Loading...
HomeMy WebLinkAboutCITY PARK FESTIVAL STAGE IMPROVEMENTS PROJECT/2023CITY PARK FESTIVAL STAGE IMPROVEMENTS PROJECT 06-Nov-2023 Plans & Project Manual 07-Nov-2023 Res No. 23-290: Setting a Public Hearing 21-Nov-2023 Res No. 23-309: Approving project manual and estimate of cost 27-Nov-2023 Notice to Bidders 02-Jan-2023 Res No. 24-02: Awarding Contract 26-Aug-2024 Engineer's Report 26-Aug-2024 Performance, Payment, & Maintenance Bond 03-Sep-2024 Res No. 24-224: Accepting work 7U73 nov -- Atl f 0: 3r now - will akin qq Mrs, lll III A 1i UNESCO CITE" OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE FORMAL LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS PROJECT IOWA CITY, IOWA NOVEMBER 22, 2023 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 00 0103 - PROJECT DIRECTORY P-- OWNER: CITY OF IOWA CITY tiny --0 AM.10' 1 1 410 E. Washington Street, Iowa City, IA 52240 Contact: Scott Sovers, PE CITY. Phone: 319.356.5142 e-mail: scott-sovers@iowa-city.org ARCHITECT: NEUMANN MONSON, INC. 221 East College Street, Suite 303, Iowa City, IA 52240 Phone: 319.338.7878 Fax: 319.338.7879 Principal -in -Charge: Tim Schroeder, FAIA, LEED AP, CDT Contact: Nicholas Lindsley, AIA, CDT nlindsley@neumannmonson.com STRUCTURAL ENGINEER: M213 STRUCTURAL ENGINEERS, LLP 422 Second Avenue, SE, Suite B, Cedar Rapids, IA 52401 Phone: 319.364.0666 Fax: 319.364.1456 Contact: Lynn Boettcher, PE Boettcher@m2bengineers.com MECHANICAL/ELECTRICAL/PLUMBING ENGINEER: WEST PLAINS ENGINEERING 215 2ND AVENUE SE, SUITE 200, Cedar Rapids, IA 52401 Phone: 319.365.0030 Contact: Mike Drahos, PE END OF PROJECT DIRECTORY Construction Documents PROJECT DIRECTORY 05/22/18 00 0103 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA 7113 NOV - 6 AM 13' 31 PROJECT DIRECTORY Construction Documents 00 0103 - 2 05/22/18 0001 05 CERTIFICATIONS PAGE 7013 NOV -b 1 * f ^: I hereby certify that this document was prepared by me or under my direct personal supervision -and that 1 am a duly licensed Professional Architect under the laws of the State of Iowa. NICHOLAS LINDSLEY, AIA 11/22/23 Date License Number: 06953 My license renewal date is June 30, 2025 Pages or sheets covered by this seal: PROJECT MANUAL, G-SHEETS, AND A -SHEETS I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. MICHAEL DRAHOS 11/22/23 Date License Number: 13067 My license renewal date is December 31, 2023 Pages or sheets covered by this seal: M 101, M 102, M 103, M200 LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 01 05 — Page 1 of 2 0001 05 CERTIFICATIONS PAGES NOV -' I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. MICHAEL FISHER 11/22/23 Date License Number: 16418 My license renewal date is December 31, 2023 Pages or sheets covered by this seal: E101, E102, E103, E200 I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. LYNN BOETTCHER 11/22/23 Date License Number: 7600 My license renewal date is Pages or sheets covered by this seal: S-SHEETS LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 01 05 — Page 2 of 2 MB NOV - S Art 1 111 LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 01 05 — Page 1 of 1 000110 TABLE OF CONTENTS PROJECT MANUAL 7073 NOV -6 ' 00 01 03 PROJECT DIRECTORY' a 00 01 05 CERTIFICATIONS PAGE 00 01 10 TABLE OF CONTENTS 00 11 60 NOTICE TO BIDDERS 00 11 70 NOTICE OF PUBLIC HEARING 0021 10 INSTRUCTIONS TO BIDDERS 00 26 13 PRE -BID SUBSTITUTION REQUEST FORM 00 42 10 PROPOSAL 00 43 05 BIDDER STATUS FORM 0043 10 BID BOND FORM 0045 10 CONTRACT COMPLIANCE 00 45 20 WAGE THEFT POLICY 00 52 10 AGREEMENT 0061 10 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 00 65 13 CONTRACTOR'S REQUEST FOR SUBSTANTIAL COMPLETION INSPECT. 00 65 15 CONTRACTOR'S CERTIFICATE OF COMPLETION 00 72 00 GENERAL CONDITIONS 00 73 00 SUPPLEMENTARY CONDITIONS 01 10 00 PROJECT DIRECTOR 01 20 00 PRICE AND PAYMENT PROCEDURES 01 23 00 ALTERNATES 01 30 00 ADMINISTRATIVE REQUIREMENTS 01 33 00 CONSTRUCTION SUBMITTALS LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 01 10 — Page 1 of 3 01 40 00 QUALITY REQUIREMENTS 01 50 00 TEMPORARY FACILITIES AND CONTROLS 7rl?l lnt? -5 AM, 10: € 01 51 10 TEMPORARY DEHUMIDIFICATION, HEATING, AND COOLING 01 57 19 TEMPORARY ENVIRONMENTAL CONTROLS j 01 60 00 PRODUCT REQUIREMENTS 01 61 16 VOLATILE ORGANIC COMPOUND (VOC) RESTRICTIONS 01 73 00 EXECUTION REQUIREMENTS 01 74 19 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 01 77 00 CLOSEOUT PROCEDURES 01 78 23 OPERATION AND MAINTENANCE DATA 02 41 00 SELECTIVE DEMOLITION 05 50 00 METAL FABRICATIONS 06 10 00 ROUGH CARPENTRY 07 21 00 THERMAL INSULATION 07 24 00 EXTERIOR INSULATION AND FINISH SYSTEMS 07 26 00 VAPOR RETARDERS 07 31 13 ASPHALT SHINGLES 07 62 00 SHEET METAL FLASHING AND TRIM 07 72 00 ROOF ACCESSORIES 07 92 00 JOINT SEALANTS 08 11 13 HOLLOW METAL DOORS AND FRAMES 09 90 00 PAINTING AND COATING 10 44 00 FIRE PROTECTION SPECIALTIES 12 24 00 WINDOW SHADES DRAWINGS LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 01 10 — Page 2 of 3 G-001 TITLE SHEET AND DRAWING INDEX S-101 STAIRS AND ROOF FRAMING PLANS S-102 GALLERY LEVEL FLOOR PLAN IQl KQY _b �F t S-501 STRUCTURAL DETAILS A-001 GENERAL ARCHITECTURAL INFORMATION AD101 FIRST LEVEL DEMOLITION PLAN AD102 SECOND LEVEL DEMOLITION PLAN,',','. AD103 CROWN LEVEL DEMOLTION PLAN AD111 FIRST LEVEL DEMOLITION REFLECTED CEILING PLAN AD112 SECOND LEVEL DEMOLITION REFLECTED CEILING PLAN A-101 FIRST LEVEL FLOOR PLAN A-102 SECOND LEVEL FLOOR PLAN A-103 CROWN LEVEL FLOOR PLAN A-111 FIRST LEVEL REFLECTED CEILING PLAN A-112 SECOND LEVEL REFLECTED CEILING PLAN A-113 CROWN LEVEL REFLECTED CEILING PLAN A-201 EXTERIOR ELEVATIONS A-301 WALL SECTIONS A-401 ENLARGED PLANS A-411 INTERIOR ELEVATIONS A-501 PLAN DETAILS A-502 SECTION DETAILS A-503 SECTION DETAILS M-101 HVAC FIRST LEVEL FLOOR PLAN M-102 HVAC SECOND LEVEL FLOOR PLAN M-103 HVAC CROWN LEVEL FLOOR PLAN M-200 MECHANICAL SPECIFICATIONS & SCHEDULES E-101 ELECTRICAL FIRST LEVEL FLOOR PLAN E-102 ELECTRICAL SECOND LEVEL FLOOR PLAN E-103 ELECTRICAL CROWN LEVEL FLOOR PLAN E-200 ELECTRICAL SYMBOLS AND ABBREVIATIONS E-300 ELECTRICAL SCHEDULES E-400 ELECTRICAL SPECIFICATIONS LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 01 10 — Page 3 of 3 0011 60 NOTICE TO BIDDERS LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the TWELTH day of DECEMBER 2023. 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 6:00 P.M. on the SECOND day of JANUARY, 2024, or at special meeting called for that purpose. The Project will involve the following: The scope of work consists of improvements to the Lower City Park Festival Stage including addition of enclosed stair from backstage structure to Crown, improvements to water damaged finishes and materials, review and improvement of ventilations needs, as determined by a mechanical engineer, new mounting for temporary and permanent lighting, replace permanent house lighting, repaint exterior facades on backstages structure and ticket booth structure, and restrooms. All work is to be done in strict compliance with the Project Manual prepared by Neumann Monson Architects, of Iowa City, Iowa, which has 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 security 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 (in the form shown in Section 00 61 10) 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 has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 00 61 10) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security 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 Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 00 61 10, 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 from and after its completion and formal acceptance by the City Council. LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 11 60 — Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: January 10', 2024 Substantial Completion: May 171h, 2024 Final Completion: June 21st, 2024 Liquidated Damages: $500 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms 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 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 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 list on the Contract its 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 LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 11 60 — Page 2 of 2 0011 70 NOTICE OF PUBLIC HEARING ? 13 NIO -6 A'l IC� NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on the Project Manual, including the plans, specifications, contract, and estimated cost for the construction of the LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS in said city at 6 p.m. on the 21IT day of November, 2023, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 East Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. This project includes upgrades to the Lower City Park Festival Stage facility and is located at Lower City Park in Iowa City. Said Project Manual and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said Project Manual 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 K. Fruehling, City Clerk LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 11 70 — Page 1 of 1 0021 10 INSTRUCTIONS TO BIDDERS LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS PROJECT ARTICLE 1 - DEFINITIONS 1.1 Bidding documents include the bidding requirements and the contract documents. The bidding requirements include the Advertisement or Invitation to bid (Section 00 11 60 Notice to Bidders), Instructions to Bidders, the Bid Form (Section 00 42 10 Proposal), other sample bidding and contract forms, and the Contract Forms including addenda issued prior to receipt of bids. 1.2 The contract documents for the work consist of the Owner/Contractor Agreement (Section 00 52 10 Agreement), the Conditions of the Contract (Section 00 72 00 General Conditions and Section 00 73 00 Supplementary Conditions), the Drawings, the Specifications and all addenda issued prior to and all modifications issued after execution of the Contract. 1.3 Definitions set forth in AIA document A201, "General Conditions of the Contract for Construction", 2007 edition, or in other Contract Documents are applicable to the bidding documents. A. Addenda are written or graphic instruments issued by the Architect prior to execution of the Contract which modify or interpret the Bidding Documents by addition, deflection, clarifications or correction. B. A bid is a complete and properly signed proposal to do the work or designated portion thereof for the sums stipulated therein, submitted in accordance with the bidding documents. C. The base bid is the sum stated in the bid for which the Bidder offers to perform the work described in the bidding documents as the Base, to which work may be added, or from which work may be deducted for sums stated in alternate bids. D. An alternate bid (or Alternate) is an amount stated in the bid to be added to or deducted from the amount of the base bid if the corresponding change in the work, as described in bidding documents, is accepted. E. A unit price is an amount stated in the bid as a price per unit of measurement for materials or services as described in the bidding documents or in the contract documents. F. A bidder is a person or entity who submits a bid. G. A sub -bidder is a person or entity who submits a bid to a bidder for materials, equipment or labor for a portion of the work. ARTICLE 2 — BIDDER'S REPRESENTATIONS 2.1 The bidder by making a bid represents that the bidder has read and understands the bidding documents, and the bid is made in accordance with those documents. LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 21 10 — Page 1 of 7 2.2 The Bidder has read and understands the bidding documents or contract locUments, to the extent that such documentation relates to the work for which the bid is submitted. 2.3 The bidder has visited the site, has become familiar with local conditions, under wh�clp the work is to be performed, and has correlated the bidder's peri al" ©bservatibns with the requirements of the contract documents. 2.4 The bid is based upon the materials, equipment and systems required by the bidding documents without exception. ARTICLE 3 — BIDDING DOCUMENTS 3.1 Copies A. Complete sets of the bidding documents may be obtained from the office of 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, Tcll-Free: (800) 779-0093. B. Bidders shall use complete sets of bidding documents in preparing bids. Neither the Owner nor the Architect assumes responsibility for errors or misinterpretations resulting from the use of incomplete sets of bidding documents. No partial sets will be issued. C. In making copies of the bidding documents available on the above terms, the Owner and the Architect do so only for the purpose of obtaining bids for the work, and do nor confer license or grant permission for any other use of the bidding documents. D. Copies of the reports and drawings that are not included with the bidding documents may be examined at Engineering Division at City Hall, Iowa City, Iowa during regular business hours, or may be obtained from the Owner at Owner's reproduction cost, plus handling charge. These reports and drawings are not part of the contract documents, but the "technical data" contained therein upon which the bidder may rely as identified and established above, are incorporated therein by reference 3.2 Interpretation or Correction of Bidding Documents A. The bidder shall carefully study and compare the bidding documents with each other, and with other work being bid concurrently or presently under construction to the extent that it relates to the work for which the bid is being submitted, shall examine the site and local conditions, and shall at once report to the Architect errors, inconsistencies or ambiguities discovered. B. Bidders and sub -bidders requiring clarification or interpretation of the bidding documents shall make a written request which shall reach the Architect at least nine days prior to the date for receipt of bids. C. Interpretations, corrections and changes of the bidding documents will be made by addendum. Interpretations, corrections and changes to the bidding documents made in any other manner will not be binding, and bidders shall not rely upon them. 3.3 Substitutions LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 21 10 — Page 2 of 7 A. The materials, products and equipment described in the bidding documents establish a standard of required function, dimension, appearance and quality to be met by any proposed substitution. Substitutions must be submitted to the Owner and Architect in writing. B. If the Architect approves a proposed substitution prior to receipt of bids, such approval will be set forth in an addendum. Bidders shall not rely upon approvals made in any other manner. 3.4 Addenda A. Addenda will be mailed or delivered to all who are known by the Architect to have a complete set of bidding documents. B. Copies of addenda will be made available for inspection .wherever bidding documents are on file for that purpose. C. No addenda will be issued later than four (4) days prior to the date for receipt of bids, except for any one or more of the following reasons: 1. An addendum withdrawing the request for bids. 2. An addendum which includes postponement of the date for receipt of bids. 3. An addendum issued after receipt of bids and prior to execution of the contract. D. Each bidder shall ascertain prior to submitting a bid that he has received all addenda issued, and the bidder shall acknowledge their receipt in the proper location on the bid form. ARTICLE 4 — BIDDING PROCEDURES 4.1 Form and Style of Bids A. A separate copy of the bid form is contained with this document. B. Fill in all blanks on the bid form by typewriter or manually in ink. C. Where so indicated by the makeup of the bid form, sums shall be expressed in both words and numerals, and in case of discrepancy between the two, the amount written in words will govern. D. Interlineations, alterations or erasures shall be initialed by the signer of the bid. E. All requested alternates shall be bid. If no change in the base bid is required, enter "No Change". F. Where two or more bids for designated portions of the work have been requested, the bidder may, without forfeiture of the bid security, state the bidder's refusal to accept award of less than the combination of bids stipulated by the bidder. The bidder shall make no additional stipulation on the bid form, nor qualify the bid in any other manner. G. Each copy of the bid shall include the legal name of the bidder and a statement that the bidder is a sole proprietor, a partnership, a corporation or some other legal entity. Each copy shall be signed by the person or persons legally authorized to bind the bidder to a contract. A bid by a corporation shall further give the state of LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 21 10 — Page 3 of 7 incorporation and have the corporate seal affixed. A bid submitted by an agent shall have a current power of attorney attached certifying the agent's authority to bind the bidder. H. No bid may be withdrawn for a period of 30 calendar days after the date of opening. 4.2 Bid Security A. Each bid shall be accompanied by a bid security in the amount of ten percent (10%) of the base bid and in the form of surety bond pledging that the bidder will enter into a contract with the Owner on the items stated in his bid and will, if requested, furnish bonds covering the faithful performance of the contract and the payment of all obligations arising there under. Should the bidder refuse to enter into such contract or fail to furnish such bond if required, the amount of the bid security shall be forfeited to the Owner as liquidated damages, not as a penalty. B. Surety bond shall be written on enclosed Bid Bond Form (Section 00 43 10) bound within the project manual and the attorney -in -fact who executes the bond on behalf of the surety shall affix to the bond a certified and current copy of power of attorney. C. The Owner will have the right to retain the bid security of bidders to whom an award is being considered until either: 1. The contract has been executed and bonds have been furnished. 2. The specified time has elapsed so that the bids may be withdrawn. 3. All bids have been rejected. 4.3 Bidder Status Form A. Bidder Status Form (Section 00 43 05) shall be submitted with the bid, in a separate envelope. 4.4 Submission of Bids A. All copies of the bid, the bid security and other documents required to be submitted with the bid shall be enclosed in sealed opaque envelopes. All envelopes shall be addressed to the party receiving the bids ("City Clerk, City of Iowa City"), and shall be identified with the project name, the bidder's name and address, and the envelope's contents. If the bid is sent by mail, the sealed envelopes shall be enclosed in a separate mailing envelope with the notation "SEALED BID ENCLOSED" on the face of that envelope. B. Submittals include two separate sealed envelopes: Envelope 1: Bid Security and Bidder Status Form Envelope 2: Proposal C. Bids shall be deposited at the designated location prior to the time and date for receipt of bids. 4.6J 1. Location: Office of City Clerk, City Hall y a, 410 East Washington Street Cn Iowa City, Iowa 52240 ?� d 2. Time and Date BEFORE: LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 21 10 — Page 4 of 7 3 PM on Tuesday, the 12' of December, 2023. D. Bids received after the time and date for receipt of bids will be returned unopened. E. The bidder shall assume full responsibility for timely delivery at the location designated for receipt of bids. F. Oral, telephonic, or telegraphic bids are invalid and will not receive consideration. 4.5 Modification or Withdrawal of Bid A. A bid may not be modified, withdrawn or cancelled by the bidder after the stipulated time and date designated for the receipt of bids, and each bidder so agrees in submitting its bid. B. Prior to the time and date designated for receipt of bids, a bid submitted may be modified or withdrawn by notice to the party receiving bids at the place designated for receipt of bids. Such notice shall be in writing, signed by the person or persons legally authorized to bind the bidder to a contract. If written notice is electronic, written confirmation from the person or persons legally authorized to bind the bidder to a contract shall also be mailed and postmarked on or before the date and time set for receipt of bids, and it shall be so worded as not to reveal the amount of the original bid. C. Withdrawn bids may be resubmitted up to the time designated for the receipt of bids provided that they are then fully in conformance with these Instructions to Bidders. D. Bid security shall be in an amount sufficient for the bid as modified or resubmitted. ARTICLE 5 — CONSIDERATION OF BIDS 5.1 Opening of Bids A. The properly identified bids received on time will be opened publicly and will be read aloud. 5.2 Rejection of Bids A. The Owner will have the right to reject any or all bids, and to reject a bid not accompanied by the required bid security or by another data required by the bidding documents, or to reject a bid which is in any way incomplete or irregular. 5.3 Acceptance of Bid (Award) A. It is the intent of the Owner to award a contract to the lowest responsive responsible bidder provided the bid has been submitted in accordance with the requirements of the bidding documents, and does not exceed the funds available. The Owner will have the right to waive informalities or irregularities in a bid received, and to accept the bid which, in his judgment, is in his own best interest. B. The Owner will have the right to accept bid alternates in any order or combination, and to determine the low bidder on the basis of the sum of the base b- and the accepted alternates. M W LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 21 10 — Page 5 of 7 ARTICLE 6 — POST -BID INFORMATION 6.1 Submittals A. The names of those persons, firms, companies or other parties with whom the bidder intends to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsible bidder. B. The bidder shall, within seven (7) days of notification of selection for the award of a contract for the work, submit the following information to the Architect: 1. A designation of the work to be performed by the bidder with the bidder's own forces. 2. The proprietary names and the suppliers or principal items or system of materials and equipment proposed for the project. C. The bidder will be required to establish to the satisfaction of the Architect and the Owner the reliability and responsibility of the persons or entities proposed to furnish and perform the work described in the bidding documents. D. Prior to the award of the contract, the Architect will notify the bidder in writing if either the Owner or Architect, after due investigation, has reasonable objection to any such proposed person or entity. If the Owner or the Architect has reasonable objection to such proposed person or entity, the bidder may, at the bidder's option: 1. Withdraw the bid. 2. Submit an acceptable substitute person or entity with an adjustment in the bid price to cover the difference in cost occasioned by such substitution. E. The Owner may accept the adjusted bid price or may disqualify the bidder. In the event of either withdrawal or disqualification, bid security will not be forfeited. ARTICLE 7 — PERFORMANCE BOND AND LABOR & MATERIAL PAYMENT BOND 7.1 Bond Requirements A. The bidder shall furnish bonds covering the faithful performance of contract and the payment of all obligations arising there under. Bonds may be secured through the bidder's usual sources. The cost of furnishing such bonds shall be included in the bid. B. If the Owner requires that bonds be obtained from other than the bidder's usual source, all change in cost will be adjusted as provided in contract documents. 7.2 The Time of Delivery and Form of Bonds A. The bidder shall deliver the required bonds to the Owner not later than,"three (3) days following the date of execution of the contract. If the work Ts to be commenced prior thereto in response to a letter of intent, the bidder shag,, prior to commencement of the work, submit evidence satisfactory to the Ownerithat such bonds will be furnished and delivered. LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 21 10 — Foge 6 of 7 B. The bonds shall be written on the "Performance, Payment and Maintenance Bond" form bound within the project manual, or a copy thereof. Both bonds shall be written in the amount of the contract sum. C. The bonds shall be dated on or after the date of the contract. D. The bidder shall require the attorney -in -fact who executes the required bonds on behalf of the surety to affix a current and certified copy of power of attorney. ARTICLE 8 — PRE -BID CONFERENCE 8.1 Conference A. There is a recommended pre -bid meeting. This will start at 2 PM local time on Thursday, November 30th, 2023, at the Festival Stage in Lower City Park 8.2 Parking A. Parking available adjacent to the site. 8.3 If the meeting is not conducted in person due to the health and safety concerns from COVID-19, this meeting will be an electronic meeting using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering Division to prospective bidders on the Project Plan Holders List. For information on how to participate in the electronic meeting, please contact the City Engineering Division at (319) 356-5140. LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 21 10 — Page 7 of 7 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 00 2613 - PRE -BID SUBSTITUTION REQUEST FORM PROJECT: LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS BID DATE: DECEMBER 12, 2023 SUBMIT REQUEST FOR SUBSTITUTIONS DURING THE BIDDING PHASE TO: NEUMANN MONSON, INC., 221 East College Street, Suite 303, Iowa City, Iowa 52240 REQUEST FROM: SPECIFICATION SECTION/TITLE: - Description: Proposed Substitution: Manufacturer: Trade Name: ACKNOWLEDGEMENTS AND ATTACHMENTS DATE: / / ; Article/Paragraph: Model: In submitting this Pre -Bid Substitution Request, the Undersigned acknowledges and represents that: Proposed substitution has been personally investigated and determined to be equal or superior in all respects to specified Product; Same warranty will be furnished for proposed substitution as for specified Product; Same maintenance service and source of replacement parts, as applicable, is available; Proposed substitution will have no adverse effect on other trades and will not affect or delay progress schedule; Proposed substitution does not affect dimensions and functional clearances; and All contract requirements shall be met. Attachments: The following attachments are considered an integral part of this Pre -Bid Substitution Request: Product Data, descriptions and Specifications necessary for evaluation. Drawings necessary to indicate proper installation in the Work. Tests and Reports consistent with specified performance requirements. SUBMITTED BY: Firm name: Telephone: ARCHITECT'S REVIEW AND ACTION Fax: (Title) Pre -Bid Substitution approved - Make submittals in accordance with Section 01 3300. Pre -Bid Substitution rejected - Use specified Products. Reviewed by: END OF PRE -BID SUBSTITUTION REQUEST FORM Date: -rC :. 01 "V Construction Documents PRE -BID SUBSTITUTION REQUEST FORM 05/22/18 00 2613 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA 73 PRE -BID SUBSTITUTION REQUEST FORM Construction Documents 00 2613 - 2 05/22/18 00 42 10 PROPOSAL LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS PROJECT CITY OF IOWA CITY BIDDERS PLEASE NOTE: 1. PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE PROJECT MANUAL. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITH THIS DOCUMENT. Name of Bidder: Address of Bidder: BIDS RECEIVED BEFORE: 3 PM local time on DECEMBER 12, 2023 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, tools, materials, equipment, transportation, deliveries, services, taxes, insurance, supervision, coordination, and all related incidentals necessary to perform the work to complete LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS strict accordance with the Project Manual and the Drawings dated NOVEMBER 22, 2023, including Addenda numbered and , inclusive, prepared by Neumann Monson Architects and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplat- ed, at unit prices or lump sums to be agreed upon in writing prior to starting such work. BASE BID: Dollars ($ ) BID ALTERNATE: L-- -a cn Dollars ($_ a LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 42 10 - Page 1 of 3 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City of Iowa 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 Paymt Bonds, and the certificates of insurance, and will proceed in accordance with requirements of the -Contract Documents for this project, and have the Project at Substantial Completion on or beforal/lay 17' 2024 and Final Completion of June 21st, 2024 ► rn LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 42 10 — Page 2 of 3 Firm's Name Bidder's Name Signature Printed Name Title Street Address City, State, Zip Code Telephone Number NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. Cn 1.0 LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 42 10 — Page 3 of 3 00 43 05 BIDDER STATUS FORM All bidders must submit the following completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chanter 156. To be completed by all bidders Part A ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the Worksheet: Authorization to Transact Business). ❑ 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 non-resident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B Dates: to Address: (mm/dd/yyyy) Dates: (mm/dd/yyyy) Dates: to to City, State, Zip Code: Address: City, State, Zip Code: Address: (mm/dd/yyyy) City, State, Zip Code: You may attach additional sheet(s) if needed. 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 preference 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 ktWw that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: 1 tri Signature: Date:- LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 .3 05 — Page 1 of 2 WORKSHEET: AUTHORIZATION TO TRANSACT BUSINESS This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa Secretary of State, has filed its most recent biennial report with the Secretary of State, and has neither received a certificate of withdrawal from the Secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa Secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. } t LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 43 05 — Page 2 of 2 00 43 10 BID BOND FORM LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS PROJECT CITY OF IOWA CITY , 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 amount of to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a security 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 security shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the security, as provided in the Project Manual or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its security 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 security this day of A.D., 20 -3 (Seal) Witness Principal By: <., (Title) (Seal) Surety ' By: Witness (Attorney -in -fact) Attach Power -of -Attorney, if applicable LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 43 10 — Page 1 of 1 00 45 10 CONTRACT COMPLIANCE SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on 00 45 10 — Pages 2 and 3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code Section 2-3-1. LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 45 10 — P6ge 1 of 6 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 age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) 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 Street Address City, State, Zip Code 3 �a w� LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 45 10 — Wage 2 of 6 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. 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name Date CD N LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 45 10 — Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 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 ensure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to porform the job applied for?" Only use job -related tests which do not adversely- affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major, source of LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 45 10 — Rage 4 of 6 discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. 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 can be found at: https://codelibrary.amIegal.com/codes/iowacitVia/latest/iowacity ia/0-0-0-631#JD 2-3-1. 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. e Cn ry LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 45 10 — Page 5 of 6 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone: NOTE: This is a SAMPLE ONLY. You may wish to confer with your Equal Employment Opportunity (EEO) officer or legal counsel to formulate a policy which specifically meets the needs of your company. LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 45 10 — Page 6 of 6 00 45 20 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. 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); LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 45 20 — Page 1 of 3 C. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or klrj+j _� *l { l- - ?'73� z d. Other factors that the person or entity believes are relevant. The City Manager or Designee shall review the documentation submitted, make any inquiries deerned 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. LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 45 20 — Page 2 of 3 WAGE THEFT AFFIDAVIT I, certify under penalty of perjury and pursuant to the laws of the State of Iowa that the following is true and correct: 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 LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 45 20 — Page 3 of 3 005210 AGREEMENT LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS PROJECT CITY OF IOWA CITY THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). WHEREAS the City has prepared certain Contract Documents dated the 22nd day of November, 2023, for the LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS ("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 agreement 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 Proposal including the total extended amount of $ which sums are incorporated herein by this reference. 2. This Agreement consists of the Contract Documents, as defined in the Section 00 72 00 General Conditions, 1.1.1, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; pursuant to Section 00 43 05 attached hereto; and b. Contractor's Completed Contract Compliance Program (Anti - Discrimination Requirements) Assurance, if applicable, pursuant to Section 00 45 10, attached hereto; and C. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 00 45 20, 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. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 52 00 — Page 1 of 2 3 The names of those persons, firms, companies or other parties, acknowledged by the City, with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows (or shown on an attachment): DATED this day of 120 (The City of Iowa City will date this Contract after all signatures are obtained) City Contractor By: By: Signature of City Official Signature of Contractor Officer Printed Name of City Official ATTEST: By: City Clerk (for Formal Projects only) APPROVED BY: City Attorney's Office Printed Name of Contractor Officer Title of Contractor Officer ATTEST: By. (Company Official) LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 52 00 — Page 2 of 2 0061 10 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS PROJECT CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, as Principal (hereinafter the "Contractor" or "Principal") and as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (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 dollars ($ ), 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 contract with the Jurisdiction, bearing date the (hereinafter the "Contract") wherein construct the following described improvements: that whereas said Contractor entered into a day of said Contractor undertakes and agrees to The scope of work consists of improvements to the Lower City Park Festival Stage including addition of enclosed stair from backstage structure to Crown, improvements to water damaged finishes and materials, review and improvement of ventilations needs, as determined by a mechanical engineer, new mounting for temporary and permanent lighting, replace permanent house lighting, repaint exterior facades on backstages structure and ticket booth structure, and restrooms. 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. 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 LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 61 10 -- Page 1 of 5 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 portiopn,.f 1he,co9tract plice 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 one year (1 year) 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 than one year (1 year) 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 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. LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 61 10 — Page 2 of 5 mg LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 61 10 — Page 3 of 5 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. LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 61 10 — Page 4 of 5 PRINCIPAL: SURETY: Printed Name of Contractor Officer Surety Company Name By By _ Signature of Contractor Officer Signature of Attorney -in -Fact Officer Title of Contractor Officer Printed Name of Attorney -in -Fact Officer Company Name of Attorney -in -Fact Company Address of Attorney -in -Fact City, State, Zip Code of Attorney -in -Fact Telephone Number of Attorney -in -Fact 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. w `Y cri .k LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 61 10 — Page 5 of 5 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 00 6513 - CONTRACTOR'S REQUEST FOR SUBSTANTIAL COMPLETION INSPECTION PROJECT: LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS LOWER CITY PARK FESTIVAL STAGE OWNER: Owner Representative: ETHAN YODER, El. TO (ARCHITECT): NEUMANN MONSON, INC. 221 East College Street, Suite 303, Iowa City, IA 52240 Attn: NICK LINDSLEY. FROM (CONTRACTOR): (Address) Representative: DATE: , 20_ DECLARATION AND REQUEST FOR SUBSTANTIAL COMPLETION: As of the above date, the construction of the Work of the above Project has progressed sufficiently that the Project (or designated part thereof) can be occupied by the Owner and utilized for its intended purpose. We understand that occupancy and use of the Work designated as substantially complete shall not constitute Owner acceptance of the Work or portions thereof. The Work to which this Declaration of Substantial Completion applies includes the following CONTRACTOR'S PRE -INSPECTION AND INITIAL PUNCH LIST: In accordance with provisions of the Conditions of the Contract, We have conducted an inspection of the designated Work for conformance with the Contract Documents. A comprehensive list of incomplete work and items needing correction includes the following: Construction Documents CONTRACTOR'S REQUEST FOR SUBSTANTIAL COMPLETION INSPECTION 05/22/18 00 6513 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA We understand that failure to include an item on the above list does not alter Our responsibility to complete all Work in conformance with the Contract Documents. The above items will be completed or corrected within days of the date of this Notice. Please schedule and conduct the Architect's inspection as required to verify the status of the Work. DEMONSTRATION AND TRAINING OF OWNER'S PERSONNEL: The undersigned hereby certifies that demonstration and training of the Owner's personnel has been fully completed in accordance with requirements of Section 01 7900: Owner's Representative: (Name) By Date The undersigned hereby certifies that TAB work has been fully completed in accordance with requirements of Section 23 0593: TAB Agency: (Name) By ATTACHMENTS: Date We have attached evidence of Inspection and Acceptance of the following Authorities having Jurisdiction: Building Inspector: _Y _N Fire Marshal:_Y _N Y N SUBMITTED BY: (Contractor's Name) By (Authorized Representative)(Title) END OF DOCUMENT Date CONTRACTOR'S REQUEST FOR SUBSTANTIAL COMPLETION INSPECTION Construction Documents 00 6513 - 2 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Iowa City, IA SECTION 00 6515 - CONTRACTOR'S CERTIFICATE OF COMPLETION PROJECT: LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS OWNER: Owner Representative: ETHAN YODER, El. TO (ARCHITECT): NEUMANN MONSON, INC. 221 East College Street, Suite 303, Iowa City, IA 52240 Attn: NICK LINDSLEY SUBMITTED BY: (CONTRACTOR) (Address) Representative: CONTRACT FOR: General and Electrical Construction CONTRACT DATE: , 20_ CONTRACTOR'S STATEMENT OF FINAL COMPLETION: Neumann Monson Architects 18.023 We, the undersigned, do hereby certify that: The Work provided pursuant to the Contract Documents for the above Project has been inspected and determined to be complete and in compliance with provisions of the Contract Documents. The following Supporting Documents have been fully executed (in duplicate) and are included with this Statement: FINAL APPLICATION FOR PAYMENT AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS (AIA Doc. G706) AFFIDAVIT OF RELEASE OF LIENS (AIA Doc. G706A) _ CONSENT OF SURETY TO FINAL PAYMENT (AIA Doc. G707) INSURANCE CERTIFICATE FOR COMPLETED OPERATIONS (ACORD Form 25-S) (Contractor's Name) A (Authorized Representative)(Title) ARCHITECT'S REVIEW: Date The undersigned, Architect of the above designated Project, hereby states that: The Work performed by (Contractor) under this Contract is, to the Architect's best knowledge, information and belief, in substantial compliance with provisions of the Contract Documents. The Certificate for Final Payment is a complete and accurate accounting of the cost of the Work performed in accordance with the Contract Documents, including all changes and modifications thereto. The total cost of the Work as completed is $ including the following Change Orders. C.O. No.1 dated Add $ C.O. No.2 dated Add $ Upon final inspection of the Work and receipt of required Closeout Documents, I have certified final payment for this Project as a condition of final acceptance of the Work by the Owner. Neumann Monson, Inc. Date By (Authorized Representative)(Title) Construction Documents CONTRACTOR'S CERTIFICATE OF COMPLETION 05/22/18 00 6515 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA OWNER'S ACCEPTANCE OF THE WORK: The undersigned, on behalf of , hereby affirms that the Work performed by pursuant to the above referenced Contract is accepted and final payment has been authorized in accordance with provisions of the Contract. By (Authorized Rep resentative)(Title) END OF DOCUMENT Date --a Z1 w •f CONTRACTOR'S CERTIFICATE OF COMPLETION Construction Documents 00 6515 - 2 05/22/18 00 72 00 GENERAL CONDITIONS "General Conditions of the Contract for Construction" AIA DOC A201-2007 amended, shall apply except as amended in the Supplementary Conditions. i (,J LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 72 00 — Page 1 of 1 00 73 00 SUPPLEMENTARY CONDITIONS PART 1 -GENERAL 1.1 INTRODUCTION A. The following supplements modify the "General Conditions of the Contract for Construction", AIA Document A201-2007. Where a portion of the General Conditions is modified or deleted by these Supplementary Conditions, the unaltered portions of the General Conditions shall remain in effect. B. Terms used in these Supplementary Conditions will have meanings assigned to them in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings indicated below, which are applicable to both the singular and plural thereof. C. Deletions from the AIA A201 are indicated as strikes-ou 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. 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. B. Add the following paragraph 1.1.9 Project Manual to read as follows: 1.1.9 Project Manual The bound documentary information prepared for bidding and constructing the Work. The list of the contents of the Project Manual, which may bound in one or more volumes, is contained in the table(s) of contents. The Project Manual is the basis for developing the Contract and 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. ' LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 73 00 — Page 1 of 20 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 reselpt e# 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 ae appropriate GhaRgG QFder shall be issued dedUGtiRg the Owner may deduct from payments then or thereafter due the Contractor the reasonable entire cost of correcting such deficiencies, including Owner's expenses and compensation for the Architect's and/or Consultant's additional services and expenses and heating, engineering, accounting, consulting services and attorneys' fees and expenses made necessary by such default, neglect, or failure. SUGh appFeval of the AFGh*teGt. 