Loading...
HomeMy WebLinkAboutCITY HALL MPOJC RENOVATION PROJECTCITY HALL MPOJC RENOVATION PROJECT 05 -Nov -2018 Plans, Specs, proposal and contract 06 -Nov -2018 Res 18-306, setting a public hearing 13 -Nov -2018 Notice of Public Hearing 20 -Nov -2018 Res 18-323, approving plans, specs, form of agreement and estimate of cost. 21 -Nov -2018 Notice to Bidders 18 -Dec -2018 Res 18-333, awarding contract (TD Builders) 29 -Jan -2019 Contract, Performance and Payment Bond 13 -May -2020 Engineers report 19 -May -2020 Res 20-134, accepting the work CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE CITY HALL MPOJC RENOVATION PROJECT ti 0 IOWA CITY, IOWA ,cz CZ) n _cn,i_ n 0 ROHRBACH ASSOCIATES PC A R C H I T E C T 5 RAPC Project 1323.1 October 29, 2018 BLANK PAGE CITY HALL MPOJC RENOVATION City of Iowa City Iowa City, Iowa ARCHITECT: Rohrbach Associates, P.C. Commerce Center 325 East Washington, Suite 400 P.O. Box 2238 Iowa City, IA 52244-2238 Tele 319.338.9311 Fax 319.338.9872 MECHANICAUELECTRICAL ENGINEER: Design Engineers, P.C. 8801 Prairie View Lane, Suite 200 Cedar Rapids, IA 52404 Tele 319.841.1944 Fax 319.841.0454 P �O/ Blpl90 � �. RAPC Project No. 1323.1 City of Iowa City City Hall MPOJC Renovation FILED N8V o 6 ION CitY Clerk Iowa City, Iowa Rohrbach Associates PC RAPC #1323.1 DOCUMENT 00 01 07 SEALS AND SIGNATURES I hereby certify that the portion of this technical submission described below was prepared by me or under my direct supervision and responsible charge. I am a duly Registered Architect under the laws of the State of Iowa. Steven A. Rohrbach Signature Registration expires June 30, 2019 Reg. No. 2281 Pages or sheets covered by this seal: Divisions 01, 02, 06, 07, 08, 09 Date issued: I hereby certify that the portion of this technical submission described below was prepared by me or under my direct supervision and responsible charge. I am a duly Licensed Professional Engineer under the laws of the State of Iowa. Dwight Clopton Schum Discipline — Professional Engineer License No. 13694 Pages or sheets covered by this seal: Divisions 21.23.26.28 Date issued: My license expires December 31, 2019 SEALS AND SIGNATURES 0001 07-1 City of Iowa City City Hall MPOJC Renovation END OF DOCUMENT FILE® NON 0 6 YB19 CitY to aCitY Io, 10 wa Rohrbach Associates PC RAPC #1323.1 SEALS AND SIGNATURES 0001 07-2 DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS Blank Page FILE® NOV 0 6 ZO18 City Clerk Iowa City, Iowa SPECIFICATIONS TABLE OF CONTENTS TITLE PAGE 00 01 07 — Seals and Signatures 00 01 10 —Table of Contents Division 00 -- Procurement and Contracting Requirements SPECIFICATIONS TABLE OF CONTENTS ............................................ NOTICE OF PUBLIC HEARING............................................................... NOTICE TO BIDDERS.............................................................................. NOTE TO BIDDERS................................................................................. INSTRUCTION TO BIDDERS.................................................................. FORM OF PROPOSAL............................................................................. BIDBOND................................................................................................. FORMOF AGREEMENT.......................................................................... PERFORMANCE AND PAYMENT BOND ............................................... CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENTS) .................................... WAGETHEFT........................................................................................... GENERAL CONDITIONS......................................................................... SUPPLEMENTARY CONDITIONS.......................................................... BIDDER STATUS FORM (2 PAGES) .......................... ATTACHMENTS: FORM OF PROPOSAL BID BOND BIDDER STATUS FORM ATTACHMENT: PLANS Division 01 -- General Requirements 01 10 00 — Summary 01 20 00 — Price and Payment Procedures 01 23 00 —Alternates TC -1 Page Number ............... TC -1 ............... NPH -1 ............... NTB-1 ............... NB -1 ............... IB -1 ............... FP -1 ............... BB -1 ............... AG -1 ............... PB -1 CC -1 thru pg.8 WT -1 thru pg.2 GC -1 SC -1 thru pg.17 BSF-1 Nov 0 6 1018 a tY Clerk Iow City, Iowa J 01 30 00 -Administrative Requirements 01 32 16 - Construction Progress Schedule 01 50 00 - Temporary Facilities and Controls 01 60 00 - Product Requirements 01 70 00 - Execution and Closeout Requirements 01 78 00 -Closeout Submittals 01 79 00 -Demonstration and Training Division 02 -- Existing Conditions 02 41 00 -Demolition Division 03 - Concrete (NOT USED) Division 04 - Masonry (NOT USED) Division 05 •- Metals (NOT USED) Division 06 -- Wood, Plastics, and Composites 06 10 00 - Rough Carpentry 06 20 00 - Finish Carpentry 06 41 00 - Architectural Wood Casework Division 07 -- Thermal and Moisture Protection 07 84 00 - Firestopping 07 90 05 - Joint Sealers Division 08 -- Openings 08 14 16 - Flush Wood Doors 08 71 00 - Door Hardware 08 80 00 - Glazing Division 09 -- Finishes 09 21 16 - Gypsum Board Assemblies 09 51 00 - Acoustical Ceilings 09 65 00 - Resilient Flooring 09 68 13 - Tile Carpeting 09 90 00 - Painting and Coating Division 10 - Specialties (NOT USED) Division 11 - Equipment (NOT USED) Division 12 - Furnishings (NOT USED) Division 13 -- Special Construction (NOT USED) Division 14 -- Conveying Equipment (NOT USED) 0 61018 Iowa tY Clerk City Iowa TC -2 Division 21 -- Fire Suppression 2100 10 — Fire Suppression General Provisions 2105 00 — Common Work Results for Fire Suppression 21 05 53 — Identification for Fire Suppression Piping and Equipment 21 10 00 — Water -Based Fire Suppression Systems Division 23 -- Heating, Ventilating, and Air -Conditioning (HVAC) 23 00 10 — HVAC General Provisions 23 05 00 — Common Work Results for HVAC 23 05 23 — General Duty Valves for HVAC Piping 23 05 29 — Hangers and Supports for HVAC Piping and Equipment 23 05 53 — Identification for HVAC Piping and Equipment 23 05 93 — Testing, Adjusting and Balancing for HVAC 23 07 00 — HVAC Insulation 23 09 00 — Building Automation System (BAS) 23 21 13 — Hydronic Piping 23 31 13 — Metal Ducts 23 33 00 — Air Duct Accessories 23 36 00 — Air Terminal Units 23 37 13 — Diffusers, Registers and Grilles Division 26 -- Electrical 26 00 10 — Electrical General Provisions 26 05 00 — Common Work Results for Electrical 26 05 19 — Low -Voltage Electrical Power Conductors and Cables 26 05 26 — Grounding and Bonding for Electrical Systems 26 05 29 — Hangers and Supports for Electrical Systems 26 05 33 — Raceways and Boxes for Electrical Systems 26 05 53 — Identification for Electrical Systems 26 09 23 — Lighting Control Systems FILED 26 27 26 — Wiring Devices 26 50 00 — Lighting NOY Q Division 28 — Electronic Safety and Security 6 1k 28 00 10 — Electronic Safe and Security General Provisions jp CitY city, Io Safety ty wa City, Iowa 28 3100 — Fire Alarm and Detection Systems (Addressable) TC -3 END OF TABLE OF CONTENTS FILED NU 0 6 1018 City Clerk Iowa City, Iowa TC -4 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR CITY HALL MPOJC RENOVATION PROJECT IN THE CITY OF IOWA CITY. IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given to that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form on contract and estimated cost for the construction of the City Hall MPOJC Renovation Project in said City at 7:00 p.m. on the 201' day of November, 2018, said meeting to be held in the Emma J. Harvat Hall in City Hall in said City, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and 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 provided by law. KELLIE FRUEHLING, CITY CLERK AOY 0 6 Y818 Iowa C�Clerk h! Iowa NTP -1 I3WXI: ;7 -TCI= MOV 06Zell City Clerk 10 wa City, Iowa NOTICE TO BIDDERS CITY HALL MPOJC RENOVATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 11th day of December, 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 18'" day of December, 2018, or at a special meeting called for that purpose. There is a recommended pre- bid meeting. This will start at 10 A.M. local time on Tuesday, November 27, 2017 in room 019 of City Hall located at 410 E. Washington Street, Iowa City, Iowa. The Project will involve the following: The project will involve updating and remodeling a portion of the lower level in City Hall; this includes the Metropolitan Planning Organization of Johnson County (MPOJC). The project will be completed in a single phase, and will involve demolition, millwork, hollow metal frame and wood doors, light gage metal framing and drywall, painting, alterations to existing mechanical system, flooring, electrical work including power and upgrading areas with LED lighting. The contractor will be responsible for all associated mechanical, structural and electrical work. All work is to be done in strict compliance with the plans and specifications prepared by Rohrbach Associates of Iowa City, 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 bidders 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. NOY061819 NTB-1 ^,.C;(y Clerk The following limitations shall apply to this Project: Specified Start Date: February 14, 2018 Specified Completion Date: May 31, 2018 Liquidated Damages: $300.00 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 $75.00 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. 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 NTB-2 2. 3. NOTE TO BIDDERS The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. Bid submittals are: Envelope 1: Bid Bond and Bidder Status Form Envelope 2: Form of Proposal NB -1 F L7 NOV 0 6 Z618 City Clerk Iowa City, Iowa BLANK PAGE IB INSTRUCTIONS TO BIDDERS CITY HALL MPOJC RENOVATION PROJECT Optional Pre -Bid Meeting: a. Time, Date, and Location: At 10:00 AM on the 271h of November, 2018 Room 019 City Hall, 410 E Washington Street Iowa City, Iowa 52240 2. Bid Submittals: a. Time, Date and Location: l'1'/ 0 ` 2018 3:00 PM on the 11'h day of December, 2018 City Clerk's Office 410 East Washington Street Iowa City, Iowa 52240 b. Submittals include two separate sealed envelopes: Envelope 1: Bid Security and Bidder Status Form Envelope 2: Proposal Bidder Status: a. Use the Bidder Status Form included in Section BSF. b. Submit in accordance with 1B.2.b above. C. See Section IB for the Worksheet: Authorized to Transact Business and 875 Iowa Administrative Code Chapter 156 (73A), found at the following website: https://www.legis.iowa.gov/docs/iac/chapter/08-15-2018.875.156.pdf, for assistance in completing the form. Bid Security: a. Use the Bid Bond Form included in Section BB. b. Submit in accordance with IB.2.b above. C. Bid security is 10% of the total bid, including all added alternates (do not deduct the amount of deducted alternates). Progress and Schedule a. Contract Times: Specified Start Date: February 14, 2019 Final Completion: May 31, 2019 Liquidated Damages: $300 per day b. Work Restrictions: i. No work shall be done between 10:00 pm and 7:00 am without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. ii. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. Performance, Payment and Maintenance Bond: a. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price for a period of one (1) year(s) after its completion and formal acceptance by the City Council. b. Use the Performance, Payment, and Maintenance Bond Form included in Section PB. Insurance Requirements: a. The City of Iowa City is to be listed on the required insurance certificate, as an additional insured on a primary and non-contributory basis. Review this requirement with your insurance broker prior to bidding. 8. Taxes: a. Sales Tax Exemption Certificates will be issued according to Section 1020 1.08 of the Supplemental Specifications. 9. Contract Compliance: a. For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, as described in the Section 0520. 10. Wage Theft Policy: a. For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Wage Theft Policy, as described in Section PB. 11. References: a. The successful bidder and all of its subcontractors are required to submit at least four (4) days prior to award three (3) references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or based on past experience on projects with the City of Iowa City. b. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. P1V 0 6 2019 IrnVJa cay, Iowa FORM OF PROPOSAL CITY OF IOWA CITY CITY HALL MPOJC RENOVATION PROJECT BIDDERS PLEASE NOTE: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE PROJECT MANUAL. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK Xolvl ilk 0 Name of Bidder: Address of Bidder: BIDS RECEIVED BEFORE: 3:00 PM local time on December 11, 2018 TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 In response to your request for bids, and in compliance with the Procurement and Contracting Requirements, the undersigned proposes to furnish all labor, materials and equipment, all supervision, coordination, and all related incidentals necessary to perform the work to complete CITY HALL MPOJC RENOVATION PROJECT in strict accordance with the Project Manual and the Drawings dated November 6, 2018, including Addenda numbered and , inclusive, prepared by Rohrbach Associates and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. BASE BID: Dollars ($ ) BID ALTERNATES: k Alternate No. 1: Additional Offices t._l- I Provide a price for construction of additional offices as indicated in open office area. Add or Deduct the Sum of: M97 0 B Zell r'ferk Illy, Iowa Dollars ($ ) FP -1 of 3 Alternate No. 2: Additional Carpet Tile T 0 C /018 Provide a price to remove the existing carpet and rubber wall base and install new carpet tile and rubber wall base, in the rooms indicated. Add or Deduct the Sum of: Dollars Alternate No. 3: Replace Ceiling Tile: Provide a price to remove existing acoustical ceiling tile and replace with new acoustical ceiling tile, in existing grid. Add or Deduct the Sum of: Dollars ($ ) Alternate No. 4: Additional Painting: Provide a price to paint additional walls. Remove and re -Install wall -mounted items such as tack strips, tack boards, etc. prior to painting. Add or Deduct the Sum of: Dollars ($ ) The names of those persons, firms, companies or other parties with whom we intend to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsible bidder. NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. In submitting this Proposal, the undersigned agrees that the Bid will not be withdrawn for a period of thirty (30) consecutive calendar days following the date of the Bid Opening. Further, that if a Notice to Proceed or a prepared Agreement provided by the Owner is received at the business address identified below within the thirty (30) day period, the undersigned will, within ten (10) days of receipt, 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 Final Completion by May 31, 2019. FP -2 of 3 Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -3 of 3 FILr-D MV 0 6 2018 City Clerk Iowa City, Iowa BLANK PAGE FP -4 of 3 F.TFo]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 ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, for (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this A.D., 20 Witness ?^Y 0 G Zola Witness day of BB -1 of 1 (Seal) Principal By (Title) (Seal) Surety By Attach Power -of -Attorney (Attorney-in-fact) BB -1 of 1 BLANK PAGE i ° 0 C 1010 AG FORM OF AGREEMENT CITY HALL MPOJC RENOVATION PROJECT CITY OF IOWA CITY THIS CONTRACT 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, and Contract dated the day of 20_, for the (Template - Insert Project Name) ("Project"), and WHEREAS, the City publicly solicited bids for construction of said Project; and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; and WHEREAS, the parties hereto now wish to enter into this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its including the total extended amount of $ which sums are incorporated herein by this reference. 2. This Contract consists of the Contract Documents, as defined in the Section 1010, 1.03, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; attached hereto; and b. Contractor's Completed Contract Compliance Program (Anti - Discrimination Requirements) Assurance, if applicable, pursuant to Section 0200, attached hereto; and C. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 0200, attached hereto. The above components are deemed complementary and what is called for by one shall be as binding as if called for by all. �' Zola 3. The names of subcontractors acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): NAME QUANTITY I UNIT PRICE TOTAL AMOUNT DATED this day of 20 By: City Official (Title) ATTEST: Contractor ATTEST: By: By: City Clerk (for Formal Projects only) (Company Official) APPROVED BY: City Attorney's Office FWLE LJ ' N911 0 6 2019 C.:y C ;< PB -1 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND CITY HALL MPOJC RENOVATION PROJECT CITY OF IOWA CITY L KNOW ALL BY THESE PRESENTS: MIM 0 6 1018 That we, Cite Cc -r!<, as Principal (hereinafter the "Contractor" or "Principal') and Inwa C 11 i:,., 3 as Surety are held and firmly bound unto City of Iowa City, Iowa, as Oblige (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of ($ ), lawful money of the Unite well and truly to be made, we bind ourselves, our heirs, or severally, firmly by these presents. dollars J States, for the payment of which sum, legal representatives and assigns, jointly The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the day of , (hereinafter the "Contract') wherein said Contractor undertakes and agrees to construct the following described improvements: (INSERT PROJECT DESCRIPTION) and to faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. Provided, however, that one year after the date of acceptance as complete of the work under the above referenced Contract, the maintenance portion of this Bond shall continue in force but the penal sum for maintenance shall be reduced to the sum of DOLLARS ($ ), which is the cost associated with those items in the Contract that require a maintenance bond period in excess of one year. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of year(s) (_) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20% of the total contract price, and that this bond shall then be released as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to less that five years after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction aatill be fully indemnified so that it will be put into the position it would have been in FW �Jl NT110 6 2018 f:ity (:ir�rk had the Contract been performed in the first instance as required. In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract is hereby made a part of this Bond. F 11 LL' 1107 o 6 2018 City Ciofk Iowa City, Iowa PRINCIPAL: SURETY: Contractor Surety Company By By Signature Signature Attorney -in -Fact Officer Title Printed Name of Attorney -in -Fact Officer FORM APPROVED BY: Company Name City Attorney's Office Company Address City, State, Zip Code Company Telephone Number NOTE: 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. Contract Compliance Program F"' rf-� W NO'S 0 6 HIS City Clerk Iowa City, Iowa SECTION 1 -GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less) if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible foranswering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. ID7 0 6 1010 CC -1 of 8 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 at sec.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) ------------------------- Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. "J'�✓ 0 B Zola i CC -2 of 8 6. How does your business currently inform applicants, employees, and recruitment sources (including unions)thatyou 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 ypy 0 E 1018 Cdy ` Iowa Jlowa City, CC -3 of 8 SECTION III -SUGGESTED STEPS TOASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings , employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to a s s u re t h a t they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional FILEopportunities ® and encourage all qualified employees to bid on them. NOV 0 6 1018 City Clerk Iowa City, Iowa CC -4 of 8 r 4 CITY OF IOWA CITY Attached for your information is a copy of Section 2 - 3 - 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment as well as a sample policy. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. "'0; 0 6 2018 CC -5 of 8 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her a g e , national origin, color, creed, disability, gender identity, marital s t a t u s, r a c e, 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 C o m p a n y a n d its employees wi I I provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabiIitiesfor employment. The Equal Employment Opportunity Officerfor — — — — — — — — — — — — — — is: IBiM Address: -------------- Telephone Number: ---------- NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. Fj NT; 062018 Ciiy Clerk Iowa City, Iowa CC -6 of 8 2-3-1: EMPLOYMENT; EXCEPTIONS: +T� 0 6 7018 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. 034105, 12-16-2003) B. It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or in any other manner indicate or publicize that individuals are unwelcome, objectionable or not solicited for employment or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to pregnancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbirth and recovery therefrom are, for all job related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwritten employment policies and practices involving terms and conditions of employment as applied to other temporary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or prospective employee a test for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the state epidemiologist determines and the director of public health declares through the utilization of guidelines established by the center for disease control of the United States department of health and human services, that a person with a condition related to acquired immune deficiency syndrome poses a significant risk of transmission of the human immunodeficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related CC -7 of 8 Inc.to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7- 1995) 1. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 2. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord. 94-3647, 11-8-1994) 3. The employment on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12- 16-2003) 4. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) 5. The employment on the basis of disability in those certain instances where presence of disability is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 6. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08- 4312, 8-11-2008) ,i0'� 0 E 2018 CC -8 of 8 CITY OF IOWA CITY 1107 0 6 2010 WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); 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 I WAGE THEFT AFFIDAVIT ) ss: COUNTY ) 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 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 in the last 5 years. Signature This instrument was acknowledged before me by on 20 Notary Public in and for the State of 1 vL m7i 0 6 1018 City Clerk Iowa City, Iowa WT -2 of 2 GENERAL CONDITIONS "General Conditions of the Contract for Construction" AIA DOC A201-2007 amended, shall apply except as amended in the Supplementary Conditions. FjRLE No 0 6 Z018 Ciiy Clerk Iowa City, Iowa rA.1051 SUPPLEMENTARY CONDITIONS , I'll 0G 2010 PART 1 -GENERAL 1.1 INTRODUCTION A. The following supplements modify the "General Conditions of the Contract for Construction", AIA Document A201-2007. Where a portion of the General Conditions is modified or deleted by these Supplementary Conditions, the unaltered portions of the General Conditions shall remain in effect. B. Terms used in these Supplementary Conditions will have meanings assigned to them in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings indicated below, which are applicable to both the singular and plural thereof. C. Deletions from the AIA A201 are indicated as strike eut and additions to the AIA A201 are indicated as "bold italic". D. The OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by 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. Change paragraph 1.1.3 to read as follows: 1.1.3 The term "Work" means the construction and services required by the Contract Documents, whether completed or partially completed, and includes all other labor, tools, materials, equipment, transportation, services, taxes, insurance and all other services provided or to be provided by the Contractor to fulfill the Contractor's obligations. The Work may constitute the whole or a part of the Project. The Contractor shall provide all work and materials required by any part of the Contract Documents. C. Add the following paragraph 1.2.4: 1.2.4 Sections of Division 1 - General Requirements, govern the execution of all sections of the specifications. 1.3 ARTICLE 2 -OWNER A. Change paragraph 2.4 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 receipts€ 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 dedueting the Owner may deduct from payments then or thereafter due the Contractor the reasenable entire cost of correcting such deficiencies, including Owner's expenses and SC -1 of 17 compensation for the Architect's and/or Consultant's additional services and expenses and heating, engineering, accounting, consulting services and attorneys' fees and expenses made necessary by such default, neglect, or failure. Such aGt'^^ by the Ownp 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 m Contractor performs any construction activity knewing itinvelves involving a recognized N o error, inconsistency or omission in the Contract Documents without such notice to the a Architect, the Contractor shall assume apprepriate responsibility for such performance and o shall bear aR appFapFiate aFneunt ef the attF bulable all costs for correction. The Contractor oshall perform no portion of the Work at any time without Contract Documents or, P R U where required, approved Shop Drawings, Product Data or Samples for such portion a oca 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, material providers and suppliers and their agents and employees, and other persons performing portions of the Work under a contract with the Contractor or any of its Subcontractors. C. Add the following 3.3.4: 3.3.4 Contractor shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. Contractor shall provide to Owner and Architect the phone number and/or paging service of this individual. D. Change paragraph 3.4.1 to read as follows: 3.4.1 Unless otherwise provided in the Contract Documents, the Contractor shall provide and pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, storage, parking and other facilities and services necessary for proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. Should the Contract Documents require work to be performed after regular working hours or should the Contractor elect to perform work after regular hours, the additional cost of such work shall be borne by the Contractor. 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 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 defects, exeePt fefthese ...,.Fent in the quality of the W,..i( th . G,..,....,.. n,... AtG FeqwmFe eF ...•t. 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 q c Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. "j G. Change paragraph 3.6.1 to read as follows: The Contractor shall pay sales, consumer, use and similar taxes for the Work provided by the Contractor that are legally enacted when bids are received or negotiations concluded, whether or not yet effective or merely scheduled to go into effect. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. All such information for said certificates shall be submitted to the City/Owner together in one submission. H. Change paragraph 3.7.2 to read as follows: 3.7.2 The Contractor shall eampi 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 approprate responsibility for such Work and shall bear the costs and expenses of correcting or replacing such Work. J. Change paragraph 3.7.4 to read as follows: 3.7.4 Concealed or Unknown Conditions. If the Contractor encounters conditions at the site SC -3 of 17 that are 1) subsurface or otherwise concealed physical conditions that differ materially from those indicated in the Contract Documents or 2) unknown physical conditions of an unusual nature that differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, the Contractor shall promptly provide notice to the Owner and the Architect before conditions are disturbed and in no event later than the next business day 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. ff 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 ene sepy ei aff 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. m L. Change paragraph 3.17 to read as follows: N o 3.17 The Contractor shall pay all royalties and license fees. The Contractor shall defend suits or claims for infringement of patent rights and shall hold the Owner and Architect harmless from loss on account thereof, but shall not be responsible for such defense or loss when a particular design, process or product of a particular manufacturer or manufacturers is required by the Contract Documents, or where the copyright violations are contained in == Drawings, Specifications or other documents prepared by the Owner or Architect. However, if the Contractor has reason to believe that the required design, process or product is an infringement of a copyright or patent, the Contractor shall be responsible for such loss unless such information is promptly furnished to the Architect and the Owner in writing. M. Change paragraphs 3.18.1 to read as follows: 3.18.1 To the fullest extent permitted by law, the Contractor shall indemnify, defend and hold harmless the Owner, Architect, Architect's consultants, and agents and employees of any of them from and against claims, damages, losses and expenses, including, but not limited to attorneys' fees, arising out of or resulting from performance of the Work, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property , 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, Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity that would SC -4 of 17 otherwise exist as to a party or person described in this Paragraph 3.18. Nothing in the foregoing Paragraph 3.18.1 is intended or shall be deemed to constitute an indemnification by the Contractor against the negligence of any of the parties to be otherwise indemnified pursuant to Paragraph 3.18.1. N. Change paragraph 3.18.2 to read as follows: 3.18.2 Contractor is not and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. In claims against any person or entity indemnified under this Section 3.18 by an employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under Section 3.18.1 shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Contractor or a Subcontractor under worker's compensation acts, disability benefit acts or other employee benefit acts. 1.5 ARTICLE 4 -ARCHITECT A. Change paragraph 4.1.2 to read as follows: 4.1.2 Duties, responsibilities and limitations of authority of the Architect as set forth in the Contract Documents shall not be restricted, modified or extended without written consent of the Owner, Gentraeter 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 Owner will not be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. The Architect and oe Owner will not have control over or charge of and will not be responsible for acts or missions of the Contractor, Subcontractors, or their agents or employees, or any other i 3 —persons or entities performing portions of the Work. cD D. Change paragraphs 4.2.5 through 4.2.6 to read as follows: 4.2.5 Based on the Architect's observations and evaluations of the Contractor's Applications for Payment, the Architect will review and eeri#y recommend to the Owner the amounts due the Contractor and will issue Certificates for Payment in such amounts. 4.2.6 The Architect has authority to reject Work which does not conform to the Contract Documents. Whenever the Architect considers it necessary or advisable for implementation of the intent of the Contract Documents, the Architect will have authority to recommend to the Owner to require additional inspection or testing of the Work in accordance with Subparagraphs 13.5.2 and 13.5.3, whether or not such Work is fabricated, installed or completed. However, neither this authority of the Architect nor a decision made in good faith either to exercise or not to exercise such authority shall give rise to a duty or responsibility of the Architect to the Contractor, Subcontractors, material and equipment suppliers, their agents or employees, or other persons performing portions of the Work. 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 SC -5 of 17 representatives to assist in carrying out the Architect's responsibilities at the site. The duties, 4.2.11 The Architect will interpret and make recommendations to the Owner regarding deeide matters concerning performance under and requirements of the Contract Documents on written request of either the Owner or Contractor. The Architect's response to such requests will be made in writing within any time limits agreed upon or otherwise with reasonable promptness. If no agreement is made concerning the time within which recommendations required of the Architect shall be furnished in compliance with this Paragraph 4.2, then the Architect shall furnish such recommendations within such reasonable time after the request is made that allow sufficient time in the professional judgment of the Architect for review. 4.2.12 Interpretations and recommendations desisiens of the Architect will be consistent with the intent of and reasonably inferable from the Contract Documents and will be in writing or in the form of drawings. When making such interpretations and recommendations deeisiens, 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 deeieie ns rendered in good faith. 1.6 ARTICLE 5 -SUBCONTRACTORS A. Delete paragraph 5.2.1 and add the following: 5.2.1 The CONTRACTOR shall provide, within 24 hours of the bid opening, a list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required on the Bid Form and the Agreement. 1. 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, o 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, c has against the Owner. Where appropriate, the Contractor shall require each Subcontractor to enter into similar agreements with Sub -subcontractors. The Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract agreement, copies of the Contract Documents to which the Subcontractor will be bound, and, upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of the proposed subcontract agreement which may be at variance with the Contract Documents. Subcontractors shall similarly make copies of applicable portions of such documents available to their respective proposed Sub -subcontractors. All warranties provided by the Subcontractors, including all express and implied warranties in the Contract Documents and the agreements between the Contractor and the Subcontractors and all warranties provided by law, shall run to and be for the benefit of the Owner, and the Owner shall have a direct right of action against the Subcontractors for any breach of said warranties. 1.7 ARTICLE 6 - CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS A. Delete paragraph 6.1.4 in its entirety. SC -6 of 17 Change paragraph 6.2.4 to read as follows: 6.2.4 The Contractor shall promptly remedy damage the Contractor wreagfull causes to completed or partially completed construction or to property of the Owner or separate contractors as provided in Subparagraph 10.2.5. 1.8 ARTICLE 7 - CHANGES IN THE WORK A. Change paragraph 7.2.1 to read as follows: 7.2.1 A Change Order is a written instrument prepared by the Architect and signed by the Owner and Contractor and approved by the Architect, stating their agreement upon all of the following: 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 (15%) of the cost. .4 For each Subcontractor, for Work performed by the Sub -subcontractors, five �^ @ percent (5%) of the amount due the Sub -subcontractor. Inorder to tchecking quotations iextras credits, f N Y 0 shall be th ttheipopretycanbeseen byinspection,a exceptth sesofminor ___.� U > accompanied by a complete itemization of costs including labor, materials and o �U Subcontracts. In no case will a change involving over $200.00 be approved without $ m such itemization. .6 Unless otherwise agreed, costs to which overhead and profit are to be applied o shall be those costs listed in Subparagraph 7.3.6. 1.9 ARTICLE 8 -TIME A. Change paragraph 8.2.3 to read as follows: 8.2.3 The Contractor shall proceed expeditiously with adequate forces and shall achieve Substantial Completion within the Contract time. The Contractor shall bear all costs for overtime and all additional expense which may arise in order to achieve Substantial Completion within the Contract Time. B. Add paragraph 8.2.4 to read as follows: 8.2.4 If, upon the recommendation of the Architect, it becomes necessary at times during construction for the Owner to accelerate the work, each Contractor or subcontractor when ordered and directed by the Owner, shall cease work at any point and shall transfer its workers to such points and execute such portion of 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 in SC -7 of 17 unavoidable casualties or other causes beyond the Contractor's control, " deteFFnines may justify delay, then the Contract Time shall be extended by Change Order for such reasonable time as the Owner, with the advice of the Architect, may determine. Such delays shall not be a basis for damages. An extension of the Contract Time is the Contractor's sole remedy for such delay. D. Delete paragraph 8.3.3 in its entirety. E. Add paragraph 8.4 LIQUIDATED DAMAGES to read as follows: Since the actual monetary value of damages sustained by the Owner as a result of delayed completion of the Work is extremely difficult or impractical to assess, the Owner and Contractor agree as follows: 1. Upon failure of the Contractor to achieve "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. m 4. Partial performance of the Work of this Contract shall not relieve the H o Contractor from liability for liquidated damages. 0 - c \ 5. Contractor's liability for liquidated damages shall cease upon issuance of Substantial Completion Certificate for the Work of the Contract. E _ C � 6. Notwithstanding anything in the Contract Documents to the contrary, amounts assessed to the Contractor as liquidated damages may be deducted by the Owner from any money payable to the Contractor pursuant to this Contract. The Owner shall notify the Contractor in writing of a claim for liquidated damages prior to the date the Owner deducts such sum from money payable to the Contractor. 1.10 ARTICLE 9 - PAYMENTS AND COMPLETION A. Add the following paragraph 9.3.1.3. .3 The first payment application shall be accompanied by Contractor's partial waiver of 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, SC -8 of 17 Subcontractor and Suppliers who have not previously furnished such final waivers. B. Change paragraph 9.4.1 to read as follows: 9.4.1 The Architect will, within seven days after receipt of the Contractor's Application for Payment, either issue to the Owner a Certificate for Payment, with a copy to the Contractor, for such amount as the Architect determines is properly due, or notify the Contractor and Owner in writing of the Architect's reasons for withholding certification in whole or in part as provided in Subparagraph 9.5.1. Nothing herein shall be construed as requiring the Architect to reduce the retainage to be applied to payment applications. All certifications and payments, including those pursuant to a pending claim, shall be tentative and conditional and it shall not be necessary for the Architect to make any statement to this effect. C. Add paragraph 9.4.2.1: 9.4.2.1 The Architect's determination as to the issuance of or withholding of or the amount of payment reflected on Certificates of Payment shall subject the Architect to no liability whatsoever to the Owner, Contractor, Surety, or any other person. D. Change paragraph 9.6.1 to read as follows: 9.6.1 The Owner shall make partial payments to the Contractor within 30 days after the Owner has received a Certificate for Payment from the Architect. To insure proper performance of the Contract, the Owner will retain 5% of each payment amount or such larger amount as will insure that there always remains a sufficient balance to complete the work, such retainage to be held until Final Acceptance of Work and shall so notify the Architect. 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 �nia ffanties which the contractor shall finish all items on the list accompanying the Certificate. m of thegni,.-, eF ,�,...i,...ated peFtien t� w8ef ....._sG atheF ._ ...,, ; ded .. the Gekifi_ate _r J .. ,..... ,. Cp C - F 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 from the final acceptance of the work by the Owner, subject to the conditions and in accordance with the provisions of Chapter 573 of the Code of Iowa (2009), as amended. G. Add paragraph 9.10.7: 9.10.7 Warranties required by the Contract Documents, including those stated in the performance and payment bond, shall commence on the date of final, formal acceptance of the work by the City. 1.11 ARTICLE 10 - PROTECTION OF PERSONS AND PROPERTY A. Add paragraph 10.1.1: 1. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be 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. SC -9 of 17 B. Change paragraph 10.2.4 to read as follows: 1. When use or storage of explosives or other hazardous materials or equipment or unusual methods are necessary for the execution of the Work, the Contractor shall give the Owner reasonable advance notice and shall exercise utmost care and carry on such activities under supervision of properly qualified personnel. C. Add paragraph 10.2.9: 10.2.9 When required by law or for the safety of the Work, the Contractor shall shore up, brace, underpin and protect foundations and other portions of existing structures which are in any way affected by the Work. The Contractor, before commencement of any part of the Work, shall give any notices required to be given to adjoining landowners or other parties. The Owner shall be notified once these notices have been served and before the work is performed. 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 eF sla ras Rude 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 fled with the Owner prior to commencement of the Work and thereafter upon renewal or replacement of each required policy of insurance. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. These certificates and the insurance policies required by this Section 11.1 shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least 30 days' prior written notice has been given to the Owner. An additional certificate evidencing continuation of liability coverage, including coverage for completed operations, shall be submitted upon final Application for Payment as required by Section 9.10.2 and thereafter upon renewal or replacement of such coverage until the expiration of the time required by Section 11.1.2. Information concerning reduction of coverage on account of revised limits or claims paid under the General Aggregate, or both, shall be furnished by the Contractor with reasonable promptness. D. Delete paragraph 11.1.4 in its entirety and add the following paragraphs 11.1.4 through 11.1.14: 11.1.4 Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Bodily Injury 6 Property Damage' Automobile Liability Each Occurrence Aggregate $1,000,000 $2,000,000 Combined Single Limit SC -10 of 17 Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Employer's Liability Each Accident $500,000 Each Employee $500,000 Policy Limit $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: The 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 the policy, be available to pay damages for which the insured Contractor becomes liable, or for _ which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction or set off by virtue of investigation or defense costs incurred by Contractor's insurer. 11.1.7 The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. 11.1.81f 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, SC -11 of 17 except worker's compensation and professional liability. Such additional insured endorsement(s) shall make the Contractor's liability insurance primary to the Owner's and, furthermore, shall not be contributing with any other insurance or similar protection available to the Owner, whether such available protection be primary, contributing or excess. Owner shall be an Additional Insured with respect 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 M the contract to the next low bidder, or declare a default and seek specific performance r c Y o or termination, as the case may be. CJ 11.1.12 In the event that any of the policies of insurance or insurance coverage —U identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses exhaust the aggregate limits of Contractor's liability insurance, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 11.1.13 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 SC -12 of 17 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. 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 Contractor prior to installation or prior to inclusion of such material or equipment in construction. f Contractor shall maintain appropriate insurance for such risks or occurrences pF P: a 0 11.3.20WNER shall purchase and maintain such boiler and machinery insurance 1� c which shall specifically cover such insured objects or additional property insurance as c may be required by Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, OWNER's Engineering Consultants, and any other & - individuals or entities identified in the Supplementary Conditions, each of whom is s deemed to have an insurable interest and shall be listed as an insured or additional insured. 11.3.3 All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has SC -13 of 17 been given to OWNER and CONTRACTOR and to each other additional insured to whom a certificate of insurance has been issued and will contain waiver provisions. 11.3.5 If CONTRACTOR requests in writing that other special insurance be included in the property insurance policies provided under paragraph 5.06, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the Site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. F. Delete section 11.4 in its entirety and add paragraph 11.4 to read as follows: 11.4.1 The Contractor shall furnish a Performance Bond and Labor and Material Payment Bond from a surety using the form included in the Contract Documents, each in an amount equal to the Contract Price. Cost of such Bonds shall be included in the base bid. Each alternative bid shall include the additional Bond cost. Contractor shall deliver the required Bonds to the Owner prior to the signing of the Agreement. .1 The Performance, Labor and Material Bond shall be executed in conformity with the American Institute of Architect's Document A-312 (1984 Edition), with coverage provided by a surety having a financial rating from A.M. Best of A, Vll or higher. .2 Whenever the Contractor shall be and is declared by the Owner to be in default under the Contract, the Surety and Contractor are each responsible to make full payment to the Owner for any and all additional services of the Architect as defined in the Owner/Architect Agreement which are required as a result of the Contractor's default and in protecting the Owner's right under the agreement with the Contractor to remedy the Contractor's default or honor the terms of the Performance Bond. .3 These Bonds shall be maintained by the Contractor and shall remain in full force and effect until final acceptance of the Work by the Owner. The Contractor agrees and will cause the Surety to agree to be bound by each and every provision of all the Contract Documents. .4 The Surety shall give written notice to Owner, within seven (7) days after receipt of a declaration of default, of the Surety's election either to remedy the default or defaults promptly or to perform the work promptly or to pay to Owner the penal sum of the bond, time being of the essence. In said notice of election, the Surety shall indicate the date on which the remedy or performance will commence, and it shall then be the duty of the Surety to give prompt notice in writing to Owner immediately upon completion of (a) the remedy and/or correction of each default, (b) the remedy and/or correction of each omitted item of work, (c) the furnishing of each omitted item of work, and (d) the performance of the work. The Surety shall not assert solvency of its Principal or its Principal's denial of default as justification for its failure to promptly YQFF1 __�{JA m remedy the default or defaults or perform the work. WY�.:�FJ LV _ � .5 The Principal and Surety further agree as part of this obligation to pay all such o damages of any kind to person or property that may result from a failure in any respect cr=» 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. SC -14 of 17 11.4.2 Surety shall be satisfactory to the Owner and shall be authorized to do business in the state of Iowa. 1.13 ARTICLE 13 - MISCELLANEOUS PROVISIONS A. Change paragraph 13.1 to read as follows: 13.1 The Contract shall be governed by the laws of the State of Iowa of theplaee wh8Fe the PFBjOGt 66 I a exeepif the paFties haye seleeted aF_h4FRtiGR AA the th d A binding dispute FeselutieH, the FedeFal AF19 tFatien Ast shall geyeFA SeelieR 16.4. B. Change paragraph 13.3.1 to read as follows: 13.3.1 Written notice shall be deemed to have been duly served if delivered in person to the individual, to a member of the firm or entity or to an officer of the corporation for which it was intended, or if deliYeFea�t a 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, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ® ordinance. The Contractor shall take affirmative action to insure that applicants are employed, and that employees are treated during employment without regard to their race, religion, color, sex, age, disability or national origin or otherwise as may be cc � required by local or state ordinance. Such action shall include, but not be limited to, c the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of p compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the policies of non-discrimination. .2 The Contractor and the Contractor's subcontractors shall, in all solicitations or advertisements for employees placed by them or on their behalf, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance Add the following Section 13.9: 13.9 The Contractor shall maintain CONTRACT COMPLIANCE PROGRAM (ANTI DISCRIMINATION REQUIREMENTS) for all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC -1. SC -15 of 17 1.14 ARTICLE 14 - TERMINATION OR SUSPENSION OF THE CONTRACT A. Add the following paragraph 14.2.1.5: .5 fails or refuses to provide insurance or proof of insurance as required by the Contract Documents. 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 Architect's services and expenses made necessary thereby, and other damages incurred by the Owner and not expressly waived, such excess shall be paid to the Contractor. If such costs exceed the unpaid balance, the Contractor shall pay the difference to the Owner. The amount to be paid to the 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 teHas 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 Architect if the Architect is not serving as the Initial Decision Maker. Claims by either party must be initiated within 21 days after occurrence of the event giving rise to such Claim or within 21 days after the claimant first recognizes the condition giving rise to the Claim, whichever is later. An additional Claim relating to the same subject matter made after the initial Claim has been implemented by Change Order will not be considered and is deemed waived by the Contractor. unless submitted IR ^ timely ^ 15.1.3 Continuing Contract Performance. Pending final resolution of a Claim, except as otherwise agreed in writing or as provided in Section 9.7 and Article 14, the Contractor shall mproceed diligently with performance of the Contract and the Owner shall continue to make L 7 a payments for sums not in dispute in accordance with the Contract Documents. The Architect will prepare Change Orders and issue Certificates for Payment in accordance with c the decisions of the Initial Decision Maker. G.•1. _9th (": p B. Change paragraph 15.2.5 to read as follows: e 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. The ^ Va' 9F Fejeetien of ^ ^'^i— by the initial C. Delete paragraphs 15.2.6 and 15.2.6.1 in their entirety. D. Delete Section 15.3 MEDIATION in its entirety. SC -16 of 17 E. Delete Section 15.4 ARBITRATION in its entirety. F. Add the following paragraph 15.5 to read as follows: 15.5 The Owner and Contractor may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to any dispute arising between the parties or under the Contract Documents. SC -17 of 17 �o ._ rC ij SC -17 of 17 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 residents? ❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D 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_ vdr� 107 0 6 2018 Signature: Date: You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. BSF-1 Worksheet: Authorization to Transact Business This worksheet may be used to help complete PartA of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. FI� WO`i O 6 2018 City Clerk Iowa City, Iowa BSF-2 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." A new rule 875-156.9(73A) containing a severability clause was added. The principal reason for adoption of this amendment is to implement legislative intent. No variance procedures are included in these rules because variance provisions are set forth in 875—Chapter 1. After analysis and review of this rule making, no impact on jobs has been found. These rules are intended to implement Iowa Code section 73A.21. These rules shall become effective on February 12, 2014. 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. r a a ) �\U V 40 BSF-3 �O "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 fast 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 on the form, there are no other preferences offered by the nonresident bidder's home state or foreign country. The statement shall include such additional information as requested by the commissioner. The statement must be signed by an authorized representative of the bidder. A fully completed statement shall be deemed to be incorporated by reference into all project bid specifications and contract documents with any bidder on a public improvement. Failure to provide the statement with the bid may result in the bid being deemed nonresponsive. This may result in the bid being rejected by the public body. 156.2(2) Determining residency status. a. For purposes of the Act, a person or entity is a resident bidder if the person or entity: (1) Is authorized to transact business in Iowa; and (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 emity 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 traftact o business in the state if one or more of the following accurately describes the person or entity: ; - o a. In the case of a sole proprietorship, the sole proprietor is an Iowa resident for Iowa inure tax purposes; o 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-4 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; L In the case of a corporation whose articles of incorporation are filed in this state, the corporation (1) 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 91C. 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 improvement, the bidder shall meet the following criteria for the three-year period prior to the first advertisement for the public improvement: a. Continuously maintained a place of business for transacting business in Iowa that is suitable for more than receiving mail, telephone calls, and e-mails; and b. Conducted business in the state for each of those three years and filed an Iowa income tax return, if applicable, made payments to the Iowa unemployment insurance fund, if applicable, and maintained an Iowa workers' compensation policy, if applicable, in effect for each of those three years. 875-156.3(73A) Application of preference. When awarding a contract for a public improvement to the lowest responsible bidder, the public body shall allow a preference to a resident bidder as against a nonresident bidder that is equal to any preference given or required by the home state or foreign country in which 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 mRuld be a nonresident bidder if such parent were to bid on the public improvement in its own name, I N V thdn the public body shall allow a preference as against such bidder that is equal to the preference given c� or -required by the home state or foreign country of the bidder's parent. In the instance of a labor force g, 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 L3country of the nonresident bidder, or the parent of a resident bidder if the parent would qualify as a c- _ 3 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-5 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 complaint form. 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. 875-156.6(73A) Investigations; determination of civil penalty. The commissioner or an authorized designee 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 have the following powers: a. Hearings. The commissioner may hold hearings and investigate charges of violations of the Act. b. Entry into place of employment. The commissioner may, consistent with due process of law, enter any place of employment to inspect records concerning labor force residency, to question an employer or employee, and to investigate those facts, conditions, or matters as are deemed appropriate in determining whether any person has violated the provisions of the Act. The commissioner shall only make an entry into a place of employment in response to a written complaint. 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. 11101J 0 6 1018 Clivi Clerk BSF-6 Iowa City, Iowa 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 terms 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 subject to a civil penalty in an amount not to exceed $1,000 for each violation found in a first investigation by the division, not to exceed $5,000 for each violation found in a second investigation by the division, and not to exceed $15,000 for a third or subsequent violation found in any subsequent investigation by the division. Each violation of this chapter for each worker and for each day the violation continues constitutes a separate and distinct violation. In determining the amount of the penalty, the division shall consider the appropriateness of the penalty to the person or entity charged, upon determination of the gravity of the violation(s). The collection of these penalties shall be enforced in a civil action brought by the attorney general on behalf of the division. 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_ r [Published 1/8/141 e e L� .� EDITOR'S NoTE: For replacement pages for IAC, see IAC Supplement 1/8/14. S40'9 0 61818 BSF-7 City Clerk Iowa City, Iowa DIVISION 01 GENERAL REQUIREMENTS Blank Page r um City of Iowa City RAPC Project #1323.1 City Hall MPOJC Renovation SECTION 01 10 00 SUMMARY PART1 GENERAL 1.01 PROJECT A. Project Name: City Hall Lobby, Revenue, Harvat Hall & NDS 2015 Renovation Project. B. City of Iowa City Name: City Council. C. Architect's Name: Rohrbach Associates PC. D. The project will involve the following: 1. The project will involve updating and remodeling a portion of the lower level in City Hall; this includes the Metropolitan Planing Organization of Johnson County (MPOJC). The project will be completed in a single phase, and will involve selective demolition, millwork, hollow metal frame and wood doors, light -gage metal framing and drywall, painting, alterations to existing mechanical system, flooring, electrical work including power and upgrading areas with LED lighting. The contractor will be responsible for all associated mechanical, structural and electrical work 1.02 CONTRACT DESCRIPTION A. Contract Type: A single prine contract based on a Stipulated Price as described in Document FP -1. 1.03 OWNER OCCUPANCY A. City of Iowa City intends to occupy the Project upon Substantial Completion. B. City of Iowa City intends to occupy the City Council Chamber, Harvat Hall, prior to the completion date for the conduct of normal operations. Refer to phasing plans for detailed information. C. Cooperate with City of Iowa City to minimize conflict and to facilitate City of Iowa Citys operations. D. Schedule the Work to accommodate City of Iowa City occupancy. 1.04 CONTRACTOR USE OF SITE AND PREMISES A. Provide access to and from site as required bylaw and by City of Iowa City: 1. Emergency Building Exits During Construction: Keep all exits required by code open during construction period; provide temporary exit signs if exit routes are temporarily altered. 2. Do not obstruct roadways, sidewalks, or other public ways without permit. 1.05 WORK SEQUENCE AND SCHEDULE A. Construct Work in phases during the construction period, as indicated in the drawings. B. Coordinate construction schedule and operations with City of Iowa City. C. Approvals and Procurement: Contractor to submit all required shop drawings, recieve approvals, and obtain all materials prior to beginning work on site. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED c U— ' END OF SECTION 1.11, 0 r 700 Rohrbach Associates PC SUMMARY 011000-1 City of Iowa City RAPC Project #1323.1 City Hall MPOJC Renovation Rohrbach Associates PC SUMMARY 011000-2 City of Iowa City City Hall MPOJC Renovation SECTION 01 20 00 PRICE AND PAYMENT PROCEDURES PART1 GENERAL 1.01 SECTION INCLUDES RAPC Project #1323.1 A. Procedures for preparation and submittal of applications for progress payments. B. Documentation of changes in Contract Sum and Contract Time. C. Change procedures. D. Correlation of Contractor submittals based on changes. E. Procedures for preparation and submittal of application for final payment. 1.02 RELATED REQUIREMENTS A. AG - Form of Agreement 1.03 SCHEDULE OF VALUES A. Electronic media printout including equivalent information will be considered in lieu of standard form specified; submit draft to Architect for approval. B. Forms filled out by hand will not be accepted. C. Submit Schedule of Values in duplicate within 15 days after date of Owner -Contractor Agreement. D. Format: Utilize the Table of Contents of this Project Manual. Identify each line item with number and title of the specification section. Identify site mobilization. E. Revise schedule to list approved Change Orders, with each Application For Payment. 1.04 APPLICATIONS FOR PROGRESS PAYMENTS A. Payment Period: Submit at intervals stipulated in the Agreement. B. Use Form AIA G702. C. Electronic media printout including equivalent information will be considered in lieu of standard form specified; submit sample to Architect for approval. D. Forms filled out by hand will not be accepted. E. For each item, provide a column for listing each of the following: 1. Item Number. 2. Description of work. 3. Scheduled Values." 4. Previous Applications. W 5. Work in Place and Stored Materials under this Application. 1„ 6. Authorized Change Orders. 7. Total Completed and Stored to Date of Application. 8. Percentage of Completion. 9. Balance to Finish. 10. Retainage. F. Execute certification by signature of authorized officer. G. Use data from approved Schedule of Values. Provide dollar value in each column for each line item for portion of work performed and for stored products. H. List each authorized Change Order as a separate line item, listing Change Order number and dollar amount as for an original item of work. Submit one electronic and three hard -copies of each Application for Payment. J. When Architect requires substantiating information, submit data justifying dollar amounts in question. Provide one copy of data with cover letter for each copy of submittal. Show application number and date, and line item by number and description. Rohrbach Associates PC PRICE AND PAYMENT PROCEDURES 01 2000-1 City of Iowa City City Hall MPOJC Renovation 1.05 MODIFICATION PROCEDURES RAPC Project #1323.1 A. For minor changes not involving an adjustment to the Contract Sum or Contract Time, Architect will issue instructions directly to Contractor. B. For other required changes, Architect will issue a document signed by City of Iowa City instructing Contractor to proceed with the change, for subsequent inclusion in a Change Order. 1. The document will describe the required changes and will designate method of determining any change in Contract Sum or Contract Time. 2. Promptly execute the change. C. For changes for which advance pricing is desired, Architect will issue a document that includes a detailed description of a proposed change with supplementary or revised drawings and specifications, a change in Contract Time for executing the change with a stipulation of any overtime work required and the period of time during which the requested price will be considered valid. Contractor shall prepare and submit a fixed price quotation within _ days. D. Computation of Change in Contract Amount: As specified in the Agreement and Conditions of the Contract. E. Substantiation of Costs: Provide full information required for evaluation. 1. On request, provide the following data: a. Quantities of products, labor, and equipment. b. Taxes, insurance, and bonds. c. Overhead and profit. d. Justification for any change in Contract Time. e. Credit for deletions from Contract, similarly documented. 2. Support each claim for additional costs with additional information: a. Origin and date of claim. b. Dates and times work was performed, and by whom. c. Time records and wage rates paid. d. Invoices and receipts for products, equipment, and subcontracts, similarly documented. 3. For Time and Material work, submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. F. Execution of Change Orders: Architect will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. G. After execution of Change Order, promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum. H. Promptly revise progress schedules to reflect any change in Contract Time, revise sub -schedules to adjust times for other items of work affected by the change, and resubmit. Promptly enter changes in Project Record Documents. 1.06 APPLICATION FOR FINAL PAYMENT A. Prepare Application for Final Payment as specified for progress payments, identifying total adjusted Contract Sum, previous payments, and sum remaining due. B. Application for Final Payment will not be considered until the following have been accomplished: PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION ^139 0 B 2018 Ciiy !' . k Rohrbach Associates PC 10wa uI,?RJGE;AND PAYMENT PROCEDURES 012000-2 City of Iowa City City Hall MPOJC Renovation SECTION 01 23 00 ALTERNATES PART 1 GENERAL 1.01 SECTION INCLUDES A. Description of Alternates. B. Procedures for pricing Alternates. 1.02 RELATED REQUIREMENTS A. IB - Instruction to Bidders. 1.03 ACCEPTANCE OF ALTERNATES RAPC Project #1323.1 A. Alternates quoted on Bid Forms will be reviewed and accepted or rejected at City of Iowa City's option. Accepted Alternates will be identified in the Owner -Contractor Agreement. B. Coordinate related work and modify surrounding work to integrate the Work of each Alternate. 1.04 SCHEDULE OF ALTERNATES A. Alternate No. 1 - Additional Offices: 1. Provide a price for construction of additional offices as indicated, in open office area. B. Alternate No. 2 - Additional Carpet Tile: 1. Provide a price to remove the existing carpet and rubber wall base and install new carpet tile and rubber wall base, in the rooms indicated. C. Alternate No. 3 - Replace Ceiling Tile: 1. Provide a price to remove existing acoustical ceiling tile and replace with new acoustical ceiling tile, in existing grid. D. Alternate No. 4 - Additional Painting: 1. Provide a price to paint additional walls. Remove and re -Install wall -mounted items such as tack strips, tack boards, etc. prior to painting. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION r ,- Rohrbach Associates PC ALTERNATES 012300-1 City of Iowa City City Hall MPOJC Renovation Rohrbach Associates PC RAPC Project #1323.1 ALTERNATES 012300-2 City of Iowa City City Hall MPOJC Renovation SECTION 01 30 00 ADMINISTRATIVE REQUIREMENTS PART1 GENERAL 1.01 SECTION INCLUDES A. Electronic document submittal service. B. Preconstruction meeting. C. Progress meetings. D. Submittals for review, information, and project closeout. E. Number of copies of submittals. F. Submittal procedures. 