLEARANCE. TYP. in D O I `� IS ". REINFORCED PLC FOOTING, TYPICAL NLL-0EPTH RECTANGULAR FORM FTU Lj ° Iia REINFORCED PCC FOOTING, TYPICAL q TOPOFFOOTINGTO EMEND z f a O 1 n FULL-0EPFH RECTANGULAR FORM b TOP OF FOOTING TO EXTEND lP' ABOVE FINISH GRADE I ABOVE FINISH GRADE I d m y 1-10 1a' I EAST -BOUND NSECTION: SIGN "E"NTJ WEST -BOUND TRAIL WAYFINDING BLADE SIGN. 1/T THICK ALUMINUM, PONDER -COATED COLOR: BRON/N' TO MATCH EXISTING PARKS SIGNAGE EASED EDGE -TYPICAL ALL EDGE CONTINUOUS WEUJ BEAD WITH EPDXY SEALANT, WITH ASSOCIATED WASHERANONUT. H S1W TOP OF AACOR BOLT TO BE WITHIN IW OFTOPOFNUT. GRIND TO REMOVE SHARP EDGES. _ CO TINUOUSUMINUM, ANCHOR PLATE VERTINWUS WELD BEAD i0 TICAL SIGN BI EASEDEDGE-TYPIA EASED EDGE -TYPICALALL EDGES PGAIDERANDANC ANCHOOATED R PLATE SIGN FACE ANDANCHORINYL UV I HI COVERED WIRI CLEAR VINYL UV INHIBITION FILM. TW. 0 EPDXY COATED BEGAN GRILL HOLE IN PCC FOOTING AND EPDXY ANCHOR BOLTS, EMBEDDED MINIMUM OF 1W,, TYP. N, I SECTION: TRAIL SIGN -ANCHOR PLATE AND BOLT DETAIL I 2' WAYFINDINGARROW,TYP. 31A712S10 WHITE ON 1. U C0f1FLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 800 2ND STREET BE. SUITE 104 CEDAR RAPIDS, IA 52401 PH: 318409.5101 CIVIL ENGINEER HR GREEN INC 871DEARiART WIE SW CEDAR RAPIDS, A 52404 PH: 3188114000 CONTACT: AARON GWINNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITE A400 IOWA CRY. A SM40 PH: 319.338.9311 CONTACT: WILL COMING MECH./ ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE VIEW FANE SW CEDAR RAPIDS, IA 52404 PH: 319.9N 1944 STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B I0WA CHY, IA 52240 PH: 318.333.]850 ISSUED FOR BID SET NOT FOR CONSTRUCTION TRAIL WAYFINDING SIGN'E' DETAILS N9 r Q O� M U a o LL (0 LwL in D O m FTU a Q1 m N -� SUBMITTAL DATES ISSUED FOR BID SET NOT FOR CONSTRUCTION TRAIL WAYFINDING SIGN'E' DETAILS N9 N2 SECTION: SIGN "F" TRAILWAYFINDING SIGN,H,�. TRAIL WAYFINDING SIGN, 1,W W THIGUWMINUM, 12' THICK ALUMINUM, POWDER -COATED POWDERCOATED COLOR: BROWN' TOMATCH-Y 4 COLOR: BRGWN'TO MATCH 4' 1-2 EXISTING PARKS SIGNAGE Y' EXISTING PARKS SIGNAGE EASED EDGE -TYPICAL ALL EDGE EASED EDGE -TYPICAL ALL EDGE CRYOEIOWACITY-PARKS& a /" CITY OF IOWA CITY - PARKS& RECREATION DEPARTMENT LOGO3MIYQ -- gECRE,T[ON DEPARTMENT LOGO T12S10 WHITE 31V7125TO WHITE LOGO SUPPUEO BY OWNER k g /^ LOGO SUPPLIED BY OWNER O PARK IDENTIFICATION LETTERING, TYp. PARK IDENTIFICATION LETTERING, TYP 110 TALL, 3M712S10 WHITEpM _ 112 TALL, W712S10 MITE FONT SWISSTiI BOW CONDENSED ITFIJC FOW:MISS RI BOLD CONDENSED ITALIC 1/4TAU-MITESTRIPE 3M7125-10WHRE F - Yf�8S1BA---ii 1/4 "YPLL WHITE STRIPE - -- 8/E----- 1-31A7125-10MITE WAYFINDINGLETTERING,TYP. ' WAYFINDINGLETTERING, TYP. 11/4' TALL, 3M>12S10 WHITE -! IIWTALL,31NDTS10WHITE -"C.H RrvJ FONT:SWIBS Ri BOW CONDENBEO ITALIC _: Fortitlo -T07 FOM SWISS 721 LiOW CONDENSED ITALIC GR ASS PATTERN, 3.. 12 BEIGE j 4 }� Elial Law ;� GRASS PATTERN, W712S BEIGE PATTERN BOPPLIED BYOWNER y'n �� SI ON FACE AND GRPPHICSTOBE B SIGN FACEPATTERN AND IEDBYOWNER 4 y � g Nature Play ayy' SO%rERE FACE AND CLEANGRAPHICSTO BE COVERED WITH CLEAR VImuv €fit k° parkln9 covEREDWITH CLEAR WNYI uv INHIBITION FILM. TYP. �z g INHIBITION FILM. FL4JGE PLATE &ANCHOR BOLTS, SEE DETAIL 41147 & A R 1 2 , FLANGE PLATE& ANCHOR BOLTS, I -CHAMFER AT 45'. TYR _ SEE DETAIL LM N V CHAMFER AT45°, TYP. FINISH GRADE ANCHOR BOLTS 51@'01A, 19 LENGTH THREADED BOLT � ANCHOR BOLTS d DIA. VR LENGTH THREADED SOLT GRILL AND EPDXY INTO PLL FOOTING I y GRILL AND EPDXY INTO PLC FOOTING e VERTICALRERARVERTICAL RED W EPDXY COATED REBAR, t U p £PDX✓ COATED REPAIR O.C, MIN, 3' CLEARANCE TYP. r b _ Fr PL r °I 1'-0'OC., MIN. 3' CLEARANCE, TYP. L tl" HORI20NTALREBAR, m w m I I ° HORIZOW&REBAR. I ' I W EPDXY COATED REBA L d G N ° 6. I d4 x4 EPDXY COATED REBAR, 6 ,� 10' 0.4, MIN, 3' LLEARPNLE, TYP. 19' OC., MIN. 3' CLEARANCE TYP. I 9 REINFORCED PCC FOOTING, TYPICAL-r�---Y- -t ---�- R LL -DEPTH RECTANGULAR FORM U ' I REINFORCED PCC FOOTING, TYPICAL ^ d TOPOFFOOTINGTOEXTEND Y O e' a a `FULL -DEPTH RECTANGULAR FORM £ d 4"O ABOVE FINISH GRADE TP OF FOOTING TO END 4 4" ABOVE FINISH GRADE d -I ,10 1'iY ,•.,@• EAST -BOUND WEST -BOUND TRAIL WAYFINDING BLADE SIGN, t0THILKAWMINUN POWDER -COATED COLOR :'BROWN' TO MATCH EXISTING PARKS SIGNAGE EASED EDGE - TYPICAL ALL EDGE CONTINUOUS WELD BEAD SM" DIA ANCHOR BOLTS, FULLY -THREADED, EMBEDDED INTO POC FOOTING MINIMUM OF 17' AND SECURED @' W1TH EPDXY SEALANT, WITH ASSOCIATED WASHER AND NOT SAW TOP OF ANGOR BOLT TO BE WITHIN 119' OF TOP OF NUT, GRIND TO REMOVE SHARP EWES, 34" THICK ALUMINUM, ANCHOR PLATE CONTINUOUS WELD BEAD TO VERTKA SIGN BLADE, EASED EDGE -TYPICAL ALL EDGES POYAERCOATED "BROWN' SIGN FACE AND ANCHOR PLATE TO BE COVERED WITH CLEAR VIm W INHIBITION FILM. TYP 4, I SECTION: TRAIL SIGN - ANCHOR PLATE AND BOLT DETAIL N1 FCC FOOTING AND RWLTS,EMBEDDED I. TY, . COf1FLUEf10E LANDSCAPE ARCHITECT CONFLUENCE 90D 2ND STREET BE, SUITE I" CEDAR RAPIDS, R 52401 PH: 3190095401 CIVIL ENGINEER HR GREEN INC. 8710 EARHART LANE SW CEDAR RAPIDS, M 52404 PH: 318.041.4000 ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITE 9400 IOWA CITY, IA 52240 PH: 319 338 9311 CONTACT. WILL DOWNING MECH./ELEC. ENGINEERS DESIGN ENGNEERS PC 0801 PRAIRIE VIEW LANE SW CEDAR RAPIDS, W 52401 PH: 315.804.10" STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE B IOWA CITY, IA 52240 PH: 31933] 7850 ISSUED FOR BID SET NOT FOR CONSTRUCTION TRAIL WAYFINDING SIGN'F' DETAILS CONFLUENCE PROJECT NO: 1510@_2 N10 Y Q Z � r U Q LL z w < O UL Ill 0 O 29 L > Q U z a* rn N SL6AAL DATES a'. areeat ISSUED FOR BID SET NOT FOR CONSTRUCTION TRAIL WAYFINDING SIGN'F' DETAILS CONFLUENCE PROJECT NO: 1510@_2 N10 NI 1 SECTION: SIGN "G" COLOR:'BROWN' TO MATCH Yv 12 THICK ALUMINUM, POVAERL ATED I— < L1� CgLOq'.'BROWN'TO MATCH COLOR'. ERGMf i0 MATCH Cn U LU^ a O EXISTING PARKS SIGNAGE LL Z 2' EASED EDGE -TYPICAL ALL EDGE W QaL) > EXISTING PARKS SIGNAGE cn ff=W 