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 fly failed to report it to the Architect. If the Contractor performs any construction activity involving a recognized error, inconsistency or omission in the Contract Documents without such notice to the Architect, the Contractor shall assume appropriate responsibility for such performance and shall beart►table all costs for correction. The Contractor shall perform no portion of the Work at any time without Contract Documents or, where required, approved Shop Drawings, Product Data or Samples for such portion of the Work. B. Change paragraph 3.3.2 to read as 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, LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 73 00 — Page 2 of 20 0;. material providers and suppliers and their agents and employees, and other Ez 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 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 01 60 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: LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 73 00 — Page 3 of 20 r:. , 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 C, Z: Contract Documents require or permit otherwise. The Contractor further warrants LJ that the Work will conform with the requirements of the Contract Documents and will be free from defects, evnent for these inherent in the quality of the Work the GORtFaGt DOGYmeRts FequiFe or —permit. Work, materials or equipment not conforming to these requirements may be considered defective. The Contractor's n warranty excludes remedy for damage or defect caused by abuse, alterations to the Work not executed by the Contractor, improper or insufficient maintenance, improper operation, or normal wear and tear and normal usage. If required by the Architect, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. G. Change paragraph 3.6.1 to read as follows: The Contractor shall pay sales, consumer, use and similar taxes for the Work provided by the Contractor that are legally enacted when bids are received or negotiations concluded, 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 semply 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. I. 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 appicapriate responsibility for such Work and shall bear the costs attributable to the GGrFeGti0R 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 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 LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 73 00 — Page 4 of 20 different from those indicated in the Contract Documents and that no change in the terms of the Contract is justified, the Architect shall promptly notify the Owner and Contractor in writing, stating the reasons. if either party disputes the llrnhiteGt'o +ded in Art+6le � K. 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 eee-sepyef all approved Shop Drawings, MSDS Sheets, Product Data, Samples and similar required submittals. These shall be available to the Architect and shall be delivered to the Architect for submittal to the Owner upon completion of the Work as a record of the Work as constructed. L. 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. Change paragraph 3.17 to read as follows: 3.17 The Contractor shall pay all royalties and license fees. The Contractor shall defend suits or claims for infringement of patent rights and shall hold the Owner and Architect harmless from loss on account thereof, but shall not be responsible for such defense or loss when a particular design, process or product of a particular manufacturer or manufacturers is required by the Contract Documents, or where the copyright violations are contained in Drawings, Specifications or other documents prepared by the Owner or Architect. However, if the Contractor has reason to believe that the required design, process or product is an infringement of a copyright or patent, the Contractor shall be responsible for such loss unless such information is promptly furnished to the Architect and the Owner in writing. N. Change paragraphs 3.18.1 to read as follows: 3.18 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 (ether f- haR the `.^.perk ?tse!.,, 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, regardleS6 of whether OF RGt suGh GI damage, less eF ex E;ed OR part by a party iRdeMR'fied here Such obligation shall not be construed to negate, abridge, or reduce other.rights or LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 73 00 -- Page 5 of 20 obligations of indemnity that would otherwise exist as to a party or person described in this Paragraph 3.18. Nothing in the foregoing Paragraph 3.18.1 is intended or shall be deemed to constitute an indemnification by the Contractor against the negligence of any of the parties to be otherwise indemnified pursuant to Paragraph 3.18.1. O. 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, GGRtraeter 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 the Owner will not have control over or charge of and will not be responsible for acts or omissions of the Contractor, Subcontractors, or their agents or employees, or any other persons or entities performing portions of the Work. D. Change paragraphs 4.2.5 through 4.2.6 to read as follows: 4.2.5 Based on the Architect's observations and evaluations of the Contractor's Applications for Payment, the Architect will review and seA#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 LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 73 00 — Page 6 of 20 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. tom... E. Change paragraphs 4.2.10 through 4.2.12 to read as follows: 4.2.10 If the Owner and Architect agree, the Architect will provide one or more project representatives to assist in carrying out the Architect's responsibilities at the site. representatives shall he as set ferth in aR exhibit to be ithe GeRtFiq iGGU Me Rt-S-. 4.2.11 The Architect will interpret and make recommendations to the Owner regarding decide matters concerning performance under and requirements of the Contract Documents on written request of either the Owner or Contractor. The Architect's response to such requests will be made in writing within any time limits agreed upon or otherwise with reasonable promptness. If no agreement is made concerning the time within which recommendations required of the Architect shall be furnished in compliance with this Paragraph 4.2, then the Architect shall furnish such recommendations within such reasonable time after the request is made that allow sufficient time in the professional judgment of the Architect for review. 4.2.12 Interpretations and recommendations desisien-s of the Architect will be consistent with the intent of and reasonably inferable from the Contract Documents and will be in writing or in the form of drawings. When making such interpretations and recommendations de^iQ�,sioRS, the Architect will endeavor to secure faithful performance by both Owner and Contractor, will not show partiality to either and will not be liable for results of interpretations or recommendations desisiens rendered in good faith. 1.6 ARTICLE 5 - SUBCONTRACTORS A. Delete paragraph 5.2.1 and add the following: 5.2.1 The CONTRACTOR shall provide, within 24 hours of the bid opening, a list those persons, 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 LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 73 00 — Page 7 of 20 rights of the Owner and Architect under the Contract Documents with respect to the Work to be performed by the Subcontractor so that subcontracting thereof will not prejudice such rights, and shall allow to the Subcontractor, unless specifically provided otherwise in the subcontract agreement, the benefit of all rights, remedies r and redress against the Contractor that the Contractor, by the Contract �'• Documents, has against the Owner. Where appropriate, the Contractor shall lam; require each Subcontractor to enter into similar agreements with 4.,`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 �n 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. B. Change paragraph 6.2.4 to read as follows: 6.2.4 The Contractor shall promptly remedy damage the Contractor wrengfu+ly causes to completed or partially completed construction or to property of the Owner or separate contractors as provided in Subparagraph 10.2.5. 1.8 ARTICLE 7 - CHANGES IN THE WORK A. Change paragraph 7.2.1 to read as follows: 7.2.1 A Change Order is a written instrument prepared by the Architect and signed by the Owner and Contractor and approved by the Architect, stating their agreement upon all of the following: B. Add paragraph 7.2.2 as follows: 7.2.2 A Change Order is conclusively presumed to include all adjustments in Contract Time and Contract Sum necessary to complete the change to the Work and related parts of the Work. C. Add paragraph 7.2.3 as follows: 7.2.3 In all Change Orders or Construction Change Directives, the allowance for Overhead and profit to be included in the total cost to the Owner shall not exceed the following amounts: .1 For the Contractor, for any Work performed directly by the Contractor's employees, not including oversight of such work performed by subcontractor, fifteen percent (15%) of the cost. .2 For the Contractor, for Work performed by Subcontractor, ten percent (105/o) of the amount due the Subcontractor. LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project . 00 73 00 — Page 8 of 20 .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. .5 In order to facilitate checking of quotations for extras or credits, all proposals, except those so minor that their propriety can be seen by inspection, shall be accompanied by a complete itemization of costs including labor, materials and Subcontracts. In no case will a change involving over $200.00 be approved without such itemization. .6 Unless otherwise agreed, costs to which overhead and profit are to be applied shall be those costs listed in Subparagraph 7.3.6. 1.9 ARTICLE 8 - TIME A. Change paragraph 8.2.3 to read as follows: 8.2.3 The Contractor shall proceed expeditiously with adequate forces and shall achieve Substantial Completion within the Contract time. The Contractor shall bear all costs for overtime and all additional expense which may arise in order to achieve Substantial 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, uRusual delay i^ �'e', -modes, unavoidable casualties or other causes beyond the Contractor's control, er 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 LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 73 00 — Page 9 of 20 Completion" is delayed beyond the date written in the Agreement, subject to adjustments of the Contract Time as provided for in the Contract Documents. 2. The Owner shall give written notice to the Contractor of intent to assess liquidated damages pursuant to provisions of this Article. Calculation of the amount of liquidated damages shall commence on the date the Owner notifies the Contractor of this intent. 3. Liquidated damages assessed in accordance with these provisions are exclusive of other monetary damages to which the Owner may be entitled as a direct result of the Contractor's failure to achieve final completion of the Work in accordance with requirements of the Contract Documents. These liquidated damages are not intended to be exclusive of Owner's right to terminate this Contract based on Contractors' failure to comply with the terms and provisions of the Contract. 4. Partial performance of the Work of this Contract shall not relieve the Contractor from liability for liquidated damages. 5. Contractor's liability for liquidated damages shall cease upon issuance of Substantial Completion Certificate for the Work of the Contract. 6. Notwithstanding anything in the Contract Documents to the contrary, amounts assessed to the Contractor as liquidated damages may be deducted 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, 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 LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 73 00 - Page 10 of 20 and conditional and it shall not be necessary for the Architect to make any statement to this effect. 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 i the Architect to no liability whatsoever to the Owner, Contractor, Surety, or .. any other person. K. 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. IDE)GUments, and shall 6e notify the AFGhiteGt. E. Change paragraph 9.8.4 to read as follows: When the Work or designated portion thereof is substantially complete, the Architect will prepare a Certificate of substantial Completion that shall establish the date of Substantial Completion, shall establish responsibilities of the Owner and contractor for security, maintenance, heat, utilities, damage to the Work, and insurance, and shall fix the time within which the contractor shall finish all items on the list accompanying the Certificate. 7T.'�T.T.7}TS7T77T=SiR.1RSl�i. . T �T.f iT��iii►.T.: T-�: 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 LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 73 00 — Page 11 of 20 C for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. B. Change paragraph 10.2.4 to read as follows: 1. When use or storage of explosives or other hazardous materials or equipment or unusual methods are necessary for the execution of the Work, the Contractor shall give the Owner reasonable advance notice and shall exercise utmost care and carry on such activities under supervision of properly qualified personnel. C. Add paragraph 10.2.9: 10.2.9 When required by law or for the safety of the Work, the Contractor shall shore up, brace, underpin and protect foundations and other portions of existing structures which are in any way affected by the Work. The Contractor, before commencement of any part of the Work, shall give any notices required to be given to adjoining landowners or other parties. The Owner shall be notified once these notices have been served and before the work is performed. 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 OF GlabRis rn basis andshall be maintained without interruption from the date of commencement of the Work until the date of final payment and termination of any coverage required to be maintained after final payment, and, with respect to the contractor's completed operations coverage, until the expiration of the period for correction of Work or for such other period for maintenance of completed operations coverage as specified in the Contract Documents. C. Change paragraph 11.1.3 to read as follows: 11.1.3 Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior to commencement of the Work and thereafter upon renewal or replacement of each required policy of insurance. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. These certificates and the insurance policies required by this Section 11.1 shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least 30 days' prior written notice has been given to the Owner. An additional certificate evidencing continuation of liability coverage, including coverage for completed operations, shall be submitted upon final Application for Payment as required by Section 9.10.2 and thereafter upon renewal or replacement of such coverage until the expiration of the time required by Section 11.1.2. Information concerning reduction of coverage on account of revised limits or claims paid under the General Aggregate, or both, shall be furnished by the Contractor with reasonable promptness. LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 73 00 — Page 12 of 20 =,D to i Cl- Cl- 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 & Property Damage* Automobile Liability Bodily Injury & Property Damage Excess Liability Employer's Liability Each Accident Each Employee Policy Limit Professional Liability (if applicable) Each Occurrence Aggregate $1, 000, 000 $2, 000, 000 Combined Single Limit $1,000,000 $1,000, 000 $1, 000, 000 $500,000 $500,000 $500,000 $1, 000, 000 $1, 000, 000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. Property Damage liability insurance must provide explosion, collapse and underground coverage. Comprehensive General Liability using Insurance Services Office CG0001 or equivalent, shall include Contractual, Premises & Operations, Products & Completed Operations, Independent Contractors, Personal & Advertising Injury coverages, and Aggregate Limits of Insurance (Per Project) endorsement Automobile Liability shall include all owned, non -owned and hired autos and also coverage for Contractual Liability. Excess Liability shall provide no less than following form coverage to the primary underlying policies. Workers Compensation shall include the Alternative Employer and Waiver of Subrogation endorsements in favor of the Owner. Professional Liability, if applicable: 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 LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 73 00 — Page 13 of 20 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 Cri Certificate of Insurance must set forth the nature and amount of any such deductible or self -insured retention. 11.1.8 If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance and copies of such shall be attached thereto. 11.1.9 The Contractor shall include the City as additional insured on all policies except workers compensation. The Contractor shall include the Owner (City of Iowa City, including its employees, agents and assigns) as additional insured on all policies, except worker's compensation and professional liability. Such additional insured endorsement(s) shall make the Contractor's liability insurance primary to the Owner's and, furthermore, shall not be contributing with any other insurance or similar protection available to the Owner, whether such available protection be primary, contributing or excess. Owner shall be an Additional Insured with 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 LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 73 00 - Page 14 of 20 tr` coverage from its new carrier, covering prior acts during the period of .,. this Contract from and after its inception. o'azz -a D. "Tail" or "prior acts" coverage so provided shall have the same t„ coverage, with the same limits, as the insurance specified in this - Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self -insured retention than the insurance which it replaces 11.1.11 The City reserves the right to waive. any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and seek specific performance or termination, as the case may be. 11.1.12 In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses exhaust the aggregate limits of Contractor's liability insurance, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 11.1.13 In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 11.1.14 Contractor shall be responsible for any deductible amounts; including but not limited to the owner's deductible on the owner's builder's risk. E. Delete paragraphs 11.3 in its entirety and add paragraphs 11.3 as follows: 11.3 PROPERTY INSURANCE 11.3.1 OWNER shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: .1 include the interests of OWNER, CONTRACTOR, Subcontractors, Owner's Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an additional insured, .2 be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, false work, and materials and equipment in transit, and shall insure against at least the following perils or LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 73 00 - Page 15 of 20 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; 4`a .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. Contractor shall maintain appropriate insurance for such risks or occurrences 11.3.2 OWNER shall purchase and maintain such boiler and machinery insurance which shall specifically cover such insured objects or additional property insurance as may be required by Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, OWNER's Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured. 11.3.3 All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured to whom a certificate of insurance has been issued and will contain waiver provisions. 11.3.5 If CONTRACTOR requests in writing that other special insurance be included in the property insurance policies provided under paragraph 5.06, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the Site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. 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 LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 73 00 Page 16 of 20 cr. the additional Bond cost. Contractor shall deliver the required Bonds to the .. '' Owner prior to the signing of the Agreement. a a •s�: 1 The Performance, Labor and Material Bond shall be executed in 4-0 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 remedy the default or defaults or perform the work. .5 The Principal and Surety further agree as part of this obligation to pay all such damages of any kind to person or property that may result from a failure in any respect to perform and complete the Work including, but not limited to, all repair and replacement costs necessary to rectify construction error, architectural and engineering costs and fees, all consultant fees, all testing and laboratory fees, and all legal fees and litigation costs incurred by the Owner. .6 The Surety agrees that other than as is provided in the Bond it may not demand of the Owner that the Owner shall (a) perform any thing or act, (b) give any notice, (c) furnish any clerical assistance, (d) render any service, (e) furnish anypapers or documents, or (0 take any other action of any nature or description which is not required of the Owner to be done under the Contract Documents. 11.4.2 Surety shall be satisfactory to the Owner and shall be authorized to do business in the state of Iowa. 1.13 ARTICLE 13 - MISCELLANEOUS PROVISIONS LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 73 00 — Page 17 of 20 A. Change paragraph 13.1 to read as follows: 13.1 The Contract shall be governed by the laws of the State of Iowa of the place where the Project is located except that, if the parties have selected arbitration as the method of binding dispute resolution, the Federal. Arbitration Act shall govern Section 15.4. 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 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 required by local or state ordinance. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the policies 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 LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 73 00 — Page 18 of 20 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 r w" F. 'Acid the following Section 13.9: -, 13.9 The Contractor shall maintain CONTRACT COMPLIANCE PROGRAM (ANTI s bISCRIMINATION REQUIREMENTS) forall contracts of $25,000 ormore, the Contractor c, shall abide by the requirements of the City's Contract Compliance Program, which is .: included with these Specifications beginning on page CC-1. 1.14 ARTICLE 14 - TERMINATION OR SUSPENSION OF THE CONTRACT A. Add the following paragraph 14.2.1.5: .5 fails or refuses to provide insurance or proof of insurance as required by the Contract Documents. 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 teFms 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 in a timely maRReF. 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, LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 73 00 — Page 19 of 20 -Z the Contractor shall proceed diligently with performance of the Contract and the ' :Owner shall continue to make payments for sums not in dispute in accordance with the Contract Documents. The Architect will prepare Change Orders and issue - Certificates for Payment in accordance with the decisions of the Initial Decision LI ., Maker. M B. Change paragraph 15.2.5 to read as follows: 15.2.5 The Initial Decision Maker will render an initial decision approving or rejecting the claim, or indicating that the Initial Decision Maker is unable to resolve the claim. This initial decision shall 1) be in writing, 2) state the reasons therefore, and 3) notify the parties and the Architect, if the Architect is not serving as the Initial Decision Maker, of any change in the Contract Sum or Contract Time or both. The throughthe parties but subjeGt t() mediatiOR and, if the parties fail te Feselye.theii: disputes . C. Delete paragraphs 15.2.6 and 15.2.6.1 in their entirety. D. Delete Section 15.3 MEDIATION in its entirety. E. Delete Section 15.4 ARBITRATION in its entirety. 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 anv dispute arising between the parties or under the Contract Documents. LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 73 00 — Page 20 of 20 tD ,cc Uj DRAWINGS G`1001 TITLE SHEET AND DRAWING INDEX S-101 STAIRS AND ROOF FRAMING PLANS S-102 GALLERY LEVEL FLOOR PLAN S-501 STRUCTURAL DETAILS A-001 GENERAL ARCHITECTURAL INFORMATION AD101 FIRST LEVEL DEMOLITION PLAN AD102 SECOND LEVEL DEMOLITION PLAN AD103 CROWN LEVEL DEMOLTION PLAN AD111 FIRST LEVEL DEMOLITION REFLECTED CEILING PLAN AD112 SECOND LEVEL DEMOLITION REFLECTED CEILING PLAN A-101 FIRST LEVEL FLOOR PLAN A-102 SECOND LEVEL FLOOR PLAN A-103 CROWN LEVEL FLOOR PLAN A-111 FIRST LEVEL REFLECTED CEILING PLAN A-112 SECOND LEVEL REFLECTED CEILING PLAN A-113 CROWN LEVEL REFLECTED CEILING PLAN A-201 EXTERIOR ELEVATIONS A-301 WALL SECTIONS A-401 ENLARGED PLANS A-411 INTERIOR ELEVATIONS A-501 PLAN DETAILS A-502 SECTION DETAILS A-503 SECTION DETAILS M-101 HVAC FIRST LEVEL FLOOR PLAN M-102 HVAC SECOND LEVEL FLOOR PLAN M-103 HVAC CROWN LEVEL FLOOR PLAN M-200 MECHANICAL SPECIFICATIONS & SCHEDULES E-101 ELECTRICAL FIRST LEVEL FLOOR PLAN E-102 ELECTRICAL SECOND LEVEL FLOOR PLAN E-103 ELECTRICAL CROWN LEVEL FLOOR PLAN E-200 ELECTRICAL SYMBOLS AND ABBREVIATIONS E-300 ELECTRICAL SCHEDULES E-400 ELECTRICAL SPECIFICATIONS LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project Page 1 of 1 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 01 1000 - SUMMARY PART 1 GENERAL 1.01 PROJECT A. Project Name: City of Iowa City - Lower City Park Festival Stage Improvements B. Owner's Name: City of Iowa City. C. Architect's Name: Neumann Monson, Inc.. D. The Project consists of the construction of improvements to the Lower City Park Festival Stage facility. Construction consists of alterations to the back stage building, access to crown walkway, and modifications to permanent and temporary lighting mounting.. 1.02 CONTRACT DESCRIPTION A. Contract Type: A single prime contract based on a Stipulated Price as described in Document, Form of Agreement. 1.03 DESCRIPTION OF ALTERATIONS WORK A. Scope of demolition and removal work is indicated on drawings and specified in Section 02 4100. B. HVAC: Alter existing system and add new construction, keeping existing in operation. C. Electrical Power and Lighting: Alter existing system and add new construction, keeping existing in operation. 1.04 OWNER OCCUPANCY A. Owner intends to continue to occupy adjacent portions of the existing building during the entire construction period. B. Cooperate with Owner to minimize conflict and to facilitate Owner's operations. C. Schedule the Work to accommodate Owner occupancy. 1.05 CONTRACTOR USE OF SITE AND PREMISES A. Construction Operations: Limited to areas noted on Drawings. B. Arrange use of site and premises to allow: 1. Owner occupancy. C. Provide access to and from site as required by law and by Owner: 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. D. Time Restrictions: 1. Limit conduct of especially noisy work during the hours of 8:OOAM-5:OOPM. Coordinate and communicate with the City of Iowa City representative on scheduling of noisy work. E. Utility Outages and Shutdown: 1. Limit disruption of utility services to hours the building is unoccupied. 2. Prevent accidental disruption of utility services to other facilities. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION Z w1 WMM, Construction Documents �,, 05/22/18 CW 1000 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA SUMMARY Construction Documents 01 1000 - 2 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 01 2000 - PRICE AND PAYMENT PROCEDURES PART 1 GENERAL 1.01 SECTION INCLUDES A. Procedures for preparation and submittal of Schedule of Values and Applications for Progress Payments. B. Contract modification procedures for changes in the Work. C. Procedures for preparation and submittal of Application for Final Payment. 1.02 DEFINITIONS A. The term "day" as used in the Contract Documents shall mean calendar day, unless otherwise specifically defined. 1.03 RELATED REQUIREMENTS A. Section 00 5000 - Contracting Forms and Supplements: Forms to be used. B. Section 00 7300 - Supplementary Conditions: Percentage allowances for Contractor's overhead and profit. C. Section 01 3000 - Administrative Requirements: Procedures for transmission of Schedule of Values, Applications for Payment, and contract modification documents using electronic document submittal service. 1.04 SCHEDULE OF VALUES A. Submit Schedule of Values within 15 days after date of Owner -Contractor Agreement. Submit draft to Architect for approval. B. Submit Schedule of Values in electronic media format. C. Format: Utilize the Table of Contents of this Project Manual. Identify each line item with number and title of the specification Section. Identify bonds and insurance. D. Revise schedule to list approved Change Orders, with each Application For Payment. 1.05 APPLICATIONS FOR PROGRESS PAYMENTS A. Make applications for progress payments in amounts equal to ninety-five percent (95%) of the value of Work completed, including cost of materials and equipment properly stored at the jobsite, less the amount of previous payments. 1. The five percent (5%) contract retainage may become payable upon issuance of the Certificate of Substantial Completion. Refer to Section 01 7700 for additional requirements. B. Payment Period: Submit at intervals stipulated in the Agreement. C. Execute certification by signature of authorized officer. D. 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. E. List each authorized Change Order as a separate line item, listing Change Order number and dollar amount as for an original item of work. F. Submit Applications for Payment in electronic media format. . s G. Include the following with the application: iaoo 1. Construction progress schedule, revised and current as specified in Section 01 - ; Administrative Requirements. C-)_..: 2. Partial release of liens from major subcontractors and vendors.:74t`"' 3. Affidavits attesting to off -site stored products.;"' ns. H. When Architect requires substantiating information, submit data justifying dollar a,riiouV5 in a question. r a f" Construction Documents PRICE_ AND PAYMENT PROCEDURES 05/22/18 01 2000 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA 1.06 CONTRACT MODIFICATION PROCEDURES A. Submit name of the individual authorized to receive change documents and who will be responsible for informing others in Contractor's employ or subcontractors of changes to Contract Documents. B. Minor Changes in the Work: Architect will issue supplemental instructions directly to Contractor authorizing minor changes in the Work (not involving adjustments to Contract Sum or Contract Time) on Architect's standard "Architect's Supplemental Instructions" (ASI) form. 1. Refer to standard ASI Form attached to the end of this Section. C. Construction Change Directives: Architect will issue a Construction Change Directive on Architects standard "Construction Change Directive" (CCD) form. The Construction Change Directive instructs Contractor to immediately proceed with changes in the Work that will involve adjustment of either Contract Sum or Contract Time, or both, for inclusion in a subsequent Change Order. 1. CCD forms will be signed by Owner and Architect, and may be signed by Contractor. 2. The CCD document will include detailed description of changes in the Work and will designate method of determining change in either Contract Sum or Contract Time, or both. 3. Maintain detailed records on time and material basis of Work required by the CCD. 4. After completion of change, submit itemized account and supporting data necessary to substantiate cost and time adjustments to Contract. 5. Refer to standard CCD Form attached to the end of this Section. D. Proposal Requests: For changes in the Work for which advance pricing is desired, Architect will issue a Proposal Request on Architect's standard "Proposal Request" (PR) form. The Proposal Request will include a detailed description of proposed changes in the Work that may involve adjustment of either Contract Sum or Contract Time, or both, with supplementary or revised Drawings and Specifications, if necessary. 1. Proposal Requests issued by Architect are for pricing consideration only. Contractor shall not consider them instructions either to stop Work in progress or to execute the proposed change. 2. Within 15 days after receipt of Proposal Request, Contractor shall submit a quotation estimating cost adjustments to Contract Sum or Contract Time necessary to execute the proposed change. 3. Only after Owner's acceptance of Proposal Request will adjustment of Contract Sum or Contract Time be included in a subsequent Change Order. 4. Refer to standard PR Form attached to the end of this Section. E. Contractor -Initiated Proposals: Contractor may propose a change in either Contract Sum or Contract Time, or both, by submitting a Change Order Request for change to Architect using Contactor's standard form, describing the proposed change and its full effect on the Work, with a statement describing the reason for the change, and the effect on Contract Sum or Contract Time with full documentation. 1. Only after Owner's acceptance of Contractor -Initiated Proposal will adjustment of Contract Sum or Contract Time be included in a subsequent Change Order. F. Computation of Change in Contract Sum: As specified in the Agreement and Conditions of the Contract. 1. For change requested by Architect for work falling under a fixed price contract, the amount will be based on Contractor's price quotation as approved by Architect. 2. For change requested by Contractor, the amount will be based on the Contractor,,' request for a Change Order as approved by Architect. w 3. For pre -determined unit prices and quantities, the amount will based on the-fixec#,unit ., prices submitted at the time of bid opening. G. Substantiation of Costs: Provide full information required for evaluation.? `v 1. Provide the following data: a. Quantities of products, labor, and equipment. Fri a I b. Taxes, insurance, and bonds.'' c_a PRICE AND PAYMENT PROCEDURES Construction'.Documents 01 2000 - 2 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 c. Overhead and profit. d. Justification for any change in Contract Time. e. Credit for deletions from Contract, similarly documented. 2. Support each claim for additional costs with additional information: a. Origin and date of claim. b. Dates and times work was performed, and by whom. c. Time records and wage rates paid. d. Invoices and receipts for products, equipment, and subcontracts, similarly documented. 3. For Time and Material work, submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. H. Execution of Change Orders: Architect will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. I. After execution of Change Order, promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum. J. Promptly revise progress schedules to reflect any change in Contract Time, revise sub -schedules to adjust times for other items of Work affected by the change, and resubmit. 1. Indicate effect of the change in Work, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. K. Promptly enter approved changes in the Work into the Project Record Documents. 1.07 APPLICATION FOR FINAL PAYMENT A. Final Payment shall be the remaining unpaid balance of the final contract sum. B. Prepare Application for Final Payment as specified for progress payments, identifying total adjusted Contract Sum, previous payments, and sum remaining due. C. Application for Final Payment will not be considered until the following have been accomplished: 1. All closeout procedures specified in Section 01 7700 - Closeout Procedures. 2. Owner's written acceptance of the completed Work. D. Final Payment shall be made 31 days following Owner's written acceptance of the completed Work. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 SCHEDULE OF ATTACHMENTS A. Architect will use the attached forms as appropriate for documenting Contract Modifications. 1. Architect's Supplemental Instructions (ASI) form. 2. Construction Change Directive (CCD) form. 3. Proposal Request (PR) form. N END OF SECTION w GM p777 D w W Cn Construction Documents PRICE AND PAYMENT PROCEDURES 05/22/18 01 2000 - 3 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA w e r.� F „J.�. r _ En PRICE AND PAYMENT PROCEDURES Construction Documents 01 2000 - 4 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 01 2300 -ALTERNATES PART 1 GENERAL 1.01 SECTION INCLUDES A. Description of Alternates. B. Procedures for pricing Alternates. C. Documentation of changes to Contract Sum and Contract Time. 1.02 ACCEPTANCE OF ALTERNATES A. Alternates quoted on Bid Forms will be reviewed and accepted or rejected at Owner's option. Accepted Alternates will be identified in the Owner -Contractor Agreement. B. Coordinate related work and modify surrounding work to integrate the Work of each Alternate. 1.03 SCHEDULE OF ALTERNATES A. Alternate No. 1 (Add) - Crown Level upgrades including demolition, stage lighting armature, and upgraded electrical - as indicated on the drawings.: B. Alternate No. 2 (Add) - Replace exterior stage flooring - as indidcated on the drawings.: PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION w cJ, Construction Documents ALTERNATES 05/22/18 01 2300 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA w�- GYM c� ALTERNATES Construction Documents 01 2300 - 2 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 01 3000 - ADMINISTRATIVE REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Coordination requirements. B. Preconstruction conference. C. Progress meetings. D. Preinstallation meetings. E. Construction progress schedule. F. Submittals for review, information, and project closeout. G. Number of copies of submittals. H. Submittal procedures. 1.02 RELATED REQUIREMENTS A. Section 01 3300 - Construction Submittals: Additional submittal requirements. B. Section 01 7300 - Execution Requirements: Additional coordination requirements. C. Section 01 7700 - Closeout Procedures: Project record documents. 1.03 COORDINATION REQUIREMENTS A. Coordinate construction operations included in various specification Sections to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections that depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components with other contractors to ensure maximum accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. B. If necessary, prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings. C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities and activities of other contractors to avoid. ,conflicts and to ensure orderly progress of the Work. Such administrative procedures include, t are not limited to, the following: 1. Preparation of Contractor's Construction Schedule.: 2. Preparation of the Schedule of Values. i 3. Installation and removal of temporary facilities and controls.' 4. Delivery and processing of submittals. y 5. Progress meetings. 6. Preinstallation conferences. �. 7. Project closeout activities. 8. Electronic project management software. r.31 D. Conservation: Coordinate construction activities to ensure that operations are carried out with consideration given to conservation of energy, water, and materials. E. Coordination Drawings: Prepare Coordination Drawings if limited space availability necessitates maximum utilization of space for efficient installation of different components or if coordination is required for installation of products and materials fabricated by separate entities. 1. Indicate relationship of components shown on separate Shop Drawings. 2. Indicate required installation sequences. Construction Documents ADMINISTRATIVE REQUIREMENTS 05/22/18 01 3000 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA 1.04 ARCHITECT'S DIGITAL DRAWINGS A. Digital files of the "architectural, mechanical, and electrical design models" are available from the Architect for the expressed use by the Contractor, and designated subcontractors and suppliers, in the construction of the Work and the preparation of Shop Drawings. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 PRECONSTRUCTION CONFERENCE A. Owner will schedule a meeting after Notice of Award. B. Attendance Required: All participants at the Preconstruction Conference shall be familiar with the Project and be authorized to conclude matters relating to the Work. 1. Owner. 2. Architect. 3. Contractor's Project Manager and Superintendent. 4. Construction Manager. 5. Major Subcontractors. 6. Manufacturers, suppliers, and other concerned parties may attend the Preconstruction Conference as necessary. C. Agenda: 1. Owner -Contractor Agreement. a. Date of Contract. b. Contract Amount. 2. Insurance. a. Certificates of Insurance. 3. Construction Schedule. a. Official Starting Date (Notice to Proceed). b. Substantial Completion Date. c. Time Extensions. d. Progress Schedules. 4. Project Administration. a. Line of Communication. b. Changes in the Work. c. Payments to the Contractor. d. Contractor's Submittals. w e. Project Meetings. f. Project Closeout. >-rc 5. Job Site Management. CM a. Responsibilities of Architect. ->^ % b. Coordination of the Work.' c. Protection of Property. d. Safety. e. Construction Parking and Storage. f. Temporary Construction Facilities. g. Cleaning. h. Miscellaneous. 6. Erosion and Sedimentation Control. 7. Construction Waste Management. 8. Construction IAQ Management. D. Record minutes and distribute copies within two days after meeting to participants, with copies to Architect, Owner, participants, and those affected by decisions made. ADMINISTRATIVE REQUIREMENTS Construction Documents 01 3000 - 2 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 3.02 CONTRACTOR'S PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the work at maximum bi-weekly (every other week) intervals. B. Make arrangements for meetings, prepare agenda with copies for participants, preside at meetings. C. Attendance Required: 1. Contractor. 2. Owner. 3. Architect. 4. Contractor's superintendent. 5. Major Subcontractors, suppliers, and other entities concerned with current progress or involved in planning, coordination, or performance of future activities. 6. All participants at the meeting shall be familiar with Project and authorized to conclude matters relating to the Work. D. Agenda: 1. Review minutes of previous meetings. 2. Review of work progress. 3. Field observations, problems, and decisions. 4. Identification of problems that impede, or will impede, planned progress. 5. Review of scheduled pre -installation meetings. 6. Review of submittals schedule and status of construction submittals. 7. Review of RFIs log and status of responses. 8. Review of off -site fabrication and delivery schedules. 9. Maintenance of progress schedule. 10. Corrective measures to regain projected schedules. 11. Planned progress during succeeding work period. 12. Maintenance of quality and work standards. 13. Effect of proposed changes on progress schedule and coordination. 14. Other business relating to work. E. Record minutes and distribute copies within two days after meeting to participants, with copies to Architect, Owner, participants, and those affected by decisions made. 3.03 PREINSTALLATION MEETINGS A. Make arrangements for preinstallation meetings at Project Site before starting a particular scope of Work as required by separate specification Sections. Advise Architect of scheduled meeting dates and topics. B. Require attendance of affected installers, manufacturer's representatives, fabricators, and others as may be necessary for the proper coordination of the Work, including materials and installations that have preceded or will follow. C. Prepare agenda appropriate for each meeting. Review progress of other construction activities and preparations for the particular activity under consideration, including requirements for the following, as applicable: 1. Contract Documents. 2. Options. 3. Related Change Orders. 4. Purchases. 5. Deliveries.. 6. Submittals.. ...... 7. Project conditions. cn 8. Review of mock-ups. Y C - 9. Possible conflicts. 