1.02 RELATED REQUIREMENTS RAPC Project #1323.1 0 Plata A. Section 01 32 16 -Construction Progress Schedule: Form, content, and administration of schedules. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 ELECTRONIC DOCUMENT SUBMITTAL SERVICE A. All documents transmitted for purposes of administration of the contract 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, Feld 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. 4. Subcontractors, suppliers, and Architect's consultants are to be permitted to use the service at no extra charge. 5. Users of the service need an email address, internet access, and PDF review software that includes ability to mark up and apply electronic stamps (such as Adobe Acrobat, www.adobe.com, or Bluebeam PDF Revu, www.bluebeam.com), unless such software capability is provided by the service provider. 6. Paper document transmittals will not be reviewed; emailed electronic documents will not be reviewed. 7. All other specified submittal and document transmission procedures apply, except 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: 1-500-714-0024): www.submittalexchange.com/#sle. 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 City of Iowa City. Rohrbach Associates PC ADMINISTRATIVE REQUIREMENTS 01 30 00 -1 City of Iowa City City Hall MPOJC Renovation 3.02 PRECONSTRUCTION MEETING A. Attendance Required: 1. City of Iowa City. 2. Architect. 3. Contractor. RAPC Project #1323.1 B. Agenda: 1. Execution of City of Iowa City -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. C. Record minutes and distribute copies within two days after meeting to participants, with two copies to Architect, City of Iowa City, participants, and those affected by decisions made. 3.03 PROGRESS MEETINGS A. Architect will make arrangements for meetings, prepare agenda with copies for participants, preside at meetings. B. Attendance Required: 1. Contractor. 2. City of Iowa City. 3. Architect. 4. Contractor's superintendent. 5. Major subcontractors. 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 off-site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to work. D. Record minutes and distribute copies within two days after meeting to participants, with two copies to Architect, City of Iowa City, participants, and those affected by decisions made. 3.04 SUBMITTALS FOR REVIEW A. When the following are specified in individual sections, submit them for review: 1. Product data. 2. Shop drawings. 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. Rohrbach Associates PC ADMINISTRATIVE REQUIREMENTS 013000-2 City of Iowa City RAPC Project #1323.1 City Hall MPOJC Renovation 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. 3.05 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. 5. Manufacturer's instructions. 6. Manufacturer's field reports. 7. Other types indicated. B. Submit for Architects knowledge as contract administrator or for City of Iowa City. 3.06 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 City of Iowa City s benefit during and after project completion. n i, 2C13 3.07 NUMBER OF COPIES OF SUBMITTALS A. Electronic Documents: Submit one electronic copy in PDF format; an electronically matked 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 so stated. 3.08 SUBMITTAL PROCEDURES A. General Requirements: B. Shop Drawing Procedures: C. Transmit each submittal with a copy of approved submittal form. D. Sequentially number the transmittal form. Revise submittals with original number and a sequential alphabetic suffix. E. Identify Project, Contractor, Subcontractor or supplier; pertinent drawing and detail number, and specification section number, as appropriate on each copy. F. 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. G. Schedule submittals to expedite the Project, and coordinate submission of related items. H. For each submittal for review, allow 15 days excluding delivery time to and from the Contractor. I. Identify variations from Contract Documents and Product or system limitations that may be detrimental to successful performance of the completed Work. Rohrbach Associates PC ADMINISTRATIVE REQUIREMENTS 01 3000-3 City of Iowa City City Hall MPOJC Renovation RAPC Project #1323.1 J. Provide space for Contractor and Architect review stamps. K. When revised for resubmission, identify all changes made since previous submission. L. Distribute reviewed submittals as appropriate. Instruct parties to promptly report any inability to comply with requirements. M. Submittals not requested will not be recognized or processed. END OF SECTION 0 6 'CQiO Rohrbach Associates PC ADMINISTRATIVE REQUIREMENTS 013000-4 City of Iowa City RAPC Project #1323.1 City Hall MPOJC Renovation SECTION 01 32 16 CONSTRUCTION PROGRESS SCHEDULE PART1 GENERAL 1.01 SECTION INCLUDES A. Preliminary schedule. B. Construction progress schedule, bar chart type. 1.02 RELATED SECTIONS A. Section 01 10 00 - Summary: Work sequence. 1.03 SUBMITTALS A. Within 10 days after date of Agreement, submit preliminary schedule. 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. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 PRELIMINARY SCHEDULE A. Prepare preliminary schedule in the form of a horizontal bar chart. 3.02 CONTENT A. Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. B. Identify each item by specification section number. C. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month. D. Provide legend for symbols and abbreviations used. i 3.03 BAR CHARTS A. Include a separate bar for each major portion of Work or operation. 6.G" 0 ZQI� B. Identify the first work day of each week. 3.04 UPDATING SCHEDULE A. Maintain schedules to record actual start and finish dates of completed activities. B. Indicate progress of each activity to date of revision, with projected completion date of each activity. C. Annotate diagrams to graphically depict current status of Work. D. Identify activities modified since previous submittal, major changes in Work, and other identifiable changes. E. Indicate changes required to maintain Date of Substantial Completion. F. Submit reports required to support recommended changes. END OF SECTION Rohrbach Associates PC CONSTRUCTION PROGRESS SCHEDULE 013216-1 City of Iowa City City Hall MPOJC Renovation L i7" Rohrbach Associates PC RAPC Project #1323.1 CONSTRUCTION PROGRESS SCHEDULE 013216-2 City of Iowa City City Hall MPOJC Renovation SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 GENERAL 1.01 SECTION INCLUDES A. Temporary telecommunications services. B. Temporary sanitary facilities. C. Temporary Controls: Barriers, enclosures, and fencing. D. Security requirements. E. Vehicular access and parking. F. Waste removal facilities and services. 1.02 RELATED REQUIREMENTS A. Section 01 51 00 - Temporary Utilities. 1.03 TEMPORARY UTILITIES - SEE SECTION 01 51 00 RAPC Project #1323.1 A. Utilize existing heating and ventilatikon equipment. B. Owner will pay cost of energy used for the permanent HVAC system. Exercise measures to conserve energy. C. Replace all filers at the completion of the project with new fileters. 1.04 TELECOMMUNICATIONS SERVICES A. Provide, maintain, and pay for telecommunications services to field office at time of project mobilization. B. Telecommunications services shall include: 1. Windows-based personal computer dedicated to project telecommunications, with necessary software and laser printer. 2. Telephone Land Lines: One line, minimum; one handset per line. Cellular phone service is acceptable. 1.05 TEMPORARY SANITARY FACILITIES A. Use of existing facilities located at Ground Floor is permitted. B. Maintain daily in clean and sanitary condition. C. At end of construction, return facilities to same or better condition as originally found. 1.06 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas, to prevent access to areas that could be hazardous to workers or the public, to allow for owner's use of site and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Provide barricades and covered walkways required by governing authorities for public rights-of-way and for public access to existing building. C. Protect non -owned vehicular traffic, stored materials, site, and structures from damage. 1.07 FENCING A. Provide 4 foot high fence around exterior sign construction site; equip with vehicular and pedestrian gates with locks. 1.08 EXTERIOR ENCLOSURES A. Provide temporary insulated weather tight closure of exterior openings to accommodate acceptable working conditions and protection for Products, to allow for temporary heating and maintenance of required ambient temperatures identified in individual specification sections, Rohrbach Associates PC TEMPORARY FACILITIES AND CONTROLS 01 5000-1 City of Iowa City City Hall MPOJC Renovation RAPC Project #1323.1 and to prevent entry of unauthorized persons. Provide access doors with self-closing hardware and locks. 1.09 INTERIOR ENCLOSURES A. Provide temporary partitions and ceilings as indicated to separate work areas from City of Iowa City -occupied areas, to prevent penetration of dust and moisture into City of Iowa City -occupied areas, and to prevent damage to existing materials and equipment. B. Construction: Framing and reinforced polyethylene sheet materials with closed joints and sealed edges at intersections with existing surfaces: 1.10 VEHICULAR ACCESS AND PARKING A. Coordinate access and haul routes with governing authorities and City of Iowa City. B. Provide and maintain access to fire hydrants, free of obstructions. C. Provide means of removing mud from vehicle wheels before entering streets. D. Provide temporary parking areas to accommodate construction personnel. When site space is not adequate, provide additional off-site parking. E. Existing parking areas located at the Chauncey Swan Parking Ramp may be used for construction parking. Contractor to pay for parking. 1.11 WASTE REMOVAL A. Provide waste removal facilities and services as required to maintain the site in clean and orderly condition. B. Provide containers with lids. Remove trash from site periodically. C. If materials to be recycled or re -used on the project must be stored on-site, provide suitable non-combustible containers; locate containers holding flammable material outside the structure unless otherwise approved by the authorities having jurisdiction. D. Open free -fall chutes are not permitted. Terminate closed chutes into appropriate containers with lids. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION Rohrbach Associates PC TEMPORARY FACILITIES AND CONTROLS 015000-2 City of Iowa City City Hall MPOJC Renovation RAPC Project #1323.1 SECTION 0160 00 -' PRODUCT REQUIREMENTS PART1 GENERAL 0 1.01 SECTION INCLUDES G;C2019 A. Transportation, handling, storage and protection. B. Product option requirements. a C. Substitution limitations. D. Maintenance materials, including extra materials, spare parts, tools, and software. 1.02 RELATED REQUIREMENTS A. Section 0125 00 - Substitution Procedures: Substitutions made during and after the Bidding/Negotiation Phase. B. Section 0161 16 - Volatile Organic Compound (VOC) Content Restrictions: Requirements for VOC-restricted product categories. 1.03 SUBMITTALS A. Substitution Request Form: For any proposed substitution complete and submit a completed for following this section. B. 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. C. 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. D. 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. PART2 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 0161 16. 3. Have a published GreenScreen Chemical Hazard Analysis. 2.02 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Use any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Use a product of one of the manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 2.03 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. Rohrbach Associates PC PRODUCT REQUIREMENTS 01 60 00 - 1 City of Iowa City RAPC Project #1323.1 City Hall MPOJC Renovation PART 3 EXECUTION 3.01 SUBSTITUTION LIMITATIONS A. See Section 01 25 00 - Substitution Procedures. 0 C 2Q19 B. Instructions to Bidders specify time restrictions for submitting requests for substitutions during the bidding period. Comply with requirements specified in this section. C. Document each request with complete data substantiating compliance of proposed substitution with Contract Documents. D. A request for substitution constitutes a representation that the submitter: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the substitution as for the specified product. 3. Will coordinate installation and make changes to other Work that may be required for the Work to be complete with no additional cost to City of Iowa City. 4. Waives claims for additional costs or time extension that may subsequently become apparent. E. Substitution Submittal Procedure: 1. Submit one copie of the attached request for substitution for consideration. Limit each request to one proposed substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. Burden of proof is on proposer. 3. The Architect will notify Contractor in writing of decision to accept or reject request. 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. 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 operations, weather, precipitation, humidity, temperature, sunlight and ultraviolet light, dirt, dust, and other contaminants. Rohrbach Associates PC PRODUCT REQUIREMENTS 016000-2 City of Iowa City City Hall MPOJC Renovation RAPC Project #1323.1 G. Comply with manufacturer's warranty conditions, if any. H. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to prevent condensation and degradation of products. I. 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 07 0 8 1010 Rohrbach Associates PC PRODUCT REQUIREMENTS 016000-3 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 TO: William T. Downing AIA, Project Architect Rohrbach Associates PC 325 East Washington Street, Suite 400 Iowa City, Iowa 52240 We hereby submit for your consideration the following product instead of the specified item for the above project: DRAWING NO. DRAWING NAME PROJECT MANUAL: SEC. NO. SECTION NAME PARAGRAPH SPECIFIED ITEM Proposed Substitution: Attach complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Submit with request necessary samples and substantiating data to prove equal quality and performance to that which is specified. Clearly mark manufacturer's literature to indicate equality in performance. The undersigned certifies that the function, appearance and quality are of equal performance and assumes liability for equal performance, equal design and compatibility with adjacent materials. Submitted By Signature (Contractor) Firm Address Telephone Title Date Signature shall be by person having authority to legally bind the Contractor to the above terms. Failure to provide legally binding signature will result in retraction of approval. For use by the Architect I • I' nI Recommended _ Recommended as Note L Not Recommended Received Late —" Insufficient Data Received °,,,37 0 6 ZO1B by For use by the Owner _ Recommended _ Not Recommended Insufficient Data Received by Rohrbach Associates PC Date Gi r 4 _ Recommended as Note Received Late Date PRODUCT REQUIREMENTS 01 6000-1 City of Iowa City City Hall MPOJC Renovation Fill in blanks below: A. Does the substitution affect dimensions indicated on the Drawings? Yes _ No _ If yes, clearly indicate changes: RAPC #1323.1 B. Will the undersigned pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? Yes _ No _ If no, fully explain: C. What effect does the substitution have on other Contracts or other trades? D. What effect does the substitution have on construction schedule? E. Manufacturer's warranties of the proposed and specified items are: Same Different _ Explain: F. Reason for Request: G. Itemized comparison of specified item(s) with the proposed substitution; list significant variations: H. This substitution will amount to a credit or extra cost to the Owner of: I. Designation of maintenance services and sources: (Attach additional sheets if required.) END OF SECTION i :VJY 0 E 1018 1 Rohrbach Associates PC (`"``]PRODUCT REQUIREMENTS 01 6000-2 City of Iowa City RAPC Project #1323.1 City Hall MPOJC Renovation Rohrbach Associates PC PRODUCT REQUIREMENTS 01 6000-4 City of Iowa City City Hall MPOJC Renovation SECTION 01 70 00 RAPC Project #1323.1 EXECUTION AND CLOSEOUT REQUIREMENTS F " PART 1 GENERAL 1.01 SECTION INCLUDES Z�jB A. Examination, preparation, and general installation procedures. B. Cutting and patching. C. Surveying for laying out the work. a D. Cleaning and protection. E. Closeout procedures, including Contractor's Correction Punch List, except payment procedures. 1.02 RELATED REQUIREMENTS A. Section 07 84 00 - Firestopping. 1.03 SUBMITTALS A. See Section 0130 00 - Administrative Requirements, for submittal procedures. B. Cutting and Patching: Submit written request in advance of cutting or alteration that affects: 1. Structural integrity of any element of Project. 2. Integrity of weather exposed or moisture resistant element. 3. Efficiency, maintenance, or safety of any operational element. 4. Visual qualities of sight exposed elements. 5. Work of City of Iowa City or separate Contractor. C. Project Record Documents: Accurately record actual locations of capped and active utilities. 1.04 QUALIFICATIONS A. For surveying work, employ a land surveyor registered in the State in which the Project is located and acceptable to Architect. Submit evidence of surveyor's Errors and Omissions insurance coverage in the form of an Insurance Certificate. Employ only individual(s) trained and experienced in collecting and recording accurate data relevant to ongoing construction activities, 1.05 PROJECT CONDITIONS A. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. PART2 PRODUCTS 2.01 PATCHING MATERIALS A. New Materials: As specified in product sections: match existing products and work for patching and extending work. B. Type and Quality of Existing Products: Determine by inspecting and testing products where necessary, referring to existing work as a standard. C. Product Substitution: For any proposed change in materials, submit request for substitution described in Section 01 60 00 - Product Requirements. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent work. Start of work means acceptance of existing conditions. B. Verify that existing substrate is capable of structural support or attachment of new work being applied or attached. C. Examine and verify specific conditions described in individual specification sections. Rohrbach Associates PC EXECUTION AND CLOSEOUT REQUIREMENTS 01 7000-1 City of Iowa City City Hall MPOJC Renovation RAPC Project #1323.1 D. Take field measurements before confirming product orders or beginning fabrication, to minimize waste due to over -ordering or misfabricabon. E. Verify that utility services are available, of the correct characteristics, and in the correct locations. F. Prior to Cutting: Examine existing conditions prior to commencing work, including elements subject to damage or movement during cutting and patching. After uncovering existing work, assess conditions affecting performance of work. Beginning of cutting or patching means acceptance of existing conditions. 3.02 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. Q f Zola B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. , ""13 3.03 LAYING OUT THE WORK A. Verify locations of survey control points prior to starting work. B. Promptly notify Architect of any discrepancies discovered. C. Protect survey control points prior to starting site work; preserve permanent reference points during construction. D. Promptly report to Architect the loss or destruction of any reference point or relocation required because of changes in grades or other reasons. E. Replace dislocated survey control points based on original survey control. Make no changes without prior written notice to Architect. F. Utilize recognized engineering survey practices. G. Establish elevations, lines and levels. Locate and lay out by instrumentation and similar appropriate means: 1. Site improvements including pavements; stakes for grading, fill and topsoil placement; utility locations, slopes, and invert elevations. 2. Grid or axis for structures. 3. Building foundation, column locations, ground Floor elevations. H. Periodically verify layouts by same means. Maintain a complete and accurate log of control and survey work as it progresses. 3.04 GENERAL INSTALLATION A. Install products as specified in individual sections, in accordance with manufacturer's instructions and recommendations, and so as to avoid waste due to necessity for replacement. B. Make vertical elements plumb and horizontal elements level, unless otherwise indicated. C. Install equipment and fittings plumb and level, neatly aligned with adjacent vertical and horizontal lines, unless otherwise indicated. D. Make consistent texture on surfaces, with seamless transitions, unless otherwise indicated. E. Make neat transitions between different surfaces, maintaining texture and appearance. 3.05 CUTTING AND PATCHING A. Whenever possible, execute the work by methods that avoid cutting or patching. B. Perform whatever cutting and patching is necessary to: 1. Complete the work. 2. Fit products together to integrate with other work. 3. Provide openings for penetration of mechanical, electrical, and other services. 4. Match work that has been cut to adjacent work. 5. Repair areas adjacent to cuts to required condition. Rohrbach Associates PC EXECUTION AND CLOSEOUT REQUIREMENTS 017000-2 r City of Iowa City RAPC Project #1323.1 City Hall MPOJC Renovation AV 0 E 2018 6. Repair new work damaged by subsequent work. C. y Cl_�r;c 7. Remove samples of installed work for testing when requested. joVdU Ci Iowa 8. Remove and replace defective and non -conforming work. C. Execute work by methods that avoid damage to other work and that will provide appropriate surfaces to receive patching and finishing. In existing work, minimize damage and restore to original condition. D. Employ original installer to perform cutting for weather exposed and moisture resistant elements, and sight exposed surfaces. E. Cut rigid materials using masonry saw or core drill. Pneumatic tools not allowed without prior approval. F. Restore work with new products in accordance with requirements of Contract Documents. G. Fit work air tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. H. At penetrations of fire rated walls, partitions, ceiling, or floor construction, completely seal voids with fire rated material in accordance with Section 07 84 00, to full thickness of the penetrated element. I. Patching: 1. Finish patched surfaces to match finish that existed prior to patching. On continuous surfaces, refinish to nearest intersection or natural break. For an assembly, refinish entire unit. 2. Match color, texture, and appearance. 3. Repair patched surfaces that are damaged, lifted, discolored, or showing other imperfections due to patching work. If defects are due to condition of substrate, repair substrate prior to repairing finish. 3.06 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space. C. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. D. Collect and remove waste materials, debris, and trash/rubbish from site periodically and dispose off-site; do not burn or bury. 3.07 PROTECTION OF INSTALLED WORK A. Protect installed work from damage by construction operations. B. Provide special protection where specified in individual specification sections. C. Provide temporary and removable protection for installed products. Control activity in immediate work area to prevent damage. D. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings. E. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. F. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. G. Remove protective coverings when no longer needed; reuse or recycle coverings if possible. 3.08 ADJUSTING A. Adjust operating products and equipment to ensure smooth and unhindered operation. 3.09 FINAL CLEANING A. Use cleaning materials that are nonhazardous. Rohrbach Associates PC EXECUTION AND CLOSEOUT REQUIREMENTS 01 7000-3 City of Iowa City City Hall MPOJC Renovation RAPC Project #1323.1 B. Clean interior and exterior glass, surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces. C. Remove all labels that are not permanent. Do not paint or otherwise cover fire test labels or nameplates on mechanical and electrical equipment. D. Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the surface and material being cleaned. E. Clean filters of operating equipment. F. Remove waste, surplus materials, trash/rubbish, and construction facilities from the site; dispose of in legal manner; do not burn or bury. 3.10 CLOSEOUT PROCEDURES A. Make submittals that are required by governing or other authorities. B. Accompany Project Coordinator on preliminary inspection to determine items to be listed for completion or correction in the Contractor's Correction Punch List for Contractor's Notice of Substantial Completion. C. Notify Architect when work is considered ready for Architect's Substantial Completion inspection. D. Submit written certification containing Contractor's Correction Punch List, that Contract Documents have been reviewed, work has been inspected, and that work is complete in accordance with Contract Documents and ready for Architect's Substantial Completion inspection. E. Conduct Substantial Completion inspection and create Final Correction Punch List containing Architect's and Contractor's comprehensive list of items identified to be completed or corrected and submit to Architect. F. Correct items of work listed in Final Correction Punch List and comply with requirements for access to City of Iowa City -occupied areas. G. Notify Architect when work is considered finally complete and ready for Architect's Substantial Completion final inspection. H. Complete items of work determined by Architect listed in executed Certificate of Substantial Completion. END OF SECTION �,i06Zola Rohrbach Associates PC EXECUTION AND CLOSEOUT REQUIREMENTS 01 7000-4 City of Iowa City City Hall MPOJC Renovation SECTION 01 78 00 [wi'*Willjdil&T,Iits %1�'? PART 1 GENERAL 1.01 SECTION INCLUDES A. Project Record Documents. B. Operation and Maintenance Data. C. Warranties and bonds. 1.02 RELATED REQUIREMENTS RAPC Project #1323.1 A. Section 01 30 00 - Administrative Requirements: Submittals procedures, shop drawings, product data, and samples. B. Individual Product Sections: Specific requirements for operation and maintenance data. C. Individual Product Sections: Warranties required for specific products or Work. 1.03 SUBMITTALS A. Project Record Documents: Submit documents to Architect with claim for final Application for Payment. B. Operation and Maintenance Data: 1. Submit two copies of preliminary draft or proposed formats and outlines of contents before start of Work. Architect will review draft and return one copy with comments. 2. For equipment, or component parts of equipment put into service during construction and operated by City of Iowa City, submit completed documents within ten days after acceptance. 3. Submit one copy of completed documents 15 days prior to final inspection. This copy will be reviewed and returned after final inspection, with Architect comments. Revise content of all document sets as required prior to final submission. 4. Submit two sets of revised final documents in final form within 10 days after final inspection. C. Warranties and Bonds: 1. For equipment or component parts of equipment put into service during construction with City of Iowa Citys permission, submit documents within 10 days after acceptance. 2. Make other submittals within 10 days after Date of Substantial Completion, prior to final Application for Payment. 3. For items of Work for which acceptance is delayed beyond Date of Substantial Completion, submit within 10 days after acceptance, listing the date of acceptance as the beginning of the warranty period. I I I - PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 PROJECT RECORD DOCUMENTS A. Maintain on site one set of the following record documents; record actual revisions to the Work: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. B. Ensure entries are complete and accurate, enabling future reference by City of Iowa City. C. Store record documents separate from documents used for construction. D. Record information concurrent with construction progress. E. Specifications: Legibly mark and record at each product section description of actual products installed, including the following: 1. Changes made by Addenda and modifications. Rohrbach Associates PC CLOSEOUT SUBMITTALS 01 7800-1 City of Iowa City RAPC Project #1323.1 City Hall MPOJC Renovation , I J F. Record Drawings: Legibly mark each item to record actual constrW"gd%luding: 1. Field changes of dimension and detail 2. Details not on original Contract drawings. r 3.02 OPERATION AND MAINTENANCE DATA A. Source Data: For each product or system, list names, addresses and telephone numbers of Subcontractors and suppliers, including local source of supplies and replacement parts. B. Product Data: Mark each sheet to clearly identify specific products and component parts, and data applicable to installation. Delete inapplicable information. C. Drawings: Supplement product data to illustrate relations of component parts of equipment and systems, to show control and flow diagrams. Do not use Project Record Documents as maintenance drawings. D. Typed Text: As required to supplement product data. Provide logical sequence of instructions for each procedure, incorporating manufacturer's instructions. 3.03 OPERATION AND MAINTENANCE DATA FOR EQUIPMENT AND SYSTEMS A. For Each Item of Equipment and Each System: 1. Description of unit or system, and component parts. 2. Identify function, normal operating characteristics, and limiting conditions. 3. Include performance curves, with engineering data and tests. 4. Complete nomenclature and model number of replaceable parts. B. Where additional instructions are required, beyond the manufacturer's standard printed instructions, have instructions prepared by personnel experienced in the operation and maintenance of the specific products. C. Operating Procedures: Include start-up, break-in, and routine normal operating instructions and sequences. Include regulation, control, stopping, shut -down, and emergency instructions. Include summer, winter, and any special operating instructions. D. Maintenance Requirements: Include routine procedures and guide for preventative maintenance and trouble shooting; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and checking instructions. E. Provide servicing and lubrication schedule, and list of lubricants required. F. Include manufacturer's printed operation and maintenance instructions. G. Include sequence of operation by controls manufacturer. H. Provide original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance. I. Additional Requirements: As specified in individual product specification sections. 3.04 ASSEMBLY OF OPERATION AND MAINTENANCE MANUALS A. Assemble operation and maintenance data into durable manuals for City of Iowa Citys personnel use, with data arranged in the same sequence as, and identified by, the specification sections. B. Where systems involve more than one specification section, provide separate tabbed divider for each system. C. Binders: Commercial quality, 8-1/2 by 11 inch three D side ring binders with durable plastic covers; 2 inch maximum ring size. When multiple binders are used, correlate data into related consistent groupings. D. Cover: Identify each binder with typed or printed title OPERATION AND MAINTENANCE INSTRUCTIONS; identify title of Project; identify subject matter of contents. E. Project Directory: Title and address of Project; names, addresses, and telephone numbers of Architect, Consultants, Contractor and subcontractors, with names of responsible parties. Rohrbach Associates PC CLOSEOUT SUBMITTALS 01 7800-2 City of Iowa City City Hall MPOJC Renovation RAPC Project #1323.1 F. Tables of Contents: List every item separated by a divider, using the same identification as on the divider tab; where multiple volumes are required, include all volumes Tables of Contents in each volume, with the current volume clearly identified. G. Dividers: Provide tabbed dividers for each separate product and system; identify the contents on the divider tab; immediately following the divider tab include a description of product and major component parts of equipment. H. Text: Manufacturer's printed data, or typewritten data on 20 pound paper. I. Drawings: Provide with reinforced punched binder tab. Bind in with text; fold larger drawings to size of text pages. 3.05 WARRANTIES AND BONDS A. Obtain warranties and bonds, executed in duplicate by responsible Subcontractors, suppliers, and manufacturers, within 10 days after completion of the applicable item of work. Except for items put into use with City of Iowa City s permission, leave date of beginning of time of warranty until Date of Substantial completion is determined. B. Verify that documents are in proper form, contain full information, and are notarized. C. Co -execute submittals when required. D. Retain warranties and bonds until time specified for submittal. END OF SECTION O'J062018 Rohrbach Associates PC CLOSEOUT SUBMITTALS 01 7800-3 City of Iowa City City Hall MPOJC Renovation Rohrbach Associates PC RAPC Project #1323.1 CLOSEOUT SUBMITTALS 01 7800-4 City of Iowa City City Hall MPOJC Renovation SECTION 01 79 00 DEMONSTRATION AND TRAINING PART1 GENERAL 1.01 SUMMARY RAPC Project #1323.1 n c zM, A. Demonstration of products and systems where indicated in specific specification sections. B. Training of City of Iowa City personnel in operation and maintenance is required for: 1. All software -operated systems. 2. Plumbing equipment. 3. Electrical systems and equipment. 4. Items specified in individual product Sections. C. Training of City of Iowa City personnel in care, cleaning, maintenance, and repair is required for: 1. Fixtures and fittings. 2. Items specified in individual product Sections. 1.02 RELATED REQUIREMENTS A. Section 01 91 13 - General Commissioning Requirements: Additional requirements applicable to demonstration and training. 1.03 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Training Plan: City of Iowa City will designate personnel to be trained; tailor training to needs and skill -level of attendees. 1. Submit to Architect for transmittal to City of Iowa City. 2. Submit not less than four weeks prior to start of training. 3. Revise and resubmit until acceptable. 4. Provide an overall schedule showing all training sessions. 5. Include at least the following for each training session: a. Identification, date, time, and duration. b. Description of products and/or systems to be covered. c. Name of firm and person conducting training; include qualifications. d. Intended audience, such as job description. e. Objectives of training and suggested methods of ensuring adequate training. f. Methods to be used, such as classroom lecture, live demonstrations, hands-on, etc. g. Media to be used, such a slides, hand-outs, etc. h. Training equipment required, such as projector, projection screen, etc., to be provided by Contractor. C. Training Manuals: Provide training manual for each attendee; allow for minimum of two attendees per training session. 1. Include applicable portion of O&M manuals. 2. Include copies of all hand-outs, slides, overheads, video presentations, etc., that are not included in O&M manuals. 3. Provide one extra copy of each training manual to be included with operation and maintenance data. 1.04 QUALITY ASSURANCE A. Instructor Qualifications: Familiar with design, operation, maintenance and troubleshooting of the relevant products and systems. 1. Provide as instructors the most qualified trainer of those contractors and/or installers who actually supplied and installed the systems and equipment. 2. Where a single person is not familiar with all aspects, provide specialists with necessary qualifications. Rohrbach Associates PC DEMONSTRATION AND TRAINING 01 7900-1 City of Iowa City RAPC Project #1323.1 City Hall MPOJC Renovation PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 DEMONSTRATION - GENERAL A. Demonstrations conducted during system start-up do not qualify as demonstrations for the purposes of this section, unless approved in advance by City of Iowa City. B. Demonstration may be combined with City of Iowa City personnel training if applicable. C. Operating Equipment and Systems: Demonstrate operation in all modes, including start-up, shut -down, seasonal changeover, emergency conditions, and troubleshooting, and maintenance procedures, including scheduled and preventive maintenance. 1. Perform demonstrations not less than two weeks prior to Substantial Completion. 2. For equipment or systems requiring seasonal operation, perform demonstration for other season within six months. D. Non -Operating Products: Demonstrate cleaning, scheduled and preventive maintenance, and repair procedures. 1. Perform demonstrations not less than two weeks prior to Substantial Completion. 3.02 TRAINING -GENERAL A. Conduct training on-site unless otherwise indicated. B. City of Iowa City will provide classroom and seating at no cost to Contractor. C. Provide training in minimum two hour segments. D. Training schedule will be subject to availability of City of Iowa City's personnel to be trained; re -schedule training sessions as required by City of Iowa City; once schedule has been approved by City of Iowa City failure to conduct sessions according to schedule will be cause for City of Iowa City to charge Contractor for personnel "show -up" time. E. Review of Facility Policy on Operation and Maintenance Data: During training discuss: 1. The location of the O&M manuals and procedures for use and preservation; backup copies. 2. Typical contents and organization of all manuals, including explanatory information, system narratives, and product specific information. 3. Typical uses of the O&M manuals. F. Product- and System -Specific Training: 1. Review the applicable O&M manuals. 2. For systems, provide an overview of system operation, design parameters and constraints, and operational strategies. 3. Review instructions for proper operation in all modes, including start-up, shut -down, seasonal changeover and emergency procedures, and for maintenance, including preventative maintenance. 4. Provide hands-on training on all operational modes possible and preventive maintenance. 5. Emphasize safe and proper operating requirements; discuss relevant health and safety issues and emergency procedures. 6. Discuss common troubleshooting problems and solutions. 7. Discuss any peculiarities of equipment installation or operation. 8. Discuss warranties and guarantees, including procedures necessary to avoid voiding coverage. 9. Review recommended tools and spare parts inventory suggestions of manufacturers. 10. Review spare parts and tools required to be furnished by Contractor. 11. Review spare parts suppliers and sources and procurement procedures. G. Be prepared to answer questions raised by training attendees; if unable to answer during training session, provide written response within three days. END OF SECTION Rohrbach Associates PC DEMONSTRATION AND TRAINING 017900-2 City of Iowa City RAPC Project #1323.1 City Hall MPOJC Renovation Rohrbach Associates PC DEMONSTRATION AND TRAINING 01 7900-3 City of Iowa City City Hall MPOJC Renovation Rohrbach Associates PC RAPC Project #1323.1 DEMONSTRATION AND TRAINING 017900-4 DIVISION 02 EXISTING CONDITIONS Blank Page City of Iowa City City Hall MPOJC Renovation SECTION 02 41 00 DEMOLITION PART1 GENERAL 1.01 SECTION INCLUDES A. Selective demolition of building elements for alteration purposes. 1.02 RELATED REQUIREMENTS RAPC Project #1323.1 A. Section 01 10 00 - Summary: Limitations on Contractor's use of site and premises. B. Section 01 10 00 - Summary: Description of items to be salvaged or removed for re -use by Contractor. C. Section 0150 00 - Temporary Facilities and Controls: Site fences, security, protective barriers, and waste removal. D. Section 01 60 00 - Product Requirements: Handling and storage of items removed for salvage and relocation. E. Section 01 70 00 - Execution and Closeout Requirements: Project conditions; protection of bench marks, survey control points, and existing construction to remain; reinstallation of removed products; temporary bracing and shoring. F. Section 31 23 23 - Fill: Fill material for filling holes, pits, and excavations generated as a result of removal operations. 1.03 SUBMITTALS - NOT REQUIRED A. Project Record Documents: Accurately record actual locations of capped and active utilities and subsurface construction. PART 2 PRODUCTS -- NOT USED PART 3 EXECUTION 3.01 SCOPE F pC19 A. Remove portions of existing buildings as indicjdtedo0 the Drawings. B. Remove other items indicated, for salvage, relocation, and recycling. C. Fill excavations, open pits, and holes in ground areas generated as result of removals, using specified fill; compact fill as specified in Section 3122 00. 3.02 GENERAL PROCEDURES AND PROJECT CONDITIONS A. Comply with applicable codes and regulations for demolition operations and safety of adjacent structures and the public. 1. Obtain required permits. 2. Take precautions to prevent catastrophic or uncontrolled collapse of structures to be removed; do not allow worker or public access within range of potential collapse of unstable structures. 3. Provide, erect, and maintain temporary barriers and security devices. 4. Conduct operations to minimize effects on and interference with adjacent structures and occupants. 5. Do not close or obstruct roadways or sidewalks without permit. 6. Conduct operations to minimize obstruction of public and private entrances and exits; do not obstruct required exits at any time; protect persons using entrances and exits from removal operations. 7. Obtain written permission from owners of adjacent properties when demolition equipment will traverse, infringe upon or limit access to their property. B. Do not begin removal until receipt of notification to proceed from City of Iowa City. C. Do not begin removal until built elements to be salvaged or relocated have been removed. D. Protect existing structures and other elements that are not to be removed. Rohrbach Associates PC DEMOLITION 024100-1 City of Iowa City RAPC Project #1323.1 City Hall MPOJC Renovation 1. Provide bracing and shoring. 2. Prevent movement or settlement of adjacent structures. 3. Stop work immediately if adjacent structures appear to be in danger. E. If hazardous materials are discovered during removal operations, stop work and notify Architect and City of Iowa City; hazardous materials include regulated asbestos containing materials, lead, PCB's, and mercury. 3.03 EXISTING UTILITIES A. Coordinate work with utility companies; notify before starting work and comply with their requirements; obtain required permits. B. Protect existing utilities to remain from damage. C. Do not disrupt public utilities without permit from authority having jurisdiction. D. Do not close, shut off, or disrupt existing life safety systems that are in use without at least 7 days prior written notification to City of Iowa City. AL Do not close, shut off, or disrupt existing utility branches or takeoffs that are in use without at least 3 days prior written notification to City of Iowa City. C v Locate and mark utilities to remain; mark using highly visible tags or flags, with identification of utility type; protect from damage due to subsequent construction, using substantial barricades if ' necessary. G:}: Remove exposed piping, valves, meters, equipment, supports, and foundations of disconnected ' and abandoned utilities. 3.04 SELECTIVE DEMOLITION FOR ALTERATIONS A. Drawings showing existing construction and utilities are based on casual field observation and existing record documents only. 1. Verify that construction and utility arrangements are as indicated. 2. Report discrepancies to Architect before disturbing existing installation. 3. Beginning of demolition work constitutes acceptance of existing conditions that would be apparent upon examination prior to starting demolition. B. Separate areas in which demolition is being conducted from other areas that are still occupied. 1. Provide, erect, and maintain temporary dustproof partitions of construction specified in Section 01 50 00 in locations indicated on drawings. C. Maintain weatherproof exterior building enclosure except for interruptions required for replacement or modifications; take care to prevent water and humidity damage. D. Remove existing work as indicated and as required to accomplish new work. 1. Remove items indicated on drawings. E. Services (Including but not limited to HVAC, Plumbing, Fire Protection, Electrical, Telecommunications, and Access Control): Remove existing systems and equipment as indicated. 1. Maintain existing active systems that are to remain in operation; maintain access to equipment and operational components. 2. Where existing active systems serve occupied facilities but are to be replaced with new services, maintain existing systems in service until new systems are complete and ready for service. 3. Verify that abandoned services serve only abandoned facilities before removal. 4. Remove abandoned pipe, ducts, conduits, and equipment, including those above accessible ceilings; remove back to source of supply where possible, otherwise cap stub and tag with identification. F. Protect existing work to remain. 1. Prevent movement of structure; provide shoring and bracing if necessary. 2. Perform cutting to accomplish removals neatly and as specified for cutting new work. 3. Repair adjacent construction and finishes damaged during removal work. Rohrbach Associates PC DEMOLITION 024100-2 City of Iowa City RAPC Project #1323.1 City Hall MPOJC Renovation Patch as specified for patching new work. 3.05 DEBRIS AND WASTE REMOVAL A. Remove debris, junk, and trash from site. B. Leave site in clean condition, ready for subsequent work. C. Clean up spillage and wind-blown debris from public and private lands. END OF SECTION no*:J Rohrbach Associates PC DEMOLITION 0241 00-3 City of Iowa City City Hall MPOJC Renovation Rohrbach Associates PC RAPC Project #1323.1 DEMOLITION 0241 00-4 DIVISION O6 WOOD, PLASTICS AND COMPOSITES Blank Page City of Iowa City City Hall MPOJC Renovation SECTION 06 10 00 ROUGH CARPENTRY PART1 GENERAL 1.01 SECTION INCLUDES A. Rough opening framing for doors, windows, and roof openings. B. Fire retardant treated wood materials. 1.02 REFERENCE STANDARDS RAPC Project #1323.1 A. ASTM All 53/A153M - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware; 2009. B. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials; 2015a. C. AWPA U1 - Use Category System: User Specification for Treated Wood; 2012. D. PS 20 - American Softwood Lumber Standard; 2010. 1.03 SUBMITTALS - NOT REQUIRED A. See Section 0130 00 - Administrative Requirements, for submittal procedures. FX,"z'Mg[Zi711i"9 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.aisc.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 ACCESSORIES A. Fasteners and Anchors: 1. Metal and Finish: Hot -dipped galvanized steel complying with ASTM A153/A153M for high humidity and preservative -treated wood locations, unfinished steel elsewhere. 2. Drywall Screws: Bugle head, hardened steel, power driven type, length three times thickness of sheathing. 2.03 FACTORY WOOD TREATMENT A. Treated Lumber and Plywood: Comply with requirements of AWPA U1 - Use Category System for wood treatments determined by use categories, expected service conditions, and specific applications. 1. Fire -Retardant Treated Wood: Mark each piece of wood with producer's stamp indicating compliance with specified requirements. B. Fire Retardant Treatment: 1. Interior Type A: AWPA U1, Use Category UCFA, Commodity Specification H, low temperature (low hygroscopic) type, chemically treated and pressure impregnated; capable of providing a maximum Flame spread index of 25 when tested in accordance with ASTM E84, with no evidence of significant combustion when test is extended for an additional 20 minutes. a. Kiln dry wood after treatment to a maximum moisture content of 19 percent for lumber and 15 percent for plywood. b. Treat rough carpentry items as indicated . Rohrbach Associates PC ROUGH CARPENTRY 06 1000- 1 City of Iowa City RAPC Project #1323.1 City Hall MPOJC Renovation c. Do not use treated wood in applications exposed to weather or where the wood may become wet. PART 3 EXECUTION 3.01 INSTALLATION - GENERAL A. Select material sizes to minimize waste. B. Reuse scrap to the greatest extent possible; clearly separate scrap for use on site as accessory components, including: shims, bracing, and blocking. C. Where treated wood is used on interior, provide temporary ventilation during and immediately after installation sufficient to remove indoor air contaminants. END OF SECTION Rohrbach Associates PC ROUGH CARPENTRY 061000-2 City of Iowa City City Hall MPOJC Renovation RAPC Project #1323.1 A. Hardwood Lumber: red oak species, plain sawn, maximum moisture content of 6 percent; with vertical grain, of quality suitable for transparent finish. 1. Grading: In accordance with NHLA G-101 Grading Rules; www.nhia.org. 2.04 SHEET MATERIALS A. Softwood Plywood, Not Exposed to View: Any face species, medium density fiberboard core; PS 1 Grade A -B, glue type as recommended for application. B. Hardwood Plywood: Face species as indicated, plain sawn, book matched, medium density fiberboard core; HPVA HP -1, Front Face Grade AA, Back Face Grade 1, glue type as recommended for application. 2.05 FASTENINGS A. Adhesive for Purposes Other Than Laminate Installation: Suitable for the purpose; not containing formaldehyde or other volatile organic compounds. Rohrbach Associates PC FINISH CARPENTRY 062000-1 SECTION 06 20 00 FINISH CARPENTRY PART 'I GENERAL 1.01 SECTION INCLUDES A. Finish carpentry items. 0 C ZQ�u B. Wood door frames, glazed frames. C. Wood casings and moldings. D. Hardware and attachment accessories. 1.02 RELATED REQUIREMENTS A. Section 06 41 00 - Architectural Wood Casework: Shop fabricated custom cabinet work. B. Section 08 14 16 - Flush Wood Doors. C. Section 08 80 00 - Glazing: Glass and glazing of wood partitions and screens. D. Section 09 91 13 - Exterior Painting: Painting and finishing of finish carpentry items. 1.03 REFERENCE STANDARDS A. HPVA HP -1 - American National Standard for Hardwood and Decorative Plywood; 2009. B. NHLA G-101 -Rules for the Measurement & Inspection of Hardwood & Cypress; 2011. C. PS 1 - Structural Plywood; 2009. 1.04 SUBMITTALS A. See Section 0130 00 - Administrative Requirements for submittal procedures. B. Samples: Submit two samples of finish plywood, 4 by 4 inch in size illustrating wood grain and specified finish. C. Samples: Submit two samples of wood trim 4 inch long. 1.05 DELIVERY, STORAGE, AND HANDLING A. Protect work from moisture damage. PART PRODUCTS 2.01 FINISH CARPENTRY ITEMS A. Interior Woodwork Items: 1. Moldings, Casings, and Miscellaneous Trim: Clear white pine; prepare for paint finish. 2. Door, and Glazed Light: Red Oak; prepare for clear finish. 2.02 WOOD -BASED COMPONENTS A. Wood fabricated from old growth timber is not permitted. 2.03 LUMBER MATERIALS A. Hardwood Lumber: red oak species, plain sawn, maximum moisture content of 6 percent; with vertical grain, of quality suitable for transparent finish. 1. Grading: In accordance with NHLA G-101 Grading Rules; www.nhia.org. 2.04 SHEET MATERIALS A. Softwood Plywood, Not Exposed to View: Any face species, medium density fiberboard core; PS 1 Grade A -B, glue type as recommended for application. B. Hardwood Plywood: Face species as indicated, plain sawn, book matched, medium density fiberboard core; HPVA HP -1, Front Face Grade AA, Back Face Grade 1, glue type as recommended for application. 2.05 FASTENINGS A. Adhesive for Purposes Other Than Laminate Installation: Suitable for the purpose; not containing formaldehyde or other volatile organic compounds. Rohrbach Associates PC FINISH CARPENTRY 062000-1 City of Iowa City RAPC Project #1323.1 City Hall MPOJC Renovation B. Concealed Joint Fasteners: Threaded steel. 2.06 ACCESSORIES A. Lumber for Shimming and Blocking: Softwood lumber of fir species.�7i Q C Z01e B. Glass: Type S-3 as specified in Section 08 80 00. C. Wood Filler: Solvent base, tinted to match surface finish color. 2.07 FABRICATION A. Shop assemble work for delivery to site, permitting passage through building openings. B. When necessary to cut and fit on site, provide materials with ample allowance for cutting. Provide trim for scribing and site cutting. 2.08 SHOP FINISHING A. Sand work smooth and set exposed nails and screws. B. Apply wood filler in exposed nail and screw indentations. C. On items to receive transparent finishes, use wood filler that matches surrounding surfaces and is of type recommended for the applicable finish. D. Back prime woodwork items to be field finished, prior to installation. PART 3 EXECUTION 3.01 INSTALLATION A. Set and secure materials and components in place, plumb and level. B. Carefully scribe work abutting other components, with maximum gaps of 1/32 inch. Do not use additional overlay trim to conceal larger gaps. 3.02 SITE APPLIED WOOD TREATMENT A. Apply preservative treatment in accordance with manufacturer's instructions. B. Brush apply one coats of preservative treatment on wood in contact with cementitious materials. Treat site -sawn cuts. C. Allow preservative to dry prior to erecting members. 3.03 PREPARATION FOR SITE FINISHING A. Set exposed fasteners. Apply wood filler in exposed fastener indentations. Sand work smooth. 3.04 TOLERANCES A. Maximum Variation from True Position: 1/16 inch. B. Maximum Offset from True Alignment with Abutting Materials: 1/32 inch. END OF SECTION Rohrbach Associates PC FINISH CARPENTRY 062000-2 City of Iowa City City Hall MPOJC Renovation SECTION 06 41 00 ARCHITECTURAL WOOD CASEWORK PART 1 GENERAL 1.01 SECTION INCLUDES A. Specially fabricated cabinet units. B. Countertops. C. Ballistic Panels D. Cabinet hardware. E. Factory finishing. F. Preparation for installing utilities. 1.02 RELATED REQUIREMENTS RAPC Project #1323.1 A. Section 06 10 00 - Rough Carpentry: Support framing, grounds, and concealed blocking. B. Section 08 80 00 - Glazing: Glass for casework. C. Section 09 91 23 - Interior Painting: Site finishing of cabinet exterior. 1.03 REFERENCE STANDARDS A. AWI/AWMAC/WI(AWS)-Architectural Woodwork Standards; 2014. B. AWMAC/WI (NAAWS) - North American Architectural Woodwork Standards, U.S. Version 3.0; 2016. C. BHMA A156.9 - American National Standard for Cabinet Hardware; 2010. D. HPVA HP -1 - American National Standard for Hardwood and Decorative Plywood; 2009. E. NEMA LD 3 - High -Pressure Decorative Laminates; 2005. F. AWI/AWMAC/WI (AWS) -Architectural Woodwork Standards; 2009. G. BHMA A156.9 - American National Standard for Cabinet Hardware; Builders Hardware Manufacturers Association; 2010 (ANSI/BHMA Al 56.9). H. NEMA LD 3 - High -Pressure Decorative Laminates; National Electrical Manufacturers Association; 2005. 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Shop Drawings: Indicate materials, component profiles, fastening methods, jointing details, and accessories. C. Product Data: Provide data for hardware accessories. 1.05 QUALITY ASSURANCE A. Fabricator Qualifications: Company specializing in fabricating the products specified in this section with minimum five years of documented experience. PART PRODUCTS 2.01 CABINETS A. Quality Standard: Custom Grade, in accordance with AWI/AWMAC/WI (AWS) or AWMAC/WI (NAAWS), unless noted otherwise. B. Wood Veneer Faced Cabinet: 1. Exposed Surfaces: HPVA HP -1 Grade A, Ash, plain sliced, random -matched. 2. Semi -Exposed Surfaces: HPVA HP -1 Grade B, Ash, plain sliced, random -matched. 3. Concealed Surfaces: HPVA Grade C, Birch, plain sliced, random -matched. C. Plastic Laminate Faced Cabinets: Custom grade. Rohrbach Associates PC ARCHITECTURAL WOOD CASEWORK 0641 00-1 City of Iowa City RAPC Project #1323.1 City Hall MPOJC Renovation 2.02 WOOD -BASED COMPONENTS A. Wood fabricated from old growth timber is not permitted. B. Hardwood Edgebanding: Use solid hardwood edgebanding matching species, color, grain, and grade for exposed portions of cabinetry. 2.03 LAMINATE MATERIALS A. Manufacturers: 1. Formica Corporation: www.formica.com/#sle. 2. Substitutions: Not permitted. B. High Pressure Decorative Laminate (HPDL): NEMA LD 3, types as recommended for specific applications. C. Provide specific types as indicated. 1. Horizontal Surfaces: HGS, 0.048 inch nominal thickness, color as selected, finish as indicated. 2. Vertical Surfaces: VGS, 0.028 inch nominal thickness, color as selected, finish as indicated. 3. Post -Formed Horizontal Surfaces: HGP, 0.039 inch nominal thickness, color as selected, finish as indicated. 4. Cabinet Liner: CLS, 0.020 inch nominal thickness, color as selected, finish as indicated. 5. Laminate Backer: BKL, 0.020 inch nominal thickness, undecorated; for application to concealed backside of panels faced with high pressure decorative laminate. 2.04 COUNTERTOPS A. Plastic Laminate Countertops: Medium density fiberboard substrate covered with HPDL, post -formed, with bullnose edge. 1. Flat Sheet Thickness: 3/4 inch, minimum. 2. Color and pattern as scheduled. 3. Other Components Thickness: 1/2 inch, minimum. 4. Fabricate in accordance with AWI/AWMAC/WI (AWS) standards, Section 11 - Premium Grade. 2.05 BALLISTIC PANELS A. Bullet resistant fiberglass panels for integration in custom casework. B. Manufacturer: Armortex: www.armortex.com C. Ballistic resistance Level 3. 2.06 ACCESSORIES A. Adhesive: Type recommended by fabricator to suit application. B. Plastic Edge Banding: Extruded PVC, convex shaped; smooth finish; self locking serrated tongue; of width to match component thickness. 1. Use at all exposed shelf edges. C. Vinyl Countertop Edge: PVC anchor type tee -molding edging in width to match thickness of countertop, color as indicated, used at locations as indicated. D. Glass: Type S-4 as specified in Section 08 80 00. E. Bolts, Nuts, Washers, Lags, Pins, and Screws: Of size and type to suit application; galvanized or chrome -plated finish in concealed locations and stainless steel or chrome -plated finish in exposed locations. F. Concealed Joint Fasteners: Threaded steel. G. Grommets: Standard plastic grommets for cut-outs, in color to blend with adjacent surface. Provide grommets where indicated by Owner. 2.07 HARDWARE A. Hardware: BHMA At 56.9, types as recommended by fabricator for quality grade specified. Rohrbach Associates PC ARCHITECTURAL WOOD CASEWORK 0641 00-2 City of Iowa City City Hall MPOJC Renovation RAPC Project #1323.1 B. Adjustable Shelf Supports: Standard side -mounted system using recessed metal shelf standards or multiple holes for pin supports and coordinated self rests, polished chrome finish, for nominal 1 inch spacing adjustments. C. Drawer and Door Pulls: "U" shaped wire pull, steel with chrome finish, 4 inch centers. D. Cabinet Locks: Keyed cylinder, two keys per lock, master keyed, steel with chrome finish. E. Drawer Slides: 1. Type: Full extension. 2. Static Load Capacity: Heavy Duty grade. 3. Mounting: Side mounted. 4. Stops: Integral type. 5. Features: Provide self closing/stay closed type. Hinges: European style concealed self-closing type, steel with polished finish. 2.08 FABRICATION A. Assembly: Shop assemble cabinets for delivery to site in units easily handled and to permit passage through building openings. B. Edging: Fit shelves, doors, and exposed edges with specked edging. Do not use more than one piece for any single length. C. Fitting: When necessary to cut and fit on site, provide materials with ample allowance for cutting. Provide matching trim for scribing and site cutting. D. Plastic Laminate: Apply plastic laminate finish in full uninterrupted sheets consistent with manufactured sizes. Fit comers and joints hairline; secure with concealed fasteners. Slightly bevel arises. Locate counter butt joints minimum 2 feet from sink cut-outs. 1. Apply laminate backing sheet to reverse side of plastic laminate finished surfaces. 2. Cap exposed plastic laminate finish edges with material of same finish and pattern. E. Matching Wood Grain: Comply with requirements of quality standard for specified Grade and as follows: F. Shop glaze glass materials using the Interior Dry method as specified in Section 08 80 00. 2.09 SHOP FINISHING A. Sand work smooth and set exposed nails and screws. B. On items to receive transparent finishes, use wood filler matching or blending with surrounding surfaces and of types recommended for applied finishes. C. Finish work in accordance with AW I/AW MAC/Wl (AWS) or AW MAC I (NAAW , Gecti n 5 - Finishing for grade specked and as follows: ` V1 ii511*A4$rll[a]:I 3.01 EXAMINATION A. Verify adequacy of backing and support framing. B. Verify location and sizes of utility rough -in associated with work of this section. "3 3.02 INSTALLATION A. Set and secure custom cabinets in place, assuring that they are rigid, plumb, and level. B. Use fixture attachments in concealed locations for wall mounted components. C. Countersink anchorage devices at exposed locations. Conceal with solid wood plugs of species to match surrounding wood; finish flush with surrounding surfaces. 3.03 ADJUSTING A. Adjust installed work. 3.04 CLEANING A. Clean casework, counters, shelves, hardware, fittings, and fixtures. Rohrbach Associates PC ARCHITECTURAL WOOD CASEWORK 064100-3 City of Iowa City RAPC Project #1323.1 City Hall MPOJC Renovation R�4.1EYN:1��1�1��9 A. PL -4: Location: Counters. 1. Color: Storm Solidz, 3505-58. B. PL -5 Location: Vertical Surfaces. 1. Color: Otter, 3202-58. L�:tZ�7�9x�1U7:1 Rohrbach Associates PC ARCHITECTURAL WOOD CASEWORK 0641 00-4 DIVISION 07 THERMAL AND MOISTURE PROTECTION FILED Nov o e Hie City Clerk Iowa City, Iowa Blank Page City of Iowa City City Hall MPOJC Renovation SECTION 07 84 00 FIRESTOPPING PART 1 GENERAL 1.01 RELATED REQUIREMENTS RAPC Project #1323.1 A. Section 01 70 00 - Execution and Closeout Requirements: Cutting and patching. B. Section 09 21 16 - Gypsum Board Assemblies: Gypsum wallboard fireproofing. 1.02 REFERENCE STANDARDS A. ASTM E119 - Standard Test Methods for Fire Tests of Building Construction and Materials; 2015. B. ASTM E814 - Standard Test Method for Fire Tests of Through -Penetration Fire Stops; 2013a. C. ASTM E1966 - Standard Test Method for Fire Resistive Joint Systems; 2007 (Reapproved 2011). D. ASTM E2307 - Standard Test Method for Determining Fire Resistance of Perimeter Fire Barriers Using Intermediate -Scale, Multi -story Test Apparatus; 2015a. E. ASTM E2837 - Standard Test Method for Determining the Fire Resistance of Continuity Head -of -Wall Joint Systems Installed Between Rated Wall Assemblies and Nonrated Horizontal Assemblies; 2013. F. ITS (DIR) - Directory of Listed Products; current edition. G. FM (AG) - FM Approval Guide; current edition. H. UL 1479 - Standard for Fire Tests of Penetration Firestops; Current Edition, Including All Revisions. I. UL 2079 - Standard for Tests for Fire Resistance of Building Joint Systems; Current Edition, Including All Revisions. J. UL (FRD) - Fire Resistance Directory; current edition. 1.03 SUBMITTALS A. See Section 0130 00 -Administrative Requirements, for submittal procedures. B. Product Data: Provide data on product characteristics, performance ratings, and limitations. PART2 PRODUCTS 2.01 MATERIALS II A. Manufacturers: ` D 1. A/D Fire Protection Systems Inc: www.adfire.com. NOV 2. 3M Fire Protection Products: www.3m.com/fiirestop. 8 1018 3. Hilti, Inc: www.us.hilti.com. City Ci 4. Ne reStop 5. Specfiedon lTechnologies, tInc:: wwwn sltifirestop. om m /011a City Wa 6. Substitutions: See Section 0160 00 - Product Requirements. B. Firestopping Materials: Any materials meeting requirements. C. Primers, Sleeves, Forms, Insulation, Packing, Stuffing, and Accessories: Provide type of materials as required for tested firestopping assembly. 2.02 FIRESTOPPING ASSEMBLY REQUIREMENTS A. Perimeter Fire Containment Firestopping: Use system that has been tested according to ASTM E2307 to have fire resistance F Rating equal to required fire rating of floor assembly. B. Head -of -Wall Joint System Firestopping at Joints Between Fire -Rated Wall Assemblies and Non -Rated Horizontal Assemblies: Use system that has been tested according to ASTM E2837 to have fire resistance F Rating equal to required fire rating of floor or wall, whichever is greater. Rohrbach Associates PC FIRESTOPPING 078400-1 City of Iowa City City Hall MPOJC Renovation RAPC Project #1323.1 C. Floor -to -Floor, Wall -to -Wall, and Wall -to -Floor Joints, Except Perimeter, Where Both Are Fire -Rated: Use system that has been tested according to ASTM E1966 or UL 2079 to have fire resistance F Rating equal to required fire rating of the assembly in which the joint occurs. D. Through Penetration Firestopping: Use system that has been tested according to ASTM E814 to have fire resistance F Rating equal to required fire rating of penetrated assembly. 2.03 FIRESTOPPING SYSTEMS A. Firestopping: Any material meeting requirements. 1. Fire Ratings: Use system that is listed by FM (AG), ITS (DIR), or UL (FRD) and tested in accordance with ASTM E814, ASTM E119, or UL 1479 with F Rating equal to fire rating of penetrated assembly and minimum T Rating Equal to F Rating and in compliance with other specified requirements. PART 3 EXECUTION 3.01 INSTALLATION A. Install materials in manner described in fire test report and in accordance with manufacturer's instructions, completely closing openings. B. Do not cover installed firestopping until inspected by authorities having jurisdiction. C. Install labeling required by code. END OF SECTION FILE® Nov o 6 Zola fo aiy Clerk city, Iowa Rohrbach Associates PC FIRESTOPPING 078400-2 City of Iowa City City Hall MPOJC Renovation SECTION 07 90 05 JOINT SEALERS PART 1 GENERAL 1.01 SECTION INCLUDES A. Sealants and joint backing. 1.02 RELATED REQUIREMENTS A. Section 07 84 00 - Firestopping: Firestopping sealants. B. Section 08 80 00 - Glazing: Glazing sealants and accessories. C. Section 09 21 16 - Gypsum Board Assemblies: Acoustic sealant. 1.03 REFERENCE STANDARDS RAPC Project #1323.1 NOV 0 61018 City Clerk Iowa City, Iowa A. ASTM C834 - Standard Specification for Latex Sealants; 2014. B. ASTM C919 - Standard Practice for Use of Sealants in Acoustical Applications; 2012. C. ASTM C920 - Standard Specification for Elastomeric Joint Sealants; 2014. D. ASTM C1193 - Standard Guide for Use of Joint Sealants; 2013. E. SCAQMD 1168 - South Coast Air Quality Management District Rule No.1168; current edition. 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data indicating sealant chemical characteristics. 1.05 QUALITY ASSURANCE A. Applicator Qualifications: Company specializing in performing the work of this section with minimum three years documented experience and approved by manufacturer. 1.06 FIELD CONDITIONS A. Maintain temperature and humidity recommended by the sealant manufacturer during and after installation. 1.07 WARRANTY A. See Section 01 78 00 - Closeout Submittals, for additional warranty requirements. B. Correct defective work within a five year period after Date of Substantial Completion. C. Warranty: Include coverage for installed sealants and accessories which fail to achieve airtight seal, exhibit loss of adhesion or cohesion, or do not cure. PART2 PRODUCTS 2.01 SEALANTS A. Sealants and Primers - General: Provide only products having lower volatile organic compound (VOC) content than required by South Coast Air Quality Management District Rule No.1168. B. Type GE -1 - General Purpose Exterior Sealant: Polyurethane; ASTM C920, Grade NS, Class 25, Uses M, G, and A; single component. 1. Color: To be selected by Architect from manufacturer's full range. 2. Polyurethane Products: a. Pecora Corporation; DynaTrol I -XL General Purpose One Part Polyurethane Sealant: www.pecora.com/#sle. b. Substitutions: See Section 01 60 00 - Product Requirements. C. Type GI -1 - General Purpose Interior Sealant: Acrylic emulsion latex; ASTM C834, Type OP, Grade NF single component, paintable. 1. Color: To be selected by Architect from manufacturer's full range. 2. Applications: Use for: a. Interior wall and ceiling control joints. Rohrbach Associates PC JOINT SEALERS 079005-1 City of Iowa City RAPC Project #1323.1 City Hall MPOJC Renovation b. Joints between door and window frames and wall surfaces. c. Other interior joints for which no other type of sealant is indicated. 3. Products: a. Pecora Corporation; AC -20 + Silicone Acrylic Latex Caulking Compound: www.pecora.com/#sle. b. Substitutions: See Section 01 60 00 - Product Requirements. D. Type P-1 - Bathtub/file Sealant: White silicone; ASTM C920, Uses I, M and A; single component, mildew resistant. 