314712540 WHITE EASED EDGE -TYPICAL ALL EDGE 1 Kp 58'OIA BOLTS, EASED EDGE - TYPICAL ALL EDGE RLADE FULLY -THREADED. EM BED DED INTO FCC 1 /� — CITY OF IOWA CITY - PARKS 8 `x' N SUBMITTAL DATES A IR� } 4L l� WASHERANONBT. CRY OF IOWA CITY - PARKS& 1 SAW TOP OF FNCOR SOLT TO BE WTHIN civ RECREATION DEPARTMENT LOCA '0 i -� RECREATION DEPARTMENT LOGO Y4"THICK ALUMINUM, ANCHOR PLATE UM,ARPEOG PLATE COMINWU6 WEIR BEgp TO 3M712S10 WHITE A■■ AL BLADE r' T EASED EDGE EASED EDGE -TYPICALALLEDGES 3M]12S10MITE ROTATE FROM THIS POWOERCOATED "BRONM'SIGN FACE 'CENTER-FOIM'&45E0C LOGO SUPPLIED BY ONMER g � WITH CLEAR VINYL UV INHIBITION FILM. Typ' LCGOSUPPUEDBYONMER O PARK IDENTIFICATION LETTERING, TYR.g N e PARK IDENTIFICATION LETTERING, ttP LL 11? TA, 310WH ]125-10ITE p� - ]1210ITE , 1R'TAUL 3MWH FONT: VA 721 D CONDENSED ITALIC BOL ,SS,. D F -RIVerfron FONT:SWISS Ri BOLD CONDENSED ITALIC 114•TAIIWHITESTRIPE M - Cr0$$IDg -_ 1p"TOLL WHITE STRIPE 3M]12S10 NMITE �2(It 3MTI2 IIIWHITE WAYFINDINGLETTERING.TYP. WAYFINDINGLETTERING,TYR 1114" TALL 3M712S10 WHITE - 7daa River_ i , WTALL, 3MI12S10 WHITE FONT: SWISS Ri BOLO CONDENSED ITALIC ra. FONT: SWISS 721 BOLO CONDENSED TA -IC 5-porria GRASS PATTERN, 3M1t2548 BEIGE p F �A EvenLaw G PATTERN, 3Mfl25-45 BEIGE PATTERN BUPPUE--Y—ER ¥ R p Yp g ^ 4q NaN,e Play PATTERN PATTERN SUPPLIED BY OWNER SIGNFACEANDGRAPHICS TONE Y ,�- i SIGN FACE IND GRAPHICS TO BE COVERED LATH CLEAR NNYL UV G F P F & %£ T eD.04 COVERED WITH CLEAR VINYL UV INHIBITION FILM. TYP. T 0. 'C' j1 ._.: 1S 1 INHIBITION FILM. TYP ANCHOR BOLTS, vyFV rT'I' FLANGE PLATE& ANIC BOLi6, SEE DETAIL Wg = J L SEE DETAIL 4W7 1"CHAMFER AT 45', TTP. N^z m t" CHAMFER AT 45°, TYP. FINISH GRIOT FINISH GRACE ANCHOR BOLTS{ I � ANcgoR eoLrs I I I sre"DIA, 16 LENGTH. THREADED eDLT { LB CIA, ,B"LENGTH, THREADED BOLT {- { GRILL ANO EPO%Y IMOPCC FOOTING I I- I v I DRILL AND EPDXY INTO PCC FOOTING VERTICAL REBAR W EPDXY COATED REBPR, t u I a �VERTICPLREBAR W EPDXY COATED REBAR, 1' b' 0 C. MIN. S' CLEMPNCE TYP. ee > _ iq I ^ LL_ ° 111'U' O.C, MIN. 3"CLEPRPNCE, IYP. L _L_ °I n 4 w m la I, ° 4I HORIZONTAL FEW IN EPDXY COAREBTED N W EPDXT COATED REBAR, 1P' OG, MIN, 3' CLF_ARANCE, TYP. °.OR,. Z a 4, 1� M EPDXY COATED REBAR, 10'0.L, MIN, 3"CLEARANCE ,IW. I A REINFORCED PCC FOOTING, TYPICAL ° FULL-0EPTH RECTA NGUIPA FORM O O I. (�` REINFORCED PCC FOOTING TYPICAL d TOP OF FOOTING TO EXTEND Z Iq O b e v ° dl FULLOF FOOT RECTANGULAR EXTEND FORM TOPOFFITZ TO E%iENO ° AT 4" ABOVE FINISH GRADE j, I --�< 4"ABOVE FINISH GRADE 4 WEST -BOUND EAST -BOUND � N;, I SECTION/ELEVATION: TRAIL SIGN "G" -.L1, 4, I SECTION: TRAIL SIGN - ANCHOR PLATE AND BOLT DETAIL NI TRAIL WAVFINDING SILAGE SIGN, Yv 12 THICK ALUMINUM, POVAERL ATED I— < L1� COLOR'. ERGMf i0 MATCH Cn U LU^ a O MINTING PARKS SIGNAGE LL Z V) 2 tL EASED EDGE -TYPICAL ALL EDGE W QaL) > WAYFINOING PAROW, ttP. cn ff=W 314712540 WHITE CONTINUOUS WELD BEAD 1 Kp 58'OIA BOLTS, RLADE FULLY -THREADED. EM BED DED INTO FCC 1 /� FOOTING ECURED `x' NTH WITH EPDXY SEALANT, WITH A350CIATED SEOF ALANT ASSOCIATED SUBMITTAL DATES A IR� } 4L l� WASHERANONBT. IN 1 SAW TOP OF FNCOR SOLT TO BE WTHIN civ 10 OF TOP OFNUT. GRIND TKALUMI i -� Y4"THICK ALUMINUM, ANCHOR PLATE UM,ARPEOG PLATE COMINWU6 WEIR BEgp TO A■■ AL BLADE r' T EASED EDGE EASED EDGE -TYPICALALLEDGES ROTATE FROM THIS POWOERCOATED "BRONM'SIGN FACE 'CENTER-FOIM'&45E0C AND ANCHOR PLATE TO BE COVERED f i I INDICATED CIRECODN WITH CLEAR VINYL UV INHIBITION FILM. Typ' A5 EPDXY COATED REBAR DRILL HOM IN PCC FOOTING AND EPDXY ANCHOR BOLTS, EMBEDDED it r N3, I SIGN ARROW DETAIL, TYP. CO(1FLUEncE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET SE, SUITE 104 CEDAR RAPIDS, W 52401 PH: 318409.5401 CIVIL ENGINEER HR GREEN INC 8710 EARHART LANE SW CEDAR RAPIDS, V 52401 PH: 318W1AOM CONTACT: AARON G W INNUP ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WAGHINGTON STREET, SUITE W00 IOWA CRY, IA 52240 PH: 3193311.9311 CONTACT: HILL DOWNING MECH.I ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE VIEW LANE SW CEDAR RAPIDS, W 5MW PH: 319.984194° STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET. SUITE B IOWA CRY. IA 52240 PH: 31933] ]050 ISSUED FOR BID SET NOTFOR CONSTRUCTION TRAIL WAYFINDING SIGN'G' DETAILS N11 Yv I— < L1� Cn U LU^ a O 1Q LL Z V) 2 tL W QaL) > cn ff=W U 17 1 Kp N Ci SUBMITTAL DATES 1 1-11 DESIGN REOM ISSUED FOR BID SET NOTFOR CONSTRUCTION TRAIL WAYFINDING SIGN'G' DETAILS N11 N,2 I SECTION: SIGN "G" TRAIL WAYFINDING SIGN, I? THICK ALUMINUM, POWDER -COATED COLOR:'SRCWN' TO MATCH EXISTING PARKS SIGNAGE EASED EDGE -TYPICAL ALL EDGE CITY OF IOWA CRY- PARKS 8 RECREATION DEPARTMENT LOGO W712 10 WHITE LOGO SUPPLIED BY OWNER PARK IDENTIFICATION LETTERING, TYP. 11?TALL, 3107IIS10 WHITE FONT: SWISS 721 BOLD CONDENSED ITALIC 1M TALLWHTTE STRIPE 3M712S10 WHITE WAYFINDINGLETTERING, TTP. 1114TALL, 3WI2 10 WHITE FON: SWISS 721 BOLD CONDENSED ITALIC GRASS PATTERN, 3WI2548 BEIGE PATTERN SUPPLIED BY OWNER SIGN FACE AND GRAPHICS TO BE W REO WITH CLEAR V NYL W INHIBITION FILM WP, FLANGE PLATE d ANCHOR BOLTS. SEE DETAIL 4N7 1" CHAMFER AT 4S, TYP. COLOR: 9RONN' TO MATCH EXISTING PARKS SIGNAGE EASED EDGE -TYPICAL ALL EDGE F i $ I• g�1Li3i011i ` -L`fo9s1�B L pI!