10. Compatibility problems. " _X tir c ca cn Construction Documents ADMINISTRATIVE REQUIREMENTS 05/22/18 01 3000 - 3 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA 11. Time schedules. 12. Weather limitations. 13. Manufacturer's written recommendations. 14. Warranty requirements. 15. Compatibility of materials. 16. Acceptability of substrates. 17. Temporary facilities and controls. 18. Space and access limitations. 19. Regulations of authorities having jurisdiction. 20. Testing and inspecting requirements. 21. Required performance results. 22. Protection of construction and personnel. D. Record minutes and distribute copies within two days after meeting to participants, with copies to Architect, Owner, participants, and those affected by decisions made. Record shall include significant conference discussions, agreements, and disagreements. E. Do not proceed with installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of the Work and reconvene the conference at earliest feasible date. 3.04 CONSTRUCTION PROGRESS SCHEDULE A. Within 10 days after date of the Agreement, submit preliminary schedule defining planned operations for the first 60 days of work, with a general outline for remainder of work. B. If preliminary schedule requires revision after review, submit revised schedule within 10 days. C. Within 10 days after joint review, submit complete schedule. D. Submit updated schedule with each Application for Payment. E. Incorporate the following schedule for contract closeout: 1. Closeout Meeting: Schedule at least 45 days prior to anticipated date of Substantial Completion. Submit initial copy of Operation and Maintenance Manuals as applicable for the proejct for review. 2. Demonstration and Instruction: Schedule at least 15 days prior to Substantial Completion. 3. Contractor's Punchlist and Request for Substantial Completion Inspection: Submit at least 10 days prior to anticipated date of Substantial Completion. a. Architect will conduct inspection of Work within 5 days of receipt of Contractor's Request. 4. Architect will issue "Certificate of Substantial Completion" in accordance with provisions in the Conditions of the Contract. 5. Closeout Submittals: See Section 01 7700 - Closeout Procedures. 6. Final Change Order: Architect will prepare and issue within 5 days after Substantial Completion. 7. Contractor's Certificate of Final Completion: Architect will conduct Final Inspection of the Work within 5 days of receipt of Contractor's Certificate. 8. Architect will issue Final Certificate for Payment within 5 days of completing satisfactory Final Inspection. 9. Owner's written acceptance of the completed Work and Final Payment: See S.egtion 01 2000 - Price and Payment Procedures. L 3.05 SCHEDULE FORMAT o A. Bar Charts: Include a separate bar for each major portion of Work or openAtIon; ati B. Listings: In chronological order according to the start date for each activity...,.,�entify each � activity with the applicable specification section number. ~'' � C. Sheet Size: Multiples of 8-1/2 x 11 inches. -f b D. Scale and Spacing: To allow for notations and revisions. cn ADMINISTRATIVE REQUIREMENTS Construction Documents 01 3000 - 4 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 3.06 SUBMITTALS FOR REVIEW AND INFORMATION A. Refer to Section 01 3300 - Construction Submittals for additional requirements. B. Architect's review is for the limited purpose of checking for conformance with information given and the design concept expressed in the contract documents. 3.07 SUBMITTALS FOR PROJECT CLOSEOUT A. Submit Correction Punch List for Substantial Completion. B. Submit Final Correction Punch List for Substantial Completion. C. Refer to Section 01 7700 - Closeout Procedures for additional requirements. D. When the following are specified in individual sections, submit them at project closeout in compliance with requirements of Section 01 7800 - Closeout Submittals: 1. Project record documents. 2. Operation and maintenance data. 3. Warranties. 4. Bonds. 5. Other types as indicated. E. Submit for Owner's benefit during and after project completion. 3.08 NUMBER OF COPIES OF SUBMITTALS A. Electronic Documents: Submit one electronic copy in PDF format; an electronically -marked up file will be returned. Create PDFs at native size and right -side up; illegible files will be rejected. B. Documents for Project Closeout: Make one reproduction of original documents. Submit one extra of submittals for information. C. Samples: Submit the number specified in individual specification sections; one of which will be retained by Architect. 1. After review, produce duplicates. 2. Retained samples will not be returned to Contractor unless specifically so stated. 3.09 SUBMITTAL PROCEDURES - GENERAL A. Refer to Section 01 3300 for additional requirements pertaining to construction submittals. END OF SECTION w C. ­�r_ TIP ' W c.n Construction Documents ADMINISTRATIVE REQUIREMENTS 05/22/18 01 3000 - 5 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA rj r..x w CD aM•� ,V+ `W� V 1 ADMINISTRATIVE REQUIREMENTS Construction Documents 01 3000 - 6 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 01 3300 - CONSTRUCTION SUBMITTALS PART 1 GENERAL 1.01 SECTION INCLUDES A. Construction submittals for review and information. B. Preparation and transmittal of construction submittals. C. Contractor's review and Architect's approval of construction submittals. D. Delegated design services. 1.02 RELATED REQUIREMENTS A. Section 01 3000 - Administrative Requirements: Processing submittals. B. Section 01 7700 - Closeout Procedures: Closeout submittals. 1.03 DEFINITIONS A. Construction Submittals for Review: Submittals required by individual specification Sections relating to a portion of the Work which must be acted upon by the Architect before Work on that portion begins. Note that Construction Submittals are NOT Contract Documents. Submittals containing information different from requirements in the Contract Documents do not affect or modify the Contract unless and until a Change Order is properly issued. 1. Shop Drawings: Drawings, diagrams, illustrations, and schedules specially prepared by the Contractor to illustrate some portion of the Work more clearly and in greater detail. 2. Coordination Drawings: Drawings prepared by the Contractor to show how multiple -system and interdisciplinary work will be coordinated to avoid conflicts resulting from available space requirements. 3. Product Data: Illustrations, standard schedules, performance charts, instructions, brochures, diagrams and other information furnished by the Contractor to illustrate materials or equipment for some portion of the Work 4. Samples: Physical examples of products, materials, equipment, or workmanship that illustrate functional and aesthetic characteristics. Samples are used to establish the standards by which the Work will be judged. B. Construction Submittals for Information: Transmit for Architect's knowledge as Contract Administrator or for Owner. No action will be taken. 1. Design Data: Performance requirements and material characteristics providing the basis for portions of the Work designed by the Contractor. 2. Documentation required by individual specification Sections, such as: a. Certificates. b. Test reports. c. Inspection reports. d. Manufacturer's instructions. e. Manufacturer's field reports. 3. Other types indicated. C. Mock-ups: Full-size assemblies for review of construction, coordination, testing, or operation; mock-ups are not Samples. 1.04 RESPONSIBILITIES OF THE PARTICIPANTS A. Contractor: 1. Read and understand the Contract Documents. 2. Establish a realistic submittal schedule that allows for resubmittal. 3. Coordinate submittals. 4. Review submittals for compliance with Contract Documents, site conditions, d�ensions;: coordination requirements, and construction means and methods; indicate any part of the submittal that does not conform to the requirements of the Contract Document 5. Review and approve submittals prior to transmitting them to Architect.: = i 6. Distribute approved submittals to subcontractors and others. IA) rv; Construction Documents CONSTRUCTION SUBMITTALS 05/22/18 01 3300 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA 7. Maintain copies of approved submittals at the jobsite for reference, and retain copy of approved submittals for the Owner's record. 8. Maintain copies of Safety Data Sheets (SDS) documentation on Project site in an accessible manual or book for reference and emergency response as needed. 9. Maintain submittal log and track progress. B. Subcontractors and Suppliers: 1. Read and understand the Contract Documents. 2. Properly prepare complete and accurate submittals with extraneous information deleted. 3. Submit in a timely manner based on Contractor's submittal schedule, construction schedule, and allow adequate time for Contractor and Architect reviews. 4. Maintain records and current status. C. Architect: 1. Read and understand the Contract Documents. 2. Verify that the Contractor has reviewed and approved submittals. 3. Review submittals for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. 4. Review submittals with reasonable promptness in accordance with Contractor's submittal schedule or take other appropriate action. 5. Forward submittals to consultants. 6. Maintain a copy of approved submittals and forward a copy to the Owner upon request. 7. Maintain a submittal log and track progress. D. Owner: 1. Read and understand the Contract Documents. 2. Coordinate Owner -furnished items installed by the Contractor. 3. Coordinate Owner -provided items with the Contractor. 4. Coordinate Contractor -furnished items to be installed by the Owner or under a separate contract. 5. Coordinate work to be completed under a separate contract. 6. Follow project requirements. 1.05 SUBMITTAL PROCEDURES A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. 3. Architect reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. B. Submittals Schedule: Schedule submittals to expedite the Project, and coord:injate su'l*ission _. of related items. Arrange the following information in a tabular format: 1. Scheduled date for first submittal. 2. Specification Section number and title. a, 3. Submittal category (action or informational). -m 3 4. Name of subcontractor. 5. Description of the Work covered. 6. Scheduled date for Architect's final release or approval. C. Preparation: Submit submittals schedule, arranged in chronological order by dates reqbiired by construction schedule. Include time required for review, resubmittal, ordering, manufacturing, fabrication, and delivery when establishing dates. 1. Options: Identify options requiring selection by the Architect. CONSTRUCTION SUBMITTALS Construction Documents 01 3300 - 2 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 2. Deviations: Highlight, encircle, or otherwise identify deviations from the Contract Documents on submittals. D. Initial Review of Submittals: Allow 10 days for review by Architect, excluding delivery time to and from the Contractor. 1. Allow additional time if processing must be delayed to permit coordination with subsequent submittals. Architect will advise Contractor when a submittal being processed must be delayed for coordination. 2. For sequential reviews involving Architect's consultants, Owner, or another affected party, allow an additional 7 days. E. Review of Resubmittals: Allow 10 days for review by Architect for each resubmittal. F. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit adequate processing as described above. PART 2 PRODUCTS 2.01 PRODUCT DATA SUBMITTALS A. Product Data: Submit manufacturer's standard published data. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project. 1. If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings, not as Product Data. B. Include the following information, as applicable: 1. Manufacturer's written recommendations. 2. Manufacturer's product specifications. 3. Manufacturer's installation instructions. 4. Standard color charts. 5. Manufacturer's catalog cuts. 6. Wiring diagrams showing factory -installed wiring. 7. Printed performance curves. 8. Operational range diagrams. 9. Mill reports. 10. Standard product operating and maintenance manuals. 11. Compliance with recognized trade association standards. 12. Compliance with recognized testing agency standards. 13. Application of testing agency labels and seals. 14. Notation of coordination requirements. 15. Certification that products are appropriate for installation indicated. •^aR !V L! J 'L rY C • /y'.� kbtpr ' f}a �rZ?K� W I Construction Documents CONSTRUCTION SUBMITTALS 05/22/18 01 3300 - 3 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA 2.02 SHOP DRAWINGS SUBMITTALS A. Shop Drawings: Prepare Project -specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. Indicate utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. B. Preparation: Include the following information, as applicable: 1. Dimensions. 2. Identification of products. 3. Fabrication and installation drawings. 4. Roughing -in and setting diagrams. 5. Wiring diagrams showing field -installed wiring, including power, signal, and control wiring. 6. Shopwork manufacturing instructions. 7. Templates and patterns. 8. Schedules. 9. Design calculations. 10. Compliance with specified standards. 11. Notation of coordination requirements. 12. Notation of dimensions established by field measurement. C. Wiring Diagrams: Differentiate between manufacturer -installed and field -installed wiring. 2.03 INFORMATIONAL SUBMITTALS A. General: Prepare and submit Informational Submittals required by other Specification Sections. B. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information specified. C. Product Certificates: Prepare written statements on manufacturer's letterhead certifying that product complies with requirements. D. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements. Submit record of Welding Procedure Specification (WPS) and Procedure Qualification Record (PQR) on AWS forms. Include names of firms and personnel certified. E. Installer Certificates: Prepare written statements on manufacturer's letterhead certifying that Installer complies with requirements and, where required, is authorized for this specific Project. F. Manufacturer Certificates: Prepare written statements on manufacturer's letterhead certifying that manufacturer complies with requirements. Include evidence of manufacturing experience where required. G. Material Certificates: Prepare written statements on manufacturer's letterhead certifying that material complies with requirements. H. Material Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements. I. Preconstruction Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product, for compliance with performance requirements. J. Compatibility Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibility tests permed before installation of product. Include written recommendations for primerynd suMiStrate preparation needed for adhesion. = -"` __4 "< CONSTRUCTION SUBMITTALS ConstructiW Documents 01 3300 - 4 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 K. Field Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with requirements. L. Product Test Reports: Prepare written reports indicating current product produced by manufacturer complies with requirements. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. M. Research/Evaluation Reports: Prepare written evidence, from a model code organization acceptable to authorities having jurisdiction, that product complies with building code in effect for Project. Include the following information: 1. Name of evaluation organization. 2. Date of evaluation. 3. Time period when report is in effect. 4. Product and manufacturers' names. 5. Description of product. 6. Test procedures and results. 7. Limitations of use. N. Maintenance Data: Prepare written and graphic instructions and procedures for operation and normal maintenance of products and equipment. Comply with requirements in Division 01 Section "Closeout Procedures". O. Design Data: Prepare written and graphic information, including, but not limited to, performance and design criteria, list of applicable codes and regulations, and calculations. Include list of assumptions and other performance and design criteria and a summary of loads. Include load diagrams if applicable. Provide name and version of software, if any, used for calculations. Include page numbers. P. Manufacturer's Instructions: Prepare written or published information that documents manufacturer's recommendations, guidelines, and procedures for installing or operating a product or equipment. Include name of product and name, address, and telephone number of manufacturer. Include the following, as applicable: 1. Preparation of substrates. 2. Required substrate tolerances. 3. Sequence of installation or erection. 4. Required installation tolerances. 5. Required adjustments. 6. Recommendations for cleaning and protection. Q. Manufacturer's Field Reports: Prepare written information documenting factory -authorized service representative's tests and inspections. Include the following, as applicable: 1. Name, address, and telephone number of factory -authorized service representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. w 6. Statement whether conditions, products, and installation will affect warr"tYt'�ty. 7. Other required items indicated in individual Specification Sections. c: �c R. Insurance Certificates and Bonds: Prepare written information indicating curre'nt'status of insurance or bonding coverage. Include name of entity covered by insuranmdr.bon�l','limits of coverage, amounts of deductibles, if any, and term of the coverage. »� k C) M W 01 Construction Documents CONSTRUCTION SUBMITTALS 05/22/18 01 3300 - 5 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA S. Industry Standards: Where other Sections of the Specifications require that a product, material, or installation complies with specified industry standard, submit copies of standards at same time as submittal of other specified submittals. 1. Submit copies of reference standards specified such as ASTM, UL, FM, ANSI, ETC., for each material or installation of material specified. 2. Submit copies of trade association standards specified such as NRCA, BIA, AWI, SMACNA,. ETC., for each material, process fabrication, or installation specified. 2.04 SAMPLE SUBMITTALS A. Samples: Prepare physical examples of products, materials, equipment, or workmanship specifically for this Project, including the following: 1. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. 2. Samples for Verification Purposes: Submit full-size units or Samples of size indicated, prepared from the same material to be used for the Work, cured and finished in manner specified, and physically identical with the product proposed for use, and that show full range of color and texture variations expected. B. Samples include, but are not limited to, the following: 1. Partial sections of manufactured or fabricated components. 2. Small cuts or containers of materials. 3. Complete units of repetitively used materials. 4. Swatches showing color, texture, and pattern. 5. Color range sets. 6. Components used for independent testing and inspection. 7. Integral parts and attachment devices. C. Submittals requiring Color and Finish Selections: 1. As soon as practical, Contractor shall secure and submit color charts, finish samples, and other information for items requiring a color or finish selection. 2. Color or finish selections will not be made until all color charts, finish samples, and other information for items requiring a color or finish selection have been submitted to the Architect and reviewed with the Owner. 3. Contractor shall advise Architect of any deadlines for color or finish selections that may be necessary to ensure delivery of materials on schedule. 4. As soon as practical after the color submittals have been received, the Architect will supply the Contractor with a master Color Schedule for the Project. D. Preparation: Mount, display, or package Samples in manner specified to facilitate review of qualities indicated. Prepare Samples to match Architect's sample where so indicated. Attach label on unexposed side that includes the following: 1. Generic description of Sample. 2. Product name or name of manufacturer. 3. Sample source. E. Submit Samples for review of kind, color, pattern, and texture for a final check of these characteristics with other elements and for a comparison of these characteristics between final submittal and actual component as delivered and installed. 1. Refer to individual Specification Sections for requirements for Samples that illustrate workmanship, fabrication techniques, details of assembly, connections, operatkv, and similar construction characteristics. F. Number of Samples for Initial Selection: Submit 3 full sets of available choices whe&color;'"; " pattern, texture, or similar characteristics are required to be selected from manuiacVer's "".-...` product line. Architect will return two sample submittals with options selecte-4.`7)Cn ca Cf� CONSTRUCTION SUBMITTALS Construction Documents 01 3300 - 6 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 G. Number of Samples for Verification Purposes: If variation in color, pattern, texture, or other characteristic is inherent in the product represented by a Sample, submit at least 3 sets of paired units that show approximate limits of the variations. Architect will return two sample submittals with options selected. H. Disposition: Maintain sets of approved Samples at Project site, available for quality control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. 1. Samples that may be incorporated into the Work are indicated in individual Specification Sections. Such Samples must be in an undamaged condition at time of use. 2. Samples not incorporated into the Work, or otherwise designated as Owner's property, are the property of Contractor. PART 3 EXECUTION 3.01 PREPARATION A. Verify that Product List is complete and accurate. B. Identify practical groups of submittals and prepare initial submittal schedule. 3.02 PROCESSING SUBMITTALS A. Refer to Section 01 3000 for additional requirements. B. Attach a copy of the Project Transmittal Form to all submittals. C. Group submittals related to building elements or systems together for transmittal in accordance with submittal schedule. D. Only specified submittals will be processed by the Architect. 3.03 SUBMITTAL PREPARATION A. To aid in tracking and filing, each submittal shall contain the following identifying information: 1. Project name and project number. 2. Date submitted. 3. Description of the item submitted. 4. Unique submittal identifier, to include the specification Section reference number, consecutive submittal number, and resubmittal number, as applicable. The numbering system shall be retained throughout all resubmittals. Use the following format: 6-Digit Specification Section Number: Section number where submittal is specified. 2-Digit Sequential Number: Submittal sequential number, beginning with "01," for each submittal transmitted to Architect for each Section. 1-Digit Submission Number: Use "0" for initial submittal, "1" for first resubmittal, "2" for second resubmittal, and so forth. 06 1000-01-0 5-' --ice .. Ql r Specification Section Sequential Number Submission Number,` I Number B. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with the requirements of the Work and Contract Documents. The purpose of the submittal shall be one of the following: 1. For review. Construction Documents CONSTRUCTION SUBMITTALS 05/22/18 01 3300 - 7 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA 2. For information only. 3. Resubmittal. C. When revised for resubmittal, identify all changes made since previous submittal. D. Provide space for Architect's submittal review stamp. 3.04 SUBMITTAL REVIEW A. Only submittals which have been reviewed and stamped by the Contractor shall be forwarded to the Architect. When the Contractor determines that submittals do not meet contract requirements, return them to the originator for correction or modification as appropriate. B. The purpose of the Architect's review of submittals is for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. Architect's acceptance of Product Data, Shop Drawings, or Samples which deviates from the Contract Documents does not authorize changes to the Contract Sum. Submit in writing at the time of submission any changes to the Contract Sum affected by such Product Data, Shop Drawings, or Samples, otherwise, claim for extras will not be considered. C. Upon review by the Architect, the submittal shall be stamped with the status of the review as: 1. No Exceptions Taken 2. Reviewed as Noted 3. Reviewed as Noted - Partial Resubmittal Required 4. Reviewed as Noted - Complete Resubmittal Required 5. See Consultant's Review 6. See Consultant's Review - Resubmittal Required 7. No Action Taken D. Final But Restricted Release: When submittals are marked "Reviewed as Noted," the Work covered by the submittal may proceed provided it complies with both the Architect's notations and corrections on the submittal and requirements of the Contract Documents. Final acceptance will depend on that compliance. E. Resubmittal Required: When submittal is marked "Partial Resubmitted Required" or "Complete Resubmittal Required," do not proceed with the Work covered by the submittal, including purchasing, fabrication, delivery, or other activity. Revise or prepare a new submittal in accordance with the Architect's notations. Resubmit without delay. Repeat if necessary to obtain a different action mark. F. Do not permit submittals marked "Resubmittal Required" to be used at the Project site, or elsewhere where construction is in progress. G. Other Action: Where a submittal is primarily for information or record purposes, or for special processing or other Contractor activity, the submittal will be returned, marked "No Action Taken". H. Submittals not required by the Contract Documents will not be reviewed and may be discarded. END OF SECTION CONSTRUCTION SUBMITTALS 01 3300 - 8 w to c Construction Documents 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 01 4000 - QUALITY REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Definitions. B. Reference standards. C. Submittals. D. Quality assurance. E. References and standards. F. Testing and inspection agencies and services. G. Control of installation. H. Tolerances. I. Testing and inspection. J. Defect Assessment. 1.02 RELATED REQUIREMENTS A. Section 01 3000 - Administrative Requirements: Submittal procedures. B. Section 01 6000 - PRODUCT REQUIREMENTS: Requirements for material and product quality. 1.03 DEFINITIONS A. Authority Having Jurisdiction (AHJ): Agency or individual officially empowered to enforce the building, fire, and life safety code requirements of the permitting jurisdiction in which the Project is located. B. Special Inspections and Testing Requirements: As specified in Section 01 4533. 1. Special inspections and testing are separate from and independent of tests and inspections conducted by Contractor for the purposes of Quality Assurance (QA), Quality Control (QC), and Contract Administration. C. Quality Assurance (QA) Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and ensure that proposed construction complies with requirements of the Contract Documents. D. Quality Control (QC) Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that completed construction complies with requirements of the Contract Documents. QC services do not include contract enforcement activities performed by Architect. E. Mock-ups: Full-size physical assemblies that are constructed on -site. Mock-ups are constructed to verify selections made under Sample submittals; to demonstrate aesthetic effects and, where indicated, qualities of materials and execution of workmanship; to review construction, coordination, testing, or operation; to show interface between dissimilar materials; and to demonstrate compliance with specified installation tolerances. ti w --5 n Cn ` rn t� CJ7 Construction Documents QUALITY REQUIREMENTS 05/22/18 01 4000 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA F. Product Testing: Tests and inspections that are performed by an NRTL (Nationally Recognized Testing Laboratories), an NVLAP (National Voluntary Laboratory Accreditation Program), or a testing agency qualified to conduct product testing and acceptable to Authorities Having Jurisdiction (AHJ), to establish product performance and compliance with specified requirements. G. Source Quality Control (QC) Testing: Tests and inspections that are performed at the source, e.g., plant, mill, factory, or shop. H. Field Quality Control (QC) Testing: Tests and inspections that are performed on -site for installation of the Work and for completed Work. I. Testing or Inspection Agency: An entity engaged to perform specific tests, inspections, or both. Testing laboratory shall mean the same as testing or inspection agency. J. Installer/Applicator/Erector: Contractor or another entity engaged by Contractor as an employee, subcontractor, or sub -subcontractor, to perform a particular construction operation, including installation, erection, application, and similar operations. 1. Use of trade -specific terminology in referring to a trade or entity does not require that certain construction activities be performed by accredited or unionized individuals, or that requirements specified apply exclusively to specific trade(s). K. Experienced: When used with an entity or individual, "experienced" means having successfully completed a minimum of five previous projects similar in nature, size, and extent to this Project; being familiar with special requirements indicated; and having complied with requirements of Authorities Having Jurisdiction (AHJ) and with the qualification requirements of individual specification Section governing their Work. L. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Architect for a decision before proceeding. 1.04 REFERENCE STANDARDS A. ASTM C1021 - Standard Practice for Laboratories Engaged in Testing of Building Sealants; 2008 (Reapproved 2014). B. ASTM C1077 - Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation; 2014. C. ASTM C1093 - Standard Practice for Accreditation of Testing Agencies for Masonry; 2013. D. ASTM D3740 - Standard Practice for Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction; 2012a. E. ASTM E329 - Standard Specification for Agencies Engaged in Construction Inspection and/or Testing; 2014a. F. ASTM E543 - Standard Specification for Agencies Performing Nondestructive Testing; 2013. G. IAS AC89 - Accreditation Criteria for Testing Laboratories; 2010. 1.05 SUBMITTALS A. See Section 01 3000 - Administrative Requirements for submittal procedures. B. Design Data: Submit for Architect's knowledge as Contract Administrator for,tf:te limiteded purpose of assessing conformance with information given and the design concept expressed in the Contract Documents, or for Owner's information. :.:) C. Schedule of Tests and Inspections: Prepare in tabular form a comprehensive=schedule of required tests and inspections. Include the following in the Contractor's QA.4n', -QC�9an: j 1. Specification Section number and title. QUALITY REQUIREMENTS Constructi4Documents 01 4000 - 2 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 2. Description of test and inspection. 3. Identification of applicable standards. 4. Identification of test and inspection methods. 5. Number of tests and inspections required. 6. Time schedule or time span for tests and inspections. 7. Entity responsible for performing tests and inspections. 8. Requirements for obtaining samples. 9. Unique characteristics of each quality control service. D. Test and Inspection Reports: After each test or inspection, promptly submit copies of report to Architect, Contractor, and AHJ. 1. Include: a. Date issued. b. Project title and number. c. Name of inspector. d. Date and time of sampling or inspection. e. Record of temperature and weather conditions at time of sample taking and testing and inspecting. f. Identification of product and specification Section. g. Location in the Project. h. Type of test/inspection. i. Date of test/inspection. j. Results of test/inspection. k. Compliance with Contract Documents. I. When requested by Architect, provide interpretation of results. m. Recommendations on retesting and reinspecting, if applicable. E. Certificates: When specified in individual specification Sections, submit certification by the manufacturer and Contractor or installation/application subcontractor to Architect, in quantities specified for Product Data. 1. Indicate material or product complies with or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. 2. Certificates may be recent or previous test results on material or product, but must be acceptable to Architect. F. Manufacturer's Instructions: When specified in individual specification Sections, submit printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, for the Owner's information. Indicate special procedures, perimeter conditions requiring special attention, and special environmental criteria required for application or installation. G. Manufacturer's Field Reports: Submit reports for Architect's benefit as Contract Administrator or for Owner. 1. Submit for information for the limited purpose of assessing conformance with information given and the design concept expressed in the Contract Documents. 1.06 QUALITY ASSURANCE A. Testing Agency Qualifications: Prior to start of Work, submit agency name, address,, nd telephone number, and names of full time registered Engineer and responsibIofficeW B. QA and QC Personnel Qualifications: Engage qualified full-time personnel trained ar I experienced in managing and executing QA and QC procedures similar in naiure-and xtent4o— those required for Project. 1. Project QA and QC manager may be the Project superintendent or be an individual with*rws other Project responsibilities, as accepted by the Architect. 1.07 REFERENCES AND STANDARDS c: 5 A. For products and workmanship specified by reference to a document or documents na6ncluded in the Project Manual, also referred to as reference standards, comply with requiremehit of the Construction Documents QUALITY REQUIREMENTS 05/22/18 01 4000 - 3 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA standard, except when more rigid requirements are specified or are required by applicable codes or the Contract Documents. B. Comply with reference standard of date of issue current on date of Contract Documents, except where a specific date is established by applicable code. C. Obtain copies of standards where required by product specification Sections. D. Maintain copy at project site during submittals, planning, and progress of the specific Work, until Substantial Completion. E. Should specified reference standards conflict with Contract Documents, request clarification from Architect before proceeding. F. Where referenced standards in individual specification Sections are listed, the references included in those reference standards shall be incorporated into these specifications as if specifically listed. G. Neither the contractual relationships, duties, or responsibilities of the parties in Contract nor those of Architect shall be altered from Contract Documents by mention or inference otherwise in any reference document. 1.08 TESTING AND INSPECTION AGENCIES AND SERVICES A. Contractor shall employ and pay for services of an independent testing agency to perform specified testing and inspection required by the Contract Documents. B. Contractor shall employ and pay for services of an independent testing agency to perform other specified testing and inspection in accordance with requirements of Contract Documents. Employment of agency in no way relieves Contractor of obligation to perform Work . 1. Specified tests, inspections, and related actions do not limit Contractor's quality control procedures that facilitate compliance with the Contract Document requirements. 2. Requirements for Contractor to provide quality control services required by Architect, Owner, or AHJ are not limited by provisions of this Section. C. Contractor Employed Agency: 1. Testing agency: Comply with requirements of ASTM E329, ASTM E543, ASTM C1021, ASTM C1077, ASTM C1093, and ASTM D3740. 2. Inspection agency: Comply with requirements of ASTM D3740 and ASTM E329. 3. Laboratory: Authorized to operate in Iowa. 4. Testing Equipment: Calibrated at reasonable intervals either by NIST or using an NIST established Measurement Assurance Program, under a laboratory measurement quality assurance program. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 CONTROL OF INSTALLATION A. Monitor QC over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Architect before proceeding. y D. Comply with specified standards as minimum quality for the work except w[We more stringen.t,, tolerances, codes, or specified requirements indicate higher standards or more preot e workmanship.` E. Have work performed by persons qualified to produce required and specified-AvalityQ' F. Verify that field measurements are as indicated on shop drawings or as instr.icted byte t manufacturer. G. Secure products in place with positive anchorage devices designed and sized_ to^withtand stresses, vibration, physical distortion, and disfigurement. 01) QUALITY REQUIREMENTS Construction Documents 01 4000 - 4 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 3.02 TOLERANCES A. Monitor fabrication and installation tolerance control of products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract Documents, request clarification from Architect before proceeding. C. Adjust products to appropriate dimensions; position before securing products in place. 3.03 TESTING AND INSPECTION A. See individual specification Sections for testing and inspection required. B. Testing Agency Duties: 1. Test samples of mixes submitted by Contractor. 2. Provide qualified personnel at site. Cooperate with Architect and Contractor in performance of services. 3. Perform specified sampling and testing of products in accordance with specified standards. 4. Ascertain compliance of materials and mixes with requirements of Contract Documents. 5. Promptly notify Architect and Contractor of observed irregularities or non-compliance of Work or products. 6. Perform additional tests and inspections required by Architect. 7. Attend preconstruction meetings and progress meetings. 8. Submit reports of all tests/inspections specified. C. Limits on Testing/Inspection Agency Authority: 1. Agency may not release, revoke, alter, or enlarge on requirements of Contract Documents. 2. Agency may not approve or accept any portion of the Work. 3. Agency may not assume any duties of Contractor. 4. Agency has no authority to stop the Work. D. Contractor Responsibilities: 1. Deliver to agency at designated location, adequate samples of materials proposed to be used that require testing, along with proposed mix designs. 2. Cooperate with laboratory personnel, and provide access to the Work and to manufacturers' facilities. 3. Provide incidental labor and facilities: a. To provide access to Work to be tested/inspected. b. To obtain and handle samples at the site or at source of Products to be tested/inspected. c. To facilitate tests/inspections. d. To provide storage and curing of test samples. 4. Notify Architect and laboratory 24 hours prior to expected time for operations requiring testing/inspection services. 5. Employ services of an independent qualified testing laboratory and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. 6. Arrange with Owner's agency and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. E. Re -testing required because of non-conformance to specified requirements shall be performed by the same agency on instructions by Architect. Costs associate with re -testing shall be paid for by Contractor by deducting testing charges from the Contract Sum by Change Order. 3.04 DEFECT ASSESSMENT A. Replace Work or portions of the Work not complying with specified requirements END OF SECTION Construction Documents 05/22/18 CJ a z �.1. Ci1,,:m, QUALITY REQUIRI A ENTQ 01m00 c,� Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA CM s�• F > ca cn QUALITY REQUIREMENTS Construction Documents 01 4000 - 6 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 01 5000 - TEMPORARY FACILITIES AND CONTROLS PART 1 GENERAL 1.01 SECTION INCLUDES A. Temporary utilities. B. Temporary Controls: Barriers, enclosures, and fencing. C. Security requirements. D. Vehicular access and parking. E. Waste removal facilities and services. 1.02 TEMPORARY UTILITIES A. Owner will provide the following: 1. Electrical power and metering, consisting of connection to existing facilities. 2. Water supply, consisting of connection to existing facilities. B. Existing facilities may be used. C. New permanent facilities may be used. D. Use trigger -operated nozzles for water hoses, to avoid waste of water. 1.03 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. 1.04 INTERIOR ENCLOSURES A. Provide temporary partitions as indicated to separate work areas from Owner -occupied areas, to prevent penetration of dust and moisture into Owner -occupied areas, and to prevent damage to existing materials and equipment. B. Construction: Framing and plywood sheet materials with closed joints and sealed edges at intersections with existing surfaces: 1.05 SECURITY A. Provide security and facilities to protect Work, existing facilities, and Owner's operations from unauthorized entry, vandalism, or theft. B. Coordinate with Owner's security program. 1.06 VEHICULAR ACCESS AND PARKING' A. Comply with regulations relating to use of streets and sidewalks, access to ernerge�4 faciIi.t es, and access for emergency vehicles. T. o� .-.. B. Provide and maintain access to fire hydrants, free of obstructions. 1.07 WASTE REMOVAL —, A. See Section 01 7419 - Construction Waste Management and Disposal, for addition requirements. B. Provide waste removal facilities and services as required to maintain the site in clean and orderly condition. C. Provide containers with lids. Remove trash from site regularly as there is limited space on site. Construction Documents TEMPORARY FACILITIES AND CONTROLS 05/22/18 01 5000 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA D. 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. 1.08 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary utilities, equipment, facilities, materials, prior to Date of Substantial Completion inspection. B. Clean and repair damage caused by installation or use of temporary work. C. Restore existing facilities used during construction to original condition. D. Restore new permanent facilities used during construction to specified condition. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION �—� --; ) TEMPORARY FACILITIES AND CONTROLS Construction Documents 01 5000 - 2 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 01 5110 - TEMPORARY DEHUMIDIFICATION, HEATING AND COOLING PART 1 GENERAL 1.01 SECTION INCLUDES A. System(s) for conditioning interior spaces during construction. 1.02 RELATED REQUIREMENTS A. Section 01 3000 - Administrative Requirements: Submittal procedures. B. Section 01 4000 - Quality Requirements. C. Section 01 5000 - Temporary Facilities and Controls. D. Section 01 5721 - Indoor Air Quality Controls. E. Section 01 6000 - Product Requirements. 1.03 ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. Coordinate the installation of temporary climate control equipment with size, location and installation of temporary utility services. a. Test electrical grounding for compliance with requirements of authorities having jurisdiction. 2. Coordinate layout and installation of temporary climate control equipment with finish trades. B. Preinstallation Meeting: Conduct a preinstallation meeting at least two weeks prior to the start of the work of this section; require attendance by all affected installers. 1.04 PERFORMANCE REQUIREMENTS A. Provide temporary facilities required by Work progress and the following: 1. Painting and coating: a. Refer to Sections 09 9000 and 09 9600 for additional requirements. b. Provide temporary climate control necessary to control condensation and maintain satisfactory conditions recommended by products manufacturers for surface preparation and coatings application and curing . c. During paint and coating application, maintain dew point temperature in the space at least 10 degrees F below temperature of surface being painted. d. When dry abrasive blasting carbon steel surfaces, maintain dew point temperature in the space at least 17 degrees F below the temperature of the surface being prepared. 