1. Applications: Use for: a. Joints between plumbing fixtures and floor and wall surfaces. b. Joints between kitchen and bath countertops and wall surfaces. FILED 2. Products: a. Pecora Corporation; 898NST Sanitary Silicone Sealant - Class 50: www.pecora.com/#sle. IN 6 2010 b. Substitutions: See Section 01 60 00 - Product Requirements. E. Type AL - Acoustical Sealant for Concealed Locations: Clh Clerk 1. Applications: Use for concealed locations only: lova City, 10Wa a. Sealant bead between top stud runner and structure and between bottom stud track and floor. 2. Products: a. Pecora Corporation; AC -20 FTR Acoustical and Insulation Sealant: www.pecora.com/#sle. b. Substitutions: See Section 01 60 00 - Product Requirements. F. Type U1 - Interior Floor Joint Sealant: Polyurethane, self -leveling; ASTM C920, Grade P, Class 25, Uses T, M and A; single component. 1. Color: Match adjacent finished surfaces. 2. Applications: Use for: 2.02 a. Expansion joints in floors. 3. Products: a. Pecora Corporation; NR -201 Self -Leveling Traffic and Loop Sealant: www.pecora.com/#sle. b. Substitutions: See Section 01 60 00 - Product Requirements. A. Primer: Non -staining type, recommended by sealant manufacturer to suit application. B. Joint Cleaner: Non -corrosive and non -staining type, recommended by sealant manufacturer; compatible with joint forming materials. C. Joint Backing: Round foam rod compatible with sealant; ASTM D 1667, closed cell PVC; oversized 30 to 50 percent larger than joint width. D. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit application. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that substrate surfaces are ready to receive work. B. Verify that joint backing and release tapes are compatible with sealant. 3.02 PREPARATION A. Remove loose materials and foreign matter that could impair adhesion of sealant. B. Clean and prime joints in accordance with manufacturer's instructions. C. Perform preparation in accordance with manufacturer's instructions and ASTM C1193. D. Protect elements surrounding the work of this section from damage or disfigurement. Rohrbach Associates PC JOINT SEALERS 079005-2 City of Iowa City City Hall MPOJC Renovation 3.03 INSTALLATION RAPC Project#1323.1 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. Perform acoustical sealant application work in accordance with ASTM C919. D. Install bond breaker where joint backing is not used. E. Install sealant free of air pockets, foreign embedded matter, ridges, and sags. F. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. G. Tool joints concave. END OF SECTION FILE® Nov o 6 T018 City Clerk Iowa City, Iowa Rohrbach Associates PC JOINT SEALERS 079005-3 City of Iowa City RAPC Project #1323.1 City Hall MPOJC Renovation FILE® NOY 0 6 Y818 Iowa tY Clerk City, Iowa Rohrbach Associates PC JOINT SEALERS 079005-4 FILE® NOV 0 6 Y01g IowaClerk to City, Iowa DIVISION 08 OPENINGS Blank Page FILED NOV 0 6 1019 City Clerk Iowa City, Iowa City of Iowa City RAPC Project #1323.1 City Hall MPOJC Renovation SECTION 08 14 16 FLUSH WOOD DOORS PART 1 GENERAL 1.01 SECTION INCLUDES A. Flush wood doors; flush and flush glazed configuration; non -rated. 1.02 RELATED REQUIREMENTS A. Section 06 20 00 - Finish Carpentry: Wood door frames. B. Section 08 7100 - Door Hardware. C. Section 08 80 00 - Glazing. 1.03 REFERENCE STANDARDS A. AWI/AWMAC/WI (AWS) -Architectural Woodwork Standards; 2014. B. AWMACNVI (NAAWS) - North American Architectural Woodwork Standards, U.S. Version 3.0; 2016. C. NFPA 80 - Standard for Fire Doors and Other Opening Protectives; 2016. D. NFPA 252 - Standard Methods of Fire Tests of Door Assemblies; 2012. E. UL 10B - Standard for Fire Tests of Door Assemblies; Current Edition, Including All Revisions. F. W DMA I.S. 1A - Interior Architectural Wood Flush Doors; 2013. 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Indicate door core materials and construction; veneer species, type and characteristics. C. Shop Drawings: Show doors and frames, elevations, sizes, types, swings, undercuts, beveling, blocking for hardware, factory machining, factory finishing, cutouts for glazing and other details. D. Specimen warranty. E. Samples: Submit two samples of door veneer, 6 by 6 inch in size illustrating wood grain, stain color, and sheen. F. Warranty, executed in City of Iowa Citys name. 1.05 WARRANTY A. See Section 01 78 00 - Closeout Submittals, for additional warranty requirements. B. Interior Doors: Provide manufacturer's warranty for the life of the installation. C. Include coverage for delamination of veneer, warping beyond specified installation tolerances, defective materials, and telegraphing core construction. PART 2 PRODUCTS 2.01 MANUFACTURERS FILED C A. Wood Veneer Faced Doors: 1. Eggers Industries: www.eggersindustries.com/#sle. NOV 6 2. Graham Wood Doors: www.grahamdoors.com/#sle. 2018 3. Haley Brothers: www.haleybros.com/#sle. City Clerk 4. Marshfield DoorSystems, Inc: www.marshfielddoors.com/#sle. jOWa Cit 5. Substitutions: See Section 0160 00 - Product Requirements. y, ioWe 2.02 DOORS AND PANELS A. Doors: Refer to drawings for locations and additional requirements. 1. Quality Standard: Custom Grade, Heavy Duty performance, in accordance with AWI/AWMACNVI (AWS) orAWMAC/WI (NAAWS), unless noted otherwise. 2. Wood Veneer Faced Doors: 5 -ply unless otherwise indicated. Rohrbach Associates PC FLUSH WOOD DOORS 081416-1 City of Iowa City City Hall MPOJC Renovation RAPC Project #1323.1 B. Interior Doors: 1-3/4 inches thick unless otherwise indicated; flush construction. 1. Provide solid core doors at each location. 2.03 DOOR AND PANEL CORES A. Non -Rated Solid Core and 20 Minute Rated Doors: Type particleboard core (PC), plies and faces as indicated. 2.04 DOOR FACINGS A. Veneer Facing for Transparent Finish: Red oak, veneer grade in accordance with quality standard indicated, plain sliced (flat cut), with book match between leaves of veneer, running match of spliced veneer leaves assembled on door or panel face. 1. Vertical Edges: Same species as face veneer. 2.05 ACCESSORIES A. Glazing Stops: Wood, of same species as door facing, mitered corners; prepared for countersink style tamper proof screws. 2.06 DOOR CONSTRUCTION A. Fabricate doors in accordance with door quality standard specified. B. Cores Constructed with stiles and rails: C. Factory machine doors for hardware other than surface -mounted hardware, in accordance with hardware requirements and dimensions. D. Factory fit doors for frame opening dimensions identified on shop drawings, with edge clearances in accordance with specified quality standard. E. Provide edge clearances in accordance with the quality standard specified. PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting work. B. Verify that opening sizes and tolerances are acceptable. C. Do not install doors in frame openings that are not plumb or are out -of -tolerance for size or alignment. 3.02 INSTALLATION A. Install doors in accordance with manufacturer's instructions and specified quality standard. B. Field -Finished Doors: Trimming to fit is acceptable. 1. Adjust width of non -rated doors by cutting equally on both jamb edges. 2. Trim maximum of 3/4 inch off bottom edges. C. Use machine tools to cut or drill for hardware. D. Coordinate installation of doors with installation of frames and hardware. E. Coordinate installation of glazing. 3.03 TOLERANCES A. Conform to specified quality standard for fit and clearance tolerances. B. Conform to specified quality standard for telegraphing, warp, and squareness. 3.04 ADJUSTING A. Adjust doors for smooth and balanced door movement. B. Adjust closers for full closure. 3.05 SCHEDULE A. Refer to Door and Frame Schedule appended to this section. END OF SECTION FILE® Nov 061018 Iowa ry Clerk City, Iowa Rohrbach Associates PC FLUSH WOOD DOORS 081416-2 City of Iowa City RAPC Project #1323.1 City Hall MPOJC Renovation #'eLF Nov0GPO1B ClIty 'owe c tylerk e wa Rohrbach Associates PC FLUSH WOOD DOORS 081416-3 City of Iowa City RAPC Project #1323.1 City Hall MPOJC Renovation Fit Novo 6P018 ty lowaiC,ry erk /owe Rohrbach Associates PC FLUSH WOOD DOORS 081416-4 City of Iowa City City Hall MPOJC Renovation SECTION 08 71 00 DOOR HARDWARE ILT_13itH=12147a1� 1.01 SECTION INCLUDES A. Hardware for wood doors. 1.02 RELATED REQUIREMENTS A. Section 06 20 00 - Finish Carpentry: Wood door frames. B. Section 08 14 16 - Flush Wood Doors. 1.03 REFERENCE STANDARDS RAPC Project #1323.1 FILE[) NOV 0 6 2018 City Clerk Iowa City, Iowa A. 36 CFR 1191 - Americans with Disabilities Act (ADA) Accessibility Guidelines for Buildings and Facilities; Architectural Barriers Act (ABA) Accessibility Guidelines; current edition. B. ADA Standards - Americans with Disabilities Act (ADA) Standards for Accessible Design; 2010. C. BHMA A156.2 - American National Standard for Bored and Preassembled Locks & Latches; 2011. D. BHMA A156.3 - American National Standard for Exit Devices; 2014. E. BHMA A156.4 - American National Standard for Door Controls - Closers; 2013. F. BHMA A156.6 - American National Standard for Architectural Door Trim; 2010. G. BHMA A156.8 - American National Standard for Door Controls - Overhead Stops and Holders; 2010. H. BHMA A156.22 -American National Standard for Door Gasketing and Edge Seal Systems, Builders Hardware Manufacturers Association; 2012. I. BHMA All 56.31 - American National Standard for Electric Strikes and Frame Mounted Actuators; 2013. J. NFPA 80 - Standard for Fire Doors and Other Opening Protectives; 2016. K. UL (DIR) - Online Certifications Directory; current listings at database.ul.com. 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordinate the manufacture, fabrication, and installation of products onto which door hardware will be installed. 1.05 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. 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. Keying Schedule: Submit for approval of City of Iowa City. E. Keys: Deliver with identifying tags to City of Iowa City by security shipment direct from hardware supplier. F. Warranty: Submit manufacturer's warranty and ensure that forms have been completed in City of Iowa City's name and registered with manufacturer. 1.06 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years of documented experience. HEW&W17;7c1211 r 1 A. See Section 01 78 00 - Closeout Submittals, for additional warranty requirements. Rohrbach Associates PC DOOR HARDWARE 087100-1 City of Iowa City RAPC Project #1323.1 City Hall MPOJC Renovation B. Provide five year warranty for door closers. 1.08 COORDINATION A. Material and product types with section 28 13 00 —Access Control. FILED B. Conduit and wiring with Division 26 - Electrical. PART 2 PRODUCTS NOV 0 6 2.01 MANUFACTURERS - BASIS OF DESIGN 1018 A. As indicated in the product listing City Clerk 2.02 DOOR HARDWARE - GENERAL IOWA City, IOWa A. Provide all hardware specified or required to make doors fully functional, compliant with applicable codes, and secure to the extent indicated. B. Provide all 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. 2.03 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. D. Latches: Provide a latch for every door that is not required to lock, unless specifically indicated "push/pull" or "not required to latch". 2.04 HINGES A. Hinges: Provide hinges on every swinging door. 1. Provide five -knuckle full mortise butt hinges unless otherwise indicated. 2. Provide ball-bearing hinges at all doors having closers. 3. Provide hinges in the quantities indicated. 4. Provide non -removable pins on exterior outswinging doors. B. Manufacturers - Hinges: 1. Assa Abloy McKinney: www.assaabloydss.com/#sle. 2. Stanley Black & Decker: www.stanleybiackanddecker.com/#sle. 3. Allegion - IVES Hinges: us.allegion,com/brands/ives.. 4. Substitutions: See Section 01 60 00 - Product Requirements. 2.05 LOCKS AND LATCHES A. Locks: Provide a lock for every door, unless specifically indicated as not requiring locking. 1. Hardware Sets indicate locking functions required for each door. 2. If no hardware set is indicated for a swinging door provide an office lockset. 3. Trim: Provide lever handle or pull trim on outside of all locks unless specifically stated to have no outside trim. 4. Lock Cylinders: Provide key access on outside of all locks unless specifically stated to have no locking or no outside trim. B. Electrically Operated Locks: Fail secure unless otherwise indicated. C. Keying: Grand master keyed. 1. Key to existing keying system. Rohrbach Associates PC DOOR HARDWARE 0871 00-2 City of Iowa City City Hall MPOJC Renovation RAPC Project #1323.1 D. Latches: Provide a latch for every door that is not required to lock, unless specifically indicated "push/pull' or "not required to latch". 2.06 CYLINDRICAL LOCKSETS FILED A. Locking Functions: As defined in BHMA A156.2, and as follows: 1. Office: F81, key not required to lock, remains locked upon exit. NOVO 6 ZU19 2. Always -Locked: F86, key required to lock, may not be left unlocked. B. Manufacturers - Cylindrical Locksets: City Clerk 1. Schlage, an Allegion brand: www.allegion.com/us. ND Series; Sparta DeMM Cityy Iowa 2. Substitutions: Not permitted. Specified lockset manufacturer matches existing hafdware. 2.07 ELECTRIC STRIKES A. Electric Strikes: Complying with BHMA A156.31 and UL listed as a Burglary -Resistant Electric Door Strike; style to suit locks. B. Manufacturers: 1. Assa Abloy Folger Adam EDC, HES, or Securitron: www.assaabloydss.com/#sle. 2. Substitutions: See Section 0160 00 - Product Requirements. 2.08 STOPS AND HOLDERS A. Stops: Complying with BHMA A156.8; provide a stop for every swinging door, unless otherwise indicated. 1. Provide wall stops, unless otherwise indicated. 2. If wall stops are not practical, due to configuration of room or furnishings, provide overhead stop. 3. Stop is not required if positive stop feature is specified for door closer; positive stop feature of door closer is not an acceptable substitute for a stop unless specifically so stated. B. Wall Stops: WS -01 C. Manufacturers - Wall and Floor Stops/Holders: 1. Assa Abloy McKinney: www.assaabloydss.com/#sle. 2. C. R. Laurence Co., Inc: www.cri-arch.com/#sle. 3. Hager Companies: www.hagerco.com/#sle. 4. Hiawatha, Inc: www.hiawathainc.com/#sle. 5. Triangle Brass Manufacturing Co., Inc: www.trimcobbw.com/#sle. 6. Substitutions: See Section 0160 00 - Product Requirements. 2.09 PROTECTION PLATES AND ARCHITECTURAL TRIM A. Protection Plates: 1. Kickplate: Provide on push side of every door with closer, except storefront and all -glass doors. B. Manufacturers - Protection Plates and Architectural Trim: 1. Assa Abloy McKinney: www.assaabloydss.com/#sle. 2. C. R. Laurence Co., Inc: www.cri-arch.com/#sle. 3. Hager Companies: www.hagerco.com/#sle. 4. Hiawatha, Inc: www.hiawathainc.com/#sle. 5. Triangle Brass Manufacturing Co., Inc: www.trimcobbw.com/#sle. 6. Substitutions: See Section 0160 00 - Product Requirements. 2.10 CYLINDERS KEYS AND KEYING A. Lock Cylinders to be furnished with Locks specified above. B. Cylinder Type for Exit Devices, Locks and Sliding Glass Doors as required for proper lock operation. 1. Lock Cylinders: Manufacturer's standard 6 -pin tumbler type core. 2. Provide cams and/or tailpieces as required for locking devices. C. This is an Existing Schlage Grand Master Key System Rohrbach Associates PC DOOR HARDWARE 087100-3 City of Iowa City City Hall MPOJC Renovation RAPC Project #1323.1 1. All Cylinders to be Keyed by Freeman Lock & Alarm. Contact Michell Freeman at 319-354-4588 2. Furnish 3 New Change Keys per Lock and 1 New Master Key per Existing Master Key Group or 5 Master Keys per Master Key Group if any new groups are established PART 3 EXECUTION 3.01 EXAMINATION A. Verify that doors and frames are ready to receive work; labeled, fire -rated doors and frames are present and properly installed, and dimensions are as indicated on shop drawings. B. Verify that electric power is available to power operated devices and of the correct characteristics. 3.02 INSTALLATION A. Install hardware in accordance with manufacturer's instructions and applicable codes. B. Use templates provided by hardware item manufacturer. C. Install hardware on fire -rated doors and frames in accordance with code and NFPA 80. D. Mounting heights for hardware from finished floor to center line of hardware item: As shown in DHI Publication "Recommended Locations for Builders Hardware on Flush Wood Doors", unless otherwise noted. 3.03 ADJUSTING A. Adjust work under provisions of Section 01 70 00. B. Adjust hardware for smooth operation. HARDWARE SETS 4.01 HARDWARE SET NO. 1 A. Opening 028 1. 3 Ea. Hinges CB179 4%"x4%2" US26D STA 2. 1 Ea. Storreoom Lock F86, Match Exisitng Keyway US26D SCH 3. 1 Ea. Wall Stop WS407CVX US32D IVE 4.02 HARDWARE SET NO.2 A. Openings: 025, 026, 027 1. 3 Ea. Hinges CB179 4 % x 41/ US26D STA 2. 1 Ea. Office Lock F81, Match Existing Keyway US26D SCH 3. 1 Ea. Wall Stop WS407CCV US32D IVE END OF SECTION FILED NOV 0 6 1018 City Clerk Iowa City, Iowa Rohrbach Associates PC DOOR HARDWARE 0871 00-4 City of Iowa City City Hall MPOJC Renovation SECTION 08 80 00 GLAZING PART 1 GENERAL 1.01 SECTION INCLUDES A. Glass. B. Glazing compounds and accessories. 1.02 RELATED REQUIREMENTS RAPC Project #1323.1 FILE® NOV 0 6 2018 City Clerk Iowa City, Iowa A. Section 06 4100 - Architectural Wood Casework: Cabinets with requirements for plastic partitions . B. Section 08 12 13 - Hollow Metal Frames: Glazed borrowed lites. C. Section 08 14 16 - Flush Wood Doors: Glazed lites in doors. D. Section 08 43 13 - Aluminum -Framed Storefronts: Glazing furnished by storefront manufacturer. 1.03 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data on Glazing Compounds: Provide chemical, functional, and environmental characteristics, limitations, special application requirements. Identify available colors. PART 2 PRODUCTS 2.01 GLAZING UNITS A. Type S-3 - Single Safety Glazing: Non -fire -rated. 1. Application: Provide this type of glazing in the following locations: a. Glazed lites in doors, except fire doors. b. Sliding glass doors. c. Glazed sidelights to doors, except in fire -rated walls and partitions. d. Other locations required by applicable federal, state, and local codes and regulations. e. Other locations indicated on the drawings. 2. Type: Fully tempered float glass as specified. 3. Tint: Clear. 4. Thickness: 1/4 inch. 2.02 GLASS MATERIALS A. Float Glass: All glazing is to be float glass unless otherwise indicated. 1. Annealed Type: ASTM C1036, Type I, transparent flat, Class 1 clear, Quality Q3 (glazing select). 2. Heat -Strengthened and Fully Tempered Types: ASTM C1048. 3. Tinted Types: Color and performance characteristics as indicated. 4. Thicknesses: As indicated; for exterior glazing comply with specified requirements for wind load design regardless of specified thickness. 2.03 PLASTIC SHEET GLAZING MATERIALS A. Acrylic Sheet: 2.04 GLAZING COMPOUNDS 2.05 GLAZING ACCESSORIES A. Setting Blocks: Neoprene, 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. B. Glazing Tape, Back Bedding Mastic Type: Preformed, butyl -based, 100 percent solids compound with integral resilient spacer rod applicable to application indicated; hardness range of 5 to 30 cured Shore A durometer; coiled on release paper; black color. Rohrbach Associates PC GLAZING 088000-1 City of Iowa City City Hall MPOJC Renovation RAPC Project #1323.1 PART 3 EXECUTION 3.01 INSTALLATION -INTERIOR DRY METHOD (TAPE AND TAPE) A. Cut glazing tape to length and set against permanent stops, projecting 1/16 inch above sight line. B. Place setting blocks at 1/4 points with edge block no more than 6 inch from corners. C. Rest glazing on setting blocks and push against tape for full contact at perimeter of pane or unit. D. Place glazing tape on free perimeter of glazing in same manner described above. E. Install removable stop without displacement of tape. Exert pressure on tape for full continuous contact. F. Knife trim protruding tape. 3.02 INSTALLATION - PLASTIC FILM A. Install plastic film with adhesive, applied in accordance with film manufacturer's instructions. B. Place without air bubbles, creases or visible distortion. C. Fit tight to glass perimeter with razor cut edge. 3.03 CLEANING A. Remove glazing materials from finish surfaces. B. Remove labels after Work is complete. C. Clean glass and adjacent surfaces. 3.04 PROTECTION A. After installation, mark pane with an 'X' by using removable plastic tape or paste; do not mark heat absorbing or reflective glass units. END OF SECTION FILE® NOV 0 6 2018 City Clerk Iowa City, Iowa Rohrbach Associates PC GLAZING 088000-2 FILE® NOV 0 6 1018 City Clerk Iowa City, Iowa DIVISION 09 FINISHES Blank Page NOV 0 6 Zola City Clerk Iowa City, Iowa City of Iowa City City Hall MPOJC Renovation SECTION 09 21 16 GYPSUM BOARD ASSEMBLIES PART1 GENERAL 1.01 SECTION INCLUDES A. Performance criteria for gypsum board assemblies. B. Metal stud wall framing. C. Metal channel ceiling framing. D. Acoustic insulation. E. Gypsum wallboard. F. Joint treatment and accessories. G. Textured finish system. H. Bullet resistant sheathing and wallboard. 1.02 RELATED REQUIREMENTS RAPC Project #1323.1 A. Section 06 10 00 - Rough Carpentry: Wood blocking product and execution requirements. B. Section 07 84 00 - Firestopping: Top -of -wall assemblies at fire rated walls. C. Section 07 90 05 - Joint Sealers: Acoustic sealant. 1.03 REFERENCE STANDARDS A. AISI S100-12 -North American Specification for the Design of Cold -Formed Steel Structural Members; American Iron and Steel Institute; 2012. B. AISI SG02-1 -North American Specification for the Design of Cold -Formed Steel Structural Members; American Iron and Steel Institute; 2001 with 2004 supplement. (replaced SG -971) C. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process; 2015. D. ASTM C475/C475M - Standard Specification for Joint Compound and Joint Tape for Finishing Gypsum Board; 2015. E. ASTM C645 - Standard Specification for Nonstructural Steel Framing Members; 2014. F. ASTM C665 - Standard Specification for Mineral -Fiber Blanket Thermal Insulation for Light Frame Construction and Manufactured Housing; 2012. G. ASTM C754 - Standard Specification for Installation of Steel Framing Members to Receive Screw -Attached Gypsum Panel Products; 2015. H. ASTM C840 - Standard Specification for Application and Finishing of Gypsum Board; 2013. I. ASTM C954 - Standard Specification for Steel Drill Screws for the Application of Gypsum Panel Products or Metal Plaster Bases to Steel Studs From 0.033 in. (0.84 mm) to 0.112 in. (2.84 mm) in Thickness; 2015. J. ASTM C1002 - Standard Specification for Steel Self -Piercing Tapping Screws for Application of Gypsum Panel Products or Metal Plaster Bases to Wood Studs or Steel Studs; 2014. K. ASTM C1396/C1396M - Standard Specification for Gypsum Board; 2014. L. ASTM E90 - Standard Test Method for Laboratory Measurement of Airborne Sound Transmission Loss of Building Partitions and Elements; 2009. FILED M. ASTM E413 - Classification for Rating Sound Insulation; 2010. N. GA -216 - Application and Finishing of Gypsum Board; 2013. 1.04 SUBMITTALS NOV 0 6 2010 A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. City Clerk Iowa City, Iowa Rohrbach Associates PC GYPSUM BOARD ASSEMBLIES 092116-1 City of Iowa City City Hall MPOJC Renovation RAPC Project #1323.1 B. Product Data: Provide data on metal framing, gypsum board, accessories, and joint finishing system. C. Product Data: Provide manufacturer's data on partition head to structure connectors, showing compliance with requirements. PART 2 PRODUCTS 2.01 GYPSUM BOARD ASSEMBLIES A. Provide completed assemblies complying with ASTM C840 and GA -216. B. Interior Partitions, Indicated as Acoustic: Provide completed assemblies with the following characteristics: 1. Acoustic Attenuation: STC of 45-49 calculated in accordance with ASTM E413, based on tests conducted in accordance with ASTM E90. 2.02 METAL FRAMING MATERIALS A. Non-Loadbearing Framing System Components: ASTM C645; galvanized sheet steel, of size and properties necessary to comply with ASTM C754 for the spacing indicated, with maximum deflection of wall framing of U120 at 5 psf. 1. Studs: "C' shaped with flat or formed webs with knurled faces. 2. Runners: U shaped, sized to match studs. 3. Ceiling Channels: C-shaped. 4. Furring: Hat -shaped sections, minimum depth of 7/8 inch. B. Ceiling Hangers: Type and size as specified in ASTM C754 for spacing required. C. Partition Head to Structure Connections: Provide mechanical anchorage devices that accommodate deflection using slotted holes, screws and anti -friction bushings, preventing rotation of studs while maintaining structural performance of partition. 1. Structural Performance: Maintain lateral load resistance and vertical movement capacity required by applicable code, when evaluated in accordance with AISI S100-12. 2. Material: ASTM A653/A653M steel sheet, SS Grade 50/340, with G60/Z180 hot dipped galvanized coating. 2.03 BOARD MATERIALS A. Gypsum Wallboard: Paper -faced gypsum panels as defined in ASTM C1396/C1396M; sizes to minimize joints in place; ends square cut. 1. Application: Use for vertical surfaces and ceilings, unless otherwise indicated. 2. At Assemblies Indicated with Fire -Rating: Use type required by indicated tested assembly; if no tested assembly is indicated, use Type X board, UL or WH listed. 3. Thickness: FILED a. Vertical Surfaces: 1/2 inch. b. Ceilings: 5/8 inch. 4. Paper -Faced Products: a. Georgia-Pacific Gypsum; ToughRock Fireguard X. NOV 0 6 2018 b. Substitutions: See Section 01 60 00 - Product Requirements. 2.04 ACCESSORIES oo City Clerk A. Acoustic Insulation: ASTM C665; preformed glass fiber, friction fit type, unfacedCTfi WPM& 3 inch. B. Acoustic Insulation: 1; preformed glass fiber, friction fit type, unlaced. Thickness: 3.5 inch. C. Acoustic Sealant: Acrylic emulsion latex or water-based elastomeric sealant; do not use solvent -based non -curing butyl sealant. D. Acoustic Sealant: As specified in Section 07 90 05. E. Joint Materials: ASTM C475/C475M and as recommended by gypsum board manufacturer for project conditions. Rohrbach Associates PC GYPSUM BOARD ASSEMBLIES 092116-2 City of Iowa City City Hall MPOJC Renovation RAP F I CED 1. Tape: 2 inch wide, creased paper tape for joints and comers, except as otherwise indicated. NOV 0 6 2018 2. Ready -mixed vinyl -based joint compound. F. Textured Finish Materials: Latex -based compound; plain. City Clerk Iowa City Iowa G. Screws for Fastening of Gypsum Panel Products to Cold -Formed Steel Studs Less than 0.833 inch in Thickness and Wood Members: ASTM C1002; self -piercing tapping screws, corrosion resistant. H. Screws for Fastening of Gypsum Panel Products to Steel Members from 0.033 to 0.112 inch in Thickness: ASTM C954; steel drill screws, corrosion resistant. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that project conditions are appropriate for work of this section to commence. 3.02 FRAMING INSTALLATION A. Metal Framing: Install in accordance with ASTM C754 and manufacturer's instructions. B. Suspended Ceilings and Soffits: Space framing and furring members as indicated. C. Studs: Space studs at 16 inches on center. 1. Extend partition framing to structure where indicated and to ceiling in other locations. 2. Partitions Terminating at Ceiling: Attach ceiling runner securely to ceiling track in accordance with manufacturer's instructions. 3. Partitions Terminating at Structure: Attach top runner to structure, maintain clearance between top of studs and structure, and connect studs to track using specified mechanical devices in accordance with manufacturer's instructions; verify free movement of top of stud connections; do not leave studs unattached to track. 3.03 ACOUSTIC INSTALLATION A. Acoustic Insulation: Place tightly within spaces, around cut openings, behind and around electrical and mechanical items within partitions, and tight to items passing through partitions. B. Acoustic Sealant: Install in accordance with manufacturer's instructions. 3.04 BOARD INSTALLATION A. Comply with ASTM C840, GA -216, and manufacturer's instructions. Install to minimize butt end joints, especially in highly visible locations. B. Single -Layer Non -Rated: Install gypsum board in most economical direction, with ends and edges occurring over firm bearing. C. Fire -Rated Construction: Install gypsum board in strict compliance with requirements of assembly listing. D. Installation on Metal Framing: Use screws for attachment of gypsum board except face layer of non -rated double -layer assemblies, which may be installed by means of adhesive lamination. 3.05 INSTALLATION OF TRIM AND A. Control Joints: Place control joints consistent with lines of building spaces and as indicated. B. Corner Beads: Install at external corners, using longest practical lengths. 3.06 JOINT TREATMENT A. Paper Faced Gypsum Board: Use paper joint tape, bedded with ready -mixed vinyl -based joint compound and finished with ready -mixed vinyl -based joint compound. B. Finish gypsum board in accordance with levels defined in ASTM C840, as follows: 1. Level 4: Walls and ceilings to receive paint finish or wall coverings, unless otherwise indicated. 2. Level 1: Fire rated wall areas above finished ceilings, whether or not accessible in the completed construction. Rohrbach Associates PC GYPSUM BOARD ASSEMBLIES 092116-3 City of Iowa City City Hall MPOJC Renovation RAPC Project #1323.1 C. Tape, fill, and sand exposed joints, edges, and corners to produce smooth surface ready to receive finishes. 1. Feather coats of joint compound so that camber is maximum 1/32 inch. 3.07 TEXTURE FINISH A. Apply finish texture coating by means of spraying apparatus in accordance with manufacturer's instructions and to match approved sample. 3.08 TOLERANCES A. Maximum Variation of Finished Gypsum Board Surface from True Flatness: 1/8 inch in 10 feet in any direction. END OF SECTION FILE® Nov 0 6 Zola /oC'ty C/efk wa City, 10", Rohrbach Associates PC GYPSUM BOARD ASSEMBLIES 092116-4 City of Iowa City City Hall MPOJC Renovation SECTION 09 51 00 ACOUSTICAL CEILINGS PART1 GENERAL 1.01 SECTION INCLUDES A. Acoustical units. 1.02 REFERENCE STANDARDS RAPC Project #1323.1 A. ASTM C635/C635M - Standard Specification for the Manufacture, Performance, and Testing of Metal Suspension Systems for Acoustical Tile and Lay -in Panel Ceilings; 2013a. 1.03 ADMINISTRATIVE REQUIREMENTS A. Sequence work to ensure acoustical ceilings are not installed until building is enclosed, sufficient heat is provided, dust generating activities have terminated, and overhead work is completed, tested, and approved. B. Do not install acoustical units until after interior wet work is dry. 1.04 SUBMITTALS A. See Section 0130 00 -Administrative Requirements, for submittal procedures. B. Product Data: Provide data on suspension system components. PART2 PRODUCTS 2.01 MANUFACTURERS A. Acoustic Tiles/Panels: 1. Armstrong World Industries, Inc: www.armstrong.com/#sle. 2. Substitutions: See Section 0160 00 - Product Requirements. B. Suspension Systems: 1. Same as for acoustical units. 2. Substitutions: See Section 01 60 00 - Product Requirements. 2.02 ACOUSTICAL UNITS A. Acoustical Panels Type CA/ CB (CA for tiles only) : 1. Size: 24 by 24 inches. 2. Thickness: 3/4 inch. 3. Panel Edge: Beveled. 4. Surface Color: White. 5. Suspension System: Exposed grid. 6. Products: a. Armstrong, Ultima Beveled Tegular, 1982. b. Substitutions: See Section 0160 00 - Product Requirements. 2.03 SUSPENSION SYSTEM(S) FOLED Nov 08Y818 City Clerk Iowa City, Iowa A. Metal Suspension Systems - General: Complying with ASTM C635/C635M; die cut and interlocking components, with stabilizer bars, clips, splices, perimeter moldings, and hold down clips as required. B. Exposed Steel Suspension System: Formed steel, commercial quality cold rolled; heavy-duty. 1. Profile: Tee; 15/16 inch wide face. 2. Construction: Double web. 3. Finish: White painted. 4. Products: a. Armstrong, Prelude XL. b. Substitutions: See Section 01 60 00 - Product Requirements. Rohrbach Associates PC ACOUSTICAL CEILINGS 0951 00-1 City of Iowa City RAPC Project #1323.1 City Hall MPOJC Renovation 2.04 ACCESSORIES A. Support Channels and Hangers: Galvanized steel; size and type to suit application, seismic requirements, and ceiling system flatness requirement specified. B. Perimeter Moldings: Same material and finish as grid. 1. At Exposed Grid: Provide L-shaped molding for mounting at same elevation as face of grid. C. Touch-up Paint: Type and color to match acoustical and grid units. PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting work. B. Verify that layout of hangers will not interfere with other work. 3.02 INSTALLATION - SUSPENSION SYSTEM A. Rigidly secure system, including integral mechanical and electrical components, for maximum deflection of 1:360. B. Locate system on room axis according to reflected plan. C. Install after major above -ceiling work is complete. Coordinate the location of hangers with other work. D. Hang suspension system independent of walls, columns, ducts, pipes and conduit. Where carrying members are spliced, avoid visible displacement of face plane of adjacent members. E. Where ducts or other equipment prevent the regular spacing of hangers, reinforce the nearest affected hangers and related carrying channels to span the extra distance. F. Do not support components on main runners or cross runners if weight causes total dead load to exceed deflection capability. G. Support fixture loads using supplementary hangers located within 6 inches of each corner, or support components independently. H. Do not eccentrically load system or induce rotation of runners. Perimeter Molding: Install at intersection of ceiling and vertical surfaces and at junctions with other interruptions. 1. Use longest practical lengths. 2. Overlap and rivet corners. 3.03 INSTALLATION -ACOUSTICAL UNITS A. Install acoustical units in accordance with manufacturer's instructions. B. Fit acoustical units in place, free from damaged edges or other defects detrirFILED appearance and function. L E C. Fit border trim neatly against abutting surfaces. D. Install units after above -ceiling work is complete. NOV 0 6 1010 E. Install acoustical units level, in uniform plane, and free from twist, warp, and dents. F. Cutting Acoustical Units: CitY Clerk 1. Make field cut edges of same profile as factory edges. lowa City, Iowa 3.04 TOLERANCES A. Maximum Variation from Flat and Level Surface: 1/8 inch in 10 feet. B. Maximum Variation from Plumb of Grid Members Caused by Eccentric Loads: 2 degrees. END OF SECTION Rohrbach Associates PC ACOUSTICAL CEILINGS 095100-2 City of Iowa City City Hall MPOJC Renovation SECTION 09 65 00 RESILIENT FLOORING PART 1 GENERAL 1.01 SECTION INCLUDES A. Resilient base. 1.02 SUBMITTALS - NOT REQUIRED PART2 PRODUCTS 2.01 RESILIENT BASE RAPC Project #1323.1 A. Resilient Base: ASTM F1861, Type TS rubber, vulcanized thermoset; top set Style B, Cove. 1. Height: 4 inch. 2. Thickness: 0.125 inch. 3. Finish: Satin. 4. Length: Roll. 5. Color: 63 Burnt Umber. 6. Manufacturers: a. Johnsonite, a Tarkett Company: www.johnsonite.com. b. Substitutions: See Section 01 60 00 - Product Requirements. 2.02 ACCESSORIES A. Primers and Adhesives: Waterproof; types recommended by flooring manufacturer. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that surfaces are flat to tolerances acceptable to flooring manufacturer, free of cracks that might telegraph through flooring, clean, dry, and free of curing compounds, surface hardeners, and other chemicals that might interfere with bonding of flooring to substrate. B. Verify that wall surfaces are smooth and flat within the tolerances specified for that type of work, are dust -free, and are ready to receive resilient base. 3.02 INSTALLATION -GENERAL A. Starting installation constitutes acceptance of sub -floor conditions. FILED B. Install in accordance with manufacturer's written instructions. C. Spread only enough adhesive to permit installation of materials before initial set. D. Fit joints and butt seams tightly. Nov 0 B tote E. Set flooring in place, press with heavy roller to attain full adhesion. City Clerk F. Where type of floor finish, pattern, or color are different on opposite sides of d6DW&gM ,atfbWa flooring under centerline of door. G. Install edge strips at unprotected or exposed edges, where flooring terminates, and where indicated. H. Scribe flooring to walls, columns, cabinets, floor outlets, and other appurtenances to produce tight joints. 3.03 INSTALLATION - RESILIENT BASE A. Fit joints tightly and make vertical. Maintain minimum dimension of 18 inches between joints. B. Install base on solid backing. Bond tightly to wall and floor surfaces. C. Scribe and fit to door frames and other interruptions. 3.04 CLEANING A. Remove excess adhesive from floor, base, and wall surfaces without damage. Rohrbach Associates PC RESILIENT FLOORING 096500-1 City of Iowa City RAPC Project #1323.1 City Hall MPOJC Renovation B. Clean in accordance with manufacturer's written instructions. FILED NOV O 6 Zola City Clerk Iowa City, Iowa Rohrbach Associates PC RESILIENT FLOORING 096500-2 City of Iowa City City Hall MPOJC Renovation SECTION 09 68 13 TILE CARPETING PART1 GENERAL 1.01 SECTION INCLUDES A. Carpet tile, fully adhered. 1.02 SUBMITTALS RAPC Project #1323.1 A. See Section 0130 00 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data on specified products, describing physical and performance characteristics; sizes, patterns, colors available, and method of installation. C. Maintenance Materials: Furnish the following for City of Iowa City's use in maintenance of project. 1. See Section 0160 00 - Product Requirements, for additional provisions. 2. Extra Carpet Tiles: Quantity equal to 15 percent of total installed of each color and pattern installed. Minimum two (2) full boxes. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Mohawk Group. FILED B. Tile Carpeting: 1. Substitutions: Not permitted. NOV 0 6 2018 2.02 MATERIALS City Clerk A. Tile CarpetingType FC: Tufted, manufactured in one color dye lot Iowa City, Iowa 1. FB -1: Product: Bigelow, First One Up BT286/QB286, 7737 CSI. a. Location: General use. 2. Tile Size: 18 by 18 inch, nominal. 3. Pattem: Monolithic. 2.03 ACCESSORIES A. Sub -Floor Filler: White premix latex; type recommended by flooring material manufacturer. B. Stair Nosing: As specified in Section 09 65 00. C. Adhesives: Acceptable to carpet tile manufacturer, compatible with materials being adhered; maximum VOC of 50 g/L; CRI Green Label certified; in lieu of labeled product, independent test report showing compliance is acceptable. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that sub -floor surfaces are smooth and flat within tolerances specified for that type of work and are ready to receive carpet tile. B. Verify that wall surfaces are smooth and flat within the tolerances specified for that type of work, are dust -free, and are ready to receive carpet tile. C. Verify that sub -floor surfaces are dust -free and free of substances that could impair bonding of adhesive materials to sub -floor surfaces. 3.02 PREPARATION A. Prepare floor substrates as recommended by flooring and adhesive manufacturers. B. Remove sub -floor ridges and bumps. Fill minor or local low spots, cracks, joints, holes, and other defects with sub -floor filler. C. Apply, trowel, and float filler to achieve smooth, flat, hard surface. Prohibit traffic until filler is cured. D. Vacuum clean substrate. Rohrbach Associates PC TILE CARPETING 096813-1 City of Iowa City City Hall MPOJC Renovation 3.03 INSTALLATION RAPC Project #1323.1 A. Starting installation constitutes acceptance of sub -floor conditions. B. Install carpet tile in accordance with manufacturer's instructions. C. Blend carpet from different cartons to ensure minimal variation in color match. D. Cut carpet tile clean. Fit carpet tight to intersection with vertical surfaces without gaps. E. Lay carpet tile in square pattern, with pile direction parallel to next unit, set parallel to building lines. F. Locate change of color or pattern between rooms under door centerline. G. Fully adhere carpet file to substrate. H. Trim carpet tile neatly at walls and around interruptions. I. Complete installation of edge strips, concealing exposed edges. 3.04 INSTALLATION ON STAIRS A. Use one piece of carpet for each tread and the riser below. Apply seam adhesive to all cut edges. B. Lay carpet with pile direction in the length of the stair. C. Adhere carpet tight to stair treads and risers. D. Coordinate with installation of aluminum stair nosing. 3.05 CLEANING A. Remove excess adhesive without damage, from floor, base, and wall surfaces. B. Clean and vacuum carpet surfaces. END OF SECTION FILE® NOV 0 6 2010 City Clerk Iowa City, Iowa Rohrbach Associates PC TILE CARPETING 096813-2 City of Iowa City City Hall MPOJC Renovation SECTION 09 90 00 PAINTING AND COATING PART1 GENERAL 1.01 SECTION INCLUDES RAPC Project #1323.1 A. Surface preparation. B. Field application of paints, stains, varnishes, and other coatings. 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 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. ASTM D4442 - Standard Test Methods for Direct Moisture Content Measurement of Wood and Wood -Base Materials; 2007. 1.03 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Provide complete list of all products to be used, with the following information for each: 1. Manufacturer's name, product name and/or catalog number, and general product category (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 description of each system. C. Samples: Submit three paper "draw down" samples, 8-1/2 by 11 inches in size, illustrating range of colors available for each finishing product specified. 1. Where sheen is specified, submit samples in only that sheen. 1.04 FIELD CONDITIONS A. Do not apply materials when surface and ambient temperatures are outside the temperature ranges required by the paint product manufacturer. B. Follow manufacturer's recommended procedures for producing best results, including testing of substrates, moisture in substrates, and humidity and temperature limitations. C. Provide lighting level of 80 ft candles measured mid -height at substrate surface. FILED ' 1 CD PART PRODUCTS ` C 2.01 MANUFACTURERS NOY 0 6 2018 A. Provide all paint and coating products used in any individual system from the same manufacturer; no exceptions. CItY Clerk B. Substitutions: See Section 01 60 00 - Product Requirements. lova City, IOWa Rohrbach Associates PC PAINTING AND COATING 099000-1 City of Iowa City City Hall MPOJC Renovation 2.02 PAINTS AND COATINGS - GENERAL RAPC Project #1323.1 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. 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. 2.03 PAINT SYSTEMS - INTERIOR A. Paint I -OP - All Interior Surfaces Indicated to be Painted, Unless Otherwise Indicated: Including gypsum board, concrete masonry, brick, wood, plaster, uncoated steel, shop primed steel, and galvanized steel. 1. Two top coats and one coat primer. 2. Top Coat(s): Institutional Low Odor/VOC Interior Latex; MPI #143-148. 3. Flat: MPI gloss level 1; use this sheen for ceilings and other overhead surfaces. 4. Velvet: MPI gloss level 2; use this sheen at vertical locations. 5. Top Coat Product(s): a. Sherwin-Williams Harmony Interior Acrylic Latex. (MPI #44, 53, 54, 143, 144) 6. Primer(s): As recommended by manufacturer of top coats. FILED I L E D B. Paint WI -TR -VS - Wood, Transparent, Varnish, Stain: r- 1. Filler coat (for open grained wood only). 2. One coat of stain; Match Existing Finish. Nf]� O 6 rule 3. One coat sealer . 4. Satin: Two coats of varnish. City Clerk 2.04 ACCESSORY MATERIALS IOWA City, IOWA A. Accessory Materials: Provide all primers, sealers, cleaning agents, cleaning cloths, sanding materials, and clean-up materials required to achieve the finishes specified whether specifically indicated or not; commercial quality. B. Patching Material: Latex filler. C. Fastener Head Cover Material: Latex filler. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that surfaces are ready to receive work as instructed by the product manufacturer. B. Examine surfaces scheduled to be finished prior to commencement of work. Report any condition that may potentially affect proper application. C. Test shop -applied primer for compatibility with subsequent cover materials. Rohrbach Associates PC PAINTING AND COATING 099000-2 City of Iowa City RAPC Project #1323.1 City Hall MPOJC Renovation D. Measure moisture content of surfaces using an electronic moisture meter. �� lpinishes unless moisture content of surfaces are below the following maximums: 1. Gypsum Wallboard: 12 percent. ` 2. Plaster and Stucco: 12 percent. NOV 0 3. Masonry, Concrete, and Concrete Unit Masonry: 12 percent. B 1OjB 4. Interior Wood: 15 percent, measured in accordance with ASTM D 4 ;City Clerk 3.02 PREPARATION Wa Ci 10 A. Clean surfaces thoroughly and correct defects prior to coating application. Wa 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. F. Concrete and Unit Masonry Surfaces to be Painted: Remove dirt, loose mortar, scale, salt or alkali powder, and other foreign matter. Remove oil and grease with a solution of tri -sodium phosphate; rinse well and allow to dry. Remove stains caused by weathering of corroding metals with a solution of sodium metasilicate after thoroughly wetting with water. Allow to dry. G. Gypsum Board Surfaces to be Painted: Fill minor defects with filler compound. Spot prime defects after repair. H. Plaster Surfaces to be Painted: Fill hairline cracks, small holes, and imperfections with latex patching plaster. Make smooth and flush with adjacent surfaces. Wash and neutralize high alkali surfaces. I. Galvanized Surfaces to be Painted: Remove surface contamination and oils and wash with solvent. Apply coat of etching primer. J. Uncorroded Uncoated Steel and Iron Surfaces to be Painted: Remove grease, mill scale, weld splatter, dirt, and rust. Where heavy coatings of scale are evident, remove by hand or power tool wire brushing or sandblasting; clean by washing with solvent. Apply a treatment of phosphoric acid solution, ensuring weld joints, bolts, and nuts are similarly cleaned. Prime paint entire surface; spot prime after repairs. K. Shop -Primed Steel Surfaces to be Finish Painted: Sand and scrape to remove loose primer and rust. Feather edges to make touch-up patches inconspicuous. Clean surfaces with solvent. Prime bare steel surfaces. Re -prime entire shop -primed item. L. Interior Wood Surfaces to Receive Opaque Finish: Wipe off dust and grit prior to priming. Seal knots, pitch streaks, and sappy sections with sealer. Fill nail holes and cracks after primer has dried; sand between coats. Back prime concealed surfaces before installation. 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. Sand wood and metal surfaces lightly between coats to achieve required finish. E. Vacuum clean surfaces of loose particles. Use tack cloth to remove dust and particles just prior to applying next coat. F. Reinstall electrical cover plates, hardware, light fixture trim, escutcheons, and fittings removed prior to finishing. Rohrbach Associates PC PAINTING AND COATING 099000-3 City of Iowa City City Hall MPOJC Renovation RAPC Project #1323.1 3.04 CLEANING A. Collect waste material that could constitute a fire hazard, place in closed metal containers, and remove daily from site. 3.05 PROTECTION 3.06 SCHEDULE - PAINT SYSTEMS A. Concrete, Concrete Block, Brick Masonry: Finish all surfaces exposed to view. B. Gypsum Board: Finish all surfaces exposed to view. C. Wood: Finish all surfaces exposed to view. D. Wood Doors: WI -TR -VS. E. Steel Doors and Frames: Finish all surfaces exposed to view; MI -OP -3A, gloss. F. Steel Fabrications: Finish all surfaces exposed to view. G. Shop -Primed Metal Items: Finish all surfaces exposed to view. 3.07 SCHEDULE - COLORS A. A-1: SW 7028 Incredible White. END OF SECTION FILE® NOV 0 6 T018 CitY rk to aYIoCit , tOwa Rohrbach Associates PC PAINTING AND COATING 099000-4 FILE® NOV 0 6 1010 City Clerk Iowa City, Iowa DIVISION 21 FIRE SUPPRESSION Blank Page FILED NOY 0 6 YO18 City Clerk Iowa City, Iowa City of Iowa City City Hall MPOJC Renovation SECTION 21 00 10 FIRE SUPPRESSION GENERAL PROVISIONS RAPC #1323.1 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 fire suppression contract. This shall include, but not necessarily be limited to, the following: 1. Water Based Fire Suppression Systems 2. Demolition of Fire Suppression Systems B. The work shall include all materials, equipment and labor required for complete and properly functioning fire suppression systems. C. Drawings for fire suppression work are in part diagrammatic, intended to convey the scope of work and indicate general arrangement of equipment, piping and approximate sizes and locations of equipment and materials. D. Where job conditions require reasonable changes in indicated locations and arrangements, make such changes without additional cost to Owner. E. Because of the scale of the drawings, certain piping or items such as unions or fittings may not be shown, but where such items are required by other sections of the specifications, or where they are required by the nature of the work, they shall be furnished and installed. F. All elements of the construction shall be performed by workmen skilled in the particular craft involved, and regularly employed in that particular craft. G. All work shall be performed in a neat, workmanlike manner in keeping with the highest standards of the craft. 1.03 CODES AND STANDARDS A. All work shall be done in accordance with the applicable portion of the following codes and standards: 1. International Fire Suppression Code 2. Iowa State Plumbing Code FILE 3. International Building Code 4. National Electric Code (NEC) 5. National Fire Protection Association Standards (NFPA) NOV 0 6 2010 6. Local Utility Company Requirements 7. Local Codes, all trades Cily Clerk 8. Standards of ASME, ASHRAE, NEMA, IEEE, AGA, S itY, 9. Occupational Safety and Health Administration (OSHA) Y' 10. Underwriters Laboratories, Inc. (U.L.) 11. Iowa Administrative Codes 12. Americans With Disabilities Act (ADA) Rohrbach Associates PC FIRE SUPPRESSION GENERAL PROVISIONS 21 00 10-1 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 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. Secure all required permits and pay for all inspections, licenses and fees required in connection with the fire suppression work. Contractor shall post all bonds and obtain all licenses required by the State, City, County and Utility. 1.05 FIRE SUPPRESSION DRAWINGS A. The fire suppression drawings indicate in general the building arrangement only, Contractor shall examine all 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 for piping are intended to convey the scope of the work and to indicate the general arrangement and locations of piping and equipment. C. Contractor shall layout his own work and shall be responsible for determining the exact locations for equipment and rough -ins and the exact routing of piping so as to best fit the layout of the work. D. Contractor shall take his own field measurements for verifying locations and dimensions: scaling of the drawings will not be sufficient for laying out the work. E. Because of the scale of the drawings, certain basic items such as pipe fittings and valves may not be shown, but where such items are required by code or by other sections of the specifications, such items shall be furnished and installed. 1.06 ACTIVE SERVICES A. Contractor shall be responsible for verifying exact location of all existing services prior to beginning work in that area. B. Existing active services, i.e., water, gas, sewer, electric, when encountered, shall be protected against damage. Do not prevent or disturb operation of active services which are to remain. 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. FILE® NOV 0 6 loll Rohrbach Associates PC FIRE SUPF113+1$60WkGENERAL PROVISIONS Iowa City, Iowa 21 00 10-2 City H Iowa City FILED City Hall MPOJC Renovation RAPC #1323.1 1.07 SITE INSPECTION NOV 0 8 1018 City Cler A. Contractor shall inspect the site prior to s L CIer f work to familiarize himself with the conditions of the site which will affect his wo an vfy 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 the 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 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 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, 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 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 General Contractor for patching and refinishing of such areas which may be damaged in this respect. 1.09 OPENINGS, CUTTING AND PATCHING A. 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 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. Rohrbach Associates PC FIRE SUPPRESSION GENERAL PROVISIONS 210010-3 City of Iowa City FILED City Hall MPOJC Renovation RAPC #1323.1 B. Existing Structure: NOV 0 6 2618 1. Contractor shall provide cutting, lintels( ng, and patch painting in the existing structure, as required for the installaj&pj9fLh1and shall furnish lintels and supports as required for openings. 2. Cutting of structural support members will not be permitted without prior approval of the Design Professional. Extent of cutting shall be minimized; use core drills, power saws or other machines which will provide neat, minimum openings. 3. Patching shall match adjacent materials and surfaces and shall be performed by craftsmen skilled in the respective craft required. 1.10 EXCAVATING AND BACKFILLING A. Contractor shall do all excavating necessary for fire suppression work 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 and shall be carried to a crown approximately six (6) inches above 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, if excavated material is not suitable for backfill. 1.11 MATERIALS AND EQUIPMENT A. All materials and equipment shall be the standard product of a reputable U.S.A. manufacturer regularly engaged in the manufacture of the specified Item. Where two or more units are required of the same item, they shall be furnished by the same manufacturer except where specified otherwise. B. All material and equipment shall be installed in strict accordance with the manufacturer's recommendations. C. The equipment specifications cannot deal individually with any minute items such as parts, controls, devices, etc., which may be required to produce the equipment performance and function as specified, or as required to meet the equipment guarantees. Such items, when required, shall be furnished as part of the equipment, whether or not specifically called for. 1.12 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 FIRE SUPPRESSION GENERAL PROVISIONS 210010-4 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 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: Notes: I 1 L EI)1. Hydraulic calculations. 2. All certifications and test results required by NFPA. NOV 0 6 Y01B F. Design Professional will review shop drawings solely to assist contractor in'C&teCtIRO �terpreting the plans and specifications. �OIva City, Iowa G. Contract requirements cannot be changed by shop drawings which differ from contract drawings and specifications. 1.13 OPERATION AND MAINTENANCE MANUALS A. Operation and maintenance manuals shall be submitted to Design Professional in duplicate upon completion of the job. 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 FIRE SUPPRESSION 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: Equipment and system warranties and guarantees. Installation instructions. Operating instructions. Maintenance instructions. Spare parts identification and ordering list. Rohrbach Associates PC FIRE SUPPRESSION GENERAL PROVISIONS 210010-5 CERTIFICATE OTHER SPEC DETAIL PROD INSTALL O & M OF DEMON- (SEE SECTION EQUIPMENT DWGS DATA SAMPLES METHODS MANUAL STRATION NOTES 21 10 00 Water Based Fire X X X X 1,2 Suppression System Notes: I 1 L EI)1. Hydraulic calculations. 2. All certifications and test results required by NFPA. NOV 0 6 Y01B F. Design Professional will review shop drawings solely to assist contractor in'C&teCtIRO �terpreting the plans and specifications. �OIva City, Iowa G. Contract requirements cannot be changed by shop drawings which differ from contract drawings and specifications. 1.13 OPERATION AND MAINTENANCE MANUALS A. Operation and maintenance manuals shall be submitted to Design Professional in duplicate upon completion of the job. 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 FIRE SUPPRESSION 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: Equipment and system warranties and guarantees. Installation instructions. Operating instructions. Maintenance instructions. Spare parts identification and ordering list. Rohrbach Associates PC FIRE SUPPRESSION GENERAL PROVISIONS 210010-5 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 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 TRAINING AND DEMONSTRATIONS A. Prior to acceptance of the fire suppression 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. 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. 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. The following are minimum requirements for Owner instruction: Section Description Hours Presented By Others Present Remarks (Note 1) 21 10 00 Water Based Fire 1 Contractor Suppression System 1. Any unused hours shall be used at Owner's discretion during the first year of occupancy. D. Contractor shall submit to Design Professional a certificate, signed by Owner stating the date, time and persons instructed and that the instruction has been completed to the Owner's satisfaction. An example of a certificate form is as follows: FILED NOV 062018 City Clerk Iowa City, Iowa Rohrbach Associates PC FIRE SUPPRESSION GENERAL PROVISIONS 21 00 10-6 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 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: E. NAMES DATE HOURS Owner's representatives receiving instruction: Owner: Acknowledgement of demonstration: NAMES Contractor's Representative: Owner's Representative: DATE signature date signature date FeL,ED — NOVO 61018 IoCity Clerk �tY, Iowa HOURS Rohrbach Associates PC FIRE SUPPRESSION GENERAL PROVISIONS 210010-7 City of Iowa City City Hall MPOJC Renovation 1.15 SUBSTITUTIONS A. Refer to Divisions 00 and 01. RAPC #1323.1 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 A. In most cases, equipment specifications are based on a specific manufacturer's type, style, dimensional data, catalog number, etc. Listed with the base specification, either in the manual or on the plan schedules are acceptable manufacturers approved to bid products of equal quality. These manufacturers are encouraged to submit to Design Professional at least 8 days prior to the bid due date drawings and catalog numbers of products to be bid as equals. B. Manufacturers who do not submit prior to bidding, run the risk of having the product rejected at time of shop drawing submittal. Extra costs associated with replacing the rejected product shall be the responsibility of the contractor and/or the manufacturer. C. If Contractor chooses to use a manufacturer listed as an equal, it shall be his responsibility to assure that the manufacturer has complied with the requirements in '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 ornumber that are not specifically stated. These requirements shall also be met. LED 1.17 WARRANTY Oy fnI R A. Refer to Divisions 00 and 01 for information on warranties and correction Or WAUin the warranty period. Cjh' Clerk [nefYa r�� 1. If a warranty or warranty period are not defined in Division 00 or 1, 8"W"of all warranty periods shall be the date of Substantial Completion and the length of the warranty shall be for one year. a. If construction is phased with distinct and separate Substantial Completion dates for portions of the building and/or systems, separate warranties shall be provided for each of these phased areas and/or systems. b. The entire Fire Suppression system, including all sub -systems, shall be guaranteed against defect in materials and installation for the duration of the warranty period. Any malfunctions or defects which occur within the warranty period shall be promptly corrected without cost to the Owner. This guarantee shall not limit or void any manufacturer's express or implied warranty. B. Refer to other Division 21 sections for systems, equipment, or material requiring extended warranties beyond one year. C. The date of systems/equipment startup or equipment/material shipment to the site shall not be considered the notable date with relation to the warranty of that item. All systems, equipment, material, etc., shall have the same start date with respect to the warranty period. D. Systems, equipment or material put into use to facilitate construction activities (e.g. testing and balancing, commissioning, temporary conditioning, etc.) prior to the start of the warranty period shall not impact the length of the warranty in any way. Rohrbach Associates PC FIRE SUPPRESSION GENERAL PROVISIONS 210010-8 City of Iowa City City Hall MPOJC Renovation 1.18 COMPLETION C7_\IiI3RyIc?<il 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. 1.19 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. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 21 00 10 FILED NOV O 6 Zola City Clerk Iowa City, Iowa Rohrbach Associates PC FIRE SUPPRESSION GENERAL PROVISIONS 210010-9 City of Iowa City City Hall MPOJC Renovation FILE® NOV 0 6 1018 City Clerk Iowa City, Iowa RAPC #13211 Rohrbach Associates PC FIRE SUPPRESSION GENERAL PROVISIONS 21 00 10-10 City of Iowa City City Hall MPOJC Renovation SECTION 21 05 00 COMMON WORK RESULTS FOR FIRE SUPPRESSION RAPC #1323.1 PART 1 -GENERAL 1.01 GENERAL A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 21 00 10 - Fire Suppression 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. Demolition 6. Access Doors PART 2 -PRODUCTS IN771, I1114:1Fally FILE® NOV 0 6 P018 Iowa ry Clerk City, Iowa A. All materials removed shall be the property of the removing contractor and shall be removed from the site by him, unless otherwise specified. 2.02 SLEEVES A. Sleeves passing through non -load bearing walls and partitions shall be galvanized sheet steel with lock seam joints of minimum gauges as follows: 1. For pipes 2-1/2" and smaller - 24 gauge 2. For pipes 3" to 6" - 22 gauge 3. For pipes over 6" - 20 gauge B. Sleeves passing through load bearing walls, concrete beams, fireproof walls, foundations, footings and waterproof floors shall be Schedule 40 steel pipe or cast iron pipe. C. Sleeves are not required in masonry walls which are core drilled or walls of drywall construction, except where partition is a firestop, smokestop, or side of air plenum. D. Sleeves for insulated piping shall be of sufficient internal diameter to take pipe and insulation and to allow for free movement of pipe. Waterproof sleeves shall be of sufficient internal diameter to take pipe and waterproofing material. E. In finished areas where pipes are exposed, sleeves shall be terminated flush with wall, partitions and ceilings, and shall extend 1/2" above finished floors. Extend sleeves 1" above finished floors in areas likely to entrap water and fill space between sleeves and pipe with graphite packing and caulking compound. Rohrbach Associates PC COMMON WORK RESULTS FOR FIRE SUPPRESSION 21 0500-1 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 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). 2.03 ESCUTCHEONS A. Provide chrome plated escutcheons at each sleeved opening into finished spaces. Escutcheons shall fit around pipe; 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 with set screws or other approved devices. 2.04 FIRESTOPPING A. Piping and sleeves passing through all fire or smoke rated floors, roofs, walls, and partitions shall be provided with firestopping. Space between wall/floor, pipe, and sleeve, shall be sealed with UL Listed intumescent fire barrier material equivalent to rating of wall/floor. 2.05 ACCESS DOORS A. When Fire Suppression 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. 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 he flush, screwdriver operated with stainless sFr[ jUtu® PART 3 -EXECUTION 3.01 DEMOLITION A. General: NOV 0 6 2018 City Clerk IOWA Cite ilWIhe work to be 1. Demolition shall be accomplished by the proper tools and equip removed. Personnel shall be experienced and qualified in the type of work to be performed. 2. Contractor shall remove existing equipment and piping not necessary for additions or existing portions of building as indicated on drawings and/or specified herein. To include all abandoned equipment and piping back to point of origin. Demolition of equipment shall include removal of associated concrete equipment pad and/or support steel. Rohrbach Associates PC COMMON WORK RESULTS FOR FIRE SUPPRESSION 21 0500-2 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 Contractor shall be responsible for the cutting and capping of all existing services before any work is commenced by the General Contractor. Work by Others: Unless specifically noted under other contracts, Contractor shall assume all required work shall be performed by him. In general, the following will be performed by others: General Contractor will remove any floors, walls and ceilings, neatly patch, match, complete and finish all affected surfaces. Electrical Contractor will disconnect all electrical services and remove abandoned conduit back to point of origin. C. Existing Conditions: 1. If any piping serving existing fixtures or equipment which are to remain are disturbed by operations under this Contract, Contractor shall provide pipe and insulation required to reestablish continuity of such piping systems. 2. Contractor shall arrange for General Contractor to repair, patch and paint all construction, with material necessary to match surrounding material, which is necessary due to removal of equipment and piping. 3. Contractor shall furnish all required labor and material where required to extend new work to connect to similar work where new addition adjoins existing building and for extension of existing system. Connection shall be made in a suitable manner. D. Owner's Right of Salvage: The Owner may designate and have salvage rights to any material herein demolished by the Contractor. 3.02 SLEEVES A. Install sleeves for all piping passing through floors, roof, walls, concrete beams and foundations as required by this section. 3.03 ESCUTCHEONS A. Install escutcheons for all pipes entering finished spaces. 3.04 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. 3.05 ACCESS DOORS A. Install access doors per manufacturer's recommendations. END OF SECTION 21 05 00 FILE® NOV 0 6 2018 City Clerk Iowa City, Iowa Rohrbach Associates PC COMMON WORK RESULTS FOR FIRE SUPPRESSION 21 0500-3 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 FILED NOV 0 6 Zola City Clerk Iowa City, Iowa Rohrbach Associates PC COMMON WORK RESULTS FOR FIRE SUPPRESSION 210500-4 City of Iowa City City Hall MPOJC Renovation SECTION 21 05 53 IDENTIFICATION FOR FIRE SUPPRESSION PIPING AND EQUIPMENT RAPC #1323.1 PART 1 -GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 21 00 10 - Fire Suppression General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Extent of fire suppression identification work required by this section is indicated on drawings and/or specified in other Division -21 sections. B. Type of identification devices specified in this section include the following: 1. Painted identification materials FILED 2. Plastic pipe markers 3. Plastic tape NOV O 6 4. Valve tags 1018 aC.Identification hed as part of factory ted equipmentlO i part of the equipment sections Wa 1.03 QUALITY ASSURANCE A. ANSI Standards: Comply with ANSI A13.1 for lettering size, colors, and viewing angles of identification devices. 1.04 SUBMITTALS A. Schedules: Submit valve schedule for fire suppression system, typewritten and reproduced on 8-1/2" x 11" bond paper. Tabulate valve number, system or zone (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. PART 2 -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 -21 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 FIRE SUPPRESSION PIPING AND EQUIPMENT 210553-1 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 2. Stencil Paint: Standard exterior type stenciling enamel; black, except as otherwise indicated; either brushing grade or pressurized spray -can form and grade. 3. Identification Paint: Standard identification enamel of colors indicated, or, if not otherwise indicated for piping systems, comply with ANSI A13.1 for colors. C. Plastic Pipe Markers: 1. General: Provide manufacturer's standard pre-printed flexible or semi-rigid, permanent, color -coded, plastic -sheet pipe markers, complying with ANSI A13.1. 2. Small Pipes: For external diameters not greater than 6" (including insulation if any), 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. 