$ N- Riverfron Crossing B Par PARK IDENTIFICATION LETTERING, TYP. 11? TALL' 3MM2s10 WHITE TOW: SWISS 721 SOW CONDENSED ITALIC 1W TALL WHITE STRIPE 3MT12S1C WHITE WAYFINDING LETTERING TYP. yy "YONI River River ACORitlo7 1 T12S WtlITE y ] � [`FRrtitler Trail Coo Tmll FOW:6WIS5721 SOLD CONDENSED ITALIC FONT L 5! p ` Net.. Fley b W A City PQM; 10 oy SIGN FACE NA GRAPHICS TO BE p q .I _` Parkirp p � Parklrp COVERED WITH CLEAR IWL UV IWIBRIIXIFlUI.F P. P_ Tue01o00 d O GRASS PATTERN, 3M712S48 BEIC£ C e, Area: 1.5M �O PATTERN SUPPLIED BY OWNER TT � U FLANGE UM ANCHOR BOLTS, CD U SEE DETAIL 0 T'CHAMFER AT 45', IF i I ANCHOR BOLTS I I t�-j ANCHOR BOLTS SRDIA. ELENGTH,O READEDPCCFOO BOLTIXVILLAND EPO%Y INOPCC FOOTING --} LENGTH P CFOO BOLT IXNILLAIO EPDXY IAO PCC FOOTING VERTCALRESARW EPDXTCOATED REBAE, 1'-0' O. L, MIN. T CLEARANCE, ttPb I E+OXY CAATEO REOIRhL 1'LOC. MIN I CLEARANCE TYP HORIZONTAL REHAR. ai 'I HORIZONTALREBAR. WEPDXY COATED REBAR, R4 44 Y o e a I IP O.C., MIN. Y CLEARANCE, TYG W EPDXY COATED REBAF, I1VOC., MIN. T CLEARANCE. VP. I REINFOROEIIFCCFOGTING TYPICAL -rI FULLFORCED ECFOOTNG FORM U lu REINFORCED PLC FCOTINO,TYPICAL ° FULL,DEPTHRECTANGULARFORM TOP OF FOODNG TO EMEND S) ° J °I4' ABOVE FINISH GRACE y 4 I I y y I I TOP OVE FINISH GRACIE NO -�"ABOVE FINISH GRADE k -s 1P I O VAI] F �I s ru r D NORTH -BOUND SOUTH -BOUND C' 'i 2' N42 I SECTION: TRAIL SIGN - ANCHOR PLATE AND BOLT DETAIL TRNL WAYFINDING BLADE SGA, 147 THICK ALUMINUM. POWDERLOATED COLOR: VROYM'To MATCH E)VSTINGPARKSSIGNAGE EASED EDGE -TYPICAL ALL EDGE 51B' DIA ANCHOR BOLTS, FULLY -THREADED, EMBEDDED INTO PCC FOOTING MINIMUM OF 17 AND SECURED WITH EPDXY SEALANT, WITH ASSOCIATED WASHER AND NUT, SAW TOP OF ACOR BOLT TO BE WITHIN 1Rr BE TOP OFNUT. GRIND TO REMOVE SHARP EDGES. W THICK ALUMINUM, ANCHOR PLATE CONINUOUS WELO SEPG TO VERTICAL SIGN PLACE. EASED EDGE - TYPICAL ALL EDGES W INHIBITION FILM. VFATILALREBAR ! EPDXY COATED REBAR DRILL HOLE IN FCC TOOTING AND EPDXY ANCHOR BOLTS EMBEDDED COf1FLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 900 2ND STREET SE. SUITE 104 CEDAR RAPIDS, M 52401 PH: 3191095401 CIVIL ENGINEER HR GREEN INC. 8710 EARHMT LANE SW CEDAR RAPIDS, M 5401 PH: 319841.4000 ARCHITECT ROHRBACH ASSOCIATES PC 325 E. WASHINGTON STREET, SUITE WO IOWA CITY, IA 5MM PH: 319.330.9311 CONTACT: WILL DOWNING MECH. I ELEC. ENGINEERS DESIGN ENGNEERS PC 8801 PRAIRIE VIEW LANE BIN CEDAR RAPIDS, M 5404 PH: 319.914A W STRUCTURAL ENGINEERS RAKER RHODES ENGINEERING 112 E. WASHINGTON STREET, SUITE 8 IOWA CITY. W 5240 PH: 319 333.]850 ISSUED FOR BID SET NOT FOR CONSTRUCTION TRAIL WAYFINDING SIGN'H' DETAILS N12 �Y�W// LL O_ Z jtY=J W Zap�j 2Z p Q � d O �O � � U IV CD U 0 SUBMITTAL DATES 1 1.11 we ISSUED FOR BID SET NOT FOR CONSTRUCTION TRAIL WAYFINDING SIGN'H' DETAILS N12 Prepared by: Ben Clark, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319) 356-5436 Resolution No. 18-21 Resolution setting a public hearing on February 6, 2018 on plans, specifications, form of contract, and estimate of cost for the construction of the Riverfront Crossings Park, Phase 3 Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said plans on file for public inspection. Whereas, funds for this project are available in the Riverfront Crossings Riverbank/Park Development account # R4185. Now, therefore, be it resolved by the 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 6t day of February, 2018, 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 16th day of January 2018 M or Approved by Attest• - e GCLe 4,0&?. City Clerk 41 City Attorney's Office _1/j9 It was moved by Taylor and seconded by sotchway the Resolution be adopted, and upon roll call there were: Ayes: �7 Nays: Absent: Botchway Cole Mims Salih Taylor Thomas Throgmorton s P®rbedia 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 Wisconsin County of Brown, 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: 0002670990 1/22/18 01/22/18 $32.07 Copy of Advertisement Exhibit "A" \`\\\��uuunuppq i OOTARy 'oUBU\C' OF W t S _'\\'�\\ scdbed and sworn to before me by said affiant this 22th day of January. 2018 ffII I ,�� is hereby given to uncil of the City of a, will conduct a i on plans, orm on contract cne uicy uouncn cnereaicer as posted by the City Clerk. Said plans, specifications, form of contract and the estimated cost are now on file in the office of the cit clerk in City Hall in Iowa CitYy, Iowa, and may be inspected aszea person may appear seting of the City Council e purpose of making to and comments said plans ins, contract or the cosi safd improvement. z is ven by order of the :il o? the City of Iowa and as provided -by law. FRUI;HLING, CITY Prepared by: Ben Clark, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319) 356-5436 Resolution No. 18-37 Resolution approving plans, specifications, form of agreement, and estimate of cost for the construction of the Riverfront Crossings Park, Phase 3 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 the Riverfront Crossings Riverbank/Park Development account # R4185. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: 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 28'° day of February, 2018. 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 6"' day of March, 2018, or at a special meeting called for that purpose. Passed and approved this 6th day of February _'2018 Ma or Attes ac.F Z�; C' Clerk ppr ved by 17 City Attorney's Office I Resolution No. 18-37 Page 2 It was moved by sotchway and seconded by Thomas the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Botchway Cole Mims Salih Taylor Thomas Throgmorton Q o �. 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 Notice to Bidders - Riverfront Crossing Park, Phase 3 Project Classified ID: 107769 A printed copy of which is attached and made part of this certificate, provided on 02/07/2018 to be posted on the Iowa League of Cities' internet site on the following date: February 7 , 2018 I certify under penalty of peijury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 2/7/2018 Alan Kemp, Executive Director RIVERFRONT CROSSING PARK, PHASE 3 PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 28th day of February, 2018. Sealed proposals will be opened immediately thereafter. Bids submitted byfax 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 6th day of March, 2018, or at a special meeting called for that purpose. There is a recommended pre-bid meeting. This will start at 2 P.M. local time on Thursday, February 15, 2018 in the Emma J. Harvat Hall in City Hall. The Riverfront Crossings Park, Phase 3 Project, located