1.05 QUALITY ASSURANCE A. Perform in accordance with regulatory agency standard, State of Iowa for required temporary facilities not specified herein. B. Design Standards: Follow Section 01 6000 - Product Requirements. Requirements for temporary facilities are minimum standards. Provide additional facilities as required for proper execution of Work and to meet responsibilities for protection of persons and property. C. Products Requiring Electrical Connection: Listed and classified by UL as suitable fore purpose specified and indicated. PART 2 PRODUCTS 2.01 SOURCE FOR TEMPORARY EQUIPMENT rn A. Munters: www.munters.com B. Other source specifically approved in advance by Architect; submit qualificak6rr for3—Sviewr _ C� 2.02 SYSTEM DESCRIPTION A. Defined to include heating, cooling and desiccant dehumidification equipment and e@�ociated power cable, gas lines, and temporary ducting. Construction Documents TEMPORARY DEHUMIDIFICATION, HEATING AND COOLING 05/22/18 01 5110 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA 2.03 GENERAL A. Provide products for temporary construction using equivalent type as required for permanent construction, except for products that are manufactured for that specific temporary intent and approved by Architect. B. Where materials for use in this Section are not specified or detailed, propose products in writing and obtain approval from Architect before commencing work. C. Size temporary air systems to supply outside air at a minimum of one complete air change every 120 minutes. D. Temporary units shall have a 30% filtration for outside air. 2.04 TEMPORARY HEATING UNITS A. Heaters: Heating equipment must consist of electric or indirect fired combustion only. No direct -fired space heaters or re -circulating hot water systems permitted. B. Heater Controls: Automatically turn heater off if airflow is interrupted or internal temperature of heater exceeds its design temperature or that of supply duct. PART 3 EXECUTION 3.01 GENERAL A. Modify and extend temporary facilities as required by Work progress. B. Provide weather protection and environmental controls as required to prevent damage to work, and to other property. C. Clean and repair damage caused by installation or use of temporary climate control equipment. Where disposal of soil and waste products, whether or not they are contaminated, is required, make legal dispositions off site following governing authorities' requirement. 3.02 TEMPORARY EQUIPMENT CONFIGURATION A. Size and configure temporary climate control to maintain occupied space temperatures between 40 and 80 degrees F during hours unless conditions that are more stringent are required in other sections. Relative humidity shall be maintained at or below 50% unless conditions that are more stringent are required by other Sections. B. Utilize temporary ducting to distribute conditioned air to affected areas of the building. Do not use permanent ductwork to distribute temporary conditioned air. C. Keep doors closed and cover openings to maintain a reasonably airtight envelop around space to minimize infiltration and avoid pockets of high humidity. 3.03 REMOVAL OF TEMPORARY EQUIPMENT A. Maintain temporary climate control equipment in service until Substanial Completion and successful commissioning of permanent HVAC systems. B. Completely remove temporary climate equipment from site at completion. 3.04 MAINTENANCE A. Maintain in proper operating condition until use is no longer required or as otherwiseapproved END OF SECTION p TEMPORARY DEHUMIDIFICATION, HEATING AND COOLING Construction Documents 01 5110 - 2 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 01 5719 - TEMPORARY ENVIRONMENTAL CONTROLS PART 1 GENERAL 1.01 SECTION INCLUDES A. Construction procedures to promote adequate indoor air quality after construction. 1.02 PROJECT GOALS A. Dust and Airborne Particulates: Prevent deposition of dust and other particulates in HVAC ducts and equipment. 1. Cleaning of ductwork is not contemplated under this Contract. 2. Contractor shall bear the cost of cleaning required due to failure to protect ducts and equipment from construction dust. B. Airborne Contaminants: Procedures and products have been specified to minimize indoor air pollutants. 1. Furnish products meeting the specifications. 2. Avoid construction practices that could result in contamination of installed products leading to indoor air pollution. 1.03 RELATED REQUIREMENTS A. Section 01 4000 - Quality Requirements: Testing and inspection services. 1.04 REFERENCE STANDARDS A. ASTM E779 - Standard Test Method for Determining Air Leakage Rate by Fan Pressurization; 2010. B. SMACNA (OCC) - IAQ Guidelines for Occupied Buildings Under Construction; 2007. 1.05 DEFINITIONS A. Adsorptive Materials: Gypsum board, acoustical ceiling tile and panels, carpet and carpet tile, fabrics, fibrous insulation, and other similar products. B. Contaminants: Gases, vapors, regulated pollutants, airborne mold and mildew, and the like, as specified. C. Particulates: Dust, dirt, and other airborne solid matter. D. Wet Work: Concrete, plaster, coatings, and other products that emit water vapor or volatile organic compounds during installation, drying, or curing. 1.06 QUALITY ASSURANCE A. Testing and Inspection Agency Qualifications: Independent testing agency having minimum of 5 years experience in performing the types of testing specified. PART 2 PRODUCTS 2.01 MATERIALS A. Low VOC Materials: See other sections for specific requirements for materials with low VOC content. PART 3 EXECUTION 3.01 CONSTRUCTION PROCEDURES A. Prevent the absorption of moisture and humidity by adsorptive materials by_ 1. Sequencing the delivery of such materials so that they are not preserhIn-the 4wilding, until wet work is completed and dry. CD 1 2. Delivery and storage of such materials in fully sealed moisture -impermeable packagjr; 3. Provide sufficient ventilation for drying within reasonable time frame. B. Begin construction ventilation when building is substantially enclosed.-t Construction Documents TEMPORARY ENVIRONMENTAL CONTROLS 05/22/18 01 5719 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA C. Existing building is under operation by the Owner. Temporary partitions are required for the control of particulates, dust, and noise. See Section 01 5000 - Temporary Facilities and Controls for additional requirements. D. If extremely dusty or dirty work must be conducted inside the building, shut down HVAC systems for the duration; remove dust and dirt completely before restarting systems. E. Use of HVAC equipment and ductwork for ventilation during construction is not permitted: 1. Provide temporary ventilation equivalent to 1.5 air changes per hour, minimum. 2. Exhaust directly to outside. 3. Seal HVAC air inlets and outlets immediately after duct installation. F. Do not store construction materials or waste in mechanical or electrical rooms. G. Prior to use of return air ductwork without intake filters clean up and remove dust and debris generated by construction activities. 1. Inspect duct intakes, return air grilles, and terminal units for dust. 2. Clean plenum spaces, including top sides of lay -in ceilings, outsides of ducts, tops of pipes and conduit. 3. Clean tops of doors and frames. 4. Clean mechanical and electrical rooms, including tops of pipes, ducts, and conduit, equipment, and supports. 5. Clean return plenums of air handling units. 6. Remove intake filters last, after cleaning is complete. H. Do not perform dusty or dirty work after starting use of return air ducts without intake filters. I. Use other relevant recommendations of SMACNA (OCC) for avoiding unnecessary contamination due to construction procedures. END OF SECTION w I ' � LA✓ TEMPORARY ENVIRONMENTAL CONTROLS Construction Documents 01 5719 - 2 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 01 6000 - PRODUCT REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. General product requirements. B. Transportation, handling, storage and protection. C. Post -bid substitution limitations and procedures. D. Procedures for Owner -supplied products. E. Maintenance materials, including extra materials, spare parts, tools, and software. 1.02 RELATED REQUIREMENTS A. Section 00 2613 - Pre -Bid Substitution Request Form. B. Section 01 4000 - Quality Requirements: Product quality monitoring. C. Section 01 5721 - Indoor Air Quality Controls: Requirements for installation scheduling, product storage and protection, and construction ventilation and isolation. D. Section 01 6001 - Post -Bid Substitution Request Form. E. Section 01 6116 - Volatile Organic Compound (VOC) Content Restrictions: Requirements for VOC-restricted product categories. F. Section 01 7419 - Construction Waste Management and Disposal: Waste disposal requirements potentially affecting product selection, packaging and substitutions. 1.03 DEFINITIONS A. Products: Items purchased for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent. 1. Named Products: Items identified by manufacturer's product name, including make or model number or other designation, shown or listed in manufacturer's published product literature, that is current as of date of the Contract Documents. 2. New Products: Items that have not previously been incorporated into another project or facility, except that products consisting of recycled -content materials are allowed, unless explicitly stated otherwise. Products salvaged or recycled from other projects are not considered new products. 3. Comparable Products: Items that are demonstrated and approved through submittal process, or where indicated as a product substitution, to have the indicated qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics that equal or exceed those of specified product. B. Manufacturer's Warranty: Preprinted written warranty published by individual manufacturer for a particular product and specifically endorsed by manufacturer to Owner. C. Special Warranty: Written warranty required by or incorporated into the Contract Documents, either to extend time limit provided by manufacturer's warranty or to provide more rights for Owner. D. Hazardous Substances Prohibited by Law: Including, but not limited to, any product, material, element, constituent, chemical, substance, compound, or mixture, which is defined in included under, or regulated by any environmental laws. w E. Environmental Laws: Applicable local, state, and federal laws, rules, ordinances, ccades, regulations, and requirements in effect at the time Contractor's services are redder. 1.04 SUBMITTALS k, A. See Section 01 3300 - Construction Submittals for additional information and We'iquirprentp B. Proposed Products List: Submit list of major products proposed for use, with hbm f '.... manufacturer, trade name, and model number of each product. C). 1. Submit within 15 days after date of Notice to Proceed. c. J C1 Construction Documents PRODUCT REQUIREMENTS 05/22/18 01 6000 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA 2. For products specified only by reference standards, list applicable reference standards. C. Product Data Submittals: Submit manufacturer's standard published data. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project. D. Shop Drawing Submittals: Prepared specifically for this Project; indicate utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. E. Sample Submittals: Illustrate functional and aesthetic characteristics of the product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. F. Post -Bid Substitution Requests: Submit each request for post -bid product substitution complete with properly executed form and all supporting data. See Section 01 6001 for form to be submitted with Post -Bid Substitution Requests. G. Hazardous Substances: Submit an affidavit on Contractor's company letterhead signed by an officer of the company, notarized by a notary public, which certifies compliance with the environmental laws controlling hazardous substances for the construction of this Project. 1.05 QUALITY ASSURANCE A. Compatibility of Options: If Contractor is given option of selecting between two or more products or materials for use on Project, product or material selected shall be compatible with products or materials previously selected, even if previously selected products or materials were also options. B. When Contract Documents require that installation of work shall comply with manufacturer's printed instructions, obtain and distribute copies of such instructions to parties involved in the installation, including two copies to the Architect. 1. Maintain one set of complete instructions at the job site during installation and until completion. C. Compliance: Contractor shall take whatever measures deemed necessary to ensure that all employees, suppliers, vendors, fabricators, subcontractors, or their assigns, to comply with hazardous substance requirements. 1.06 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and loss, including theft. Comply with manufacturer's written instructions. 1. Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. 3. Deliver products and materials to Project site in an undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products on delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected. 5. Store products to allow for inspection and measurement of quantity or counting of units. 6. Store products in a manner that will not endanger Project structure. 7. Store products that are subject to damage by the elements, under covet in a athertight enclosure above ground, with ventilation adequate to prevent condensation 8. Comply with product manufacturer's written instructions for temperature;-bumlloty, ventilation, and weather -protection requirements for storage. 9. Protect stored products from damage.' 1.07 PRODUCT AND MATERIAL WARRANTIES rrf A. General: Warranties specified in other Sections shall be in addition to, and. run caxi urreh +ith, other warranties required by the Contract Documents. Manufacturer's disclaimer::;and PRODUCT REQUIREMENTS Construction Documents 01 6000 - 2 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. B. General Warranty: Special warranties specified in each Section shall not deprive Owner of other rights Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by Contractor under requirements of the Contract Documents. C. Special Warranties: Prepare a written document that contains appropriate terms and identification, ready for execution. 1. Manufacturer's Standard Form: Modified to include Project -specific information and properly executed. 2. Refer to Divisions 02 through 49 Sections for specific content requirements and particular requirements for submitting special warranties. D. Submittal Time: Comply with requirements in Section 01 7700 - Closeout Procedures. PART PRODUCTS 2.01 PRODUCT SELECTIONS A. General Product Requirements: Provide products that comply with the Contract Documents, that are undamaged, and unless otherwise indicated, that are new at time of installation. 1. Provide products complete with accessories, trim, finish, fasteners, and other items needed for a complete installation and indicated use and effect. 2. If available, and unless custom products or nonstandard options are specified, provide standard products of types that have been produced and used successfully in similar situations on other projects. 3. Owner reserves the right to limit selection to products with warranties not in conflict with requirements of the Contract Documents. 4. Where products are accompanied by the term "as selected," Architect will make selection. 5. Where products are accompanied by the term "match sample," sample to be matched is Architect's. 6. Products and materials brought onto the Project Site, and products and materials incorporated into the Work, shall comply with environmental laws. B. Descriptive Specification Requirements: Where Specifications describe a product, or assembly, listing exact characteristics required, without use of a brand or trade name, provide a product, material or assembly that provides the characteristics and otherwise complies with Contract requirements. C. Performance Specification Requirements: Where Specifications require compliance with performance requirements, provide products that comply with these requirements, and are recommended by the manufacturer for the application indicated. General overall performance of a product is implied where the product or material is specified for a specific application. 1. Manufacturer's recommendations may be contained in published product literature, or by the manufacturer's certification of performance. D. Compliance with Standards, Codes, and Regulations: Where Specifications only require compliance with imposed code, standard, or regulation, select product that complies with standards, codes, or regulations specified. E. Visuai Matching Specification: Where Specifications require matching an est'ablished,$ample, select a product (and manufacturer) that complies with requirements and mahhes Ar itect's sample. Architect's decision will be final on whether a proposed product matohe. s satt�factorijy, 1. If no product available within specified category matches satisfactorily and:complies with,.. other specified requirements, comply with provisions of the Contract Documercts on "substitutions" for selection of a matching product. F. Visual Selection Specification: Where Specifications include the phrase "as selected from ..� i manufacturer's colors, patterns, textures" or a similar phrase, select a product �an6? manufacturer) that complies with other specified requirements. a cry Construction Documents PRODUCT REQUIREMENTS 05/22/18 01 6000 - 3 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA 1. Standard Range: Where Specifications include the phrase "standard range of colors, patterns, textures" or similar phrase, Architect will select color, pattern, or texture from manufacturer's product line that does not include premium items. 2. Custom Range: Where Specifications include the phrase "custom range of colors, patterns, textures" or similar phrase, Architect will select color, pattern, or texture from manufacturer's product line that includes both standard and premium items. 3. Special Custom Range: Where Specifications include the phrase "special custom range of colors patterns, textures" or similar phrase, Architect will select a new color, pattern, or texture different from those normally produced by the manufacturer. 2.02 PRODUCT OPTIONS A. Basis of Design (Product Standard) Specification: Where a specific manufacturer's product is named and accompanied by the words "Basis of Design," including make or model number or other designation, it is intended to establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other named manufacturers. B. Other named manufacturers listed as "Acceptable Manufacturers" or "Other Acceptable Manufacturers" have been listed because they have implied compliance with requirements of the "Basis of Design" manufacturer and product. Listed "Acceptable Manufacturers" or "Other Acceptable Manufacturers" are not considered "Substitutions," and therefore, are not required to be submitted as such. However, costs, including professional service fees for changes or modifications to adjacent, contiguous, surrounding, supporting, or otherwise related areas, portions or parts of Project which are required to accommodate products and materials of "Acceptable Manufacturers" or "Other Acceptable Manufacturers" for complete, proper and functional installation, in lieu of specified "Basis of Design" manufacturer and product shall be borne or paid by Contractor. C. For products specified by naming several "Manufacturers" of "Acceptable Manufacturers," select one of the products or manufacturers named, which comply with the Contract Documents. Requests for manufacturer's products not listed must be submitted as "Substitutions." D. For products specified by naming only one product or manufacturer, Contractor must submit request as for substitutions for products or manufacturers not specifically named. E. For products specified by naming only one product and manufacturer and indicated as "No Substitutions," there is no option. F. For products specified only by reference standard, select any product meeting that standard. 2.03 NEW PRODUCTS A. Provide new products unless specifically required or permitted by Contract Documents. w f tT''+p � rr ►� c J u_1� PRODUCT REQUIREMENTS Construction Documents 01 6000 - 4 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 B. Use of products having any of the following characteristics is not permitted: 1. Made using or containing CFC's or HCFC's. 2. Made of wood from newly cut old growth timber. C. Where other criteria are met, Contractor shall give preference to products that: 1. If used on interior, have lower emissions, as defined in Section 01 6116. 2. If wet -applied, have lower VOC content, as defined in Section 01 6116. 3. Are extracted, harvested, and/or manufactured closer to the location of the project. 4. Have longer documented life span under normal use. 5. Result in less construction waste. See Section 01 7419 6. Are made of vegetable materials that are rapidly renewable. 2.04 POST -BID SUBSTITUTIONS A. Bids shall be based upon providing specified materials, products, Acceptable Manufacturers, organizations, and applications; as identified in these Contract Documents. B. Contractor's requests for Post -Bid Substitution will oI be received and considered by Architect when one or more of following conditions are satisfied, as determined by Architect; otherwise requests will be returned without action except to record noncompliance with these requirements: 1. Specified product or method of construction cannot be provided within Contract Time. Request will not be considered if specified product or method cannot be provided as result of failure to pursue Work promptly or coordinate activities properly. 2. Specified product or method of construction cannot receive necessary approval by governing authority, and requested substitution can be approved. 3. Substantial advantage is offered to Owner, in terms of cost, time, energy conservation, or other considerations, after deducting additional responsibilities Owner must assume. Additional responsibilities for Owner may include compensation to Architect for redesign and evaluation services, increased cost of other construction by Owner, and similar considerations. 4. Specified product or method of construction cannot be provided in manner that is compatible with other materials, and where Contractor certifies that substitution will overcome incompatibility. 5. Specified product or method of construction cannot be coordinated with other materials, and where Contractor certifies that proposed substitution can be coordinated. 6. Specified product or method of construction cannot provide warranty required by Contract Documents and where Contractor certifies that proposed substitution provide required warranty. C. Burden of proof of equality rests solely with Contractor. D. By making request for Post -Bid Substitution, Contractor: 1. Represents and warrants that Contractor has personally investigated proposed substitution product and determined that it is equal to or superior in all respects to that product specified; 2. Represents and warrants that Contractor will provide same warranties or bonds for substitution that Contractor would for that product specified; 3. Certifies that cost data presented is complete and includes all related costs under this Contract except for Architect's redesign cost, and waives all claims for additional.Gosts and time extension related to substitution which may subsequently become apparer 4. Will coordinate installation of accepted substitute, making such other ch"nges as,.may bq, required to make Work complete in all respects; 5. Agrees to pay the cost of testing required for analysis of proposed PosV8kJ Substitutiob .at testing agency selected and approved by Architect; Cn Construction Documents PRODUCT REQUIREMENTS 05/22/18 01 6000 - 5 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA 6. Warrants that substituted material or system will perform same as original specified material or system would have performed. Should accepted Post -Bid Substitution fail to perform as required, Contractor shall replace substitute material or system with that specified and bear costs incurred thereby; and 7. Represents and warrants that Contractor will be responsible to make necessary adjustments in Work which may be affected as result of substitution at no additional cost. E. Post -Bid Substitutions will not be considered when they are indicated or implied on Shop Drawing or Product Data submittals, without separate written request, or when acceptance will require extensive revisions to the Contract Documents. F. Contractor's submittal and Architect's acceptance of Shop Drawings, Product Data, or Samples for construction activities not complying with Contract Documents does not constitute an acceptable or valid request for Post -Bid Substitution, nor does it constitute approval. G. Proposed Post -Bid Substitutions shall meet the general intent of Contract Documents and shall be made in accordance with Article 3.4.2 of the General Conditions. All requests for Post -Bid Substitutions shall be timely, fully documented, and properly submitted using Section 01 6001 - Post -Bid Substitution Request Form. H. Post -Bid Substitution Request Procedures: 1. Submit separate request for each Post -Bid Substitution supported with complete data, technical literature, drawings, and samples as appropriate, including: a. Comparison of qualities of proposed substitution with that specified. (Submit data for both products); b. Changes required in other elements of Work because of substitution; c. Effect on construction schedule; d. Cost data comparing proposed substitution with Product specified; e. Required license fees or royalties; f. Availability of maintenance service and source of replacement materials; g. List of appropriate installations. I. Architect will review requests for Post -Bid Substitutions with reasonable promptness, and notify Contractor, in writing, of decision to accept or reject requested substitution. J. Owner and Architect reserve right to accept or reject proposed Post -Bid Substitutions. Each request shall state amount of savings to Owner, if substitution is accepted. Acceptance of proposed Post -Bid Substitution does not constitute approval or inclusion in Architect's and Consultant's Documents. Pay applications certification, change orders, and certificate of substantial completion will contain such qualification. 2.05 MAINTENANCE MATERIALS A. Furnish extra materials, spare parts, tools, and software of types and in quantities specified in individual specification sections. B. Deliver to Project site; obtain receipt prior to final payment. PART 3 EXECUTION 3.01 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 out,�de of packaging. W C. Coordinate schedule of product delivery to designated prepared areas in or& to mill4nize 'site^ storage time and potential damage to stored materials. D. Transport and handle products in accordance with manufacturer's instructions. G, v E. Transport materials in covered trucks to prevent contamination of product ands littering of surrounding areas. a PRODUCT REQUIREMENTS Construction Documents 01 6000 - 6 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 F. Promptly inspect shipments to ensure that products comply with requirements, quantities are correct, and products are undamaged. G. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage, and to minimize handling. H. Arrange for the return of packing materials, such as wood pallets, where economically feasible. 3.02 STORAGE AND PROTECTION A. Designate receiving/storage areas for incoming products so that they are delivered according to installation schedule and placed convenient to work area in order to minimize waste due to excessive materials handling and misapplication. See Section 01 7419. B. Store and protect products in accordance with manufacturers' instructions. C. Store with seals and labels intact and legible. D. Store sensitive products in weathertight, climate -controlled enclosures in an environment favorable to product. E. For exterior storage of fabricated products, place on sloped supports above ground. F. Provide bonded off -site storage and protection when site does not permit on -site storage or protection. G. Protect products from damage or deterioration due to construction operations, weather, precipitation, humidity, temperature, sunlight and ultraviolet light, dirt, dust, and other contaminants. H. Comply with manufacturer's warranty conditions, if any. I. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to prevent condensation and degradation of products. J. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. K. Prevent contact with material that may cause corrosion, discoloration, or staining. L. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. M. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. 3.03 GENERAL INSTALLATION PROVISIONS A. Comply with manufacturer's installation instructions and recommendations, to the extent that those instructions and recommendations are more explicit or stringent than requirements contained in Contract Documents. B. Provide attachment and connection devices and methods necessary for securing Work. Secure Work true to line and level. Allow for expansion and building movement. C. Provide uniform joint widths in exposed Work. Arrange joints in exposed Work to obtain the best visual effect. Refer questionable choices to the Architect for final decision. Fit exposed connections together to form hairline joints. D. Recheck measurements and dimensions, before starting each installation. E. Install each component during weather conditions and Project status that will ensure the best possible results. Isolate each part of the completed construction from incompatible prcluct or material as necessary to prevent deterioration. F. Where mounting heights are not indicated, install individual components at standard rneunting ° heights recognized within the industry for the particular application indicated. Refer questionable mounting height decisions to the Architect for final decision. G. Handle, install, connect, clean, condition, and adjust products and materials in accordzrfce WO j manufacturer's instructions and in conformity with specified requirements. Construction Documents PRODUCT REQUIREMENTS 05/22/18 01 6000 - 7 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA 1. Should job conditions or specified requirements conflict with manufacturer's instructions, consult with manufacturer for further instructions. 2. Do not proceed with work without clear instructions. H. Perform work in accordance with manufacturer's instructions. Do not omit any preparatory step or installation procedure unless specifically modified or exempted by Contract Documents. I. Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. 3.04 RESTRICTION OF HAZARDOUS SUBSTANCES A. Contractor agrees that it shall not knowingly after reasonable diligence and effort, incorporate into the Work any hazardous substance other than as may be lawfully contained within products, except in accordance with applicable environmental laws. Further, in performing any of its obligations hereunder, Contractor shall not cause any release of hazardous substances into, or contamination of, the environment, including soil, the atmosphere, any watercourse or ground water, except in accordance with applicable environmental laws. In the event that Contractor engages in any of the activities prohibited in this paragraph, to the fullest extent permitted by law, Contractor hereby indemnifies and holds harmless Owner and its partners, members, officers, directors, agents, employees and consultants from and against any and all claims, damages, losses, causes of action, suits and liabilities of every kind, including, but not limited to, expenses of litigation, court costs, punitive damages, and attorney's fees arising out of, incidental to or resulting from the activities prohibited. B. In the event Contractor observes on the Project Site any substance which Contractor reasonably believes to be a hazardous substance, and which is being introduced into the Work or exists on the Project Site in a manner violative of any applicable environmental laws, Contractor shall immediately notify Owner and report the condition to Owner in writing. The Work in the affected area shall not thereafter be resumed except by written authorization of Owner if in fact a hazardous substance has been encountered and has not been rendered harmless. In the event that Contractor fails to give Owner proper notification hereunder, upon knowingly observing a hazardous substance at the Project Site, to the fullest extent permitted by the law, Contractor hereby indemnifies and holds harmless Owner, and all of its partners, members, officers, directors, agents, employees and consultants from and against all claims, damages, losses, causes of action, suits and liabilities of every kind, including, but not limited to, expenses of litigation, court costs, punitive damages, and attorneys' fees arising out of, incidental to, or resulting from Contractor's failure to stop the Work. C. If Owner believes that hazardous substances may have been located, generated, manufactured, used, or disposed of on or about the Project Site by Contractor or any of its employees, agents, subcontractors, suppliers, or invitees, Owner may have environmental studies of the Project Site conducted as it deems appropriate, and Contractor shall be responsible for the cost of such studies to the extent that Contractor or any of its employees, agents, subcontractors, suppliers or invitees are responsible for the presence of any hazardous substances. END OF SECTION CM r r! M r-r, _� r PRODUCT REQUIREMENTS Construction Documents 01 6000 - 8 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 01 6116 - VOLATILE ORGANIC COMPOUND (VOC) CONTENT RESTRICTIONS PART 1 GENERAL 1.01 SECTION INCLUDES A. Requirements for Indoor -Emissions -Restricted products. B. Requirements for VOC-Content-Restricted products. C. VOC restrictions for product categories listed below under "DEFINITIONS." D. All products of each category that are installed in the project must comply; Owner's project goals do not allow for partial compliance. 1.02 RELATED REQUIREMENTS A. Section 01 3000 - Administrative Requirements: Submittal procedures. B. Section 01 4000 - Quality Requirements: Procedures for testing and certifications. C. Section 01 5719 - Temporary Environmental Controls: Procedures and testing. D. Section 01 6000 - PRODUCT REQUIREMENTS: Fundamental product requirements, substitutions and product options, delivery, storage, and handling. 1.03 DEFINITIONS A. Indoor -Emissions -Restricted Products: All products in the following product categories, whether specified or not: B. VOC-Content-Restricted Products: All products in the following product categories, whether specified or not: 1. Interior paints and coatings applied on site. 2. Interior adhesives and sealants applied on site, including flooring adhesives. C. VOC-Restricted Products: All products of each of the following categories when installed or applied on -site in the building interior: 1. Adhesives, sealants, and sealer coatings. 2. Fire Proofing. D. Interior of Building: Anywhere inside the exterior weather barrier. E. Adhesives: All gunnable, trowelable, liquid -applied, and aerosol adhesives, whether specified or not; including flooring adhesives, resilient base adhesives, and pipe jointing adhesives. F. Sealants: All gunnable, trowelable, and liquid -applied joint sealants and sealant primers, whether specified or not; including firestopping sealants and duct joint sealers. G. Inherently Non -Emitting Materials: Products composed wholly of minerals or metals, unless they include organic -based surface coatings, binders, or sealants; and specifically the following: 1. Concrete. 2. Clay brick. 3. Metals that are plated, anodized, or powder -coated. 4. Glass. 5. Ceramics. 6. Solid wood flooring that is unfinished and untreated. 1.04 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 D3960 - Standard Practice for Determining Volatile Organic Compound {VOG}Content of Paints and Related Coatings; 2005 (Reapproved 2013). C. CAL (CHPS LEM) - Low -Emitting Materials Product List; California Collaborative for7!Jigh Performance Schools (CHPS); current edition at www.chps.net/. Ca J, . Construction Documents VOLATILE ORGANIC COMPOUND (VOC) CONTENT RESTRICTIONS 05/22/18 i01 6116 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA D. CAL (CDPH SM) - Standard Method for the Testing and Evaluation of Volatile Organic Chemical Emissions From Indoor Sources Using Environmental Chambers; California Department of Public Health; v1.1, 2010. E. CARB (SCM) - Suggested Control Measure for Architectural Coatings; California Air Resources Board; 2007. F. CRI (GLP) - Green Label Plus Testing Program - Certified Products; www.carpet-rug.org; current edition. G. GreenSeal GS-36 - Commercial Adhesives; 2011. H. SCAQMD 1113 - South Coast Air Quality Management District Rule No.1113; current edition. 1. GreenSeal GS-11 - Paints, 1st Edition, May 20, 1993. J. CreenSeal GC-03 - Anti -Corrosive Paints, 2nd edition, January 7, 1997. K. SCAQMD 1168 - South Coast Air Quality Management District Rule No.1168; current edition. L. SCAQMD 1113- South Coast Air Quality Management District Rule No. 1168; January 1, 2004 rules. M. SCS (CPD) - SCS Certified Products; current listings at www.scscertified.com. 1.05 SUBMITTALS A. See Section 01 3000 - Administrative Requirements for submitta! procedures. B. Evidence of Compliance: Submit for each different product in each applicable category. C. Product Data: For each VOC-restricted product used in the project, submit evidence of compliance. D. Installer Certifications for Accessory Materials: Require each installer of any type of product (not just the products for which VOC restrictions are specified) to certify that either: 1.06 QUALITY ASSURANCE A. VOC Content Test Method: 40 CFR 59, Subpart D (EPA Method 24), or ASTM D3960, unless otherwise indicated. 1. Evidence of Compliance: Acceptable types of evidence are: a. Report of laboratory testing performed in accordance with requirements. B. Testing Agency Qualifications: Independent firm specializing in performing testing and inspections of the type specified in this section. 1.07 QUALITY ASSURANCE A. Testing Agency Qualifications: Independent firm specializing in performing testing and inspections of the type specified in this section. PART 2 PRODUCTS 2.01 MATERIALS A. All Products: Comply with the most stringent of federal, State, and local requirements, or these specifications. B. VOC-Content-Restricted Products: VOC content not greater than required by the following: 1. Adhesives, Including Flooring Adhesives: SCAQMD 1168 Rule. 2. Joint Sealants: SCAQMD 1168 Rule. '•" 3. Paints and Coatings: Each color; most stringent of the following: a. 40 CFR 59, Subpart D. > ---j b. SCAQMD 1113 Rule. n� CM c. CARB (SCM).71 C. All VOC-Restricted Products: Provide products having VOC content of types -and vcAfte npt—,,, greater than those specified in State of California Department of Health Services'Staiaalard `-• y Practice for the Testing of Volatile Organic Emissions From Various Sources' Using mall -Scale Environmental Chambers. _J VOLATILE ORGANIC COMPOUND (VOC) CONTENT RESTRICTIONS Construction Documents 01 6116 - 2 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 1. Evidence of Compliance: Acceptable types of evidence are: a. Current GREENGUARD Children & Schools certification; www.greenguard.org. b. Current Carpet and Rug Institute Green Label Plus certification; www.carpet-rug.org. c. Current SCS Floorscore certification; www.scscertified.com. d. Current SCS Indoor Advantage Gold certification; www.scscertified.com. e. Product listing in the CHPS Low -Emitting Materials Product List at www.chps.net/manual/lem_table.htm. f. Current certification by any other agencies acceptable to CHPS. g. Report of laboratory testing performed in accordance with CHPS requirements for getting a product listed in the Low -Emitting Materials Product List; report must include laboratory's statement that the product meets the specified criteria. 2. Exception: The product categories listed below are not required to comply with this requirement. D. Adhesives and Joint Sealants: Provide only products having volatile organic compound (VOC) content not greater than required by South Coast Air Quality Management District Rule No.1168. 1. Evidence of Compliance: Acceptable types of evidence are: a. Report of laboratory testing performed in accordance with requirements. b. Published product data showing compliance with requirements. c. Certification by manufacturer that product complies with requirements. E. Aerosol Adhesives: Provide only products having volatile organic compound (VOC) content not greater than required by GreenSeal GS-36. 1. Evidence of Compliance: Acceptable types of evidence are: a. Current GreenSeal Certification. b. Published product data showing compliance with requirements. F. Paints and Coatings: 1. Provide coatings that comply with the most stringent requirements specified in the following: a. VOC content limits established in Green Seal Standard GS-11, Paints, 1 st Edition, May 20, 1993 for architectural paints and coatings. b. VOC content limit established in Green Seal Standard GC-03, Anti -Corrosive Paints, 2nd Edition January 7, 1997 for Anti- corrosive and anti- rust paints. c. VOC content limit established in SCAQMD Rule 1113, Architectural Coatings in effect January 1, 2004 for clear wood finishes, floor coatings, stains, primers, and shellacs. 2. Determination of VOC Content: CAL (VOC) - Standard Practice for the Testing of Volatile Organic Emissions From Various Sources Using Small -Scale Environmental Chambers (including Addendum 2004-01); State of California Department of Health Services; 2004. exclusive of colorants added to a tint base and water added at project site; or other method acceptable to authorities having jurisdiction. 3. Evidence of Compliance: Acceptable types of evidence are: a. Report of laboratory testing performed in accordance with requirements. G. Carpet Tile and Adhesive: Provide products having VOC content not greater than that required for CRI Green Label Plus certification. 1. Evidence of Compliance: Acceptable types of evidence are: a. Current Green Label Plus Certification. .,, b. Report of laboratory testing performed in accordance with requirements H. Ceiling and Wall Systems iy A 1. Systems include all gypsum board, insulation, acoustical ceiling systerba and III coverings installed in the building interior 2. Provide products that meet the testing and product requirements of CAt_ (VOC�'� Standard Practice for the Testing of Volatile Organic Emissions From Various Sources &;&Ing Small -Scale Environmental Chambers (including Addendum 2004-01); State ofCalifornia Department of Health Services; 2004. Construction Documents VOLATILE ORGANIC COMPOUND (VOC) CONTENT RESTRICTIONS 05/22/18 01 6116 - 3 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA PART 3 EXECUTION 3.01 FIELD QUALITY CONTROL A. Owner reserves the right to reject non -compliant products, whether installed or not, and require their removal and replacement with compliant products at no extra cost to Owner. B. Additional costs to restore indoor air quality due to installation of non -compliant products will be borne by Contractor. END OF SECTION > .. , `- -' � W VOLATILE ORGANIC COMPOUND (VOC) CONTENT RESTRICTIONS Construction Documents 01 6116 - 4 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 01 7300 - EXECUTION REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Examination, preparation, and general installation procedures. B. Requirements for alterations work, including selective demolition, except removal, disposal, and/or remediation of hazardous materials and toxic substances. C. Cutting and patching. D. Cleaning and protection. E. Starting of systems and equipment. 1.02 DEFINITIONS A. Cutting: Removal of existing construction necessary to permit installation or performance of other Work. B. Patching: Fitting and repair work required to restore surfaces to original conditions after installation of other Work. 1.03 RELATED SECTIONS A. Section 01 4000 - Quality Requirements: Testing and inspection procedures. B. Section 01 5000 - Temporary Facilities and Controls: Temporary exterior enclosures temporary interior partitions. C. Section 01 7419 - Construction Waste Management and Disposal: Additional procedures for trash/waste removal, recycling, salvage, and reuse. D. Section 01 7700 - Closeout Procedures: Closeout procedures related to achieving Substantial Completion and Final Completion of the Work. E. Section 02 4100 - Demolition: Selective demolition of existing building and site elements. F. Individual Product Specification Sections: Advance notification to other Sections of openings required in work of those Sections. 