4. Lettering: Manufacturer's standard pre-printed nomenclature which best describes piping system in each instance, as selected by Design Professional in cases of variance with names as shown or specified. 5. Arrows: Print each pipe marker with arrows indicating directif w, either integrally with piping system service lettering (to accommodate both dirl"To Dparate unit of plastic. D. Plastic Tape: NOV 0 6 Zola General: Manufacturer's standard color -coded pressure-sensi (O"hesive) vinyl tape, not less than 3 mils thick. 1OWa City a. Width: Provide 1-1/2" wide tape markers on pipes with outSi8elo 5ineters (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: 1. Brass Valve Tags: Provide polished brass valve tags with stamp -engraved piping system abbreviation in 1/4" high letters and sequenced valve numbers 7/16" high, and with 3/16" hole for fastener. Tag thickness 0.040 inches. a. Provide 2" diameter tags, except as otherwise indicated. b. Fill tag engraving with black enamel. 2. Plastic Valve Tags: Provide red heavy plastic tag with 7/16" white embossed sequenced numbers. 3. Valve Tag Fasteners: Manufacturer's standard solid brass chain (wire link or beaded type), or solid brass S -hooks or heat sealed braided copper wire of the sizes required for proper attachment of tags to valves, and manufactured specifically for that purpose. Rohrbach Associates PC IDENTIFICATION FOR FIRE SUPPRESSION PIPING AND EQUIPMENT 210553-2 City of Iowa City City Hall MPOJC Renovation F. Name Plates: RAPC #1323.1 1. 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 fire suppression identification work, with corresponding designations shown, specified or scheduled. Provide numbers, lettering and wording as indicated or, if not otherwise indicated, as recommended by manufacturers or as required for proper identification and operation/maintenance of fire suppression systems and equipment. Multiple Systems: Where multiple systems of specified, provide identification which indicates service (as examples; Fire Pump, Standpipe F12). PART 3 - EXECUTION 3.01 APPLICATION AND INSTALLATION same generic name are shown and individual system number as well as FILED MOV 0 6 2018 A. General Installation Requirements: City Clerk 1. Coordination: Where identification is to be applied to surfacesCw�iiclSt��q�lA�ainting 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. Piping System Identification: 1. General: Install pipe markers of one of the following types on all fire suppression piping, 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. 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. a. Near each valve and control device. b. Near locations where pipes pass through walls or floors/ceilings, or enter non -accessible enclosures. C. At access doors, manholes and similar access points which permit view of concealed piping. d. Near major equipment items and other points of origination and termination. e. Spaced intermediately at maximum spacing of 50' along each piping run, except reduce spacing to 25' in congested areas of piping and equipment. Rohrbach Associates PC IDENTIFICATION FOR FIRE SUPPRESSION PIPING AND EQUIPMENT 210553-3 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 On piping above removable acoustical ceilings. C. Valve Identification: General: Provide valve tag on every valve, cock and control device in fire suppression piping system; exclude check valves. List each tagged valve in valve schedule for each piping system. D. Equipment Identification: 1. General: Provide equipment identification for all equipment including fire pumps, fire pump controllers, zone control valves, and specialty system valves where applicable (i.e. dry valve or preaction system). 2. Labeling: All equipment shall be labeled as per construction document plan marks or as designated by Owner. 3. Provide identification by means of nameplates or stenciled painting as appropriate. a. For equipment with factory furnished casing, identification shall be by adhesive fixed name plates. b. Field insulated items, such as heat exchangers may be identified by plastic pipe markers or stenciled lettering. END OF SECTION 21 05 53 FILE® Nov 062019 City Clerk to City, Iowa Rohrbach Associates PC IDENTIFICATION FOR FIRE SUPPRESSION PIPING AND EQUIPMENT 210553-4 City of Iowa City City Hall MPOJC Renovation SECTION 21 10 00 WATER-BASED FIRE SUPRESSION SYSTEMS RAPC #1323.1 PART 1 -GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 21 00 10 - Fire Suppression General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Extent of fire suppression work is indicated on drawings and schedules, and by requirements of this section. B. Applications of fire suppression systems include the following: 1. Sprinkler systems. 2 Standpipe systems. 1.03 QUALITY ASSURANCE A. NFPA Code: Comply with ANSI/NFPA 13, "Installation of Sprinkler Systems", and ANSI/NFPA 24, "Private Fire Service Mains and Their Appurtences", where applicable. B. UL Labeling: Provide fire sprinkler piping products which have been approved and labeled by Underwriters Laboratories. C. Local Fire Marshal Regulations: Comply with governing regulations pertaining to fire sprinkler piping. D. All fire suppression work shall be performed by a qualified sprinkler contractor with at least three years experience that has obtained current certification in the State o Iowa under the Fire Extinguishing System Contractor Certification program. During the install��ninjnen>ptone person with at least three years sprinkler experience shall be present. �L �� �VVlI 1.04 SUBMITTALS NOV 0 6 2018 A. Product Data: Submit manufacturer's data for fire suppression systems, mate@@ MgKoducts. IOWA CIff�w B. Piping Shop Drawing and Hydraulic Calculations: The Contractor shall prepare a b set of detailed working drawings and hydraulic calculations showing all equipment, fire service lines, risers, piping and heads. These drawings and calculations shall be approved in writing or stamped approved by the authorities having jurisdiction. Contractor is responsible for any fees associated with the review and approval of the fire suppression layout drawings, product data and hydraulic calculations by the State Fire Marshal's office. Contractor is also responsible for completion of the required fire extinguishing system submittal form to the SFM. This form is available from the State at the following website: hftp://www.dps.state.ia.us/fm/building/forms.shtmi. C. Certificate of Installation: Submit certification upon completion of fire suppression piping work which indicates that work has been tested in accordance with ANSI/NFPA 13 and also that system is operational, complete and has no defects. Rohrbach Associates PC WATER BASED FIRE SUPPRESSION SYSTEMS 211000-1 City of Iowa City City Hall MPOJC Renovation PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Automatic Sprinklers RAPC #1323.1 Rohrbach Associates PC WATER BASED FIRE SUPPRESSION SYSTEMS 211000-2 1. Reliable Sprinkler Corporation. 2. Tyco. 3. Viking Corp. B. Gate Valves 1. NIBCO 2. Powell 3. Milwaukee 4. Watts C. Bronze Body Butterfly Valves 1. NIBCO 2. Milwaukee D. Butterfly and Swing Check Valves 1. Victaulic FILED 2. Gruvlok by Anvil International 3. Kennedy NOV 0 6 Y01a 4. Milwaukee 5. NIBCO City Clerk Iowa City, Iowa E. Ball Valves 1. Watts B-6000 Series 2. Milwaukee BA-100/BA-150 3. NIBCO T-580 Series 4. Apollo 77C Series F. Dry Type System (including valve, air pressure maintenance and low pressure horn device) 1. Viking Corp. 2. Reliable 3. Tyco G. Grooved Piping Systems 1. Gruvlok by Anvil International 2. Victaulic H. Water Flow Indicators, Outdoor Alarm Bells, and Supervisory Switches 1. Potter -Roemer / Potter Electric 2. System Sensor Rohrbach Associates PC WATER BASED FIRE SUPPRESSION SYSTEMS 211000-2 City of Iowa City City Hall MPOJC Renovation 2.02 FIRE SUPPRESSION SPECIALTIES RAPC #1323.1 A. General: Provide fire suppression specialties, UL listed, in accordance with the following listing. Provide sizes and types which mate and match piping and equipment connections. 1. Water Flow Indicators: Provide vane type water flow detectors. 2. Supervisory Switches: Provide products recommended by manufacturer for use in service indicated. 3. Low Air Pressure Horn: Provide low air pressure horn as indicated. 4. Air Pressure Maintenance Device, Dry -Pipe System: Provide air pressure maintenance device for dry -pipe standpipe piping as recommended by the manufacturer. 5. Automatic Sprinklers: a. Provide automatic sprinklers of type indicated on drawings, and in accordance With the following listing. Provide liquid bulb, ordinary temperature, except where intermediate or high temperature rated sprinklers are required per NFPA 13 or as indicated on the plans. 1) Upright 2) Concealed Pendent with Flat Cover Plate 3) Pendant 4) Standard Dry -Type Pendent 5) Standard Dry -Type Upright 6) Dry -Type Concealed Pendent with Flat Cover Plate b. Finish: Painted white for concealed pendent, cast brass for upright pendent, chrome for recessed pendent or provide finish as indicated on the plans. 2.03 VALVES A. Butterfly - 1/4" to 2" Milwaukee Butterball B82 Series B. Ball - 2" to 3" Victaulic Series 727 C. Butterfly - 4" to 8" Victaulic Series 705 (Normally Open Valves) or Series 707C (Normally Closed Valves) D. Gate - 2-1/2" and larger, iron body O.S.&Y., Powell Fig. 1797 �� ED E. Check - 2-1/2" to 3", Central Model 90, 4" to 8" Victaulic Series 717 NOV 0 6 ?018 2.04 DRY PIPE SYSTEM �O itYClerk City, /OW A. Furnish and install where shown on plans a dry type system complete with a dry valve and pneumatic supervision of the automatic sprinkler system. Supervisory pressure must be relieved from the sprinkler system before the dry valve will open to fill the system with water. B. The dry valve shall be the quick opening, differential type flood valve with a rolling diaphragm clapper. The valve shall be held closed by system water pressure trapped in the priming chamber so that the outlet chamber and system piping remain dry. When the releasing system operates, pressure is released from the priming chamber and the clapper opens to allow water to flow into the system piping. The valve shall be equal to a Viking Model F-1 and, as a minimum, shall have the following features: 1. Field replaceable diaphragms and rubber seated clapper assembly. 2. Shall be designed to be self resetting without opening the valve. 3. Shall be approved for use with pneumatic and/or electric release systems. Rohrbach Associates PC WATER BASED FIRE SUPPRESSION SYSTEMS 211000-3 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 C. The dry pipe system shall be furnished complete with the following (as a minimum): 1. Dry valve. 2. Dry valve conventional trim. a. Priming valve (normally open). b. Strainer. C. Spring loaded check valve. d. Alarm test valve (normally closed). e. Auxiliary drain valve (normally closed). f. Drip check valve. g. Drain check valve. h. Alarm shut-off valve (normally open). I. Pressure operated relief valve (P.O.R.V). j. Emergency release. k. Priming pressure water gauge and valve. I. Water supply pressure gauge and valve. M. Drain cup. n. Flow test valve (normally closed). 3. Water flow alarm equipment. a. Alarm pressure switch with two sets of independently adjustable contacts. b. Water motor alarm (strainer required). C. Strainer. d. Electric alarm bell. 4. Riser. a. Water supply control valve. b. Check valve. 5. Supervisory air supply. a. System pressure gauge and valve. b. Check valve. C. Air pressure supervisory switch with two sets of independently adjustable contacts. 6. Air supply. ' a. Air compressor (3/4 Hp). LIFO b. Refrigerated Air Dryer. 7. Accelerators. Nay a. Provide accelerators as dictated by system volume and N Q �3�818 2.05 PIPE MATERIALS low t ry Clerk Iowa city, to lva Material Service A. Black steel pipe, Wet systems. Schedule 40 ASTM A795 B. Galvanized Steel Pipe Dry and preaction systems. Schedule 40 ASTM A795. C. Flexible sprinkler head connectors are not allowed. 2.06 PIPE FITTINGS A. Steel Pipe: 1. Threaded pipe (2" dia and smaller): Malleable or Ductile iron fittings, 150 pound standard flat band water pattern. 2. Welded pipe (2 1/2" dia and larger): Standard radius weld fittings and weld neck or slip- on flanges, same material and strength as pipe. Rohrbach Associates PC WATER BASED FIRE SUPPRESSION SYSTEMS 211000-4 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 3. Mechanical grooved and roll -groove steel piping system and fittings: may be used as approved by code for black steel, stainless steel and galvanized steel. All components shall be by one manufacturer. System installation shall be in accordance with the manufacturer's recommendations. 2.07 JOINTS A. Steel Pipe: 1. Threaded pipe (2" dia and smaller): Make joints using Teflon tape applied to male threads only. Cut pipe square, cut threads clean, remove burrs and ream ends to full size of bore. 2. Welded pipe (2 1/2" dia and larger): Welding shall conform to welding section of ANSI - B31.3 "Code for Power Piping." 3. Mechanical grooved and roll -groove pipe couplings: Grooved couplings may be used as approved by code for black steel and galvanized steel piping. Gasket type to be used shall be appropriate for intended service. All components shall be by one manufacturer. System installation shall be in accordance with the manufacturer's recommendations. 2.08 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. For steel pipe use black or galvanized malleable iron unions, to conform to pipe with ground joint. Cast iron flanged unions gasket type. For threaded brass pipe, use bronze ground joint unions with octagon ends. C. Install unions in the following locations so that a minimum amount of pipe need be disassembled: 1. Long runs, at intervals of feet. FILED 2. In by-pass around equipment, valves, and controls. 3. In connections to equipment. 4. Where indicated on drawings. NOV 0 6 2018 PART 3 - EXECUTION toaCit,ty rk Y, ' 3.01 GENERAL Iowa A. Contractor shall familiarize himself with the general construction, plumbing, heating, ventilating, and electrical work and to use the information to avoid conflicts in space allocation with the other trades. Do not place pipes over electrical equipment. B. In the case of an interference occurring during construction, Contractor shall rework and reinstall piping and equipment in order to make space available for another contractor's equipment without additional cost to the Owner. C. Contractor shall work closely with the ceiling system installers and install sprinkler head drops before ceiling tiles are installed, and return to job after or during ceiling tile installation for installation of sprinkler heads. D. Heads shall be located in center of ceiling tiles or as directed by Design Professional. 3.02 FIRE SUPRESSION SPECIALTIES A. General: Install fire suppression specialties as indicated, and in accordance with ANSI/NFPA 13. Rohrbach Associates PC WATER BASED FIRE SUPPRESSION SYSTEMS 21 1000-5 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 B. Provide wire guards for all exposed sprinkler heads installed in gymnasiums, below ductwork in mechanical rooms, in electrical rooms, in telecommunication rooms, and locations where heads are susceptible to mechanical damage (e.g. within seven feet of floor level). 3.03 VALVES A. Install valves as indicated on the drawings and as specified herein. Install sectional valves in inlet piping at bottom of each riser and in loops as indicated. Locate valves for easy access and operation. Do not locate valves with stems below horizontal. Mount supervisory switches on each sectional valve. B. 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 T-0" above floor. C. Check valves shall not be installed in vertical runs of piping unless they are specifically designed for vertical operation. D. Normally Open (N.O.) or Normally Closed (N.C.) valves shall be provided as required for intended system operation. For all supervised valves, the off -normal signal shall be initiated during the first two revolutions of the hand wheel or during one-fifth of the travel distance of the valve control apparatus from its normal position. 3.04 PIPING A. General: Comply with requirements of ANSI/NFPA 13 for installation of fire sprinkler piping products where indicated, in accordance with manufacturer's written instructions, and in accordance with recognized industry practices to ensure that fire sprinkler piping complies with requirements and serves intended purposes. 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 mechanical items. Locate groups of pipes parallel to each other; space at a distance 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. Install drain piping at low points of fire sprinkler piping. D. Install valved hose connections of sizes indicated, or 3/4" size if not otherwise indicated, on sprinkler at ends of branch lines and cross mains at locations where indicated. E. Install air vents at high points of sprinkler piping. F. Hangers and supports: Comply with NFPA for hanger materials 1. Install standpipe system piping according to NFPA 14. 2. Install sprinkler system piping according to NFPA 13. FILE® 110V 0 6 2018 Iowai City, rk Io Iowa Rohrbach Associates PC WATER BASED FIRE SUPPRESSION SYSTEMS 211000-6 City of Iowa City City Hall MPOJC Renovation 3.05 ADJUST AND CLEAN RAPC #1323.1 A. Sprinkler Piping Flushing: Prior to connecting sprinkler risers for flushing, flush water feed mains, lead-in connections and control portions of sprinkler piping. After fire sprinkler piping installation has been completed and before piping is placed in service, flush entire sprinkler system, as required to remove foreign substances, under pressure as specified in ANSI/NFPA 13. Continue flushing until water is clear, and check to ensure that debris has not clogged sprinklers. 3.06 FIELD QUALITY CONTROL A. Hydrostatic Testing: After flushing system, test fire sprinkler piping hydrostatically, for period of 2 hours, at not less than 200 psi or at 50 psi in excess of maximum static pressure when maximum static pressure is in excess of 150 psi. Check system for leakage of joints. Measure hydrostatic pressure at low point of each system or zone being tested. B. Dry -Pipe Testing: Test dry -pipe hydrostatically except, in freezing conditions, test with air at pressures not less than 50 psi, for period of 2 hours. Check system for leakage. Leave differential dry -valve clappers open during test, to prevent damage. C. Repair or replace piping system as required to eliminate leakage in accordance with ANSI/NFPA standards for "little or no leakage", and retest as specified to demonstrate compliance. 3.07 EXTRA STOCK A. General: For each style and temperature range required, furnish additional sprinkler heads, amounting to 1 unit for every 100 installed units, but not less than 3 units of each. END OF SECTION 21 10 00 FILED NOV 0 61018 City Clerk Iowa City, Iowa Rohrbach Associates PC WATER BASED FIRE SUPPRESSION SYSTEMS 211000-7 City of Iowa City City Hall MPOJC Renovation F1 "V 0 61018 City Clerk to City. Iowa RAPC #1323.1 Rohrbach Associates PC WATER BASED FIRE SUPPRESSION SYSTEMS 211000-8 FILED NOY 0 6 ?018 a tY Clerk Iow City, Iowa DIVISION 23 HEATING VENTILATING AND AIR CONDITIONING Blank Page FILA NOV 0 61018 City Clerk Iowa City, Iowa City of Iowa City City Hall MPOJC Renovation SECTION 23 00 10 HVAC GENERAL PROVISIONS PART 1- GENERAL 1.01 GENERAL RAPC #1323.1 A. Refer to Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements, which all apply to work under this section. 1.02 DESCRIPTION OF WORK A. This section applies to all work under the HVAC contract. This shall include, but not necessarily be limited to, the following: 1. Piping Insulation FILED 2. Ductwork for Air Distribution 3. Grilles, Registers, Diffusers and Dampers 4. Thermostats and Control Wiring NOV 0 6 2010 5. Insulation of Ducts and Plenums 6. Terminal Heating and Cooling Units City Clerk 7. Hydronic Piping 10Wa City, Iowa 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. E. Because of the scale of the drawings, certain piping or items such as unions or fittings may not be shown, but where such items are required by other sections of the specifications, or where they are required by the nature of the work, they shall be furnished and installed. F. All elements of the construction shall be performed by workmen skilled in the particular craft involved, and regularly employed in that particular craft. G. All work shall be performed in a neat, workmanlike manner in keeping with the highest standards of the craft. 1.03 CODES AND STANDARDS A. All work shall be done in accordance with the applicable portion of the following codes and standards: 1. International Mechanical Code 2. Iowa State 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 Rohrbach Associates PC HVAC GENERAL PROVISIONS 230010-1 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 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) 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 FILED A. Secure all required permits and pay for all inspections, licenses and feetYneconnection with the HVAC work. Contractor shall post all bonds and obtain all licenses requireaby the State, City, County and Utility. City Clerk 1.05 HVAC DRAWINGS Iowa City, Iowa 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 specifications, such items shall be furnished and installed. 1.06 ACTIVE SERVICES A. Contractor shall be responsible for verifying exact location of all existing services prior to beginning work in that area. B. Existing active services, i.e., water, gas, sewer, electric, when encountered, shall be protected against damage. Do not prevent or disturb operation of active services which are to remain. 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. Rohrbach Associates PC HVAC GENERAL PROVISIONS 230010-2 City of Iowa City City Hall MPOJC Renovation FILED RAPC #1323.1 1.07 SITE INSPECTION NOV 0 6 Zola City I A. Contractor shall inspect the site prior to submitting bid for Imb rize himself with the conditions of the site which will affect his work and shall verify pol ction with utilities, routing of outside piping to include required clearances from any existing structures, trees or other obstacles. B. Extra payment will not be allowed for changes in the work required because of Contractor's failure to make this inspection. 1.08 COORDINATION AND COOPERATION A. It shall be Contractor's responsibility to schedule and coordinate his work with the schedule of the General Contractor so as to progress the work expeditiously, and to avoid unnecessary delays. B. Contractor shall fully examine the drawings and specifications for other trades and shall coordinate the installation of his work with the work of the other contractors. Contractor shall consult and cooperate with the other contractors for determining space requirements and for determining that adequate clearance is allowed with respect to his equipment, other equipment and the building. Design Professional reserves the right to determine space priority of the contractors in the event of interference between piping, conduit, ducts and equipment of the various contractors. C. Drawings and specifications are intended to be complimentary. Any work shown in either of them, whether in the other or not, shall be executed according to the true intent and meaning thereof, the same as if set forth in all. Conflicts between the drawings and the specifications or between the requirements set forth for the various contractors shall be called to the attention of Design Professional. If clarification is not asked for prior to the taking of bids, it will be assumed that none is required and that Contractor is in agreement with the drawings and specifications as issued. If clarification is required after the contract is awarded, such clarification will be made by Design Professional and his decision will be final. 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. 1.09 OPENINGS, CUTTING AND PATCHING 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 walVfloor. 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. Rohrbach Associates PC HVAC GENERAL PROVISIONS 230010-3 City of Iowa City City Hall MPOJC Renovation ' L E EYC #1323.1 B. Existing Structure: NOV 0 6 2019 1. Contractor shall provide cutting, lintels and patching, and pQ&y OAevg in the existing structure, as required for the installation of his work, and 40wdumv ��I�s and supports as required for openings. 2. Cutting of structural support members will not be permitted without prior approval of the Design Professional. Extent of cutting shall be minimized; use core drills, power saws or other machines which will provide neat, minimum openings. 3. Patching shall match adjacent materials and surfaces and shall be performed by craftsmen skilled in the respective craft required. 1.10 EXCAVATING AND BACKFILLING A. Contractor shall do all excavating necessary for 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 and shall be carried to a crown approximately six (6) inches above 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, if excavated material is not suitable for backfill. 1.11 MATERIALS AND EQUIPMENT A. All materials and equipment shall be the standard product of a reputable U.S.A. manufacturer regularly engaged in the manufacture of the specified item. Where two or more units are required of the same item, they shall be furnished by the same manufacturer except where specified otherwise. B. All material and equipment shall be installed in strict accordance with the manufacturer's recommendations. C. The equipment specifications cannot deal individually with any minute items such as parts, controls, devices, etc., which may be required to produce the equipment performance and function as specified, or as required to meet the equipment guarantees. Such items, when required, shall be furnished as part of the equipment, whether or not specifically called for. 1.12 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. 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. Rohrbach Associates PC HVAC GENERAL PROVISIONS 230010-4 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 D. After award of contract, Contractor shall provide a completed submittal schedule including dates that the submittals will be to Design Professional for review. E. Submit required information on the following items: SPEC SECTION EQUIPMENT DETAIL DWGS PROD DATA SAMPLES INSTALL METHODS O & M MANUAL CERTIFICATE OF DEMON- STRATION OTHER (SEE NOTES 23 05 23 General Duty Valves for HVAC Piping X 23 05 53 HVAC Identification X 23 05 93 Testing, Adjusting and Balancing for HVAC 1 23 07 00 HVAC Insulation X 23 09 00 Building Automation System X X X X 2321 13 Hydronic Piping: Air Vents X X Press &Temp Test Station X Venturi Flow Measure X X 2331 13 Metal Ducts X X 1 23 33 00 Air Duct Accessories X X 23 36 00 JAir Terminal Units X X 23 37 13 1 Diffusers, Registers and Grilles X NOTES: 1. Submit test reports as described in specification section. 2. Submit borehole log and record drawings. 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. FILED I � � D 1.13 OPERATION AND MAINTENANCE MANUALS A. Operation and maintenance manuals shall be submitted to Design PrJXsjopalliin duplicate upon completion of the job. Refer to Division 01 specifications for additional M�rrff�� B. Submit manuals in duplicate upon completion of the job. Manuals shW1ltje3&%uVtd in a three ring hard -backed binder. Front cover and spine of each binder shall haig%la pj"JWSttering done: OPERATION AND MAINTENANCE MANUAL FOR HVAC SYSTEMS (PROJECT NAME) (LOCATION) (DATE) SUBMITTED BY (NAME AND ADDRESS OF CONTRACTOR) Rohrbach Associates PC HVAC GENERAL PROVISIONS 230010-5 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 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 I Pressure H dronic Piping 150 psi water B. All systems shall be tested by Contractor and placed in proper working order prior to demonstrating systems to Owner. Contractor shall submit a report to Design Professional citing dates, times, pressures, and results of all tests performed. 1.15 TRAINING AND DEMONSTRATIONS A. Prior to acceptance of the 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. D 2. Prepare the instruction format for a minimum of four Owner Repres EX ED Equipment training for Owner: NOV 0 6 1018 1. Manufacturer's representatives shall provide instruction on eactci"fe�iece of equipment. Contractor shall provide instruction on all other equipm 2 2. Training sessions shall use the printed installation, operation and main engAN6 Wdction 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 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. Rohrbach Associates PC HVAC GENERAL PROVISIONS 230010-6 City of Iowa City City Hall MPOJC Renovation C. System training for Owner: HVAC and Temperature Controls Contractors shall jointly training. These sessions shall include: 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. D. The following are minimum requirements for Owner instruction: RAPC #1323.1 conduct system operating Section Description Hours Presented By Others Present Remarks (Note 1) 230010 HVAC System 2 Mach. Contractor Note 2 (Excluding Equipment) T.C. Contractor 232113 Hydronic Piping - Water 1 Manufacturers Representative Contractor Treatment 230900 Temperature Control 1 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: FILE® NOV 0 6 1018 City Clerk Iowa City, Iowa Rohrbach Associates PC HVAC GENERAL PROVISIONS 230010-7 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 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 HOURS 1 LED Nov 0 6 Y818 Acknowledgement of demonstration: City Clerk E. Contractor's Representative: Iowa City, IOW, signature date Owner's Representative: signature date Rohrbach Associates PC HVAC GENERAL PROVISIONS 230010-8 City of Iowa City City Hall MPOJC Renovation 1.16 SUBSTITUTIONS A. Refer to Divisions 00 and 01. RAPC #1323.1 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 WARRANTY A. Refer to Divisions 00 and 01 for information on warranties and correCtioXEDthe warranty period. (NOV 013 411 tart If a warranty or warranty period are not defined in Division 00 or 01, then t�n�Start of all warranty periods shall be the date of Substantial Completion 9Qkyhg1*gth of the warranty shall be for one year. Iowa QV a. If construction is phased with distinct and separate Substantial 89tr(0Mn dates for portions of the building and/or systems, separate warranties shall be provided for each of these phased areas and/or systems. b. The entire HVAC system, including all sub -systems, shall be guaranteed against defect in materials and installation for the duration of the warranty period. Any malfunctions or defects which occur within the warranty period shall be promptly corrected without cost to the Owner. This guarantee shall not limit or void any manufacturer's express or implied warranty. B. Refer to other Division 23 sections for systems, equipment, or material requiring extended warranties beyond one year. C. The date of systems/equipment startup or equipment/material shipment to the site shall not be considered the notable date with relation to the warranty of that item. All systems, equipment, material, etc., shall have the same start date with respect to the warranty period. Rohrbach Associates PC HVAC GENERAL PROVISIONS 230010-9 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 D. Systems, equipment or material put into use to facilitate construction activities (e.g. testing and balancing, commissioning, temporary conditioning, etc.) prior to the start of the warranty period shall not impact the length of the warranty in any way. 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. 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 anoclef ad. 1.21 ELECTRICAL WORK NOV 0 6 2018 A. Electrical work and equipment provided by HVAC Contractor shall include Chhdio012ft9": Iowa Cit r low 1. Starters and disconnects for motors of HVAC equipment, but only ere ssecifically 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 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. Rohrbach Associates PC HVAC GENERAL PROVISIONS 23 00 10-10 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 F. Refer to Division 23 Controls section for control system wiring. Control wiring shall be done in accordance with the requirements of Division 26. 1.22 ELECTRICAL WORK 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 FILED MW 0 6 Zola a City Clerk Iow City, Iowa Rohrbach Associates PC HVAC GENERAL PROVISIONS 230010- 11 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 FILED N9V 0 6 2018 City Clerk Iowa City, Iowa Rohrbach Associates PC HVAC GENERAL PROVISIONS 23 00 10-12 City of Iowa City City Hall MPOJC Renovation SECTION 23 05 00 COMMON WORK RESULTS FOR HVAC PART1- GENERAL 1.01 GENERAL RAPC #1323.1 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. Demolition 2. Sleeves 3. Escutcheons 4. Fire Stopping FILED 5. Guards 6. Wall Access Doors 7. Equipment Pads MSV 0 6 Zola PART 2 - PRODUCTS City Clerk 2.01 DEMOLITION MATERIALS IOWA City, IOWA A. All materials removed shall be the property of the removing contractor and shall be removed from the site by him, unless otherwise specified. 2.02 SLEEVES A. Sleeves passing through non -load bearing walls and partitions shall be galvanized sheet steel with lock seam joints of minimum gauges as follows: 1. For pipes 2-1/2" and smaller - 24 gauge 2. For pipes 3" to 6" - 22 gauge 3. For pipes over 6" - 20 gauge B. Sleeves passing through load bearing walls, concrete beams, fireproof walls, foundations, footings and waterproof floors shall be Schedule 40 steel pipe or cast iron pipe. C. Sleeves are not required in masonry walls which are core drilled or walls of drywall construction, except where partition is a firestop, smokestop, or side of air plenum. D. Sleeves for insulated piping shall be of sufficient internal diameter to take pipe and insulation and to allow for free movement of pipe. Waterproof sleeves shall be of sufficient internal diameter to take pipe and waterproofing material. E. In finished areas where pipes are exposed, sleeves shall be terminated flush with wall, partitions and ceilings, and shall extend 1/2" above finished floors. Extend sleeves 1" above finished floors in areas likely to entrap water and fill space between sleeves and pipe with graphite packing and caulking compound. Rohrbach Associates PC COMMON WORK RESULTS FOR HVAC 230500-1 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 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. 2.03 ESCUTCHEONS A. Provide chrome plated escutcheons at each sleeved opening into finished spaces. Escutcheons shall fit around insulation or around pipe when not insulated; outside diameter shall cover sleeve. Where sleeve extends above finished floor, escutcheon shall be high cap type and shall clear sleeve extension. Secure escutcheons or plates to sleeve but not to insulation with set screws or other approved devices. 2.04 FIRESTOPPING 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 &aiUng of wall/floor. �L 2.05 WALL ACCESS DOORS M 0 6 Zola A. When HVAC Contractor provides any equipment requiring periodic se h will be concealed by non -accessible architectural construction, HVAC Contrace a flush access door. The access door shall be equal to a Karp DSC -214M Unive�abor 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 Door and trim shall be 13 gauge steel, frames shall be 16 gauge steel. Trim shall be of one piece construction. Finish shall be prime coat of rust inhibitive baked grey enamel. Hinges shall be concealed, offset, floating hinge. Locks shall be flush, screwdriver operated with stainless steel cam -and -studs. 3.01 DEMOLITION A. General: Demolition shall be accomplished by the proper tools and equipment for the work to be removed. Personnel shall be experienced and qualified in the type of work to be performed. Rohrbach Associates PC COMMON WORK RESULTS FOR HVAC 230500-2 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 2. Contractor shall remove existing equipment and piping not necessary for additions or existing portions of building as indicated on drawings and/or specified herein. To include all abandoned equipment and piping back to point of origin. Demolition of equipment shall include removal associated concrete equipment pad and/or support steel. 3. Contractor shall be responsible for the cutting and capping of all existing services before any work is commenced by the General Contractor. B. Work by Others: Unless specifically noted under other contracts, Contractor shall assume all required work shall be performed by him. In general, the following will be performed by others: 1. General Contractor will remove any floors, walls and ceilings, neatly patch, match, complete and finish all affected surfaces. 2. Electrical Contractor will disconnect all electrical services and remove abandoned conduit back to point of origin. C. Existing Conditions: 1. If any piping serving existing fixtures or equipment which are to remain are disturbed by operations under this Contract, Contractor shall provide pipe and insulation required to reestablish continuity of such piping systems. 2. Contractor shall arrange for General Contractor to repair, patch and paint all construction, with material necessary to match surrounding material, which is necessary due to removal of equipment and piping. 3. Contractor shall furnish all required labor and material where required to extend new work to connect to similar work where new addition adjoins existing building and for extension of existing system. Connection shall be made in a suitable manner. D. Owner's Right of Salvage: The Owner may designate and have salvage rights to any material herein demolished by the Contractor. 3.02 SLEEVES FILE A. Install sleeves for all piping passing through floors, roof, walls, concrete t;p�trts �rtd�'foundations as required by this section. �7Y V Z 3.03 ESCUTCHEONS City Clerk Iowa City, Iowa A. Install escutcheons for all pipes entering finished spaces. 3.04 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. 3.05 ACCESS DOORS A. Install access doors per manufacturer's recommendations. 3.06 CONCRETE EQUIPMENT PADS A. Provide equipment housekeeping pads for all floor mounted equipment. Anchor equipment to concrete equipment pads according to equipment manufacturer's recommendations. 1. Construct concrete bases of dimensions indicated or as required to be 4 inches larger in both directions than supported unit. Pads to be a minimum of 4" in height unless noted otherwise. Rohrbach Associates PC COMMON WORK RESULTS FOR HVAC 230500-3 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 2. Install dowel rods to connect concrete base to concrete floor. Unless otherwise indicated, install dowel rods on 18 -inch centers around the full perimeter of the base. 3. Install epoxy -coated anchor bolts for supported equipment that extend through concrete base, and anchor into structural concrete floor. 4. Place and secure anchorage devices. Use supported equipment manufacturer's setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 5. Install anchor bolts according to manufacturer's recommendations and to elevations required for proper attachment to supported equipment. 6. Use 3000 -psi compressive strength concrete with #3 rebar 12" O.C. END OF SECTION 23 05 00 FILE® Nov 0 6 zoo City Clerk Iowa City, Iowa Rohrbach Associates PC COMMON WORK RESULTS FOR HVAC 230500-4 City of Iowa City City Hall MPOJC Renovation SECTION 23 05 23 GENERAL DUTY VALVES FOR HVAC PIPING RAPC #1323.1 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 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. PART 2- PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Gate Valves, Globe Valves 1. NIBCO 2. Powell 3. Milwaukee 4. Watts 5. Apollo Valves B. Check Valves 1. NIBCO 2. Watts 3. Milwaukee 4. Apollo 5. Metraflex C. Lugged Body Butterfly Valves 1. NIBCO 2. ABZ 3. Milwaukee 4. Watts 5. Apollo Valves D. Grooved Body Butterfly and Grooved Swing Check Valves 1. Victaulic 2. Milwaukee 3. NIBCO FILED 119110 6 2010 City Clerk Iowa City, Iowa Rohrbach Associates PC GENERAL DUTY VALVES FOR HVAC PIPING 230523-1 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 E. Ball Valves 1. Watts LFB-6080/6081 2. Milwaukee BA-40OS/BA450S 3. NIBCO T/S 585-70-66 4. Apollo 77C-140/240 F. All valves of same type shall be of the same manufacturer unless otherwise specified in this section or on the drawings. G. Model numbers in valve schedule based on NIBCO, unless noted otherwise. 2.02 VALVE CONSTRUCTION A. 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. B. Globe valves shall have renewable composition discs as recommended by manufacturer for intended service, or renewable bevel seats and metal discs. Valves on steam service 4" and larger shall have 1/2" (minimum) bypass valve and piping. C. Check Valves: Horizontal swing type with bronze seat and composition of bronze disc as approved; body of same material, pressure rating, screwed or flanged and finish as adjoining globe or gate valve. Check valves 2" and larger installed at outlet of pumps shall be spring loaded silent type. D. Ball Valves 2-1/2" and smaller: Full port, bronze two-piece with stainless steel ball, teflon seats and stuffing box ring, vinyl insulated lever handle. p� E. Butterfly Valves 2-1/2" and larger: ASTM A536 ductile iron body wit alu hz disc, EPDM or BUNA N seat, 416 stainless steel stem with gear box operator and �xtende_,,naeff 2.03 VALVE SCHEDULE NOV 0 6 ?D1g A. Furnish valves as per the following schedule: City Clerk _... _ Service Valve 0wa Cooling/heating water, pressures up Ball - 2-1/2" and smaller, Apollo 77C to 200 psi, temperatures from 40 Butterfly - 2-1/2" and larger, LD2000-3/5 deg. F to 250 deg. F. Swing Check - 2" and smaller, 413B 2-1/2" and larger, F918 Silent Check — 2" and larger, Temp < 180 deg. F -910-W, W -910-W, Or W -920-W Temp > 180 deg. F-91 0-13, W-91 0-13 Steam, condensate and boiler feed, Gate - 2" and smaller, T-134 up to 125 psi and below 450 deg. F. 2-1/2" and larger, F-6170 (150# Class) Check - 3" and smaller, T-433 4" and larger, Fig. 559, F-918 Globe - 2" and smaller, Fig. 2600, T -235-Y 2-1/2" and larger, Fig. 241 F -718-B Steam, condensate and boiler feed, Gate - 2" and smaller, T-174 up to 250 psi (300# Class) Gate - 2-1/2" and larger, Powell 3003 Check - 2" and smaller, T-473 Check — 2-1/2" and larger, Powell 3061 Globe - 2" and smaller, T-275 Globe - 2-1/2" and larger, Powell 3031 Rohrbach Associates PC GENERAL DUTY VALVES FOR HVAC PIPING 230523-2 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 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. C. Grooved Piping System: At Contractor's option, if mechanical grooved piping system is utilized, the butterfly valves for HVAC applications may be Victaulic Series VIC-300 and swing check valves for HVAC applications may be Victaulic Series 712 swing check valves, except in pump discharge. Check valves in pump discharge shall be as specified previously. 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 Valves shall not be installed in vertical sections of steam pipe. 3.05 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 manufacturers installation instructions. END OF SECTION 23 05 23 FILE® k9V 0 61010 erk Iowa City,ty I Iowa Rohrbach Associates PC GENERAL DUTY VALVES FOR HVAC PIPING 230523-3 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 FILED NOV 06Zola City Clerk Iowa City, Iowa Rohrbach Associates PC GENERAL DUTY VALVES FOR HVAC PIPING 230523-4 City of Iowa City City Hall MPOJC Renovation SECTION 23 05 29 HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT RAPC #1323.1 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 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. FILED 4. Building Attachments. C 5. Saddles and Shields. 6. Miscellaneous Materials. N9V 0 6 ZUIa 7. Anchors. City Clerk 1.03 QUALITY ASSURANCE 1OWa City, Iowa A. Code Compliance: Comply with applicable plumbing and mechanical codes pertaining to product materials and installation of supports, anchors and seals. B. UL and FM Compliance: Provide products which are Underwriters Laboratories listed and Factory Mutual approved. C. ANSI Compliance: All supports and parts shall conform to the latest requirements of the ANSI Code for Pressure Piping B31.1.0 except as supplemented or modified by the requirements of this specification. PART 2. PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with requirements, acceptable manufacturers are as follows, with catalog numbers based on Grinnell: 1. Anvil International 2. B -Line 3. Elcen 4. Unistrut Building Systems 5. Grinnell B. Pipe support systems shall secure pipes in place, prevent pipe vibration, provide vertical adjustment for maintaining required grades, and provide for expansion and contraction. Rohrbach Associates PC HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT 230529-1 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 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. D. Wherever possible, pipe attachments for horizontal piping shall be pipe clamps. E. Wherever possible, structural attachments shall be beam clamps. F. All rigid hangers shall provide a means of vertical adjustment after erection. G. Hanger rods shall be subject to tensile loading only. At hanger locations where lateral or axial movement is anticipated, suitable linkage shall be provided to permit swing. H. Where horizontal piping movements are greater than 1/2 inch, or where the hanger rod angularity from the vertical is greater than 4 degrees from the cold to hot position of the pipe, the hanger pipe and structural attachments shall be offset in such manner that the rod is vertical in the hot position. I. Hangers shall be designed so that they cannot become disengaged by movements of the 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 FILED 3.01 INSTALLATION - HORIZONTAL PIPE SUPPORT MIV 0 6 1019 A. Steel and copper pipe shall be supported at a maximum spar)0�'. e'ei4 all pipe sizes, with hanger rods sized accordingly for total supported weight. For 1 `if ed tube, maximum spacing shall be 8 feet. B. Plastic pipe (PVC, CPVC, polyethylene, etc.) shall be supported at a maximum span of 4 feet for all pipe sizes, with hanger rods sized accordingly for total supported weight. C. In addition to the above specified spacings, install additional hangers at change in pipe direction and at concentrated loads, large valves, strainers, etc. D. 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. E. 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. F. Exterior refrigerant piping shall be supported with steel angle or steel channel strut supports as detailed on the drawings. 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. Rohrbach Associates PC HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT 230529-2 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 H. Where pipes are to be supported from floor, use unistrut pipe stand with post base. Unformed concrete will not be permitted. 3.02 INSTALLATION - VERTICAL PIPE SUPPORTS A. Support vertical steel and copper pipe at every other floor line. B. 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. C. Where pipe sleeves extend above floor, place pipe clamps at ceiling bel'd_support clamp extensions from inserts or other approved attachment. F LL E® 3.03 PIPE ATTACHMENTS NOY 0 llp s A. For horizontal steel pipe, use adjustable carbon steel clevis, Fig. 260, for pipes up to City Cie� B. For horizontal copper pipe and tube, use copper plated adjustable carbon Iqjs�, .rOWa T-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 A. Hanger rods: use carbon steel single or double end threaded, Figs. 140 and 253 as required. Continuous threaded rod, Fig. 146, may be used wherever possible. Contractor may at his option cut and thread rod on the job site. B. Chain, wire or perforated strap hangers will not be permitted. One pipe shall not be suspended from another pipe. C. Hangers shall be supported from appropriate structural members. In no case shall hangers be supported from ductwork, cable trays, piping, or other equipment. Existing hangers and supports shall not be used as supports for new hangers unless specifically designed as such, or additional loadings have been confirmed to be acceptable for existing supports. 3.05 STRUCTURAL ATTACHMENTS A. For attaching steel or copper plated hanger rods to reinforced concrete; use black carbon steel concrete inserts, Fig. 285 for loads up to 400 lbs., Fig. 281 for loads up to 1200 lbs. or suitable drilled inserts equal to Ramset/Red Head - Trubolt wedge anchor, RamseURed 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 HVAC PIPING AND EQUIPMENT 230529-3 City of Iowa City City Hall MPOJC Renovation 3.06 PIPE AND DUCT COVERING PROTECTION RAPC #1323.1 A. Hangers and supports for insulated cold piping and ductwork shall not injure or pierce insulation. Provide insulation protection shields or saddles for piping, Fig. 160, 161, 162, 163, 164, 165, 165A, 166A, or 167 in conjunction with hanger or roll device. END OF SECTION 23 05 29 Nov 0 6 Zola Iowa Clerk city, Iowa Rohrbach Associates PC HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT 230529-4 City of Iowa City City Hall MPOJC Renovation 61xH91:+1:i*1111- .Yr1 IDENTIFICATION FOR HVAC PIPING, DUCTWORK AND EQUIPMENT PART1- GENERAL 1.01 RELATED WORK RAPC #1323.1 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 identification work required by this section is indicated on drawings and/or specified in other Division -23 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 C. Identification furnished as part of factory fabricated equipment, is specified as part of the equipment assembly in other Division -23 sections. 1.03 QUALITY ASSURANCE A. ANSI Standards: Comply with ANSI A13.1 for lettering size, colors, and viewing angles of identification devices. 1.04 SUBMITTALS A. Schedules: Submit valve schedule for each piping system, formatted in an Excel spreadsheet with a digital copy provided to the Owner along with a printed copy on 8-1/2" x 11" paper. Tabulate valve number, piping system, system abbreviation (as shown on tag), location of valve (room or space), and variations for identification (if any). Mark valves which are intended for emergency shut-off and similar special uses, by special "flags", in margin of schedule. In addition, furnish extra copies for Maintenance Manuals. B. Labeling Nomenclature: Submit list indicating system types with appropriate nomenclature to be provided on the pipe labels. Where possible, match to system labels on drawings. PART 2 - PRODUCTS FI L 2.01 IDENTIFICATION MATERIALS Fq �� A. General: Provide manufacturer's standard products of categories and typessreq r or each application as referenced in other Division -23 sections. Where more thaER9le type is specified for an application, selection is Installer's option, but provide siopitj for each product category. Y, owa Painted Identification Materials: 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 HVAC PIPING, DUCTWORK AND EQUIPMENT 230553-1 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 2. Stencil Paint: Standard exterior type stenciling enamel; black, except as otherwise indicated; either brushing grade or pressurized spray -can form and grade. 3. Identification Paint: Standard identification enamel of colors indicated, or, if not otherwise indicated for piping systems, comply with ANSI A13.1 for colors. C. Plastic Pipe Markers: 1. General: Provide manufacturer's standard pre-printed flexible or semi-rigid, permanent, color -coded, plastic -sheet pipe markers, complying with ANSI A13.1. 2. Small Pipes: For external diameters not greater than 6" (including insulation if any), 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. 4. Lettering: Manufacturer's standard pre-printed nomenclature which best describes piping system in each instance, as selected by Design Professional in cases of variance with names as shown or specified. 5. Arrows: Print each pipe marker with arrows indicating direction of flcjt�r ir� with piping system service lettering (to accommodate both directions , or unit of plastic. D. Plastic Tape: RN062!119 City Clerk General: Manufacturer's standard color -coded pressure-sensitivelQ*"d , *9)a 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: 1. Brass Valve Tags: Provide polished brass valve tags with stamp -engraved piping system abbreviation in 1/4" high letters and sequenced valve numbers 7/16" high, and with 3/16" hole for fastener. Tag thickness 0.040 inches. a. Provide 2" diameter tags, except as otherwise indicated. b. Fill tag engraving with black enamel. 2. Plastic Valve Tags: Provide red heavy plastic tag with 7/16" white embossed sequenced numbers. 3. Valve Tag Fasteners: Manufacturer's standard solid brass chain (wire link or beaded type), or solid brass S -hooks or heat sealed braided copper wire of the sizes required for proper attachment of tags to valves, and manufactured specifically for that purpose. Rohrbach Associates PC IDENTIFICATION FOR HVAC PIPING, DUCTWORK AND EQUIPMENT 230553-2 City of Iowa City City Hall MPOJC Renovation F. Name Plates: RAPC #1323.1 1. 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 HVAC identification work, with corresponding designations shown, specked or scheduled. Provide numbers, lettering and wording as indicated or, if not otherwise indicated, as recommended by manufacturers or as required for proper identification and operation/maintenance of HVAC systems and equipment. Multiple Systems: Where multiple systems of same generic name are shown and specified, provide identification which indicates individual system number as well as service (as examples; Boiler No. 3, Air Supply No. 1 H, Standpipe F12). PART 3 - EXECUTION 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. Ductwork Identification: 1. Access Doors: 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 sale gg�edurl information. F11A C. Piping System Identification: NIS O E ?018 1. General: Install pipe markers of one of the following types on each s)CWMdicated to receive identification, and include arrows to show normal direction oyjpyy �rkk a. Stenciled markers, including color -coded background ban 66�� contrasting lettering of black or white. Extend color band or rectangle 2" beyond ends of lettering. 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 markers such that lettering is visible from floor. a. Near each valve and control device. Rohrbach Associates PC IDENTIFICATION FOR HVAC PIPING, DUCTWORK AND EQUIPMENT 230553-3 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 b. Near each branch, excluding short take -offs for fixtures and terminal units; mark each pipe at branch, where there could be question of flow pattern. C. Near locations where pipes pass through walls or floors/ceilings, or enter non -accessible enclosures. d. 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, and shut-off valves at terminal devices 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 air handling units, terminal units, fans, pumps, boilers, heaters, control panels, heat exchangers, condensing units, and chillers. 2. Labeling: All equipment shall be labeled as per construction document plan marks or as designated by Owner. 3. Provide identification by means of nameplates or stenciled painting as appropriate. a. For equipment with factory furnished casing, identification shall be by adhesive fixed name plates. b. Field insulated items, such as heat exchangers may be identified by plastic pipe markers or stenciled lettering. END OF SECTION 23 05 53 FIL.ED NOV 0 6 2018 City Clerk Iowa City, Iowa Rohrbach Associates PC IDENTIFICATION FOR HVAC PIPING, DUCTWORK AND EQUIPMENT 230553-4 City of Iowa City City Hall MPOJC Renovation SECTION 23 05 93 TESTING, ADJUSTING AND BALANCING FOR HVAC PART1- GENERAL RAPC #1323.1 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. 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 and hydronic distribution systems, domestic water circulation and associated equipment and apparatus of mechanical work. The work consists of setting speed and volume (including pulley changes as required), adjustments of system components, recording data, conducting tests, preparing and submitting reports, and recommending modifications to work as required by contract documents. Entering, navigating the Building Automation System in order to adjusting 'K factors' and related items is also required. B. Component types of testing, adjusting and balancing specified in this section includes the following as applied to HVAC equipment: 1. Air Systems: a. Air Handling Units FILED b. Ductwork Systems C. Diffusers and Grilles 2. Water Systems: nV 0 6 Zola a. Coils b. HVAC Piping Systems City Clerk Iowa C I C. The Heating and Air Conditioning Contractor shall provide a complete an� Ldp&*Rg HVAC system and shall cooperate with the balancing agency by: 1. Installing balancing dampers as required by the Drawings and Specifications and requested by the Testing and Balancing Contractor. 2. Putting complete system into operation during duration of balancing period. 3. Providing up-to-date set of Drawings and advising immediately of any changes made to the system during construction. 4. Providing labor and equipment and cost of performing corrections, such as dampers, belts, etc., as required without undue delay. 5. Providing complete submittal information for all HVAC equipment, complete with pertinent engineering information. 1.03 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). Rohrbach Associates PC TESTING, ADJUSTING AND BALANCING FOR HVAC 230593-1 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 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 or SMACNA. 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 FILED (515)987-2825 3. Integrity Testing and Balancing k?V 0 6 mg Madrid, Iowa (515) 250-6055 CitY Clerk Iowa City, jow,3 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. B. The test -and -balance report shall be complete with logs, data, and records as required herein. All logs, data, and records shall be typed on white bond paper and bound. The report shall be certified accurate and complete by the balancing agency's certified test -and -balance engineer. C. Three (3) copies of the test -and -balance report are required and shall be submitted to Design Professional. D. The report shall contain the required data in a format selected by Balancing Contractor. Rohrbach Associates PC TESTING, ADJUSTING AND BALANCING FOR HVAC 230593-2 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 E. Report shall include the following information: (For all references to "design", specific information from shop drawings shall be incorporated.) 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) 2. Air Terminal Unit Data: a. Identification/number and location b. Manufacturer and model C. Size d. Minimum static pressure, design and actual e. Maximum air flows, design and actual f. Minimum air flow, design and actual 3. Room Air Distribution Test Sheet: a. Air terminal number b. Room number/location C. Terminal type and size d. Area factor e. Velocity, design and actual f. Air flow, design and actual g. Percent of design air flow 4. Terminal Unit Heating and Cooling Coil Data FILE® a. Identification/number b. Manufacturer and model MDV 0 C. Entering and leaving DB temperature, design and actual g ?818 d. Entering and leaving water temperature, design and actual Water flow, design CrtY Clerk e. and actual Iowa city, f. Differential pressure across balancing valves. joWa PART 2- PRODUCTS 2.01 PATCHING MATERIALS A. Except as otherwise indicated, use same products as used by original Installer for patching holes in insulation, ductwork and housings which have been cut or drilled for test purposes, including access for test instruments, attaching jibs, and similar purposes. At Tester's 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 Rohrbach Associates PC TESTING, ADJUSTING AND BALANCING FOR HVAC 230593-3 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 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. 6. Correct fan rotation. 7. Volume dampers are in place and open. 8. Coil fins have been cleaned and combed. 9. Access doors are closed and duct end caps are in place. FILED 10. Air outlets are installed and connected. 11. Duct system leakage has been minimized. 12. Hydronic systems have been flushed, filled, and vented. 13. Correct pump rotation. NOV 0 6 Y01a 14. Proper strainer baskets are clean and in place. 15. Service and balance valves are open. City Clerk Iowa City, low 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. I. The test and balance agency shall perform the following tests and balance the air system in accordance with the following requirements (provide written substantiating data): 1. Test, adjust and record all blower RPM at design requirements. 2. Make pitot tube transverse of main supply ducts and obtain design CFM at all fans and blowers. 3. Test and record all system static pressures, suction and discharge. 4. Test and adjust all systems for design CFM of recirculated air. 5. Test and adjust all systems for design CFM of outside air. 6. Test and record entering and leaving air temperatures (DB and WB); all air units. 7. Adjust all zones to proper design CFM, supply and return. 8. Test and adjust each diffuser, grille and register within 10% design requirements. 9. In reading and tests of diffusers, grilles and registers, include design velocity and final velocity, when required, and design CFM and final CFM after adjustments. Rohrbach Associates PC TESTING, ADJUSTING AND BALANCING FOR HVAC 230593-4 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 10. Balance variable volume systems at maximum air flow rate, full cooling, and at minimum air flow rate, full heating. 11. In cooperation with the control manufacturer's representative, set adjustments of all controllers to operate as specified, indicated and/or noted. 12. 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: Oto -10% b) Exhaust and return air: 0 to +10% C. Minimum outside air: 0 to +10% 13. Coordinate locations of volume dampers with the mechanical contractor as required to balance the entire system. J. The test and balance agency shall perform the following tests and balance the water system in accordance with the following requirements (provide written substantiating data)}.,I 1. Before setting pump capacities, check the following items: ifs E® a. Automatic fill valve setting and strainer b. Expansion tank level NOV 0 6 Zola C. Cleanliness of system water d. Make certain all pump strainers are clean City Clerk e. Check air vents at coils and high points of system IOWA Ci 2. Measure circulating pump capacities by differential pressure measurements, rnpevAe and brake horsepower method using the pump manufacturer's capacity curve. Position all automatic valves, hand valves and balancing cocks for full flow through coils, convertors, etc. during pump adjustment. Use only calibrated test gauges for pump adjustment; the use of pressure gauges installed with the system will not be allowed. Adjust triple duty valve as required to provide minimum differential pressure required for most remote automatic flow control valve. 3. Use calibrated Venturi tubes, orifices, or other metered fittings and pressure gauges to determine flow rates for system balance. Where flow metering devices are not installed, base flow balance on temperature difference across various heat transfer elements in the system. 4. Balance system with automatic control valves fully open to heat transfer elements. For coils with 3 -way control valves, set bypass balancing cock to provide total flow when control valve is in 100% bypass position equal to total flow when control valve is 100% open to coil. 5. Determine minimum differential pressure setpoint required to maintain flow at all water coils. Coordinate final setting with Temperature Control Contractor. 6. Coordinate the setting of controls to maintain coil water inlet design temperatures, with coil valves positioned for full flow through coil during adjustment. Balance individual water coils at full flow to maintain temperature differential specified. 7. Mark settings of all balancing cocks at required positions. Do not use service or shut-off valves for balancing unless indexed for balance point. For automatic flow control valves: Record differential pressure and verify within operating range of valve. 8. Flow Rate Tolerances: a. Two -pipe system pumps and coils: -10% to +10% 9. Up to 10% of automatic flow control cartridges can be replaced by the mechanical contractor if required to achieve the specified pressure or flow. Coordinate with the mechanical contractor as required. Rohrbach Associates PC TESTING, ADJUSTING AND BALANCING FOR HVAC 230593-5 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 K. Where balancer has a question regarding appropriate system configuration for balancing, balancer should contact Design Professional for clarification. END OF SECTION 23 05 93 FILE® NOV 0 6 1018 City Clerk Iowa City, Iowa Rohrbach Associates PC TESTING, ADJUSTING AND BALANCING FOR HVAC 230593-6 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 SECTION 23 07 00 FILED HVAC INSULATION PART 1 -GENERAL NOV 0 6 2018 1.01 RELATED WORK City Clerk Iowa City, Iowa 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 insulation to all hot and cold surfaces of piping, ductwork, tanks, fittings and other surfaces as required by the drawings and this section. B. Insulation shall include insulating materials, jackets, adhesive, mastic coatings, tie wire and other materials as required to complete the insulating work. 1.03 DEFINITIONS A. Conditioned Space: an area inside the building which is heated and/or cooled. B. Tempered Space: an area inside the building which is not directly heated or cooled, but is adjacent to a heated or cooled space with no insulation separating the two spaces (e.g., ceiling plenums). C. Untempered Space: an area inside the building which is not conditioned and is not tempered (e.g., attic spaces). D. Exterior: An area outside the building (e.g., roof mounted items). 1.04 QUALITY ASSURANCE A. NFPA Compliance: Insulating materials, jackets, mastics, etc., shall meet flame spread and smoke developed ratings in accordance with NFPA-90A. Flame spread rating of not more than 25, smoke developed rating of not more than 50 as tested by ANSI/ASTM E84 (UL 723) (NFPA 255) method. All accessory items such as PVC jacketing and fittings, adhesive, mastic, cement tape and cloth shall have the same component ratings as specified above. B. Installation of insulation materials shall be in accordance to the latest edition of MICA/NIAC National Commercial & Industrial Standards for the appropriate material application. C. NFPA Compliance: Fire Barrier Duct Wrap systems shall meet requirements of NFPA 96 for grease duct application. 1.05 SUBMITTALS A. Product Data: Submit manufacturer's specifications and installation instructions for each type of HVAC insulation. Submit schedule showing manufacturer's product number, thickness, and furnished accessories for each HVAC system requiring insulation. Rohrbach Associates PC HVAC INSULATION 230700-1 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 B. Certifications: Submit certifications or other data as necessary to show compliance with these specifications and governing regulations. Include proof of compliance for test of products for fire rating, corrosiveness, and compressive strength. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver insulation, coverings, cements, adhesives, and coatings to site in containers with manufacturer's stamp or label, affixed showing fire hazard ratings of products. Protect insulation against dirt, water, and chemical and HVAC damage. Do not install damaged insulation; remove from project site. IZ\3i'iMILZ&71111�y 2.01 ACCEPTABLE MANUFACTURERS A. Insulating Materials FILE® 1. Owens/Coming Fiberglass Corp. NIV 0 6 2018 2. Armacell. 3. Pittsburgh Coming Corp. City Clerk 4. CertainTeed Corp. Iowa City, Iowa 5. Knauf Fiber Glass 6. John's -Manville Corp. 7. Aeroflex 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 greater than 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. 2. Where insulation is exposed in indoor occupied space and within 8 feet of finished floor, it shall be covered with 30 mil PVC jacket equal to Johns Manville Zeston. 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. Exposed outdoor insulation to be finished with two coats of ArmacellArmaflex WB Finish protective coating. 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. 2. Where insulation is exposed in indoor occupied space and within 8 feet of finished floor, it shall be covered with 30 mil PVC jacket equal to Johns Manville Zeston. Rohrbach Associates PC HVAC INSULATION 230700-2 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 C. Type 'C': Preformed rigid hydrous calcium silicate insulation. Mechanically fastened by wiring in place using 16 gauge wire on 9" centers and covered with suitable jacketing for indoor or outdoor application. Suitable for operating temperatures +200 to +1200 deg. F. Thermal conductivity shall be no greater than 0.42 Btu-in/hr-sq.ft.