at 1001 S. Clinton Street— Iowa City, Iowa 52240, consists of: Construction of two (2) restroom buildings each consisting of four (4) unisex restrooms, a service room, and an electrical/mechanical room; construction of associated site and building utilities; construction of new PCC sidewalk appurtenant to each building; installation of site fumishings including drinking fountains, trash receptacles, bicycle racks, and picnic tables; site restoration and minor landscape planting; and other associated construction activities related to the restroom building construction. The Project further includes the installation and connection of site and pedestrian lighting throughout Riverfront Crossings Park as indicated in the Drawings; preparation, trenching and/or boring of conduit, installation of hand holes and other structures, feeding of wire and other cabling as necessary to power and control light fixtures, outlets and other receptacles as indicated in the Drawings; site restoration and other associated construction activities related to the installation of site and pedestrian lighting. The Project further includes the procurement/fabrication and installation of site identification and wayfinding signage as indicated in the Drawings; preparation for and installation of required sign footings; and minor site restoration associated with the installation of site identification and wayfinding signage. All work is to be done in strict compliance with the plans and specifications prepared by Confluence of Cedar Rapids, 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 submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and 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, pursuantto the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to fumish 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: Specified Start Date: March 12, 2018 Specified Completion Date: July 13, 2018 Liquidated Damages: $500.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of Technigraphics, 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 $50.00 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, by bona fide bidders. The deposit will be refunded to plan holders who return the bidding documents in good condition within 15 days after receipt of bids. 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 Inspections and Appeals at (515) 281-5796 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 withwhom 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. Byvirtue 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. Posted upon order of the City Council of Iowa City, Iowa KELLIE FRUEHLING, CITY CLERK Julie Voparil From: Carla Long <CLong@mbionline.com> Sent: Thursday, February 08, 2018 4:33 PM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 2.8.18 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 Iowa City Water Treatment Plan Water Distribution Facility 2018 Roof Improvements Project Iowa City Riverfront Crossing Park, Phase 3 Project 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): February 8, 2018 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. February 8, 2018 Date President/CEO of The Construction Update Plan Room Network Carla Long — Project Information Specialist Construction Update powered by ConstructConnect 221 Park St — PO Box 695 — Des Moines — Iowa — 50306 (D) 515.657.4400 (0) 515.288.8904 (E) Clonq�MBlonline.com (W) www.MBionline.com Project Information I IowaBidDate.com in ®" CMpI aw. NOTICE TO BIDDERS FEB 0 7 2018 RIVERFRONT CROSSING PARK, PHASE 3 PROJECT Sealed proposals will be received by the City Clerk of the Clty of Iowa City, Iowa, until 3:00 P.M. on the 28th day of February, 2018. Sealed proposals will be opened immediately thereafter. Bids submitted byfax 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 6th day of March, 2018, or at a special meeting called for that purpose. There is a recommended pre-bid meeting. This will start at 2 P.M. local time on Thursday, February 15, 2018 in the Emma J. Harvat Hall in City Hall. The Riverfront Crossings Park, Phase 3 Project, located at 1001 S. Clinton Street— Iowa City, Iowa 52240, consists of: Construction of two (2) restroom buildings each consisting of four (4) unisex restrooms, a service room, and an electrical/mechanical room; construction of associated site and building utilities; construction of new PCC sidewalk appurtenant to each building; installation of site furnishings including drinking fountains, trash receptacles, bicycle racks, and picnic tables; site restoration and minor landscape planting; and other associated construction activities related to the restroom building construction. The Project further includes the installation and connection of site and pedestrian lighting throughout Riverfront Crossings Park as indicated in the Drawings; preparation, trenching and/or boring of conduit, installation of hand holes and other structures, feeding of wire and other cabling as necessary to power and control light fixtures, outlets and other receptacles as indicated in the Drawings; site restoration and other associated construction activities related to the installation of site and pedestrian lighting. The Project further includes the procuremenUfabrication and Installation of site identification and wayfinding signage as indicated in the Drawings; preparation for and installation of required sign footings; and minor site restoration associated with the installation of site identification and wayfinding signage. All work Is to be done in strict compliance with the plans and specifications prepared by Confluence of Cedar Rapids, 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 fumished by the Cityand must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and 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. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. 