1.04 SUBMITTALS A. See Section 01 3300 - Construction Submittals for submittal procedures. B. Cutting and Patching: Submit written request in advance of cutting or alteration which affects: 1. Structural integrity of any element of Project. 2. Integrity of weather exposed or moisture -resistant element. 3. Efficiency, maintenance, or safety of any operational element. 4. Visual qualities of sight exposed elements. C. Project Record Documents: Accurately record actual locations of capped and active utilities. 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. B. Provide temporary facilities/systems for conditioning interior spaces as required by Work progress and the following: 1. Curing of Concrete Slabs: Refer to Division 03 Sections for additional requirements. a. Refer to Division 03 Sections 03 3000 for additional requirements. b. Concrete slabs shall be properly cured and at least 45 days old kietore beginning aggressive drying. 6=' c. Provide temporary climate control necessary to remove excess moi�ture�and reduce emmission rate to levels acceptable to finish flooring manufacturers., d. During slab drying, maintain relative humidity below 40 percent +6fh.sa humidity io below 30 grains per lb of air. x a� Construction Documents EXECUTION REQUIREMENTS 05/22/18 01 7300 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA e. Allow for moisture testing of the slab to be performed at least 60 days prior to installation of floor coverings to permit sufficient drying time should excessive moisture levels exist. 2. Temporary climate control necessary to maintain satisfactory conditions recommended by products manufacturers for proper installation, application and curing of specified products. C. Dust Control: Execute work by methods to minimize raising dust from construction operations. Provide positive means to prevent air -borne dust from dispersing into atmosphere. D. Noise Control: Provide methods, means, and facilities to minimize noise produced by construction operations. E. Pest Control: Provide methods, means, and facilities to prevent pests and insects from damaging the work. F. Rodent Control: Provide methods, means, and facilities to prevent rodents from accessing or invading premises. G. Pollution Control: Provide methods, means, and facilities to prevent contamination of soil, water, and atmosphere from discharge of noxious, toxic substances, and pollutants produced by construction operations. 1.06 COORDINATION A. See Section 01 1000 - Summary for occupancy -related requirements. B. Coordinate scheduling, submittals, and work of the various Specification Sections of the Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements. C. Notify affected utility companies and comply with their requirements. D. Verify that utility requirements and characteristics of new operating equipment are compatible with building utilities. Coordinate work of various Specification Sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. E. Coordinate space requirements, supports, and installation of mechanical and electrical Work which are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with lines of building. Utilize -spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. F. In finished areas except as otherwise indicated, conceal pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish elements. G. Coordinate completion and clean-up of work of separate Specification Sections. H. After Owner occupancy of premises, coordinate access to site for correction of defective work and work not in accordance with Contract Documents, to minimize disruption of Owner's activities. PART PRODUCTS 2.01 PATCHING MATERIALS A. New Materials: As specified in Specification Sections; match existing products and work for patching and extending work. B. Type and Quality of Existing Products: Determine by inspecting and testing products where necessary, referring to existing work as a standard. C. For exposed surfaces, use materials that visually match existing adjacent surfaces t2 he fullest extent possible. 1. If identical materials are unavailable or cannot be used, use materials that; Wh'installdd will match the visual and functional performance of existing materials. vl #W,.... D. Post -Bid Substitutions: For any proposed change in materials, submit request �r post -bid substitutions as described in Section 01 6000 - Product Requirements. =`rat" w.; y-A =� °� b EXECUTION REQUIREMENTS Construction Documents 01 7300 - 2 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 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. D. Take field measurements before confirming product orders or beginning fabrication, to minimize waste due to over -ordering or misfabrication. E. Verify that utility services are available, of the correct characteristics, and in the correct locations. F. Prior to Cutting: Examine existing conditions prior to commencing Work, including elements subject to damage or movement during cutting and patching. After uncovering existing work, assess conditions affecting performance of Work. Beginning of cutting or patching means acceptance of existing conditions. 3.02 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 3.03 GENERAL INSTALLATION REQUIREMENTS A. Install products as specified in individual Specification Sections, in accordance with manufacturer's instructions and recommendations, and so as to avoid waste due to necessity for replacement. B. Make vertical elements plumb and horizontal elements level, unless otherwise indicated. C. Install equipment and fittings plumb and level, neatly aligned with adjacent vertical and horizontal lines, unless otherwise indicated. D. Make consistent texture on surfaces, with seamless transitions, unless otherwise indicated. E. Make neat transitions between different surfaces, maintaining texture and appearance. 3.04 ALTERATIONS A. Drawings showing existing construction and utilities are based on casual field observation and existing record documents only. 1. Verify that construction and utility arrangements are as shown. 2. Report discrepancies to Architect before disturbing existing installation. 3. Beginning of alterations work constitutes acceptance of existing conditions. B. Separate areas in which alterations are being conducted from other areas that are still occupied. 1. Provide, erect, and maintain temporary dustproof partitions of construction specified in Section 01, 5000 in locations indicated on drawings. 2. Provide sound retardant partitions of construction indicated on drawings 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. 1. Where openings in exterior enclosure exist, provide construction to make exter'@r enclosure weatherproof. 2. Insulate existing ducts or pipes that are exposed to outdoor ambient temperOtur.4s by w~"" alterations work. D. Remove existing work as indicated and as required to accomplish new work. Construction Documents EXECUTION REQLfi EMENTS 05/22/18 01 7300 - 3 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA 1. Remove rotted wood, corroded metals, and deteriorated masonry and concrete; replace with new construction specified. 2. Remove items indicated on drawings. 3. Relocate items indicated on drawings. 4. Where new surface finishes are to be applied to existing work, perform removals, patch, and prepare existing surfaces as required to receive new finish; remove existing finish if necessary for successful application of new finish. 5. Where new surface finishes are not specified or indicated, patch holes and damaged surfaces to match adjacent finished surfaces as closely as possible. E. Services (Including but not limited to HVAC, Electrical, and Telecommunications): Remove, relocate, and extend existing systems to accommodate new construction. 1. Maintain existing active systems that are to remain in operation; maintain access to equipment and operational components; if necessary, modify installation to allow access or provide access panel. 2. Where existing systems or equipment are not active and Contract Documents require reactivation, put back into operational condition; repair supply, distribution, and equipment as required. 3. 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. a. Disable existing systems only to make switchovers and connections; minimize duration of outages. b. See Section 01 1000 - Summary, for other limitations on outages and required notifications. c. Provide temporary connections as required to maintain existing systems in service. 4. Verify that abandoned services serve only abandoned facilities. 5. 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; patch holes left by removal using materials specified for new construction. 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. 4. Patch as specified for patching new work. G. Adapt existing work to fit new work: 1. When existing finished surfaces are cut so that a smooth transition with new work is not possible, terminate existing surface along a straight line at a natural line of division and make recommendation to Architect. 2. Where removal of partitions or walls results in adjacent spaces becoming one, rework floors, walls, and ceilings to a smooth plane without breaks, steps, or bulkheads. H. Refinish existing surfaces as indicated: 1. Where rooms or spaces are indicated to be refinished, refinish all visible existing surfaces to remain to the specified condition for each material, with a neat transition to adjacent finishes. 2. If mechanical or electrical work is exposed accidentally during the work, re-cover and refinish to match. 3. Patch as specified for patching new work. I. Clean existing systems and equipment. w; w J. Remove demolition debris and abandoned items from alterations areas and legally cbposapf _ off -site; do not burn or bury. -; K. Do not begin new construction in alterations areas before demolition is comQ106h. L. Comply with all other applicable requirements of this section. : Cr— EXECUTION REQUIREMENTS ConsfMctid�?DocJ�rts 01 7300 - 4 J 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 3.05 CUTTING AND PATCHING A. Execute cutting and patching to complete the Work, to uncover Work in order to install improperly sequenced Work, to remove and replace defective or non -conforming Work, to remove samples of installed Work for testing when requested, to provide openings in the Work for penetration of mechanical and electrical Work, to execute patching to complement adjacent Work, and to fit products together to integrate with other Work. B. Execute Work by methods to avoid damage to other Work, and which will provide appropriate surfaces to receive patching and finishing. C. Employ skilled and experienced installer to perform cutting for weather exposed and moisture resistant elements, and sight exposed surfaces. D. Cut rigid materials using masonry saw or core drill. Sawcut existing concrete, terrazzo, and masonry for clean straight lines. Pneumatic tools not allowed without prior approval. E. Restore Work with new products in accordance with requirements of Contract Documents. F. Fit Work air tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. G. At penetrations of fire rated walls, partitions, ceiling, or floor construction, completely seal voids with fire rated material in accordance with Section 07 8400 to full thickness of the penetrated element. Patch fire rated assemblies with materials to match existing and maintain assembly fire rating. H. Refinish surfaces to match adjacent finish. For continuous surfaces, refinish to nearest intersection or natural break. For an assembly, refinish entire unit. I. Make neat transitions. Patch work to match adjacent work in texture and appearance. y �.w - ' r- �F1t J C5 J Construction Documents EXECUTION REQUIREMENTS 05/22/18 01 7300 - 5 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA J. Patch or replace surfaces that are damaged, lifted, discolored, or showing other imperfections due to patching Work. Repair substrate prior to patching finish. Finish patches to produce uniform finish and texture over entire area. When finish cannot be matched, refinish entire surface to nearest intersections. K. Floors and Walls: Where walls or partitions that are removed extend one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform finish, color, texture, and appearance. Remove existing floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. 1. Where patching occurs in a painted surface, apply primer and intermediate paint coats over the patch and apply final paint coat over entire unbroken surface containing the patch. Provide additional coats until patch blends with adjacent surfaces. L. Ceilings: Patch, repair, or rehang existing ceilings as necessary to provide an even -plane surface of uniform appearance. M. Exterior Building Enclosure: Patch components in a manner that restores enclosure, including roof, to a weathertight condition. 3.06 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 plastic coverings if possible. 3.08 STARTING SYSTEMS ; y A. Coordinate schedule for start-up of various equipment and systems. f -" B. Notify Architect and owner seven days prior to start-up of each item. C. Verify that each piece of equipment or system has been checked for proper -lubrication, drive, rotation, belt tension, control sequence, and for conditions which may cause tlarnaF D. Verify tests, meter readings, and specified electrical characteristics agree \M01hose 3equire i y the equipment or system manufacturer. ; E. Verify that wiring and support components for equipment are complete and tested.,-_,) F. Execute start-up under supervision of applicable Contractor personnel and manufacturer's representative in accordance with manufacturers' instructions. EXECUTION REQUIREMENTS Construction Documents 01 7300 - 6 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 G. When specified in individual Specification Sections, require manufacturer to provide authorized representative to be present at site to inspect, check, and approve equipment or system installation prior to start-up, and to supervise placing equipment or system in operation. H. Submit a written report that equipment or system has been properly installed and is functioning correctly. 3.09 ADJUSTING A. Adjust operating products and equipment to ensure smooth and unhindered operation. 3.10 FINAL CLEANING A. Execute final cleaning prior to final project assessment. 1. Clean areas to be occupied by Owner prior to final completion before Owner occupancy. B. Use cleaning materials that are nonhazardous. C. Clean interior and exterior glass, surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces. D. Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the surface and material being cleaned. E. Clean site; sweep paved areas, rake clean landscaped surfaces. F. Remove waste, surplus materials, trash/rubbish, and construction facilities from the site; dispose of in legal manner; do not burn or bury. 3.11 CLOSEOUT PROCEDURES A. Refer to Section 01 7700 - Closeout Procedures. B. Make submittals that are required by governing or other authorities. 1. Provide copies to Architect. 2. Provide copies to Owner. C. Notify Architect when Work is considered ready for Substantial Completion. D. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Architect's review. E. Owner will occupy all of the building as specified in Section 01 1000 - Summary. F. Correct items of Work listed in executed Certificates of Substantial Completion and comply with requirements for access to Owner -occupied areas. G. Notify Architect when Work is considered finally complete. H. Complete items of Work determined by Architect's final inspection. 3.12 MAINTENANCE SERVICE A. Furnish service and maintenance of components indicated in Specification Sections for one year from date of Substantial Completion. B. Examine system components at a frequency consistent with reliable operation. Clean, adjust, and lubricate as required. C. Include systematic examination, adjustment, and lubrication of components. Repair or replace parts whenever required. Use parts produced by the manufacturer of the original cgmponent. D. Maintenance service shall not be assigned or transferred to any agent or SubcontrKtor without prior written consent of the Owner. - END OF SECTION] ---iC3 Cn r° ya Construction Documents EXECUTION REQUIREMENTS 05/22/18 01 7300 - 7 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA 5 CP s� EXECUTION REQUIREMENTS Construction Documents 01 7300 - 8 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 01 7419 - CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL PART 1 GENERAL 1.01 WASTE MANAGEMENT REQUIREMENTS A. Owner requires that this project generate the least amount of trash and waste possible. B. Employ processes that ensure the generation of as little waste as possible due to error, poor planning, breakage, mishandling, contamination, or other factors. C. Minimize trash/waste disposal in landfills; reuse, salvage, or recycle as much waste as economically feasible. D. Required Recycling, Salvage, and Reuse: The following may not be disposed of in landfills or by incineration: 1. Aluminum and plastic beverage containers. 2. Corrugated cardboard. 3. Wood pallets. 4. Clean dimensional wood. 5. Land clearing debris, including brush, branches, logs, and stumps; see Section 31 1000 - Site Clearing for use options. 6. Concrete masonry units: May be used on project if whole, or crushed and used as sub -base material or fill. 7. Metals, including packaging banding, metal studs, sheet metal, structural steel, piping, reinforcing bars, door frames, and other items made of steel, iron, galvanized steel, stainless steel, aluminum, copper, zinc, lead, brass, and bronze. 8. Glass. 9. Gypsum drywall and plaster. E. Methods of trash/waste disposal that are not acceptable are: 1. Burning on the project site. 2. Burying on the project site. 3. Dumping or burying on other property, public or private. 4. Other illegal dumping or burying. F. Regulatory Requirements: Contractor is responsible for knowing and complying with regulatory requirements, including but not limited to Federal, state and local requirements, pertaining to legal disposal of all construction and demolition waste materials. 1.02 RELATED REQUIREMENTS A. Section 01 2500 - Substitution Procedures. B. Section 01 3000 - Administrative Requirements: Additional requirements for project meetings, reports, submittal procedures, and project documentation. C. Section 01 5000 - Temporary Facilities and Controls: Additional requirements related to trash/waste collection and removal facilities and services. D. Section 01 6000 - PRODUCT REQUIREMENTS: Waste prevention requirements related to product substitutions. E. Section 01 6000 PRODUCT REQUIREMENTS: Waste prevention requirements related to delivery, storage, and handling. F. Section 01 7000 - Execution and Closeout Requirements: Trash/waste pre�6ntion procedures related to demolition, cutting and patching, installation, protection, and cleaning., 1.03 DEFINITIONS A. Clean: Untreated and unpainted; not contaminated with oils, solvents, caulk,rrrr the like. B. Construction and Demolition Waste: Solid wastes typically including building matetiads, packaging, trash, debris, and rubble resulting from construction, remodeling:; repaiE3nd demolition operations. Construction Documents CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 05/22/18 01 7419 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA C. Hazardous: Exhibiting the characteristics of hazardous substances, i.e., ignitibility, corrosivity, toxicity or reactivity. D. Nonhazardous: Exhibiting none of the characteristics of hazardous substances, i.e., ignitibility, corrosivity, toxicity, or reactivity. E. Nontoxic: Neither immediately poisonous to humans nor poisonous after a long period of exposure. F. Recyclable: The ability of a product or material to be recovered at the end of its life cycle and remanufactured into a new product for reuse by others. G. Recycle: To remove a waste material from the project site to another site for remanufacture into a new product for reuse by others. H. Recycling: The process of sorting, cleansing, treating and reconstituting solid waste and other discarded materials for the purpose of using the altered form. Recycling does not include burning, incinerating, or thermally destroying waste. I. Return: To give back reusable items or unused products to vendors for credit. J. Reuse: To reuse a construction waste material in some manner on the project site. K. Salvage: To remove a waste material from the project site to another site for resale or reuse by others. L. Sediment: Soil and other debris that has been eroded and transported by storm or well production run-off water. M. Source Separation: The act of keeping different types of waste materials separate beginning from the first time they become waste. N. Toxic: Poisonous to humans either immediately or after a long period of exposure. O. Trash: Any product or material unable to be reused, returned, recycled, or salvaged. P. Waste: Extra material or material that has reached the end of its useful life in its intended use. Waste includes salvageable, returnable, recyclable, and reusable material. PART 2 PRODUCTS 2.01 PRODUCT SUBSTITUTIONS A. See Section 01 6000 and Section 01 2500. B. For each proposed product substitution, submit the following information in addition to requirements specified in Section 01 6000: 1. Relative amount of waste produced, compared to specified product. 2. Cost savings on waste disposal, compared to specified product, to be deducted from the Contract Sum. 3. Proposed disposal method for waste product. 4. Markets for recycled waste product. PART 3 EXECUTION 3.01 WASTE MANAGEMENT PROCEDURES A. See Section 01 3000 for additional requirements for project meetings, reports, submittal procedures, and project documentation. B. See Section 01 6000 for waste prevention requirements related to delivery, storageLaabd handling. C. See Section 01 7300 for trash/waste prevention procedures related to demolition cuding and patching, installation, protection, and cleaning. - cvlh s 3.02 WASTE MANAGEMENT IMPLEMENTATION A. Manager: Designate an on -site person or persons responsible for instructing workei S and overseeing waste management procedures. -...r CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL Construction Documents 01 7419 - 2 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 B. Instruction: Provide on -site instruction of appropriate separation, handling, and recycling, salvage, reuse, and return methods to be used by all parties at the appropriate stages of the project. C. Meetings: Discuss trash/waste management goals and issues at project meetings. 1. Prebid meeting. 2. Preconstruction meeting. 3. Regular job -site meetings. D. Facilities: Provide specific facilities for separation and storage of materials for recycling, salvage, reuse, return, and trash disposal, for use by all contractors and installers. 1. As a minimum, provide: a. Separate area for storage of materials to be reused on -site, such as wood cut-offs for blocking. b. Separate dumpsters for each category of recyclable. c. Recycling bins at worker lunch area. 2. Provide containers as required. 3. Provide temporary enclosures around piles of separated materials to be recycled or salvaged. 4. Locate enclosures out of the way of construction traffic. 5. Provide adequate space for pick-up and delivery and convenience to subcontractors. 6. If an enclosed area is not provided, clearly lay out and label a specific area on -site. 7. Keep recycling and trash/waste bin areas neat and clean and clearly marked in order to avoid contamination of materials. E. Hazardous Wastes: Separate, store, and dispose of hazardous wastes according to applicable regulations. F. Recycling: Separate, store, protect, and handle at the site identified recyclable waste products in order to prevent contamination of materials and to maximize recyclability of identified materials. Arrange for timely pickups from the site or deliveries to recycling facility in order to prevent contamination of recyclable materials. G. Reuse of Materials On -Site: Set aside, sort, and protect separated products in preparation for reuse. H. Salvage: Set aside, sort, and protect products to be salvaged for reuse off -site. END OF SECTION Fri Construction Documents CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 05/22/18 01 7419 - 3 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 01 7419 - 4 riZt�mxe. +� I• �i 1 ! � J Construction Documents 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 01 7700 - CLOSEOUT PROCEDURES PART 1 GENERAL 1.01 SECTION INCLUDES A. Contract closeout procedures related to: 1. Substantial Completion of the Work and 2. Final inspection and Owner's acceptance of the Work. B. Closeout submittals including: 1. Substantial Completion documents. 2. Final Completion documents: a. Final Application for Payment with supporting documents. b. Project Record Documents. c. Warranties and Bonds. 1.02 RELATED SECTIONS A. General Conditions: Performance and Payment Bonds, warranty, and correction of Work. B. Section 00 6513 - Contractor's Request for Substantial Complete Inspection. C. Section 00 6515 - Contractor's Certificate of Final Completion. D. Section 01 3000 - Administrative Requirements: Submittal procedures for shop drawings, product data, and samples. E. Section 01 7823 - Operation and Maintenance Data: Preparation of O&M Manuals. F. Individual Specification Sections: Specific requirements for operation and maintenance data. G. Individual Specification Sections: Warranties required for specific products or Work. 1.03 SUBMITTALS A. Contractor's Declaration of Substantial Completion: Submit three copies of required forms and related documentation certifying that status of Work is consistent with "Substantial Completion". B. Operation and Maintenance Manuals: Provide two sets of revised documents in final form for use by Owner's personnel. Refer to Section 01 7823 for additional requirements. C. Material and Product Warranties: Submit fully executed manufacturers' warranties within ten days following Date of Substantial Completion except as follows: 1. For equipment and component parts of equipment put into service during construction with Owner's permission, submit documents within ten days after acceptance; list date of acceptance as the beginning of the warranty period . 2. For items of Work for which acceptance is delayed beyond date of Substantial Completion, submit within ten days after acceptance; list date of acceptance as the beginning of the warranty period. 3. Product warranties shall begin at Final Completion. D. Contractor's Statement of Final Completion: Submit two copies of required forms certifying that Work has been fully completed; make submittal within 45 days after Date of Substantial Completion. E. Claim for Final Payment: Submit three copies of required final Application for Payment forms together with supporting documents. F. Evidence of Payments and Release of Liens: Submit two copies of required forms with claim for Final Payment. G. Project Record Documents: Submit required Record Documents with claim for Final Payment. H. Warranty: Submit manufacturer warranty and ensure that forms have been completed in Owner's name and registered with manufacturer. Construction Documents CLOSEOUT PROCEDURES 05/22/18 01 7700 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA 1.04 COORDINATION A. Coordinate scheduling, submittals, and inspection of the work of the various sections of the Project Manual to ensure efficient and orderly closeout procedure, with provision for accommodating items installed later. 1.05 PRE -SUBSTANTIAL COMPLETION MEETING A. Convene 30 days before submitting Declaration of Substantial Completion for purpose of reviewing required closeout procedures with representatives of Owner and Architect. . 1.06 PROJECT CONDITIONS A. Coordinate completion and ensure clean-up of work of separate sections of the Project Manual. B. The Owner intends to occupy the entire project area at Date of Substantial Compton. 1.07 EXTRA MATERIALS A. See Section 01 6000 - Product Requirements, for additional provisions. PART 2 PRODUCTS - NOT USED�, ct rn PART 3 EXECUTION z--) ya, 3.01 PREPARATION FOR SUBSTANTIAL COMPLETION A. Operation and Maintenance Manuals: '� W 1. Comply with additional requirements in Section 01 7823. _J 2. Include operating instructions and maintenance data prepared by personnel experienced in maintenance and operation of described equipment and systems. 3. Use Operating and Maintenance Manuals as reference for instruction of Owner's personnel. B. Preliminary Inspection for Substantial Completion: 1. Schedule and conduct preliminary inspection of the Work accompanied by Owner's Project Representative. a. Determine and identify items to be listed for correction and completion (punchlist) on Contractor's Declaration of Substantial Completion. 2. Verify that surface finish materials are properly installed in accordance with manufacturer's recommendations and exposed surfaces are clean and free from damage. 3. Verify final adjustment of operating items, equipment and system components to ensure smooth and unhindered operation. 4. Verify specific operating and performance requirements described in individual specification sections. a. Secure certification by TAB contractor that testing, adjusting and balancing work has been completed, and respective systems are performing in accordance with specified design requirements. b. Replace filters of operating equipment. 5. Verify that utility services are properly connected and of the correct characteristics. 6. Verify inspection and acceptance of the respective portions of the Work by Authorities Having Jurisdiction (AHJ). 3.02 SUBSTANTIAL COMPLETION DOCUMENTS A. Contractor's Declaration of Substantial Completion: 1. Provide the necessary assurance that the progress of the Work is consistent with Substantial Completion as defined by the Contract Documents. 2. Prepare certificate included in Section 00 6513 and submit to Architect and Construction Manager. 3. Upon receipt of the required forms the Architect will schedule and conduct a Substantial Completion Inspection. CLOSEOUT PROCEDURES Construction Documents 01 7700 - 2 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 B. Certificate of Substantial Completion: Upon verification of Contractor's Punchlist, and subsequent determination by Architect that status of Work is suitable for occupancy by the Owner, the Architect will prepare Certificate of Substantial Completion (AIA Doc G704). C. Upon issuance of Certificate of Substantial Completion, Contractor may request payment of the contract retainage of five percent (5%) of the value of completed Work. This request shall be accompanied by a sworn statement from the Contractor that ten calendar days prior to date of the request, known subcontractors, sub -subcontractors and suppliers received notice of the Contractor's intent. The Contractor shall release retained funds to subcontractors in the same manner as retained funds are released to the Contractor by the Owner. 1. Payment will be withheld on the value of work not yet performed as of date of Substantial Completion. The retained amount shall be equal to two hundred percent (200%) of the actual value of labor and materials yet to be provided as determined by the Architect. 2. Additional funds will be withheld equal to two hundred percent (200%) of the value of Chapter 573 claims currently on file. D. Complete and correct respective items of work listed and attached to the Certificate of Substantial Completion within 30 days following Date of Substantial Completion. 3.03 FINAL CLOSEOUT DOCUMENTS A. Contractor's Statement of Final Completion: Certify that the Work is complete and has been inspected and found to be in compliance with the Contract Documents. Prepare certificate included in Section 00 6515 and submit to Architect and Construction Manager. B. Claim for Final Payment: 1. Prepare application for payment on approved forms. 2. Amount of final payment shall be the unpaid balance of the contract sum. 3. Final payment shall be made 31 calendar days following date of Owner's written acceptance of the completed Work. C. Evidence of Payments and Release of Liens: Prepare the following: 1. "Contractors Affidavit of Payment of Debts and Claims" (AIA Doc G706). 2. "Contractor's Affidavit of Release of Liens" (AIA Doc G706A). a. Include separate waivers of lien from subcontractors, suppliers, and others with lien rights against property of the Owner. , 3. Obtain "Consent of Surety to Final Payment" (AIA Doc G707). D. Project Record Documents: 1. Submit one set of the following Record Documents; record actual revisidns to the Works-- a. Drawings b. Soecifications ` a c. Addenda d. Change Orders and other modifications to the Contract. e. Reviewed shop drawings, product data, and samples. 2. Ensure entries are complete and accurate, enabling future reference by the Owner. 3. Specifications: Legibly mark and record at each product section description of actual products installed, including the following: a. Manufacturer's name and product model and number. b. Product substitutions or alternates utilized. c. Changes made by Addenda and modifications. 4. Record Drawings and Shop Drawings: Legibly mark each item to record actual construction including: a. Measured horizontal and vertical locations of underground utilities and . appurtenances, referenced to permanent surface improvements. b. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. c. Field changes of dimension and detail. d. Details not on original Contract Drawings. Construction Documents CLOSEOUT PROCEDURES 05/22/18 01 7700 - 3 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA E. Material and Product Warranties: 1. Obtain required warranties executed in duplicate by responsible subcontractors, suppliers and manufacturers, within ten days after completion of the applicable item of work. Except for items put into use with Owner's permission, leave date of beginning of time of warranty until Date of Substantial Completion is determined. 2. Verify that documents are in proper form, contain full information, and are notarized. 3. Co -execute warranty documents when required. 4. Retain warranties until time specified for submittal. 5. Include photocopies of each in operation and maintenance manuals; indicate on Table of Contents. 3.04 FINAL INSPECTION OF THE WORK A. Following submittal of required closeout documents, the Architect and Construction Manager will conduct a Final Inspection of the Work. B. Accompany Owner's Project Representative, Architect, and Construction Manager on final inspection of the Work. C. Complete items of Work determined and identified during final inspection. 3.05 OWNER'S FINAL ACCEPTANCE OF THE WORK A. Upon satisfactory completion of the Work, the Architect will recommend acceptance of the completed Work by the Owner and final payment to the Contractor. B. The Owner will notify the Contractor in writing of the effective date of their acceptance of the completed Work. END OF SECTION r-a yX "k� W co CLOSEOUT PROCEDURES Construction Documents 01 7700 - 4 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 01 7823 - OPERATION AND MAINTENANCE DATA S t— PART 1 GENERAL 4 — , 1.01 SECTION INCLUDES A. Operation and Maintenance Data. ''I NOV —6 A! 10: �8 B. Warranties and bonds. tK 1.02 RELATED SECTIONS t ITY �' A. Section 01 3000 - Administrative Requirements: Submittals procedures, shop drawings, product data, and samples. B. Section 01 7700 - Closeout Procedures: Contract closeout procedures. C. Individual Product Sections: Specific requirements for operation and maintenance data. D. Individual Product Sections: Warranties required for specific products or Work. 1.03 PRE -SUBMITTAL MEETING A. Convene 15 days before starting work on Operation and Maintenance Manuals for the purpose of reviewing Architect's comments on preliminary draft. 1.04 SUBMITTALS A. Operation and Maintenance Data: 1. Preliminary Draft: Prepare two copies within 30 days after start of Work. Indicate proposed formats and outlines of contents. Architect will review draft and return one copy with comments. 2. For equipment, or component parts of equipment put into service during construction and operated by Owner, submit completed documents within ten days after acceptance. 3. Submit 2 copies of completed documents upon 50 percent completion of construction operations. One copy will be returned within 15 days, with Architect review comments. Revise content of all document sets required for final submission. 4. Submit two sets of revised final documents in final form at least 10 days prior to estimated date of "Substantial Completion" for use by Owner's personnel during demonstration and training activities. B. Product and Material Warranties: Obtain required manufacturer's warranties; assemble original documents in separate three-ring binder to be submitted within ten days after Date of Substantial Completion, prior to final Application for Payment. 1. Ensure that manufacturer's warranties have been completed in OWNER's name and registered with respective manufacturer. 2. Include photocopies of each in operation and maintenance manuals, indexed separately on Table of Contents. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 PREPARATION OF OPERATION AND MAINTENANCE (O&M) MANUALS A. Prepare instructions and data by personnel experienced in maintenance and operation of described products. B. Prepare data in the form of an instructional manual. C. Binders: Commercial quality, 8-1/2 x 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. Provide tabbed dividers for each separate product and system, with typed description of product and major component parts of equipment. F. Text: Manufacturer's printed data, or typewritten data on 24 pound paper. Construction Documents OPERATION AND MAINTENANCE DATA 05/22/18 01 7823 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA G. Drawings: Provide with reinforced punched binder tab. Bind in with text; forlIroer dT \R%gs to size of text pages. H. Arrange content by specification section under section numbers and sequence of Table of Contents of this Project Manual. mot+ _ ., , > 10; 3 I. Contents: Prepare a Table of Contents for each volume, with each product or system description identified, in three parts as follows: . ; j ..I'` ' LE FRK 1. Part 1: Directory, listing names, addresses, and telephone numbers ;7f /rcfiitecf, Contractor, Subcontractors, and major equipment suppliers. 2. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Identify.the following: a. Significant design criteria. b. List of equipment. c. Parts list for each component. d. Operating instructions. e. Maintenance instructions for equipment and systems. f. Maintenance instructions for finishes, including recommended cleaning methods and materials, and special precautions identifying detrimental agents. 3. Part 3: Project documents and certificates, including the following: a. Shop drawings and product data. b. Air and water balance reports. c. Certificates. d. Photocopies of warranties and bonds. J. Provide a listing in Table of Contents for design data, with tabbed dividers and space for insertion of data. K. Table of Contents: Provide title of Project; names, addresses, and telephone numbers of Architect, Consultants, and Contractor with name of responsible parties; schedule of products and systems, indexed to content of the volume. 3.02 OPERATION AND MAINTENANCE DATA A. For Each Product or System: List names, addresses and telephone numbers of Subcontractors and suppliers, including local source of supplies and replacement parts. B. Product Data: Mark each sheet to clearly identify specific products and component parts, and data applicable to installation. Delete inapplicable information. C. Drawings: Supplement product data to illustrate relations of component parts of equipment and systems, to show control and flow diagrams. Do not use Project Record Documents as maintenance drawings. D. Typed Text: As required to supplement product data. Provide logical sequence of instructions for each procedure, incorporating manufacturer's instructions. 3.03 CARE AND MAINTENANCE DATA FOR MATERIALS AND FINISHES A. For Each Product, Applied Material, and Finish: Product data, with catalog number, size, composition, and color and texture designations. B. Instructions for Care and Maintenance: Manufacturer's recommendations for cleaning agents and methods, precautions against detrimental cleaning agents and methods, and recommended schedule for cleaning and maintenance. C. Additional information as specified in individual product specification sections. 3.04 OPERATION AND MAINTENANCE DATA FOR EQUIPMENT AND SYSTEMS A. Provide a listing in Table of Contents for Design Data provided by the Architect, with tabbed fly sheet and space for insertion of data. B. For Each Item of Equipment and Each System: 1. Description of unit or system, and component parts. OPERATION AND MAINTENANCE DATA Construction Documents 01 7823 - 2 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 2. Identify function, normal operating characteristics, and limiting conditions. 3. Include performance curves, with engineering data and tests. t ILED 4. Complete nomenclature and model number of replaceable parts. C. Panelboard Circuit Directories: Provide electrical service characteristics, � W �n% AM 1 ! 38 communications; typed. 4-11 Nj ° D. Include color coded wiring diagrams as installed. r I TY C L rE RK E. Operating Procedures: Include start-up, break-in, and routine normal operatic g ingtrii, tioKs!a sequences. Include regulation, control, stopping, shut -down, and emergency instructions. Include summer, winter, and any special operating instructions. F. Maintenance Requirements: Include routine procedures and guide for preventative maintenance and trouble shooting; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and checking instructions. G. Provide servicing and lubrication schedule, and list of lubricants required. H. Include manufacturer's printed operation and maintenance instructions. I. Include sequence of operation by controls manufacturer. J. Provide original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance. K. Provide control diagrams by controls manufacturer as installed. L. Provide charts of valve tag numbers, with location and function of each valve, keyed to flow and control diagrams. M. Provide list of original manufacturer's spare parts, current prices, and recommended quantities to be maintained in storage. N. Include test and balancing reports. O. Additional Requirements: As specified in individual product specification sections. 3.05 WARRANTIES A. Obtain warranties and bonds, executed in duplicate by responsible Subcontractors, suppliers, and manufacturers, within ten days after completion of the applicable item of work. Except for items put into use with Owner's permission, leave date of beginning of time of warranty until the Date of Substantial completion is determined. B. Verify that documents are in proper form, contain full information, and are notarized. C. Co -execute submittals when required. D. Retain warranties and bonds until time specified for submittal. 1. Include photocopies of each in operation and maintenance manuals, indexed separately on Table of Contents. E. Manual of Warranties and Bonds: Bind original documents in commercial quality 8-1/2 x 11 inch three D side ring binders with durable plastic covers. 1. Cover: Identify binder with typed or printed title WARRANTIES AND BONDS, with title of Project; name, address and telephone number of Contractor and equipment supplier; and name of responsible company principal. 2. Table of Contents: Neatly typed, in the sequence of the Table of Contents of the Project Manual, with each item identified with the number and title of the specification section in which specified, and the name of product or work item. 3. Separate each warranty or bond with index tab sheets keyed to the Table of Contents listing. Provide full information, using separate typed sheets as necessary. List Subcontractor, supplier, and manufacturer, with name, address, and telephone number of responsible principal. END OF SECTION Construction Documents OPERATION AND MAINTENANCE DATA 05/22/18 01 7823 - 3 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA FILED 71173 x0Y -6 AM 10:'I I T Y UER OPERATION AND MAINTENANCE DATA Construction Documents 01 7823 - 4 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 02 4100 - SELECTIVE DEMOLITION E PART 1 GENERAL 1.01 SECTION INCLUDES _6 AM 1II' 1 8 A. Selective demolition of built site elements. B. Selective demolition of building elements for alteration purposes. ;_ j Y CLERK 1.02 DEFINITIONS A. Remove: Detach items from existing construction and legally dispose of them off -site, unless indicated to be removed and salvaged or removed and reinstalled. B. Remove and Salvage: Detach items from existing construction and deliver them to Owner's designated storage area. C. Remove and Reinstall: Detach items from existing construction, prepare them for reuse, and reinstall them where indicated. D. Existing to Remain: Existing items of construction that are not to be removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled. 1.03 RELATED REQUIREMENTS A. Section 01 1000 - Summary: Limitations on Contractor's use of site and premises. B. Section 01 5000 - Temporary Facilities and Controls: Site fences, security, protective barriers, and waste removal. C. Section 01 7000 - 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. 