-deg F @ 200 deg. F mean temperature. Equal to Owens -Coming Kaylo asbestos -free pipe insulation. D. Type 'D': Preformed rigid cellular glass insulation with factory applied self sealing jacket. Suitable for operating temperatures -200 to +900 deg. F. Thermal conductivity shall be no greater than 0.29 Btu-in/hr-sq.ft.-deg F @ 75 deg. F mean temperature. Equal to Pittsburgh Corning Foamglas with Pittwrap SS Jacketing. E. Type 'E': Preformed sectional heavy density fiberglass insulation, absorbent hydrophilic wicking - cloth, and factory applied vapor barrier, all service jacket with evaporation holes aligned with inner wicking fabric and pressure sensitive self-sealing longitudinal laps and butt strips. Suitable for operating temperatures from 35 to +350 deg. F. Thermal conductivity shall be no greater than 0.23 Btu-in/hr-sq.ft.-deg F @ 75 deg. F mean temperature. Waryp�or ce of .02 perms. Equal to Knauf Fiber Glass PermaWick. I L 2.03 FITTING INSULATION MBV 0 6018 A. Type 'Al': Fittings: Insulate with mitered segments of same insulating materia as for adjacent pipe covering, or with pre -molded fiberglass wired in place and covered3V @kffflvice jacket or low smoke PVC fitting covers. Valve bodies, strainer bodies, flanges] I� h single or multiple layers of same insulating material as for adjacent pipe covering, Lire7�iri place and covered with all -service jacket. 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. 2. Where insulation is exposed in indoor occupied space, it shall be covered with 30 mil PVC jacket equal to Johns Manville Zeston. B. Type 'B1': Fittings: Insulate fittings, valve bodies, strainer bodies, etc., with mitercut pipe insulation or sheet insulation of same material as pipe covering. C. Type 'Cl': Fittings: Insulate fittings with mitered segments of pipe insulation of same material as pipe covering, wired in place and finished with a 1/4" layer of insulating cement. Valve bodies, strainer bodies, flanges, etc.: insulate with single or multiple layers of same insulating material as pipe covering, wired in place and finished with 1/4" layer of insulating cement. D. Type 'D1': Fittings: Insulate fittings with mitered segments of pipe insulation of same material as pipe covering, wired in place and covered with suitable jacketing for indoor or outdoor application. Valve bodies, strainer bodies, flanges, etc.: insulate with single or multiple layers of the same insulating material as pipe covering, wired in place, and covered with suitable jacketing for indoor or outdoor application. E. Type 'E1': Fittings: Insulate with mitered segments of same insulating material as for adjacent pipe covering, or with pre -molded fiberglass wired in place and covered. Wrap all fittings with PermaWick absorbent fabric and cover with appropriate all -service jacket or Proto PermaWick PVC jackets with factory punched evaporation holes. Valve bodies, strainer bodies, flanges, etc.: insulate with single or multiple layers of same insulating material as for adjacent pipe covering, wired in place and covered with all -service jacket. Wrap all fittings with PermaWick absorbent fabric and cover with appropriate all surface jacket or Proto PermaWick PVC jackets with factory punched evaporation holes. Rohrbach Associates PC HVAC INSULATION 230700-3 City of Iowa City City Hall MPOJC Renovation 2.04 EQUIPMENT INSULATION A. Type 'G': RAPC #1323.1 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. 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. Type 'H': 1. Rigid hydrous calcium silicate insulation. Suitable for operating temperatures of +200 to +1200 deg. F. Equal to Owens -Coming Kaylo asbestos free block insulation. 2. Cut or miter insulation where necessary to fit the shape and contour of the equipment. Insulation shall be held in place with 3/4" x 0.015" thick galvanized steel bands 18" on center. � 3. Insulation shall be finished with 1/2" thickness of insulating cement, patC D C. Type T: "C MOV 0 6 1018 1. Flexible elastomeric insulation. Suitable for operating temperatures of 40 to +220 deg. F. Equal to Armacell Armaflex II Sheet Insulation. City Clerk 2. Cut insulation where necessary to fit the shape and contour of the 4QUATr@j(y 1"tion shall be installed using Armstrong 520 Adhesive. 3. Exposed outdoor insulation shall be finished with two coats of Armacell Armaflex finish. 2.05 DUCT INSULATION A. Duct Covering: Johns Manville Microlite Standard or equivalent firberglass duct wrap with factory applied Foil Scrim Kraft (FSK) vapor barrier jacket, 1.0 pound per cubic foot density. B. Rigid Duct Covering: Johns Manville or equivalent semi-rigid fiberglass insulation board with a factory applied Foil Scrim Kraft (FSK) vapor barrier jacket, three (3) pound per cubic foot density. Exterior rigid duct insulation to be covered with VentureClad 1577CW multilayered, self-adhesive jacketing system. PART 3 - EXECUTION 3.01 GENERAL A. Use only experienced applicators regularly engaged in the trade. Rough work will be rejected. Application details shall be in accordance with the insulating materials supplier's recommendations except where a higher standard is specified. All surface finishes shall be extended in such a manner as to protect all raw edges, cuts and surfaces of insulation. B. All piping shall be insulated unless specifically noted otherwise. Piping not noted in the table below shall be insulated .with thicknesses matching ASHRAE 90.1 based on the fluid temperatures. Rohrbach Associates PC HVAC INSULATION 230700-4 City of Iowa City City Hall MPOJC Renovation 3.02 PIPE INSULATION INSTALLATION A. Do not insulate the following: RAPC #1323.1 1. Valve bonnets F I L C 2. Unions in hot piping C 3. TC valve operators 4. Hot piping within radiation enclosures or unit cabinet. 117V 0 6 2018 5. Cold piping within unit cabinets provided piping is located over drain pan. 6. Condensate piping between steam trap and union. City Clerk 7. Preinsulated expansion joints Iowa City, Iowa B. Inspect all piping and equipment before applying insulation to insure the installing contractor has completed all leak tests, and that all surfaces are clean, dry and ready for application of insulation. C. Covering for "cold" pipes shall pass unbroken through hanger clevises, sleeves, etc. All details of covering for cold surfaces shall be such that continuous covering with unbroken vapor barrier and uncompressed insulation is provided as required to prevent condensation. The same covering and hanging detail shall be used for pipes connecting to vibrating equipment or carrying pulsating pressures to avoid metal contact between pipes and hangers. D. 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. E. Provide rigid insulation inserts at hangers for pipes sizes 2" and larger. Inserts shall be polyisocyanurate or calcium silicate, a minimum of 180 degrees and extend 2" beyond the hanger shield. Refer to MICA Plate 1-610. Wood or plastic block hanger inserts shall not be used. F. Use hydraulic insulating cement anywhere insulation fibers are exposed, to fill voids, and to repair damages to the factory applied vapor barrier. Finish with material matching or compatible with adjacent jacket material. 3.03 DUCT INSULATION APPLICATION A. Unless specifically indicated to not be insulated, all ductwork and accessories shall be either lined or covered. Duct systems not listed or without a type or thickness indicated on the plans shall be insulated with 1-1/2" wrap. 3.04 DUCT COVERING INSTALLATION A. Inspect all ductwork and equipment before applying insulation to insure the installing contractor has completed all leak tests, and that all surfaces are clean, dry and ready for application of insulation. Covering shall be cut slightly longer than circumference of duct to insure full thickness at corners. All insulation shall be adhered with edges tightly banded, and shall be adhered to duct with fire resistant adhesive. Adhesive shall be applied so that insulation conforms to duct surfaces uniformly and firmly. C. In addition to the adhesive, the insulation shall be additionally secured to the bottom of all ducts 18" or wider by means of grip nails and speed clips. The protruding ends of the pins shall be cut off flush after the speed clips have been applied. The vapor barrier facing shall be thoroughly sealed with a vapor barrier mastic and tape where the pins have pierced through. Rohrbach Associates PC HVAC INSULATION 230700-5 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 D. Insulation for "cold" ducts and accessories shall pass unbroken through hangers, sleeves, fire dampers, flexible connectors, reheat coils, etc. as required to prevent condensation. All details of covering for cold surfaces shall be such that continuous covering with unbroken vapor barrier and uncompressed insulation is provided. The same covering and hanging detail shall be used for ducts connecting to vibrating equipment or carrying pulsating pressures to avoid metal contact between ducts and hangers. Insulation Contractor shall be responsible for coordination with equipment suppliers as required to ensure continuous covering of unlined equipment components, i.e. VAV terminal unit supply collar and exposed reheat coil u -bends, fan coil unit discharge, etc. E. Insulation at all access points shall be fabricated in such a manner that it can be readily removed without damage to the insulation. Removable insulation shall have a vapor proof cover fabricated so as to allow it to be resealed to the equipment vapor barrier. ********NOTE: Not all services apply — refer to plans for scope of service 3.05 PIPE INSULATION APPLICATION I LE® Service Type Insulation and Thiolltltlss T, 9n) Above Ground Piping City Clerk Hot water heating lines, supply and Type A and Al: f owa City, IOWA return, condenser water for building 1-1/4" and smaller - 1-1/2" thick heating 1-1/2" and larger - 2" thick Type C and Cl: 1-1/4" and smaller— 2-1/2" thick 1-1/2" to 6" - 3" thick 8" and larger — 4" thick Chilled water, heat pump water lines, Type A and Al: evaporator water, ground water, well 6" and smaller —1" thick water, system make-up water 8" and larger — 1-1/2" thick Type B and B1: 6" and smaller -1" thick 8" and larger — 1-1/2" thick Type E and E1: 6" and smaller —1" thick 8" and larger — 1-1/2" thick Heat recovery piping Type A and Al: All pipe sizes - 1" thick Condensing appliance flue pipe in Type A and A1: un -heated spaces All pipe sizes — 1-1/2" thick Type B and B1: All pipe sizes — 1" thick Low pressure steam (up to 15 psig) Type A and A1: 1-1/4" and smaller- 1-1/2" thick 1-1/2" and larger - 2" thick Rohrbach Associates PC HVAC INSULATION 230700-6 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 Service Tvve Insulation and Thickness' Type C and Cl: 1-1/4" and smaller — 2-1/2" thick 1-1/2" to 6" — 3" thick 8" and larger -4-1/2" thick Medium pressure steam (up to 60 Type A and Al: psig) 3/4" and smaller - 1-1/2" thick 1" and larger - 3" thick Type C and Cl: 3/4" and smaller — 2-1/2" thick 1" to 1-1/4" - 4" thick 1-1/2" to 4"— 4-1/2" thick 5" and larger — 5" thick High pressure steam (over 60 psig) Type A and Al: 3/4" and smaller - 2-1/2" thick 1" to 3" - 3" thick 4" and larger — 4" thick �' LEDType C and Cl: 3/4" and smaller -4" thick - 1" to 3" — 4-1/2" thick NOV 0 6 1018 4" and larger — 6" thick City Clerk Steam condensate and pump , Type A and Al: aIty IOWA discharge lines 1-1/4" and smaller - 1-1/2" thick 1-1/2" and larger - 2" thick Type C and Cl: 1-1/4" and smaller— 2-1/2" thick 1-1/2" to 6"— 3" thick 8" and larger -4-1/2" thick Condensate drain lines Type A and Al: 1" thick for all pipe sizes. Heat exchangers condensate Type G: 2" thick. receivers, air separators, Buffer Tank Type H: 3-1/2" thick Refrigeration piping (except liquid Type B and 131: lines) 3/4" and smaller — 3/4" thick 1" to 2" — 1" thick 2-1/2" and larger— 1-1/2" thick Chiller evaporator Type I — 1" thick Chilled water or two -pipe system pump volutes Generator/Engine Exhaust Piping Type C and C1 2" thick for all pipe sizes Underground Piping Type D and D1: 4" and smaller—1-1/2" thick Rohrbach Associates PC HVAC INSULATION 230700-7 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 Service Type Insulation and Thickness* Hot water heating lines, supply and 6" to 14" — 2" thick return 16" to 18" — 2-1/2" thick 20" to 24" — 3" thick Low pressure steam Type D and D1: 4" and smaller — 1-1/2" thick 6" to 14" — 2" thick 16" to 18"— 2-1/2" thick 20" to 24" — 3" thick Medium pressure steam Type D and D1: 4" and smaller -1-1/2" thick 6" to 14" — 2" thick 16" to 18" — 2-1/2" thick 20" to 24" — 3" thick High pressure steam Type D and D1: — 4" and smaller2-1/2" i F&I L E 6" to 8" — 4" thick 10" to 14"— 5-1/2" thick NOV p 6 2018 16" to 18" — 6" thick 20" to 24" — 7" thick City Clerk leWa Steam condensate and pump Type D and D1: OW8 discharge lines 4" and smaller— 1-1/2" thick 6" to 14" — 2" thick 16" to 18"— 2-1/2" thick 20" to 24" — 3" thick * For piping exposed to outdoor ambient temperatures, increase thickness by 1/2" END OF SECTION 23 07 00 Rohrbach Associates PC HVAC INSULATION 230700-8 City of Iowa City City Hall MPOJC Renovation SECTION 23 09 00 BUILDING AUTOMATION SYSTEM (BAS) PART1- GENERAL RAPC #1323.1 FLED MOV 0 6 all 1.01 RELATED WORK CitY Clerk Iowa City, Iowa A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements, Division 23 — HVAC, Division 26 — Electrical, Division 27 — Telecommunications, and Division 28 — Electronic Safety and Security are applicable to work required of this section. B. Coordination: Coordination Required by BAS Contractor: The BAS Contractor shall provide all required information, material, direction and installation instructions to the designated contractor as required to allow this work to be completed in a timely/cost effective manner. This includes, but is not limited to, the following: a. Coordinate with General Contractor prior to the start of construction: 1) Locations of all sensors and devices located in CMU walls, concrete walls, concrete slabs, pre -cast walls, etc. Where shop drawing(s) are provided for these items, the locations shall be shown on the submitted shop drawing(s). b. Coordinate with the HVAC and Plumbing Piping Contractor prior to the installation of piping on site: 1) Locations of and pipe size transitions for all sensors, control valves, etc., ensuring accurate readings/operation and required access. 2) Locations of water flow measuring stations (WFMS) meeting the installation requirements for straight lengths of pipe upstream and downstream of the WFMS for the specific piping arrangement. C. Coordinate with Sheet Metal Contractor prior to the submittal of ductwork shop drawings: 1) Locations of all sensors, dampers, etc., ensuring accurate readings/operation and required access. 2) Locations of airflow measuring stations (AFMS) meeting the installation requirements for straight lengths of duct upstream and downstream of the AFMS for the specific ductwork arrangement. d. Coordinate with Testing and Balancing Contractor: 1) Provide support and coordination with Testing and Balancing (TAB) Contractor for all interfaces between controls and TAB scope of work. Provide all devices and timely access to the BAS for TAB Contractor use in completing TAB procedures. e. Coordinate with Electrical Contractor: 1) Quantities and locations for line voltage power requirements for powering BAS panels and devices. 2) If additional line voltage power is required for the operation of the BAS beyond the scope shown on the plans, it is the BAS Contractor's responsibility to provide the additional power; however, this work shall be performed by a qualified Electrical Contractor in accordance with the requirements of Division 26 specifications and included in the BAS Contractor's bid. 3) Quantities and locations of additional junction boxes required for controls components installed in electrical wiring systems (e.g. current sensor, relays, etc.). Rohrbach Associates PC BUILDING AUTOMATION SYSTEM (BAS) 230900-1 City of Iowa City City Hall MPOJC Renovation F0 L 1323.1 f. Coordinate with Telecom Contractor: Ply 062818 1) Quantities and locations of information outlet(s). Cjtttyyy Clerk 2) If additional information outlets are needed bgyp% �HHa pya'rltiishown on the plans, it is the BAS Contractor's respons'f ity`Ytd�}iY ide these additional outlets. This work shall be performed by a qualified Telecom Contractor in accordance with Division 27 specifications and included in the BAS Contractors bid. g. Coordinate with Fire Alarm Contractor: 1) Quantities and locations for all points of connection between the BAS and fire alarm system. 2. Work by Others: The following incidental work shall be furnished by the designated under the supervision of the BAS Contractor. a. HVAC and Plumbing Piping Contractor shall: 1) Install automatic valves, wells, flow switches, and water flow measuring stations that are specified to be supplied by the BAS Contractor. 2) Install all pipe mounted BAS items including wells, paddle switches and differential pressure switches, including their isolation valves and associated tubing. b. Sheet Metal Contractor shall: 1) Install all automatic dampers furnished by the BAS Contractor. Assemble multiple section dampers with required interconnecting linkages and extend required number of shafts through duct for external mounting of damper actuators. 2) Provide necessary blank -off plates or ductwork transitions required to install dampers that are smaller than the duct size. 3) Provide access door or other approved means of access through ducts for service to control equipment. 1.02 DESCRIPTION OF WORK A. Contractor shall install provide controls that fully integrate into existing Trane Tracer control system B. Contractor shall furnish and install a fully functioning BAS including all necessary hardware and all operating and applications software necessary to perform the control sequences of operation as called for in this specification and on the plans. The BAS Contractor shall include all items not specifically itemized in these specifications that are necessary to implement, maintain, and operate the system in compliance with the functional intent of these specifications. The BAS shall be a complete system designed for use on Intranets and the Internet. Contractor shall be responsible for coordination with the Owner without disruption to any of the other activities taking place on that LAN. C. The BAS shall possess a fully modular architecture, permitting expansion in the future through additional controllers, sensors, actuators, etc. D. Manage and coordinate the BAS system work in a timely manner in consideration of the project schedule. Coordinate cooperatively with the associated work of other trades so as to assist the progress and not impede or delay the work of associated trades. 1.03 QUALIFICATIONS A. The control system shall be installed by competent control mechanics and electricians employed by the BAS Contractor. BAS Contractor is responsible for all work performed by their subcontractors. Rohrbach Associates PC BUILDING AUTOMATION SYSTEM (BAS) 230900-2 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 B. All bidders must be BAS Contractors in the business of installing direct digital control building automation systems for a minimum of 3 years. BAS Contractors must also have a minimum of five completed projects of similar size and complexity that have been in operation at least one year with the product line that will be used on this project. Any request for substitution must include a list of projects and completion dates to demonstrate compliance with this requirement. C. The BAS system shall be provided by a single source manufacturer offering a full line of controllers. This system shall be furnished, engineered, and installed by the manufacturer's local branch office or the manufacturer's locally authorized representative. BAS Contractor shall have factory trained technicians to provide instruction, routine maintenance, and emergency service within 24 hours upon receipt of request. D. Control system components shall be the manufacturer's latest standard of design at the time of bid and in conformance with the following applicable standards for products specified. 1.04 QUALITY ASSURANCE A. The building automation system and components shall meet the following regulatory requirements: 1. American Society for Testing and Materials, ASTM. 2. Institute of Electrical and Electronic Engineers, IEEE. FILED 3. National Electrical Manufacturers Association, NEMA. 4. Electronics Industries Alliance, EIA. NOV 0 6 2018 5. National Fire Protection Association, NFPA. 6. National Electrical Code, NEC. Cit�yy Clerk 7. American Society of Heating, Refrigeration, and Air -Conditioning Engine%UaASHEi, f6a (ASHRAE Standard 135 The BACnet Standard). v�'`��y 8. American National Standards Institute, ANSI (ANSI 568 Commercial Building Telecommunications Cabling Standard). 9. Underwriters Laboratory, UL (UL 916 Energy Management Systems). 10. FCC Regulation, Part 15. 11. Local building codes. 1.05 SUBMITTALS A. The following shall be submitted for approval prior to commencing construction of the BAS: 1. Contractor Qualifications: Document compliance with qualification requirements listed above. Include names, email addresses, and phone numbers of the project manager, primary programmer, electrical sub -contractor, and other team members. 2. BAS Design Submittal, including: a. A bookmarked PDF with bookmarks for each plan sheet with title and number, each schedule, and each product cut sheet with appropriate description. b. A table of contents listing sheet titles and sheet numbers. C. A floor plan showing the proposed locations of all network controllers. d. BAS network architecture diagrams including all controllers, repeaters, gateways, interconnections, etc. e. Calculations showing that system architecture can support the minimum trending and data storage requirements of the project with a written guarantee that the final installation will meet the project trending and storage requirements. f. Schematics with accurate arrangement of devices as they relate to the equipment. g. Sequences and points lists as intended to be installed and programmed. A direct copy of the sequences and points lists from the plans will not be acceptable. h. Points schedule for each physical point shown on the schematics, including: tag, point type, system name and display units. Rohrbach Associates PC BUILDING AUTOMATION SYSTEM (BAS) 230900-3 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 i. Point-to-point wiring diagrams including start -stop arrangement for each piece of equipment, equipment interlocks, controller wiring terminal numbers and any special connection information required for properly controlling the HVAC equipment. j. Controller schedule, including quantity, part number, description, and optional features. k. Control damper schedule including a separate line for each damper and a column for each of the damper attributes, including: associated system, associated equipment, part number, fail position, damper type, damper operator, blade type, bearing type, seals, duct size, damper size, damper material, mounting, and actuator type. I. Control valve schedules including a separate line for each valve and a column for each of the valve attributes: associated system, associated equipment, part number, configuration, fail position, pipe size, valve size, valve type, valve material, close off pressure, capacity, valve CV, calculated CV, design pressure, actual pressure, and actuator type. M. Airflow measuring station schedules including a separate line for each AFMS and a column for each of the AFMS attributes: associated system, associated equipment, part number, type, duct/fan inlet size, AFMS material, velocity range, and design airflow. n. Product cut sheets including manufacturer's catalog data describing each item of control equipment or component provided and installed for the project. Cut sheets shall include performance data as applicable (e.g. valve Cv, damper pressure drops, operating range, sensor accuracy, sensor units, sensor, sensor hysteresis, sensor stability, etc.). o. Product cut sheets for any data storage devices including all technical specifications. B. The following shall be submitted for approval a minimum of two months i substantial completion: F ��D 1. Floor plan graphics. 2. One sample graphic of each different equipment arrangement includedNWp�p�act. Graphics that are not identical (except for equipment labels) need to be sub ilm as separate graphics. CitY Clerk 1.06 SOFTWARE LICENSES IOwa City' Iowa A. Provide required copies of all licenses for software, including software licenses on local workstations and software loaded or embedded into controllers or other network devices. BAS licensing shall allow for unlimited access to the system; no restrictions shall be placed on the licensing. All software used by the Contractor to install the system or needed to operate the system to its full capabilities shall be licensed and provided to the Owner. 1.07 CLOSEOUT REQUIREMENTS A. Provide instructions on how to calibrate all sensors on the project. If a sensor cannot be field recalibrated but has the ability for replacement calibrated parts, include a source for obtaining the replacement parts. B. Refer to 23 00 10 for Operation and Maintenance (O&M) and Owner training requirements. All products and devices installed shall be included in the O&M manual. Include the following: 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. Rohrbach Associates PC BUILDING AUTOMATION SYSTEM (BAS) 230900-4 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 2. A copy of all device calibration reports and certifications (e.g. NIST). 3. An operator's manual which will include detailed instructions for all operations of the system. 4. Operating and maintenance cautions and instructions. 5. An operator's reference table listing the addresses of all connected input points and output points. Settings shall be shown where applicable. 6. A programmer's manual which will include all information necessary to perform programming functions. 7. A language manual which will include a detailed description of the language used and all routines used by the system. 8. Flow charts of the overall system configuration. 9. Complete program listing file and parameter listing file for all programs. 10. A copy of all software licenses. 11. A copy of the warranty. 12. Recommended spare parts list. C. Provide as -built documentation in the same format as the BAS Design Submittal, updated with all revisions and as -built conditions. Place a digital copy with a link from the BAS to the final as -built documentation. Also include a PDF copy on the operator workstation, if provided. As-builts shall be submitted after the system demonstration has been performed. Include a copy of the as -built point-to-point wiring diagrams and final programmed sequence inside each control panel enclosure. Also indicate exact installed locations on the floor plans for the following: 1. All network controllers FILED 2. Pump differential pressure sensors 3. Fan differential pressor sensors NOV 0 6 Y018 4. Outdoor air temperature and/or humidity sensor D. Provide a warranty on the entire system, including software, hardware� Wn9itprr .lq(&er to 23 0010 for warranty requirements. Provide an extended five (5) year warra ry @i #)OIAWLwalves and control valve actuators. At the end of the warranty period, the final version of all BAS software and programming shall be fully backed up on external storage device(s) (e.g. CD, USB drive, etc.). Include all software licenses. Turn the external storage device over to the Owner. 1.08 PRE-PROGRAMMNG DESIGN REVIEW MEETING 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, review naming conventions, and answer any questions the Temperature Controls Contractor may have. Rohrbach Associates PC BUILDING AUTOMATION SYSTEM (BAS) 230900-5 City of Iowa City City Hall MPOJC Renovation IRdia] 9:l_1f1111-T_F7_19141*I1 RAPC #1323.1 A. The BAS Contractor shall provide BAS access to the Design Professional prior to substantial completion or the date of the final punch list, whichever occurs first. This shall include a username and password unique to the Design Professional. PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS I LEU A. Subject to compliance with requirements, acceptable manufacturers are as follows: 1. Trane Controls — Halvorson Trane NIV 0 6 2010 2. Trane Controls — Trane Davenport City Clerk 2.02 SYSTEM ARCHITECTURE Iowa City, Iowa A. The complete electronic BAS system may be comprised of the following levels of control devices. 1. Operator Workstation includes the hardware and software necessary for an operator to interface with the control system. 2. Central File Server shall store all data required by the system and be permanently connected to the network. 3. Network Controller(s) are used for high level global programming functions and system networking. 4. Local Controllers are for control of large primary HVAC systems such as air handling systems, heating hot water systems and chilled water systems. 5. Application Specific Controllers are dedicated for specific equipment such as VAV boxes, fan coils, and heat pumps. 6. Repeaters are used for communication signal enhancement along the Tier 2 network. 7. Gateways are used to allow communication between two different communication protocols. 8. Network thermostats dedicated to specific equipment such as VAV boxes, fan coils, or heat pumps, etc. 9. Field devices include, but are not limited to, electronic sensors, valves, actuators, switches, relays, and transducers. 10. Tier 1 level network is the main backbone of the system and shall be an Ethernet Local Area Network (LAN). All network controllers, the Operator Workstation, and the Central File Server shall be connected directly to this network without the need for gateway devices. 11. Tier 2 level networks are the communication busses managed by the network controllers. Local Controllers and Application Specific Controllers shall reside on a Tier 2 communication bus without any third -party controllers. All third -party controllers shall reside on a Tier 2 communication bus dedicated to third -party controllers. Data throughout any level of the network shall be available to and accessible by all other devices, controllers, the Central File Server, and the Operator Workstation. C. Interruptions or faults at any point on the network shall not interrupt communications between other nodes on the network. D. The BAS network shall support both copper and optical fiber communication media. E. All line drivers, repeaters, signal conditioners, etc., shall be provided as necessary for proper data communication. Rohrbach Associates PC BUILDING AUTOMATION SYSTEM (BAS) 230900-6 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 The system shall use the same application programming language for all levels. G. The system shall be configured as a distributed processing network(s) capable and shall be scalable and expandable at all levels of the system using the same software interface and the same types of controllers. Systems that require replacement of either the workstation software or any controllers to expand the system shall not be acceptable. 2.03 OPERATOR WORKSTATION A. Coordinate setup of control gateway and access portal on owner's existing operator workstation. 2.04 OPERATOR INTERFACE A. General: The BAS operator interface shall be user friendly, readily understood and shall make maximum use of colors, graphics, icons, embedded images, animation, text based information and data visualization techniques to enhance and simplify the use and understanding of the BAS system by authorized users at the Operator Interface. 1. User access to the BAS system shall be protected by a flexible and Owner redefinable software -based password access protection. Password protection shall be multi-level (minimum of 4 levels) and partitionable to accommodate the varied access requirements of 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 manage individual user password and access privileges 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. 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. FILED d. Selective operator override and other control actions. e. Information archiving, manipulation, formatting, display and reporting. f. BAS internal performance supervision and diagnostics. NOV 0 6 2018 g. On-line access to user HELP menus. h. On-line access to current BAS as -built records and documentation. City Cle I. Means for the controlled re -programming, re -configuration of BA$�"V for the manipulation of BAS database information in compliance with the pre ilin 8 codes, approvals and regulations for individual BAS applications. 4. Provide BAS 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. 5. All text naming conventions shall be consistent in their use and application throughout the BAS and coordinated with Owner preference. 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. Rohrbach Associates PC BUILDING AUTOMATION SYSTEM (BAS) 230900-7 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 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 on the operator workstation. Systems that require different views or that require different means of interacting with objects such as schedules, or logs, shall not be acceptable. 3. The web browser client shall support at a minimum, the following functions: a. User log -on identification and password shall be required. Security using Java authentication and encryption techniques to prevent unauthorized access shall be implemented. b. Users shall have administrator -defined access privileges. C. 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. d. Graphical screens developed for the operator interface shall be the same screens used for the web browser client. Any animated graphical objects supported by the operator workstation software shall be supported by the web browser interface. e. HTML programming shall not be required to display system graphics or data on a web page. HTML editing of the web page shall be allowed if the user desires a specific look or format. f. Real-time values displayed on a web page shall update automatically without requiring a manual "refresh" of the web page. 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 the operator workstation and/or 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 operator interface software shall, at the minimum, provide the following functions: 1. The BAS shall annunciate diagnostic alarms, at a minimum, indicating system failure, individual controller failure, individual component failure, and non -normal operating conditions. 2. Any attribute of any object in the system may be designated to report an alarm. 3. Log date and time of alarm occurrence. 4. Generate a "pop-up" window, with audible alar, informing a user that an alarm has been received. 5. Allow a user, with the appropriate security level, to acknowledge, temporarily silence, or discard an alar. 6. 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 alar, and a time/date stamp. 7. Provide the ability to direct alarms to an e-mail address or phone number via text message. This must be provided in addition to the pop up window described above. Systems which use e-mail and/or text messaging as the exclusive means of annunciating alarms are not acceptable. FILE® NOV 067018 City Clerk Iowa Cjr IInntra Rohrbach Associates PC BUILDING AUTOMA OM1I"M TEM (BAS) 230900-8 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 D. Reports: Reports shall be generated and directed to one or more of the following: operator interface displays or an archive at the user's option. As a minimum, the system shall provide the following reports: 1. All points in the BAS system. 2. All points in each BAS application. 3. All points locked out or overridden in a BAS application. 4. All points currently in alarm in a BAS application. 5. All BAS schedules. 6. All user defined and adjustable variables, schedules, interlocks, etc. 7. BAS diagnostic and system status reports. E. Navigation Tree: The system shall have an intuitive and easy to navigate collapsible and expandable navigation tree. Requirements of the navigation tree shall include: 1. A dedicated folder where links to all graphics are located. In systems with many different graphics, locate similar equipment graphics in a sub -folder (e.g. VAVs for Level 1 in a sub- folder). 2. A grouping of all systems/equipment/points by the network controller and communication bus it resides on. All systems and equipment shall match the names indicated on the plans. 3. A minimum of 5 collapsible and expandable levels. 4. Links to long-term Vends. 5. Links to all alarms and alarm history logs. 6. Ability for the operator to customize the navigation tree by defining groupings and adding any systems or points to those groups and modifying the order of groups. 7. Ability for groups to be located within other groups. 8. Ability to rename any group, system, or point in the navigation tree. Dynamic Color Graphics: The system shall allow for the creation of user defined, color graphic displays for the viewing of HVAC, systems, electrical systems, building schematics, etc. These graphics shall contain point information from the database including any attributes associated with the point (engineering units, etc.). In addition, users with the appropriate security level 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 vectorized technology and HTML5 programming language. Rasterized graphics and Java programming language are not acceptable. 3. Values of real time attributes displayed on the graphics shall be dynamic and updated on the displays. 4. The graphic displays shall be able to display and provide animation based on real-time BAS data that is acquired, derived, or entered. 5. Users with the appropriate security level shall be able to change values (setpoints) and states in system controlled equipment directly from the graphic display. 6. Provide a graphic editing tool that allows users with the appropriate security level to create and edit graphic files. It shall be possible to edit the graphics directly while they are on line, or at an off line location for later downloading to the controller. 7. BAS system shall be provided with a complete user expandable symbol library containing all of the basic symbols used to represent typical system components. Implementing these symbols in a graphic shall involve dragging and dropping them from the library to the graphic. F 0 L E U NOV 0 6 2018 Rohrbach Associates PC BUILDING AUT r F fOYSTEM (BAS) IOWA IIy, IOW23 09 00 - 9 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 8. The following graphics, at a minimum, shall be provided: a. Floor plan graphics showing all as constructed room numbers, zoning boundaries, zone level space sensors readings (temperature, relative humidity, occupancy, COs, CO, etc.) and indicate accurate locations of the sensors. The floor plan graphics shall also show the as constructed location and name of all network controllers. 1) All readings shall be color coded to indicate the deviation from current set point and a legend describing the colors and associated deviation scale. 2) Any readings in an alarm shall flash on the graphic. 3) All zones shall include a link to the zone level equipment graphic page. b. Central system graphics showing all equipment and components with interconnecting piping/ductwork in schematic form. Equipment and components shall be accurately placed relative to each other on the schematic. 1) Each hydronic piping system. C. A graphic screen for all equipment connected to the BAS system. At a minimum, all points listed in the minimum points list on the plans shall be visible on the graphic screen. 1) Include a separate graphic screen for every individual piece of equipment. Where two or more pieces of equipment are redundant (e.g. system pumps), they may reside on the same graphic screen. 2) Where a reset or staging schedule is required, include the details of the reset schedule and staging schedule on the graphics. Indicate the current set point or stage as calculated by the reset or staging schedule. 3) Where a software button is required by the sequence, include the software button on the graphic. 4) All software points listed on the plans shall also be included on the graphic. d. Where redundant equipment is set up as lead/lag, the graphic screen shall include the ability for the user to switch the lead/lag positions. G. Schedules: It shall be possible to configure and download all schedules within the BAS from the operator interface. 1. The system shall provide multiple schedule input fors for automatic BAS time -of -day scheduling and override scheduling of BAS operations. At a minimum, the following spreadsheet types shall be accommodated: a. Weekly schedules. b. Monthly schedules. C. Special "Only active if today is a holiday" schedules. d. Temporary override schedules. 2. Schedules shall be provided for each individual piece of equipment. Similar equipment on the same system shall also be able to be scheduled globally. For example, All VAVs on an AHU system shall be able to have the same schedule as the AHU or their own individual schedule for each VAV. Each schedule shall include all output 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 scheduled H. Power failure and automatic restart: LEU 1. Provide for the automatic, orderly and predefined shutdown of parts or all of the BAS following total loss of power to parts or all of the BAS. NOY 0 6 1018 Rohrbach Associates PC City Clerk `owa City, low BUILDING AUTOMATION SYSTEMBAS) 23 09 00-10 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 2. Provide for the automatic, orderly and predefined startup and return to normal control of parts or all of the BAS following total loss of power to those parts or all of the BAS. Archive and annunciate time and details of restoration. 3. Maintain the operation of the BAS real-time clock during periods of power outage for a minimum of 72 hours. Historical trending and data collection: Trend and store point data as indicated on the plans. Long- term data collection can be stored locally if memory allows or offloaded to a separate system server or hard drive. Data shall be capable of being exported in a .csv,.xis or .xlsx format or other acceptable formats for custom queries and reports using industry standard software analysis tools. 1. Trend shall be capable of recording as raw data or data that is filtered where specified to be filtered before recording by the following typical filter types: ' �® a. Average value. b. Maximum value. C. Minimum value. d. Change of value (COV). Nov E 1010 e. Change of state (COS). City Clerk f. Range — difference between minimum and maximum vajlg 2. The software shall be able to perform the following functions on a set ofq�ir 401w#ed data: a. Standard deviation. b. Sum of all values. C. Variance. 3. Trends shall be able to be displayed in a table or graphical format. Trends shall be able to be saved in the navigation tree for future reference. The graphical display shall have the following capabilities: a. Displaying multiple trends of any user selected points on one graph. b. Adjust both the x-axis and y-axis scales. C. Utilize multiple y-axes with unique scales and assign trends to either axis at the user's choosing. d. Change trend colors, line types, and line weights. e. Change display of trends between analog values and binary. Binary displays shall have the option to be displayed as a square wave. J. Point naming conventions and abbreviations shall be consistent with the plans and be consistent between all systems and equipment. 2.05 NETWORK CONTROLLERS A. General: 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 local and application specific 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, B -ASC, or B -SA are not acceptable. Network controllers 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. If the controller does not have the required built-in memory capacity, a separate data storage device shall be provided. Rohrbach Associates PC BUILDING AUTOMATION SYSTEM (BAS) 23 09 00-11 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 3. Communication Ports: Each network controller shall provide communication to both the Operator Workstation(s) and the field buses. An on -board Ethernet port shall be provided. 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 inputtoutput (1/0) design to allow easy expansion. Input and output capacity is to be provided through plug-in modules. 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 of week, day, month, and year. 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 VAC, 60 Hz power, with a tolerance of +/- 20%. Line voltage below the operating range of the system shall be considered a power outage. The controller shall contain over voltage surge protection and require no external 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. The battery shall have a shelf life of over 5 years and provide accumulated backup of all RAM and clock functions for at least 30 days. 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 isolat cttt���her, the controller circuit board and from power wiring. Optical isolation shall e p! as an integral component to the controller or provided as a separate inte {iov� between the controller and field wiring. 9. Failure of any network controller shall register as an alarm in the BAS. MOV 8 ?Q18 D. Network Controller Software to Clty Clerk w�� 1. General: The network controller shall contain FLASH memory to store bothC�-Uti++bv ri4-,dgnt operating system and the application software. There will be no restrictions placed on the type of application programs in the system. Each network controller shall be capable of parallel processing and 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. Passwords: User access to the controller shall be protected by a flexible and Owner redefinable software -based password access protection. Password protection shall be multi-level (minimum of 4 levels) and partitionable to accommodate the varied access requirements of 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 manage individual user password and access privileges under the control of a master password. 3. Login: A user definable login message shall be displayed every time the workstation is connected to a system controller. Rohrbach Associates PC BUILDING AUTOMATION SYSTEM (BAS) 23 09 00-12 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 4. 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. 5. Help Menu: On-line location sensitive help shall be provided for each menu item, describing the consequences of making the highlighted menu selection. 6. 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 7. 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. Chiller and boiler reset/optimization f. Demand limiting/load shedding g. Enthalpy switchover (economizer) h. Temperature compensated duty cycling I. CFM tracking j. Temperature or pressure reset k. Run time totalization I. Alarm detection and dial out or email out M. Night setback n. Historical trending S. Alarms: The network controller shall be capable of comparing analog and digital readings to predetermined high and low limits and annunciate each time a value enters or returns from an alar condition. Unique high and low limits shall be supplied for each analog point in the network. The network shall be capable of suppressing selected alarm reporting when the primary equipment from which the alarm point is based is in the inactive state. The alar features of the system controller software shall, as a minimum, provide the following: a. Digital, analog, and hi/low settings and deadband b. Sliding alar limits C. Conditional alarming d. Alar inhibiting through feedback loop e. Fluttering alar suppression f. Separate tailored alar messages of 70 characters eadtor g. Auto dial of any user selected alarm condition to a ini fl �i5 to phone numbers ` �,/ h. Auto email of any user selected alar condition to am of 25 email addresses 1ytpjrtyr0 � b 1018 Iowaty Clerk City, Iowa Rohrbach Associates PC BUILDING AUTOMATION SYSTEM (BAS) 23 09 00-13 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 9. Trending: Each network controller shall have the capability to simultaneously trend a minimum of 60 combined points. Adjustable sampling intervals for each trend from 30 seconds to one day or on change of value/state 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 operator workstation or other memory storage device shall be automatically performed at any time during the sampling period. The uploaded trend data shall be fully compatible with Microsoft Excel. 10. On -Line Testing: The network shall have the capability to allow the operator to design, test, and implement desired control strategies on-line. 11. 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 internet or auto dialing/emailing the condition. In addition to automatic self -diagnostics, each network controller shall maintain communications statistics on local and application specific 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. 2.06 LOCAL CONTROLLERS A. General: Each HVAC local controller shall be a stand-alone BAS controller. The local controllers shall be a local control loop microprocessor -based controller installed at each HVAC system (e.g. air handling unit, heating plant, chilled water plant). 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. B. Each local controller provided must be a BACnet device, supporting the BACnet Advanced Application Controller (B-AAC) profile. Controllers that support a lesser profile such as B -ASC or B -SA are not acceptable. Local controllers shall be tested and certified by the BACnet Testing Laboratory (BTL) as Advanced Application Controller(B-AAC). C. Hardware: 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. All controllers with volatile memory shall have a battery -backup for a minimum of 72 hours. Each controller shall be addressable by a workstation or laptop. 3. Isolation: Control, communication, and power circuits for each controller shall be individually electrically isolated to protect against transients, spikes, and power surges. 4. InputtOutput Modules: Provide with at least the minimum quantity of inputs and outputs as required by the sequence of operations and points list. a. Analog inputs shall accept industry standard analog signals (4-20CS� 0-10 VDC, etc.). b. Binary inputs shall detect contact closures. C. Universal inputs shall have functionality as either an analog or binary inP"V d. Digital outputs may be latched or momentary contact type. f3 1U18 e. Analog outputs shall have a 1 % resolution over total output span of 10096�j r' f. Configurable outputs shall have functionality as either an analog or bjaq%y tp@rk i[[[Y, Iowa Rohrbach Associates PC BUILDING AUTOMATION SYSTEM (BAS) 23 09 00-14 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 5. Expandability: Provide input and output expansion capability through the use of plug-in modules. At least two 1/0 expansion modules must be capable of being added to the base local controller. D. 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 BAS communications network. 3. Scan: Controller shall continuously scan and maintain the most recent data in RAM for retrieval by a network controller, operator interface, and by the local controller software programs. 4. Database: All field control databases shall be entered, changed or downloaded to the local controllers via a laptop or operator workstation. 5. Auto -Calibration: All inputs shall feature an auto -calibrate function to eliminate sensing errors. 6. Memory: Provide amount of memory required to store data until it is sent to the network controller. 7. Programming Functions: Provide the following standard BAS 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 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 network controller, which synchronizes all local controllers' real time clocks. E. Failure Operation: 1. 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. 2. Stand -Alone Operation During Network Communication Failure: Controllers requiring the application or database to be downloaded from a host or share processing with a network controller shall not be acceptable. During a communication failure the application specific controller must run the control application using the current setpoints and con on. fa�i 3. Failure of any local controller shall register as an alarm in the BAS. MIL E NOV 06Y010 CItY Clerk to City, Iowa Rohrbach Associates PC BUILDING AUTOMATION SYSTEM (BAS) 23 09 00-15 City of Iowa City City Hall MPOJC Renovation 2.07 APPLICATION SPECIFIC CONTROLLERS RAPC #1323.1 A. General: Each HVAC application specific controller shall be a stand-alone BAS controller. The controller shall include all hardware and software required for communications with the network controller. Unless noted otherwise, an individual application specific controller shall be dedicated for each terminal device. B. Each application specific 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 Application Specific Controllers (B -ASC). C. Hardware: 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. Input/Output Modules: Provide with at least the minimum quantity of inputs and outputs as required by the sequence of operations and points list. a. Analog inputs shall accept industry standard analog signals (420 mA, 0-5 VDC, 0-10 VDC, etc.). b. Binary inputs shall detect contact closures. C. Universal inputs shall have functionality as either an analog or binary input. d. Digital outputs may be latched or momentary contact type. e. Analog outputs shall have a 1 % resolution over total output span of 100%. f. Configurable outputs shall have functionality as either an analog or binary output. 3. Expandability: Provide input and output expansion capability through the use of plug-in modules. Where additional inputs or outputs are required for the specified application, provide the expansion module with the application specific controller. D. Software: 1. Programming: The control program shall reside in the application specific controller. The application program shall be maintained in read only memory (ROM). The default database, i.e. setpoints and configuration information, shall be stored in electrically erasable programmable read-only memory (EEPROM). Controllers requiring local setting of potentiometers or dip switches are not acceptable for programming functions. Dip switches for creating unique addresses for controllers are acceptable. 2. Auto -Calibration: All inputs shall feature an auto -calibrate function to eliminate sensing errors. Failure Operation: 1. 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. 2. Stand -Alone Operation During Network Communication Failure: Controllers requiring the application or database to be downloaded from a host or share processing with a network controller shall not be acceptable. During a communication failure the auplication specific controller must run the control application using the current setpoints/rterp� 3. Failure of any application specific controller shall register as an alarm thir f guf r) 2.08 REPEATERS AND SIGNAL CONDITIONERS NOV U B 2818 A. Provide a repeaters and signal conditioners at locations in the controls network w@q Leplkpd. Iowa City, Iowa Rohrbach Associates PC BUILDING AUTOMATION SYSTEM (BAS) 23 09 00-16 City of Iowa City City Hall MPOJC Renovation 2.09 GATEWAYS RAPC #1323.1 A. Provide a gateway at all points of connections of dissimilar controls networks/protocols. The gateway shall permit the exchange of all specified and required information between the two dissimilar networks/protocols. 2.10 FIELD DEVICES A. Multi -Purpose Sensors: All multi-purpose or combination sensors shall meet all requirements listed below for the individual sensors that are being combined into one unit. Sensors are only allowed to be combined if shown in the exact same location on the controls schematics, HVAC plans, or elevations with no components between them. B. Temperature Sensors: 1. General: a. All temperature devices shall use precision thermistors or RTD sensors accurate to +/-1 degree F over a range of -30 to 230 degrees F, unless indicated otherwise. 2. Space Sensors and/or Thermostats: a. Sensors shall be available in an off-white ventilated enclosure, unless noted otherwise on the plans. Sensor shall be able to be mounted on a standard electrical box. b. Where indicated on the plans, the sensor housing shall feature both a mechanism for adjusting the space temperature set point and/or a push button for selecting after hours occupied operation. C. Where indicated on the plans, the sensor shall incorporate either an LED or LCD display for viewing the space temperature, set point, and other operator selectable parameters. Using built in buttons, operators shall be able to adjust set points directly from the sensor. Resolution shall be as indicated on the plans. d. Minimum sensing range shall be 32 to 100 deg. If a space is being controlled to a set point outside of this range, then a sensor appropriate for the application shall be provided. e. All sensors shall be the same appearance in the occupied and public areas of the building, but may have different options as required (set point adjustment, override button, etc.). Exceptions that would allow a different appearance include mechanical rooms, electrical rooms, storage rooms, vestibules, etc. 3. Duct Sensors: Sensors shall incorporate a thermistor bead embedded at the tip of a stainless steel tube. Wiring shall terminate in a galvanized steel box at the end of the probe, except where wiring factory provided wiring can be connected to a controller without additional wiring. Probe style duct sensors are required in air handling applications where the coil or duct area is less than 14 square feet. a. For duct widths 12" or less, use a minimum 4" probe. b. For duct widths between 13" and 24", use a minimum 8" probe. C. For duct widths larger than 24", use a minimum 12" probe. 4. Averaging Temperature Sensors: Sensors shall be employed in ducts which are larger than 14 square feet. The length of flexible copper tubing shall cover no more than one square foot of face area per one linear foot of sensing element length. The maximum length of the copper tube for one device shall be 24 ft. Where a long ength is rjgguired, multiple sensors shall be provided and the average temperat a calcUlaketl ® software programming. "" NOV 06Zola City Clerk Iowa CityIp Rohrbach Associates PC BUILDING AUTOMATIbN TEM (BAS) 23 09 00-17 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 5. Immersion Sensors: Sensors shall be employed for measurement of temperature in all hydronic, domestic water, and refrigerant piping applications. Thermal wells shall be brass or stainless steel for non -corrosive fluids below 250 degrees F and 300 series stainless steel for all other applications. Wiring shall terminate in a galvanized steel box at the end of the probe. The length of the probe shall extend into the pipe so the end of the probe is in the middle third of the pipe. Use for all water temperature sensors on all pipe sizes 2" and larger, unless indicated otherwise on the controls schematics. 6. Pipe Surface Mount Temperature Sensors (Strap -on): Use on all pipe sizes 1-1/2" and smaller or where specifically indicated on the controls schematics. 7. Freezestats: Low limit temperature sensors with manual reset and capillary tube that senses the lowest temperature along the length of the capillary. The length of the capillary tube shall cover no more than one square foot of face area per one linear foot of capillary tube length. Where long lengths are required, provide multiple freezestats. The sensor shall be adjustable throughout the entire temperature range of 15 to 55 deg F. 8. Outdoor Air Sensors: Provide with weather shield to protect against solar radiation and precipitation with multiple discs to allow for good airflow. Minimum sensing range shall be from 40 to 140 deg F. 9. Slab Sensors: Sensor shall accurate measure temperatures below 40 deg F. Provide with an enclosure to be recessed into the slab. C. Humidity Sensors: 1. Space Sensors: a. Humidity sensors shall be of the solid-state type using a hydroscopic polymer or thin film capacitive sensing element. b. Sensors shall be available in an off-white ventilated enclosure, unless noted otherwise on the plans. Sensor shall be able to be mounted on a standard electrical box. C. Accuracy: +/- 3% over a range of 0-90% non -condensing. d. Stability: +/- 1 % annually over 2 years. 2. Duct and/or Air Moving Equipment Sensors: a. Humidity sensors shall be of the solid-state type using a hydroscopic polymer or thin film capacitive sensing element. b. Accuracy: +/- 3% over a range of 0-90% non -condensing. C. Stability: +/- 1% annually over 2 years. d. Where installed in high velocity ductwork, provide an element guard. 3. Outdoor Air Sensors: a. Provide with weather shield to protect against solar radiation and precipitation with multiple discs to allow for good airflow. b. Accuracy: +/- 2% over a range of 0-90% non -condensing. C. Stability: +/- 1% annually. 4. All humidity sensors shall be able to be recalibrated in the Feld or the sensing tip to be replaced without replacing the entire sensor. D. Carbon Dioxide (CO2) Sensors 1. Sensing Technology: Non -Dispersive Infra -Red (NDSR) with single lamp, dual wavelength. 2. Range: 0 — 2,000 ppm or 0 — 5,000 ppm as required basede control and alarm concentrations indicated on the plans. If no concentrations aris tpe�q,� 2,000 ppm. qV) 3. Accuracy: +/- 2% of range or 2% of reading. 4. Stability: +/- 5% over 5 years. hov 0 6 Zola City Clerk Iowa Ct(y Iowa Rohrbach Associates PC BUILDING AUTOMATION SYSTEM (BAS) 23 09 00-18 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 5. Provide with one CO2 calibration kit for the entire project. Kit shall include two 17 -liter CO2 calibration gas cylinders, one at 200 ppm and one at 1,000 ppm. Also provide a gas regulator, tubing, fittings, adapters, sensor cones, etc., as required for the application. E. Differential Pressure Sensor: Differential pressure sensor shall be temperature compensated and shall vary the output voltage with a change in differential pressure. Sensor shall have a non - repeatability of +/- 0.05% of range. Sensor shall be capable of withstanding up to 150% of rated pressure without damage. 1. Duct differential pressure sensors shall have an appropriate range for the application with a minimum accuracy of +/-1 % of range. a. Sensors in positively pressurized ductwork (typically downstream of the supply fan) shall only have a positive range. b. Sensors in negatively pressurized ductwork (typically upstream of a fan) or between fans in series (typically in an air handling unit) shall have both a negative and positive range. 2. Room differential pressure sensors shall have a range of -0.25" w.c. to 0.25" w.c. and a minimum accuracy of +/- 0.5% of range. 3. Underfloor plenum differential pressure sensors shall have a range of 0" w.c. to 0.25' w.c. and a minimum accuracy of +/- 0.5% of range. 4. Building differential pressure sensors shall have a range of -0.25" w.c. to 0.25" w.c. and a minimum accuracy of +/- 0.5% of range. Sensor shall be provided with a pressure sensing tip that incorporates a shield to minimize the effect of wind. 5. Water differential pressure sensors shall be accurate to +/- 0.5% of range. The housing shall be NEMA 4 rated. 6. Steam and gas differential pressure sensors shall be accurate to +/- 0.5% of range. The housing shall be NEMA 4 rated. ® F. Air Differential Pressure Switches: Differential pressure switches shall be field adjustable with a range appropriate for the duct pressure classification and include manual reset. The switch shall mar e capable of withstanding up to 150% of rated pressure without damage. Provide a red pilot W ti r 'ghted reset button located on the control panel that is wired to the manual reset from the switch. o Control Valves: U 3m 1. General: p a. Refer to section 23 05 23 — General Duty Valves for HVAC for valve construction and application requirements, unless noted otherwise below. b. Valves shall be packless and electrically actuated with true linear flow characteristics in relationship to valve opening. C. Valves shall meet the heating and cooling flow rates specified and close off against the differential pressure conditions for the system in which it is installed. d. Valves should be sized to operate accurately and with stability from 10 to 100% of the maximum design flow. 2. Hydronic Systems: a. Valves with a modulating actuator shall be sized for a 3 to 5 psi pressure drop at the design flow rate. b. Valve shall be 2 -way or 3 -way as indicated on the plans. If there is no indication, the valve shall be 2 -way. C. Pressure Independent Control Valves: 1) The flow through the valve shall not vary more than +/- 5% due to system pressure fluctuations. 2) The rangeability of the control valve shall be a minimum of 100 to 1. 3) Each valve shall be provided with p/t ports on the inlet and outlet of the valve. 4) A flow tag shall be provided with each valve. Rohrbach Associates PC BUILDING AUTOMATION SYSTEM (BAS) 23 09 00-19 City of Iowa City City Hall MPOJC Renovation Valve Actuators: RAPC #1323.1 1. Actuators shall be electronic and shall be direct coupled over the shaft, without the need for connecting linkage. 2. Actuator shall have electronic overload circuitry to prevent damage. 3. Actuators shall be available with spring return to the normal position when required or as indicated on the plans. 4. Actuators shall have a position indicator for external indication of valve position. 5. Actuators shall have manual override capability. 6. Actuators shall be quick opening or slow opening as required by the application. 7. Actuators shall be able to completely close the valve against system pressure. 8. Actuators shall be two -position or modulating as required by the sequence of operations. 9. Actuators shall be compatible with the type of valve as indicated on the plans or elsewhere in the specifications (e.g. two-way vs. three-way, ball vs. butterfly, etc.). I. Control Dampers: 1. Damper frames are to be constructed of minimum 13 gauge metal with linkage concealed in the side channel. Provide with compressible spring stainless steel side seals and self- lubricating bearings. 2. Damper blade width shall not exceed 8 inches and the blade length shall not exceed 48 inches. Damper blades shall have an airfoil profile to minimize pressure drop through the damper. Seals shall be butyl -rubber or EPDM and are required at the ends of the blades. 3. Provide opposed blade dampers for modulating applications and parallel blade for two - position control. 4. Damper shall be constructed of the same material as the duct in which it will be installed, except as noted below: a. Dampers in exhaust or outdoor air ducts shall be aluminum 5. Dampers in exhaust or outdoor air ducts shall have insulated blades and completely thermally broken construction. 6. Where damper shafts penetrate the damper housing, it shall be sealed while allowing the free movement of the shaft without breaking the seal. 7. Damper shall be ultra-low leakage rated as Class 1A at 1" w.c. and Class 1 at 4" w.c. as defined by AMCA 500. 8. Dampers that are indicated to close completely by the sequence of operations shall be O provided with flanged connections. LU #amper Actuators: Jo U ,yet Actuators shall be electronic and shall be direct coupled over the shaft, without the need Z U for connecting linkage. U : 2. Actuators shall have electronic overload circuitry to prevent damage. 0 3. Actuators shall be available with spring return to the normal position when required or as indicated on the plans. 4. Actuators shall have a position indicator for external indication of damper position. 5. Actuators shall have manual override capability without disconnecting damper linkage. 6. Actuators shall be quick opening or slow opening as required by the application. 7. Actuators shall be able to completely close the damper against system pressure. 8. Actuators shall be two -position or modulating as required by the sequence of operations. 