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 fora 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: Specified Start Date: March 12, 2018 Specified Completion Date: July 13, 2018 Liquidated Damages: $500.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319354-5950, Fax: 319354.8973, Toll -Free: 800-779-0093, by bona fide bidders. A $50.00 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, by bona fide bidders. The deposit will be refunded to plan holders who return the bidding documents in good condition within 15 days after receipt of bids. 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 Inspections and Appeals at (515) 281-5796 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. Byvirtue 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. Posted upon order of the City Council of Iowa City, Iowa KELLIE FRUEHLING, CITY CLERK Julie Voparil From: Carla Long <CLong@mbionline.com> Sent: Thursday, February 08, 2018 4:33 PM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 2.8.18 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 Iowa City Water Treatment Plan Water Distribution Facility 2018 Roof Improvements Project Iowa City Riverfront Crossing Park, Phase 3 Project 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): February 8, 2018 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. February 8, 2018 Date President/CEO of The Construction Update Plan Room Network Carla Long — Project Information Specialist Construction Update powered by ConstructConnect 221 Park St — PO Box 695 — Des Moines — Iowa — 50306 (D) 515.657.4400 (0) 515.288.8904 (E) Clong cDMBIon line. com (W) www.MBionline.com i i~ -s hrt and oNy com}rehen:rvc conlrwlmn hnd bite c.Vend� ' Project Information IowaBidDate.com 11 Im © ("fit NOTICE TO BIDDERS CITY OF CITY 2018 ROOF M ROVOEMEN S PROJECT RECEIVE® WATER TREATMENT PLANT FEB 0 7 2018 WATER DISTRIBUTION FACILITY Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 26th day of February, 2018. Sealed proposals will be opened immediately thereafter. 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 6t' day of March, 2018, or at special meeting called for that purpose. The Project will involve the following Replacement of existing single -ply TPO membrane roof systems, including but not limited to roof system -related demolition, removal of obsolete rooftop equipment, roof decking repairs, rough carpentry, roof insulation, single -ply EPDM roofing, roof -related sheet metal, and associated incidental rooftop mechanical and electrical work. Repair and coating of existing standing -seam metal roof system, including but not limited to removal of obsolete rooftop equipment, roof repairs, roof preparation, and application of an asphalt -based aluminum coating system. All work is to be done in strict compliance with the plans and specifications prepared by Benchmark, Inc. 6065 Huntington Court NE, Cedar Rapids, Iowa, 52402, 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 submitted In a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and 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 Base Bid amount. 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. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bid bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a bond in an amount equal to one hun- dred 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 five (5) years from and after its completion and formal acceptance by the City Council. AF -1 The Owner will conduct a pre-bid meeting and site inspection at 10:00 A.M., on the 16th day of February, 2018. Prospective bidders shall sign -in at the Water Treatment Plant lobby 15 -minutes prior to the scheduled meeting time, at 80 Stephen Atkins Dr., Iowa City, IA 52240. The following milestone dates shall apply to this Project: Start Work: May 15, 2018 Substantial Completion of All Work: October 12, 2018 Final Completion of All Work: October 26, 2018 Project Closeout November 9, 2018 Liquidated Damages: $200.00 per day beyond final completion date The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of Rapids Reproductions/Technographics of Iowa City located at 415 Highland Ave. Suite 100, by bona fide bidders. A $50.00 fee is required for each set of plans and specifications provided to the bidders or other interested persons. The fee shall be in the form of a check, made payable to Technographics. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. 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 Inspections and Appeals at (515) 281-5796 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). Subcontracting of roof system installation, roof repairs, and roof coating installation are strictly prohibited. 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. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract The Contractor shall submit the information necessary for the certificates to be issued. 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. Posted upon order of the City Council of Iowa City, Iowa KELLIE FRUEHLING, CITY CLERK AF -2 Prepared by: Ben Clark, Senior Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356-5410 Resolution No. 18-61 Resolution rejecting bids received on February 28, 2018 for the Riverfront Crossings Park, Phase 3 Project and setting a new date for receipt of bids for the rebidding of Riverfront Crossings Park, Phase 3 Project, directing City Clerk to post notice to bidders, and fixing time and place for receipt of bids Whereas, bids were received on February 28, 2018, for the Riverfront Crossings Park, Phase 3 Project; and Whereas, one bid was received that exceeded the amount available in the project fund; and Whereas, the Department of Parks and Recreation recommends that Council reject the bid, issue an addendum to remove one (of two) combination restroom/park shelter, and set a new date for receipt of bids; and Whereas, funds for this project are available in the Riverfront Crossings Riverbank/Park Development account # R4185. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. All bids received on February 28, 2018, for the Riverfront Crossings Park, Phase 3 Project are rejected. 2. An addendum shall be issued to the plans and specifications for the Riverfront Crossings Park, Phase 3 Project approved by resolution on February 6, 2018 to remove one (of two) combination restroom/park shelter. 3. 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. 4. 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. 5. 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 28'�' day of March 2018. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 3rd day of April 2018, or at a special meeting called for that purpose. Passed and approved this 6th day of march , 2018 Resolution 18-61 Page 2 May Approved by Attest: ' d Citylerk City Attorney's Office It was moved by _ trims and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: X Botchway X Cole X Mims X Salih X Taylor X Thomas X Throgmorton Z_ro-tI. IOWA LEAGUE 4fCITIES 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 - Riverfront Crossing Park, Phase 3 Project Classified ID: 108331 A printed copy of which is attached and made part of this certificate, provided on 03/07/2018 to be posted on the Iowa League of Cities' internet site on the following date: March 7, 2018 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 3/7/2018 0-�, W --4LY57 Alan Kemp, Executive Director MOTICE TO BIDDERS RIVERFRONT CROSSING PARK, PHASE 3 PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 28th day of March 2018. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machineshall notbe 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 3b day of April, 2018, or at a special meeting called for that purpose. There is a recommended pre-bid meeting. This will start at 2 P.M. local time on Tuesday, March 20'", 2018 in the Helling Conference Room, City Hall. The Riverfront Crossings Park, Phase 3 Project, located at 1001 S. Clinton Street — Iowa City, Iowa 52240, consists of: Construction of two (2) restroom buildings each consisting of four (4) unisex restrooms, a service room, and an electrical/mechanical room; construction of associated site and building utilities; construction of new PCC sidewalk appurtenant to each building; installation of site furnishings including drinking fountains, trash receptacles, bicycle racks, and picnic tables; site restoration and minor landscape planting; and other associated construction activities related to the restroom building construction. The Project further includes the installation and connection of site and pedestrian lighting throughout Riverfront Crossings Park as indicated in the Drawings; preparation, trenching and/or boring of conduit, installation of hand holes and other structures, feeding of wire and other cabling as necessary to power and control light fixtures, outlets and other receptacles as indicated in the Drawings; site restoration and other associated construction activities related to the installation of site and pedestrian lighting. The Project further includes the procurement/fabrication and installation of site identification and wayfinding signage as indicated in the Drawings; preparation for and installation of required sign footings; and minor site restoration associated with the installation of site identification and wayfinding signage. All work is to be done in strict compliance with the plans and specifications prepared by Confluence of Cedar Rapids, 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 bythe Cityand mustbe submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and 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. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidderwill be required to fumish 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 i 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: Specified Start Date: April 16, 2018 Specified Completion Date: October 1, 2018 Liquidated Damages: $500.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of Technigraphics, 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 $50.00 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, by bona fide bidders. The deposit will be refunded to plan holders who return the bidding documents in good condition within 15 days after receipt of bids. 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 Inspections and Appeals at (515) 281-5796 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 withwhom 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. Posted upon order of the City Council of Iowa City, Iowa KELLIE FRUEHLING, CITY CLERK v Julie Voparil From: Carla Long <CLong@mbionline.com> Sent: Thursday, March 08, 2018 4:37 PM To: Julie Voparil Subject: Fw: Certificate for Notice to Bidders Attachments: 3.8.18 Notice To Bidder.pdf Please disregard the first email I sent 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 0Gilfrl4k0I*-l1111143.1 Iowa City Riverfront Crossing Park, Phase 3 Project 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): March 8, 2018 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. March 8. 2018 [� '" Date President/CEO of The Construction Update Plan Room Network Carla Long — Project Information Specialist Construction Update powered by ConstructConnect 221 Park St — PO Box 695 — Des Moines — Iowa — 50306 (D) 515.657.4400 (0) 515.288.8904 (E) Clonq�MBlonline.com (W) www.MBIonline.com RECEIVED NOTI - TO SIDD RQ MAR 0 7 2018 RIVERFRONT CROSSING PARK, PHASE 3 PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 28th day of March 2018. Sealed proposals will be opened immediately thereafter. 