1.04 DEFINITIONS A. Remove: Detach or dismantle items from existing construction and dispose of them off site, unless items are indicated to be salvaged or reinstalled. 1.05 REFERENCE STANDARDS A. 29 CFR 1926 - U.S. Occupational Safety and Health Standards; current edition. B. NFPA 241 - Standard for Safeguarding Construction, Alteration, and Demolition Operations; 2013. 1.06 PERMITS A. Contractor shall comply with all applicable local, state, and federal requirements regarding materials, methods of work, and disposal of excess and waste materials. PART 2 PRODUCTS -- NOT USED PART 3 EXECUTION 3.01 DEMOLITION A. Demolish and remove all buildings which are designated to be removed on Drawings. B. Remove items indicated, for salvage, relocation, and recycling." C. Protection: 1. Erect barriers, fences, guard rails, enclosures, chutes, and shoring to protect personnel, structures, and utilities remaining intact. 2. Protect existing objects designated to remain, and in the event of damage, immediately make repairs or replacements necessary to the approval of the Owner's Representative at no additional cost to the Owner. 3.02 GENERAL DEMOLITION, 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. Construction Documents SELECTIVE DEMOLITION 05/22/18 02 4100 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements i8.023 Iowa City, IA 2. Take precautions to prevent catastrophic or uncontrolled collapse of structures toebe removed; do not allow worker or public access within range of potential doil*se. of-' unstable structures. 3. Provide, erect, and maintain temporary barriers and security devices 4. Use physical barriers to prevent access to areas that could be hazWrSSu gwb'ikere&b ffie?,-` public. 5. Conduct operations to minimize effects on and interference with adjacent structures ari occupants. 6. Do not close or obstruct roadways or sidewalks without permits from authority having jurisdiction. 7. 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. 8. 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 Owner. C. Protect existing structures and other elements to remain in place and not removed. 1. Provide bracing and shoring. 2. Prevent movement or settlement of adjacent structures. 3. Stop work immediately if adjacent structures appear to be in danger. D. Minimize production of dust due to demolition operations. Do not use water if that will result in ice, flooding, sedimentation of public waterways or storm sewers, or other pollution. E. If hazardous materials are discovered during removal operations, stop work and notify Architect and Owner; hazardous materials include regulated asbestos containing materials, lead, PCBs, and mercury. F. Perform demolition in a manner that maximizes salvage and recycling of materials. 1. Dismantle existing construction and separate materials. 2. Set aside reusable, recyclable, and salvageable materials; store and deliver to collection point. 3.03 EXISTING UTILITIES A. Coordinate work with the Iowa One Call Notification Center; notify before starting work and comply with their requirements; obtain required permits from affected utility companies. B. Protect existing utilities to remain from damage. C. Do not disrupt public utilities without permit from authority having jurisdiction. D. Cooperate with local utilities concerning their removal, demolition, or relocation of utilities. E. Do not close, shut off, or disrupt existing life safety systems that are in use without at least 7 days prior written notification to Owner. F. Do not close, shut off, or disrupt existing utility branches or take -offs that are in use without at least 3 days prior written notification to local users and Owner. G. 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. H. 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 are based on casual field observation and existing record documents only. 1. Verify that construction arrangements are as indicated. 2. Report discrepancies to Architect before disturbing existing installation. SELECTIVE DEMOLITION Construction Documents 02 4100 - 2 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 3. Beginning of demolition work constitutes acceptance of existing conditaonF, th*.w?Uld be apparent upon examination prior to starting demolition. B. Maintain weatherproof exterior building enclosure, except for interruptions required for replacement or modifications; prevent water and humidity damage. ?U _ AM 1 = 38 C. Remove existing work as indicated and required to accomplish new wor . 1. Remove rotted wood, corroded metals, replace with new construction ip iicapep_ -; 2. Remove items indicated on drawings. D. Services (Including but not limited to HVAC, Plumbing, Fire Protection, Electrical, and Telecommunications): Remove existing systems and equipment as indicated. 1. Maintain existing active systems to remain in operation, and 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. E. Protect existing work to remain. 1. Prevent movement of structure. Provide shoring and bracing as required. 2. Perform cutting to accomplish removal work neatly and as specified for cutting new work. 3. Repair adjacent construction and finishes damaged during removal work. 4. Patch to match new work. 3.05 DEBRIS AND WASTE REMOVAL A. Remove debris, junk, and trash from site. B. Remove from site all materials not to be reused on site; do not burn or bury. C. Leave site in clean condition, ready for subsequent work. D. Clean up spillage and wind-blown debris from public and private lands. END OF SECTION Construction Documents SELECTIVE DEMOLITION 05/22/18 02 4100 - 3 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA x ?3 ROV -6 AM 10 36 i.:ITY CLERK SELECTIVE DEMOLITION Construction Documents 02 4100 - 4 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 05 5000 - METAL FABRICATIONS PART 1 GENERAL 1.01 SECTION INCLUDES A. Shop fabricated steel items. 1. Miscellaneous steel shapes, plates, sheets, and connectors not speafed els�*here- 2. Guardrail panels 3. Steel fabrications for handrails and brackets. 1.02 RELATED REQUIREMENTS CM A. Section 05 1200 - Structural Steel Framing: Supporting structure for attachi1ient of:glevaty components. 0 B. Section 09 9000 - Painting and Coating: Field -applied painted finish for interior priIned steel components. 1.03 REFERENCE STANDARDS A. AAMA 621 - Voluntary Specification for High Performance Organic Coatings on Coil Coated Architectural Hot Dipped Galvanized (HDG) and Zinc -Aluminum Coated Steel Substrates. B. ASTM Al23/A123M - Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products; 2015. C. ASTM A500 - Standard Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes; 2013. D. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process; 2015. E. ASTM Al011/A1011M - Standard Specification for Steel, Sheet and Strip, Hot -Rolled, Carbon, Structural, High -Strength Low -Alloy, High -Strength Low -Alloy with Improved Formability, and Ultra -High Strength; 2014. F. ASTM F3125/F3125M - Standard Specification for High Strength Structural Bolts, Steel and Alloy Steel, Heat Treated, 120 ksi (830 MPa) and 150 ksi (1040 MPa) Minimum Tensile Strength, Inch and Metric Dimensions; 2015a. G. AWS A2.4 - Standard Symbols for Welding, Brazing, and Nondestructive Examination; 2012. H. AWS D1.1/D1.1 M - Structural Welding Code - Steel; 2015. I. SSPC-Paint 20 - Zinc -Rich Primers (Type I, "Inorganic," and Type Il, "Organic"); 2002 (Ed. 2004). J. SSPC-SP 2 - Hand Tool Cleaning; 1982 (Ed. 2004). 1.04 SUBMITTALS A. See Section 01 3300 - Construction Submittals for submittal procedures. B. Shop Drawings: Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size and type of fasteners, and accessories. Include erection drawings, elevations, and details where applicable. 1. Indicate all structural loads encountered and imparted and their governing code requirements. 2. Indicate welded connections using standard AWS A2.4 welding symbols. Indicate net weld lengths. C. Welders' Certificates: Submit certification for welders employed on the project, verifying AWS qualification within the previous 12 months. 1.05 QUALITY ASSURANCE A. Welder Qualifications: Welding processes and welding operators qualified in accordance with AWS D1.1/D1.1 M and AWS D1.2/D1.2M and dated no more than 12 months before start of scheduled welding work. Construction Documents METAL FABRICATIONS 05/22/18 05 5000 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA B. Unless otherwise indicated, gauges shall be equivalent thicknesses to US Standard Gauge thicknesses. PART 2 PRODUCTS 2.01 MATERIALS - CARBON STEEL A. Plates and shapes: ASTM A36; thickness as indicated. B. Bolts, Nuts, and Washers: ASTM F3125/F3125M, Type 1, plain. C. Welding Materials: AWS D1.1/D1.1 M; type required for materials being welded. D. Touch -Up Primer for Galvanized Surfaces: SSPC-Paint 20, Type I - Inorganic, complying with VOC limitations of authorities having jurisdiction. 2.02 MATERIALS - STAINLESS STEEL A. Cold -Formed Stainless Steel Sheet and Shapes: ASTM A666, Type 304, No. 4 satin finish. B. Stainless Steel Putty / Adhesive: 1. Stainless steel -filled epoxy putty for adhering, patching, repairing, and rebuilding stainless steel fabrications. a. Non -rusting;, b. Bonds to ferrous and non-ferrous metals; c. NSF certified for potable water applications. >....v 2. Basis of Design: Devcon Stainless Steel Putty (ST) 2.03 FABRICATIONrri A. Fit and shop assemble items in largest practical sections, for delivery to site: B. Fabricate items with joints tightly fitted and secured. •• C. Continuously seal joined members by continuous welds. CO D. Provide fasteners and anchors of same or compatible materials. E. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joints butt tight, flush, and hairline. Ease exposed edges to small uniform radius. F. Exposed Mechanical Fastenings: Flush countersunk screws or bolts; unobtrusively located; consistent with design of component, except where specifically noted otherwise. G. Furnish components required for anchorage of fabrications. Fabricate anchors and related components of same material and finish as fabrication, except where specifically noted otherwise. 2.04 FABRICATED ITEMS A. Lighting Armature, Stair Gardrails, and Handrails: Steel pipe, tube and plates; galvanized finish. 1. Sizes: As indicated on Drawings. B. Handrail Brackets: Shop fabricated handrail brackets not specified elsewhere as products, provide cut and welded plates, bars, and shapes to form brackets as indicated on the drawings. 2.05 FINISHES -GENERAL A. Quality Level, unless otherwise indicated: 1. Provide this quality and finish level for all metal fabrications installed in public spaces - that may be seen or used by the visiting public under normal conditions. a. Jointing and Finish Quality Level: Architectural, as defined in Section 05 5100. 2. Provide this quality and finish level for all metal fabrications in all other spaces - that will not be seen or used by the public under normal conditions. a. Jointing and Finish Quality Level: Commercial as defined in Section 05 5100. B. Round or ease all exposed metal edges or corners that may otherwise present a hazard. 2.06 FINISHES - STEEL A. Prepare surfaces to be primed in accordance with SSPC-SP2. METAL FABRICATIONS Construction Documents 05 5000 - 2 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 B. Clean surfaces of rust, scale, grease, and foreign matter prior to finishing. C. Galvanizing of Structural Steel Members: Galvanize after fabrication to ASTM Al23/A123M requirements. Provide minimum 1.7 oz/sq ft galvanized coating. D. Galvanizing of Non-structural Items: Galvanize after fabrication to ASTM Al23/A123M requirements. 2.07 FABRICATION TOLERANCES A. Squareness: 1/8 inch maximum difference in diagonal measurements. B. Maximum Offset Between Faces: 1/16 inch. C. Maximum Misalignment of Adjacent Members: 1/16 inch. D. Maximum Bow: 1/8 inch in 48 inches. E. Maximum Deviation From Plane: 1/16 inch in 48 inches. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. 3.02 PREPARATION A. Clean and strip primed steel items to bare metal where site welding is required. B. Furnish setting templates to the appropriate entities for steel items required to be cast into concrete or embedded in masonry. 3.03 INSTALLATION A. Install items plumb and level, accurately fitted, free from distortion or defects. B. Provide for erection loads, and for sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. C. Field weld components as indicated on drawings. D. 'Perform field welding in accordance with AWS D1.1/D1.1 M. E. Obtain approval prior to site cutting or making adjustments not scheduled. F. After erection, prime welds, abrasions, and surfaces not shop primed or galvanized, except surfaces to be in contact with concrete. 3.04 TOLERANCES A. Maximum Variation From Plumb: 1/4 inch per story, non -cumulative. B. Maximum Offset From True Alignment: 1/4 inch. C. Maximum Out -of -Position: 1/4 inch. 3.05 FIELD -APPLIED FINISHES A. Painting of Interior Primed Steel and Mill Finish Aluminum Components: As specified in Section 099000. END OF SECTION Q A •! Construction Documents METAL FABRICATIONS 05/22/18 05 5000 - 3 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA CrIo rn ��rrl 7:. 73 by METAL FABRICATIONS Construction Documents 05 5000 - 4 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 06 1000 - ROUGH CARPENTRY PART 1 GENERAL 1.01 SECTION INCLUDES A. Structural dimension lumber framing. B. Rough opening framing for doors, windows, and roof openings. C. Sheathing. D. Subflooring. E. Preservative treated wood materials. F. Fire retardant treated wood materials. .Z, ZZ G. Fire retardant treated OSB wall sheathing. JIM H. Communications and electrical room mounting boards. I. Concealed wood blocking, nailers, and supports. J. Wood stair construction 1.02 RELATED REQUIREMENTS `p A. Section 07 2100 - Thermal Insulation: Batt insulation B. Section 07 2600 - Vapor Retarders: Vapor retarder over sheathing. 1.03 REFERENCE STANDARDS A. ASTM A153/A153M - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware; 2009. B. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process; 2015. C. ASTM C557 - Standard Specification for Adhesives for Fastening Gypsum Wallboard to Wood Framing; 2003 (Reapproved 2009). D. ASTM D2898 - Standard Test Methods for Accelerated Weathering of Fire -Retardant -Treated Wood for Fire Testing; 2010. E. ASTM D3498 - Standard Specification for Adhesives for Field -Gluing Wood Structural Panels (Plywood or Oriented Strand Board) to Wood Based Floor System Framing; 2019a. F. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials; 2015a. G. AWPA C20 - Structural Lumber -- Fire Retardant Treatment by Pressure Processes; American Wood -Protection Association; 2003. H. AWPA C27 - Plywood -- Fire -Retardant Treatment by Pressure Processes; American Wood -Protection Association; 2002. I. AWPA U1 - Use Category System: User Specification for Treated Wood; 2012. J. ICC-ES AC310 - Water -resistive Membranes Factory -bonded to Wood -based Structural Sheathing, Used as Water -Resistive Barriers; 2015. K. ]CC -ES AC380 - Acceptance Criteria for Termite Physical Barrier Systems; 2014 (editorially revised 2017). L. PS 1 - Structural Plywood; 2009. M. PS 2 - Performance Standard for Wood -Based Structural -Use Panels; 2010. N. PS 20 - American Softwood Lumber Standard; 2010. 1.04 SUBMITTALS A. See Section 01 3300 - Construction Submittals for submittal procedures. B. Product Data: Provide technical data on wood preservative materials and fire retardant treated wood. Construction Documents ROUGH CARPENTRY 05/22/18 06 1000 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA C. Manufacturer's Certificate: Certify that wood products supplied for rough carpentry meet or exceed specified requirements. 1.05 DELIVERY, STORAGE, AND HANDLING A. General: Cover wood products to protect against moisture. Support stacked products to prevent deformation and to allow air circulation. B. Fire Retardant Treated Wood: Prevent exposure to precipitation during shipping, storage, and installation. PART2 PRODUCTS 2.01 GENERAL REQUIREMENTS A. Dimension Lumber: Comply with PS 20 and requirements of specified grading agencies. 1. Species: Douglas Fir -Larch, unless otherwise indicated. 2. Grading Agency: Grading agency whose rules are approved by the Board of Review, American Lumber Standard Committee at www.alsc.org, and who provides grading service for the species and grade specified; provide lumber stamped with grade mark unless otherwise indicated. B. Lumber fabricated from old growth timber is not permitted. 2.02 DIMENSION LUMBER FOR CONCEALED APPLICATIONS A. Sizes: Nominal sizes as indicated on drawings, S4S. m_ B. Moisture Content: S-dryor MC19. C. Stud Framing (2 by 2 through 2 by 6 ): _"'= 1. Grade: No. 2. "'{ D. Joist and Small Beam Framing (2 by 6 through 4 by 16 1. Species and Grades: As indicated on drawings for various locations. E. Miscellaneous Framing, Blocking, Nailers, Grounds, and Furring: 1. Lumber: S4S, No. 2 or Standard Grade. 2. Boards: Standard or No. 3. 2.03 CONSTRUCTION PANELS A. Subflooring: PS 2 type, rated Sheathing - as indicated on drawings. 1. Bond Classification: Exterior. 2. Span Rating: 48/24. 3. Performance Category: 3/4 PERF CAT. B. Roof Sheathing: PS 2 type, rated Structural I Sheathing - as indicated on drawings C. Miscellaneous Sheathing: Plywood, PS 1, Grade C-D, Exposure I. 0 D. Communications and Electrical Room Mounting Boards: PS 1 A-C plywood (A -side exposed); 3/4 inch thick; flame spread index of 25 or less, smoke developed index of 450 or less, when tested in accordance with ASTM E84. 1. Field -Applied Intumescent Coating: As specified in Section 09 9000. E. Other Applications: Plywood, PS 1, C-C Plugged or better. 2.04 ACCESSORIES A. Fasteners and Anchors: 1. Metal and Finish: Hot -dipped galvanized steel complying with ASTM A153/A153M for high humidity and preservative -treated wood locations, unfinished steel elsewhere. B. Joist Hangers: Hot dipped galvanized steel, sized to suit framing conditions. �. For contact with preservative treated wood in exposed locations, provide minimum G185 galvanizing complying with ASTM A653/A653M. C. Subfloor Adhesives: Gap -filling construction adhesive for bonding wood structural panels to wood -based floor system framing; complying with ASTM D3498. ROUGH CARPENTRY Construction Documents 06 1000 - 2 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 Products: a. Adfast USA Inc; ADBOND EX 5690: www.adfastcorp.com/#sle. b. Franklin International, Inc; Titebond Heavy Duty Construction Adhesive: www.titebond.com/#sle. c. Franklin International, Inc; Titebond PROvantage Subfloor Construction Adhesive: www.titebond.com/#sle. d. Liquid Nails, a brand of PPG Architectural Coatings; LN-902 Subfloor and Deck Construction Adhesive, 10 oz: www.liquidnails.com/#sle. e. Substitutions: See Section 01 6000 - PRODUCT REQUIREMENTS. D. General Purpose Construction Adhesives: Comply with ASTM C557. E. Vapor Retarder: See Section 07 2600. 2.05 FACTORY WOOD TREATMENT A. Treated Lumber and Plywood: Comply with requirements of AWPA U1 - Use Category System for wood treatments determined by use categories, expected service conditions, and specific applications. 1. Fire -Retardant Treated Wood: Mark each piece of wood with producer's stamp indicating compliance with specified requirements. 2. Preservative -Treated Wood: Provide lumber and plywood marked or stamped by an ALSC-accredited testing agency, certifying level and type of treatment in accordance with AWPA standards. B. Fire Retardant Treatment: 1. Products: a. Arch Wood Protection, Inc: www.wolmanizedwood.com. b. Hoover Treated Wood Products, Inc: www.frtw.com. c. Osmose, Inc: www.osmose.com. d. Viance, LLC: www.treatedwood.com. e. Substitutions: See Section 01 6000 - PRODUCT REQUIREMENTS. 2. Exterior Type: AWPA U1, Category UCFB, Commodity Specification H, 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 both before and after accelerated weathering test performed in accordance with ASTM D2898. a. Kiln dry wood after treatment to a maximum moisture content of 19 percent for lumber and 15 percent for plywood. ' b. Treat exterior rough carpentry items. c."' : Do not use treated wood in direct contact with the ground. Anterior 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. c-,�"' a. Kiln dry wood after treatment to a maximum moisture content of 19 percent for lumber and 15 percent for plywood. b. Treat rough carpentry items as indicated . c. Do not use treated wood in applications exposed to weather or where the wood may become wet. C. Preservative Treatment: 1. Products: a. Arch Wood Protection, Inc: www.wolmanizedwood.com. b. Koppers Performance Chemicals, Inc: www.koppersperformancechemicals.com. c. Viance, LLC: www.treatedwood.com. d. Substitutions: See Section 01 6000 - PRODUCT REQUIREMENTS. Construction Documents ROUGH CARPENTRY 05/22/18 06 1000 - 3 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA D. Preservative Pressure Treatment of Lumber Above Grade: AWPA U1, Use Category UC3B, Commodity Specification A using waterborne preservative. 1. Kiln dry lumber after treatment to maximum moisture content of 19 percent. 2. Treat lumber in contact with roofing, flashing, or waterproofing. 3. Treat lumber in contact with masonry or concrete. 4. Preservative Pressure Treatment of Plywood Above Grade: AWPA U1, Use.(.,;ategory UC2 and UC313, Commodity Specification F using waterborne preservative.; a. Kiln dry plywood after treatment to maximum moisture content cif ,19 per�q nt. b. Treat plywood in contact with masonry or concrete. w c. Treat plywood in other locations as indicated. t "` PART 3 EXECUTION? 3.01 PREPARATION rVj A. Install sill gasket under sill plate of framed walls bearing on foundations puncture g9ket cleanly to fit tightly around protruding anchor bolts. ; a "D 3.02 INSTALLATION - GENERAL A. Select material sizes to minimize waste. B. Reuse scrap to the greatest extent possible; clearly separate scrap for use on site as accessory components, including: shims, bracing, and blocking. C. Where treated wood is used on interior, provide temporary ventilation during and immediately after installation sufficient to remove indoor air contaminants. 3.03 BLOCKING, NAILERS, AND SUPPORTS A. Provide framing and blocking members as indicated or as required to support finishes, fixtures, specialty items, and trim. B. In framed assemblies that have concealed spaces, provide solid wood fireblocking as required by applicable local code, to close concealed draft openings between floors and between top story and roof/attic space; other material acceptable to authorities having jurisdiction may be used in lieu of solid wood blocking. C. In metal stud walls, provide continuous blocking around door and window openings for anchorage of frames, securely attached to stud framing. D. In walls, provide blocking attached to studs as backing and support for wall -mounted items, unless item can be securely fastened to two or more studs or other method of support is explicitly indicated. E. Where ceiling -mounting is indicated, provide blocking and supplementary supports above ceiling, unless other method of support is explicitly indicated. 3.04 INSTALLATION OF CONSTRUCTION PANELS A. Subflooring: Glue and nail to framing; staples are not permitted. B. Roof Sheathing: Secure panels with long dimension perpendicular to framing members, with ends staggered and over firm bearing. 1. Nail panels to framing; staples are not permitted. C. Sheathing: Secure with long dimension parallel to framing members, with ends over firm bearing and staggered, using nails or screws. 1. Provide gap spacing at ends and edges of boards as recommended by panel manufacturer. D. Communications and Electrical Room Mounting Boards: Secure with screws to studs with edges over firm bearing; space fasteners at maximum 24 inches on center on all edges and into studs in field of board. 1. At fire -rated walls, install board over wall board indicated as part of the fire -rated assembly. 2. Where boards are indicated as full floor -to -ceiling height, install with long edge of board parallel to studs. ROUGH CARPENTRY Construction Documents 06 1000 - 4 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 3. Install adjacent boards without gaps, 3.05 SITE APPLIED WOOD TREATMENT A. Apply fire retardant and preservative treatment compatible with factory applied treatments at site -sawn cuts, complying with manufacturer's instructions. B. Allow treatments to dry prior to erecting members. 3.06 TOLERANCES A. Framing Members: 1/4 inch from true position, maximum. B. Surface Flatness of Floor: 1/8 inch in 10 feet maximum, and 1/4 inch in 30 feet maximum. C. Variation from Plane, Other than Floors: 1/4 inch in 10 feet maximum, and 1/4 inch in 30 feet maximum. END OF SECTION r. 4 _.s cam, w Construction Documents ROUGH CARPENTRY 05/22/18 06 1000 - 5 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA CJ + e::4 M €-1 Fr •Y ROUGH CARPENTRY Construction Documents 06 1000 - 6 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 07 2100 -THERMAL INSULATION PART 1 GENERAL < '. 1.01 SECTION INCLUDES p 3 �w A. Batt insulation in stud framed wall construction. B. Foamed -in -place (sprayed) insulation with protective overcoat/thermal barrier for filling 4# perimeter window and door shim spaces, crevices in exterior wall and roof, and otha-locationis where indicated on Drawings. 1.02 RELATED REQUIREMENTS A. Section 05 4000 - Cold -Formed Metal Framing: Steel stud wall framing. B. Section 06 1000 - Rough Carpentry: Supporting construction for batt insulation. C. Section 07 2600 - Vapor Retarders: Separate vapor retarder materials. D. Section 07 2500 - Weather Barriers: Separate air barrier and vapor retarder materials. 1.03 REFERENCE STANDARDS A. ASTM C665 - Standard Specification for Mineral -Fiber Blanket Thermal Insulation for Light Frame Construction and Manufactured Housing; 2012. B. ASTM D779 - Test Method for Water Resistance of Paper, Paperboard, and Other Sheet Materials by the Dry Indicator Method; 2016. C. ASTM D2247 - Practice for Testing Water Resistance of Coatings in 100% Relative Humidity; 2015. D. ASTM E96/E96M - Standard Test Methods for Water Vapor Transmission of Materials; 2014. E. ASTM E136 - Standard Test Method for Behavior of Materials in a Vertical Tube Furnace At 750 Degrees C; 2012. F. ASTM E331 - Test Method for Water Penetration of Exterior Windows, Skylights, Doors, and Curtain Walls by Uniform Static Air Pressure Difference; 2000 (2016). G. ASTM E2357 - Standard Test Method for Determining Air Leakage of Air Barrier Assemblies; 2011. H. ASTM G154 - Practice for Operating Fluorescent Light Apparatus for UV Exposure of Nonmetallic Materials; 2016. I. DOC PS 2 - Performance Standard for Wood -Based Structural Panels. J. ICC-ES AC148 - Acceptance Criteria For Flexible Flashing Materials. K. ICC-ES AC310 - Acceptance Criteria for Water -Resistive Membranes Factory -bonded to Wood -based Structural Sheathing, Used as Water -Resistive Barriers. 1.04 SUBMITTALS A. See Section 01 3300 - Construction Submittals for submittal procedures. B. Product Data: Provide data on product characteristics, performance criteria, and product limitations. C. Manufacturer's Installation Instructions: Include information on special environmental conditions required for installation and installation techniques. D. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. PART 2 PRODUCTS 2.01 APPLICATIONS A. Insulation in Wood Framed Walls: Batt insulation with separate vapor retarder. B. Insulation in Wood Framed Ceiling Structure: Batt insulation with separate vapor retarder. Construction Documents THERMAL INSULATION 05/22/18 07 2100 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA 2.02 MINERAL FIBER BLANKET INSULATION MATERIALS A. Where batt insulation is indicated, either glass fiber or mineral fiber batt insulation may be used, at Contractor's option. B. Flexible Glass Fiber Blanket Thermal Insulation: Preformed insulation, complying with ASTM C665; friction fit. 1. Combustibility: Non-combustible, when tested in accordance with ASTM E136, except for facing, if any. 2: Thickness: Full thickness of studs as indicated on Drawings. 3. Facing: Unfaced. C. Mineral Fiber Batt Insulation: Flexible or semi -rigid preformed batt or blanket, complying with ASTM C665; friction fit; unfaced flame spread index and smoke developed index of 0 (zero) when tested in accordance with ASTM E84. 1. Thermal Resistance: R-value of 19. 2. Thickness: 6-1/4 inch. 3. Products: a. Johns Manville; MinWool Sound Attenuation Fire Batts: www.jm.com/#sle. b. Thermafiber, Inc; SAFB: www.thermafiber.com/#sle. c. ROXUL, Inc; ComfortBatt: www.roxul.com. d. Thermafiber, Inc; SAFB: www.thermafiber.com/#sle. e. Substitutions: See Section 01 6000 - PRODUCT REQUIREMENTS. 2.03 ACCESSORIES A. Sheet Vapor Retarder: See Section 07 2600. B. Nails or Staples: Steel wire; electroplated or galvanized; type and size to suit application. C. Adhesive: Type recommended by insulation manufacturer for application. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that substrate, adjacent materials, and insulation materials are dry and that substrates are ready to receive insulation. B. Verify substrate surfaces are flat, free of fins or irregularities. 3.02 BATT INSTALLATION A. Install insulation in accordance with manufacturer's instructions. B. Install in framed wall stud spaces without gaps or voids. Do not compress insulation. C. Trim insulation neatly to fit spaces. Insulate miscellaneous gaps and voids. D. Fit insulation tightly in cavities and tightly to exterior side of mechanical and electrical services within the plane of the insulation. E. At wood framing, place vapor retarder on warm side of insulation by stapling at 6 inches on center. Lap and seal sheet retarder joints over face of member. F. Tape seal tears or cuts in vapor retarder. G. Extend vapor retarder tightly to full perimeter of adjacent window and door frames ard�other items interrupting the plane of the membrane; tape seal in place. - 4 3.03 PROTECTION' A. Do not permit installed insulation to be damaged prior to its concealment. Cf� END OF SECTION THERMAL INSULATION Construction Documents 07 2100 - 2 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 07 2400 - EXTERIOR INSULATION AND FINISH SYSTEMS PART 1 GENERAL 1.01 SECTION INCLUDES A. Composite wall and soffit cladding of rigid insulation and reinforced finish coating, Class PB. B. Direct Applied Finish System applied directly to cementitious backerboard. 1.02 RELATED REQUIREMENTS A. Section 07 6200 - Sheet Metal Flashing and Trim: Perimeter flashings. B. Section 07 9200 - Joint Sealants: Sealing joints between EIFS and adjacent construction and penetrations through EIFS. 1.03 REFERENCE STANDARDS A. ASTM C1325 - Specification for Non -Asbestos Fiber -Mat Reinforced Cementitious Backer Units; 2014. B. ASTM C1397 - Standard Practice for Application of Class PB Exterior Insulation and Finish Systems (EIFS) and EIFS with Drainage; 2013. C. ASTM E2273 - Standard Test Method for Determining the Drainage Efficiency of Exterior Insulation and Finish Systems (EIFS) Clad Wall Assemblies; 2003 (reapproved 2011). 1.04 SUBMITTALS A. See Section 01 3300 - Construction Submittals, for submittal procedures. B. Product Data: Provide data on system materials, product characteristics, performance criteria, and system limitations. C. Shop Drawings: Indicate wall and soffit joint patterns, joint details, and molding profiles. D. Selection Samples: Submit manufacturer's standard range of samples illustrating available coating colors and textures. E. Verification Samples: Submit actual samples of selected coating on specified substrate, minimum 12 inches square, illustrating project colors and textures. F. Manufacturer's Installation Instructions: Indicate preparation required, installation techniques, and jointing requirements. 1.05 QUALITY ASSURANCE A. Maintain copy of specified installation standard and manufacturer's installation instructions at project site during installation. B. Installer Qualifications: Company specializing in the type of work specified and with at least five years of documented experience. 1.06 MOCK-UPS A. Construct 5'-0" x 5-0" mock-up of typical EIFS application on specified substrate and including flashings, joints, and edge conditions. B. Locate mock-up where directed. C. Mock-up may remain as part of the Work if accepted by Architect. - 1.07 DELIVERY, STORAGE, AND HANDLING - A. Delivery: Deliver materials to project site in manufacturer's original, unopened.contaters with labels intact. Inspect materials and notify manufacturer of any discrepancies. B. Storage: Store materials as directed by manufacturer's written instructions. 1. Protect adhesives and finish materials from freezing, temperatures below 40 degrees F ..1 and temperatures in excess of 90 degrees F. ' Construction Documents EXTERIOR INSULATION AND FINISH SYSTEMS 05/22/18 07 2400 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA 1.08 FIELD CONDITIONS A. Do not prepare materials or apply EIFS under conditions other than those described in the manufacturer's written instructions. B. Do not prepare materials or apply EIFS during inclement weather unless areas -of instali�tion are protected. Protect installed EIFS areas from inclement weather until dry. ` , PART 2 PRODUCTS 2.01 MANUFACTURERS A. Basis of Design: Stuc-o-flex International, Inc., PRM (Polymer Reinforced Mortar. Bad with Fiberglass Reinforcing Mesh and Finish Coat. v �„ B. Other Acceptable Exterior Insulation and Finish Systems Manufacturers j " 1. Substitutions: See Section 01 6000 - PRODUCT REQUIREMENTS. J 2.02 EXTERIOR INSULATION AND FINISH SYSTEM A. Exterior Insulation and Finish System: DRAINAGE type; reinforced finish coating on flat -backed insulation board adhesive -applied directly to water -resistive coating over substrate; provide a complete system that has been tested to show compliance with the following characteristics; include all components of specified system and substrate(s) in tested samples. B. Allowable Wind Loading: At least 25 psf, positive and negative, determined by testing conducted in accordance with ASTM E 330, with maximum deflection of 1/120 and factor of safety of 3.0. C. Fire Characteristics: 1. Flammability: Pass, when tested in accordance with NFPA 285. 2. Ignitibility: No sustained flaming when tested in accordance with NFPA 268. 3. Potential Heat of Foam Plastic Insulation Tested Independently of Assembly: No portion of the assembly having potential heat that exceeds that of the insulation sample tested for flammability (above), when tested in accordance with NFPA 259 with results expressed in Btu per square foot. D. Adhesion of Water -Resistive Coating to Substrate: For each combination of coating and substrate, minimum flatwise tensile bond strength of 15 psi, when tested in accordance with ASTM C297/C297M. E. Adhesion to Water -Resistive Coating: For each combination of insulation board and substrate, when tested in accordance with ASTM C297/C297M, maximum adhesive failure of 25 percent unless flatwise tensile bond strength exceeds 15 psi in all samples. F. Water Penetration Resistance: No water penetration beyond the plane of the base coat/insulation board interface after 15 minutes, when tested in accordance with ASTM E331 at 6.24 psf differential pressure with tracer dye in the water spray; include in tested sample at least two vertical joints and one horizontal joint of same type to be used in construction; disassemble sample if necessary to determine extent of water penetration. G. Drainage Efficiency: Average minimum efficiency of 90 percent, when tested in accordance with ASTM E2273 for 75 minutes. H. Salt Spray Resistance: No cracking, checking, crazing, erosion, blistering, peeling, delamination, or corrosion of finish coating after 300 hours exposure in accordance with ASTM B117, using at least three samples matching intended assembly, at least 4 by 6 inches in size. I. Freeze -Thaw Resistance: No cracking, checking, crazing, erosion, blistering, peeling, delamination, or corrosion of finish coating when viewed under 5x magnification after 10 cycles, when tested in accordance with ICC-ES AC219 or ]CC -ES AC235. J. Weathering Resistance: No cracking, checking, crazing, erosion, blistering, peeling, delamination, or corrosion of finish coating when viewed under 5x magnification after 2000 hours of accelerated weathering conducted in accordance with ASTM G153 Cycle 1 or ASTM G 155 Cycles 1, 5, or 9. EXTERIOR INSULATION AND FINISH SYSTEMS Construction Documents 07 2400 - 2 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 K. Water Degradation Resistance: No cracking, checking, crazing, erosion, blistering, peeling, delamination, or corrosion of finish coating after 14 days exposure, when tested in accordance with ASTM D2247. L. Mildew Resistance: No growth supported on finish coating during 28 day exposure period, when tested in accordance with ASTM D3273. M. Abrasion Resistance Of Finish: No cracking, checking or loss of film integrity when tested in accordance with ASTM D968 with 113.5 gallons of sand. N. Impact Resistance: Construct system to provide the following impact resistance without exposure of broken reinforcing mesh, when tested in accordance with ASTM E2486/E2486M: 1. Standard: 25 to 49 in -lb, for areas not indicated as requiring higher impact resistance. 2. Medium: 50 to 89 in -lb, for areas indicated on drawings. 2.03 MATERIALS A. Finish Coating Top Coat: Water -based, air curing, acrylic or polymer -based finish with integral color and texture. 1. Texture: Medium. 2. Basis of Design: Stuco-Flex Top Coat (Stuco-flex International, Inc) 3. Color: As selected from manufacturer's range of standard colors. B. Base Coat: Fiber -reinforced, acrylic or polymer -based product compatible with insulation board and reinforcing mesh, Class PB. C. Cementitious Substrate Boards: Type A exterior units, fiber -mat reinforced; ASTM C1325. 1. Thickness: 1/2 inch. 2. Size: 48 by 96 inches. D. Water -Resistive Barrier Coating: Fluid -applied air and water barrier membrane; applied to sheathing; furnished or approved by EIFS manufacturer. E. Flashing Tape: Self -adhering rubberized asphalt tape with polyethylene backing or other material and surface conditioner furnished or approved by EIFS manufacturer. 2.04 ACCESSORIES A. Metal Flashings: See Section 07 6200. ; b B. Trim: EIFS manufacturer's standard PVC or galvanized steel trim accessories, as required fora complete project and including starter track and drainage accessories. - C. Sealant Materials: Compatible with EIFS materials and as recommended by EIFS manufacturer. PART 3 EXECUTION 3.01 PREPARATION' A. Apply primer to substrate as recommended by EIFS manufacturer for project conditions. 3.02 INSTALLATION -GENERAL A. Install in accordance with EIFS manufacturer's instructions and ASTM C1397. 1. Where different requirements appear in either document, comply with the most stringent. 2. Neither of these documents supercedes provisions of Contract Documents that defines contractual relationships between parties or scope of this work. 3.03 INSTALLATION - WATER -RESISTIVE BARRIER A. Apply barrier coating as recommended by coating manufacturer; prime substrate as required before application. B. Mechanically attach sheet materials to substrate using fasteners and fastener spacing recommended by EIFS manufacturer. C. Seal substrate transitions and intersections with other materials to form continuous water -resistive barrier on exterior of sheathing, using method recommended by manufacturer. Construction Documents EXTERIOR INSULATION AND FINISH SYSTEMS 05/22/18 07 2400 - 3 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.02.3 Iowa City, IA D. At door and window rough openings and other wall penetrations, seal water -resistive barrier and flexible flashings to rough opening before installation of metal flashings, sills, or frames, using method recommended by manufacturer. E. At moving expansion joints, apply flexible flashing or flashing tape across and recessed into joint with U-loop forming continuous barrier but allowing movement. F. Lap flexible flashing or flashing tape at least 2 inches on each side of joint or transition. 3.04 INSTALLATION - INSULATION A. Install in accordance with manufacturer's instructions. B. Prior to installation of boards, install starter track and other trim level and plumb and securely fastened. Install only in full lengths, to minimize moisture intrusion; cut horizontal trim tight to vertical trim. C. Install back wrap reinforcing mesh at all openings and terminations that are not to be protected with trim. D. On wall surfaces, install boards horizontally. On horizontal surfaces, install boards E. Place boards in a method to maximize tight joints. Stagger vertical joints and interlock at corners. Butt edges and ends tight to adjacent board and to protrusions. Achieve a continuous flush insulation surface, with no gaps in excess of 1/16 inch. F. Fill gaps greater than 1/16 inch with strips or shims cut from the same insulation material. G. Rasp irregularities off surface of installed insulation board. 3.05 PROTECTION A. Protect completed work from damage and soiling by subsequent work. END OF SECTION "-' EXTERIOR INSULATION AND FINISH SYSTEMS Construction Documents 07 2400 - 4 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 07 2600 - VAPOR RETARDERS PART 1 GENERAL 1.01 SECTION INCLUDES A. Vapor retarders. 1.02 RELATED REQUIREMENTS A. Section 06 1000 - Rough Carpentry: Vapor retarders on wall framing. B. Section 07 2100 - Thermal Insulation: Vapor retarder installed in conjunctiorf,With Batt insulation. r #" 1.03 REFERENCE STANDARDS ? A. ASTM D1970/D1970M - Standard Specification for Self -Adhering Polymer Modified1PIkuminous Sheet Materials Used as Steep Roofing Underlayment for Ice Dam Protection; 2013. B. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials; 2015a. C. ASTM E96/E96M - Standard Test Methods for Water Vapor Transmission of Materials; 2014. 1.04 SUBMITTALS A. See Section 01 3000 - Administrative Requirements for submittal procedures. B. Product Data: Provide data on material characteristics, performance criteria, and limitations. C. Manufacturer's Installation Instructions: Indicate preparation, installation methods, and storage and handling criteria. 1.05 FIELD CONDITIONS A. Maintain temperature and humidity recommended by materials manufacturers before, during, and after installation. PART 2 PRODUCTS 2.01 VAPOR RETARDERS A. Vapor Retarder Sheet: Polyamide nylon sheet intended for use with unfaced, vapor -permeable insulation such as fiberglass and mineral wool in wall and ceiling cavities. 1. Thickness: 2 mil, 0.002 inch. 2. Water Vapor Permeance: 1.0 perm, maximum, when tested in accordance with ASTM E96/E96M using Desiccant Method. 3. Surface Burning Characteristics: Smoke developed index of 450 or less, and flame spread index of 25 or less, Class A, when tested in accordance with ASTM E84. 4. Products: a. CertainTeed Corporation; MemBrain Continuous Air Barrier and Smart Vapor Retarder: www.certainteed.com/#sle. b. Substitutions: See Section 01 6000 - PRODUCT REQUIREMENTS. 2.02 ACCESSORIES A. Sealants, Tapes, and Accessories for Sealing Vapor Retarder and Adjacent Substrates: As indicated, complying with vapor retarder manufacturer's installation instructions. B. Flexible Flashing: Self-adhesive sheet flashing complying with ASTM D1970/D1970M; slip resistance requirement waived if not installed on roof. 1. Width: 4 inches. C. Sill Plate Sealer: Closed -cell foam tape with rubberized adhesive membrane; bridges gap between foundation structure and sill plate or skirt board. 1. Width: 3-1/2 inches. 2.. Ultraviolet (UV) and Weathering Resistance: Approved by manufacturer for up to 30 days of weather exposure. D. Vapor Retarder Tape: Coated polyester film with acrylic adhesive backing; pressure sensitive. Construction Documents VAPOR RETARDERS 05/22/18 07 2600 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA Products: a. Henry Company; Henry Sheathing Tape: www.henry.com/#sle. b. Substitutions: See Section 01 6000 - PRODUCT REQUIREMENTS. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that surfaces and conditions comply with requirements of this section. 3.02 PREPARATION A. Remove projections, protruding fasteners, and loose or foreign matter that might interfere with proper installation. 