9. Provide the appropriate quantity of damper actuators as required by the application. K. Position Switches: Provide switch that can sense the full closed position and an adjustable open position between 10 and 100%. Rohrbach Associates PC BUILDING AUTOMATION SYSTEM (BAS) 230900-20 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 L. Current Switches: Current status switches shall be used to monitor motors and other electrical loads as indicated on the plans. Current switches shall be available in solid and split core models and offer either a digital or an analog signal to the automation system. The sensing range of the sensor shall be appropriate for the device being monitored. M. Audible and Visible Alarms: Hom shall be continuous tone with solid-state electric signal and red LED pilot light. Provide a separate silence button (refer to manual push buttons below) to be mounted at an accessible height. The light shall remain on and the alarm condition active even after the silence button is pressed until the alarm state is resolved. N. Pilot Lights: Light shall be LED type with push -to -test function and have an oil -tight enclosure. The light shall be green when indicating normal operation and red when indicating an issue or alarm. O. Manual Push Buttons: Button shall be round, approximately 3/4" in diameter. Provide with the quantity and type of contacts required for the application. Submit color options for selection by the Design Professional during submittal review. P. Manual Switches: Provide line -voltage toggle switch appropriate for the application. Refer to Division 26. 2.11 CONTROL WIRING A. The term "control wiring" is defined to include providing of wire, conduit, junction boxes, and miscellaneous materials as required for mounting and connecting electric or electronic control devices and network communication devices. B. All control wiring and wiring connections required for the installation of the BAS system shall be provided by BAS Contractor unless specifically shown on the electrical or telecommunication drawings or called for in Division 26 or Division 27. C. All control wiring shall comply with the requirements of local and national electrical codes. D. Control wiring in ducts, ceiling air plenums, air plenums, air moving equipment, and other air handling spaces shall be specifically listed for the use, including wiring provided with field devices. PART 3 - EXECUTION 3.01 GENERAL A. Inspect and examine areas and conditions under which control systems are to be installed. Do not O proceed with work until unsatisfactory conditions have been corrected in a manner acceptable to the installer. I■, ro W l� rlr�tall systems and materials in accordance with drawings and details, manufacturer's instructions, m v reviewed submittals, and contract documents. Install electrical components and use electrical Quaio #bducts complying with requirements of applicable Division -26 sections of these specifications. 4c. U there components are installed in potentially wet or corrosive environments, install in an oappropriate enclosure. Enclosures shall be of the type as indicated: 1. Components installed in exterior locations or locations subject to moisture shall be installed in a NEMA 4 enclosure. 2. Where possible, do not install components in corrosive environments. However, if the component must be installed in corrosive locations, it shall be installed in a NEMA 4X enclosure. Rohrbach Associates PC BUILDING AUTOMATION SYSTEM (BAS) 23 09 00-21 City of Iowa City City Hall MPOJC Renovation 3.02 INSTALLATION OF CONTROLLERS RAPC #1323.1 A. Install controllers in accordance with manufacturer's installation instructions and with adequate clearance to allow for maintenance. B. Install all controllers in a control panel enclosure. Control panels shall be of the type as indicated: 1. Controllers installed in interior locations shall be installed in a NEMA 1 enclosure. 2. Controllers installed in exterior locations or locations subject to moisture shall be installed in a NEMA 4 enclosure. 3. Where possible, do not install controllers in corrosive environments. However, if the controller must be installed in corrosive locations, it shall be installed in a NEMA 4X enclosure and all associated components shall also be appropriate for the application and shall be approved by the Design Professional prior to installation. C. Label all control panel enclosures with the system or equipment served. Network controllers shall be labeled to indicate the general areas of the building served. All labels shall match the designations on the as -built drawings, which shall match the equipment tags on the plans. D. Include a copy of the as -built point-to-point wiring diagrams and final programmed sequence inside each control panel enclosure. 3.03 INSTALLATION OF FIELD DEVICES A. General: 1. Install all field devices where indicated on the plans and in accordance with manufacturer's installation instructions and with adequate clearance to allow for proper operation, maintenance, and removal of the device. 2. Repair pipe insulation to maintain the integrity of the insulation vapor barrier. Use hydraulic insulating cement to fill voids and to repair damages to the factory applied vapor barrier. Finish with material matching or compatible with adjacent jacket material. 3. Repair duct insulation to maintain the integrity of the insulation vapor barrier. Use foil tape to repair damages to the factory applied vapor barrier. 4. Where a field device penetrates a duct or air moving equipment, seal around the penetration to prevent air leakage. B. Room/Wall-mounted Sensors: 1. Install at the elevation indicated on the plans. Q 2. Install plastic guards over sensors with user adjustment where noted on the plans. 3. Provide insulated back panel where sensors are located on the inside face of an exterior c r 3 wall or on a column enclosure. � O JU :gmperature Sensors: I- o _ z �rCt,�� Averaging Temperature Sensors: Install sensing element with equal spacing to provide V 3 uniform coverage of the face area. -22. Immersion Sensors: Coordinate the pipe size required to accept the probe diameter of the sensor without significant flow restriction with the HVAC and Plumbing Piping Contractor. All probes shall be installed in a minimum 1-1/4" pipe size. 3. Pipe Surface Mount Temperature Sensors (Strap -on): Use only where specifically indicated on the plans. Install with thermally conductive paste at the pipe contact point. Where sensor is to be installed on an insulated pipe, install probe under the insulation and secure around pipe with only the wire protruding from insulation. Seal around wiring to maintain the vapor barrier of the pipe insulation. Rohrbach Associates PC BUILDING AUTOMATION SYSTEM (BAS) 23 09 00-22 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 4. Freezestat: Install sensing element with equal spacing to provide uniform coverage of the face area. Adjust the low limit temperature setting as indicated on the plans or as required for the application. 5. Outdoor Air Temperature and/or Humidity Sensors: Install in the location shown on the plans. If not shown on the plans, contact the Design Professional. 6. Slab Sensors: Install sensor centered between parallel runs of tubing that are spaced at the typical design spacing. Locate sensor away from high foot traffic areas and away from paths of vehicular travel. D. Duct -mounted Relative Humidity Sensors: When installed downstream of a humidifier, install far enough downstream in airflow path to allow for full moisture absorption into the airstream at all operating conditions of the humidifier. When element guard is provided with the sensor, install upstream of the sensor. E. CO2 Sensors: Within one month prior to project substantial completion, calibrate all sensors. Provide calibration reports as part of the closeout documents. Occupancy Sensors: Wire to the extra contact on the occupancy sensor/room lighting controller provided by the Electrical Contractor. G. Differential Pressure Sensors: 1. Duct Differential Pressure Sensors: Install in the location in the system shown on the plans. If not shown on the plans, contact the Design Professional. 2. Water Differential Pressure Sensors: Install in the location in the system shown on the plans. If not shown on the plans, contact the Design Professional. H. Air Differential Pressure Switches: For a positively pressurized duct, adjust the set point to be 0.25" less than the duct pressure classification rating. For a negatively pressurized duct, adjust the set point to be 0.25" more than the duct pressure classification rating. Unless indicated otherwise on the plans. Refer to the Duct Classification Schedule on the plans for duct pressure classification ratings. I. Control Valves: Install so that the valve stem axis is vertical, with operator side up. Where vertical stem position is not possible, or would result in poor access, valves may be installed with stem horizontal. Do not install valves with stem below horizontal or down. J. Current Switch: Adjust so that the set point is below the minimum operating current and above motor no load current. K. Wall -mounted Audible and Visible Alarms: Install device at 6'-8" above finished floor. Install silence button at 46" AFF and below the audible and visible alarm. L. Wall -mounted Push Buttons: Install at the elevation indicated on the plans. 3.04 INSTALLATION OF CONTROL WIRING A. The BAS Contractor may use the building telecommunications network for Tier 1 level communication between network controllers. The BAS Contractor shall utilize the data ports indicated specifically for BAS use on the telecommunications plans. If any additional or relocated data ports are required based on the BAS Contractor's system layout, the BAS Contractor shall hire the Telecommunications Contractor to provide the additional data ports at no cost to the Owner. Rohrbach Associates PC F I L E ED 0 0 6 2018 City Clerk Iowa City, Iowa BUILDING AUTOMATION SYSTEM (BAS) 23 09 00-23 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 B. The BAS Contractor shall provide a complete Tier 1 level communication network dedicated to all BAS communications, including all required wiring and network switch(es), as applicable. The BAS Contractor shall only utilize the connection port(s) indicated specifically for BAS use on the telecommunications plans. Additional connection ports shall not be utilized. C. Control wiring shall be routed in blue conduit in the following locations: concealed in walls, concealed above inaccessible ceilings, finished areas with exposed structure, inside air moving equipment or ductwork, locations subject to moisture, exterior locations, and in all unfinished spaces, such as mechanical rooms, electrical rooms, etc. Where conduit is in an exterior location or subject to moisture, it shall be rigid and sealed to be water tight. Control wiring shall not share conduit with line voltage wiring. D. Control wiring routed to devices in accessible locations may be routed in flexible conduit. The minimum size of the flexible conduit shall be 1/2" and the maximum length shall be 36". E. Control wiring concealed by accessible construction may be installed without conduit. Accessible locations include areas such as above accessible ceilings and below accessible floors. Control wiring shall not share cable tray with telecommunications wiring or raceways with any other trade. All wiring shall be neatly routed and tie -wrapped to structural components, supported at least every 4 feet. Excess wire shall be neatly coiled and secured to structure. 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. F. Install all control wiring to meet all manufacturer installation requirements, including not exceeding the maximum cable length, tension, or bend radius. At all building expansion joints, provide means for movement of wiring and conduit that exceeds the expected movement of the building. G. Label or color code each control wire at each end. Permanently label or code each point of all field terminal strips to show the instrument or item served. Color coded cable with cable diagrams may be used to accomplish cable identification. H. Splices shall not be made in shielded wiring. 3.05 SYSTEM ACCEPTANCE A. System Verification and Testing Procedure: The BAS Contractor shall confirm the system is complete, including all controls installed, graphics complete, and software programs have been completely tested and exercised for proper equipment operation. BAS 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 binary 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. 6. Selected time and setpoint schedules shall be verified by changing the schedule and observing the correct response on the controlled outputs. FILED Rohrbach Associates PC NOV 0 6 2019 City Clerk BUILDING AUTOMATION SYSTEM (BAS) Iowa City, Iowa 230900-24 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 B. System Demonstration: After the BAS Contractor has confirmed proper operation, acceptance testing will commence at a mutually agreeable time within ten (10) calendar days of the request. At that time, the BAS Contractor shall demonstrate the operation of the system to the Owner's Representative and Design Professional. Any issues are discovered during this demonstration shall be corrected. C. Operation and Maintenance Manuals: Submit copies of operation and maintenance manuals as required by this section and section 23 00 10 — HVAC General Provisions. END OF SECTION 23 09 00 FILE® NOV 0 61018 City Clerk Iowa City, Iowa Rohrbach Associates PC BUILDING AUTOMATION SYSTEM (BAS) 230900-25 City of Iowa City City Hall MPOJC Renovation FILED Nov 0 61018 City Clerk Iowa City, Iowa RAPC #1323.1 Rohrbach Associates PC BUILDING AUTOMATION SYSTEM (BAS) 230900-26 City of Iowa City City Hall MPOJC Renovation SECTION 23 21 13 HYDRONIC PIPING PART 1 -GENERAL 1.01 RELATED WORK 17_11�7EiRY�t�i 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 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 hydronic piping work is indicated on drawings and schedules, and by requirements of this section. 2. Insulation of hydronic piping is specified in other Division -23 sections, and is included as work of this section. 3. Installation of valves for hydronic piping system is specified in other Division -23 sections and is included as work of this section. 1.03 QUALITY ASSURANCE A. ASME Compliance: Fabricate and install hydronic piping in accordance with ASME B31.9 'Building Services Piping'. B. UMC Compliance: Fabricate and install hydronic piping in accordance with the "Uniform Mechanical Code'. C. IMC Compliance: Fabricate and install hydronic piping in accordance with the 'International Mechanical Code". 1.04 SUBMITTALS A. Submit manufacturer's submittal information including cut sheets, material data, and product specifications. PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Grooved Piping Systems 1. Gruvlok by Anvil International 2, Victaulic B. Copper Pressure -Seal Fittings 1. Viega Pro Press 2. NIBCO Press System Rohrbach Associates PC FILE® NOV 0 81018 City Clerk Iowa City, Iowa HYDRONIC PIPING 2321 13-1 City of Iowa City City Hall MPOJC Renovation C. System fill pressure valve, air vents and other hydronic accessories 1. Amtrol/Thrush 2. Bell & Gossett 3. Taco 4. Wheatley 5. Armstrong 6. Patterson Pump D. Coil Piping Packages 1. Pro Hydronic Specialties 2. Griswold 3. IMI Flow Design Inc. 4. NuTech Hydronic Specialty Products H. Manual Balancing Valves 1. Bell & Gossett 2. Tour & Andersson/Victaulic 3. IMI Flow Design Inc. (Flow Set) 4. Pro Hydronic Specialties 5. Griswold 6. NuTech Hydronic Specialty Products Strainers 1. Keckley r I L r. L) 2. Metraflex 3. Titan 4. IMI Flow Design Inc. (Autoflow) NOV 0 6 2018 5. Griswold 6. SF Equipment City Clerk 7. Pro Hydronic Specialties Iowa City, Iowa 2.02 BASIC MATERIALS AND PRODUCTS RAPC #1323.1 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 ASME 831.9 "Code for Building Services Piping" where applicable, base pressure rating on hydronic piping system's maximum design pressures. Provide sizes and types matching piping and equipment connections; provide fittings of materials which match pipe materials used in hydronic piping systems. Where more than one type of materials or products are indicated, selection is Installer's option. B. Valves: Refer to Section 23 05 23 - General Duty Valves for HVAC Piping C. Piping Specialties: Refer to Section - 23 05 00 - Common Work Results for HVAC. D. Expansion Compensation: Refer to Section 23 05 16 - Expansion Fittings and Loops for HVAC Piping. E. Meters and Gauges: Refer to Section 23 05 19 - Meters and Gages for HVAC Piping. Rohrbach Associates PC HYDRONIC PIPING 232113-2 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 F. Supports, Anchors and Seals: Refer to Section 23 05 29 - Hangers and Supports for HVAC Piping. 2.03 PIPE: Material Service A. Copper water tube, hard temper, ASTM B88. Type L Heating water. F/Len B. Black steel pipe, Heating water. BOy Schedule 40 ASTM A53' 0 6 ` ASTM A53 is for normal use onl . 2.04 FITTINGS: A. Copper water tube cast bronze or wrought copper: _'•r t-ierk Iowa Cily Iowa 1. Solderjoint type. ANSI B16.18 and B16.22-63. 2. Pressure -Seal pipe joining system, copper press fittings, 1/2" to 4" in diameter. ASME 816.18, ASME B16.22. O -rings for copper press fittings shall be EPDM. Installation per manufacturer's recommendations. 3. Mechanical grooved and roll -groove copper piping system and fittings: may be used as approved by code for copper piping. All components shall be by one manufacturer. System installation shall be in accordance with the manufacturer's recommendations. B. Steel Pipe 1. Threaded pipe (2" dia and smaller): Malleable iron fittings, 125 pound standard flat band water pattern. 2. Welded pipe (2 1/2" dia and larger): Standard radius weld fittings and weld neck or slip- on flanges, same material and strength as pipe. 3. Mechanical grooved and roll -groove steel piping system and fittings: May be used as approved by code for black steel, stainless steel and galvanized steel. Gasket type to be used shall be appropriate for intended service. All components shall be by one manufacturer. System installation shall be in accordance with the manufacturers recommendations. 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. 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. 3. Mechanical grooved and roll grooved couplings: Grooved couplings may be used as approved by code for copper piping. Gasket type to be used shall be appropriate for intended service. All components shall be by one manufacturer. System installation shall be in accordance with the manufacturers recommendations. Rohrbach Associates PC HYDRONIC PIPING 232113-3 City of Iowa City City Hall MPOJC Renovation B. Steel Pipe: RAPC #1323.1 1. Threaded pipe (2" dia and smaller): Make joints using Teflon tape applied to male threads only. Cut pipe square, cut threads clean, remove burrs and ream ends to full size of bore. For fuel piping and lubricating oil piping, joint sealing material shall be resistant to petroleum products. 2. Welded pipe (2 1/2" dia and larger): Welding shall conform to welding section of ANSI - B31.3 "Code for Power Piping." 3. Mechanical grooved and roll grooved couplings: Grooved couplings may be used as approved by code for black steel, stainless steel and galvanized steelyyy999 G k type to be used shall be appropriate for intended service. All componi F. a t manufacturer. System installation shall be in accordance with the m recommendations. Nov 0 61018 2.06 NIPPLES AND UNIONS City Clerk A. All nipples shall conform to size, weight and strength of adjoining pipe. f9A@rPA➢Ig1b 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. For steel pipe use black or galvanized malleable iron unions, to conform to pipe with ground joint. Cast iron flanged unions gasket type. 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 Clearno by Victaulic. 2.07 AIR VENTS A. Manual Air Vents: Bell & Gossett Model No. 17SR. 2.08 PRESSURE & TEMPERATURE TEST STATIONS A. Supply and install in an accessible position, Peterson Equipment Company #110 "Pete's Plug", or equal, 1/4" MPT fitting ("110 -XL for insulated piping) to receive either a temperature or pressure probe 1/8" O. D. in the supply and return piping of all chillers, coils, fan coil units, heat exchangers, water pumps, and on all hot water and chilled water, supply and return mains. Fitting shall be solid brass with two (2) valve cores or Nordel (maximum 275 deg. F. at 500 PSI), fitted with a color coded and marked cap with gasket and shall be rated at 1000 PSIG. Single valve core or Neoprene valve core devices are unacceptable. B. Meters and Instruments - The installing contractor shall supply and present to the owner upon completion of testing, one Series 1500 -XL pressure and temperature test kit, consisting of a 0-100 PSI, 0-230 ft. of water pressure gauge with No. 500 gauge adapter attached, a 25-125 deg. F. pocket testing thermometer, a 0-220 deg. F. pocket testing thermometer, a No. 500 gauge adapter, and a protective carrying case. Rohrbach Associates PC HYDRONIC PIPING 2321 13-4 City of Iowa City City Hall MPOJC Renovation 2.09 COIL PIPING PACKAGE RAPC #1323.1 A. Coil piping package shall include combination isolation valve and strainer, union for inlet and outlet coil connections, union connections for temperature control valve, and flow limiting device with integral isolation valve. All components shall be line size without reductions. B. Combination Valve/Strainer: Shall include a combination valve, Y -strainer and union with two extended temperature/pressure test ports and hose end drain valve with cap and chain. 1. Strainer shall be 20 mesh stainless steel screen. 2. Valves up to 2" shall be full -port ball with blowout proof stem and stainless steel ball. 3. Valves larger than 2" shall be butterfly type, carbon steel body with bronze seat, bronze disc with EPDM seal and stainless steel stem. C. Unions: Provide union for inlet and outlet connections to coil and for temperature control valve installation. Union at outlet of coil shall include manual air vent and pressure/temperature port. D. Manual Balancing Valve: 1. Valves up to 2" shall be ball type valve with brass body and stainless steel ball construction, glass and carbon fitted TFE seat rings, extended readout ports with integral check valves and gasketed caps, drain port, calibrated nameplate and position indicator, memory stops, and NPT connectors, rated for 300 psig at 250°F. 2. Valves larger than 2" shall be lugged butterfly type valve with carbon steel body, bronze seat, bronze disc with EPDM seal insert, stainless steel stem, readout ports with integral check valves and gasketed caps, drain port, calibrated nameplate and position indicator, memory stops, and flanged connection rated for 175 psig at 250°F. 3. Valves to be selected for 5 ft. pressure drop at full open setting and design water flow. 4. Provide identification, by metal tag with chain or visiblticker, providing zone identification and balanced flow rate (GPM). ys'LED 2.10 MANUAL BALANCING VALVES A. Provide calibrated manual balancing valves where indicated on the plans. NOV 06Y018 City Clerk B. Construction: lova City, Iowa 1. 1/2" to 2" ball type valve with brass body and stainless steel ball construction, glass and carbon fitted TFE seat rings, extended readout ports with integral check valves and gasketed caps, drain port, calibrated nameplate and position indicator, memory stops, and NPT connectors, rated for 300 psig at 250°F. 2. 2 1/2" to 12" butterfly or globe style valve with cast iron or carbon steel body, bronze seat, stainless steel stem, readout ports with integral check valves and gasketed caps, drain port, calibrated nameplate and position indicator, memory stops, and flanged connection rated for 175 psig at 250°F C. Valves to seal leak -tight at maximum rated working pressure. D. Valves to be selected for 5 ft. pressure drop at full open setting and design water flow. E. Provide identification, by metal tag with chain or visible sticker, providing zone identification and balanced flow rate (GPM). Rohrbach Associates PC HYDRONIC PIPING 232113-5 City of Iowa City City Hall MPOJC Renovation 2.11 STRAINERS RAPC #1323.1 A. Strainers shall be Y -strainers with hose end drain valve with cap and chain (and shall be independent of isolation valve). ANSI Class 125 cast bronze or cast iron. B. Y -strainers shall be 20 mesh stainless steel screen with removable cap. 2.12 SUPPLY AND RETURN HOSES A. All hoses shall be a minimum of 12inches in length and equipped with swivel end connections at terminal unit. All end connections shall be crimped to meet stated pressure ratings. Serrated/slip fit connections are not acceptable. e. Hose materials shall be high quality polyethylene pipe insulation over a stainless steel braided inner core and withstand working pressure of 375 PSI (1/2"), 300 PSI (3/4"), 225 PSI (1"), 200 PSI (1-1/4") at 211 deg. F and 175 PSI (1-1/2") and 150 PSI (2") at 200 deg. F. PART 3 - EXECUTION 3.01 INSPECTION A. General: Examine areas and conditions under which hydronic 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 manufactu�rrrt�n n aw`tfgns, ASME 831.9 "Code for Building Services Piping", and as required to a the documents. NOV 0 6 2010 B. Valves City Clerk 1. Refer to Section 23 0523 - General Duty Valves for HVAC Piping. Iowa City, IOWA 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 hydronic terminals or equipment connections, and elsewhere as indicated. 4. Shutoff Valves: Install on inlet and outlet of each mechanical equipment item, and on inlet of each hydronic terminal, and elsewhere as indicated. 5. Drain Valves: Install on each mechanical equipment item located to completely drain equipment for service or repair. Install at base of each riser, at base of each rise or drop in piping system, and elsewhere where indicated or required to completely drain hydronic piping system. 6. Check Valves: Install on discharge side of each pump, and elsewhere as indicated. C. Piping Specialties: Refer to Section 23 05 00 - Common Work Results for HVAC. D. Expansion Compensation Products: Refer to Section 23 05 16 - Expansion Fittings and Loops for HVAC Piping. E. Meters and Gauges: Refer to Section 23 05 19 - Meters and Gages for HVAC Piping. Rohrbach Associates PC HYDRONIC PIPING 232113-6 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 Supports, Anchors and Seals: Refer to Section 23 05 29 — Hangers and Supports for HVAC Piping and Equipment. 3.03 HYDRONIC PIPING A. Install pipe for all hydronic 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. E. Where rough -in is required for equipment furnished by others, verify exact rough -in dimension with owner or equipment supplier before roughing -in. Install automatic temperature control valves and other items as called for to be installed in piping and furnished by Section 23 09 00 - Building Automation System (BAS). G. Piping up to 2" diameter shall be screwed, piping 2-1/2" diameter and over shall be welded. 3.04 HYDRONIC SPECIALTIES A. Air separator shall not be supported by piping; install pipe hanger at inlet and oF1 B. Install pressure reducing and fill valves as indicated and make cold water conneecction�E>'!�C n fill by-pass line with globe valve. NOV 0 E 2018 C. Install manual air vents for each terminal unit coil and at other points likely to entnTff'Clerk D. Maintain access to pressure and temperature test stations. Iowa City, IOWA E. Install backflow preventers in accordance with manufacturer's recommendations. Installing Contractor shall provide testing by a certified backflow, assembly tester at the time of installation as required by the Uniform Plumbing Code. Install air gap fitting and pipe to nearest floor drain. 3.05 EQUIPMENT CONNECTIONS A. General: Connect hydronic piping system to mechanical 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. B. Hydronic Terminals: Install hydronic terminals with valve and union on outlet; union, shutoff valve on inlet. Install manual air vent on element in accordance with manufacturer's instructions. Locate valves and balancing cocks behind valve access doors for ease of maintenance. Where indicated, install automatic temperature control valve with unions between valve and element on supply line. Rohrbach Associates PC HYDRONIC PIPING 232113-7 City of Iowa City City Hall MPOJC Renovation 3.06 FIELD QUALITY CONTROL RAPC #1323.1 A. Piping Tests: Test hydronic piping in accordance with testing requirements of Division -23 Basic Materials and Methods, Section 23 00 10 - HVAC General Provisions. 3.07 ADJUSTING AND CLEANING A. Cleaning, Flushing and Inspecting: Clean, flush and inspect hydronic piping systems in accordance with requirements of Division -23 Basic Materials and Methods, Section 23 00 10 - HVAC General Provisions. B. Chemical Treatment: Refill hydronic piping systems, adding caustic soda to maintain ph of 8.0 to 8.5 and sodium sulfate in amount of 1/3 caustic soda or to maintain residual of 30- to 40 -ppm in system. Add trisodium phosphate to make hardness of 0 -ppm and residual of approximately 30 -ppm in system. Repeat measurements daily with system under full circulation and apply chemicals to adjust levels until no change is apparent. END OF SECTION 23 21 13 FILE® NOV 0 6 1018 City Clerk Iowa City, Iowa Rohrbach Associates PC HYDRONIC PIPING 232113-8 City of Iowa City City Hall MPOJC Renovation SECTION 23 31 13 LTPk10111111101&1 PART 1 -GENERAL 1.01 RELATED WORK RAPC #1323.1 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. Supply: Downstream of terminal units. 2. Return: Upstream of terminal units. 3. Exhaust: Upstream of terminal units. F71 L ED 4. Transfer & Combustion: Less than 1" static pressure. 5. Outdoor & Relief: Upstream/Downstream of unit. NIV 0 6 Zola 6. Laundry Vent: Downstream of dryer. City Clerk C. High velocity ductwork shall apply to the following: IOWA City, Iowa 1. Supply & Ventilation: Upstream of terminal units or velocity >_ than 2,500. FPM 2. Return: Downstream of terminal units and/or >_ than 2,500 FPM. 3. Exhaust: Downstream of terminal units and/or >_ than 2,500 FPM. 1.03 DEFINITIONS A. Conditioned Space: An area inside the building which is heated and/or cooled. B. Tempered Space: an area inside the building which is not directly heated or cooled, but is adjacent to a heated or cooled space with no insulation separating the two spaces (e.g., ceiling plenums). C. Untempered Space: an area inside the building which is not conditioned and is not tempered (e.g., attic spaces). D. Exterior: An area outside the building (e.g., roof mounted items). 1.04 QUALITY ASSURANCE A. Duct and plenum construction, metal gauges, reinforcing, methods of supporting and hanging 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). Rohrbach Associates PC METAL DUCTS 2331 13-1 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 B. Unless noted otherwise, all ductwork shall be provided with pressure class and leakage class as indicated and scheduled on the plans. If pressure or seal class is not indicated, ductwork shall be provided to meet the pressure class based on the scheduled capacity of the equipment it is served by or connected to and with seal class A. C. NFPA Compliance: All liner and covering materials shall have maximum UL Flame Spread Index of 25, and maximum Smoke Developed Index of 50, and shall meet all requirements of NFPA-90A. 1.05 SUBMITTALS A. Shop Drawings: 1. Submit %" per foot 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. Submit weld sample, welding information, and welders' certification for weld stainless steel ductwork. Submittal to include the following information: 1. Welder name(s): FOL E® 2. Certification: 3. Metal type and gauge: 4. Joint preparation: NOV 0 6 1818 5. Welding process: City t 6. Equipment utilized: I -'r Wa City, 7. Filler specifications: Iowa 8. Shield gas: D. 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. E. Maintenance Data: Submit maintenance data and replacement material lists for each type of mechanical insulation. Include this data in maintenance manual. F. 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. 1.06 REGULATORY REQUIREMENTS A. National Fire Protection Association, NFPA 90A: Air Conditioning and Ventilating Systems Underwriter's Laboratories, UL 181: Factory -Made Duct Materials and Air Duct Connections. Rohrbach Associates PC METAL DUCTS 233113-2 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 1.07 DELIVERY, STORAGE, AND HANDLING A. Protect shop -fabricated ductwork, accessories and purchased products from damage during shipping, storage and handling. 1. Stored materials subject to rejection due to damage. B. Deliver insulation, coverings, cements, adhesives, and coatings to site in containers with manufacturer's stamp or label, affixed showing fire hazard ratings of products. C. Protect insulation against dirt, water, and chemical and mechanical damage. Do not install damaged insulation; remove from project site. PART2-PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. I: C. 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. Duct Lining Materials 1. Certain -Teed 2. Owens Corning Fiberglass 3. Johns -Manville 4. PPG 5. Knauf Flexible Ductwork 1. Flexmaster: Type 3 2. Genflex: IHPL (1-1/2" thick insulation) 3. Thermaflex: M -KC (1-1/2" thick insulation) 2.02 LOW VELOCITY DUCTWORK A. General: Provide factory -fabricated or shop fabricated duct and fittings. B. Materials: FILE, Nov 06Zola City Clerk Iowa City, low, 1. Galvanized sheet steel complying with ANSI/ASTM A527, lockforming quality, with ANSI/ASTM A525, G90 zinc coatings, mill phosphatized. C. Gauge: Comply with code requirements for minimum gauge thickness for various sizes. D. Fittings: 1. Construct branches, bends, and elbows with centerline radius of not less than duct 1.0 times the width (diameter), where space conditions will not permit this radius or where indicated on drawings, square elbows with air turns shall be used. 2. Slopes for transitions or other changes in dimension shall be minimum 1:3. 3. Longitudinal seams shall be Pittsburgh Lock or snaplock equal per SMACNA. Lateral seams shall be slip drive or standing. Slip seams and sheet metal screws not permitted. Rohrbach Associates PC METAL DUCTS 233113-3 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 2.03 GALVANIZED STEEL DUCTWORK — HIGH VELOCITY A. Single -Wall Ducts: Spiral -wound, zinc -coated steel with individual formed steel tees and elbows. Single -Wall Round Duct Gauges: Duct Diameter (Inches Upto8 9to22 23 to 36 37 to 50 51 to 60 61 and Over Minimum USS Gauge Spiral Lock Seam 26 24 22 20 18 16 2. Single -Wall Oval Duct Gauges, Factory -Made with Spiral Lock Seams: Maximum Width Minimum in Inches USS Gauge Reinforcement Longitudinal Centers Up to 10 24 None 11 to 20 22 4 foot centers 21 to 40 18 2 x 2 x 1/8 angle 2.5 foot centers 41 to 72 16 2 x 2 x 3/16 angle 2 foot centers B. Flexible Ductwork, Insulated: Suitable for -20°F to 220°F temperature range and minimum 12 inches w.c. working pressure. 1. Inner Liner: Glass fiber, PVC coating, factory -clinched in cold-rollp I ni d steel spiral, or with spiral wire permanently bonded to fabric, UL listed, c l,r[wp® 90. `` 2. Outer Jacket: 1-1/2" thick, 3/4 Ib. fibrous glass, with flame -resistant PVC OOFoor barrier. IIYY B Zola C. Access Panels: Shall be of same material as ducts in which they are installed, A. r�icated of two thicknesses of not less than 24 gauge, with 1" thick rigid glass fiber filler. Pr&d9 Qift*metal frame, air tight gasket equal to United McGill AOBXFDDC. OWa City, jOWa D. Fabrication 1. Directional Change: a. Construct tees, bends, and elbows with radius minimum 1.0 times width of duct on center line. 2. Size Change: a. Increase and decrease duct sizes gradually, not exceeding 150, unless otherwise noted on Drawings. 3. Seams and Joints: In accordance with SMACNA standards. a. Rigidly construct metal ducts with joints mechanically tight, substantially airtight, braced and stiffened so not to breathe, rattle, vibrate or sag. b. Where spiral ductwork is exposed, assemble duct to duct joints with spiral seam following continuous helicoid pattern across joints. 2.04 PLENUMS A. Plenums shall be fabricated of same material as duct connecting to plenum; shall be two metal gauges heavier than gauge of largest duct connecting to plenum. Rohrbach Associates PC METAL DUCTS 233113-4 City of Iowa City City Hall MPOJC Renovation 2.05 DUCT SEALING — LOW VELOCITY RAPC #1323.1 A. All joints in low velocity duct work shall be sealed with Foster 32-14 or DuctMate ProSeal. Apply and install joint sealer per manufacturer's recommendations. In general, apply to male end of coupling and/or interior of female fitting. After connection, brush sealant over the assembled joint and screws with a 2" to 3" wide band. Sealant shall be allowed to set for 48 hours before any air pressure is put on system. All tie bars, bolts and rivets shall be sealed with the specified sealant. Sealant as manufactured by 3M No. 800 or United Sheet Metal will be considered equal. B. Alternate Sealing System: 1. Transverse duct joints may be made with the Ductmate System or an approved equal. 2. The installation of the Ductmate System shall be in accordance with the manufacturer's printed instruction and installation manuals. 3. The standard Ductmate System joint is the equivalent of a SMACNA "J" connection. The Ductmate-JR System joint is the equivalent of a SMACNA "E" connection. Construction of the duct, such as gauge, reinforcing, etc. shall be as indicated in the addendum to the SMACNA manuals as provided by the manufacturer and as tested by Pittsburgh Testing Laboratory. C. Duct Sealing Requirements: SMACNA Seal Class A. 2.06 DUCT SEALING - HIGH VELOCITY A. All joints in high velocity duct work shall be sealed with Foster 32-14 or Ductmate ProSeal. Apply and install joint sealer per manufacturers recommendations. In general, apply to male end of coupling and/or interior of female fitting. After connection, brush sealant over the assembled joint and screws with a 2" to 3" wide band. Sealant shall be allowed to set for 48 hours before any air pressure is put on system. All tie bars, bolts and rivets shall be sealed wit s0ecified sealant. Sealant as manufactured by Minnesota Mining No. 800 or United Sheet tali be cong d red equal. B. Alternate Sealing System: NOV 0 6 2018 1. Transverse duct joints may be made with the Ductmate System or angao(rQial-J@qual. 2. The installation of the Ductmate System shall be in accordance "iki(y "Wgurer's printed instruction and installation manuals. 3. The standard Ductmate System joint is the equivalent of a SMACNA "J" connection. The Ductmate-JR System joint is the equivalent of a SMACNA "E" connection. Construction of the duct, such as gauge, reinforcing, etc. shall be as indicated in the addendum to the SMACNA manuals as provided by the manufacturer and as tested by Pittsburgh Testing Laboratory. C. Duct Sealing Requirements: SMACNA Seal Class A. 2.07 DUCT LINER A. Lining materials shall be Type 'A' Duct Liner, Certain -Teed Toughgard or equivalent, one and one half (1 1/2) pounds per cubic foot density or equal. B. Unless specifically indicated to not be insulated, all ductwork and accessories shall be either lined or wrapped. Duct systems not listed or without a type or thickness indicated on the plans shall be insulated with 1-1/2" wrap. Rohrbach Associates PC METAL DUCTS 233113-5 City of Iowa City City Hall MPOJC Renovation PART 3 - EXECUTION 3.01 INSTALLATION RAPC #1323.1 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. 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 length. 8. Provide each duct riser with a minimum of two supports completely spanning the shaft opening at each floor. One pair of supports may be used to support more than one duct riser, provided that the strength of the supports is increased appropriately and proper additional supplementary steel is used at the extra risers. 9. Support duct risers, located between floors that are more than 15 feet high, at each floor and halfway points between floors. The distance between intermediate supports on very high floors should not exceed 12 feet. Intermediate hangers may be supported from an adjacent wall or hung by rods from supports on the floor above. 10. Provide one or more sets of hangers for equipment in duct runs such as heating coils, heat pumps, etc., as recommended by their manufacturers. D. Locate duct hangers approximately: �' 1. 2 to 24 inches from flexible connections of fans. 2. 2 to 24 inches from the outlets or flexible connects of VAV control units or mixing boxes. 3. 12 to 36 inches from the main duct to the first hanger of longill" ¢pis. 4. 2 to 12 inches from the ends of all branch ducts and linear diffuser plan ms. City Clerk Rohrbach Associates PC IO Na City, IOWeMETAL DUCTS 233113-6 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 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 tum. 7. 0 inches to half the duct width plus 2 inches from the vertical centerline of the bottom and top elbows of vaned square elbow offsets over 8 feet high. 8. One-eighth of the arc in from the ends of bottom and top radius elbows of vertical offsets longer than 8 feet. Short vertical offsets require hangers at the bottom elbow. Likewise, sloping offsets need at least one set of hangers at their lower radius elbow. 9. 6 to 12 inches from transverse joints of ducts whose lengths are the same as specified hanger intervals. 10. 6 to 12 inches from one side of walls or partitions penetrated by ducts. E. Maximum permitted hanger spacing: 1. 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. 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 moIrf)hintain ntas specified in other sections. J. Install eccentric reducers with tops of both dFmaximum ceiling space below ducts. NOV 0 6 Y618 K. Openings: City Clerk 1. Provide in ductwork to accommodate dcmeas(oii9rs♦CV&erature control components and fire dampers. 2. Install access panels for inspection and servicing of all duct mounted equipment including, but not limited to: reheat coils, sound attenuators, motorized dampers, airflow measuring stations, smoke and fire dampers. 3. Provide pitot tube openings for testing of systems, complete with metal cap, with spring device or screw to ensure against air leakage. 4. Where openings are provided in insulated ductwork, install insulation materials inside metal collar. 5. For kitchen exhaust hood grease ductwork, provide cleanouts as required by code. In general, for horizontal ducts cleanouts shall be spaced not more than 20 feet apart and be located not more than 10 feet from changes in direction that are greater than 45 degrees. For vertical ducts, provide a cleanout on each floor level. Provide a cleanout at the inlet of sidewall and roof mounted exhaust fans and at inlet and outlet of in-line fans. L. Locate ducts with sufficient space around equipment to allow normal operating and maintenance activities. Rohrbach Associates PC METAL DUCTS 233113-7 City of Iowa City City Hall MPOJC Renovation M. Connections: RAPC #1323.1 1. Connect duct to equipment with flexible fabric, sheet metal clips, screws and washers. 2. At each point where ducts pass through partitions, provide sleeve with space between duct and sleeve packed with insulation and sealed. N. Where ducts pass through fire -rated walls, partitions, floors, and ceilings, seal openings in accordance with Specification Section 23 0500 - Common Work Results for HVAC. 3.02 DUCT LINER APPLICATION A. 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: 1. Clean ductwork internally, as it is installed, of dust and debris. 2. Clean external surfaces of foreign substances which might cause corrosive deterioration of metal or where ductwork is to be painted. B. Temporary Closure: 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 DUCT LEAK TESTING — HIGH VELOCITY A. Fume Hood and Snorkel (Point of Use) Exhaust Ducts: 1. Testing shall be done before any exterior insulation is applied. 2. Fume hood and snorkel (point of use) exhaust ducts are intended to be virtually without leakage within the building. 3. Each exhaust system shall be capped at all inlet points and at the point of discharge to atmosphere. Fans, dampers and flexible connections shall be included in the testing. 4. Each duct system shall be pressurized to 6 inch water column and shall meet SMACNA Leakage Class 3 requirements. 5. Where several ducts discharge into a large collection duct, the collection duct and each individual exhaust duct may be treated as separate duct systems. NOY 0 6 Y018 City Clerk Iowa City, Iowa Rohrbach Associates PC METAL DUCTS 233113-8 City of Iowa City City Hall MPOJC Renovation B. HVAC Supply and Exhaust Ducts: RAPC #1323.1 The system shall be leak tested at the design operating pressure with a total leakage not to exceed the requirements of SMACNA HVAC Systems Duct Design Chapter 5. The following guidelines shall be used: Duct Type Unit Discharge Pressure in. w.. Leaka a Class Allowed Leakage CFM/100 s . ft. Rectangular < 3 6 12.5 Rectangular 2 3,5 4 6 15 Rectangular > 4 6 18 Round & Oval < 3 3 6 Round & Oval 2 3 5 4 3 7.5 Round & Oval > 4 1 3 1 9.5 2. For determining the allowed leakage for system, calculate the ductwork surface area and multiply by the listed CFM/100 sq. ft, for each test section and sum values for all sections making up the complete system. 3. Carefully seal off all openings (except one for connecting the test equipment) to the riser or run -out section to be tested. 4. Follow the recommendations of the manufacturer of the duct seal to allow for adequate cure time for sealer. 5. Connect test blower, calibrated orifice tube and manometers to the system in accordance with the test equipment manufacturer's recommendations. 6. When the specified test pressure is reached, allow the blower to run for one minute to make sure that the pressure is stabilized. 7. When the pressure is holding steady, measure the air flowing through the orifice tube assembly. 3.05 DUCTWORK APPLICATION SCHEDULE — LOW VELOCITY AIR SYSTEM MATERIAL HVAC Supply, Return Steel, Galvanized General Exhaust Transfer Stainless Steel, Welded Clothes Dryer Exhaust Aluminum Natatorium Supply Natatorium Exhaust Kitchen Grease Hood Exhaust Stainless Steel, Welded Dishwasher Exhaust Fume Hood Exhaust 3.06 DUCTWORK APPLICATION SCHEDULE — HIGH VELOCITY 1B AIR SYSTEM MATERIAL HVAC Supply, Return, and Steel, Galvanized General Exhaust Exhaust Ducts Stainless Steel, Welded i w r aust i s Hood Exhaust Ducts NOV 0 6 2018 t to alry Clerk City, Iowa END OF SECTION 23 31 13 Rohrbach Associates PC METAL DUCTS 233113-9 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 FILED NOV 0 6 2010 City Clerk Iowa City, Iowa Rohrbach Associates PC METAL DUCTS 2331 13-10 City of Iowa City City Hall MPOJC Renovation SECTION 23 33 00 AIR DUCT ACCESSORIES 7_1A iare] 421:11:7111 1.01 RELATED WORK I:Llli>E;�iRYltl<i 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. Types of duct accessories required for project include the following: Volume Dampers/Regulators Flexible Ducts 1.03 QUALITY ASSURANCE A. SMACNA Compliance: Comply with applicable portions of Sheet Metal and Air Conditioning Contractor's National Association (SMACNA) "Fire Damper and Heat Stop Guide". B. Industry Standards: Comply with American Society of Heating, Refrigerating and Air -Conditioning Engineers, Inc. (ASHRAE) recommendations pertaining to construction of duct accessories, except as otherwise indicated. C. UL Compliance: Construct, test, and label fire dampers in accordance with Underwriters Laboratories (UL) Standard 555 "Fire Dampers and Ceiling Dampers". 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 technical information for each type of duct accessory, including dimensions, capacities, materials of construction, installation instructions, interfacing requirements with ductwork, and method of fastening or support where applicable. B. 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 F1 A. Subject to compliance with requirements, providels manufactured by one of the following: OR 66 2818 Flexible Ductwork City Clerk a. Semco b. Wiremold Iowa City, Iowa C. Thermaflex d. Valuflex Rohrbach Associates PC AIR DUCT ACCESSORIES 233300-1 City of Iowa City City Hall MPOJC Renovation 2.02 MISCELLANEOUS RAPC #1323.1 A. Manual Volume Dampers: Fabricated of same material as ducts, two metal gauges heavier than duct and hammered 1" all around, mounted on 3/8" square rod with saw slot position indicator. 1. Provide end bearings with gasket - Young Regulator Co. Model 666 -FD or equal by Elgin. B. Manual Volume Damper Regulators: Accessible areas: Provide locking position regulator with gasket and handle - Young Regulator Co. Model 403 -FD or equal by Elgin. Inaccessible areas: Provide concealed manual volume damper regulators with cover plate and gear assembly - Young Regulator Co. Model 315 or equal by Elgin. C. Air Tums: Elgin "Air-Tite" or equal shop fabricated. D. 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 thumb operated cam lock latches. Latches must be operable without the use of any tools. 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 ULA 81. C. Where flexible duct is allowed, it shall be connected to metal ducts, terminal units and diffusers with Panduit. Tylon or equal tool installed nylon clamps. D. Maximum length of flexible duct connections from metal duct to terminal units and grilles, registers and diffusers shall be not greater than 72". All duct turns greater than 45 deg. shall be rigid elbows. E. Wherever ductwork is routed exposed, flexible ductwork is not acceptable. All exposed ductwork to be rigid. PART 3 - EXECUTION 3.01 INSPECTION C V A. Examine areas and Endloins under which duct accessories will be installed. Do not proceed with work until unsatisfact txf"itl8& have been corrected. 3.02 INSTALLATION City Clerk City, Iowa A. Install duct accessorieiPW 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. Rohrbach Associates PC AIR DUCT ACCESSORIES 233300-2 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 B. Install access panels for inspection and servicing of all duct mounted equipment including, but not limited to: reheat coils, sound attenuators, motorized dampers, airflow, measuring stations, fire dampers, smoke dampers, and combination fire/smoke dampers. Unless noted otherwise, access doors to be square and dimensions shall be 2" less than the duct dimension where they are installed, with a maximum size requirement of 24" x 24". Locate access doors (i.e. side or bottom of duct) where they provide the best access to duct equipment/accessory relative to surrounding piping, equipment, structure, etc. C. Access doors for fire dampers, smoke dampers, and combination fire/smoke dampers shall be a minimum of 12" x 12". Where maximum duct dimension (height or width) is less than 12", provide a square access door with dimensions 2" less than the duct dimension where door is installed; also, a removable section of ductwork shall be provided at the damper connection to allow for access to the damper. Removable section of ductwork shall be 24" in length and have flanged connections on both ends (or may be an elbow fitting if immediately downstream of damper). D. 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. Coordinate with other work, including ductwork, as necessary to interface installation of duct accessories properly with other work. 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. G. Install all manual dampers with damper in full open position. END OF SECTION 23 33 00 Rohrbach Associates PC AIR DUCT ACCESSORIES 233300-3 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 ot-0 N�obVA G�t`1 �te,oWa Io`Na Gtty, Rohrbach Associates PC AIR DUCT ACCESSORIES 233300-4 City of Iowa City City Hall MPOJC Renovation SECTION 23 36 00 AIR TERMINAL UNITS PART1-GENERAL 1.01 RELATED WORK RAPC #1323.1 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 air terminal units as required by the drawings and this section. 1.03 TERMINAL UNITS A. Air Terminal units shall include the following: 1. VAV Boxes 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 air terminal units. PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. VAV Boxes 1. Carnes 2. Titus 3. E.H. Price 4. Metal Aire 5. Krueger 6. Nailor 7. Tuttle & Bailey S. Johnson Controls 2.02 VAV BOXES FfLP'® NOV p 6 1019 Cjty clerk Iowa City, Iowa A. General: Ceiling mounted variable air volume supply air or exhaust control terminals for connection to single, medium pressure duct, central air systems, with heating coils (where scheduled) and air flow measuring station. Direct digital controls and actuation to be provided by DDC Controls Contractor. B. Casing: 22 -gauge galvanized steel housing, mechanically sealed and gasketed. Provided with round stub inlet duct connection and S and drive outlet duct connection. Hanger holes to be provided on four corners for installation. Leak rate not greater than two percent at 0.5 -inch wg. for sizes up through 14 inch and not greater than three percent for sizes 16 inch and above. Rohrbach Associates PC AIR TERMINAL UNITS 233600-1 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 C. Lining: Fiber free foam insulation system which complies with NFPA 90A and UL 181. Fiber free foam insulation thickness to be a minimum of 3/4" (R value = 3). D. Control Damper: 1. Locate air volume damper assembly inside unit casing. Construct from extruded aluminum or 20 gauge galvanized steel components with peripheral gasket and solid steel shaft, pivoted in self-lubricating bearings. 2. Air volume control damper shall be factory calibrated assembly consisting of damper and damper shaft extension for connection to externally mounted control actuator. 3. Leakage rate not greater than 2% of nominal CFM at 4= 3 in. w.g. inlet static pressure when tested in accordance with ASH RAE 130. E. Air Flow Sensor: Eight point flow sensing ring capable of sensing true airflow, to within +/- 10 percent regardless of inlet duct connection. Sensor includes pressure taps on inlet cone of air valve to provide the velocity signal for volume regulator and to measure airflow through the valve when used in conjunction with calibration chart provided on unit. F. Automatic Flow Controller: To be a thermostatically reset velocity controller which provides constant delivery air control within +/- 5 percent of rated flow down to 25 percent of unit rated dm, independent of changes in system static pressure, with 1-1/2 diameters of straight duct at the unit inlet. Control to within +/- 10 percent to be obtained with any inlet duct connection. Factory calibrated, field adjustable setpoints shall be provided to set maximum and minimum cfm. G. Reheat Coils (where applicable for supply air units): Coils shall have capacities and ratings as scheduled on the drawings. Coils shall consist of seamless copper tubes mechanically bonded to aluminum fins. Maximum working pressure 125 psig and test pressure of 300 psig. H. Provide terminal unit with control enclosure. VAV terminal unit with hot water reheat coil coils shall include a factory installed coil access door upstream of the coil. Access door shall be lined with the same material installed in the case and shall have cam lock latches (latches must be operable without the need for any tools); screw fasteners and non -insulated doors are not acceptable. Access doors shall be a minimum of 4" x 6-1/2". PART 3 -EXECUTION 3.01 Install units and make duct and piping connection as indicated on drawings. 3.02 Install shut-off cocks, balancing cocks, air vents, control valves and devices as required for complete installation. 3.03 Controls: Install devices furnished by manufacturer but not specified to be factory -mounted. Furnish copy of manufacturer's 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 install n ps cc equipment installer. Nov 0 6 1018 END OF SECTION 23 36 00 City Clerk Iowa City, Iowa Rohrbach Associates PC AIR TERMINAL UNITS 233600-2 City of Iowa City City Hall MPOJC Renovation SECTION 23 37 13 DIFFUSERS, REGISTERS AND GRILLES PART 1 -GENERAL 1.01 RELATED WORK 7.11iiifiRYlt�il 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 FILED A. Acceptable Manufacturers NOV 0 6 2018 1. Carnes 2. Titus City Clerk 3. E.H. Price Iowa City, Iowa 4. Metal Aire 5. Krueger 6. Nailor 2.02 Diffusers, registers, and grilles shall be of the type and style as scheduled PART 3 - EXECUTION 3.01 Install wall mounted grilles and registers plumb and level and flush to surface. Locations may be altered slightly, as acceptable to the Design Professional, so as to fit masonry portions of the structure. 3.02 In grid panel type ceilings, lay -in metal pan, acoustical, etc., grilles, registers and diffusers shall be located in the center of the panel. 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. Rohrbach Associates PC DIFFUSERS, REGISTERS AND GRILLES 233713-1 City of Iowa City City Hall MPOJC Renovation 3.04 Adjust blow pattern as indicated on plans and as scheduled, prior to balancing. :I L, I 1X41 JM *011 [0]kl"1151 k] FILED NOV 0 61018 City Clerk Iowa City, Iowa RAPC #1323.1 Rohrbach Associates PC DIFFUSERS, REGISTERS AND GRILLES 233713-2 F I L® City Clerk Iowa City, Iowa DIVISION 26 ELECTRICAL Blank Page FLED lay 0 61018 City Clerk Iowa Iowa City, y. City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 SECTION 26 00 10 ELECTRICAL 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. 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 (2017) 2. National Fire Protection Association 3. National Electrical Manufacturers Association 4. Standards of Institute of Electrical and Electronic Engineers 5. International Building Code 6. Occupational Safety and Health Act 7. Iowa Administrative Code 8. NECA Standards 9. Americans With Disabilities Act (ADA) B. All Contractors shall familiarize themselves with all codes and standards applicable to their work and shall notify Design Professional of any discrepancies between the design and applicable code requirements so that any conflicts can be resolved. Where two or more codes or standards are in conflict, that requiring the highest order of workmanship shall take precedence, but such questions shall be referred to Design Professional for final decision. 1.04 REQUIREMENTS & FEES OF REGULATORY AGENCIES A. Contractor shall comply with the rules and regulations of the local utility companies. He shall check with each utility company providing service to this project and determine or verify their requirements regarding incoming services. B. Secure all required permits and pay for all inspections, licenses and fees required in connection with the electrical work including State of Iowa Electrical Inspections. Contractor shall post all bonds and obtainlicenses required by the State, City, County and Utility. FILE® Nov 0 81018 City Clerk Rohrbach Ajavm"pdeWa ELECTRICAL GENERAL PROVISIONS 260010-1 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 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 priorto beginning work in that area. B. Existing active services, i.e., water, gas, sewer, electric, when encountered, shall be protected against damage. Do not prevent or disturb operation of active services which are to remain. C. When active services are encountered which require relocation, Contractor shall make request to authorities with jurisdiction for determination of procedures. D. Where existing services are to be abandoned, they shall be terminated in conformance with requirements of the authorities having jurisdiction. 1.07 SITE INSPECTION A. Contractor shall inspect the site prior to submitting bid for work to familiarize himself with the conditions of the site which will affect his work and shall verify points of connection with utilities, routing of outside conduit to include required clearances from any existing structures, trees or other obstacles. B. Extra payment will not be allowed for changes in th`wJl1qF.ecause of Contractor's failure to make this inspection. W� U 6101M 1.08 COORDINATION AND COOPERATION G1tY Clerk A. It shall be Contractor's responsibility to schedule andfoQfji�PWW&k with the schedule of the General Contractor so as to progress the work expedittdiis`jy, 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. Rohrbach Associates PC ELECTRICAL GENERAL PROVISIONS 260010-2 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 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 A. Refer to Division 1 for additional cutting and patching information. B. Conduits and sleeves passing through all fire or smoke rated floors, roofs, walls, and partitions shall be provided with firestopping. Space between wall/floor and conduit or sleeve shall be sealed with UL listed intumescent fire barrier material equivalent to rating of wall/floor. Where conduit or sleeves pass through floors, roofs, walls and partitions that are not fire or smoke rated, penetrations shall be sealed with grout or caulk. C. Existing Structure: 1. Contractor shall provide cutting, lintels and patching, and patch painting in the existing structure, as required for the installation of his work, and shall furnish lintels and supports as required for openings. 2. Cutting of structural support members will not be permitted without prior approval of the Design Professional. Extent of cutting shall be minimized; use core drills, power saws or other machines which will provide neat, minimum openings. 3. Patching shall match adjacent materials and surfaces and shall be performed by craftsmen skilled in the respective craft required. D. Conduits and wireways passing through all fire or smoke rated floors, roofs, walls, and partitions shall be provided with firestopping. Space between wall/floor and conduits, sleeves and/or wireways, shall be sealed with UL listed intumescent fire barrier material equivalent to rating of wall/floor. Where conduits, sleeves and/or wireways pass through floors, roofs, walls and partitions that are not fire or smoke rated, penetrations shall be sealed with grout or caulk. 1.10 MATERIALS AND EQUIPMENT A. rials and equipment shall be the standard product of a reputable U.S.A. manufacturer r r engaged in the manufacture of the specified item unless authorized in writing by Design 'L onal. Where more than one unit is required of the same system, they shall be furnished • - by t�j same manufacturer except where specified otherwise. o s 10 BNS All material and equipment shall be installed in strict accordance with the manufacturer's CM fei&fWmendations. Iowa C1try, Iowa Rohrbach Associates PC ELECTRICAL GENERAL PROVISIONS 260010-3 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 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. 1.11 SUBMITTALS A. Contractor shall furnish, to the Design Professional, complete sets of shop drawings and other submittal data. Contractor shall review and sign shop drawings before submittal. 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. 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: Design Professional will review shop drawings solely to assist contractors in correctly interpreting the plans and specifications. G. Contract requirements cannot be changed by shop drawings which differ from contract drawings and specifications. 1.12 OPERATION AND MAINTENANCE MANUALS A. 0ion tenance manuals shall be submitted to Design Professional. Refer to Division clfi Wr additional information. Nov 0 6 2818 City Clerk Iowa City, Iowa Rohrbach Associates PC ELECTRICAL GENERAL PROVISIONS 260010-4 CERTIFICATE OF SYSTEM OTHER SPEC DETAIL PROD INSTALL O & M DEMON- (SEE SECTION EQUIPMENT DWGS DATA SAMPLES METHODS MANUAL STRATION NOTES Low -Voltage Power 26 05 19 Conductors and X X Cables 26 05 33 Raceway and Boxes X X for Electrical Systems 26 09 23 Lighting Control X X X X Svstenns 26 27 26 Wiring Devices X X 26 50 00 Lighting X X X X NOTES: Design Professional will review shop drawings solely to assist contractors in correctly interpreting the plans and specifications. G. Contract requirements cannot be changed by shop drawings which differ from contract drawings and specifications. 1.12 OPERATION AND MAINTENANCE MANUALS A. 0ion tenance manuals shall be submitted to Design Professional. Refer to Division clfi Wr additional information. Nov 0 6 2818 City Clerk Iowa City, Iowa Rohrbach Associates PC ELECTRICAL GENERAL PROVISIONS 260010-4 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 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 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. 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. 1.13 TESTS AND DEMONSTRATIONS A. All systems shall be tested by Contractor and placed in proper working order prior to demonstrating systems to Owner. B. 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 26 09 23 Building Lighting 2 Contractor 26 50 00 Controls REMARKS: 1. Perform complete system test at time of instruction. JJ&f@s4Q 26 0923 for training requirements. Wtytn)sed hours shall be used at Owner's discretion during the first year of occupancy. C. NAV �pnlQjjtor shall submit to the Design Professional a certificate signed by the Owner stating the d 3 a, time, and persons instructed and that the instruction has been completed to the Owner's C;qtilfttion. An example of a certificate form is as follows: 10"Va City, Iowa Rohrbach Associates PC ELECTRICAL GENERAL PROVISIONS 260010-5 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 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. Contractors representatives giving instruction and demonstration: Contractor: NAMES DATE HOURS D. Owner's representatives receiving instruction: Owner: NAMES DATE HOURS E. Acknowledgement of demonstration: Contractor's Representative: signature date F I LwEftresentative: signature NOV 0 6 2018 date City Clerk Iowa City, Iowa Rohrbach Associates PC ELECTRICAL GENERAL PROVISIONS 260010-6 City of Iowa City City Hall MPOJC Renovation 1.14 SUBSTITUTIONS RAPC #1323.1 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 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. 1.15 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 the Contractor and/or the manufacturer. C. If Contractor chooses to use a manufacturer listed as an equal, it shall be his responsibility to assure that the manufacturer has complied with the requirements in '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. D. Where a model or catalog number is provided, it may not be inclusive of all product requirements. Refer to additional requirements provided on the plans or in the specifications as required. Similarly, there may be additional requirements included in the model or catalog number that are not specifically stated. These requirements shall also be met. 1.16 WARRANTY A Refer to Divisions 00 and 01 for information on warranties and correction of work within the warranty period. 1. If a warranty or warranty period are not defined in Division 00 or 01, then the start of all FILEarranty periods shall be the date of Substantial Completion and the length of the warranty all be for one year. The entire Electrical system, includinq all sub -systems, shall be quaranteed NOVO 6 201 against defect in materials and installation for the duration of the warranty period. Any malfunctions or defects which occur within the warranty period shall be promptly corrected without cost to the Owner. This guarantee shall not limit or City Clerk void any manufacturer's express or implied warranty. Iowa City, Iowa B. Refer to other Division 26 sections for systems, equipment, or material requiring extended warranties beyond one year. Rohrbach Associates PC ELECTRICAL GENERAL PROVISIONS City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 C. The date of systems/equipment startup or equipment/material shipment to the site shall not be considered the notable date with relation to the warranty of that item. All systems, equipment, material, etc., shall have the same start date with respect to the warranty period. D. Systems, equipment or material put into use to facilitate construction activities (e.g. testing and balancing, commissioning, temporary conditioning, etc.) prior to the start of the warranty period shall not impact the length of the warranty in any way. 1.17 CHANGES IN THE WORK A. Refer to Divisions 00 and 01. 1.18 COMPLETION A. Systems, at time of completion, shall be complete, efficiently operating, non -hazardous and ready for normal use by the Owner. B. When all the electrical work is complete Contractor shall thoroughly clean all material and equipment installed as a part of this contract and leave all equipment and material in new condition. C. Contractor shall clean up and remove from the site all debris, excess material and equipment left during the progress of this contract at job completion. 1.19 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. END OF SECTION 26 00 10 FIDE® Rohrbach Associates PC ELECTRICAL GENERAL PROVISIONS 260010-8 City of Iowa City City Hall MPOJC Renovation SECTION 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL RAPC #1323.1 PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 26 00 10 - Electrical General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. This section includes the following: Demolition. FILE PART 2 - PRODUCTS NOV Q 6 2018 2.01 MATERIALS City Clerk A. All materials removed shall be the property of the rent@ Et t*Aq&�and shall be removed from the site unless otherwise specified. PART 3 -EXECUTION 3.01 GENERAL A. Demolition shall be accomplished by the proper tools and equipment for the work to be removed. Personnel shall be experienced and qualified in the type of work to be performed. 3.02 EXAMINATION A. Verify field measurements and circuiting arrangements are as shown on Drawings. B. Verify that abandoned wiring and equipment serve only abandoned facilities. C. Demolition Drawings are based on casual field observation. Report discrepancies to Owner before disturbing existing installation. 