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 3"' day of April, 2018, or at a special meeting called for that purpose. There is a recommended pre-bid meeting. This will start at 2 P.M. local time on Tuesday, March 20th, 2018 in the Helling Conference Room, City Hall. The Riverfront Crossings Park, Phase 3 Project, located at 1001 S. Clinton Street — Iowa City, Iowa 52240, consists of: Construction of two (2) restroom buildings each consisting of four (4) unisex restrooms, a service room, and an electricaVmechanical room; construction of associated site and building utilities; construction of new PCC sidewalk appurtenant to each building; installation of site furnishings including drinking fountains, trash receptacles, bicycle racks, and picnic tables; site restoration and minor landscape planting; and other associated construction activities related to the restroom building construction. The Project further includes the Installation and connection of site and pedestrian lighting throughout Riverfront Crossings Park as indicated in the Drawings; preparation, trenching and/or boring of conduit, Installation of hand holes and other structures, feeding of wire and other cabling as necessary to power and control light fixtures, outlets and other receptacles as indicated In the Drawings; site restoration and other associated construction activities related to the Installation of site and pedestrian lighting. The Project further includes the procurement/fabrication and installation of site identification and wayFinding signage as indicated in the Drawings; preparation for and installation of required sign footings; and minor site restoration associated with the installation of site identification and wayfinding signage. All work is to be done in strict compliance withthe plans and specifications prepared by Confluence of Cedar Rapids, 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 submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and 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. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. 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: Specified Start Date: April 16, 2018 Specified Completion Date: October 1, 2018 Liquidated Damages: $500.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk Copies of said plans and specifications and form of proposal blanks may be secured at the Office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Sufte 100, Iowa City, Iowa 52240, Phone: 3193545950, Fax: 319-354-8973, Toll -Free: 800-779-0093, by bona fide bidders. A 550.00 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, by bona fide bidders. The deposit will be refunded to plan holders who return the bidding documents in good condition within 15 days after receipt of bids. 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 Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Forth 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 Forth 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. Posted upon order of the City Council of Iowa City, Iowa KELLIE FRUEHLING, CITY CLERK qd c z) Prepared by: Ben Clark, Senior Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356-5410 Resolution No. 18-81 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Riverfront Crossings Park, Phase 3 Project Whereas, City Construction Newco LLC of Iowa City, Iowa, has submitted the lowest responsible bid of $914,711 for construction of the above-named project; and Whereas, funds for this project are available in the Riverfront Crossings Riverbank/Park Development account # R4185; and 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 is hereby awarded to City Construction Newco, 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 construction of the above-named project, adequate performance and payment bond, program statements. and the City Clerk to attest the contract for subject to the condition that awardee secure insurance certificates, and contract compliance Passed and approved this 2nd day of April 2018 Attes , Ci y Clerk Ma or JV proved City Attorney's Office It was moved by salih and seconded by adopted, and upon roll call there were: Ayes: X X X X X X Nays: Thomas the Resolution be Absent: X Botchway Cole Mims Salih Taylor Thomas Throgmorton Ir , 11 ENGINEER'S REPORT `pm '+®'m� CITY OF IOWA CITY 410 East Washington Street May 13, 2020 Iowa city, Iowa 52240-1826 (3 19) 356-5000 (3 19) 356.5009 FAX www.icgov.org City Clerk Iowa City, Iowa Riverfront Crossings Park, Phase 3 Project Dear City Clerk: I hereby certify that the construction of the Riverfront Crossings Park, Phase 3 Project has been completed by City Construction Newco LLC of Iowa City, Iowa, in substantial accordance with the plans and specifications prepared by Confluence, Inc. of Des Moines, Iowa. The project was bid as a unit price contract and the final contract price is $1,014,707.55. There is a total of thirteen change or extra work orders for the project as described below: 1. Time extension for design modification pricing $ 0.00 2. LI -201 Type B lighting foundations $ 7,747.00 3. Additional conduit boring $ 19,978.00 4. Primary feed conduits to transformer $ 5,396.00 5. Additional pavement and wall height $ 13,212.00 6. Over -excavation at building pad $ 5,981.00 7. Feeder length from LCI to LC3 $ 12,965.55 8. Footing elevation/roof line elevation $ 6,289.00 9. West canopy framing and roof line modifications $ 11,983.00 10. Skate deterrent blades $ 3,929.00 11. Revise site signage $ 5,169.00 12. Electricity to hand dryers $ 4,911.00 13. Heater horizontal mounting brackets $ ...,2,436.00 Total $ '$3,551.55 I recommend that the above -referenced improvements be accepted by the Q"f Iowa Cdy. �� Sincerely, v Jason Havel, P.E. City Engineer Bond #IAC 68044 PERFORMANCE AND PAYMENT BOND City Construction Newco LLC dba City Construction , as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and Merchants Bonding Company (Mutual) (insert the legal title of the Surety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Nine