3.03 INSTALLATION A. Install materials in accordance with manufacturer's installation instructions. B. Vapor Retarders: Install continuous airtight barrier over surfaces indicated, with sealed seams and sealed joints to adjacent surfaces. C. Apply sealants and adhesives within recommended temperature range in accordance with manufacturer's installation instructions. D. Mechanically Fastened Sheets - Vapor Retarder On Interior: 1. When insulation is installed within assembly, install vapor retarder over insulation. 2. Anchor to wood framing using large -headed nails or staples at 12 to 18 inches on center along each framing member covered; cover fasteners with seam tape. 3. Seal seams, laps, perimeter edges, penetrations, tears, and cuts with self-adhesive tape, providing an airtight seal. 4. Locate laps at framing members; at laps fasten one sheet to framing member then tape overlapping sheet to first sheet in shingle fashion to shed water. 5. Seal entire perimeter to structure, window and door frames, and other penetrations. 6. Where conduits, pipes, wires, ducts, outlet boxes, and other items are installed within insulation cavity, pass vapor retarder sheet behind these items and over insulation to maintain airtight seal. 3.04 FIELD QUALITY CONTROL A. See Section 01 4000 - Quality Requirements for additional requirements. 3.05 PROTECTION A. Do not leave materials exposed to weather longer than recommended by manufacturer. END OF SECTION Ti ^` _CD y«+j ,ram VAPOR RETARDERS Construction Documents 07 2600 - 2 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 07 3113 - ASPHALT SHINGLES PART 1 GENERAL 1.01 SECTION INCLUDES A. Asphalt shingle roofing installed with open valleys.R: B. Flexible sheet membranes for eave protection, underlayment, and valley protection. s, C. Metal flashing. 1.02 RELATED REQUIREMENTS # _7 A. Section 06 1000 - Rough Carpentry: Roof sheathing and framed openings' B. Section 07 2400 - Exterior Insulation Finish Systems C. Section 07 6200 - Sheet Metal Flashing and Trim: Edge and cap flashings. `0 1.03 REFERENCE STANDARDS A. ASTM D197001970M - Standard Specification for Self -Adhering Polymer Modified Bituminous Sheet Materials Used as Steep Roofing Underlayment for Ice Dam Protection; 2013. B. ASTM D3462 - Standard Specification for Asphalt Shingles Made From Glass Felt and Surfaced with Mineral Granules; 2010a. C. ASTM D4586/D4586M - Standard Specification for Asphalt Roof Cement, Asbestos -Free; 2007 (Reapproved 2012). D. ASTM E96/E96M - Standard Test Methods for Water Vapor Transmission of Materials; 2014. E. ASTM E108 - Standard Test Methods for Fire Tests of Roof Coverings; 2011. F. ASTM F1667/F1667M - Standard Specification for Driven Fasteners: Nails, Spikes, and Staples; 2021 a. G. UL (DIR) - Online Certifications Directory; current listings at database.ul.com. 1.04 SUBMITTALS A. See Section 01 3300 - Construction Submittsls, for submittal procedures. B. Product Data: Provide data indicating material characteristics, performance criteria, and limitations. C. Shop Drawings: For metal flashings, indicate specially configured metal flashings, jointing methods and locations, fastening methods and locations, and installation details. D. Samples: Submit two samples of each shingle color selected indicating color range and finish texture/pattern E. Manufacturer's Installation Instructions: Indicate installation criteria and procedures. F. Warranty Documentation: Submit manufacturer warranty and ensure that forms have been completed in Owner's name and registered with manufacturer. 1.05 QUALITY ASSURANCE A. Products are Required to Comply with Fire Resistance Criteria: UL (DIR) listed and labeled. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver and store materials with labels intact in manufacturer's unopened packaging until ready for installation. B. When storing roofing materials on roofing system ensure that no damage occurs to supporting members and other materials. 1.07 FIELD CONDITIONS A. Do not install shingles, eave protection membrane or underlayment when surface, ambient air, or wind chill temperatures are below 45 degrees F. Construction Documents ASPHALT SHINGLES 05/22/18 07 3113 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA 1.08 WARRANTY A. See Section 01 7800 - Closeout Submittals for additional warranty requirements. 1.09 EXTRA MATERIALS A. See Section 01 6000 - Product Requirements, for additional provisions. B. Provide 25 sq ft of extra shingles of each color specified. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Asphalt Shingles: 1. Atlas Roofing Corporation; : www.atlasroofing.com/#sle. 2. Certainteed Roofing; Landmark Premium Shingles: www.certainteed.com/#sle. 3. Owens Corning Corp; : www.owenscorning.com/#sle. 4. Substitutions: See Section 01 6000 - PRODUCT REQUIREMENTS. 2.02 ASPHALT SHINGLES A. Asphalt Shingles: Asphalt -coated glass felt, mineral granule surfaced, complying with ASTM D3462. 1. Fire Resistance: Class A, complying with ASTM E108. - 2. Warranted Wind Speed: Not greater than 150 mph. c 3. Weight: 235 Ib/100 sq ft, minimum. > 4. Self-sealing type. 5. Style: Square. i rn 6. Color: As selected by Architect. r 7 j B. Cap Shingles: Z ridge shingles. 2.03 SHEET MATERIALS r A. Eave and Valley Protection Membrane: Rubberized asphalt sheet bonded to sheet" polyethylene, complying with ASTM D1970, 40 mil total thickness, with strippable treated release paper mineral granule. 1. "Ice and Water Shield" manufactured by Grace Construction Products: www. 2. "CCW WIP 300H7 manufactured by Carlisle Coatings and Waterproofing: www.carlisle-ccw.com. 3. Substitutions: See Section 01 6000 - Product Requirements. B. Underlayment: Synthetic non -asphaltic sheet, intended by manufacturer for mechanically fastened roofing underlayment without sealed seams. 1. Self Sealability: Passing nail sealability test specified in ASTM D1970/D1970M. 2. Low Temperature Flexibility: Passing test specified in ASTM D1970/D1970M. 3. Water Vapor Permeance: Vapor retarder; maximum of 0.1 perm, when tested in accordance with ASTM E96/E96M Procedure A, desiccant method. 4. Fasteners: As recommended by manufacturer or building code qualification report or approval. 5. Products: a. Substitutions: See Section 01 6000 - PRODUCT REQUIREMENTS. C. Flexible Flashing: Same material as "Eave Protection Membrane". 2.04 METAL FLASHING A. Metal Flashing: Galvanized steel; see Section 07 6200. B. Aluminum Flashing: Prefinished aluminum, 26 gauge, 0.017 inch minimum thickness; stucco embossed, PVC coating, color as selected. ASPHALT SHINGLES Construction Documents 07 3113 - 2 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 2.05 ACCESSORIES A. Roofing Nails: Standard round wire shingle type, galvanized steel, stainless steel, aluminum roofing nails, or copper roofing nails, minimum 3/8-inch head diameter, 12-gauge, 0.109-inch nail shank diameter, 1-1/2 inches long and complying with ASTM F1667/F1667M. B. Nails: Standard round wire shingle type, of hot -dipped zinc coated steel, 10 wire gage, 0. 10 19 inch shank diameter, 3/8 inch head diameter, of sufficient length to penetrate through roof sheathing or 3/4 inch into roof sheathing or decking. C. Asphalt Roof Cement: ASTM D4586/D4586M, asbestos -free. 2.06 METAL FLASHINGS A. Metal Flashings: Provide sheet metal eave edge and other flashing indicated. 1. Form flashings to profiles indicated on Drawings. 2. Form sections square and accurate to profile, in maximum possible lengths, free from distortion or defects detrimental to appearance or performance. ..J 3. Hem exposed edges of flashings minimum 1/4 inch on underside. 4. Coat concealed surfaces of flashings with bituminous paint. ;ram µ B. Sheet Metal: Prefinished aluminum, 0.032 inch thick; PVC coating, color 6,4 selecw C. Bituminous Paint: Acid and alkali resistant type; black color. n� PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions prior to starting this work. B. Verify that roof penetrations and plumbing stacks are in place and flashed to deck surface. C. Verify roof openings are correctly framed. D. Verify deck surfaces are dry, free of ridges, warps, or voids. 3.02 PREPARATION A. Broom clean deck surfaces before installing underlayment or eave protection. B. Install eave edge flashings tight with fascia boards, weather lap joints 2 inches and seal with roof cement, and secure flange with nails spaced inches on center. 3.03 INSTALLATION A. Eave Protection Membrane: 1. Install eave protection membrane from eave edge to minimum 48 inches up -slope beyond interior face of exterior wall. B. Underlayment: 1. Roof Slopes Greater Than 4:12:. Install underlayment perpendicular to slope of roof, with ends and edges weather lapped minimum 4 inches; stagger end laps of each consecutive layer, nail in place, and weather lap minimum 4 inches over eave protection. 2. Weather lap and seal watertight with plastic cement any items projecting through or mounted on roof. C. Metal Flashing: 1. Weather lap joints minimum 2 inches and seal weather tight with plastic cement. 2. Items Projecting Through or Mounted on Roofing: Flash and seal weather tight with plastic cement. D. Shingles: 1. Install shingles in accordance with manufacturer's instructions and NRCA (RM) applicable requirements. a. Fasten individual shingles using two nails per shingle, or as required by manufacturer and local building code, whichever is greater. b. Fasten strip shingles using four nails per strip, or as required by manufacturer and local building code, whichever is greater. Construction Documents ASPHALT SHINGLES 05/22/18 07 3113 - 3 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA Place shingles in straight coursing pattern with 5-inch weather exposure to produce double thickness over full roof area, and provide double course of shingles at eaves. Project first course of shingles 3/4 inch beyond fascia boards. Extend shingles 1/2 inch beyond face of gable edge fascia boards. Complete installation to provide weathertight service. 3.04 CLEANING A. See Section 01 7000 - Execution and Closeout Requirements for additional requirements. B. Clean exposed work upon completion of installation; remove grease and oil films, excess joint sealer, handling marks, and debris from installation, leaving work clean and unmarked, free from dents, creases, waves, scratch marks, or other damage to finish. 3.05 INSTALLATION - EAVE PROTECTION MEMBRANE A. Install self -adhering, eave protection membrane from eave edge to minimum 2 ft up -slope beyond interior face of exterior wall. B. Install eave protection membrane in accordance with manufacturer's instructions and 1 applicable requirements. 3.06 INSTALLATION - UNDERLAYMENT A. Underlayment At Roof Slopes Greater Than 4:12: Install underlayment perpendicular to slope of roof, with ends and edges weather lapped minimum 4 inches. Stagger end laps of each consecutive layer. Nail in place. Weather lap minimum 4 inches over eave protection. B. Items projecting through or mounted on roof: Weather lap and seal watertight with plastic cement. 3.07 INSTALLATION - VALLEY PROTECTION MEMBRANE A. Install self -adhering, flexible valley protection membrane full length of valley in accordance with manufacturer's instructions. B. Center 36 inch wide roll on valley; weather lap joints minimum 2 inches. C. At Exposed Valleys: Install one layer of sheet metal flashing,. minimum 24 inches wide, centered over open valley and crimped to guide water. Weather lap joints minimum 2 inch wide band of lap cement along each edge of first, press roll roofing into cement, and nail in place minimum 18 inches on center, 1 inch from edges. 3.08 INSTALLATION - METAL FLASHING AND ACCESSORIES A. Install flashings in accordance with manufacturer's instructions and 1 applicable requirements. B. Weather lap joints minimum 2 inches and seal weather tight with plastic cement. C. Secure in place with nails at 8 inches on center. Conceal fastenings. D. Items Projecting Through or Mounted on Roofing: Flash and seal weather tight with plastic cement. 3.09 INSTALLATION -SHINGLES A. Install shingles in accordance with manufacturer's instructions manufacturer's instructions and 1 applicable requirements. 1. Fasten individual shingles using 4 nails per shingle, or as required by code, whichever is greater. 2. Place continuous starter strip along eave edges; project 3/4 inch beyond fasciAoards; fasten within 2 inches of lower edge using nails spaced no greater than 6 inch-a'.part." B. Place shingles in straight coursing pattern with 5-5/8 inch weather exposure to prodyte double thickness over full roof area. , C. Project first course of shingles 3/4 inch beyond fascia boards. 4 D. Extend shingles 1/2 inch beyond face of gable edge fascia boards. ASPHALT SHINGLES Construction Documents 07 3113 - 4 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 E. After installation, place one daub of plastic cement, one inch diameter under each individual shingle tab exposed to weather along roof edges, to prevent lifting. F. Coordinate installation of roof mounted components or work projecting through roof with weather tight placement of counterflashings. G. Complete installation to provide weather tight service. 3.10 PROTECTION A. Do not permit traffic over finished roof surface; protect roofing until completion of project. END OF SECTION (91 rY4Rj t � Construction Documents ASPHALT SHINGLES 05/22/18 07 3113 - 5 Neumann Monson Architects City of Iowa O\ -L we City Park Festival Stage Impmvmen% 18.023 Iowa City, IA �C7 4r* r--) ASPHALT SHINGLES ConsrlumonDocuments OZ 3113-6 05/2 J a City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 07 6200 - SHEET METAL FLASHING AND TRIM PART 1 GENERAL 1.01 SECTION INCLUDES A. Fabricated sheet metal items, including flashings, counterflashings, gutters, downspouts, and trim. B. Sealants for joints within sheet metal fabrications. C. Precast concrete splash pads. 1.02 RELATED REQUIREMENTS t A. Section 07 7123 - Manufactured Gutters and Downspouts. , B. Section 07 9200 - Joint Sealants: Sealing non -lap joints between sheet metal fabrications and. adjacent construction. C. Section 07 2400 - Exterior Insulation and Finish Systems D. Section 07 3113 - Asphalt Shingles: Steep Slope Roofing 1.03 REFERENCE STANDARDS A. AAMA 2605 - Voluntary Specification, Performance Requirements and Test Procedures for Superior Performing Organic Coatings on Aluminum Extrusions and Panels; 2013. B. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process; 2015. C. ASTM A666 - Standard Specification for Annealed or Cold -Worked Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar; 2015. D. ASTM B209/B209M - Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate; 2021 a. E. ASTM B209 - Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate; 2014. F. ASTM C920 - Standard Specification for Elastomeric Joint Sealants; 2014. G. SMACNA (ASMM) - Architectural Sheet Metal Manual; 2012. 1.04 ADMINISTRATIVE REQUIREMENTS A. Preinstallation Meeting: Convene one week before starting work of this section. 1.05 SUBMITTALS A. Shop Drawings: Indicate material profile, jointing pattern, jointing details, fastening methods, flashings, terminations, and installation details. B. Samples: Submit two samples 12 inches long in size illustrating metal profile and finish/color. 1.06 QUALITY ASSURANCE A. Perform work in accordance with SMACNA (ASMM) requirements and standard details, except as otherwise indicated. B. Fabricator and Installer Qualifications: Company specializing in sheet metal work with 3 years of documented experience. 1.07 DELIVERY, STORAGE, AND HANDLING A. Stack material to prevent twisting, bending, and abrasion, and to provide ventilation. Slope metal sheets to ensure drainage. B. Prevent contact with materials that could cause discoloration or staining. PART 2 PRODUCTS 2.01 SHEET MATERIALS A. Galvanized Steel: ASTM A653/A653M, with G90/Z275 zinc coating; minimum 24-gauge, 0.0239-inch thick base metal. Construction Documents SHEET METAL FLASHING AND TRIM 05/22/18 07 6200 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA B. Pre -Finished Galvanized Steel: ASTM A 653/A 653M, with G90/Z275 zinc coating; minimum 24 gage (0.0276 inch thick) base metal, shop pre -coated with PVDF coating. 1. Polyvinylidene Fluoride (PVDF) Coating: Superior performing organic powder coating, AAMA 2605; multiple coat, thermally cured fluoropolymer finish system. 2. PVDF (Polyvinylidene Fluoride) Coating: Superior Performance Organic Finish, AAMA 2605; multiple coat, thermally cured fluoropolymer finish system; custom color to match approved sample. C. Pre -Finished Aluminum: ASTM 13209/13209M, 3005 alloy, H12 or H14 temper; 18 gauge, 0.040 inch thick; plain finish shop pre -coated with silicone modified polyester coating. D. Pre -Finished Aluminum: ASTM B 209 (ASTM B 209M); 0.040 inch thick; plain finish shop pre coated with fluoropolymer coating of color as selected. 1. Fluoropolymer Coating: Superior Organic Finish, AAMA 2605; multiple coat, thermally cured fluoropolymer finish system; custom color to match existing adjacent metal panels. E. Stainless Steel: ASTM A666, Type 304 alloy, soft temper, 28 gauge, 0.0156 inch thick; smooth No. 4 - Brushed finish. 2.02 FABRICATION A. Form sections true to shape, accurate in size, square, and free from distortion or defects. B. Form pieces in longest possible lengths. C. Hem exposed edges on underside 1/2 inch; miter and seam corners. D. Form material for splice plates under butt joints, except where otherwise indicated. At moving joints, use sealed lapped, bayonet -type or interlocking hooked seams. E. Fabricate corners from one piece with minimum 18-inch long legs; seam for rigidity, seal with sealant. F. Fabricate vertical faces with bottom edge formed outward 1/4 inch (6 mm) and'hemmeO to form, drip. 2.03 GUTTERS AND DOWNSPOUTS s A. Gutters: SMACNA (ASMM), Rectangular profile. B. Downspouts: Rectangular profile. C. Gutters and Downspouts: Size for rainfall intensity determined by a storm occurrence of 1 in 10 years in accordance with SMACNA (ASMM)."-, D. Gutters and Downspouts: Size 4"xY Rectangular Profile E. Accessories: Profiled to suit gutters and downspouts. 1. Anchorage Devices: In accordance with SMACNA (ASMM) requirements. 2. Gutter Supports: Brackets and straps. 3. Downspout Supports: Brackets. F. Splash Pads: Precast concrete type, of size and profiles indicated; minimum 3,000 psi at 28 days, with minimum 5 percent air entrainment. G. Downspout Extenders: Same material and finish as downspouts. H. Seal metal joints. 2.04 ACCESSORIES A. Fasteners: Stainless steel, with soft neoprene washers. B. Primer Type: Zinc chromate. C. Concealed Sealants: Non -curing butyl sealant. D. Exposed Sealants: ASTM C920; elastomeric sealant, with minimum movement capability as recommended by manufacturer for substrates to be sealed; color to match adjacent material. SHEET METAL FLASHING AND TRIM Construction Documents 07 6200 - 2 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 PART 3 EXECUTION 3.01 EXAMINATION A. Verify roof openings, curbs, pipes, sleeves, ducts, and vents through roof are solidly set, reglets in place, and nailing strips located. B. Verify roofing termination and base flashings are in place, sealed, and secure. 3.02 PREPARATION A. Install starter and edge strips, and cleats before starting installation. B. Back paint concealed metal surfaces with protective backing paint to a minimum dry film thickness of 15 mil, 0.015 inch. 3.03 INSTALLATION A. Secure flashings in place using concealed fasteners, and use exposed fasteners only where permitted. B. Fit flashings tight in place; make corners square, surfaces true and straight in planes, and lines accurate to profiles. C. Seal metal joints watertight. D. Secure gutters and downspouts in place with concealed fasteners. E. Slope gutters 1 oz/sq ft1/8 inch per foot minimum. F. Set splash pads under downspouts. END OF SECTION w 47) ♦ � � �lf�; y -� Construction Documents SHEET METAL FLASHING AND TRIM 05/22/18 07 6200 - 3 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA <, t Cn !; c: 3 SHEET METAL FLASHING AND TRIM Construction Documents 07 6200 - 4 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 07 7200 - ROOF ACCESSORIES :7_1AswelA01;1[L,1I 1.01 SECTION INCLUDES -� A. Eave vents._ 1.02 RELATED REQUIREMENTS `- A. Section 07 3113 - Asphalt Shingles. CYN B. Section 07 5400 - Thermoplastic Membrane roofing. `"�' M C. Section 07 6200 - Sheet Metal Flashing and Trim: Roof accessory items fabricated'from sheet metal. 1.03 REFERENCE STANDARDS " A. ASTM 13209/13209M - Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate; 2021 a. 1.04 SUBMITTALS A. See Section 01 3300 - Construction Submittals for submittal procedures. B. Product Data: Manufacturer's data sheets on each product to be used. 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Installation methods. 4. Maintenance requirements. C. Warranty Documentation: 1. Submit manufacturer warranty. 2. Ensure that forms have been completed in Owner's name and registered with manufacturer. 1.05 DELIVERY, STORAGE, AND HANDLING A. Store products in manufacturer's unopened packaging until ready for installation. B. Store products under cover and elevated above grade. 1.06 WARRANTY A. See Section 01 7800 - Closeout Submittals for additional warranty requirements. PART 2 PRODUCTS 2.01 ROOF VENTS A. Eave Vents: Factory fabricated, formed panels with integral attachment flanges and snap -on cover. 1. Vent Material: 0.040-inch thick aluminum. 2. Perforated Screen: 24-gauge, 0.0239-inch galvanized steel; with 54 percent open area perforation. 3. Finish: Manufacturer's standard mill finish. 4. Finish Color: To be selected by Architect from manufacturer's standard range. 5. Products: a. Atlas Roofing Corporation; Techni-Flo EV Vented Eave Fascia: www.atlasroofing.com/#sle. b. Certainteed Roofing; Filtered Edge Intake Vent: www.certainteed.com/#sle. c. Substitutions: See Section 01 6000 - PRODUCT REQUIREMENTS. PART 3 EXECUTION 3.01 EXAMINATION A. Do not begin installation until substrates have been properly prepared. Construction Documents ROOF ACCESSORIES 05/22/18 07 7200 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA 3.02 PREPARATION A. Clean surfaces thoroughly prior to installation. B. Prepare surfaces using methods recommended by manufacturer for achieving acceptable results for applicable substrate under project conditions. 3.03 INSTALLATION A. Install in all accessories accordance with manufacturer's instructions, in manner that maintains roofing weather integrity. 3.04 PROTECTION A. Protect installed products until completion of project. B. Touch-up, repair or replace damaged products before Date of Substantial Completion. END OF SECTION r y` ri ' M y1 aj- ROOF ACCESSORIES Construction Documents 07 7200 - 2 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 07 9200 - JOINT SEALANTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Nonsag gunnable joint sealants. B. Joint backings and accessories. 1.02 RELATED REQUIREMENTS A. Section 07 2400 - Exterior Insulation and Finish Systems: Joints at material transistiok B. Section 06 1000 - Rough Carpentry C. Section 07 6200 - Sheet Metal Flashing and Trim. t" D. Section 08 1113 - Hollow Metal Doors and Frames: Sealant around frame, interior an6xterior. 1.03 REFERENCE STANDARDS " A. ASTM C661 - Standard Test Method for Indentation Hardness of Elastomeric-Type Sealants by Means of a Durometer; 2006 (Reapproved 2011). B. ASTM C834 - Standard Specification for Latex Sealants; 2014. C. ASTM C920 - Standard Specification for Elastomeric Joint Sealants; 2014. D. ASTM C1193 - Standard Guide for Use of Joint Sealants; 2013. E. ASTM C1248 - Standard Test Method for Staining of Porous Substrate by Joint Sealants; 2008 (Reapproved 2012). F. ASTM C1330 - Standard Specification for Cylindrical Sealant Backing for Use with Cold Liquid -Applied Sealants; 2002 (Reapproved 2013). 1.04 SUBMITTALS A. Product Data: Submit manufacturer's technical datasheets for each product to be used; include the following: 1. Physical characteristics, including movement capability, VOC content, hardness, cure time, and color availability. 2. List of backing materials approved for use with the specific product. 3. Backing material recommended by sealant manufacturer. 4. Substrates that product is known to satisfactorily adhere to and with which it is compatible. 5. Substrates the product should not be used on. 6. Substrates for which use of primer is required. B. Product Data for Accessory Products: Submit manufacturer's technical data sheet for each product to be used, including physical characteristics, installation instructions, and recommended tools. C. Color Cards for Selection: Where sealant color is not specified, submit manufacturer's color cards showing standard colors available for selection. D. Samples for Verification: Where custom sealant color is specified, obtain directions from Architect and submit at least two physical samples for verification of color of each required sealant. E. Executed warranty. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. 1.06 WARRANTY A. See Section 01 7800 - Closeout Submittals for additional warranty requirements. Construction Documents JOINT SEALANTS 05/22/18 - 07 9200 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA B. Manufacturer Warranty: Provide 2-year manufacturer warranty for installed sealants and accessories that fail to achieve a watertight seal, exhibit loss of adhesion or cohesion, or do not cure. Complete forms in Owner's name and register with manufacturer. 1.07 WARRANTY A. Correct defective work within a five year period after Date of Final Completion. B. Warranty: Include coverage for installed sealants and accessories that fail to achieve watertight seal , exhibit loss of adhesion or cohesion, or do not cure. PART 2 PRODUCTS r 2.01 MANUFACTURERS-, A. Nonsag Sealants: 1. Bostik Inc; www.bostik-us.com/#sle. 2. Dow; www.dow.com/#sle. 3. Hilti, Inc; www.hilti.com/#sle. = fy 4. Momentive Performance Materials, Inc (formerly GE Silicones);�;�," www.momentive.com/#sle. 5. Pecora Corporation; : www.pecora.com/#sle. 6. Sika Corporation; : www.usa.sika.com/#sle. 7. Tremco Commercial Sealants & Waterproofing; : www.tremcoseaIants.com/#sle. 8. Substitutions: See Section 01 6000 - PRODUCT REQUIREMENTS. 2.02 JOINT SEALANT APPLICATIONS A. Scope: 1. Exterior Joints: a. Seal the following joints: 1) Wall expansion and control joints. 2) Joints between doors, windows, and other frames or adjacent construction. 3) Joints between different exposed materials. 2. Interior Joints: a. Seal the following joints: 1) Joints between door frames and window frames and adjacent construction. 2.03 JOINT SEALANTS - GENERAL A. Colors: To be selected by architect, contractor shall provide manufacturer's custom range. 2.04 NONSAG JOINT SEALANTS A. Non -Staining Silicone Sealant: ASTM C920, Grade NS, Uses M and A; not expected to withstand continuous water immersion or traffic. 1. Movement Capability: Plus and minus 50 percent, minimum. 2. Nonstaining to Porous Stone: Nonstaining to light-colored natural stone when tested in accordance with ASTM C1248. 3. Dirt Pick -Up: Reduced dirt pick-up compared to other silicone sealants. 4. Hardness Range: 15 to 35, Shore A, when tested in accordance with ASTM C661. 5. Color: To be selected by Architect from manufacturer's custom range. 6. Cure Type: Single -component, neutral moisture curing. 7. Products: a. Dow; DOWSIL 790 Silicone Building Sealant: www.dow.com/#sle. b. Momentive Performance Materials, Inc/GE Silicones; SCS9000 SilPruf NB - Non -Staining Silicone Weatherproofing Sealant: www.siliconeforbuilding.com/#sle. c. Pecora Corporation; Pecora 890 NST (Non -Staining Technology): www.pecora.com/#sle. d. Sika Corporation; Sikasil WS-290: www.usa.sika.com/#sle. e. Sika Corporation; Sikasil 728NS: www.usa.sika.com/#sle. JOINT SEALANTS Construction Documents 07 9200 - 2 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 f. Tremco Commercial Sealants & Waterproofing; Spectrem 1: www.tremcosealants.com/#sle. g. Tremco Commercial Sealants & Waterproofing; Spectrem 2: www.tremcosealants.com/#sle. h. Tremco Commercial Sealants & Waterproofing; Spectrem 3: www.tremcosealants.com/#sle. i. Tremco Commercial Sealants & Waterproofing; Tremsil 200: www.tremcosealants.com/#sle. r j. Tremco Commercial Sealants & Waterproofing; Tremsil 400: w www.tremcosealants.com/#sle. a" B. Mildew -Resistant Silicone Sealant: ASTM C920, Grade NS, Uses M and A;,single component; mildew resistant; not expected to withstand continuous water immersion or traffic, foxinteritr applications. t-� 1. Color: White. C. Acrylic Emulsion Latex: Water -based; ASTM C834, single component, non-96ininpl non -bleeding, non -sagging; not intended for exterior use. 1. Color: To be selected by Architect from manufacturer's full range. 2.05 ACCESSORIES A. Sealant Backing Materials, General: Materials placed in joint before applying sealants; assists sealant performance and service life by developing optimum sealant profile and preventing three -sided adhesion; type and size recommended by sealant manufacturer for compatibility with sealant, substrate, and application. B. Backer Rod: Cylindrical cellular foam rod with surface that sealant will not adhere to, compatible with specific sealant used, and recommended by backing and sealant manufacturers for specific application. 1. Type for Joints Not Subject to Pedestrian or Vehicular Traffic: ASTM C1330; Type C - Closed Cell Polyethylene. 2. Open Cell: 40 to 50 percent larger in diameter than joint width. 3. Closed Cell and Bi-Cellular: 25 to 33 percent larger in diameter than joint width. C. Masking Tape: Self-adhesive, nonabsorbent, nonstaining, removable without adhesive residue, and compatible with surfaces adjacent to joints and sealants. D. Primers: Type recommended by sealant manufacturer to suit application; nonstaining. PART 3 EXECUTION 3.01 EXAMINATION A. Acceptance of Surfaces and Conditions: Examine substrate surfaces to receive products and systems and associated Work for compliance with requirements and other conditions affecting performance. Proceed only when unsatisfactory conditions have been corrected in a manner complying with Contract Documents. Starting Work within a particular area will be construed as acceptance of surface conditions. B. Verify that joints are ready to receive work. C. Verify that backing materials are compatible with sealants. D. Verify that backer rods are of the correct size. 3.02 PREPARATION A. General: Comply with manufacturer's instructions, recommendations, and specifications for cleaning and surface preparation. Surfaces shall have no defects, contaminants, or errors which would result in poor or potentially defective installation or would cause latent defects in Work. Provide smooth and clean substrates, free of dust, dirt, and moisture according to manufacturer's written instructions. B. Remove loose materials and foreign matter that could impair adhesion of sealant. C. Clean joints, and prime as necessary, in accordance with manufacturer's instructions. Construction Documents JOINT SEALANTS 05/22/18 07 9200 - 3 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA D. Perform preparation in accordance with manufacturer's instructions and ASTM C1193. E. Mask elements and surfaces adjacent to joints from damage and disfigurement due to sealant work; be aware that sealant drips and smears may not be completely removable. 3.03 INSTALLATION A. Install this work in accordance with sealant manufacturer's requirements for preparation of surfaces and material installation instructions. B. Provide joint sealant installations complying with ASTM C1193. C. Measure joint dimensions and size joint backers to achieve width -to -depth ratio, neck dimension, and surface bond area as recommended by manufacturer, except where specific dimensions are indicated. D. Install bond breaker backing tape where backer rod cannot be used. E. Install sealant free of air pockets, foreign embedded matter, ridges, and sags, and without getting sealant on adjacent surfaces. F. Do not install sealant when ambient temperature is outside manufacturer's recommended temperature range, or will be outside that range during the entire curing period, unless manufacturer's approval is obtained and instructions are followed. G. Nonsag Sealants: Tool surface concave, unless otherwise indicated; remove masking tape immediately after tooling sealant surface. 3.04 FIELD QUALITY CONTROL A. See Section 01 4000 - Quality Requirements for additional requirements. B. Remove and replace failed portions of sealants using same materials and procedures as indicated for original installation. END OF SECTION JOINT SEALANTS 07 9200 - 4 CT ca Construction Documents 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 08 1113 - HOLLOW METAL DOORS AND FRAMES PART 1 GENERAL 1.01 SECTION INCLUDES tLAJ A. Non -fire -rated hollow metal doors and frames. CD -` B. Thermally insulated hollow metal doors with frames. 1.02 RELATED REQUIREMENTS .4. C- CT1 V-. A. Section 08 7100 -Door Hardware. - °:.� -` 3 B. Section 09 9000 - Painting and Coating: Field -applied finish painting for interior�steeldoors a d frames. 1.03 REFERENCE STANDARDS A. 2010 ADA Standards for Accessible Design- US DoJ Rev. Regulations for Titles II and III, Americans with Disabilities Act of 1990 as adopted by Iowa State Building Code 661-302.1 B. ANSI/ICC A117.1 - American National Standard for Accessible and Usable Buildings and Facilities; International Code Council; 2009. C. ANSI/SDI A250.3 - Test Procedure and Acceptance Criteria for Factory Applied Finish Coatings for Steel Doors and Frames; 2007 (R2011). D. ANSI/SDI A250.4 - Test Procedure and Acceptance Criteria for Physical Endurance for Steel Doors, Frames and Frame Anchors; 2011. E. ANSI/SDI A250.8 - Specifications for Standard Steel Doors and Frames (SDI-100); 2014. F. ANSI/SDI A250.10 - Test Procedure and Acceptance Criteria for Prime Painted Steel Surfaces for Steel Doors and Frames; 2011. G. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process; 2015. H. ASTM All 008/A1008M - Standard Specification for Steel, Sheet, Cold -Rolled, Carbon, Structural, High -Strength Low -Alloy, High -Strength Low -Alloy with Improved Formability, Solution Hardened, and Bake Hardenable; 2015. I. ASTM Al011/A1011 M - Standard Specification for Steel, Sheet and Strip, Hot -Rolled, Carbon, Structural, High -Strength Low -Alloy, High -Strength Low -Alloy with Improved Formability, and Ultra -High Strength; 2014. J. ASTM C476 - Standard Specification for Grout for Masonry; 2010. K. BHMA Al56.115 - American National Standard for Hardware Preparation in Steel Doors and Steel Frames; 2014. L. ICC A117.1 - Accessible and Usable Buildings and Facilities; 2009. M. NAAMM HMMA 805 - Recommended Selection and Usage Guide for Hollow Metal Doors and Frames; 2012. N. NAAMM HMMA 830 - Hardware Selection for Hollow Metal Doors and Frames; 2002. O. NAAMM HMMA 831 - Hardware Locations for Hollow Metal Doors and Frames; 2011. P. NAAMM HMMA 860 - Guide Specifications for Hollow Metal Doors and Frames; 2013. 1.04 SUBMITTALS A. See Section 01 3300 - Construction Submittals for submittal procedures. B. Product Data: Materials and details of design and construction, hardware locations, reinforcement type and locations, anchorage and fastening methods, and finishes; and one copy of referenced standards/guidelines. C. Installation Instructions: Manufacturer's published instructions, including any special installation instructions relating to this project. Construction Documents HOLLOW METAL DOORS AND FRAMES 05/22/18 08 1113 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing products specified in this section, with not less than three years documented experience. B. Maintain at project site copies of reference standards relating to installation of products specified. C. Coordination: Coordinate installation of anchorages for hollow metal frames. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors. Deliver such items to Project site in time for installation. 1.06 DELIVERY, STORAGE, AND HANDLING A. Protect with resilient packaging; avoid humidity build-up under coverings; prevent corrosion and adverse effects on factory applied painted finish. PART 2 PRODUCTS, 2.01 MANUFACTURERS „...} A. Hollow Metal Doors and Frames: 1. Ceco Door, an Assa Abloy Group company; www.assaabloydss,com/#9te 2. Curries, an Assa Abloy Group company: www.assaabloydss.com. ._. I 3. Republic Doors, an Allegion brand; www.republicdoor.com/#sle. 4. Steelcraft, an Allegion brand: www.allegion.com/sle. L? 5. Substitutions: See Section 01 6000 - PRODUCT REQUIREMENTS. .:- cm 2.02 PERFORMANCE REQUIREMENTS A. Requirements for Hollow Metal Doors and Frames: 1. Steel Sheet: Comply with one or more of the following requirements; galvannealed steel complying with ASTM A653/A653M, cold -rolled steel complying with ASTM A1008/A1008M, or hot -rolled pickled and oiled (HRPO) steel complying with ASTM A1011/A1011 M, commercial steel (CS) Type B, for each. 2. Accessibility: Comply with ICC A117.1 and ADA Standards. 3. Door Top Closures: Flush end closure channel, with top and door faces aligned. 4. Door Edge Profile: Manufacturers standard for application indicated. 5. Typical Door Face Sheets: Flush. 6. Hardware Preparations, Selections and Locations: Comply with NAAMM HMMA 830 and NAAMM HMMA 831 or BHMA Al56.115 and ANSI/SDI A250.8 (SDI-100) in accordance with specified requirements. 7. Zinc Coating for Typical Exterior Locations: Provide metal components zinc -coated (galvanized) and/or zinc -iron alloy -coated (galvannealed) by the hot -dip process in accordance with ASTM A653/A653M, with manufacturer's standard coating thickness, unless noted otherwise for specific hollow metal doors and frames. 2.03 HOLLOW METAL DOORS A. Door Finish: Factory primed and field finished. B. Exterior Doors: Thermally insulated. 1. Based on NAAMM HMMA Custom Guidelines: a. Comply with guidelines of NAAMM HMMA 860 for Hollow Metal Doors and Frames. b. Performance Level 1 - Light Duty, in accordance with NAAMM HMMA 805. c. Physical Performance Level C, 250,000 cycles; in accordance with ANSI/SDI A250.4. d. Door Face Metal Thickness: 20 gauge, 0.032 inch, minimum. 2. Door Core Material: Manufacturers standard core material/construction and in compliance with requirements. 3. Door Thickness: 1-3/4 inches, nominal. 4. Insulating Value: U-value of 0.50, when tested in accordance with ASTM C1363 or ASTM C 236. HOLLOW METAL DOORS AND FRAMES Construction Documents 08 1113 - 2 05/22/18 City of Iowa City - Lowe; City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 Weatherstripping: Refer to Section 08 7100. Door Finish: Factory primed and field finished. 2.04 HOLLOW METAL FRAMES A. Comply with standards and/or custom guidelines as indicated for corresponding door in accordance with applicable door frame requirements. B. General: C. Exterior Door Frames: Full profile/continuously welded type. 1. Galvanizing: Components hot -dipped zinc -iron alloy -coated (galvannealed) in accordance with ASTM A653/A653M, with A40/ZF120 coating. 2. Frame Metal Thickness: 18 gauge, 0.042 inch, minimum. 3. Frame Finish: Factory primed and field finished. 4. Weatherstripping: Separate, see Section 08 7100. 2.05 FINISHES A. Primer: Rust -inhibiting, complying with ANSI/SDI A250.10, door manufacturer's standard. 2.06 ACCESSORIES A. Frame Anchors - General: ASTM A591/A591M, Commercial Steel (CS), 40Z coating designation; mill phosphatized. 1. For Anchors Built into Exterior Walls: Steel sheet complying with ASTM A1008/A1008M or ASTM Al011/Al011M, hot -dip galvanized according to ASTM A153/A153M, Class B. B. Floor Anchors: Formed from same material as frames, welded to bottom of jambs and mullions with not less than 4 spot welds, not less than 0.0428 inch (18 gage) thick, clip -type anchors, with two holes to receive fasteners, terminating bottom of frames at finish floor surface,,, PART 3 EXECUTION r -. 3.01 EXAMINATION - I A. Verify existing conditions before starting Work. B. Verify that opening sizes and tolerances are acceptable. '?w� -"TI C. Verify that finished walls are in plane to ensure proper door alignment. 3.02 PREPARATION A. Coat inside of exterior frames with asphaltic paint to a thickness of 1/16 inch. ' 3.03 INSTALLATION A. Install doors and frames in accordance with manufacturer's instructions and related requirements of specified door and frame standards or custom guidelines indicated. After wall construction is complete, remove temporary braces. Restore exposed finish by grinding, filling, and dressing, as required to make repaired area smooth, flush, and invisible on exposed faces. 1. Set frames accurately in position, plumbed, aligned, and braced securely until permanent anchors are set. Provide floor anchors for each jamb and mullion that extends to floor, and secure with post -installed anchors or fasteners. 2. Coordinate frame jamb anchor placement with wall construction. 3. Where frames are fabricated in sections because of shipping or handling limitations, field splice at approved locations by welding face joint continuously; grind, fill, dress, and make splice smooth, flush, and invisible on exposed faces. 4. Install frames with removable glazing stops located on secure side of opening. 5. Check plumbness, squareness, and twist of frames as walls are constructed. Shim as necessary to comply with installation tolerances. B. Install door hardware as specified in Section 08 7100. 3.04 FIELD -APPLIED FINISHES A. Painting of Both Sides of Interior Steel Doors and Frames: As specified in Section 09 9000. Construction Documents HOLLOW METAL DOORS AND FRAMES 05/22/18 08 1113 - 3 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA B. High -Performance Coating on Both Sides of Exterior Steel Doors and Frames: As specified in Section 09 9600. 3.05 SCHEDULE - SEE DRAWINGS END OF SECTION u $ C. HOLLOW METAL DOORS AND FRAMES Construction Documents 08 1113 - 4 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 09 9000 - PAINTING AND COATING PART 1 GENERAL 1.01 SECTION INCLUDES A. Surface preparation. B. Field application of paints. C. Scope: Finish all interior plywood surfaces exposed to view and indicated on.drawings.. 1. Interior walls and bottom of soffits and ceilings, and flooring. 2. Mechanical and Electrical: a. In finished areas, paint all insulated and exposed pipes, conduit, boxes, insulated and exposed ducts, hangers, brackets, collars and supports, mechanical equipment, and electrical equipment, unless otherwise indicated. D. Do Not Paint or Finish the Following Items: 1. Items specified to be factory -finished; materials and products having factory -applied primers are not considered factory finished. 2. Items indicated to receive other finishes. 3. Items indicated to remain unfinished. 4. Glass. 1.02 RELATED REQUIREMENTS A. Section 06 1000 - Rough Carpenty: Painted exposed interior surfaces and exterior wood trim. B. Section 07 2400 - Exterior Insulation and Finish Systems: Painting exposed exterior surfaces 1.03 DEFINITIONS A. Conform to ASTM D16 for interpretation of terms used in this Section. 1.04 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 D16 - Standard Terminology for Paint, Related Coatings, Materials, and Applications; 2014. C. ASTM D4442 - Standard Test Methods for Direct Moisture Content Measurement of Wood and Wood -Base Materials; 2007. D. SSPC (PM 1) - Good Painting Practice: SSPC Painting Manual, Vol. 1; Society for Protective Coatings; Fourth Edition. 1.05 SUBMITTALS A. Product Data: Provide complete list of all prcducts to be used, with the following information for each: 1. Manufacturer's name, product name and/or catalog number, the general product category (e.g. "acrylic latex"), and the intended application substrate. 2. Manufacturer's application instructions. 3. VOC and chemical content. B. 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. C. Product Data: Prepare schedule of paint coatings for application to specific substrates, and provide data on all finishing products, including VOC. content and manufacturer's application recommendations. D. Certification: By manufacturer that all paints and coatings comply with VOC limits specified. E. Manufacturer's Instructions: Indicate special surface preparation procedures. F. Maintenance Data: Submit data on cleaning, touch-up, and repair of painted and coated surfaces. Construction Documents PAINTING AND COATING 05/22/18 09 9000 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvement's 18.023 Iowa City, IA G. Maintenance Materials: Furnish the following for Owner's use in maintenance of project. 1. Extra Paint and Coatings: 1 gallon of each color; store where directed. 2. Label each container with color in addition to the manufacturer's label. 1.06 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified, with minimum 5 years documented experience. 