3.03 PREPARATION A. Disconnect electrical systems in walls, floors, and ceilings scheduled for removal. B. Provide temporary wiring and connections to maintain existing systems in service during construction. When work must be performed on energized equipment or circuits, use personnel experienced in such operations. C. Existing Electrical Services: Maintain existing system in service. Disable system only to make switchovers and connections. Obtain permission from Owner at least 24 hours before partially or completely disabling system. Minimize outage duration. Make temporary connections to maintain service in areas adjacent to work area. Rohrbach Associates PC COMMON WORK RESULTS FOR ELECTRICAL 260500-1 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 D. Existing Fire Alarm System: Maintain existing system in service. Disable system only to make switchovers and connections. Notify Owner at least 24 hours before partially or completely disabling system. Minimize outage duration. Make temporary connections to maintain service in areas adjacent to work area. E. Existing Telephone System: Maintain existing system in service. Unless noted otherwise, all work associated with telephone system to be by Owner. Contractor to coordinate timing and extent of demolition required. 3.04 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK A. Demolish and extend existing electrical work under provisions of this Section. B. Remove, relocate, and extend existing installations to accommodate new construction. Extend existing installations using materials and methods as specified. C. Remove abandoned wiring to source of supply. D. Remove exposed abandoned conduit, including abandoned conduit above accessible ceiling finishes. Cut conduit flush with walls and floors, and patch surfaces. E. Disconnect abandoned outlets and remove devices. Remove abandoned outlets if conduit servicing them is abandoned and removed. Provide blank cover for abandoned outlets which are not removed. F. Disconnect and remove electrical devices and equipment serving utilization equipment that has been removed. G. Disconnect and remove abandoned luminaires. Remove brackets, stems, hangers, and other accessories. H. Repair adjacent construction and finishes damaged during demolition and extension work. Maintain access to existing electrical installations which remain active. Modify installation or provide access panel as appropriate. Clean and repair existing materials and equipment which remain or are to be reused. 3.05 FLUORESCENT LAMP AND BALLAST DISPOSAL A. Unless noted otherwise, all existing fluorescent lamps and ballasts within light fixtures to be removed shall be assumed to contain mercury and PCB's respectively. These items need to be disposed of by a mercury and PCB Disposal Contractor, who shall be a subcontractor to Electrical Contractor. This Disposal Contractor shall have all local, state, and federal authorization for handling, transporting, and processing these materials. Disposal Contractor shall have pollution insurance and shall generate a Certificate of Disposal. Ballasts and all contaminated materials shall be incinerated. Lamps shall be recycled. 3.06 WORK BY OTHERS A. Unless specifically noted under other contracts, Electrical Contractor shall assume all required work shall e by him. In general, the following will be performed by others: 1. F for will remove any bases, floor fill, wall work and footings; neatly patch, match, complete and finish all affected surfaces. NOY 0 6 2018 Rohrbach Associe" lNerk COMMON WORK RESULTS FOR ELECTRICAL Iowa City, Iowa 260500-2 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 2. Mechanical Contractor will disconnect all mechanical services and remove pipe back to behind finish surfaces, close and cap ends of pipe. 3.07 OWNER'S RIGHT OF SALVAGE A. Owner may designate and have salvage rights to any material herein demolished by the Contractor. END OF SECTION 26 05 00 F JLE® MOV 0 6 IM City Clefk Iowa City, Iowa Rohrbach Associates PC COMMON WORK RESULTS FOR ELECTRICAL 260500-3 City of Iowa City City Hall MPOJC Renovation FILE NOV 0 61019 City Clerk JOWa City, loWa Rohrbach Associates PC COMMON WORK RESULTS FOR ELECTRICAL 260500-4 City of Iowa City City Hall MPOJC Renovation SECTION 26 05 19 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES RAPC #1323.1 PART 1 -GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 26 00 10 - 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. UL Labels: Provide electrical wires, cables and connectors which have been UL -listed and labeled. D. NEMA/ICEA Compliance: Comply with applicable portions of NEMA/Insulated Cable Engineers Association standards pertaining to materials, construction and testing of wire and cable. E. ANSI/ASTM: Comply with applicable portions of ANSI/ASTM standards pertaining to construction of wire and cable. F. The materials used for wiring systems shall be the products of a manufacturer regularly engaged in the manufacturing of the specified material. 1.04 SUBMITTALS A. Product Data: Shmi L t rds technical product data for each product specified. PART 2 - PRODUCTS Key 0 61018 2.01 WIRE AND CABLE City Clerk i wa City Iowa A. All wire and cable r 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 #12 AWG and smaller shall be solid, conductor sizes #10 AWG and larger shall be stranded. B. Minimum size conductors shall be #12 AWG for power and lighting. Rohrbach Associates PC LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519-1 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 C. Type of wire and cable for various applications shall be as follows: 1. Type THHN/THWN-2, or XHHW-2 (90 deg. C) - use for branch circuits, panel and equipment feeders in dry locations. 2. Type XHHW-2 (90 deg. C) - use for branch circuits, panel and equipment feeders located underground and in wet and dry locations. 3. 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 be colored or 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. For branch circuits with non -shared neutral conductors, provide colored tracer to match associated phase conductor. Tracers shall be Black, Red, Blue, Brown, Orange, or Yellow. 2.03 CONNECTORS A. Twist -on Wire Connectors. 1. Dry Locations. 600V rated, UL 486C listed, Ideal Industries 451/452/454 or equal by 3M or Thomas and Betts. Use for #8 and smaller. 2. Wet locations. 600V rated, UL 485D listed with pre -filled silicone sealant. Ideal industries 61/62/63 series or equal by 3M or Thomas and Betts. Use for #8 and smaller. To be used for all above ground splices in exterior locations and interior wet locations. 3. Underground locations. 600V rated, UL 485D listed for direct burial with pre -filled silicone sealant. Ideal Industries 60/64/66 series or equal buy 3M or Thomas and Betts. Use for #8 and smaller. To be used for all below ground and in -slab locations. B. Pus -n ire e�ors. 1.�y Locations. 600V rated, UL 486C listed, Ideal Industries 32/33/34 or equal by Wago, ,pyrT oas and Betts. Use for #10 and smaller. C. ConductOOprV. vefW Splices. l�lY���� JOW3 1. 100@ C I ions. 600V rated, UL 486A/B listed, insulated mechanical termination. Ilsoo ClearTap PCT or equal by Bumdy. Use for #6 and larger. Rohrbach Associates PC LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519-2 120/208V - Wye Phase W Conductor Black Phase 'B' Conductor Red Phase 'C' Conductor Blue Neutral Conductor White* Equipment Grounding Conductor Green Isolated Grounding Conductor Green w/Yellow Stripe For branch circuits with non -shared neutral conductors, provide colored tracer to match associated phase conductor. Tracers shall be Black, Red, Blue, Brown, Orange, or Yellow. 2.03 CONNECTORS A. Twist -on Wire Connectors. 1. Dry Locations. 600V rated, UL 486C listed, Ideal Industries 451/452/454 or equal by 3M or Thomas and Betts. Use for #8 and smaller. 2. Wet locations. 600V rated, UL 485D listed with pre -filled silicone sealant. Ideal industries 61/62/63 series or equal by 3M or Thomas and Betts. Use for #8 and smaller. To be used for all above ground splices in exterior locations and interior wet locations. 3. Underground locations. 600V rated, UL 485D listed for direct burial with pre -filled silicone sealant. Ideal Industries 60/64/66 series or equal buy 3M or Thomas and Betts. Use for #8 and smaller. To be used for all below ground and in -slab locations. B. Pus -n ire e�ors. 1.�y Locations. 600V rated, UL 486C listed, Ideal Industries 32/33/34 or equal by Wago, ,pyrT oas and Betts. Use for #10 and smaller. C. ConductOOprV. vefW Splices. l�lY���� JOW3 1. 100@ C I ions. 600V rated, UL 486A/B listed, insulated mechanical termination. Ilsoo ClearTap PCT or equal by Bumdy. Use for #6 and larger. Rohrbach Associates PC LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519-2 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 2. Wet and Underground Locations. 600V rated, UL 486D listed, watertight mechanical termination suitable for direct burial in earth. Ilsco SafetySub PDSS or equal by Bumdy or 3M. Use for #6 and larger. 3. Insulation piercing taps are not allowed. 4. Split bolt connectors and spices are not allowed. PART 3 - EXECUTION 3.01 PREPARATION A. Wire shall not be installed in the conduit system until the building is enclosed and masonry work is completed. B. Conduit shall be swabbed free of moisture and debris prior to pulling in wiring. Pull mouse through conduits prior to pulling conductors. 3.02 INSTALLATION A. All cable for major feeders shall be continuous from origin to termination, unless otherwise indicated. B. Branch circuit conductor sizes shall be increased to maintain a maximum 3% voltage drop. 120V, 20A homeruns shall be sized as follows based on one-way circuit length: a. 0-80': #12 AWG b. 81'-140': #10 AWG C. 141'- 210': #8 AWG d. 211' and over: #6 AWG C. Conductors for emergency power systems shall be kept in entirely independent of all other wiring and equipment. Emergency system wiring shall not occupy the same raceway, wireway or junction box, D. Conductors for 208V and 480V systems shall be installed in separate raceway systems. E. Splices shall be made only in accessible junction boxes or handholes. F. All power feeder cable shall be pulled with the use of approved pulling compound or powder. Compound must not deteriorate conductor or insulation. G. If conductor insulation is damaged during installation, replace entire conductor. H. Use pulling means, including fish tape, cable or rope which cannot damage raceway. 1. Install exposed cable, parallel and perpendicular to surfaces or exposed structural members and follow surface contours, where possible. J. Ke p c a uit conductor splices to a minimum. K. VT 5h ity of circuit conductors shall not be dependent on service connections such as lamp holder acles, etc., where the removal of such devices would interrupt the continuity. NM L. Provide Tfiw to green equipment ground conductor throughout entire electrical system. C'M 1OWa M. All txM9Vtcuits shall have dedicated neutrals. Rohrbach Associates PC LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519-3 City of Iowa City City Hall MPOJC Renovation 3.03 FIELD QUALITY CONTROL RAPC #1323.1 A. Prior to energizing system, test cable and wire for continuity of circuitry, and for short circuits. Correct malfunctions when detected. B. After wire terminations are complete, 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 260519-4 City of Iowa City City Hall MPOJC Renovation SECTION 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS RAPC #1323.1 PART1-GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 26 00 10 - Electrical General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Extent of grounding work is indicated by drawings and shall comply with NEC. B. Applications of grounding work in this section include the following: 1. Enclosures. 2. Equipment. C. Requirements of this section apply to electrical grounding work specified elsewhere in these specifications. 1.03 QUALITY ASSURANCE A. NEC Compliance: Comply with NEC requirements as applicable to materials and installation of electrical grounding systems, associated equipment and wiring. Provide grounding products which are UL -listed and labeled. B. UL Compliance: Comply with applicable requirements of UL Standards Nos. 467 and 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 1. ^'5entrx pt as otherwise indicated, provide electrical grounding systems indicated; h a y of materials, including, but not limited to, cables/wires, connectors, Wfffhals (jolderless lugs), grounding rods/electrodes and plate electrodes, bonding j um %iytW, surge arresters, and additional accessories needed for complete Wi � ation. Where more than one type unit meets indicated requirements, selection is Instar\Oior Where materials or components are not indicated, provide products comol ,WfIEC, UL, IEEE, and established industry standards for applications ifidicdted. 2. All components shall be listed under ANSI/UL 467 — "Grounding and bonding Equipment'. 3. Raceways: Provide raceways, and electrical boxes and fittings complying with Division 26, Section 26 0533 — Raceway and Boxes for Electrical Systems. Rohrbach Associates PC GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260526-1 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 4. Conductors: Unless otherwise indicated, provide electrical grounding conductors for grounding connections matching power supply wiring materials and sized according to NEC. B. Connectors 1. Lugs: Grounding and bonding conductors shall terminate in two -hole, long barrel irreversible compression lugs, Burndy YGA series or equal by Blackburn, llsco, or Anderson. 2. Ground clamps for pipes: Bronze with pad for 2 -hole lug, Bumdy GAR -TC series or equal by Blackburn, Ilsco, or Anderson. 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 electrical grounding system with other work. C. Install clamp -on connectors only on thoroughly cleaned metal contact surfaces, to ensure electrical conductivity and circuit integrity. D. Provide separate green ground conductor throughout entire electrical system sized as required by the NEC. E. Conduit Grounding 1. Bond all metallic conduit systems together to provide a continuous electrical ground path. Bond metallic conduits to other conduit components using insulated ground bushings when required. Connect ground bushings to the grounding system using conductors sized in compliance with NEC. 2. Provide ground conductors in non-metallic conduits in accordance with the NEC. FILE Nov 0 6 2010 City Clerk Iowa City, Iowa Rohrbach Associates PC GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260526-2 City of Iowa City City Hall MPOJC Renovation SECTION 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS RAPC #1323.1 PART1-GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 26 00 10 - 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 mounting. D. UL Compliance: Provide electrical components which are UL -listed and labeled. PART 2 -PRODUCTS 2.01 MANUFACTURED SUPPORTING DEVICES A. General: Provide supporting devices; complying with manufacturer's standard materials, design and construction in accordance with published product information, and as required for a complete installation; and as herein specified. Where more than one type of device meets indicated requirements, selection is Installer's option. B. Conduit Cable Supports: Provide cable supports with insulating wedging plug for non -armored type electrical cables in risers; construct for rigid metal conduit; type wire as indicated; construct body of malleable iron casting with hot dip galvanized finish. C. U -Channel Strut Systems: Provide U -channel strut system for supporting electrical equipment, 16-guage hot dip galvanized steel, of typcf izd; construct with 9/16" dia. holes, 8" o.c. on top surface, with standard gree i aa h e following fittings which mate and match with U -channel: 1. Fixture hangers. NOV 0 6 1618 2. Channel hangers. City Clerk 3. End caps. Iowa City, Iowa 4. Beam clamps. 5. Wiring stud. 6. Thinwall conduit clamps. 7. Rigid conduit clamps. 8. Conduit hangers. Rohrbach Associates PC HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 260529-1 City of Iowa City City Hall MPOJC Renovation 9. U -bolts. RAPC #1323.1 D. Manufacturer: Subject to compliance with requirements, provide channel systems of one of the following: B -Line Systems, Inc. Thomas & Betts, Superstrut Unistrut Div.; Tyco International 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. 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 provided with insulating bushings of dielectric strength as required. 5. Where conduit is buried in concrete floor topping; anchor conduit to structural floor with one -hole jiffy clamps. 6. Maximum hanger and support spacing shall be in accordance with NEC. D. Hangers and supports shall be anchored to structure as follows: 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.0 3. Hanger or supports anchored to structural st . sand/or steel channels as required by structural system. 4. Hangers or supports anchored to metal deck, us��p�® qjj or approved welding pins. Maximum permissible load on each hanger shall Holl ex eeda pounds. 5. Use toggle bolts or hollow wall fasteners in hollow-rpq", plaster, or gypsum board partitions and walls. 1t lows 6. Use sheet metal screws in sheet metal studs and wool s news in wood construction. E. The following is not permitted: Attaching supports and hangers to piping, ductwork, mechanical equipment, or conduit. Rohrbach Associates PC HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 260529-2 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 2. Use of powder -actuated anchors. 3. Drilling of structural steel members. F. Fixtures on plastered or acoustical ceilings shall not be supported directly on ceiling tile. Provide metal bar hangers or U -channel strut attached to ceiling supports. G. Where disconnect switches and panels cannot be mounted on wall, provide support racks fabricated of structural steel or U -channel strut. END OF SECTION 26 05 29 FILE® NOV 0 6 Zell City Clerk Iowa City, Iowa Rohrbach Associates PC HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 260529-3 City of Iowa City City Hall MPOJC Renovation FILES. r G 'IU16 RAPC #1323.1 Rohrbach Associates PC HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 260529-4 City of Iowa City City Hall MPOJC Renovation SECTION 26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS PART 1 -GENERAL RAPC #1323.1 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 26 00 10 - Electrical General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Contractor shall furnish all materials, tools labor and supervision necessary to fabricate and install complete conduit systems. B. Conduit systems shall be provided for all wiring, except where the drawings or other sections of the specifications indicate that certain wiring may be installed in cable trays, surface raceway, underfloor raceway, wireways and/or auxiliary gutters. C. Types of raceways in this section include the following: 1. Electrical metallic tubing. 2. Flexible metal conduit. 3. Liquid -tight flexible metal conduit. 4. Surface metal raceways. 5. Under -carpet raceway system D. Provide�T�r�ll�d e®conduit for fire alarm system. E. Contrac r hi^sh all material, tools, labor and supervision necessary to install electrical boxes and fittip 11Wired by drawings and specifications. F. Types of electrical L96% and fittings in this section include the following: ty 1. O 11 tb�g�p�, IOWA 2. Ju Ion boxes. 3. Pull boxes. G. Telecommunications Raceway Requirements: 1. The term "telecommunications" includes all low voltage technology systems including voice and data, access control, video surveillance, intrusion detection, audio video, induction loop, paging, intercom, nurse call, school bell and/or clock systems. The term does not include fire alarm system, which is addressed separately in the plans and specifications. 2. Contractor shall provide and install telecommunications boxes and conduits, including wall sleeves unless otherwise noted. 3. Interior building, above grade conduits and sleeves shall be EMT unless otherwise noted. PVC is never acceptable above grade. 4. All interior conduits shall have bushings installed during conduit installation. Completed individual installations shall have bushings installed same business day. 5. 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). 6. Minimum interior conduit size for all information jacks (voice data cabling) shall be 1" unless otherwise noted. Rohrbach Associates PC RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 260533-1 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 7. Minimum interior conduit size for audiovisual shall be 1" unless otherwise noted. Junction (pull) boxes shall be added at a maximum of 100' of raceway distance, and also for a maximum of 180 degrees of bend radius. 8. Minimum interior conduit size for video surveillance, intrusion detection, paging, intercom, nurse call, school bells and/or clock systems shall be 3/4" unless otherwise noted. 9. Access control system conduit sizes at the door location shall be per the access control detail found on the drawings. The conduit from the door location to the access control head end which contains all conductors needed for all access control functions at that door (may be individual conductors but is often one large composite cable) shall be minimum 3/4". 10. Boxes for all low voltage systems in stud walls shall be metallic 4"x4"x2.125" with 0.5" single gang mud ring unless otherwise noted. 11. Boxes in masonry walls shall be minimum 2.5" deep. single gang, unless otherwise noted. 12. Wiremold surface raceway for all low voltage systems shall be minimum V2400 unless noted otherwise. 13. Wiremold surface boxes for all low voltage shall be minimum 2.5" deep single gang, unless otherwise noted. 14. Conduits inside walls which feed the low voltage side of dual compartment Wiremold shall be minimum 1.25" 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. 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. Raceways and Fittings 2. F�-CF-13a System NOV O 6 IBIS Clerk Rohrbach Associates PC pity, IOWA RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 260533-2 City of Iowa City City Hall MPOJC Renovation PART 2•PRODUCTS 2.01 RACEWAYS RAPC #1323.1 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. Electrical Metallic Tubing: Thin wall, electrically welded cold rolled steel conduit, galvanized inside and out by electro galvanized process. Baked clear elastic enamel coating in and out. Use for installations in stud walls, masonry walls, above suspended ceilings and where exposed. Size limited to 2 1/2" and smaller. C. Flexible Metal Conduit: Formed of one continuous length of spirally wound electro galvanized steel strip. Use for final connections to all motor operated equipment such as unit heaters, fans, air handling units, pumps, generators, generator enclosures and connections to dry type transformer, connections from junction boxes to lighting fixtures in accessible ceiling, and for wiring within casework and millwork. 6' maximum length. D. 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 "E" above when located in wet areas. E. Surface Metal Raceways: Provide surface metal raceways of sizes and channels indicated on plans and constructed of steel or aluminum with covers. Finish with manufacturer's standard baked -on enamel paint or exposed metal as scheduled on drawings. Use where exposed in finished regularly occupied areas. 1. Manufacturer: Subject to compliance with requirements, the following manufacturers are acceptable: a. Wiremold (basis of design) b. Hubbell 2.02 CONDUIT FITTINGS A. Metallic Tubing Fittings: Compression type galvanized or zinc coated 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. Die-cast fittings are not allowed. B. Flexible Metal Conduit Fittings: External squeeze or set screw type galvanized or zinc coated malleable iron or steel with nylon insulated throats. Internal screw type fittings are not allowed. C. Liquidtight Flexible Conduit Fittings: Galvanized malleable iron or steel, with watertight gaskets, "O" riWS r, and nylon insulated throats. D. o�xposed conduit fittings shall be condulet type for all sharp turns, tees, etc. E. Surl#b'i WtAceway Fittings: Provide types that match and mate to raceways provided. F. Prov' fdl k b shings for all conduits terminations. Iowa C11@0v' Rohrbach Associates PC RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 260533-3 City of Iowa City City Hall MPOJC Renovation 2.03 WALL OUTLET BOXES RAPC #1323.1 A. General: Boxes shall be Raco, Steel City, Appleton or equal, catalog numbers based on Raco, unless otherwise indicated. In general, the type of boxes shall be as follows: 1. In Stud Walls: For single outlet use 4" square by 1-1/2" deep box #192. Boxes to be provided with raised covers of depth as required for thickness of wall materials. 2. Surface Mounted Wall Outlets for conduit: Use 4" square by 1-1/2" deep box #192 with raised cover. 3. Surface Mounted Wall Outlets for surface metal raceway: Use single gang boxes 1-1/2" deep Wiremold #V57xx series. 4. Suspended Ceiling: Use octagon boxes, depth as required for application, securely fastened to structure. 2.04 PULL BOXES, AND JUNCTION BOXES A. Construction, sizes and installation of pull boxes and junction boxes shall comply with NEC, Article 314. B. Pull and junction boxes not specifically described in NEC, Article 314, shall be fabricated of heavy gauge galvanized steel with screw or hinged covers, and equipped with corrosion resistant screws and hardware. C. Pull and junction boxes for installation in poured concrete floors shall be flush type, cast iron, with watertight gasketed covers. Boxes for installation in floors with tile or carpet floor covering shall have recessed covers to accommodate the floor covering. D. Pull boxes and junction boxes for outdoor installation shall be raintight. E. Pull boxes, and junction boxes designated AX' shall be NEMA 4X water tight and corrosion resistant. 2.05 PULL BOXES, AND JUNCTION BOXES A. Acceptable Manufacturers: a. Connectrac B. Coordinate floor system overlay with General Contractor. C. Provide as specified on drawings. D. Provide with prewired flex, quad receptacle and device cover. Refer to plans for required flex length. E. Provide complete system with wall base trim, wireway cap, bottom track, end ramp assembly and rough -in box. F I LEIMN goy 06loll City Clerk Iowa City, Iowa Rohrbach Associates PC RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 260533-4 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 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. Generally, all conduit shall be concealed, except in crawl spaces, tunnels, shafts, mechanical equipment rooms, and at connection to surface panels and free standing equipment, and as otherwise noted. C. Exposed conduit and conduit concealed in ceiling space shall be routed in lines parallel to building construction. D. All conduit runs above suspended acoustical ceilings shall be routed so as not to interfere with tile panel removals with 4'0" to 60" flexible conduit drops from an independent junction box, accessible from below the ceiling, to ceiling mounted equipment. E. Minimum size conduit shall be 1/2" trade size except all home runs to panels shall be minimum 3/4". 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. F. Install the conduit system mechanically and electrically continuous from outlet to outlet and to all cabinets, junction or pull boxes. Conduit shall enter and be secured to all cabinets and boxes in such a manner that all parts of the system will have electrical continuity. G. PVC conduit shall not be installed above grade unless noted otherwise. H. Support conduit raceway systems in accordance with requirements as set forth in the National Electric Code. All connections to NEMA 3R enclosures shall maintain the enclosure listing regardless of the equipment location. 3.02 INSTALLATION OF BOXES AND FITTINGS A. Install electrical boxes and fittings where indicated, complying with manufacturer's written instructions, applicable requirements of NEC and NECA's "Standard of Installation", and in compliance with recognized industry practices to ensure that products fulfill requirements. B. Coordinate i Q+iian of electrical boxes and fittings with wire/cable and raceway installation w1L 3.03 OU ET BOX INS LLATION ToxV 0 6111 A. Outlet es shall be installed for all fixtures, switches, receptacles and other devices. City Clef B. Appr, Igj aG" of outlets are shown on the plans, but each outlet location as shown shall be c efleckad by Contractor before installing the outlet box. Rohrbach Associates PC RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 260533-5 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 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 & WIREWAY 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. C. Boxes shall not be located in finished, occupied rooms, without prior approval of Design Professional. END OF SECTION 26 05 33 Nov o 6 7016 Rohrbach Associates PC RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 260533-6 City of Iowa City City Hall MPOJC Renovation SECTION 26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEMS PART 1 -GENERAL 1.01 RELATED WORK RAPC #1323.1 A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 26 00 10 - Electrical General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Contractor shall provide identification for wiring systems and equipment as called for in this section. B. Types of electrical identification specified in this section include the following: 1. Conduit color banding. 2. Cable conductor identification. 3. Equipment1system identification signs. 1.03 QUALITY ASSURANCE A. UL Compliance: Comply with applicable portions of UL safety standards pertaining to electrical marking and labeling identification systems. B. NEC Compliance: Comply with NEC as applicable to installation of identifying labels and markers for wiring and equipment. PART 2 -PRODUCTS 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 System 1.eIl: min le anufacturer's standard colored conduit for EMT installations as noted el luminum, rigid steel, and IMC conduit, use colored electrical tape to band conduits within 6" of termination at each switchboard, panelboard, distribution boq* lai8qWnd junction box. 2. Colors: a. CityMbivid Power: gray/silver (uncolored) {wm: red* C. W8 Division 27 systems: blue** d. Division 28 systems excluding fire alarm: blue** * Factory colored conduit required for EMT conduit Field applied electrical tape banding at conduit terminations required. Factory colored conduit optional for EMT conduit. Rohrbach Associates PC IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553-1 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 3. For exposed conduits in finished spaces, refer to architectural for paint to match room finish. Where conduit is exposed and painted to match adjacent surfaces, band with colored electrical tape. 4. For branch circuits, mark panel name and circuit numbers on all junction/pull boxes. C. Cable/Conductor Identification Bands General: Provide manufacturer's standard vinyl -cloth self-adhesive cable/conductor markers of wrap-around type; either pre -numbered plastic -coated type or write -on type with clear plastic self-adhesive cover flap; numbered to show circuit identification. D. Self -Adhesive Tape for Receptacle Circuit Identification General: Provide clear self-adhesive or pressure -sensitive, pre-printed, flexible vinyl tape for panel name and circuit number. E. 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. b. Fasteners: Self -tapping stainless steel screws, except contact -type permanent adhesive where screws cannot or should not penetrate substrate. PART 3 - EXECUTION 3.01 APPLICATION AND INSTALLATION A. General Installation Requirements Coordination: Where identification is to be applied to surfaces which require finish, install identification after completion of painting. B. Conduit Identification 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. nue t sy ullboxes of systems with stencil lettering for panel and circuit C. Cable/Conductor Identificati n NOV 0 6 701 1. General: Apply(( ca�ble/conductor identification on each cable and conductor in each box/encliI i_ &WiiKet where wires of more than one circuit or communication/signal systetovg%( W*d0Wbkcept 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. Rohrbach Associates PC IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553-2 City of Iowa City City Hall MPOJC Renovation D. Equipment/System Identification RAPC #1323.1 General: Install engraved plastic -laminate sign on each major unit of electrical equipment in building; including central or master unit of each electrical system, unless unit is specified with its own self-explanatory identification. Except as otherwise indicated, provide single line of text, 1/2" high lettering on 1-1/2" high sign (2" high where 2 lines are required), white lettering in black field. Provide text matching terminology and numbering of the contract documents and shop drawings. Provide signs for each unit of the following categories of electrical work. a. Panelboards, electrical cabinets and enclosures. b. Access panel/doors to electrical facilities. 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. 3. Provide labeling of Enclosed Circuit Breakers, Switchboards, Panelboards and Disconnects per NEC Articles 110, 700 and 702 for multiple services and essential electrical system. 4. All receptacles shall be labeled with panel and circuit number. Final location of label shall be field coordinated. If labeling is to be on outside of cover, Contractor shall use clear dyno-tape with black lettering that matches other tags. END OF SECTION 26 05 53 FILE® Nov 0 6 tote City Clerk Iowa City, Iowa Rohrbach Associates PC IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553-3 City of Iowa City City Hall MPOJC Renovation FILED Noy 0 6 tole c'ferk Iowa RAPC #1323.1 Rohrbach Associates PC IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553-4 City of Iowa City City Hall MPOJC Renovation SECTION 26 09 23 LIGHTING CONTROL SYSTEMS PART 1 -GENERAL 1.01 RELATED WORK RAPC #1323.1 A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 26 00 10 - Electrical General Provisions are applicable to work required of this section. B. Coordinate installation with 23 09 00 — Building Automation System (BAS). 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. 6. All elements of the construction shall be performed by workmen skilled in the particular craft involved, and regularly employed in that particular craft. 7. All work shall be performed in a neat, workmanlike manner in keeping with the highest standards of the craft. 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: COMPI with NEMA standards for general- and specific -purpose wiring devices. F [ L E E) D. ASHRAE Complyyia��nc(pe►: Comply with ASH RAE 90.1-2010 section 9. E. All Contractors Stl°dllTami 0ze themselves with all codes and standards applicable to their work. No extra comped i�niiyik be allowed for corrections or changes in the work required due to failure to cor�pXM)Implicable codes and standards. Where two or more codes or standards arX( flfliia requiring the highest order of workmanship shall take precedence, but such questions shall be referred to Design Professional for final decision. Rohrbach Associates PC LIGHTING CONTROL SYSTEMS 260923-1 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 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. 1.05 WARRANTY 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: 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. B. Lighting control system for manual and automatic control of interior lighting systems. Space Control — Provide occupancy/vacancy control with manual occupant input as noted on the lighting control sequence schedule. C. Additional controls. Provide 20A rated relays for control of receptacle loads as indicated on the drawings. Receptacle load relays are to operate whenever occupancy is detected regardless of manual switch input or photosensor input. 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 2. Hubbell Building Automation — NX 2.02 SINGLELL SWITCH OCCUPANCY SENSORS (STAND-ALONE) A. Dual T hJJCF ua -ON, Automatic -OFF dual technology (passive infrared and ultrasonic) wall switch occu,pp ni ensor. Furnish the model which suits the electrical system parameters, and accomilIN 1t quare -foot coverage and wattage requirement for each area (and type of lighting) conC'�dC'I g/277VAC rated. F Iowa City, Iowa Rohrbach Associates PC LIGHTING CONTROL SYSTEMS 260923-2 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 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. 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. FILED 3. Dimmers shall indicate light level with multiple LEDs. B. Switches and dimmers shall be able to function as noted below: NOV 062018 1. Load and Scene button function may be reconfigured for individual buttons. 2. Individual button function may be configured to Toggle, On only or Off or 11 .: y Clerk 3. Individual scenes may be locked to prevent unauthorized change. IOWA City, IOWA 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 2. Relay controller listed for connection to receptacles, for occupancy -based control of plug loads within the space. a. One relay configuration only, rated at 20A, 120VAC. b. Automatic-ON/OFF configuration C. On/Off/Dimming Room Controllers shall include: 1. One, two or three relay configuration 2. One 0-10 volt analog output per relay for control of compatible ballasts and LED drivers. 3. The following dimming attributes may be changed or selected via programming: a. Establish preset level for each load from 0-100% b. Set high and low trim for each load 4. Relay controller listed for connection to receptacles, for occupancy -based control of plug loads within the space. a. One relay configuration only, rated at 20A, 120VAC. b. Automatic-ON/OFF configuration Rohrbach Associates PC LIGHTING CONTROL SYSTEMS 260923-3 City of Iowa City City Hall MPOJC Renovation 2.06 EMERGENCY LIGHTING RAPC #1323.1 A. Emergency Lighting Control Unit — A UL 924 listed device that monitors a switched circuit providing normal lighting to an area. The unit provides normal ON/OFF control of emergency lighting along with the normal lighting. Upon normal power failure, the emergency lighting circuit will close, forcing the emergency lighting ON until normal power is restored. Features include: 1. 120/277 volts, 50/60 Hz. 20 amp rating 2. Push to test button 3. Auxiliary contact for remote test or fire alarm system interface 4. Relays controlling 0-10V dimmed emergency lights shall include an auxiliary or integral relay device to open the control signal and force emergency lights to 100% light output. PART 3 - EXECUTION 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 III&II o unications wiring. All cable shall be neatly routed and tie -wrapped to structural co"s. cess wire shall be neatly coiled and secured to structure. Provide a 6' coil of cable at e Rwunted 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 she#& A£e9Qjeouted in line with building lines. City Clerk C. Where installed above accessible ceiling, all components shall be locale" QMyle0mssible 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. D. Low voltage lighting control cable shall not use the same conduit sleeves as fire alarm or 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. F. 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. H. Install the work of this Section in accordance with manufacturer's printed instructions unless otherwise indicated. 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. Rohrbach Associates PC LIGHTING CONTROL SYSTEMS 260923-4 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 J. Provide 120V circuits as required for lighting control components. 3.02 COMMISSIONING A. Upon completion of the lighting control(s) installation, the lighting control system (all sensors and control equipment) shall be completely commissioned by the installing contractor to verify all adjustments and sensor placement to ensure a trouble-free occupancy -based lighting control system. The contractor shall modify sensor locations and wiring as required to achieve required functionality. B. Upon completion of the lighting control system fine tuning the contractor shall provide the proper training to the Owner's personnel in the adjustment and maintenance of the sensors. C. Provide written or computer-generated documentation on the co/Itnis ' ni (q of system including room by room description. Report to include: r 1. Sensor parameters, time delays, sensitivities, and daylighting setAwfa.6 2018 2. Sequence of operation, (e.g. manual ON, Auto OFF. etc.) 3. Load Parameters (e.g. blink warning, etc.) City Clerk 3.03 TRAINING Iowa City, Iowa A. Provide one (1) one-hour training sessions for the Owner. The training session is to be at the time of initial system startup. The training is to include, but not limited to the following: 1. Detailed review of the system architecture, individual components, and wiring requirements. 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 leaming 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: 1 2. Single Room 0 — 10V Controller — quantity: 1 END OF SECTION 26 09 23 Rohrbach Associates PC LIGHTING CONTROL SYSTEMS 260923-5 City of Iowa City City Hall MPOJC Renovation FILED NOV 0 6 2010 City Clerk Iowa City, Iowa RAPC #1323.1 Rohrbach Associates PC LIGHTING CONTROL SYSTEMS 260923-6 City of Iowa City City Hall MPOJC Renovation SECTION 26 2726 WIRING DEVICES PART 1 -GENERAL 1.01 RELATED WORK RAPC #1323.1 A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 26 00 10 - 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 A. All switches and receptacles shall be" I ti side and back wired, except where higher grade is called for on the plans toTn n acturers are as follows, with catalog numbers based on Hubbell, Inc.: 1. Hubbell, Inc. Nov 0 6 2018 2. Pass & Seymour 3. Leviton City Clerk Iowa City, Iowa B. Color of switches, receptacles and coverplates shall be determined at the time of shop drawing review. C. Wall switches shall be as follows: 1. Single pole toggle light switch - 20 amp, 120-277 volt, #1221 series. 2. 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. 5. Double -pole double -throw center off light switch - 20 amp, 277 volt, #1386 series. Rohrbach Associates PC WIRING DEVICES 262726-1 City of Iowa City City Hall MPOJC Renovation D. Receptacles shall be as follows: RAPC #1323.1 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. 2.02 WIRING DEVICE ACCESSORIES A. Cover Plates: 1. Smooth High -Impact Thermo plastic, Hubbell NP Series or equal. 2. Provide plates for all switches, receptacles, TV outlets, other outlets and blank plates for unused outlets. 3. Plates for surface outlets shall be of the raised cover type utilizing 4" square boxes. 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 FILED BOV 0 6 2010 City Clerk Iowa City, Iowa Rohrbach Associates PC WIRING DEVICES 262726-2 City of Iowa City City Hall MPOJC Renovation SECTION 26 50 00 - LIGHTING PART 1 -GENERAL 1.01 RELATED WORK RAPC #1323.1 A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 26 00 10 - 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) 2. Exit Signs 3. Emergency 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 A. Product Data: Submit manufacturer's data oR intarinrAWI�Iing lighting fixtures. B. Shop Drawings: Submit fixture sh4 drawings in booklet form with separate sheet for each fixture, assembled in luminaire "type" alphabetical order, with proposed fixture and accessories clearly indicated on each sheet. Shop dr*W§ I@DWjt shall include lamp and ballasUdriver data sheets. PART 2 - PRODUCTS City Clerk Iowa City, Iowa 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 265000-1 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 2.02 SOLID STATE LIGHTING I LIGHT EMITTING DIODE (LED) LUMINAIRES 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 Luminaire manufacturer provide a five (5) year written warranty. C. Replacement and Spares: 1. Manufacturer shall provide written guarantee of the following: a. Manufacturer shall be able to provide compatible replacement parts that are designed to fit into original luminaire for ten (10) years. b. Replacement LED array/module shall be within 3 MacAdam color ellipse, within 10% of lumen output, 7% of correlated color temperature (CCT) and equivalent distribution of original array/module. C. Replacement LED array/module shall utilize equal to or less than amount of wattage of original array/module. 2. LED driver and array/module shall be replaceable in field. D. Products and Components — Performance: 1. All LED components shall be mercury -free and lead-free. 2. LEDs shall comply with ANSI/NEMA/ANSLG C78.377-2008 — Specifications for the Chromaticity of Solid State Lighting Products. Color shall remain stable throughout the life of the light source. 3. LEDs shall comply with IESNA LM -80 — Standards for Lumen Maintenance of LED Lighting Products. 4. LEDs shall have a minimum rated source life of 50,000 hours under normal operating conditions or as noted on the lighting fixture schedule. LED "rated source life" is defined as the time when a minimum of 70% of initial lumen output remains, as defined by IESNA LM -70. 5. Luminaire assembly shall include a method of dissipating heat so as to not degrade life of source, electronic equipment, or lenses. LED luminaire housing shall be designed to 8 tragpfer heat from the LED board to the outside environment. Luminaire housing shall L q wgative impact on life of components. Upon request, manufacturer shall provide junction temperature limitations and test reports of installed LED in fixture. 6. Nov'201pf dissipating heat shall be passive, active cooling systems are not allowed. 7. ig power LED luminaires shall be thermally protected using one or more of the Ci I(o)*fQ thermal management techniques: metal core board, gap pad, and/or internal t9 irmware. 8.' '"` L 9 shall be adequately protected from moisture or dust in interior applications. Rohrbach Associates PC LIGHTING 265000-2 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 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. 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): 2 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. 11. Mean Time Between Failure (MTBF): 100,000 hours based on 90% survival. 2.03 EXIT SIGNS A. Housing to be per light fixture schedule (thermoplastic, edge lit or cast aluminum) for wall, end or ceiling mounting. Illumination to be by long life, low watt LED lamps. Battery, where specified, to be maintenance free, sealed nickel -cadmium type and shall operate sign for 90 minutes after loss of power. 1=111111111:(7 I =I !1c1=U [WA *A 1 Jr1:7 A. Housing and lamping per light fixture schedule. Self contained complying with UL 924. Battery to be premium grade, lead -acid or nickel cadmium, maintenance free battery and shall operate sign for 90 minutes after loss of power. FILED NOV 0 6 2018 City Clerk Iowa City, Iowa Rohrbach Associates PC LIGHTING 265000-3 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 PART 3 - EXECUTION 3.01 INSTALLATION OF INTERIOR LIGHTING FIXTURES A. Install interior lighting fixtures at locations and heights as indicated, in accordance with fixture manufacturer's written instructions, applicable requirements of the National Electric Code (NEC), NEMA standards, and with recognized industry practices to ensure that lighting fixtures fulfill requirements. B. Coordinate with other electrical work as appropriate to properly interface installation of interior lighting fixtures with other work. C. Coordinate fixture location with reflected ceiling plan. D. Recessed fixtures in removable ceilings shall be connected to the branch circuit with flexible conduit and branch circuit wire from an accessible junction box. 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. 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 metal conduit and building wire. H. Housing, trim, and lens frame shall be true, straight and parallel to each adjacent fixtures and features. I. 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. Troffer, recessed and semi -recessed fixtures shall be installed at a minimum per the manufacturer's instructions and the requirements below. Fixtures shall not be supported directly on the ceiling material. Support fixtures with metal bar hangers or strut channels attached to the ceiling tees. Coordinate with Ceiling Contractor to ensure ceiling tees can support the weight of the light fixtures. M. Suspended Linear or Pendant mounted fixtures shall be independently supported from the building structure by wires, straps or rods. N. Fixture whips shall be in accordance with section 26 05 33 Raceway and Boxes for Electrical Systems. I=IL END OF SECTION 26 50 00 City Clerk Iowa City, Iowa Rohrbach Associates PC LIGHTING 265000-4 F ILE® ,osIms Glty Glerk Iowa City, Iowa DIVISION 28 ELECTRONIC SAFETY AND SECURITY Blank Page F ILF,o WIN 0 61018 City Clerk ►owa City, Iowa City of Iowa City City Hall MPOJC Renovation SECTION 28 00 10 ELECTRONIC SAFETY AND SECURITY GENERAL PROVISIONS RAPC #1323.1 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. 5. Provide Owner training and testing documentation. 6. All elements of the construction shall be performed by workmen skilled in the particular craft involved, and regularly employed in that particular craft. 7. 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. 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. 0ti/PIa1ty and Health Act 8. o mis a Codes 9. A S A- 8- 0 Generic Telecommunications Cabling For Customer Premises 10. A�N bI C.1 Commercial Building Telecommunications Cabling Standard Part 1: General vements 11. AI _:O Telecommunications Pathways and Spaces 12.1 Administration Administration Standard for Commercial Telecommunications s a 13. ANSI TIA-607-B Commercial Building Grounding (Earthing) and Bonding Requirements for Telecommunications 14. 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. Rohrbach Associates PC ELECTRONIC SAFETY AND SECURITY GENERAL PROVISIONS 280010-1 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 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. 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 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 tFilLonrormance with requirements of the authorities having jurisdiction. - 1.07 SITE INSPECTION NOV Q 6 2018 A. Contractor shall inspect the site prior to submitting bid for work ttgpcprf Qamiliar with the conditions of the site which will affect the work and shall verify po�ist�sg,cwp 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. 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. Rohrbach Associates PC ELECTRONIC SAFETY AND SECURITY GENERAL PROVISIONS 280010-2 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 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 Design Professional and the 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. Protection of all equipment during the painting of the building shall be the responsibility of the Painting Contractor, but this shall not relieve the Contractor of the responsibility for checking to assure that adequate protection is being provided. Where the final installation or connection of equipment in the building requires the Contractor to work in areas previously finished by the 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 AJ r lata ment shall be installed in strict accordance with the manufacturer's C. The equipmen"�t ,,s,ped ications cannot deal individually with any minute items such as parts, control�jp c�li� W%tc., which may be required to produce the equipment performance and function as specified, or as required to meet the equipment guarantees. Such items when requirerPskIF&f&mished as part of the equipment, whether or not specifically called for. Iowa City, Iowa 1.10 SUBMITTALS A. Contractor shall furnish, to the Design Professional, complete sets of shop drawings and other submittal data. Contractor shall review and sign shop drawings before submittal. 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. Rohrbach Associates PC ELECTRONIC SAFETY AND SECURITY GENERAL PROVISIONS 280010-3 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 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: SPEC EQUIPMENT DETAIL ROD SAMPLES INSTALL 08,M CERTIFICATE OTHER SECTION DWGS DATA METHODS MANUAL OF SYSTEM (SEE DEMON- NOTES) STRATION 2831 00 Fire Alarm and Detection X X X X Systems Notes: 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) 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 seFy= organization, address, contact and phone number. 7.o jhop with reviewed stamp of Design Professional and Contractor shall be i licable, alongwith the items listed above. WOO 0 6 2010 City Clerk Iowa City, Iowa Rohrbach Associates PC ELECTRONIC SAFETY AND SECURITY GENERAL PROVISIONS 280010-4 City of Iowa City City Hall MPOJC Renovation 1.12 TESTS AND DEMONSTRATIONS RAPC #1323.1 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 provide to the Owner, or his designated representatives, all comprehensive training on essential features and functions of all systems installed, and shall instruct the Owner in the proper operation and maintenance of such systems. 1. Provide adequate notice to the 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. 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. D. The following are minimum requirements for Owner instruction: Section Description Hrs. on Site JHrs. off Site Presented By 10thers Present 1119marks 28 31 00 Fire Alarm and Detection 1 2 1 0 Manufacturer's Contractor 1 Systems Representative 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 I talus follows: NOV 062018 Ci4y Clerk iawa City Iowa Rohrbach Associates PC ELECTRONIC SAFETY AND SECURITY GENERAL PROVISIONS 280010-5 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 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: M NAMES DATE HOURS Owner's representatives receiving instruction: Owner: NAMES DATE HOURS E. Acknowledgement of demonstration: Contractor's sentative: L ED NOV 062010 Owner's Representative: City Clerk Iowa CO, Iowa Signature date signature date Rohrbach Associates PC ELECTRONIC SAFETY AND SECURITY GENERAL PROVISIONS 280010-6 City of Iowa City City Hall MPOJC Renovation 1.14 PERMITS, FEES, ETC. RAPC #1323.1 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. Where substitutions are approved, Contractor assumes all responsibilityical-dimensions and all other resulting changes. This responsibility extends to cover all forklnx�tated by other trades as a result of the substitution. 11�� 1.16 APPROVED CONTRACTORS MW 0 6 Z818 A. The Contractor shall be a manufacturer certified installer and service pp�roQ6( fo{CHj(e product submitted and installed. A copy of the Contractor's manufacturer certific#tl PrW*b1V"mitted under this specification section for the Access Control Contractor and the Video Surveillance Contractor if applicable to the project. The Contractor is responsible for workmanship and installation practices in accordance with the manufacturer requirements and must be authorized to provide a Manufacturer's Product Warranty with his installation. 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. 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. Rohrbach Associates PC ELECTRONIC SAFETY AND SECURITY GENERAL PROVISIONS 280010-7 City of Iowa City City Hall MPOJC Renovation 1.18 QUALITY ASSURANCE RAPC #1323.1 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. Refer to Divisions 00 and 01 for information on warranties and correction of work within the warranty period. If a`warranty or warranty period are not defined in Division 00 or 01, then the start of all F' LEw ;nty periods shall be the date of Substantial Completion and the length of the warranty shall be for one year. SOV 0 6 go If construction is phased with distinct and separate Substantial Completion dates for portions of the building and/or systems, separate warranties shall be provided City Clgk for each of these phased areas and/or systems. iDWa City, against Safety and security systems, including all sub -systems, shall be guaranteed against defect in materials and installation for the duration of the warranty period. Any malfunctions or defects which occur within the warranty period shall be promptly corrected without cost to the Owner. This guarantee shall not limit or void any manufacturer's express or implied warranty. B. Refer to other Division 28 sections for systems, equipment, or material requiring extended warranties beyond one year. C. The date of systems/equipment startup or equipmenUmaterial shipment to the site shall not be considered the notable date with relation to the warranty of that item. All systems, equipment, material, etc., shall have the same start date with respect to the warranty period. D. Systems, equipment or material put into use to facilitate construction activities (e.g. testing and balancing, commissioning, temporary conditioning, etc.) prior to the start of the warranty period shall not impact the length of the warranty in any way. 1.20 CHANGES IN THE WORK A. A Contract Change Order is a written order to the Contractor signed by the 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. The 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 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. Rohrbach Associates PC ELECTRONIC SAFETY AND SECURITY GENERAL PROVISIONS 280010-8 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 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 FILED NOV 0 6 2019 City Clerk Iowa City, Iowa Rohrbach Associates PC ELECTRONIC SAFETY AND SECURITY GENERAL PROVISIONS 280010-9 City of Iowa City City Hall MPOJC Renovation FILE® NOV 0 6 ml City Clerk Iowa City, Iowa RAPC #1323.1 Rohrbach Associates PC ELECTRONIC SAFETY AND SECURITY GENERAL PROVISIONS 28 00 10-10 City of Iowa City City Hall MPOJC Renovation SECTION 28 31 00 FIRE ALARM AND DETECTION SYSTEM (ADDRESSABLE) RAPC #1323.1 PART1- GENERAL 1.01 RELATED DOCUMENTS A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 28 0010 — Electronic Safety and Security General Provisions are applicable to work required of this section. 1.02 QUALITY ASSURANCE A. The system installation and wiring shall comply with applicable provisions of the current issue of NFPA-72, International Building Code, International Mechanical Code, Iowa State Building Code, Iowa Administrative Code, Americans with Disabilities Act, and codes and regulations of local authorities having jurisdiction. B. NEC Compliance: Comply with NEC as applicable to construction and installation of fire alarm and detection system components and accessories. C. UL Compliance and Labeling: Provide fire alarm and detection system components which are UL -listed and labeled. 1.03 SUBMITTALS A. Submittal data for the fire alarm equipment shall consist of shop drawings showing line diagrams, full size drawings with device locations and addresses, quantities of equipment, catalog cuts showing technical data necessary to evaluate the equipment and other descriptive data necessary to describe fully the equipment proposed. Submittals shall show approval from Design Professional. B. In no instance shall the contract drawings be reproduced for shop drawing submittals. C. Contractor is responsible for any fees associated with the review and approval of the fire alarm drawings and product data by the Authority Having Jurisdiction (AHJ). Contractor is also responsible for completion of the required fire alarm system submittal form and submittal of the final fire alarm shop drawings to the AHJ. 1.04 RECORD DRAWING REQUIREMENTS A. Record drawings shall be provided prior to the time of scheduling of the final inspection. They shall include the location of the overcurrent protection that feeds any fire alar related equipment and shall be clearly marked on the drawings. Include changes made during system testing and acceptance. 1. The following should be included: a. Alar initiation devices with addresses. b. Alar signal devices with module locations/addresses and circuit numbers. F' Smoke dampers with module location and addressed. ® Junction pull boxes. Layout of conduit with circuit identification. Nov 0 6�1! 120 VAC power sources for control panels, door holders, and fire/smoke dampers. Location of all end of line resistors. h Calculations for voltage drop on circuits, battery, and audio amplifier sizing. City CIeYk !owa City, Iowa Rohrbach Associates PC FIRE ALARM AND DETECTION SYSTEM (ADDRESSABLE) 283100-1 City of Iowa City City Hall MPOJC Renovation RAPC 91323.1 1.05 SYSTEM OPERATION A. Control of System: By the Fire Alarm Control Panel. B. System Supervision: Automatically detect and report open circuits, shorts, and grounds of wiring for initiating device, signaling line, and notification -appliance circuits. C. Priority of Signals: Automatic alarm response functions resulting from an alarm signal from one zone or device are not altered by subsequent alarm, supervisory, or trouble signals. An alarm signal is the highest priority. Supervisory and trouble signals have second- and third -level priority. Higher -priority signals take precedence over signals of lower priority, even when the lower -priority condition occurs first. Annunciate and display all alarm, supervisory, and trouble signals regardless of priority or order received. D. Noninterference: A signal on one zone shall not prevent the receipt of signals from other zones. E. System Reset: All zones are manually resettable from the Fire Alarm Control Panel after initiating devices are restored to normal. Equipment that has been by-passed in software shall not change state of condition during a "reset". Fire Alarm Control Panel shall be reprogrammed so that it can be reset only when a security level access level of 3 or greater is used. F. System Alarm Capability during Circuit Fault Conditions: System wiring and circuit arrangement prevent alarm capability reduction when a single ground or open circuit occurs in an initiating device circuit, signal line circuit, or notification -appliance circuit. G. Basic Alarm Performance Requirements: Unless otherwise indicated, operation of a manual station, automatic alarm operation of a smoke orflame or heat detector, or operation of a sprinkler flow device initiates the following: 1. Notification -appliance operation. 2. Initiation of voice alarm system except for individual sleeping rooms. 3. Identification at the Fire Alarm Control Panel and the remote annunciator of the device originating the alarm. 4. Transmission of an alarm signal to the remote alar receiving station. 5. Release of fire and smoke doors held open. 6. Release of fire and smoke doors hold open if a detector adjacent to the door is in alarm. 7. Recall of elevators if the alarm is initiated by a detector located in an associated machine oistway, or elevator lobby. IL h d n of fans and other air -handling equipment serving the fire zone where alar was ti ed. 9.j� tion of smoke control sequence(s). 0 6 Wing of smoke dampers in air ducts of system serving the fire zone where alarm was in! ated. �iiy Clrding of the event in the system memory. Iowa City, Iowa H. Alar Silencing, System Reset and Indication: Controlled by switches in the Fire Alar Control Panel and the remote annunciator. 1. Silencing -switch operation halts alarm operation of notification appliances and activates an "alar silence" light. Display of identity of the alar zone or device is retained. 2. Subsequent alar signals from other devices or fire zones reactivate notification appliances until silencing switch is operated again. Rohrbach Associates PC FIRE ALARM AND DETECTION SYSTEM (ADDRESSABLE) 283100-2 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 3. When alarm -initiating devices return to normal and system reset switch is operated, notification appliances operate again until alarm silence switch is reset. Smoke detection for zones or detectors with alarm verification initiates the following 1. Audible and visible indication of an "alarm verification" signal at the Fire Alarm Control Panel. 2. Activafion of a listed and approved "alarm verification" sequence Fire Alarm Control Panel " and the detector 3. General alarm if the alarm is verified. 4. Cancellation of the Fire Alarm Control Panel indication and system reset if the alarm is not verified. J. Removal of an alar -initiating device or a notification appliance initiates the following: 1. A "trouble" signal indication at the Fire Alarm Control Panel and the annunciator for the device or zone involved. 2. Transmission of trouble signal to remote alar receiving station. K. Fire Alar Control Panel Alphanumeric Display: Plain -English-language descriptions of alar, supervisory, and trouble events; and addresses and locations of alarm -initiating or supervisory devices originating the report. Display monitoring actions, system and component status, system commands, programming information, and data from the system's historical memory. 1. The upper line of the display shall indicate the zone in alar according to the zone schedule on drawings. 2. The lower line of the display shall indicate the address of the device in alar. L. LED Lights: 1. Only fire alar zone lights and "device type" lights shall annunciate with a red LED. Device type, address and exact location shall annunciate on the digital readout. 2. Any by-pass, disable, or trouble condition shall annunciate with an amber LED, a trouble sounder and annunciate on the digiPILED I readout. A "trouble pending" control module shall be included. PI L E D 1.06 ACTIVE SYSTEMS Nov o �a��e A. Existing Fire Alar Equipment: Existing equipment ca moved priorto new system installation. City Clerk B. Equipment Removal: Iowa City, I() a 1. Package operational fire alar and detection equipment that has been removed and deliver to Owner. 2. Remove from site and legally dispose of existing material not designated for other disposition. 1.07 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. Lamps for Strobe Units: Quantity equal to 10 percent of amount installed, but not less than one unit. Rohrbach Associates PC FIRE ALARM AND DETECTION SYSTEM (ADDRESSABLE) 283100-3 City of Iowa City City Hall MPOJC Renovation 1.08 WARRANTY RAPC #1323.1 A. General Warranty: The special warranty specified in this Article shall not deprive Owner of other rights Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by Contractor under requirements of the Contract Documents. B. Special Warranty: A written warranty, signed by Contractor and manufacturer, agreeing to replace components that do not meet requirements or that fall within the specified warranty period. 1. Warranty Period: One year from date of Final Acceptance. Full warranty applies throughout the warranty period. PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Manufacturer: Subject to compliance with requirements, provide fire alar and detection systems of one of the following: 1. Notifier: NESCO Distributor 2. The equipment supplier shall provide the services of a factory trained representafive. They shall supervise the system installation and final connections to the equipment and provide testing to assure that the system is in proper operating condition. 2.02 FIRE ALARM AND DETECTION SYSTEMS A. General: Provide fire alar and detection system products of types, sizes, and capacities indicated, which comply with manufacturer's standard design, materials, components; construct in accordance with published product information, and as required for complete installation. Provide fire alar and detection systems for applications indicated, with the sequence of operations, components and function features indicated. B. Materials and Equipment: 1. Wiring System Materials: Provide basic wiring materials which comply with 26 0010 — Electrical General Provisions, 26 0553 — Raceway and Boxes for Electrical Systems, and 26 0519 - Low -Voltage Electrical Power Conductors and Cables; types to be selected by Installer. a. Junction and Pull Boxes: 1) Junction and pull boxes shall be clearly marked. This shall be done by ' LE painting the covers red, and properly labeling them. 2) All junction and pull boxes located at or above 8'0" from the floor shall be a minimum size of 4-11/16". pOV 0 6 1019 3) No box extensions shall be permitted on new work. 4) All junction boxes shall be readily accessible. Ciiy Clefk 5) No splicing in device mounting boxes. I �a City, Iowa C. �Vlanufacturei's Equipment: Provide manufacturer's standard construction equipment for material noted below: Central Fire Alar Control Panel. EXISTING a. Notifier 4100 intelligent analog system 1) All devices to be served from one (1) panel. Rohrbach Associates PC FIRE ALARM AND DETECTION SYSTEM (ADDRESSABLE) 283100-4 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 2. Manual Pull Stations a. Description: Fabricated of metal, and finished in red with molded, raised -letter operating instructions of contrasting color. 