Hundred Fourteen Thousand, Seven Hundred Eleven Dollars ($ 914,711 ) 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 April 2nd, 2018 entered into a (date) written Agreement with Owner for the RIVERFRONT CROSSING PARK, PHASE 3 PROJECT; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by Confluence. Inc., which Agreement is by reference made a part hereof, and the agreed- upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, ther�rety may promptly remedy the default, or shall promptly: = y 1. Complete the Project in accordance with the terms and con4dons- theCD '- Agreement, or �- rn �v 2. Obtain a bid or bids for submission to Owner for completing-thPPrgact ino accordance with the terms and conditions of the Agreement; and�ypon determination by Owner and Surety of the lowest responsible bidder, arfange 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 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 FIVE (5) 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 orthird 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. 2018 SIGNED AND SEALED THIS 4th DAY OF IN THE PRESENCE OF: Witness Witness � , Stacey Rerisberger PB -2 of 2 t i iuey Merchants_ Bonding Cons ,(4 (MRuap Attorney -in -Fact r (Title) 5025 Utica Ridge Rd, Ste 100 (Street) Davenport,IA 52807 (City, State, Zip) 563-324-1011 (Phone) IAC 68044 MERCHANTS�`�� BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the'Companies') do hereby make, constitute and appoint, Individually, Erica Thomas their true and lawful Attorney(s)4n-Fact, to sign its name as surety(les) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written Instruments in the nature thereof, on behalf of the Companies In their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attomey is granted and is signed and sealed by facslmlls under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of Indemnity and other writings obligatory In the nature thereof." 'The signature of any authorized officer and the seat of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed.' In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and out hority hereby given to the Attorney -In -Fact Includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It Is fully understood that consenting to the Slate of Florida Department of Transportation making payment of the final estimate to the Contractor and/or Its assignee, shall not relieve this surety company of any of Its obligations under its bond. In connection with obligations In favor of the Kentucky Department of Highways only, it Is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such Intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 4th day of April , 2018 ••pr"•Ppp'••'•°,�•r MERCHANTS BONDING COMPANY (MUTUAL) m: VO 9.O�.A, MERCHANT NATIONAL BON�D/IN(/�G/r/I NSC. y, 1933 ; C: By . acti. STATE OF IOWA -"••••'•"- ••''••'••• COUNTY OF DALLAS as. On this this 4th day of April , 2018 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he Is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing Instrument are the Corporate Seals of the Companies; and that the said Instrument was sigrpdand sealed In behalf of the Companies by authority of their respective Boards of Directors. o q-kI �l ALICIA K. GRAM7. o 7. \ k Commission Number 767430 My Commission Expires r April 1, 2020 Notary Pub01 �: (Expiration of notary's commission 1 -rt rn does not invalidate this Instrument) —' I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, -INC., do hereby certify that the above and foregoing Is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, Vi&h is still In full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 4th day of April , 2018 :Ag. pRP0Rq' O • 9VA*.;4 ^.lam Int/ LsI��P►c!/> SG1 . .1.•!r .e. Q:17� sit:{ -e- �• . secretary o . 2003 a ... y •��v+' '.��,' '•°yj ......• gar: POA 0018 (3/17) ACKNOWLEDGEMENT OF SURETY STATE OF Iowa COUNTY OF Scott On this 4th day of April , in the year 2018 come(s) Thomas , before me personally _ , Attomey-In-Fact of Merchants Bonding Company (Mutual), with whom I am personally acquainted, and who, being by me duly sworn, says that he/she reside(s) in Davenport, IA , that he/she is the Attomey-In-Fact of Merchants Bonding Company (Mutual) , the company described in and which executed the within instrument; that he/she know(s) the corporate seal of such Company; and that the seal affixed to the within instrument is such corporate seal and that it was affixed by order of the Board of Directors of said Company, and that he/she signed said instrument as Attorney -In -Fact of the said Company by like order. ."•`+. STACEY RENSBERGER Commission Number 782498 My Commission Expires February 3, 2020 SUP 0014 (5104) 1A' Q, Stacey Rens ger , Notary Public My commissions expires: 2/3/2020 N(� Iv O n G rn un O Prepared by., Ben Clark, Senior Engineer, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5436 Resolution No. 20-135 Resolution accepting the work for the Riverfront Crossings Park, Phase 3 Project Whereas, the Engineering Division has recommended that the work for construction of the Riverfront Crossings Park, Phase 3 Project as included in a contract between the City of Iowa City and City Construction Newco LLC of Iowa City, Iowa, dated April 27, 2018, be accepted; and Whereas, the Engineer's Report and the performance, payment and maintenance bond have been filed in the City Clerk's office; and Whereas, funds for this project are available in the Riverfront Crossings Riverbank/Park Development account # R4185; and Whereas, the final contract price is $1,014,707.55. 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 19th day of May 2020 Attest: MayU Aed by py ())�L City Attorney's Office — 05/14/2020 It was moved by salih and seconded by Weiner the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Bergus Mims Salih Taylor Teague Thomas Weiner