1) Double -action mechanism requires two actions, such as a push and a pull, to initiate an alar. 2) Station Reset: Key or wrench operated; double pole, double throw; switch rated for the voltage and current at which it operates. 3) Indoor Protective Shield: Factory -fabricated clear plastic enclosure, hinged at the top to permit lifting for access to initiate an alar. Lifting the cover actuates an integral battery -powered audible horn intended to discourage false alar operation. Shield shall be Notifier STI Stopper II, Model ST11130. 4) Integral Addressable Module: Arranged to communicate manual -station status (normal, alar, or trouble) to the Fire Alar Control Panel. 5) When surface -mounting pull stations, fire alar equipment provider shall provide back boxes to match pull stations. 3. Smoke Detectors a. General: Include the following features: 1) Operating Voltage: 24-V dc, nominal. 2) Self -Restoring: Detectors do not require resetting or readjustment after actuation to restore them to normal operation. 3) Plug-in Arrangement: Detector and associated electronic components are mounted in a module that connects in a tamper-resistant manner to a fixed base with a twist -locking plug connection. Terminals in the fixed base accept building wiring. 4) Sensitivity: Can be tested and adjusted in-place after installation. 5) Integral Addressable Module: Arranged to communicate detector status (normal, alar, or trouble) to the Fire Alar Control Panel. 6) Remote Controllability: Unless otherwise indicated, detectors are analog - addressable type, individually monitored at the Fire Alar Control Panel for calibration, sensitivity, and alar condition, and individually adjustable for sensitivity from the Fire Alarm Control Panel. b. Photoelectric Smoke Detectors: Include the following features: 1) Sensor: LED or infrared light source with matching silicon -cell receiver. 2) Detector Sensitivity: Between 2.5 and 3.5 percent/foot smoke obscuration when tested according to UL 268A. 3) Magnetically actuated test switch. 4) Integral Thermal Detector: Fixed -temperature type with 135 deg F setting. C. Duct Smoke Detector: Photoelectric type. 1) Sampling Tube: Design and dimensions as recommended by the O manufacturer for the specific duct size, air velocity, and installation conditions where applied. 2) Relay Fan Shutdown: Rated to interrupt fan motor -control circuit. NOV 0 6 2018 C4 y CieNotification Appliances �C Description: Equip for mounting as indicated and have screw terminals for system Iowa City, Iowa connections. 1) Combination Devices: Factory -integrated audible and visible devices in a single -mounting assembly. b. Visible Alarm Devices: Xenon strobe lights listed under UL 1971 with clear or nominal white polycarbonate lens. Mount lens on an aluminum faceplate. The word "FIRE" is engraved in minimum 1 -inch- high letters on the lens. 1) Rated Light Output: 15/75 candela minimum per UL 1971 for ADA use unless otherwise indicated on drawing or required to meet NFPA 72 criteria. Rohrbach Associates PC FIRE ALARM AND DETECTION SYSTEM (ADDRESSABLE) 283100-5 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 2) Strobe Leads: Factory connected to screw terminals. 3) Synchronized operation. 4) Mounting: a) Ceiling: Flush with white baffle. b) Wall: Surface with red or white housing. C) Include skirt for surface mounted devices which do not conceal a standard 4 -inch junction box. C. Tone Speakers 1) High -Range Units: Rated 2 to 15 W. 2) Low -Range Units: Rated 1 to 2 W. 3) Size: a. Ceiling -Mounted Speakers: 8 inches. b. Wall -Mounted speakers: 4 inches. 4) Mounting: a) Ceiling: Flush with white baffle. b) Wall: Surface with red or white housing. C) Include skirt for surface mounted devices which do not conceal a standard 4 -inch junction box. 5) Matching Transformers: Tap range matched to the acoustical environment of the speaker location. 5. Signal Circuit Remote Power Supply a. General: Filtered, regulated, power limited with trouble indication; with emergency power supply. b. Cabinet Lockable steel, surface -mounted enclosure, keyed to match, Fire Alarm Control Panel. 6. Battery Power Supply a. General: Components include valve -regulated, recombinant lead acid battery; charger; and an automatic transfer switch. 1) Battery Nominal Life Expectancy: 4 years as a minimum. b. Battery Capacity: Comply with NFPA 72 for supplying a minimum of 24 hours of operation in normal condition, followed by no less than 15 minutes in full alarm fore system operating without a backup generator. dressable Interface DevicesFI EVMonitor Module: Microelectronic module listed for use in providing a multiplex system address for listed fire and sprinkler alarm -initiating devices with normally open ON 0 6 no contacts; allows individual monitoring of non -addressable points. b. Control Module: Microelectronic module listed for use in providing a multiplex system City Clerk address to relays for system control functions. lo"va City, Iowa 1) Relay: 24 VDC coil with red LED when in the "alarm" state; contacts rated 10A, 115 VAC, minimum; suitable for control function required. PART 3 - EXECUTION 3.01 GENERAL A. Contractor/Installer shall meet with Owner prior to performing any work on existing/new system(s). Meeting shall determine existing building system functions and approach Contractor/Installer will take to remove the existing system. And, determine Contractors/Installers plan to install new system which includes raceway runs, typical wiring practices, and device and equipment installation, also to provide Contractor/Installer with Owner's expectations. Rohrbach Associates PC FIRE ALARM AND DETECTION SYSTEM (ADDRESSABLE) 283100-6 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 The locations and spacing of alarm initiating devices and strobes indicated on the drawings are approximate. The equipment supplier shall verify device requirements and spacing and shall add devices as required to satisfy governing authorities. It shall be the responsibility of the equipment supplier or his representative to determine the type of detector required by local authorities for each type of installation. C. Install the fire alarm system in accordance with approved manufacturers wiring diagrams. Furnish all conduit, wiring, outlet boxes, junction boxes, cabinets, and similar devices necessary for a complete installation. Boxes shall be installed in accessible spaces without requiring the removal of light fixtures or any other equipment. D. Coordinate system programming with the authority having jurisdiction. E. Provide 120 volt power to annunciator panels and remote signal circuit power supplies. Paint the fire alarm power supply disconnect red and label "Fire Alarm Circuit Control". Provide locking means. G. Coordinate the installation of equipment and devices that pertain to the work of other trades with the appropriate contractors. H. Provide switch and fuse stars (type SOU) installed within the Fire Alarm Control Panel disconnect 120 VAC power and separately all battery power. 3.02 DEVICE INSTALLATION A. Provide devices as indicated on drawings and as required to perform specified functions. B. Initiating Devices: 1. Smoke Detectors: Cover all smoke detection devices immediately after installation to maintain r I LEO cleanliness. �"" Install within five feet of each door held open by the fire alarm system. C. Where adjacent to an air shaft, supply diffuser or return grille, install smoke detector Nov 6 6 Iola 36 inches minimum from the edge of the diffuser or grille. d. Provide a smoke detector within 10 feet of each remote power supply panel. Citi.ClerkProvide heat detectors in areas where smoke detectors would be subject to false alarm. Iowa pty, IcVmgram address for each device as directed by Owner or stated elsewhere in specification. Program device output text by address and geographic location. 5. Provide an addressable interface module for each non -addressable device. 6. Provide an addressable interface module for each non -addressable initiating device. C. Signaling Devices: 1. Where plans indicate a signaling device installed adjacent to a manual station, install the signaling device on the wall directly above the manual station. 2. Provide a minimum of two weatherproof audible signaling devices of the same type as other signaling devices provided with the system. The audible signaling devices will be located by the fire department connection to each building. Owner will determine the exact locations. Mount the devices on the exterior of the building. Provide a separate circuit for exterior audible signaling devices. 3. In sprinkled buildings, provide a 120 volt circuit to the fire sprinkler bell location. Provide manual bypass from the Fire Alarm Control Panel. 4. Set taps for toilet room speakers at 1/4 watt where toilet room is under 1000 square feet. 5. Signaling devices shall be completely deactivated by pressing "signal silence". Rohrbach Associates PC FIRE ALARM AND DETECTION SYSTEM (ADDRESSABLE) 283100-7 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 6. Audibles shall be placed so that they can be heard a minimum of 15 decibels above the ambient decibel level in all locations (refer to NFPA 72G and ISBC 17.705(12)). D. Control Devices: All devices controlled by the Fire Alarm Control Panel (i.e. dampers, doors, elevators, etc.) shall be operated by the use of "control modules" and not by relay type device on detector bases. No auxiliary equipment shall be directly connected to LMX control modules. Control modules shall activate a 24VDC relay with LED when in the "alar". 2. Elevators: Verify recall requirements with local codes, authorities, and installers prior to system programming. Provide control modules and relays as required. 3. Provide a control module and relay for each door or group of doors to be held open. 4. Provide control modules and relays as required to implement the required control sequences. 5. Provide control modules and relays for remote indication of alar and trouble conditions. 3.03 WIRING INSTALLATION A. Wiring Method: Install wiring in metal raceway according to Division 26, Section 26 0533 - Raceways and Boxes for Electrical Systems. Conceal raceway except in unfinished spaces and as indicated. Surface -mounted wiremold shall be size 700 minimum. B. Wiring within Enclosures: Separate power -limited and non -power -limited conductors as recommended by the manufacturer. Install conductors parallel with or at right angles to sides and back of the enclosure. Bundle, lace, and train conductors to terminal points with no excess. Connect conductors that are terminated, spliced, or interrupted in any enclosure associated with the fire alarm system to terminal blocks. Mark each terminal according to the system's wiring diagrams. Make all connections with approved crimp -on terminal spade lugs, pressure-type terminal blocks, or plug connectors. Do not install spare conductors in conduits or junction boxes. C. Cable Taps: All cables in the fire alar control panel, junction boxes, and pull boxes shall be clearly marked in English (i.e. SLC 1, 3rd Floor Speakers, etc.). Label all junction box covers to indicate circuits and/or devices enclosed. Label inside cover of all junction boxes in finished areas. Label outside cover of all junction boxes in unfinished/concealed areas. �' �f E g: Color -code fire alar conductors differently from the normal building power wiring. Use one color -code for alar circuit wiring and a different color -code for supervisory circuits. Color -code NOV @to"Wiar-indicating circuits differently from alar -initiating circuits. Use different colors for visible alarm -indicating devices. Paint fire alar system junction boxes and covers red and provide circuit CltrraC1yq*kn inside of cover. 6.0wa 9144 to Remote Alar Transmitting Device: 1 -inch conduit between the Fire Alar Control Panel and the transmitter. Install number of conductors and electrical supervision for connecting wiring as needed to suit monitoring function. Install end -of -line resistors at the farthest device from panel or module in a separate junction box clearly marked "End -of -Line Resistor. G. Conductors (minimum size and color) and raceways shall be provided as listed below, unless otherwise recommended by the system manufacturer or required by the authority having jurisdiction: 1. 120VAC 12AWG 2. Initiating circuits #18 tw/sh pair White (+) Black (-) 3. Audible signaling circuits a. Homs/bells #14AWG Red (+) Black (-) b. Speakers #14 tw/sh pair Red (+) Black (-) Rohrbach Associates PC FIRE ALARM AND DETECTION SYSTEM (ADDRESSABLE) 283100-8 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 4. Module power #14AWG Violet (+) Blue (-) 5. Resettable module power #14AWG Yellow (+) Gray(-) 6. Visual signaling circuits #14AWG Red (+) Black (-) 7. Door holder/smoke dampers #14AWG Brown (+) White (-) 8. Control circuits #14 AWG H. Conduit fill and box fill never to exceed 50%. I. No spare conductors shall be installed in conduits or junction boxes. J. 3M #130C rubber tape (or approved equal) shall be used to insulate grounding shields. K. If surface Wiremold is specified, it shall be no smaller than 700 size. L. All junction and pull boxes located at or above 8'-0" from the floor shall be a minimum size of 4-11/16" square by 2-1/8" deep. M. No box extensions shall be permitted on new work. N. All fire alarm devices, junction and pull boxes shall be installed so they are accessible without removing light fixtures, equipment, conduits, junction boxes or other items. O. No splicing will be allowed in device mounting boxes. P. "End of Line Resistors" shall be located at the device that is farthest away from the panel or module. Q. All devices being controlled by the fire alarm control panel (i.e. dampers, doors, etc.) shall be operated by the use of control modules and not by relay type devices in detector bases. No auxiliary equipment shall be directly connected to an addressable control module. Each control module shall activate a 24 vdc relay with LED when in the "alarm" state. R. Back boxes shall be provided by equipment supplier for any surface -mounted pull stations or signaling devices. S. T -taps may be used for signaling line circuits if manufacturer's recommendations are followed. 3.04 IDENTIFICATION A. Identify system components, wiring, cabling, and terminals according to Division 26, Section Identification for Electrical Systems. B. Install instructions frame in a location visible from the Fire Alarm Control Panel. C. Paint power -supply disconnect switch or breaker serving all fire alarm equipment red and label "FIRE ALARM". Provide handle lock to lock circuit breakers in the closed position. D. Affix the name and telephone number of the local service organization to tl nJcLfEd oDf the Fire Alarm Control Panel and each remote cabinet. E. Label each control module to indicate the equipment controlled. NOV 0 6 1018 F. Maintain wiring color codes throughout the system. City Iowa CitytY,, 1O Iowa G. All labels shall be on the inside of the cover. Rohrbach Associates PC FIRE ALARM AND DETECTION SYSTEM (ADDRESSABLE) 2831 00-9 City of Iowa City City Hall MPOJC Renovation 3.05 GROUNDING RAPC #1323.1 A. Ground cable shields and equipment according to system manufacturer's written instructions to eliminate shock hazard and to minimize, to the greatest extent possible, ground loops, common -mode returns, noise pickup, cross talk, and other impairments. B. Ground equipment and conductor and cable shields. For audio circuits, minimize, to the greatest extent possible, ground loops, common -mode returns, noise pickup, cross talk, and other impairments. Provide 5 -ohm ground at main equipment location. Measure, record, and report ground resistance. 3.06 ACCEPTANCE TESTING A. Manufacturer's Field Service: Engage a factory -authorized service representati igqspect field - assembled components and connections and to supervise pretesting, testing, an, meE ®e system. Report results in writing. UUUUUU `` B. Electrical Contractor shall be responsible for completing a "Test Log". Nov 0 6 2018 C. In preparation for the final test, Contractor shall: City Clerk Iowa City, Iowa 1. Perform a thorough cleaning of the fire alarm system so each detector's chamber value reads less than 50%. 2. Submit a "Test Log" and test forms from NFPA 72 and include a print out proving detector chamber values of less than 50% for all detectors. 3. Provide a letter certifying pre-test compliance and a list of witnesses. 4. Provide an up to date and complete printout of software at the time of final inspection and after any and all corrections or changes. D. Contractor shall perform a Final "Minimum System Test" per NFPA 72. 1. Contractor shall test all equipment per minimum system testing requirements and maintain a "Test Log". 2. Contractor to have sufficient personnel to conduct the test efficiently. 3. Upon completion of the Final Test Contractor will submit the Test Log. 4. Owner's representative has the authority to void the Final Test if it is proven during the Final Test that the Fire Alarm system installation is not complete. a. Voiding the Final Test will require Contractor to schedule another Final Test. 5. Upon approval of Final Test, successful owner training and submittal of completed "As -Built" drawings and O&M manuals, Owner will provide Contractor with acceptance of new Fire Alarm System. a. Owner acceptance does not constitute "Project Closeout" or completion of "Final Punch List" b. Owner acceptance only relieves Contractor of testing requirements, it does not relieve Contractor of other contract requirements. C. Final Testing does not constitute Owner training. d. Owner acceptance provides approval to activate the new Fire Alarm System as the primary system. 6. Contractor shall perform final test in the presence of manufacturer's representative, Owner's representatives, and necessary local code authorities. E. Minimum System Tests' test the system according to procedures outlined in NFPA 72. Minimum required tests are as follows: 1. Verify the absence of unwanted voltages between circuit conductors and ground. Rohrbach Associates PC FIRE ALARM AND DETECTION SYSTEM (ADDRESSABLE) 283100-10 City of Iowa City City Hall MPOJC Renovation RAPC #1323.1 2. Test all conductors for short circuits using an insulation -testing device. 3. With each circuit pair, short circuit at the far end of the circuit and measure the circuit resistance with an ohm meter. Record the circuit resistance of each circuit on record drawings. 4. Verify that the control unit is in the normal condition as detailed in the manufacturer's operation and maintenance manual. 5. Test initiating and indicating circuits for proper signal transmission under open circuit conditions. One connection each should be opened at not less than 10 percent of initiating and indicating devices. Observe proper signal transmission according to class of wiring used. 6. Test each initiating and indicating device for alarm operation and proper response at the control unit. Test smoke detectors with actual products of combustion. 7. Test the system for all specified functions according to the approved operation and maintenance manual. Systematically initiate specified functional performance items at each station, including making all possible alarm and monitoring initiations and using all communications options. For each item, observe related performance at all devices required to be affected by the item under all system sequences. Observe indicating lights, displays, signal tones, and annunciator indications. Observe all voice audio for routing, clarity, quality, freedom from noise and distortion, and proper volume level. 8. Test Both Primary and Secondary Power: Verify by test that the secondary power system is capable of operating the system for the period and in the manner specified. 9. Retesting: Correct deficiencies indicated by tests and completely retest work affected by such deficiencies. Verify by the system test that the total system meets Specifications and complies with applicable standards. 10. Report of Tests and Inspections: Provide a written record of inspections, tests, and detailed test results in the form of a test log. Submit log on the satisfactory completion of test F. The manufacturer's authorized representative shall perform a 100% quality inspection of the final installation and in the presence of Contractor, Owner's Representative and local code and fire authorities, shall perform a complete finished test of all aspects of the system. A system certification verifying the proper system operation shall be required prior to acceptance. G. Audible sound level measurements shall be conducted throughout the entire building, and all spaces with the evacuation system off and sounding. 3.07 CLEANING AND ADJUSTING A. Cleaning: Remove paint splatters and other spots, dirt, and debris. Touch up scratches and -marred finish to match original finish. Clean unit internally using methods and materials recommended by manufacturer. Provide detector cleaning report proving a maximum chamber value of 50% for all detectors. FILED 3.08 DEMONSTRATION A. Engage a factory -authorized service representative to train dwo'g 2wtenance personnel as specified below: City Cler 1. Train Owner's maintenance personnel on proce4We$ pry s� edules for starting and stopping, troubleshooting, servicing, adjusting, and maintami ment and schedules. Provide a minimum of 2 hours training. 2. Provide a minimum of 2 hours of software program training. 3. Training Aid: Use the approved final version of the operation and maintenance manual as a training aid. 4. Schedule training with Owner, with at least seven days advance notice. Rohrbach Associates PC FIRE ALARM AND DETECTION SYSTEM (ADDRESSABLE) 28 31 00-11 City of Iowa City City Hall MPOJC Renovation 3.09 MAINTENANCE RAPC #1323.1 A. Occupancy Adjustments: When requested within one year of date of Substantial Completion, provide on-site assistance in adjusting sound levels, controls, and sensitivities to suit actual occupied conditions. Provide up to three requested visits to Project site for this purpose. B. Provide a maintenance contract from the local service organization beginning on the date of Substantial Completion and remaining in force throughout the warranty period. Include required NFPA testing at times scheduled by Owner. C. Provide Owner with a proposal from the local service organization for a one-year maintenance contract beginning at the end of the warranty period. END OF SECTION 28 31 00 FILED k" 0 6 Iola City Clerk Iowa City, I", Rohrbach Associates PC FIRE ALARM AND DETECTION SYSTEM (ADDRESSABLE) 283100-12 All SITE PLAN NO SCALE Architect Rohrbach Associates PC 325 E Washington Suite 400 Iowa City, Iowa 319 338-9311 Fax: 319 338-9872 Mechanical I Electrical Engineer Design Engineers PC 8801 Prairie View Lane Suite 200 Cedar Rapids, IA 319 841-1944 Fax 319 841-1969 PROFESSIONAL SEALS: CONTRACTOR ACCESS - DEBRIS AND MATERIAL ACCESS LOCATION. COORDINATE DELIVERIES WITH OWNER DUMPSTER LOCATION CONTRACTOR PARKING - PARIUNG SPACES ARE AVAI1A5lE ALONG 5. VAN BUREN STREET AND IN THE CHAUNCEY PARTING RAMP AT CONTRACTORS Ey"NSE ROHRBACH ASSOCIATES PC A R C H I T E C T S � r r �t �Ill 4 CITY OF IOWA CITY CITY HALL MPOJC RENOVATION PROJECT LO :] i;] ILu I U PROJECT PLANS 10/29/2018 RAPC Project No. 1323.1 SHEETINDEX COVER 51eET G; 00 SYMBOLS. ABBREVIATIONS AND WALL TYPES DI.Do MPOJC DEMOLITION PLANS AIM MPOJC CONSTRUCTION AND RE"CTED CEILING PLAN A2.00 DOOR SCHEDULE. INTERIOR ELEVATIONS AND DETAILS Fx 100 MPOJC FIRE SUPPRESSION PLANS HD I OO MPOJC 'VAC DEMOLITION PIANS H 100 MPOJC HVAC PIAN` AND CONTROLS 1500 HVAC DETAILS, 50'EDULE5 AND NOTES ED I OD RECTRJCAL DEMOLITION PIAN E I OO MPOJC LIGHTING AND POWER PLANS E101 MPOJC FIRE ALARM AND TELECOM PUNS E500 ELECTRICAL SCHEDULES AND DETA115 E510 ELECTRICAL DETMLS E520 ELECTRICAL NOTES AND SYMBOLS �� mrsNyww.rry. y�vwwNN Nnsy,�m�yyNri cma affr. o�m. o�m, nim, ra CONTRACTOR ACCESS - DEBRIS AND MATERIAL ACCESS LOCATION. COORDINATE DELIVERIES WITH OWNER DUMPSTER LOCATION CONTRACTOR PARKING - PARIUNG SPACES ARE AVAI1A5lE ALONG 5. VAN BUREN STREET AND IN THE CHAUNCEY PARTING RAMP AT CONTRACTORS Ey"NSE ROHRBACH ASSOCIATES PC A R C H I T E C T S � r r �t �Ill 4 CITY OF IOWA CITY CITY HALL MPOJC RENOVATION PROJECT LO :] i;] ILu I U PROJECT PLANS 10/29/2018 RAPC Project No. 1323.1 SHEETINDEX COVER 51eET G; 00 SYMBOLS. ABBREVIATIONS AND WALL TYPES DI.Do MPOJC DEMOLITION PLANS AIM MPOJC CONSTRUCTION AND RE"CTED CEILING PLAN A2.00 DOOR SCHEDULE. INTERIOR ELEVATIONS AND DETAILS Fx 100 MPOJC FIRE SUPPRESSION PLANS HD I OO MPOJC 'VAC DEMOLITION PIANS H 100 MPOJC HVAC PIAN` AND CONTROLS 1500 HVAC DETAILS, 50'EDULE5 AND NOTES ED I OD RECTRJCAL DEMOLITION PIAN E I OO MPOJC LIGHTING AND POWER PLANS E101 MPOJC FIRE ALARM AND TELECOM PUNS E500 ELECTRICAL SCHEDULES AND DETA115 E510 ELECTRICAL DETMLS E520 ELECTRICAL NOTES AND SYMBOLS nunnciumu weannma�c W�R'M W`.d106 rzm m�W,m r�aaw,., 0 wn. nwommm T rua ® sm mamas Q O rmra carve 1� momwma ar�`e Hex finnan O ,bra wHw. �i 1'1'1,111'1,1,1 nadwwwamn 0 wn. nwommm T rua ® sm mamas Q O rmra carve 1� momwma (FM!CSMRIXS I maw rem etas . mbar/"mr""` masa sw.ea O�wm..um. w0.9s}em �w.cw wu .umrn,rrre es,en �••mrv,me !,N.igN LVAQ AtOV aft w.0 ezrna as+m.. xrn. � m n�mw n w anu, cuvAnoH m..uv sa.H FfH1 LB,WaW Nola /''I �nR.WF eLr[O ftxS,WCr�d,lm[ VVV( �YTFWv ,dn,m ------------ ------ _`. e m ne —1 ,aas�ese, m o0 T, P n.m mmm�x MN WMIiNL MLrn5 M1IC95 Xa�m CN WNiX41 il UK Na awr'mMnmee o Lamm mea blmea ame aYr ' OINE lmI asuo ltRl r7771 M,, 4e r uGM,m - ♦r +.•u. muo ..awns. m.m wm>wamwmu a.m ewo ue m At q,a m11Lt rwiawntr w.sA Gm. aw atl laO1Oa ID9fYe uw an.rr mwta '.mmz.. 01� moeosiwa .3 are FILED NOY 0 6 Y818 City Clerk Iowa City, Iowa Y t AMETAL STIIO WALLS sue: ew P,,rcl NamelGall'. r m CITY OF IOWA CITY CITY HALL MPOJC Iowa City. Iowa SAPC Pralerl Nunier 1323.1 R O N R S A C IN ASSOCIATES PC A R C H I T E C T S us s w.. nomas•. m. a eo. zzre .. T*"s1e>sswn 3 •ve m3 EY.itevlMM.mlwran Consultants: MVMYaIEbYJFry,a.: • HIS Sheol Title: SYMBOLS, ABBREVIATIONS AND WALL TYPES Issue Date: eNi. M1Y Ile41m mum, =h- 3 MSI! Mm teal ryntis mn.n W: cn.a.e er: W WMU Sheet Number: G100 ar�`e Hex finnan O ,bra wHw. ® ® nadwwwamn o swum CG ccs nuvr%cww+m (FM!CSMRIXS I maw rem etas . mbar/"mr""` masa sw.ea O�wm..um. w0.9s}em �w.cw wu .umrn,rrre es,en �••mrv,me !,N.igN LVAQ AtOV aft w.0 ezrna as+m.. xrn. � m n�mw n w anu, cuvAnoH m..uv sa.H FfH1 LB,WaW Nola /''I �nR.WF eLr[O ftxS,WCr�d,lm[ VVV( �YTFWv ,dn,m ------------ ------ _`. e m ne —1 ,aas�ese, m o0 T, P n.m mmm�x MN WMIiNL MLrn5 M1IC95 Xa�m CN WNiX41 il UK Na awr'mMnmee o Lamm mea blmea ame aYr ' OINE lmI asuo ltRl r7771 M,, 4e r uGM,m - ♦r +.•u. muo ..awns. m.m wm>wamwmu a.m ewo ue m At q,a m11Lt rwiawntr w.sA Gm. aw atl laO1Oa ID9fYe uw an.rr mwta '.mmz.. 01� moeosiwa .3 are FILED NOY 0 6 Y818 City Clerk Iowa City, Iowa Y t AMETAL STIIO WALLS sue: ew P,,rcl NamelGall'. r m CITY OF IOWA CITY CITY HALL MPOJC Iowa City. Iowa SAPC Pralerl Nunier 1323.1 R O N R S A C IN ASSOCIATES PC A R C H I T E C T S us s w.. nomas•. m. a eo. zzre .. T*"s1e>sswn 3 •ve m3 EY.itevlMM.mlwran Consultants: MVMYaIEbYJFry,a.: • HIS Sheol Title: SYMBOLS, ABBREVIATIONS AND WALL TYPES Issue Date: eNi. M1Y Ile41m mum, =h- 3 MSI! Mm teal ryntis mn.n W: cn.a.e er: W WMU Sheet Number: G100 ® ' O Y Lu m Uy J s U o um IN1 W —1l ,a11 IT.nexnl., a 0 o a o (I---7 FFFFFF-�F- N f \/Yd 2 en43Da.1W elol1✓Jx1,w GENERAL DEMO AND CONSTRUCTION NOTES cmrrcw wxa mn.enmaceemxw c,.,mrao-nve mcxtm9rwnxc z Mwriwr�,noeia n:nro w.i°�warowiw wu x�ieox ionxn.uw. ] wr¢nro sex,vn,a:,aaoranT"'wo.wn"s r.e-euT"`xuan a�sm. m`'w"'.envn ao'"'rO""'e.]on ce� rtwca u'o un,wra5 ro af,rt ui w,useo auans nr ,awxm mu-ex.u,r: rT .PR¢T,ewfdRlCl[SU,D MVUYwmrpIX •lav�,Le5 PwF . oeNe ,nwiao-xW+ew .1..1 •wm TIN, I,+ �n �a��wn"`9uam]e:,ro-n,wcrov ]m .aanT.�wQwm�W�,anaRS L�xARWmaW,a anwen,vewsoa,a x.iGR➢. TIII ININT¢OjPe0 O[.iiJ,C~wrt W'6`uYnP�Yv Wx_rO to ICU nKR,e ,. >,wna. aax xva.ialnm.c nR] 6iuxL4u0 wJ9uvC0.r9. xun nttN[S, teut>. a ru9[d. e(GT441 cOMUWiGngE. nG. w ¢aw L K[+wfiL rO.Yu[rn CcnOue a5 R[J M4 TAxex Wnie<TYn.� >Taws. Txe wrmeu. .wo>TAT9. 'TO .. i'1pyvn o"�wowr..wnw].roarul+.u..w..r,o..�,wiuuw.cx..w�.mn.Ac,a iim`WTOTc i w.:unXOF'`we amers:,wor�an. �aV5 w xs aNNG m tl ff rc ce' ,inw' :w ID...w`mArz"�`i aai�w�a' ,awi5na e'roe o NO, Ne e,s oR.wS, im..wlw.c,ne.wcwxem 5eaX .GIw.vn' mei..ixf°Pav°:nuMIA"x. .n. ramuna , wmsTxn>aco vo c-.,a>s...:x.v,.Tf.zo low,.rneoT.mn,naxwalw.r.aw n Tres. Wic+cs nxc xRrxz cmxw.rz Au u>aeru�eaoamxiwA,on OF Wwxs Axaxv�Qs wm w.c. rA,aawe..arlm onTnom :° mac, rTwmcnuanan. ama W::.]w`nw mrM.wx,mAwo wvlro�n 14 Omo NO IN COSS .v✓lnrtnm wcvµnesrew cP6T4e]vy.ta,rw,. rewGC�ln. nc Te...nz rnrcx..siro u°O"DQir°�ew °:isx°eKOwTuw° w"x limla nu..nxan W.uanm.caaw. x ww5o -I f.cfa Te of w aroma ITIO' 1 I.wTu.f til mno .. uro Tutxrwia 4 — 11 INT Txv.anoxz ¢.a1NG I Nwn waT el Sruao Av. ws..xoeen.o x uwweo cexT xmlm Wo �Grz enTwe roruT..,cnw rouw—. wwwrax>Tcz mu5rom.ArowemlWwaarm .o.ic:�'n'Wn �°fww nxn¢w n.wrz>rz]w. o-,rmrw swan. �.>wwrwsw.xw �. oxxa W..auw,Ax.ro.nWe.xo maven Taw Mlmx. w.rmerona.fwnm NEYED DE WOLUM NOTES: Q uvoarmnxa.unmw rvmcR O R[wox n6nuG 0.v vewR0.wvNws rav wcwu ro O.vf[R O' m.oR.0 asrixL< rnv,.Axo coWnma� O NO nKaTTiTalfnWr.9fwoM%. un M/l.Rn9wn]NVfH 9iwOAA9 C 4MgTg 1IXai5iw4 CMRf tI 'NO rt N, nfs wn /LI.I, CpArttt f05YM,MR. Ttrti@ RNuxiuL 9WA69 NR xh OM]RyCNY. O Fd ,r� OfAtlJflwiMCWn9R[w]vHOI C[�YxL tul9 QYCULwfRA. U6T lunwes.Erc warowevxu.xo uecTww oxAwxrs ranxooinoxu �i SrurWaa000f..OoamaL.Tw.xe oewsia. v.;mwxro n.n M.� �� enme9 gar wn.mexnM1womicc Doom vmm.ix carne lcelnWa me<awacomw.+ex 0 :Rex i°m`.w m'w.ra.:'� nu,mae. vun. n.9e.xo ]u.u<n raxew c t TATt 'a •lTpYGnR A[B TR YB49[ul0 Ip,(x Wtiiwn�'Ox O r YCiw fV. i� µKWCeS I[uCv� IX2 u'i 1xG Q W R�IOR rY5 WY'GW iuICMUAM O IN']llp[Se w0! aQ 4Lanlb oe,.11. NO e-ICTa vnxW © Re 9M1 eW�e LWa�'Tb 5JP A5 tALR ]nus. ACn WWI] C. . O HH �R�µ.PW2w�,xYWId IRW'1Rn 4'i,A ]NR.IKfAY/AnC.... O MM, M9nx6 WyL],w0(lu " I,,.. fO wAiQf nnnx4 n.n texoio ennxGc Qn NG'OaZ 09xT.CM. O TYh2 d6inu6 YGrt MUPLz. R!T0. i0 [IfCiNG4 Ln.WMG92R /bT,WH4 .IYYu11ex. rouslu�eAnivwixrsxrvm�iwu�rou�nnm�'x rWam uo anoGrw. mea O' wwxifmioxaasilfe ou:rc¢eo Ae ual.® roer¢wuorrr mnlm.>vnlTo Ome., e, .1 Taemrlox. mTvv.9mx. ® Wmw.rt..-lanmeo ma xwrarax owoo cart xo, unum.ate .erorzn pl mn nawQ� na,o� nnnWanaWm wrz'. r Wiswrz.i nxvr>an�mnnn<uuo Nraw.R i w4 n wvlom x N,CJW6 x.3 w0.. LEGEND - DEMOLITION LQ DE nwca_Saxr°n"D°rcin�: ® � mr mar mwx,nx.0 am mnwman ronenw zcx ® an.w aw.xn � 'T"a ® W0. ]tonin ER AOSu+r/:mw .must °m'iWS�nrnaovo +m yj�w.�a+ :. I eonwfefaeramw mM1ra Sroject Name: ! , U� wJL CITY OF IOWA CITY CITY HALL MPOJC RENOVATION PROJECT Iowa City, Iowa RAPC Project Nun-0er. 1323.1 17 R O H R S A C H ASSOCIATES PC A R C H I T E C T S I.. u ....,...m., e E Walnalen eniu .eo r.a e.. xxes in..cur.339 311 T. 319xaeun f.c n. asa eexx C o n a u I t a n t a: - aD�FSIC� Sheet Title: MPOJC DEMOLITION PLANS to... Data: ra.rr few I r owvR sai neve a coastal term. a taste .aaet,aa -a n er: --ea l Ste, eN.wm Sheet Num Ear: D100 �, ����•'� ill �°�4° MW C MM m e ,x u No" FINISH LEGEND:==x e"3'g M'1•a GENERAL CONSTRUCTION PLAN NOTES: un mammnrmruDKI rlmxwrvr,.vm.Mc.oimuA. xwxr..1 n. Wx.um, IZNwwR1Ya ro.wpravMa roseeo ro.T6npe wRYaeuxee z "Im.�ia m row a .mro zrIXul,r .,o�""mo vwaczl .mwnxc AU A°16dOirrnm'ocw�x 11. c sin+ m runnr°Au.-w z.z nau nxpww ree, 1—re ro RRwIXc a,.11 exRH.a�.a exaamnaaMaexaR..x,p,�,1 >..w..Rr"°:I�.n•.WN.,.RN=n„x»c.AH,.R„M�aa�.aa.. �\ N lcoxsxftUCTILN AND nN15M rUN - Mro NEYRIx C()hhs lrm WM Oi WcNI¢w PWITIOM Wm P05nH4lMmMN O ,6 N[w P. Tr'. err, r. O doemes. Y'RM(W,wcr NraH, amxc caunxa ro luvwr Qi wsr..r cerci nlx waexc.wo rvwn ux. © ocueir'clln'.au�c uaM�• mmia]` �c mu`ro.<ou:r':iri'w lsscr i or.w sra. AvomoN..�wouur�oN Qi acexlvxe.Mrw Tcu AN (Ne ueo so ve6 Oe oMvr,womn,Izw su.neo nNU IHS..LLxoeYoaMa �]-perizr,ZeAI. SloeNi"�"mm eA wf`�4eaul"v mR�`iiv .+ue µRIWol�MlY xdnp NegU[m MµrWMiB 1. 3,n RRMNNc M M.1 MRRxPR] Ah! 1P[ %{[CRc. urtew.rezi.MSru: eep5rip. muxammraxxewwx5iwrtrpx. wNrn.nax�xrLL•xsinsruiloxam�w rn6. mumuao. Rc. mesio MC>HxCµ up _SCRIG TwwwGS q[ypRpNYyt4er[y. fpTgtil4M H]O Muwrsmnc.yc alsnle.cwsrv. ague snmean]mea raeracraH euro wore Na, mNsrwalox O,r2 /M1ZH [RWniuGNm eAY �H NLNPA9 NJi la �®nm. cVrtr A�irte�w.Rmrxx xa�n araee. AR a._2wrzxl Qu Nrp� R/3-xOINL KW5r14a 0WLrl1[pFY. J6iW.rpx�X416S91X3iAWPOH Cf IXNx6 M1U•9 Wa, PQ1R r0 M[TAW Va Av0 rt[C1eN' 1 MAWMGS RMKOrtpxµ IVJY..iI'M. �iVwR /I-Px,(SieY veLL uyltrtD ee6 ]IAT.V rep 3lWR. iepNeP35 RC... O D” r—T T.MRR4i - Cµ iSM1W WeLL9 RMSrµL WALL MglxRo iRu9 YJCn A9 iILl31Fr5, O MiCn ai4exG WyU Mp CQWx9.5.1p1R(o rO W.rp N9iM6 nILLTp. Qaereu RaT]M a,M1U[ror We ACur r¢�On W.LLMeRn Q w]uu p. Avo rmmrteror Rem.l�� iocc p M3reLL Cq,HRnCI1(rtp[fx„w30J O' To MSrAI.MwxwWn.wwR..as.wo usMc ioe..ra.anT�wvouu]Iw. ® exuxu uderr'e anu rnuTo uvxwr.cul e+ewilw..m eewpipx. eertx 0 neMruR euRuro.Ho nsi.uxo e. enae yBxRwrymNSrWK ]Nx ar,, rLc MTcu n9 ROprID PL rtSG m uG ® Iro Te,. uWtt 11YNR. Y[ 11cm. oPAWN6. © ,arMi ramal oreww apxcrourx wn onmper]Iv. muxe.rwiexrlR minc © MreUuvecor ttrMNR.3R nxaRKM aNn E .LLTWIA21.3MD1I((L�. YAYIV[MR[ gym RINW Mr-ormIx LEGEND un mammnrmruDKI SAnxu a�mat (l IZNwwR1Ya wRYaeuxee vWuueMmRmaa O axmrr � I� IYVI co,,ro xrW ieafpt MSr:x ®r9Y.I IIM¢CTHAW! OnIGrf4ni Tura TTT .dBm°nrr:�mi w mrvMaf. ewn m�w]oen Project Name: —.mule — CiTY OF IOWA CITY CITY HALL MPO SPACE RENOVATION PROJECT Iowa CMy, Iowa RAPC Protect Number: 1323 _-- 17 R O R R S A C e ASSOCIATES PC A R C H I T E C T S x166 W,eeineren ex Ne.oa a. aea.xae mMe eeir. eo.. eau Tu aeaxeu1” i.p ae axe asrl [w,ler.oypMsm�.aM Consultants: Necee-m ui,a n: - DESIG ENGIN Sheet Title: MPO CONSTRUCTION AND REFLECTED CEILING PLAN laaue Cate: rMOe O✓• beerva, seems as"aae'. x ah. axCal x .o.sis Atiar�e Oran er+ eeee... lr: eM M0.MrG Sheet Number: A100 �J N. 1—T rwS. �e cac sew l 5TDMRR Us® 6'OC TM MATC1 .coDvoo.�rc reu 5 .m0000R wn 6 smo .N.e oce .r..raD eu+z . eeoD.ocrnw L�znW.KLR M9E GdNR L CFMRREHQ ROOM OJIIXIp. Project Name: 1 � t 1_ CITY OF IOWA CITY CITY HALL MPOJC RENOVATION Iowa CNy, Iowa RAPC Prgeci NumEer. 1323.1 R O R R B A C R ASSOCIATES PC COD aultenls: .eevEececehEra- - EIWSNffRS Sheet Title: DOOR SCHEDULE, INTERIOR ELEVATIONS AND DETAILS Issue Date: rase. or o...H* ousels aax.rom a sums anm. s.... en c...a.. By: Ser awwlo Sheet Number: A200 'foe—/ w��a w..a..a Q (�u r .w N _0 s Z.0 UM �. 1 lO RKfPI1JUCWMR Q �e cac sew l 5TDMRR Us® 6'OC TM MATC1 .coDvoo.�rc reu 5 .m0000R wn 6 smo .N.e oce .r..raD eu+z . eeoD.ocrnw L�znW.KLR M9E GdNR L CFMRREHQ ROOM OJIIXIp. Project Name: 1 � t 1_ CITY OF IOWA CITY CITY HALL MPOJC RENOVATION Iowa CNy, Iowa RAPC Prgeci NumEer. 1323.1 R O R R B A C R ASSOCIATES PC COD aultenls: .eevEececehEra- - EIWSNffRS Sheet Title: DOOR SCHEDULE, INTERIOR ELEVATIONS AND DETAILS Issue Date: rase. or o...H* ousels aax.rom a sums anm. s.... en c...a.. By: Ser awwlo Sheet Number: A200 1 FIRE SUPPRESSION DEMOLITION PLAN - MPOJC 2 FIRE SUPPRESSION NEW WORK PLAN - MPOJC 1N' =1'0 I FIRE SUPPRESSION SYMBOLS r ��wxlesm.ow�a.. c ax.m�xx —o�-.'aazMmam MIl.6EIIND 0901EYRM1 • m IERMVI®I�IQY M!AffiMb NIYI NaOIQIR/M � iliR Mll FIM wm..a.r...,...,w.xw m...nranw...v. ww......ar. mr.r,....w .....w..w..w.«s.. e.gros. s..s. s.ww.r w..n.,Y.rmxtl.ww.wm.YwwYew. uwwos.rwme.�wvw•••••r.w.rwrr.rwwr,s..s r .r. �W.. e..........n w.Y...r....n. w r rm. Y.w .Mr..w..wn...xxrw _..w.r...Y..w...w..wxm,. w.bw.w.x....r... e Ywr.nvwwwa o..ww^mw finmaY,mw. ww, xm ow'sfxr.m.r.s r.www�awnrw x•.....r._rr.r..Yr....Y.x.m. rA� Y,.isYrMq.naY{up qu. w.er r..AYYY.rw.rn.Y.aa. w. rrr..trr. r.r..Y..wrww. C�w.w.xYYwaYw.w.v.r...a w w. Y�_9iM✓Fw.rw aY..ue a 9P....R Wnr tlb.4nYNw.m.rnw.ibwr,w... � .tl.pwygq.n.nw..wal xr F.b.M,s n.n.aww,. ` rYrPY.1.r.Y M1...efe\Y.YSW. iYq�Y..Ytr.. w.Y YnaIYYY..r\r.«y MY....wYMYtr.F.rwF.. NYP... M.4rw.Isb.mb. ,l IYrw.r..rrlrw.Yw.wYlw.rY.www .Y � ..wbtrwww_.fe_re.4...r•.+rrn ,� Mrr.w.ws.n.N.dw.wW.rw.rr. xm.rY.e.r' I.YE.�iY...I..wIr.. Y•x�...rr. M.wr.x..Y W iv..•m.rr tmsrM.brruY.a, W �w.Yw .ru ro..ww..nr.nw.ereM.wr. .. mww_....Y. Wmo..4w,m4 CITYIOWA CITY CITY HALL MPOJC RENOVATION PROJECT 13Aa R pr*.N 1323.11 R O R R R A C R AEEOCIATEE PC A RCN I T E C T 8 .• a n. iea Ln v. o.... nv 'T.uu v.nn con. ull.nb: DESIGN ENGINEERS 8...1 TIII.: MPOJC FIRE SUPPRESSION PLANS I.... D. I.: xunY Nil, GweMn 1. ry1411wFYs • pm. snca� rv.me:r. FX100 W Ho Y O Joy o, noun L U 3 0 1 FIRE SUPPRESSION DEMOLITION PLAN - MPOJC 2 FIRE SUPPRESSION NEW WORK PLAN - MPOJC 1N' =1'0 I FIRE SUPPRESSION SYMBOLS r ��wxlesm.ow�a.. c ax.m�xx —o�-.'aazMmam MIl.6EIIND 0901EYRM1 • m IERMVI®I�IQY M!AffiMb NIYI NaOIQIR/M � iliR Mll FIM wm..a.r...,...,w.xw m...nranw...v. ww......ar. mr.r,....w .....w..w..w.«s.. e.gros. s..s. s.ww.r w..n.,Y.rmxtl.ww.wm.YwwYew. uwwos.rwme.�wvw•••••r.w.rwrr.rwwr,s..s r .r. �W.. e..........n w.Y...r....n. w r rm. Y.w .Mr..w..wn...xxrw _..w.r...Y..w...w..wxm,. w.bw.w.x....r... e Ywr.nvwwwa o..ww^mw finmaY,mw. ww, xm ow'sfxr.m.r.s r.www�awnrw x•.....r._rr.r..Yr....Y.x.m. rA� Y,.isYrMq.naY{up qu. w.er r..AYYY.rw.rn.Y.aa. w. rrr..trr. r.r..Y..wrww. C�w.w.xYYwaYw.w.v.r...a w w. Y�_9iM✓Fw.rw aY..ue a 9P....R Wnr tlb.4nYNw.m.rnw.ibwr,w... � .tl.pwygq.n.nw..wal xr F.b.M,s n.n.aww,. ` rYrPY.1.r.Y M1...efe\Y.YSW. iYq�Y..Ytr.. w.Y YnaIYYY..r\r.«y MY....wYMYtr.F.rwF.. NYP... M.4rw.Isb.mb. ,l IYrw.r..rrlrw.Yw.wYlw.rY.www .Y � ..wbtrwww_.fe_re.4...r•.+rrn ,� Mrr.w.ws.n.N.dw.wW.rw.rr. xm.rY.e.r' I.YE.�iY...I..wIr.. Y•x�...rr. M.wr.x..Y W iv..•m.rr tmsrM.brruY.a, W �w.Yw .ru ro..ww..nr.nw.ereM.wr. .. mww_....Y. Wmo..4w,m4 CITYIOWA CITY CITY HALL MPOJC RENOVATION PROJECT 13Aa R pr*.N 1323.11 R O R R R A C R AEEOCIATEE PC A RCN I T E C T 8 .• a n. iea Ln v. o.... nv 'T.uu v.nn con. ull.nb: DESIGN ENGINEERS 8...1 TIII.: MPOJC FIRE SUPPRESSION PLANS I.... D. I.: xunY Nil, GweMn 1. ry1411wFYs • pm. snca� rv.me:r. FX100 ® rear.l. 3 m o Y O L ate+ N 4� o 1 HVAC PIPING AND DIFFUSER DEMOLITION PLAN - MPOJC 1/4'.1'-0' 2 HVAC DUCTWORK DEMOLITION PLAN - MPOJC v.'.l' ' Cf1YA K]V, rear.l. re L _J IYb.fBO�'II'1'1� gi.newrra,sw.i.rbr, w..�wtwb�erd wfwr.u.ser,. Project Name: 1 9�r R} I I, �2 CITY OF IOWA CITY CITY HALL MPOJC RENOVATION PROJECT Iowa City, Iowa R O H R B A C H ASSOCIATES PC ARCHITECTS ..c>n oo. e.trtx CnnN.nt.: Am DESIGN 1W ENGINEERS- .. ma area_ . Seoul Till.: MPOJC HVAC DEMOLITION PLANS I.... Data: .11, earami ....r: .....r: all SNUI Number: HD100 HVAC PIPING AND DIFFUSER PLAN - MPOJC 1 1a-.1�.v (I) 2 HVAC DUCTWORK PLAN -MPOJC 1W.1•a 3 HOT WATER REHEAT VAV CONTROL SCHEMATIC NOT TO SCALE w M..Y,YY�. A. usfY.lY. . Tw .nYudrsa Mq..YrwYY.rY ti x.s..wmwmt.l,.imr...Y . rY 1 / l wYYPepq.n ..my.t L. M..4n . Y.rrRopeor.ol,..YYYw..—Yrrrr .rYr.r.Yr.... w..wrY.rrr.rYr t Y.Y.P4ptim. n,. F,1YY..YIYb ��.YYr MY.Y..Yr..Yohoom 1. Y.rtYrw.YY4.Yor.Iro.rM � .r�i.'rwo-rr. rrr..r.Yrrr.rrRr.r... i Re4p. ♦ IV M.TY. l YyfrY t ..rlYpMun 11Y.YYCwuv,,.. f Y.ly t tblRh.W9mMs.Fa9 u Y t hee E wotee .e,.rr....Yu.Y...w.. w.Y. CONTROLS SCHEMATIC SYMBOLS ar.� um ' m aw 3 Y Q) pYo�n o LL HVAC PIPING AND DIFFUSER PLAN - MPOJC 1 1a-.1�.v (I) 2 HVAC DUCTWORK PLAN -MPOJC 1W.1•a 3 HOT WATER REHEAT VAV CONTROL SCHEMATIC NOT TO SCALE w M..Y,YY�. A. usfY.lY. . Tw .nYudrsa Mq..YrwYY.rY ti x.s..wmwmt.l,.imr...Y . rY 1 / l wYYPepq.n ..my.t L. M..4n . Y.rrRopeor.ol,..YYYw..—Yrrrr .rYr.r.Yr.... w..wrY.rrr.rYr t Y.Y.P4ptim. n,. F,1YY..YIYb ��.YYr MY.Y..Yr..Yohoom 1. Y.rtYrw.YY4.Yor.Iro.rM � .r�i.'rwo-rr. rrr..r.Yrrr.rrRr.r... i Re4p. ♦ IV M.TY. l YyfrY t ..rlYpMun 11Y.YYCwuv,,.. f Y.ly t tblRh.W9mMs.Fa9 u Y t hee E wotee .e,.rr....Yu.Y...w.. w.Y. CONTROLS SCHEMATIC SYMBOLS ar.� um E pYo�n m Yn.nwY�m,rrva w m 49 oeew,.tww — cwu�ayyro o��ryywR��Rllr Iiw tY(RI!lliY ar.� um P.flscl N...: CITY OF IOWA ITY CITY HALL MPOJC RENOVATION PROJECT Iowa City, Iowa RAPE P,q.Y NunGef 1323.1 R 0 H R B A C N AIIOCIAT ED PC ARCHITECTS 1....... c..,.. 121 IF Cf n.nll.nl.: DESIGN ENGINEERS - Shoot Title, MPOJC HVAC PLANS AND CONTROLS I.... not.: .r .+row. Sh..t N.b.r: H100 Ell rem MtlNx,a Poorer.... bee...."mor 011anE ® —Mure, reNrEAAnnEEErva.r..Tlmui 1,orz<�m Uj o ara y 3 O J CID c MUM- emlmft = �U L L U 0 n � ..xrc�vm[�uNa.PUR-.iso O . ub..+.xF...wrrY .nMr.wrwrir»m. e .lwmbwrbr.. Y.i»nMYa.0 wMrV.r W.v MF a. M1a11eW 04'M.nb..mftl W..FLM Pvy..MxM.w4YNWY.Y z ra.*r.rirr»Y.....ru.crm. INta Atow.eAto.ulLOlAu.amAE t ,axre m.M mrlxrlW MwVMm. Y. M.. .l.i xe nr or .r rTtl Fm.vers.Mm..em.rm.mru....MWn...n.M.Y.N r.r..rram. N.<M..wn.11m..1w Wlm.a<vx.mmmmx I tIAI W l! V W IIE,911/ W J IMIII RO! MMl®1 PBIAT here w w w Lv11ViH1 i.I er qE RR] T p 1. nmmYrM..r.w..Y. nM1W.. a ..Ymma.M 1,.R9mM,F. r.ra.m'rm.wnY Wlim.. a Ynyml. < �TMx.er...em_Wb... HOlaq DF OCL' W AIICY A1O —Mure, reNrEAAnnEEErva.r..Tlmui 1,orz<�m b.. 1. Ixmn eT.:. mr..neen tlw1.a MFn tIAI W l! V W IIE,911/ W J IMIII RO! MMl®1 PBIAT here w w w Lv11ViH1 i.I er qE RR] T p 1. nmmYrM..r.w..Y. nM1W.. a ..Ymma.M 1,.R9mM,F. r.ra.m'rm.wnY Wlim.. a Ynyml. < �TMx.er...em_Wb... HOlaq DF OCL' W AIICY A1O —Mure, reNrEAAnnEEErva.r..Tlmui 1,orz<�m b.. 1. Ixmn eT.:. mr..neen tlw1.a MFn FMS MUM- M4 r WFrr r r4rr.. ®W x,x r.».r..rmbmr,.... ;: r . r Wmor......r..rm.Wmeree. .wu xa(1M.SPxMxr w.Mrn n � ..xrc�vm[�uNa.PUR-.iso .W...mrrYrr.. umn m..Y.r.Y�»4Wer rn n .. 4 .mw..4W�F .w rrie.. W.11,1Y.IxW..Ybr (ri mlxu+a e woom i .b.+..r V....v..ewu.w<awm.l�wFv...wFw..evmvm rM.v.W�.ml.tlrl,...Y 4Vfyq i s 1 bur W. ..nf)ynlb ar.xM . isl.. nvam.,nWn101i M*a•lrmn.nu.,.rm.nvmrs.rx.snx.mu.)umuws.�e r_.m.v..rm utll.Nw..a. hemememommW.u.i...re..x.. r a 9°aasxcvcvalM n» o.a . wrem.i wn xalr X4' M.ip W F.m.Y.11xr1Y.1......MOw. �wb xnawu.mun ..Y Vy..wyNMF»W xrmC.4.. nn.mM uuxxwaLl wtlC.1....4 W rNrrwwi.i.. �y '—I ♦ mw Malxws,o,arrmJx moemmeeuheeo rrX4 ma<..n 6bm.M.tlbmmnvF.miry F-�-`-I n rgm.,mm.i�c.,nl W eN.mmn �AmL� ,�, yF,m,,, {�Ww 1... `me...nrww,snlNw.frYNr.oe YM.rM.a. m.a MrYHs nLI ..�m^Y.mM..01wu ._.m�b a Nb.r. .rr.mmee' ® xw..vMam,Mxn remA� w...rr�m.rr.r®a �r.bw,rr rr. 4emY..mm.Y,W a..m. Tm.f,.aYm L U+M xmi+.m. m v+.mwn . Ymr.M. eemm rmFmommeobm— ftmoom000 NYnrl.r{m.,.,mwiel4m.,11,Iwm11.eM OI MYw Yne ,b oeu-poeverer—eam rt. opemp.nmp..rYmmewpq � ,mYa.. mra.m.wm.r W wtrartTtmcEm —Mure, m. b.. r,M eT.:. mr..neen .r mM ly.mn v M4 r WFrr r r4rr.. ®W x,x r.».r..rmbmr,.... ;: r . r Wmor......r..rm.Wmeree. .wu xa(1M.SPxMxr .alFlaam.x � ..L. � ..xrc�vm[�uNa.PUR-.iso .W...mrrYrr.. m. m..Y.r.Y�»4Wer I...I.M.<x rlm./m. .. 4 .mw..4W�F .w rrie.. W.11,1Y.IxW..Ybr (ri mlxu+a e woom beee. SEE V....v..ewu.w<awm.l�wFv...wFw..evmvm rM.v.W�.ml.tlrl,...Y 4Vfyq i s 1 bur W. ..nf)ynlb ar.xM . isl.. nvam.,nWn101i M*a•lrmn.nu.,.rm.nvmrs.rx.snx.mu.)umuws.�e r_.m.v..rm s hemememommW.u.i...re..x.. alive n» o.w n..�ytl •.Y..M"1Ywlm mY.MY W M.xi.ytil../Y.M.tl...YOI.. i Mtll.ebrome w -O. oa Cq•aq.,r n°°1.YYrXaerw..q.1 Y... Mr°.ptlM.F.».mwmm �.n� bbbxx. ). meoe=m,...1..e..a.mF.r.<.,b„ur...Wrm. HVAC SYli " � mmwc+w rw r,M eT.:. mr..neen .r mM ly.mn v M4 r WFrr r r4rr.. ®W x,x r.».r..rmbmr,.... ;: r . r Wmor......r..rm.Wmeree. B .alFlaam.x � w mr.M..rm4mm.br.,W.rm.» � ..xrc�vm[�uNa.PUR-.iso .W...mrrYrr.. IIAM[xvv a.,<v.RO.xEss m..Y.r.Y�»4Wer I...I.M.<x rlm./m. x x a armb Wl 4 .mw..4W�F .w rrie.. W.11,1Y.IxW..Ybr (ri � I,OmiliM WiW.mrrlw.r. FmmMr.su.l,p 4` wl.irxw.rr.iUY4.Y me loo & V....v..ewu.w<awm.l�wFv...wFw..evmvm rM.v.W�.ml.tlrl,...Y 4Vfyq i s 1 bur W. ..nf)ynlb ar.xM . isl.. nvam.,nWn101i M*a•lrmn.nu.,.rm.nvmrs.rx.snx.mu.)umuws.�e r_.m.v..rm hemememommW.u.i...re..x.. .r....r4..r.—N. a s+rrr.r... ou[wor.lrwvnni'1 '°�.r..r,.. rt,MrF,pr.w.4....bx0 »NYW,.r,w wrr.rmr,brFWr..r xm.N.r.re.rMY.r �wb xnawu.mun mq.y.y.YbY.YYFz MM,rR...v.°rm nn.mM uuxxwaLl ° wW 4eei..mF. N�q..ynmwlv�)mrmN.NeFlvruwenY �y '—I ♦ mw Malxws,o,arrmJx moemmeeuheeo rrX4 ma<..n 6bm.M.tlbmmnvF.miry F-�-`-I n rgm.,mm.i�c.,nl W eN.mmn �AmL� ,�, yF,m,,, {�Ww 1... `me...nrww,snlNw.frYNr.oe YM.rM.a. m.a MrYHs nLI ..�m^Y.mM..01wu ._.m�b . Wr..Y.I..IbY..r<...rNYpF4nb ® xw..vMam,Mxn r...WbrNr..r.r.rr. OI m.. � ,mYa.. .Wm. F.r1F.1•.r F.r.F,m.eY W 'em:.:iT•�mF...w. �.rrMmN Nor ... aa.v 1mmrY.Nmr.mm..m..m..r.Ym4 � sm.Yr...rw.m.r. oi..r.r....m. -r....tla. .rr.,m.r... 11 •me.ea BYn..W,ravum r.—mmoxm,.rr.eeelmm l.M..r. houmbr. ...« Mn. xm.s.pnY4.sa.wrr®ennr.r.»rW mM.mm.MMY --eu—remrm.—oree .m :a..ru.�u wai'.rb+ww..w'x n:urt.Tw o"um wceNw em.m. ber x —.0—.ww rYu nn^. Y...ex�N..0 mw..rwi�mrMmneWx ..or ..m.m.mm.me.N....F.r� � G WM,M ...Nome °I 1...41N11Mxmx VO WW1 .`.r.00led, �. < .004w.Flew em,.Nb.oM nFWFfuw m.ws+SmFmw .nM..rYnmF4. N,ni F....m..M.m. rr rol.<1 Nema: a�zrZ s`�•IIIr� a�.11 OUCENYAT,CM EL1®IAE t � mmwc+w rw r,M eT.:. mr..neen .r mM ly.mn v B F. mm mure me loo & V....v..ewu.w<awm.l�wFv...wFw..evmvm rM.v.W�.ml.tlrl,...Y 4Vfyq i s 1 bur W. ..nf)ynlb ar.xM . isl.. nvam.,nWn101i M*a•lrmn.nu.,.rm.nvmrs.rx.snx.mu.)umuws.�e r_.m.v..rm CITY of IOWA CITY CITY HALL MPOJC RENOVATION PROJECT Iowa City, Iowa R V,GXtl Nun.v. 1323.1 R O R R S A C N ASSOCIATES PC A RCM IT E C T S w.... as 1... .nn 1... uau LYr[<w »•e»x myrrr�m.mn ConLrlUnb: DESIGN ENGINEERS' 511..1 TI11. HVAC DETAILS, SCHEDULES, AND NOTES I.. DLI. n... .r. u w ra Shoot Number H500 iO' i0� H Fol m, I 1 ELECTRICAL DEMOLITION PLAN - MPOJC ® m 3 Omniv— o U O k cU ,6 Fid x J 3 0 fstltl"yma rbr�r. .d.r•uY. Yr�tlfors.r..""mar.sYV _ _ .rnrrr...+r.rw•r.�.w. , bu•uwN.nrr+ar.•....rer P.Tu."r. z nm,eyr0aer.rw.wnr4b. r+r+.tlrwrr. uueMeo»r�...tlw.wc� rr•..w^m .�. w.....m.rww.rr m..xr...r.. mihs..rwOx. .."4ra.h... VMbTx9WMwYmhWnmuna -OOWOIEImn CITY OF IOWA CITY CITY HALL MPOJC RENOVATION PROJECT �OWR CITY. lQWB PAPC RqM NunE.'. 1323.1 R 0 H R S A C H ASSOCIATES PC ARCHITECTS u• a �.. a.n.. .. I �... sv.. •n.>uu w 1.38 un w.ui.yriw.r.r.... con•biu nl.: S DESIGN ENGINEERS' SS.a TIII.: ELECTRICAL DEMOLITION PLAN i.... o. u: �a'"'a... on F n.a..n r w Ex Sheol Number: ED100 er Ro Ha 0:%ll��'p--\H E99 FES PM M E95 EM M M 0 o 0 JE E90 EO Oo O ® ®�EM tRM- 0 bei PEI FE9 QAi� ill �• .® T_ Eo F21 E 1 LIGHTING PLAN - MPOJC ve•=1' • 2 POWER PLAN - MPOJC N 1I0• • ra• T 10 �- M 3 jtoW q o J co o o = Z' C) /o1b U eco 0 .mmm.mwe �cennclFNn' WRR MITCHINGN e�e�c.Nm.e .+n.N raw Grale[I Neme: CITY OF IOWA CITY CITY HALL MPOJC RENOVATION PROJECT Iowa City, Iona R F NumMr: 1323.1 R O H R B A C R ASSOCIATES PC ARCHITECTS z. a t 40 c�i... azs au u teller I vnn C...ml..f.: zt. AIL DESIGN `WI ENGINEERS - S...1 Tlil.: MPOJC LIGHTING AND POWER PLANS Doit- the Sheet Number: E100 1 _- 1 - - �- _ I � I 41 1 FIRE ALARM PLAN - MPOJC N yr=IW 2 TELECOM PLAN - MPOJC va•=r . xfwwaf � Proec, Na 1 l 1 !? 41., �®rm� CITY OF IOWA CITY CITY HALL MPOJC RENOVATION PROJECT Iowa City, Iowa RMC Projrtl ld n. 1323.1 'C R O H R B A CH AS 50 C I A T E5 PC ARCHITECTS ce. a so. v�ss eiei...ill� AOL DESIGN W ENGINEERS- mIN w Sadat TI11.: MPOJC FIRE ALARM AND TELECOM PLANS Saol N.mEar: E101 cis 3T J N O o op 0 xfwwaf � Proec, Na 1 l 1 !? 41., �®rm� CITY OF IOWA CITY CITY HALL MPOJC RENOVATION PROJECT Iowa City, Iowa RMC Projrtl ld n. 1323.1 'C R O H R B A CH AS 50 C I A T E5 PC ARCHITECTS ce. a so. v�ss eiei...ill� AOL DESIGN W ENGINEERS- mIN w Sadat TI11.: MPOJC FIRE ALARM AND TELECOM PLANS Saol N.mEar: E101 (PANEL SCHEDULE: 020 v nsx.ao:ewx GRIND IWs YEs LCM..vM1 RuSx:MNF. orq DowaunaW.ewmroawniae.wumwuev�n wnw.. Dow od—ov 0. RnMMNb2NaW b.YN VI lPANEL SCHEDULE: y • a , I IIHHIMO WMIML7FpYQYEOF OPFAATION Dor tooDI Ise■■���■��■■es�l ,wDo I.IOHiINF SEDDExcE urumw +nD" .DmI �Do Do r lomlo�������000l 3 Mi mM M Do Dr—r000F or— Xm� w 000n������000 oMv M e.v .w Mwm, mrnwuem ,r Moo m�IsN •--a Mmnnmm <'+ Im000�=� m000�t�a�m,. "omm mn 113 ����1171 Imo130, moo�������omm monM�=ol=W13111711 mm 110HT N%111REM9@IIIE uM..cumanwo ,mlewa. awmr wxn.E caw ovnur u.eax wxm w wmrwD xotM wrmn�o�, a+ sm - voe ���.�*.mwam.� oor,__ r.w...wwmmpe a.2.. ®.M. .: m Doop �m _ ___ e otoo,MMum� reu larmn.wa�pumrenudm. wurtnunywNf F MxFaM1.. ebISMM.. vslh Mrae uuvq M1m mmM.4 T+xN b� vuy.Iln Den. pdr m ewmu gMaa. MryrymmwuPwgm�M n'mm.ornmawnilu pw.ss wEGPrxtmE: .M0.NM[merveM z wiry.wwa m..rm Mwxaevmmewim.�wl..me..wya�m <e.qnlnde..�o-w PAI to 4 Do AMMA—D0000.. or Do Do To P aolBT, N.m B'. I f 1 �t �t b6 CITY OF IOWA CITY CITY HALL MPOJC RENOVATION PROJECT Ima City, Iowa A R O H R B A C H ASSOCIATES PC ARCHITECTS Fes: DESIGN ENGINEERS- SNe.t Title: ELECTRICAL SCHEDULES AND DETAILS luue D.Ir I Mor" DI tae.,. wlMw. Dr... By em.e r. Shoot Number E500 IIHHIMO WMIML7FpYQYEOF OPFAATION Dor tooDI ,wDo I.IOHiINF SEDDExcE urumw +nD" .DmI �Do Do r 3 Mi mM M Do Dr—r000F or— Xm� w h oMv M e.v .w Mwm, mrnwuem ,r Moo N IQ: r. wlww.cx.PMnacew.sa_m.ut.a.uywwrawawa.aurwm.mruiM.....n. PAI to 4 Do AMMA—D0000.. or Do Do To P aolBT, N.m B'. I f 1 �t �t b6 CITY OF IOWA CITY CITY HALL MPOJC RENOVATION PROJECT Ima City, Iowa A R O H R B A C H ASSOCIATES PC ARCHITECTS Fes: DESIGN ENGINEERS- SNe.t Title: ELECTRICAL SCHEDULES AND DETAILS luue D.Ir I Mor" DI tae.,. wlMw. Dr... By em.e r. Shoot Number E500 IIHHIMO WMIML7FpYQYEOF OPFAATION tooDI ,wDo I.IOHiINF SEDDExcE urumw +nD" .DmI �Do Do r 3 Mi mM M Do Dr—r000F or— Xm� w h oMv M e.v .w Mwm, mrnwuem N IQ: r. wlww.cx.PMnacew.sa_m.ut.a.uywwrawawa.aurwm.mruiM.....n. PAI to 4 Do AMMA—D0000.. or Do Do To P aolBT, N.m B'. I f 1 �t �t b6 CITY OF IOWA CITY CITY HALL MPOJC RENOVATION PROJECT Ima City, Iowa A R O H R B A C H ASSOCIATES PC ARCHITECTS Fes: DESIGN ENGINEERS- SNe.t Title: ELECTRICAL SCHEDULES AND DETAILS luue D.Ir I Mor" DI tae.,. wlMw. Dr... By em.e r. Shoot Number E500 I === w I� Zleeheee MT OMKS.- a� uj 3 e ova ....zv�.z..z.M«,.i.. ftj ...ria.o..r..us Zee O i� wren.vmm TT O o Iol lol ISI. 00 O ISI ISI ISI 00 O w I� Zleeheee MT OMKS.- a� uj 3 o ftj O P Numb: 1 r � ��1-wk CITY OF IOWA CITY CITY HALL MPOJC RENOVATION PROJECT Iowa Ciry, Iowa NAPCw Numeer 1323.1 R O R R a A:N AS80CIAT EB PC A RCNITECTS e. o eye av'm• e+..ie� co..ml.vt.: ASL DESIGN ENGINEERS - Sheet Title: ELECTRICAL DETAILS leets oe.e: `mums xn°'otl'"...m.m mreme,. h. She Sheet Number: E510 ELECTRICAL SYMBOLS LU FIRE ALARM SYMBOLS mms. x.m.aa.°we..ro...o `.nmauarnm.,sx.a.mw.svaax..vxm LZ r V 3 Nxewxaow.rus..°,Em ®e"...�x,.rr...�x•":�::,m��.e" -x.vnnauas- -ewmxx.- - O ant— a.x.oEen.,�. m.a�N. p�..— rutJots ex.. x.�ea.m. o p ®monstounutrual. saos�. o _ 9�....x�..w.,.a...... r,.....si .n.w..mm.m...W. o- .. ..�.�m. Ixwmm C3;73—.D o o, asa 0� nsaa, ahnnI.Tsastl.�.. m.. xw..mA,..r.x..r..m....a w ^. ,--9-I mrrmum.wu.xounsn P.m wssxmnxw�o,xrto � Wim.. .,d ® e. �m n Q ills P ; ..,awes— .w °_ s - ssoa...,. �.; •............ .........,.^...... wP...am...e... m.x.rr+a.a....x.a.. x ow°w,msalt . a...ax x`'mma..l.'soonsons i m . 6 vaT w la�.m.+..wr..rw.m..— .......a.r.µra..... . x..w xxumaa o•.H.w.+a o TELECOMMUNICATIONS SYMBOLS . emmwY'�`,a IT- ow8 o .s,.rxxs.u.°,Fn .avun w.n° wme.0 s..asaw.....mxw.eswv..m..m .s..www"�"'r aa..,"`..werr.:.'aa,sms. - .."as "d na�rm.�•ara..r.n®ea.wn 4 D, o- wN,x�x�o » _ ��.;..ss. _; �....... r`w".nM..wN.xW.p.f✓t...M n0 ,rx',n sv'mn.w o •." s u �� O. omm� 9 � iw.T--�s.pxlN .wn.x"N4i.rW`N".Mwwn.wfir...xo. Yb. .c x¢u'c ® ....u. p... Rm aemamYWaipe9.tltltlY^P.mi. wn[icv vuswm ,wxtu°w.m tw. — m—.--«o.mxms.v.s a mo. Q .«.,.m•.,.a�.ea.w.."x.,..w w,.........�asal �� wwx<oxc.eoxx.uaawa P n E, u .waarm... rm 1ow I °. D.Foaxwm°.vvmulm W°1-1 .�tulkso— °i`a "M1Nwmnwuwnu . slll w mrtvx ..ua++..aye mown al. c o ...,.xm m .H- a.uim rnx,e°w,u.em ®,p„a.x�,.��w..mv..+ww.m.mw....waee.. R— °Poss.m� .. m..�.c...m... �.�... xuE o,au,sno sanx.,o.w ®. Q � ��maaa..... mw,asxx .—.. m.„,.a....,. a LU `� 3 s �° LZ r V 3 0 Project Namx. � r � a MM®.m�t CITY F IOWA CITY CITY HALL MPOJC RENOVATION PROJECT Iowa City, Iowa sai Pnpd Number. 1323.1 R O H R B A C H ASSOCIATES PC ARCHITECTS �llslsl.11 Consultants aM DESIGN 'W ENGINEERS" Isso H Sh..l Till.: ELECTRICAL NOTES AND SYMBOLS lass. Data. —.a `°A. as 81 Seal Num Ear. E520 Prepared by: Brett Zimmerman, Public Works, 410 E. Washington Sl., Iowa City, IA 52240, (319)358-5044 Resolution No. 18-306 Resolution setting a public hearing on November 20, 2018 on plans, specifications, form of contract, and estimate of cost for the construction of the City Hall MPOJC Renovation Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said plans on file for public inspection. Whereas, funds for this project are available in account # E4522. 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 20th day of November, 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 6th day of November/ '2018 Maygr Attest: City Clerk Approved by City Attorney's Office t t I I I It was moved by Salih and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: i8 Nays: Absent: Cole Dickens Mims Taylor Teague Thomas Throgmorton qJ FQilneadia PRESS -CITIZEN MEDIA PARTOFTHE USATODAY NETWORK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWA CITY LA522401825 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: 0003244875 11/13/18 11/13/18 $32.60 Copy of Advertisement Exhibit "A" F ni p�uii�. aj•S Z = PO .•`2 c O.F \c� I Subscribed and swam to be ore me by said affiant this 13th day of November. 2018 21 r N t ry Public Commission expires OF is herebygiven to Council ofthe City of wa, will conduct a ringon plans, rm on contract ed cost for the of the Citv Hall atter as form of ted cost ce of the in Iowa inspected person may appear of the City Council pose of malting and comments said plans contract or the cost rder of the of Iowa �y law.CITY 13 Prepared by., Brett Zimmerman, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5044 Resolution No. 18-323 Resolution approving plans, specifications, form of agreement, and estimate of cost for the construction of the City Hall MPOJC Renovation Project, establishing amount of bid security to accompany each bid, directing City Clerk to post notice to bidders, and fixing time and place for receipt of bids. Whereas, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and Whereas, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and Whereas, funds for this project are available in account #s E4522 and E4520. 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 11th day of December, 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 18th day of December, 2018, or at a special meeting called for that purpose. Passed and approved this 20th day of November _'2018. "'-� G . / gra' _ M or ppr vedby Aftestli '42JZ' , �;'/_':S_J City Jerk f 6 City Attorney's Office Resolution No. 18-323 Page 2 It was moved by salih and seconded by 'Thomas the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Cole x Mims x Salih x Taylor x Teague x Thomas x Throgmorton IJ -041 . 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 - City Hall MPOJC Renovation Project Classified ID: 113705 A printed copy of which is attached and made part of this certificate, provided on 11/21/2018 to be posted on the Iowa League of Cities' internet site on the following date: November 21 , 2018 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 11/21/2018 Xt'.., W, -4 -Lr Alan Kemp, Executive Director J NOTICE TO BIDDERS CITY HALL MPOJC RENOVATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 11v' day of December, 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 181 day of December, 2018, or at a special meeting called for that purpose. There is a recommended pre- bid meeting. This will start at 10 A.M. local time on Tuesday, November 27, 2017 in room 019 of City Hall located at 410 E. Washington Street, Iowa City, Iowa. The Project will involve the following: The project will involve updating and remodeling a portion of the lower level in City Hall; this includes the Metropolitan Planning Organization of Johnson County (MPOJC). The project will be completed in a single phase, and will involve demolition, millwork, hollow metal frame and wood doors, light gage metal framing and drywall, painting, alterations to existing mechanical system, flooring, electrical work including power and upgrading areas with LED lighting. The contractor will be responsible for all associated mechanical, structural and electrical work. All work is to be done in strict compliance with the plans and specifications prepared by Rohrbach Associates of Iowa City, 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. NTB-1 The following limitations shall apply to this Project: Specified Start Date: February 14, 2018 Specified Completion Date: May 31, 2018 Liquidated Damages: $300.00 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 JZLL0 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. 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 NTB-2 Julie Voparil From: Kelsey Hutchison <khutchison@mbionline.com> Sent: Wednesday, November 21, 2018 9:38 AM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 11.21.18 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 Hickory Hill Park Improvements Project -Phase 1 in Iowa City 2018 Annual Sewer Rehabilitation Project in Iowa City City Hall MPOJC Renovation Project in Iowa City 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): November 21, 2018 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. CQ November 21, 2018 Date President/CEO of The Construction Update Plan Room Network Kelsey Hutchison Master Builders of Iowa • Administrative Assistant 221 Park Street • PO Box 695 • Des Moines • Iowa • 50306 [d] 515.657.4381 • [o] 515.288.8904 • [q 515.288.2617 [e]khutchison4mbionline.com • [w] htlO:l/www.mbionline.corn Stay cr Mel 'It 1 1 ISM TOY DRIVE it �y Accepting donations through December 14! tors roc..or3 `QV 6� ®20) ` NOTICE TO BIDDERS I CITY HALL MPOJC RENOVATION PROJE6Tj Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:01 on the 11"' day of December, 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 181 day of December, 2018, or at a special meeting called for that purpose. There is a recommended pre- bid meeting. This will start at 10 A.M. local time on Tuesday, November 27, 2017 in room 019 of City Hall located at 410 E. Washington Street, Iowa City, Iowa. The Project will involve the following: The project will involve updating and remodeling a portion of the lower level in City Hall; this includes the Metropolitan Planning Organization of Johnson County (MPOJC). The project will be completed in a single phase, and will involve demolition, millwork, hollow metal frame and wood doors, light gage metal framing and drywall, painting, alterations to existing mechanical system, flooring, electrical work including power and upgrading areas with LED lighting. The contractor will be responsible for all associated mechanical, structural and electrical work. All work is to be done in strict compliance with the plans and specifications prepared by Rohrbach Associates of Iowa City, 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. NTB-1 The following limitations shall apply to this Project: Specified Start Date: February 14, 2018 Specified Completion Date: May 31, 2018 Liquidated Damages: $300.00 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: 319.354-0950, Fax: 319-354-8973, Toll -Free: 800-779-0093, by bona fide bidders. A JZM fee Is required for each set of plans and specifications provided to bidders br other Interested persons. The The 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. 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 NTB-2 1,d Prepared by. Brett Zimmerman, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)356-5044 Resolution No. 18-333 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the City Hall MPOJC Renovation Project. Whereas, TD Builders of Swisher, Iowa has submitted the lowest responsible bid of $143,100.00 for construction of the above-named project; and Whereas,'the bid includes the base bid and alternates #1, 2, 3, and 4; and Whereas, funds for this project are available in account # E4522 and E4520; 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 Council of The City of Iowa City, Iowa, that: The contract for the construction of the above-named project for the base bid plus Alternates #1, 2, 3, and 4 is hereby awarded to TD Builders of Swisher, Iowa, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign the contract for construction of the above-named project and the Contractor's Bond, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 18th day of December _,2018 M or p roved b , a Attest: Ci Clerk City Attorney's Office It was moved by salih and seconded by adopted, and upon roll call there were: Ayes: FN Nays: Thomas Absent: the Resolution be Teague Cole Dickens Mims Taylor Thomas Throgmorton ENGINEER'S REPORT May 13, 2020 City Clerk Iowa City, Iowa City Hall MPOJC Renovation Project Dear City Clerk: r i CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240-1826 (3 19) 356-5000 (3 19) 356-5009 FAX www.lcgov.org I hereby certify that the construction of the City Hall MPOJC Renovation Project has been completed by TD Builders LLC, of Swisher, Iowa, in substantial accordance with the plans and specifications prepared by Rohrbach Associates PC, of Iowa City, Iowa. The project was bid as a lump sum contract and the final contract price is $143,557.00. There was a total of two (2) change or extra work orders for the project as described below: 1 Controls Integration Changes to the Building Automation System $ (38.00) 2 Change Light Switching Configuration $ 495.00 Total $ 457.00 I recommend that the above -referenced improvements be accepted by the City of Iowa City Sincerely, Y Jason Havel,.E. City Engineer AG CITY HALL MPOJC RENOVATION PROJECT CITY OF IOWA CITY THIS CONTRACT is made and entered into by and between the City of Iowa City, Iowa ("City"), and `f-) 130t.00LI; LL4C, ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, and Contract dated the 291 day of October, 2018, for the City Hall MPOJC Renovation Project ("Project"), and WHEREAS, the City publicly solicited bids for construction of said Project; and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; and WHEREAS, the parties hereto now wish to enter into this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: The Contractor hereby agrees to perform the Project, including the Base Bid and Alternates #1, 2, 3, and 4, for the sums listed in its proposal including the total extended amount of $143,100.00, which sums are incorporated herein by this reference. This Contract consists of the Contract Documents, as defined in the Section 1010,1.03, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; attached hereto; and b. Contractor's Completed Contract Compliance Program (Anti - Discrimination Requirements) Assurance, if applicable, pursuant to Section 0200, attached hereto; and C. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 0200, attached hereto; and d. Addenda Numbers I , attached hereto. The above components are deemed complementary and what is called for by one shall be as binding as if called for by all. 3. % SL The names of subcontractors acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): NAME QUANTITY I UNIT PRICE TOTAL AMOUNT Rf C:1eA DATED this Z 9 +41 day of --1— --r � ^ r 4 .20 ) 9 . C_yt Contractor B : City Official ATTEST: B: - Ci y Clerk (for Fo#nal Projects only) APPROVED BY: City Attorney's Office , Iyt,9 (Title) uWNeA ATTEST: BY: l ryl (tm� (Company Official) C MPOJC Renovation Subcontractor Name Trade Amount JR Painting & Decorating, Inc Painting $7,170 Flooring America Flooring $11,847 Harger's Acoustics, Inc Acoustical Ceiling $8,731 Vrban Fire Protection, Inc Fire Sprinklers $8,074 S.E. Electric Electrical $33,800 Day Mechnical Systems, Inc HVAC $31,500 Bond #64464173 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND CITY HALL MPOJC RENOVATION PROJECT CITY OF IOWA CITY 7 ; N KNOW ALL BY THESE PRESENTS: -o That we, T.D. Builders LLC is Prirr�ic pai (hereinafter the 'Contractor" or'Principal") and WESTERN SURETY COMPANY o as Surety are held and firmly bound unto City of Iowa City, Iowa, as Oblige (hereinafter rftrred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of One Hundred Forty Three Thousand One Hundred and 00/100 dollars ($143,100.00 ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the day of (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: The project will involve updating and remodeling a portion of the lower level In City Hall; this Includes the Metropolitan Planning Organization of Johnson County (MPOJC). The project will be completed in a single phase, and will involve selective demolition, millwork, hollow metal frame and wood doors, light -gage metal framing and drywall, painting, alterations to existing mechanical system, flooring, electrical work Including power and upgrading areas with LED lighting. The contractor will be responsible for all associated mechanical, structural and electrical work and to faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. Provided, however, that one year after the date of acceptance as complete of the work under the above referenced Contract, the maintenance portion of this Bond shall continue In force but the penal sum for maintenance shall be reduced to the sum of One Hundred Forty Three Thousand One Hundred and 00/100 DOLLARS ($ 143.1o0.o0 1, which Is the cost associated with those items in the Contract that require a maintenance bond period in excess of one year. It is expressly understood and agreed by the Contractor and Surety In this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and everycovenant, condition, and partof said Contract, by reference made a part hereof, for the above referenced Improvements, and shall Indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractors default of failure to perform as required. The Contractor shall also be responsible for the default orfailure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all Just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond Is given, including but not limited to Balms for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, Mich by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop In or result from work to be performed under the Contract within the period of one year(s) (1) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby Increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20% of the total contract price, and that this bond shall then he released as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to less that five years after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "ail outlay and expense" is not to be limited in any way, but shall Include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, offside experts, attorneys fees (including overhead expenses of the Jurisdiction'"taff ") �' N r- 0 W attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required In the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, In approved change orders, and In this Bond will be fulfilled, and that the Jurisdiction will be fully Indemnified so that It will be put Into the position it would have been In had the Contract been performed in the first instance as required. In the event the Jurisdiction incurs any °outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety In this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall he cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is Joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall to null and void, otherwise it shall remain in full form and effect. When a work, term, or phrase is used In this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined In applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terns or provisions not mentioned and shall not limit liability hereunder. The Contract is hereby made a part of this Bond. 0 = 77 � s c� 4� PRINCIPAL: T.D. Builders, LLC Contractor By Signature U`cJ,✓� 'PA1�t� Title FORM APPROVED BY: City Attorney's Office NOTE: SURETY: WESTERN SURETY COMPANY ��Ajurty Comp By ( L/ SignatureAttorney-in-Fact' Officer Michael F t{rall Printed Name of Attorney -in -Fact Officer Company Name WESTERN SURETY COMPANY Company Address 151 N. Franklin, 17th Fl., Chicago, IL 60606 City, State, Zip Code 800-331-6053 __................. ... _....__..__.__ ----- -- Company Telephone Number 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal, 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. �QNSUNETyco 3 1•1•, v z ��GTH OPK�SP Prepared by: Ben Clark, Senior Engineer, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356 5436 Resolution No. 20-134 Resolution accepting the work for the City Hall MPOJC Renovation Project Whereas, the Engineering Division has recommended that the work for construction of the City Hall MPOJC Renovation Project, as included in a contract between the City of Iowa City and TD Builders LLC of Swisher, Iowa, dated January 29, 2019, 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 City Hall Remodel for MPOJC account # E4522; and Whereas, the final contract price is $143,557.00. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 19th day of May , 2020 i May Gt Attest: City Jerk It was moved by salih and seconded by adopted, and upon roll call there were: Ayes: tt Nays: App by (7 1. XL City Attorney's Office - 05/14/2020 Weiner Absent: Bergus Mims Salih Taylor Teague Thomas Weiner the Resolution be