1.07 DELIVERY, STORAGE, AND HANDLING A. Deliver products to site in sealed and labeled containers; inspect to verify acceptability. B. Container Label: Include manufacturer's name, type of paint, brand name, lot number, brand code, coverage, surface preparation, drying time, cleanup requirements, color designation, and instructions for mixing and reducing. C. Paint Materials: Store at minimum ambient temperature of 45 degrees F and a maximum of 90 degrees F, in ventilated area, and as required by manufacturer's instructions. 1.08 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. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Provide all paint and coating products from the same manufacturer to the greatest extent possible. B. Basis of Design Top Coat Products and Sheen (regardless of color selection): 1. Sherwin-Williams; ProMar 200 Zero VOC Interior Acrylic Latex, Flat sheen; use on gypsum soffits and ceilings. C. Other Acceptable Manufacturers: 1. Benjamin Moore & Co: www.benjaminmoore.com/#sle. , 2. Diamond Vogel Paint: www.diamondvogel.com. Zt 3. PPG Paints: www.ppgpaints.com. 4. Substitutions: See Section 01 6000 - Product Requirements. D. Primer/Sealers: Same manufacturer as top coats. ,r-- E. Substitutions: See Section 01 6000 - PRODUCT REQUIREMENTS. CD 2.02 PAINTS AND COATINGS - GENERAL A. Provide manufacturer's highest quality product for type of coating specified. .D B. Paints and Coatings: Ready -mixed, unless intended to be a field -catalyzed coating. 1. Provide paints and coatings of a soft paste consistency, capable of being readily and uniformly dispersed to a homogeneous coating, with good flow and brushing properties, and capable of drying or curing free of streaks or sags. 2. Provide materials that are compatible with one another and the substrates indicated under conditions of service and application, as demonstrated by manufacturer based on testing and field experience. 3. For opaque finishes, tint each coat including primer coat and intermediate coats, one-half shade lighter than succeeding coat, with final finish coat as base color. 4. Supply each coating material in quantity required to complete entire project's work from a single production run. 5. Do not reduce, thin, or dilute coatings or add materials to coatings unless such procedure is specifically described in manufacturer's product instructions. PAINTING AND COATING Construction Documents 09 9000 - 2 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 C. Primer/Sealers: Where the manufacturer offers options on primer/sealers for a particular substrate, use primer/sealer categorized as "best" by the manufacturer. D. Volatile Organic Compound (VOC) Content: 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. b. Ozone Transport Commission (OTC) Model Rule, Architectural, Industriat"and Maintenance Coatings; www.otcair.org; specifically: 1) Opaque, Flat: 50 g/L, maximum.' 2) Opaque, Nonflat: 150 g/L, maximum. 3) Opaque, High Gloss: 250 g/L, maximum. i c. Architectural coatings VOC limits of Iowa. 2. Determination of VOC Content: Testing and calculation in accordance with 40 CFR 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. E. Chemical Content: The following compounds are prohibited: 1. Aromatic Compounds: In excess of 1.0 percent by weight of total aromatic compounds (hydrocarbon compounds containing one or more benzene rings). 2. Acrolein, acrylonitrile, antimony, benzene, butyl benzyl phthalate, cadmium, di (2-ethylhexyl) phthalate, di-n-butyl phthalate, di-n-octyl phthalate, 1,2-dichlorobenzene, diethyl phthalate, dimethyl phthalate, ethylbenzene, formaldehyde, hexavalent chromium, isophorone, lead, mercury, methyl ethyl ketone, methyl isobutyl ketone, methylene chloride, naphthalene, toluene (methyl benzene), 1,1,1-trichloroethane, vinyl chloride. F. Flammability: Comply with applicable code for surface burning characteristics. G. Sheens: Provide the sheens specified; gloss shall be tested in accordance with ASTM D523.. H. Colors: To be selected from manufacturer's full range of available colors. 1. Selection to be made by Architect after award of contract. I. Extend colors to surface edges; colors may change at any edge as directed by Architect. 2.03 PAINT SYSTEMS - EXTERIOR A. All Exterior Surfaces Indicated to be Painted, Unless Otherwise Indicated: Including primed wood, primed metal, and exterior insulated finish systems. 1. Two top coats and one coat primer recommended by manufacturer. 2. Flat: MPI gloss level 1; use this sheen at all locations. 3. Primer(s): As recommended by manufacturer of top coats. 2.04 OPAQUE PAINT SYSTEMS - INTERIOR A. All Interior Surfaces Indicated to be Painted, Unless Otherwise Indicated: Including wood and shop primed steel. B. Paint I-OP-MD-DT - Medium Duty Door/Trim: For surfaces subject to frequent contact by occupants, including metals: 1. Two top coats and one coat primer. 2. Top Coat(s): High Performance Architectural Interior Latex; MPI #139, 140, 141. 3. Primer(s): As recommended by manufacturer of top coats. 4. Mold and mildew resistant C. Paint I -OP -MD -WC - Medium Duty Vertical/Overhead: Including shop primed steel and plywood. 1. Applications: See Finish Schedule. 2. Two top coats and one coat primer. 3. Top Coat(s): High Performance Architectural Interior Latex; MPI #138-141. 4. Flat: MPI gloss level 1; use this sheen at all locations. 5. Mold and mildew resistant Construction Documents PAINTING AND COATING 05/22/18 09 9000 - 3 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA D. Paint I -OP -FL - Wood Floors and Walls Indicated to be Painted. 1. Two top coats and one coat primer. 2. Top Coat(s): Latex Floor Paint, Eggshell; MPI #60. 3. Eggshell: MPI gloss level 3; use this sheen at all locations. 4. Mold and mildew resistant E. Plywood, Mechanical and Electrical Room Mounting Boards: a 71 1. Preparation and primer as specified by paint manufacturer. 2. Two coats of Intumescent Fire Retardant Latex Paint. 3. Color: White. ;r, CrN 2.05 ACCESSORY MATERIALS A. Accessory Materials: Provide all primers, sealers, cleaning agents, cleaning clothTT> sanding materials, and clean-up materials required to achieve the finishes specified whetKdr 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. 3.02 PREPARATION A. Clean surfaces thoroughly and correct defects prior to coating application. B. Prepare surfaces using the methods recommended by the paint manufacturer for achieving the best result for the substrate under the project conditions. C. Remove or 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. Gypsum Board Surfaces to be Painted: Fill minor defects with filler compound. Spot prime defects after repair. 3.03 APPLICATION A. Apply products in accordance with manufacturer's instructions. B. Do not apply finishes to surfaces that are not dry. Allow applied coats to dry before next coat is applied. C. Apply each coat to uniform appearance. D. Vacuum clean surfaces of loose particles. Use tack cloth to remove dust and particles just prior to applying next coat. E. Reinstall electrical cover plates, hardware, light fixture trim, escutcheons, and fittings removed prior to finishing. 3.04 CLEANING A. Collect waste material that could constitute a fire hazard, place in closed metal containers, and remove daily from site. 3.05 PROTECTION A. Protect finished coatings until completion of Project. PAINTING AND COATING Construction Documents 09 9000 - 4 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 B. Touch-up damaged coatings after Substantial Completion. END OF SECTION 3 Construction Documents PAINTING AND COATING 05/22/18 09 9000 - 5 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA c "} I» 01 .A ` r,q Yv„ PAINTING AND COATING Construction Documents 09 9000 - 6 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 10 4400 - FIRE PROTECTION SPECIALTIES PART 1 GENERAL 1.01 SECTION INCLUDES A. Fire extinguishers. B. Accessories. 1.02 RELATED REQUIREMENTS A. Section 06 1000 - Rough Carpentry: Wood blocking product and execution requirements. 1.03 REFERENCE STANDARDS A. 2010 ADA Standards for Accessible Design - US Dept of Justice Revised Regulations for Titles II and III of the Americans with Disabilities Act of 1990 as adopted by Iowa State Building Code 661-302.1 B. NFPA 10 - Standard for Portable Fire Extinguishers; 2013. 1.04 SUBMITTALS A. See Section 01 3300 - Construction Submittals, for submittal procedures. B. Shop Drawings: Indicate mounting measurements for wall bracket and accessories required for complete installation. C. Manufacturer's Installation Instructions: Indicate special criteria and wall opening coordination requirements. D. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. E. Maintenance Data: Include test, refill or recharge schedules and re -certification requirements. PART PRODUCTS 2.01 MANUFACTURERS A. Fire Extinguishers: 1. Nystrom, Inc; : www.nystrorn.com/#sle. 2. Strike First Corporation of America: www.strikefirstusa.com/#sle. 3. Substitutions: See Section 01 6000 - PRODUCT REQUIREMENTS. 2.02 FIRE EXTINGUISHERS A. Fire Extinguishers - General: Comply with product requirements of NFPA 10 and applicable codes, whichever is more stringent. 7 B. Dry Chemical Type Fire Extinguishers: Cast steel tank, with pressure gage , , 1. Class 4A-60B:C. 2. Size 10 lbs. i 3. Finish: Baked enamel, red color. 2.03 ACCESSORIES , A. Extinguisher Brackets: Formed steel, chrome -plated. PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting work. B. Verify rough openings for cabinet are correctly sized and located. 3.02 INSTALLATION A. install in accordance with manufacturer's instructions. B. Install cabinets plumb and level in wall openings, inches from finished floor to inside bottom of cabinet. C. Secure rigidly in place. Construction Documents FIRE PROTECTION SPECIALTIES 05/22/18 10 4400 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA D. Place extinguishers in cabinets and on wall brackets as indicated. 3.03 MAINTENANCE - SELF-SERVICE FIRE EXTINGUISHERS A. Annual Inspections: Inspect self-service fire extinguishers on annual basis in accordance with manufacturers instructions, and requirements of the authorities having jurisdiction (AHJ). B. Inspection Certification 'Tag: Provide new tag indicating acceptable condition of fire extinguisher, date of inspection, and name of self-service inspector for each inspection. END OF SECTION 5 FIRE PROTECTION SPECIALTIES Construction Documents 10 4400 - 2 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 SECTION 12 2400 - WINDOW SHADES PART 1 GENERAL 1.01 SECTION INCLUDES A. Interior manual roller shades. 1.02 REFERENCE STANDARDS A. ASTM G21 - Standard Practice for Determining Resistance of Synthetic Polymeric Materials to Fungi; 2015. B. NFPA 701 - Standard Methods of Fire Tests for Flame Propagation of Textiles and Films; 2015. 1.03 SUBMITTALS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Product Data: Provide manufacturer's standard catalog pages and data sheets, including materials, finishes, fabrication details, dimensions, profiles, mounting requirements, and accessories. C. Manufacturer's Instructions: Include instructions for storage, handling, protection, examination, preparation, and installation of product. D. Warranty: Submit sample of manufacturer's warranty and documentation of final executed warranty completed in Owner's name and registered with manufacturer. 1.04 MOCK-UP w 1.05 WARRANTY A See Section 01 7800 - Closeout Submittals for additional warrant requirements B. Provide manufacturer's warranty from Date of Substantial Completion, covering the fop'wing: 1. Shade Hardware: One year. PART 2 PRODUCTS 2.01 MANUFACTURERS } A. Interior Manually Operated Roller Shades: - 1. Draper, Inc; Clutch Operated FlexShade: www.draperinc.com/#sle. 2. Hunter Douglas Architectural; RB500 Manual Roller Shades: www.hunterdouglasarchitectural.com/#sle. 3. MechoShade Systems LLC; Mecho/7 System: www.mechoshade.com/#sle. 4. Substitutions: See Section 01 6000 - PRODUCT REQUIREMENTS. 2.02 ROLLER SHADES A. General: 1. Provide shade system components that are easy to remove or adjust without removal of mounted shade brackets. 2. Provide shade system that operates smoothly when shades are raised or lowered. B. Interior Roller Shades - Basis of Design: Draper, Inc; Clutch Operated FlexShade: www.draperinc.com/#sle. 1. Description: Single roller, manually operated fabric window shade system complete with mounting brackets, roller tubes, hembars, hardware, and other components necessary for complete installation. a. Mounting: Wall mounted. b. Size: To fit existing opening, as indicated on drawings, contractor to verify in field.. 2. Mounting Hardware: As recommended by manufacturer for mounting indicated and to accommodate shade fabric roll -up size and weight. 3. Roller Tubes: As required for type of shade operation; designed for removal without removing mounting hardware. a. Material: Extruded aluminum or steel, with wall thickness and material selected by manufacturer. Construction Documents WINDOW SHADES 05/22/18 12 2400 - 1 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA b. Size: As recommended by manufacturer; selected for suitability for installation conditions, span, and weight of shades. 4. Hembars: Designed to maintain bottom of shade straight and flat, selected from manufacturer's standard options. 5. Manual Operation: a. Clutch Operator: Manufacturer's standard material and design, permanently lubricated. b. Drive Chain: Continuous loop stainless steel beaded ball chain, 95 lb minimum breaking strength. Provide upper and lower limit stops. 6. Accessories: a. Exposed Headbox: Extruded aluminum, size as required to conceal shade mounting; clear anodized finish. 1) Color: Black. b. Fasteners: Noncorrosive, and as recommended by shade manufacturer. 2.03 SHADE FABRIC A. Fabric - Type Draper Linen Light Blackout: Nonflammable, color -fast, impervious to heat and moisture, and able to retain its shape under normal operation. 1. Manufacturers: a. Draper. b. Substitutions: See Section 01 6000 - PRODUCT REQUIREMENTS. 2. Material: Linen. a 3. Performance Requirements: - a. Flammability: Pass NFPA 701 large and small tests. ' b. Fungal Resistance: No growth when tested according to ASTM G21,1- e 4. Openness Factor: Opaque. 5. Color: Slate. 2.04 ROLLER SHADE FABRICATION A. Field measure finished openings prior to ordering or fabrication. B. Dimensional Tolerances: Fabricate shades to fit openings within specified tolerances. 1. Vertical Dimensions: Fill openings from head to sill with 1/2 inch space between bottom bar and window stool. 2. Horizontal Dimensions - Outside Mounting: Cover window frames, trim, and casings completely. C. Dimensional Tolerances: As recommended in writing by manufacturer. PART 3 EXECUTION 3.01 EXAMINATION A. Examine finished openings for deficiencies that may preclude satisfactory installation. B. Start of installation shall be considered acceptance of substrates. 3.02 PREPARATION A. Prepare surfaces using methods recommended by manufacturer for achieving best result for substrate under the project conditions. B. Coordinate with window installation and placement of concealed blocking to support shades. 3.03 INSTALLATION A. Install in accordance with manufacturer's instructions, using mounting devices as indicated. B. Adjust level, projection, and shade centering from mounting bracket. Verify there is no telescoping of shade fabric. Ensure smooth shade operation. 3.04 CLEANING A. Clean soiled shades and exposed components as recommended by manufacturer. B. Replace shades that cannot be cleaned to "like new" condition. WINDOW SHADES Construction Documents 12 2400 - 2 05/22/18 City of Iowa City - Lower City Park Festival Stage Improvements Neumann Monson Architects Iowa City, IA 18.023 3.05 CLOSEOUT ACTIVITIES A. See Section 01 7800 - Closeout Submittals, for closeout submittals. 3.06 PROTECTION A. Protect installed products from subsequent construction operations. 3.07 MAINTENANCE A. See Section 01 7000 - Execution and Closeout Requirements, for additional requirements relating to maintenance service. END OF SECTION Construction Documents WINDOW SHADES 05/22/18 12 2400 - 3 Neumann Monson Architects City of Iowa City - Lower City Park Festival Stage Improvements 18.023 Iowa City, IA M � y Y •1 wvr WINDOW SHADES Construction Documents 12 2400 - 4 05/22/18 tmolT'r vF luW.�, i,IT'y - ��STfvw►L ;,Tw►ijE VICINITY MAP y G INDEX OF DRAWINGS GENERAL INFORMATION DRAWINGS G-001 TIRE SHEET AND DRAWING INDEX STRUCTURAL DRAWINGS 5.101 STAIRS AND ROOF FRAMING PLANS S-102 GALLERY LEVEL FLOOR PLAN S-501 STRUCTURAL DETAILS ARCHITECTURAL DRAWINGS A-001 GENERAL ARCHITECTURAL INFORMATION AD101 FIRST LEVEL DEMOLITION PLAN AD102 SECOND LEVEL DEMOLITION PLAN AD103 CROWN LEVEL DEMOLITION PLAN ADM FIRST LEVEL DEMOLITION REFLECTED CEILING PLAN AD112 SECOND LEVEL DEMOLITION REFLECTED CEILING PLAN A-101 FIRST LEVEL FLOOR PLAN A-102 SECOND LEVEL FLOOR PLAN A.103 CROWN LEVEL FLOOR PLAN A-111 FIRST LEVEL REFLECTED CEILING PLAN A-112 SECOND LEVEL REFLECTED CEILING PLAN A-113 CROWN LEVEL REFLECTED CEILING PLAN A-201 EXTERIOR ELEVATIONS A-301 WALL SECTIONS A401 U L.PRGED PLANS & SCHEDULES A-501 DETAILS A-502 DETAILS A-503 Sa(NION DETAILS. r MECHANICAL DRAWINGS M-101 NVAC FIRST LEVEL FLOOR PLAN M:102 MAC SECOND LEVEL FLOOR PLAN M.103 HVAC CROIWLVkL'FLOOR PLAN M-200 MECHANICAL SPECIFICATIONS & SCHEDULES IMPROVEMENTS CITY PARK ROADS, IOWA CITY, IA 52245 ELECTRICAL DRAWINGS E-101 ELECTRICAL FIRST LEVEL FLOOR PLOW E-102 ELECTRICAL SECOND LEVEL FLOOR PLAN E-103 ELECTRICAL CROWN LEVEL FLOOR PLAN E-200 ELECTRICAL SYMBOLS AND ABBREVIATIONS E300 ELECTRICAL SCHEDULES EAN ELECTRICAL SPECIFICATIONS PROJECT LOCATION n`� •hm, LIST OF ABBREVIATIONS Q AT MECH MECHANICAL AC ACOUSTICAL COMPONENT MFR MANUFACTURER ACST ACOUSTICAL MIN MINIMUM ADJ ADJACENT OR ADJUSTABLE MIRR MIRROR OR MIRRORED AFF ABOVE FINISH FLOOR MTL METAL AL ALUMINUM MTLP METAL PANEL ALT ALTERNATE NIC NOT IN CONTRACT ANOO ANODIZED NO NUMBER APCC ARCHITECTURAL PRECAST CONCRETE NOM NOMINAL APPROX APPROXIMATE NTS NOT TO SCALE ARCH ARCHITECTURAL OC ON CENTER ATC ACOUSTICAL TILE CEILING OD OUTSIDE DIAMETER OR DIMENSION AV AUDIO VISUALOF/CI OWNER FURNISHED, CONTRACTOR INSTALLED AW ARCHITECTURAL WOODWORK OF/OI OWNER FURNISHED, OWNER INSTALLED BD BOARD OPNG OPENING BEJ BRICK EXPANSION JOINT Opp OPPOSITE BLDG BUILDING ORD OVERFLOW ROOF DRAIN BLKG BLOCKING FCC PRECAST CONCRETE BO_ BOTTOM OF _ PCONC POLISHED CONCRETE BRG BEARING PEF POURED EPDXY FLOORING CG CORNER GUARD PL PLATE CIPC CAST-N-PLACECONCRETE PLAM PLASTIC LAMINATE G CONTROL JOINT PLBG PLUMBING CL CENTERLINE PLYWD PLYWOOD CLR CLEAR PNT PAINT(ED) CMU CONCRETE MASONRYUNIT PR PAIR COL COLUMN R RISER CONC CONCRETE RB RESILIENT BASE CONT CONTINUOUS RCP REFLECTED CEILING PLAN CPT CARPETING / CARPET TILE RD ROOF DRAIN CW CURTAIN WALL REBAR REINFORCING BAR(S) DBL DOUBLE REF REFERENCE DEMO DEMOLITION/DEMOLISH REFR REFRIGERATOR OF DRINKING FOUNTAIN REINF REINFORCE OR REINFORCING DIA DIAMETER REGO REQUIRE(D) DN DOWN RF RESILIENT FLOORING DR DOOR RM ROOM CIS DOWNSPOUT RO RDUGH OPENING DW DISHWASHER RST REINFORCING STEEL DWG ORAWING(S) RWP RIGID SHEET WALL PROTECTION EA EACH SATC SUSPENDED ACOUSTICAL TILE CEILING EIFS EXTERIOR INSULATION AND FINISH SYSTEM SCHED SCHEDULE EJ EXPANSION JOINT SCONC SEALED CONCRETE EL ELEVATION SF SQUARE FOOT OR FEET ELEC ELECTRICAL SHT SHEET ELEV ELEVATOR SHTHG SHEATHING ED EQUAL SIM SIMILAR EQUIP EQUIPMENT SIPS STRUCTURAL INSULATED PANELS EWC ELECTRIC WATER COOLER SLNT SEALANT EX EXPOSED SLNT/BR SEALANT AND SACKER ROD EXH EXHAUST SOG SLAB -ON -GRADE EXIST EXISTING SSM SOLID SURFACING MATERIAL EXP EXPANSION SST STAINLESS STEEL EXT EXTERIOR STD STANDARD FACP FIRE ALARM CONTROL PANEL STF STOREFRONT FD FLOOR DRAIN STL STEEL FDC FIRE DEPARTMENT CONNECTION STRUCT STRUCTURAL FE FIRE EXTINGUISHER ON BRACKET SUSP SUSPENDED FEC FIRE EXTINGUISHER CABINET T TREAD OR TILE FF FINISHED FACE OR FLOOR TSB TOP AND BOTTOM FIN FINISH TAC TACKBOARD FLEX FLEXIBLE TELECOM TELECOMMUNICATION(S) FIR FLOOR TOB TOP OF BEAM FTG FOOTING TOC TOP OF CONCRETE/COUNTER FURN FURNITURE/FURNISHINGS TOF TOP OF FRAME G GROUT TOJ TOP OF JOIST GA GAGE TOM TOP OF MASONRY GALV GALVANIZED TOS TOP OF SLAB OR STEEL GFR GLASS -FIBER -REINFORCED TOW TOP OF WALL GYP GYPSUM TYP TYPICAL GYP BD GYPSUM BOARD TZ TERRAZZO HM HOLLOW METAL UON UNLESS OTHERWISE NOTED HORIZ HORIZONTAL VAR VARIES HT HEIGHT VERT VERTICAL IB INTEGRAL BASE VIF VERIFY IN FIELD INSUL INSULATION W/ WITH ANT INTERIOR IN WITHOUT JT JOINT WB WALL BUMPER LKR LOCKER WC WALL COVERING MAS MASONRY WD WOOD MAT ENTRY WALK -OFF MAT WDP WOOD PANEL MAX MAXIMUM WWF WELDED WIRE FABRIC MATERIAL SYMBOLS i BATT INSULATION ;t Sti t 1.. PLYg -- RIGID INSULATION GYPSUM BOARD PLACE INSULATION GROUT GRANULAR DRAINAGE FILL BRICK CONCRETE CONCRETE MASONRY UNIT BLOCKING WOOD SHIM REFERENCE INDICATIONS DETAIL SECTION WALL TYPE G2 DETAIL IDENTIFICATION DOOR NUMBER 1132 A SHEET WHERE SHOWN ELEVATION WINDOW TAG 70 ELEVATION IDENTIFICATION ROOF TAG R1 ^1 fr FLOOR TACT —SHEET WHERE SHOWN �NDUMT� A WALLWALLSECT�N ewea by SECTION IDENTIFICATION ELEVATIONS 0Name -Eleyellon SHEET WHERE SHOWN ROOM IDENTIFICATION R ROOM NUMBER BUILDING SECTION CASEWORK ELEVATION TAG SECTION IDENTIFICATION WIDTH AWS SERIES LOCKED �4— MODIFIED DESIGNATOR •' 24' DEPTH • M HEIGHT MODIFIED SHEET WHERE SHOWN DESCRIPTION NOTE: SPECMUM WALL FINISH HEIGHT IS TO TOP OF KEY NAME OF COUNTER INTERIOR MATERIAL LINE OF INTERIOR MATERIAL EXTENTS �py01111M11Ilyy ,/►�W��F ''�"`%. t�4 • • • •' I hereby c Oily foal Ihls engineering document . s prepares by r Oder my direct personal superv�sior. and thol a a duly Inc fed o Professional Engineer under foe Ia., o1 the State of Io.o ESS( QF ON • "• hereby c oily Inaf Ihix engineering do<umenf w s preporea Oy me r under my direct personal supervision and Ihat a a duly licenxetl o Prolessionol Engineer under the lows of the 51afe of Iowa. hereby certify lhat ibi. engineering document r I hereby Certify that the portion of this technical preparetl by m or under my direct supe,mlon s.bbbi-a. described belo. • e prepared by m nd Mat I am a duly Ileen.ed Profsa.ional under my 41—t .,p—I,i- and responsible charge. Q ••' • `' Q•. (� ••� Q�. •' :l ••: Englnear und.rethe le.0 of the state of lo.a. EI em p dory Arent. t under the la0 of the Slate of loss. Y- BOETTC11Fll MICHOIABW LIIDILEY = = n . 41�HAEL YICHAEL FISHER y �• MICHAEL D. G1 MICHAEL D. DRAHOS FISHER +6et8 • Z .a Reg;zfralion Number t6At6 ZZ DRAHOS W • 306} Z r`1 .a R.' 1 umber: 1306) Reo.uu. oee ��• •+may li. .n......-nl es. . r.re 20}i U . �.. � _ .. �•...n'..,.N s. . ... - 20}i w..+... ,r...�M DECEYBER JI lab ..t JIVE ]e. le]a y y i( �)0 r nr wl Pages R fhaefs c_ ered by s El E,. E10?. E103, E200 . y. ,y 1E �" K h , Pag.s or s ees caved byntnix feal'i 4t21.,11102. M103. M200 �• L,�e Iz.ge .. .r.n. e...r.a er <u...oi SSHEET3 ...a a .I+..1. awwr p ou. ...l. daHEETe. AaHEtT8 WAr•1( OO/4IIRIm0MM1t0�� ARCHTECT OF RECORD M.unem Momon ArcM.cL .1 Eat Gyps Sbwt suN JOJ 1.M. CeY. br.52N0 31e3b.Te29 11 E.m G.iM AwnR Sue tp3 5,5.3392900 COHBuITANT3 aTRucTURAL Mae sean.M Ergrw. as bd A•r SE. 916 fi c.aY Ry6s � ueo, � 311-0654 -� V WMPI.r E.grrw.q 215 LM Are 5E.200 ceae R.pm, N 62H01 3,5.366.0030 a z 0 U) z 0 x z z a W z PROJECTIE— CITY OF IOWA CITY - FESTIVAL STAGE IMPROVEMENTS OWNER C4 of Iowa City e10E Walealob. 1Rr. Cby. M 6IIeo 31B3ae300D PROJECT 140.2J.022 W.E SHEET NAME TITLE SHEET AND DRAWING INDEX G-001 ig U ,.. A00 (2)-2 s 10'. SECOND LEVEL STAIR FRAMING PLAN SCALE: 1/4" - l'-0" CROWN LEVEL STAIR FRAMING PLAN SCALE: 1/4' - l'-O" UPPER ROOF FRAMING PLAN GENEAk STRLCnPA NOTES 1. newgn LAW load$ Sflar eRposue facto 1.0 Snow food importance factor 1.0 Thevnd factor 1.0 cm" khd Ika 50 P9F Stator _.......I00 PSF Nod per BC 2018 (AStiE 7-16) Regeirernents Rbk ) ..... ..... __.. .................B71tAf category. _.... .... .... ...... .....I ►Kemal p— coe0cient ._....._......_...........ale 2. Sbuched st d_._.__...__..._._................Jm AJB sbuaturm tatiag. _ ._ ........... ASOB b B J. M eddhq "I cad— to fhe ktert ANS SpeaRcoBda U. E700 ekcbadn. 4. B—tian aho.n thew (+/-J'-O) me to the top of beam .dab., footirg; etc., 4Nlaa rated oMenee. 5. Estenar aM Wer- .M ehde ehW be: 2 X 6's h 2 X 4'a SPF Na 2 or better. NLGA Graded 2 X roof framing and rood Deane shall be O..gks Fir Larch No 2 or better FLOOR SFBATFM4O MOTES 3/4" UG APA toted sheaftn 48/14 10d nab at 6' O.0 at pan edges IOd nab at 10' O.C. at ktermediate supparb St-Nff joint, P—Mel nth /daft 04e am -0 sheathing to is ft ROOF SHEATHOC NOTES 1/2' APA rated Oa" 32/16 8d nab at 6' O.C. at pond edges 8d rob at 12' O.C. d intermedate a,pporb po—d aheothJq dps ARCHRECT OF RECOPD leYonaon Artlbcb Y!l EW Lhb9e Shah I a�s1. JOJ s. rAr. s,.. s22a ]t93b.R28 ,1 EW C.sa Av-wa l SJM tpe M Mo1w.9w 500ae 915.aJ9.]BW W aagaLTAMfS sawcruR.0 � s22 as A.e sE. s,Ae e CaE.r Ro{i1a.MS2W1 -� V WealR En9YeeM1a 2152Pe A Ave SE •200 Guar RaeNe, M SNot a1-aa. Q z O 0 z O x 2 z W z CITY OF IOWA CITY - FESTIVAL STAGE IMPROVEMENTS City of Iowa City .10 E W Wipbn ore bare c.y..522e0 J19.Ja850De RROJECT R0.2J.023 YlUE STAIRS AND ROOF FRAMING PLANS S-101 ARCHrt ECT OF RECORD ■.Rm,,, raa.,a nr,na,n 1 ., •rH+nr..r..j � i..J.._... h� C GALLERY LEVEL FLOOR PLAN SCALE 1/8' - 1'-0' 1 3/8 + 6 ctow PL W/(2)-5/8". x 4 UO BOLTS I x 4 x 0'-9 ! PL W/ -5/8Y x 4 BOLTS ii SECTION s SCALE: 3/4" - 1'-0' 3/16- OAM ft of Aw 0A) W/31"NA -Cky CaE,9a Sirwi l5JN J9J RRn CRr. n.a szzao J+a.33e.TaTe 1, E,at GSM,ronw I SJIe tD5 D. untie,. w. sm99 J1S339.]SW CONSULTANTS bTnucruaAL � NQS Stirnr,l Er�w, ,i3 ]n0 Aro SE. SJI, b Deis Rapbs.MSI,01 3190S,UfifiB -�NANRx nt fMs E,�,anti9 3tJ 3M Aro SE 6200 C,tlar Rapb,. MStWt 3t9.36500.N Q O U) z O 2 z z W Z CITY OF IOWA CITY - FESTIVAL STAGE IMPROVEMENTS 0—m City of Iowa City ,10 E Walipbn 5,. 9a,a ,JH. M Sttb J19.358.�JM PROJECT MO. ZS,OII ■NAi ONEUW,I tlOrtONI,G R-�A�,r.a-Rdc �H.Y b,Yu„m wren ,c �,a.Ara SHEE—E GALLERY LEVEL FLOOR PLAN SHEET-SER S-102 2r 12 SIIBNCAR 10101 2 r M SUlFp 7 7RFAD5 WSW _ _—...�. HUC210-2 (2) COM (2) COY7 2x4PL's 2r4PLs 2 r 4 STUDS 2 r 4 STEADS 1 0 16 0 16 L WICN (2)-2 r i [1 SECTION SECTION $501 WALE. 3/4- - 1'-0' rjJQl SCALE: 3/4- - 1'-0- rRLL HT 2 r 8 SILOS 16 �+r l+ l ll l Yl ll ll I� Il 2 r 10 N07M SmAm W/ (J) 11410 r 4 I/2 SCREWS O FA SN0 g SECTION SCALE 3/4' 1 -0' 4 v M+ (2) Can 2x 4PL's 1r4STUDS 0 16 �1 SECTION � SCALE 3/4' - 1'-0' �1 3/4 + 11 7/8 LYE On(F//`—Sl18hCf8�4 Tat 2 r 10 TO PPADIWT TIFADS /'41 SECTION 5501 SCALE: 3/4- (2) COWT r 4 PE. 4 511AD5 O 16 2 x 6 STUDS O 16 (JLS 1fIB.S 11/4 r 11 7/8 8w saw 26 PL (3)-16d AMlS (2) S711P5014' AJ5 AhCHs PULL H7 iQd AM 2 x 6 SnW 0 16 (22'-5 J/6) � FA SIDE ERS7 l ' 2 x 6 2 + 6 STIRS STUB (2)�7 024 016 2r 6 PL. ll Can 2 r B W/ I'I (J)-1/40 r 4 1/2 SCRf1Y5 EA " CONT 2 x 12 STUD Y (15'-0 3/4) 10 ' i i W/ (3)- 1/4 (2I'-8) 11222 SUM�1 &4STUD SECTION (2)-2 x 6 SS l SCALE:3/4- - 1'-0' COST PLs 12 SECTION 2. 6IDOST STEADS 0 24 $?01 SCALE' 3/4' - 1'-0- 11 SECTION 5501 SCALE: 3/4- - 1'-0- era k81 80ND 2 x 4 S11.05� � r(2)-Lrilf 0 16 / 2 r 4 PLs 2 x 10's 0 12' 0.a i51 SECTION $501 SCALE 3/4- - 1'-0- 74 2 x 6 STUDS 0 16 2r 6Ft TJV360 7A JOISTS ilal SECTION SCALE 3/4' - V-0- 1 3/4 x 11 7/8 L4L 58PSON' -- " AAS237/11.0 ILvw %1 SECTION $501 SCALE 3/4' - 1'-0- WSON' dw NIA AKH (2) Can 2r6PLs 2r6 STUDS 0 16' O.C. rj1 SECTION `5%01 SCALE 3/4' - 1'-0' I 1 3/4 x 11 7/8, HOLD 1340K 2.0 f14KfiD WSW-]IN1.8/9 1r ILMora� a SECTION $501 S(SV.E: 3/4- - 1'-0- 2x 6r2'-0 Sim TO 2x 10s W/ (4)-166 ANLS �6 IwKCF7t 1x STUDS MAW 0 16 L017T 2r8W/ (3)-1/49 x 4 1/2 WOM E4 5W 2r 6PL C� section a —a BUST H1A AMGI 2 x 6 PL's 2r6 STUDS O 16' O.C. %11 SECTION SCALE' 3/4' - 1'-0- 2 r TO', 0 12 D 2. 0, SHADS 0 24 %g1 SECTION $50l SCALE' 3/4s - 1'-0' 2 x 6 BAKE L.o" 701L1UA. (3,1- i (2) CW 2r6 PL's Zr6 STI.DS 0 1B' O.0 16 SECTION 5501 SCAM 3/4- - 1-0- ARC—T OF Y11 EaM Cab9e saasl Syr 303 bw C�lr. w s22ao 3,B.33B.]s]B ar r>.me xe-w l syN ,m s+s,33s.]soB CONSULT s n 2M n.e se. syro e Cesar RayEs.w52a01 2+52r RaAW SE caa.r ys.,wWa+ 318J850030 CITY OF IOWA CITY - FESTIVAL STAGE IMPROVEMENTS OWNER City of Iowa City 410E WaFM1Ygt sl. —oly, w 5. 319.35 -0 RR -T N 23.022 SNEET NaA1E STRUCTURAL DETAILS SNEET NUMBER S-501 CIIJ `}r �sw 18 CROWN LEVEL CODE PLAN CODE ANALYSIS Codes: 2021 Imernalbnal Building Code (IBC) 2021 International Existing Code (IBC) 2021 International Fire Code (IFC) 2021 International Mechanical Code (IMC) 2021 Uniform Plumbing Code (UPC)' 2017 National Electrical Code (NEC) 2012 International Energy Conservation Code (IECC) as amended to align with State of Iowa Codes Project Information: The scope of work Consists of improvements to the Lower City Park Festival Stage'mcluding addition of enclosed stair from backstage structure to Crown, improvements to water damaged finishes and materials, review and improvement of ventilations needs, as determined by a mechanical engineer, new mounting for temporary andpermanent lighting, replace permanent house lighting, repaint ::tenor facades an backslages structure and ticket boom structure and restrooms. Chapter 1 Administration: All sub contractors shall apply for and obtain their own Specialty permits. An approved set of plans including plan review commentsis to be kept on the job she and be available to the building inspectors. Chapter 3 Use and Occupancy: Assembly A-2 Chapter S Building Heights and Area: Allowable Floor Area: 16.000 sq it Actual Floor Area: 1,790 sq 8 Allowable Building Height 40' For non-spdnklered Type VB Actual Building Height: 38,6 Chapter 6 Type of Construction: TN 601 Type VB Chapter 9 Fire Protection System: 2021 Space Function NON -SPRINKLED BUILDING Chapter 10 Means Of Egress: EJ Assembly W/ Fixed Sears Tbl. I D04.5 Floor Area / Occupant Assembly with limed seats: 461 Stages and Platforms: 15 not Locker rooms Dressing (Locker) Rooms: 50 gross Stages and Platforms Business: 150 gross O O O O O 3az sF o O 0 SECOND LEVEL CODE PLAN 1/16' = T-0' 061000: PLYWOOD OVER SLEEPERS TO PROVIDE LEVEL 07 3113; ASPHALT SHINGLE SYSTEM FLOOR SURFACE -'_ .. 061000; 3/4' PLYWOOD _ -.a � �:�_::::- :�..: -._. 171 061000; 3/4'PLVWOOD _ _ - ,:, �_ ... 081000; 3/4' PLYWOOD 061000: WD FRAMING 061001; WD FRAMING EXISTING WD FRAMING 072118; BATT INSUL 072700; BHT VAPOR RETARDER _... _ _--_.... 061000; 1/2'PLYWOOD -_- ,-_... .._... 061000: 1/2'PLVWOOD 06 1000; 1/Y PLYWOOD FLOOR CEILING TYPE F 1 1112- -0- C13 FLOOR / CEILING TYPE ASPHALT SHINGLE ROOF R1 11X=1•-0• 07 2400; DIRECT APPLIED EXTERIOR FINISH SYSTEM.PNT-1 I -- 072400; CEMENirnouS BACKER BOARD 06 1000; 1X CEDAR TRIM, PNT-2 061000; WD FRAMING 072116; BATT INSUL 07 2700: SHT VAPOR RETARDER {. - [L — 06 1000; 10 PLYWOOD. PNT-3 W1.X WOOD STUD ASSEMBLIES W/ 1 LAYER GYP BD EACH SIDE CODE PLAN LEGEND OCCUPANCY SPACE TAG NUMBER OF CALCULATED OCCUPANTS XX OCCUPANT LOAD XXX FACTOR (SO. Fr. / PERSON) SO. FT. OF SPACE 2021 SDace Function Assembly W/out Fixed Seats- Standing Space Business Areas ❑ Locker rooms Mercantile- Storage, Stock, Shipping Areas Stages and Platforms FIRST LEVEL CODE PLAN 1/16— 1'.W GENERAL WALL TYPES NOTES i. Extend wall framing to bottom of roof/floor deck above In all locations, unless specifically noted otherwise. allowing for deflection. ARCHITECT OF RECORD Naumam Munson— ! w (■ .1 E-Cd,31e Is.na 3m Ivae cry. cocoa s2zao ■V 31933e.TaTa 111 EM CwW Avon» Sub tp5 Oka3s Nwa 50309 ssaJs.Tam9 colOt ANTe W I. aT uicifuRAL M2B SNwNrN Ep— zz 2ra Aw se. svk. e C;Ma! Ral>b51452C01 319.3a9.— MECHANICAL West Plana Ermineane 2152r4AvasE a2m CeEar Rapbs.b52a01 319.3e5.0030 a Z O U) Z O 2 Z Z a D W Z PROJECT NAME CITY OF IOWA CITY - FESTIVAL STAGE IMPROVEMENTS owNER City Of Iowa City 6 OE WsmNa9n31. —City, s22a0 319.156.5000 PROJECT NO. 23.022 S$uE SHEET NAME GENERAL ARCHITECTURAL INFORMATION 9 L 11/Y=P-0' Stud Assembly Mark Size Width Comments W1.6 5 1/2" 7' A-001 Ill 12 ) 1' ♦ pf�•{ cj- 14 0 \J ll CONCESSIONS I TINS ,0 FIRST LEVEL DEMOLITION PLAN /r-,,4. 7 GPI a GENERAL DEMOLITION NOTES 1. REMOVE ALL MEPT SYSTEM COMPONENTS WITHIN AREAS OF THE WORK OF THIS CONTRACT THAT ARE NOTED AS ABANDONED OR TO BE ABANDONED BY THE WORK OF THIS CONTRACT. 2. REFER TO MECHANICAL PLANS FOR LOCATIONS OF ADDITIONAL OPENINGS TO BE CUT IN EXISTING WALLS FOR NEW DUCTWORK AND PIPING. 3. REMOVE ROTTED WOOD TRIM WHERE INDICATED ON EXTERIOR ELEVATIONS OR ELSEWHERE ON DRAWINGS. DEMOLITION KEYNOTES Key VNI- Key"e Teat D1 REMOVE WATER -DAMAGED PLYWOOD WALL FINISH D2 REMOVE ROOFING, AS REQUIRED TO INSTALL NEW FRAMING D3 REMOVE CEILING FINISH D4 REMOVE LIGHT FIXTURE D5 REMOVE EXTERIOR DECKING DB REMOVE GUARDRAIL D7 REMOVE STEEL PIPE MOUNTING STRUCTURE DB REMOVE FLOOR FRAMING D9 REMOVE STAGE DECKING. ALTERNATE M2 ARCNRECT OF RECORD Nwnvn Momon ArtNbcb - w (■ 221 E Cgege I I Suite 30] owa Co. bwa "I3,9.339.29)e ■V ,,, E-Grrie AvenM I SUN, IDS Dea Elare¢, bwa 50309 515.339.TB00ui CON3LM-NTS SmUCTURAE S M263VUWre�Er—B 1ESuvaB 22 Ava caeR Ragea w uao, 319.38a.0s36 ME— mr u 21 McRE,yi 2152rMAroSE— tl20O „—R.W.. w 52MH 365.0030 a Z O Z O x z z D W Z PROJECT NAME CITY OF IOWA CITY - FESTIVAL STAGE IMPROVEMENTS OWNlR City of Iowa City 410 E WaaNMN St awa Cry, w 52200 319.356.5000 PROJECT NO. 23.022 vo ..rev ..�.:a:�ua.-xK A wancn »mw..ni.� SHEET NAME FIRST LEVEL DEMOLITION PLAN SHEET NUMBER AD101 i6 a c c cam.± 1 O 3.w1 I(Lr- C"4! CONTROL BOOTH 1} 01 n SECOND LEVEL DEMOLITION PLAN A 1/6•=1. 0,. GENERAL DEMOLITION NOTES i. REMOVE ALL MEPT SYSTEM COMPONENTS WITHIN AREAS OF THE WORK OF THIS CONTRACT THAT ARE NOTED AS ABANDONED OR TO BE ABANDONED BY THE WORK OF THIS CONTRACT. 2. REFER TO MECHANICAL PLANS FOR LOCATIONS OF ADDITIONAL OPENINGS TO BE CUT IN EXISTING WALLS FOR NEW DUCTWORK AND PIPING. 3. REMOVE ROTTED WOOD TRIM WHERE INDICATED ON EXTERIOR ELEVATIONS OR ELSEWHERE ON DRAWINGS. DEMOLITION KEYNOTES Key Value Keymte TeA D7 REMOVE WATER -DAMAGED PLYWOOD WALL FINISH D2 REMOVE ROOFING, AS REQUIRED TO INSTALL NEW FRAMING D3 REMOVE CEILING FINISH DO REMOVE LIGHT FIXTURE D5 REMOVE EXTERIOR DECKING D6 REMOVE GUARDRAIL D7 REMOVE STEEL PIPE MOUNTING STRUCTURE DB REMOVE FLOOR FRAMING D9 REMOVE STAGE DECKING, ALTERNATE rig ARCHITECT W RECORO Neumem Menem AleMeN at EeN—e SMt I S,iM SOS awe Oq3. I— saw vs.33e.Tem 111 EaN CYMN AvenM Suit 1 OS O 5—Se— bwP 50309 W CONSULTANTS STRUCTURAL 91,ucN E 4ngvners 26 22 2M AVP SE. Sune B S — , Ra,.: P, 1-1 MM� 31936/0666 MECHANICAL u wszP a sN„� ., �P � ,nRa H, 52<o, � 31e w—. Q Z 0 U) z 0 x z z W Z PROJECTNAME CITY OF IOWA CITY - FESTIVAL STAGE IMPROVEMENTS City of Iowa City OE—Wf St. I—GYy, IA 5aa0 31S.3SS.SOw PROJECT NO.23.022 55VE uWIM MOIKaN MC. u W �eNa <m/nN a�cm.. u wslnrPm wbt..al.� p.mr.o�ny N..�MeNm Hc. . n�.n SHEET NAME SECOND LEVEL DEMOLITION PLAN SHEET I—RER AD102 13 �w ♦r rw�an aS&« I ` Uj E'r^•= 3-. P-+ 14 15. 10 9 CROWN LEVEL DEMOLITION PLAN a 2 ALL WORK ASSOCIATED WITH CROWN STEEL ARMATURE, ELECTRICAL. AND LIGHTING SHALL BE BID AS ALT. #1 4 GENERAL DEMOLITION NOTES 1. REMOVE ALL MEPT SYSTEM COMPONENTS WITHIN AREAS OF THE WORK OF THIS CONTRACT THAT ARE NOTED AS ABANDONED OR TO BE ABANDONED BY THE WORK OF THIS CONTRACT. 2. REFER TO MECHANICAL PLANS FOR LOCATIONS OF ADDITIONAL OPENINGS TO BE CUT IN EXISTING WALLS FOR NEW DUCTWORK AND PIPING. 3. REMOVE ROTTED WOOD TRIM WHERE INDICATED ON EXTERIOR ELEVATIONS OR ELSEWHERE ON DRAWINGS. DEMOLITION KEYNOTES Key Value Keymte Text Dl REMOVE WATER -DAMAGED PLYWOOD WALL FINISH D2 REMOVE ROOFING. AS REQUIRED TO INSTALL NEW FRAMING D3 REMOVE CEILING FINISH D4 REMOVE LIGHT FIXTURE D5 REMOVE EXTERIOR DECKING D6 REMOVE GUARDRAIL D7 REMOVE STEEL PIPE MOUNTING STRUCTURE D8 REMOVE FLOOR FRAMING D9 REMOVE STAGE DECKING. ALTERNATE #2 ARCHRECT OF RECORD N..m Monvon Arch— - w V `■ 221 Eesl Gdkge S1 a 1I aune T03 'i bra city, row 2]a0 5 319.335. 18)ea 111 Ew Orutl Awnn Su4 t03 Drr Mures. Mwa 50309 515.139.)Bp0 V CONSULTANTS STRUC RAL IMMMM va SE. Sure R Ceaar Fa'_ IA 11.1 3193E6.0556 MECHANICAL U West RMau E,i 2152M Ave SE N20000 Ceear Rapas, IA 52a01 319.365 0030 Z 0 U) Z 0 x z z W Z CITY OF IOWA CITY - FESTIVAL STAGE IMPROVEMENTS OWNER City of Iowa City 410EWaalN l—St lore Clly. A 5 4C 319.35re.5000 RRO TNO. 33022 ISSUE ONEUMNW M01180x nM. IIWVWeN1AO.M rmNn wa+Rls�Maarnrn Mu�.malM revan m.nun SHEET — CROWN LEVEL DEMOLITION PLAN SHEET NUMBER AD103 12 16 0 O O CONCESSIONS I TICKETS 1MI FIRST LEVEL DEMOLITION REFLECTED CEILING PLAN A2 ,I-= t,.r N GIF DEMOLITION KEYNOTES Key VaWe Kern Tom D] REMOVE WATER -DAMAGED PLYWOOD WALL FINISH D2 REMOVE ROOFING. AS REQUIRED TO INSTALL NEW FRAMING D3 REMOVE CEILING FINISH DI REMOVE LIGHT FIXTURE D5 REMOVE EXTERIOR DECKING D6 REMOVE GUARDRAIL D7 REMOVE STEEL PIPE MOUNTING STRUCTURE D8 REMOVE FLOOR FRAMING D9 REMOVE STAGE DECKING. ALTERNATE #2 ARC—ECT OF RECORD Nxmm Yonaon MCNMCM 22t E Co.Y9Sbwl SW ]03 Iwa LYM S22w ]t9.»e.reTe 11 N new Sur 105 SpMB brs 515339 15 39 397M.Bp0 W CONSULTANTS STRUCNRAL � M26 $ Er 22 An SE. — ' ueM RAaSc. N —1 119.JSL.DNR6.a YEDNANSCAL wPwN SE..q nvs BE 21- RW cw. R,Pm. u s2wt ]19.]550030 Q z O U) z O x z z D W Z OJECT NAME CITY OF IOWA CITY - FESTIVAL STAGE IMPROVEMENTS OWNER City of Iowa City a E WaMp & w+a ur. � s22w 319.]EE.S000 PROJECT NO. 23 =2 _UF o- aw:MNurn MN�m Nr YF:a:eLM I I SHEET NINE FIRST LEVEL DEMOLITION REFLECTED CEILING PLAN SHEET NUMBER AD111 C�j �r Wy'.:...11 ..v.J s a .. . I -1 C»� r+, 13 92 SECOND LEVEL DEMOLITION REFLECTED CEILING PLAN ---v - ------ 3, 5 DEMOLITION KEYNOTES Key Value K"e Tart 01 REMOVE WATER -DAMAGED PLYWOOD WALL FINISH D2 REMOVE ROOFING, AS REQUIRED TO INSTALL NEW FRAMING D3 REMOVE CEILING FINISH D9 REMOVE LIGHT FIXTURE D5 REMOVE EXTERIOR DECKING D6 REMOVE GUARDRAIL D7 REMOVE STEEL PIPE MOUNTING STRUCTURE DS REMOVE FLOOR FRAMING D9 REMOVE STAGE DECKING, ALTERNATE #2 ARCHITECT OF RECORD NaunMM Raman McNilacn . w V `■ z2,E"C SEStarI Sab J03 Ca 53N9 11 319db.292s ISIS 111 Ebt Gmn gwaM Stb 10J Des bwa 5p309 — 9p0 s.JJ9 ui CoNsuLr4ln sTRULTURAE H S E1S— M22 Sirvcti2aU AwsE. Sub B w C�MRapeq U s2e9, J19.JSe.Ofi69 MECNgNKAI V E Ptun npimN.g ..0 qw sE p299 Cann Rapine, M 52a01 Jt9.Jfi500J9 Q Z O U) z O x z z W Z PROJECT NAME CITY OF IOWA CITY - FESTIVAL STAGE IMPROVEMENTS OWNER City Of Iowa CRY 0EW—g-St. —c'. W szzao 319.M.M PROJECT NO.2J.922 SHEET NAME SECOND LEVEL DEMOLITION REFLECTED CEILING PLAN SHEET NUMBER AD112 El 0 A3 0 15 % STORAGE - r INNERLOW ,4 \, DRESSING ROOM 1,021 DRES IS NG ROOM _ 11071 D TOILQ ROOM TOILET 1106ROOM � 11od1 \ / v '06;�: , COMPOSITE DECKING, ALT. M2\ _- All . .. ......... I 4 J i �\ e \ paec,sr.+u 6 CONCESSIONS / TICKETS o b FIRST LEVEL FLOOR PLAN 0 GENERAL FLOOR PLAN NOTES ,. ALL DIMENSIONS ARE TO FACE OF STUD OR MASONRY, UNLESS OTHERWISE NOTED. 2. WALLS TO BE TYPE W1.6, UNLESS OTHERWISE NOTED. 3. WHEREVER DEMOLITION OF WALLS, CEILINGS, FLOORS, CASEWORK, OR OTHER ITEMS RESULTS IN EXPOSED, UNFINISHED EDGES. PLANES, OR FACES OF ADJOINING WALLS, CEILINGS, FLOORS, ETC., THESE UNFINISHED ELEMENTS SHALL BE REPAIRED, PATCHED AND FINISHED WITH LIKE/COMPATIBLE MATERIALS AS REQUIRED TO MATCH ADJACENT SURFACE, UNLESS OTHERWISE NOTED IN THE DOCUMENTS. 4. WHERE REMOVAL OF ITEMS REQUIRED BY THIS CONTRACT, INCLUDING PLUMBING, MECHANICAL, ELECTRICAL, AND TELECOM ITEMS, LEAVES HOLES IN THE EXISTING WALLS, FLOORING, FLOOR SLAB, CEILINGS, AND/OR ROOF DECK, CONTRACTOR SHALL PATCH ALL HOLES LEFT FROM REMOVAL OF THESE ITEMS TO MATCH ADJACENT ASSEMBLY AND SURFACE PRIOR TO REFINISHING. S. REMOVE AND REPLACE WATER -DAMAGED PLYWOOD WALL FINISH IN ANY SPACE INCLUDED IN THE CONTRACT. AFCNRECT OF RECORD N... w. ArcMecb 21t Eau Cdpa SMet I SUM w3 ava cq, leea saaB J19.338.]s]B 11 Eeu GMrM Awnw Suaa 105 1IS 515.339.TB00 cONsUL,ANTs STRUCTURAL mm $VIML 1 Ergawn 422—Ave SE. SJMB _R.pMEJ eu P.- ErginauirN 2t s btl Ave SE 112w 319M �DU4 N 52a01 J65.00w H V W V a z 0 U) z 0 x z z Q D W z PROJECT NAME CITY OF IOWA CITY - FESTIVAL STAGE IMPROVEMENTS O%NER City of Iowa City ,0E WaNNNIm3[. bwa city, IA 522<0 9.—.— PROJECTNO.23022 unu u�ew«9. a...u-vaom,.iur,�Wnwn.Mm anNM�* av Nsmm Manm x. a Pmalm SHEET — FIRST LEVEL FLOOR PLAN SHEET NUMBER A-101 C 44 D 0 . Al l p B3O LLI Jr _ CD nO O O Q I e Q CONTROL BOOTH 201 O08 .,, SECOND LEVEL FLOOR PLAN ,-,L lfr=1,T u 0 O GENERAL FLOOR PLAN NOTES 1. ALL DIMENSIONS ARE TO FACE OF STUD OR MASONRY, UNLESS OTHERWISE NOTED. 2. WALLS TO BE TYPE WIA, UNLESS OTHERWISE NOTED. 3. WHEREVER DEMOLfTION OF WALLS, CEILINGS, FLOORS. CASEWORK, OR OTHER ITEMS RESULTS IN EXPOSED. UNFINISHED EDGES, PLANES, OR FACES OF ADJOINING WALLS, CEILINGS, FLOORS, ETC., THESE UNFINISHED ELEMENTS SHALL BE REPAIRED, PATCHED AND FINISHED WITH LIKE/COMPATIBLE MATERIALS AS REQUIRED TO MATCH ADJACENT SURFACE, UNLESS OTHERWISE NOTED IN THE DOCUMENTS. 4. WHERE REMOVAL OF ITEMS REQUIRED BY THIS CONTRACT, INCLUDING PLUMBING. MECHANICAL, ELECTRICAL, AND TELECOM ITEMS, LEAVES HOLES IN THE EXISTING WALLS, FLOORING, FLOOR SLAB, CEILINGS, AND/OR ROOF DECK, CONTRACTOR SHALL PATCH ALL HOLES LEFT FROM REMOVAL OF THESE ITEMS TO MATCH ADJACENT ASSEMBLY AND SURFACE PRIOR TO REFINISHING. 5. REMOVE AND REPLACE WATER -DAMAGED PLYWOOD WALL FINISH IN ANY SPACE INCLUDED IN THE CONTRACT. —HRECT OF RECORD N... w... A,-- -1 EBM c.- Strew sub 30J Iowa coy, awe 51b0 ■ 319.JJB.TSTS 111 FiM OnM Avbue Bub 105 Dal Mdnw. a.a 3WW Ell-- W CONSULTANTS STRUCTURAL wB st-1 Engnwen 22 2M Ave BE. BMe B CeEw Rapas, IA 52601 YY� YELHANCAL P 215 bns Ergiree , 2,52rvg Ave SE c. Rapas, u SNOt J19.J65 DD30 Q Z O U) z O x z z D W Z PROJECT NAME CITY OF IOWA CITY - FESTIVAL STAGE IMPROVEMENTS OWNER City of Iowa City a,DE W—.-St. ova Coy. N —D JIBJSSm PROJECT NO. 23.D23 ISSUE uvN eot�ue.�q. su v-r.e»sun.o�we..nn 9w�NNIm M Nanrn Mw.m ac. N Pormaea. SHEET NAME SECOND LEVEL FLOOR PLAN SHEET NUMBER A-102 4 � eteA�A +f w9 ,:. l i• . . �g . .�..3 4o 1� C.. 16 1 O A3 15 71 p �1 1 10 r d CROWN LEVEL FLOOR PLAN 1fir =ra .L WORK ASSOCIATED WITH CROWN 'EEL ARMATURE, ELECTRICAL, AND 3HTING SHALL BE BID AS ALT. #1 10 7500: REPLACE FLAGPOLE HARDWARE B3O 0 GENERAL FLOOR PLAN NOTES I. ALL DIMENSIONS ARE TO FACE OF STUD OR MASONRY, UNLESS OTHERWISE NOTED. 2. WALLS TO BE TYPE W1.6. UNLESS OTHERWISE NOTED. 3. WHEREVER DEMOLITION OF WALLS, CEILINGS, FLOORS, CASEWORK, OR OTHER ITEMS RESULTS IN EXPOSED, UNFINISHED EDGES, PLANES, OR FACES OF ADJOINING WALLS, CEILINGS, FLOORS, ETC., THESE UNFINISHED ELEMENTS SHALL BE REPAIRED, PATCHED AND FINISHED WITH LIKFJCOMPATIBLE MATERIALS AS REQUIRED TO MATCH ADJACENT SURFACE, UNLESS OTHERWISE NOTED IN THE DOCUMENTS. 4. WHERE REMOVAL OF ITEMS REQUIRED BY THIS CONTRACT, INCLUDING PLUMBING, MECHANICAL, ELECTRICAL, AND TELECOM ITEMS, LEAVES HOLES IN THE EXISTING WALLS, FLOORING, FLOOR SLAB, CEILINGS, AND/OR ROOF DECK, CONTRACTOR SHALL PATCH ALL HOLES LEFT FROM REMOVAL OF THESE ITEMS TO MATCH ADJACENT ASSEMBLY AND SURFACE PRIOR TO REFINISHING. 5. REMOVE AND REPLACE WATER -DAMAGED PLYWOOD WALL FINISH IN ANY SPACE INCLUDED IN THE CONTRACT. ARCH17ECT OF RECORD N.Umam MononM ha 221 Ent Cope Street I Sw 303 3owe Goy, bwa 52b0 ■ t9.333T3 a t11 ESM GveM Avenn SUM 105 V Dee Mann.lowe 50309 515.339.T(M0 ui coNsuLT-T3 STRUCTURAL 2B $1NGal El 4e B A �S Sm zm Ave E. ar Ragtl; N 5-11 5 31933A.0666 MECHANN n "I'_ 2152MA 6E eZW CeUer R.W.. IA S2A01 319.3E5.0030 a z O V) z O x z z 4< x D W z PROJECT NAME CITY OF IOWA CITY - FESTIVAL STAGE IMPROVEMENTS OWNER City of Iowa City 0EWWvg1m31. owe City. U 522A0 319.358.5000 PROJECT W. 23.022 o NEUwM� MUMw Nc. SHE ET NAME CROWN LEVEL FLOOR PLAN SHEETNUMBER A-103 92 INTAKE FAN - MECHANICAL 96 t O O CONCESSIONS I TICKETS 101 FIRST LEVEL REFLECTED CEILING PLAN 1/r =1'-O' o 2 INTAKE FAN - SEE MECHANICAL 3 GO, GENERAL RCP NOTES 1. CONTRACTOR TO REVIEW CEILING LAYOUT AS SHOWN AND NOTIFY DESIGN PROFESSIONAL OF ANY CONFLICTS WITH STRUCTURAL, ELECTRICAL, MECHANICAL, PLUMBING, OR FIRE PROTECTION SYSTEMS, ETC. BEFORE PROCEEDING WITH CONSTRUCTION. 2. CONTRACTOR TO VERIFY EXACT LOCATION OF ALL RECESSED DOWNLIGHTS IN PLYWOOD CEILINGS. COORDINATE WITH DESIGN PROFESSIONAL BEFORE PROCEEDING WITH THE WORK. 3. ALL EXPOSED CEILING EDGES SHALL BE FINISHED. 4. PAINT ALL EXPOSED DUCTS. PIPES, STRUCTURE - PAINT WHITE. 5. CEILING ELEVATIONS ARE REFERENCED FROM THE FINISHED FLOOR OF THE ROOM IN WHICH IT IS INSTALLED, UNLESS NOTED OTHERWISE. S. FOR CLARITY PURPOSES ONLY CEILING MOUNTED DEVICES, THE LOCATION OF WHICH ARE CRITICAL FOR ARCHITECTURAL COORDINATION PURPOSES, ARE SHOWN. CONTRACTOR SHALL COORDINATE LOCATION OF ALL OTHER CEILING MOUNTED DEVICES AS SHOWN ON OTHER DRAWINGS. CEILING LEGEND STRIP LIGHT MCNRECT OF RECORD N—N—AroNIMa 211 EN —p —, I Sate 30] IPwa CJy, Iowa 52240 t11 E4 G1Mq gvmn Sub t05 OaeNwa 50.309 1113.39.7eoB CONSULTANTS STRUCTURAL M I M2B SUUW — or Ave SE.SWB SE, SAN B 319.3fi4.9686 MECHANICK Wen P.— E­ 2152rM Ave SE N1W CeJar Raptic. W 52401 3t9..5... a Z O U) z O x Z z D W Z PROJECTNAME CITY OF IOWA CITY - FESTIVAL STAGE IMPROVEMENTS OWNER City of Iowa City 41GE WNn t-St. bwa Cily. M 52240 319.958.5000 PROJECT NO. 2-2 "UE D NEUMNN L1oHSON m[. iJiNNiwRaa cyyrip, acclaaa v mNgrPp� weee wMn Peaia� W Hamm MUNm K N RdiLaca. S—T.—E FIRST LEVEL REFLECTED CEILING PLAN SHEET NUMBER A-111 13 12 Y vJ ✓ _+ 16 SECOND LEVEL REFLECTED CEILING PLAN 1I8• = r-O- 3 G 4 S. GENERAL RCP NOTES 1. CONTRACTOR TO REVIEW CEILING LAYOUT AS SHOWN AND NOTIFY DESIGN PROFESSIONAL OF ANY CONFLICTS WITH STRUCTURAL, ELECTRICAL, MECHANICAL, PLUMBING, OR FIRE PROTECTION SYSTEMS, ETC. BEFORE PROCEEDING WITH CONSTRUCTION. 2. CONTRACTOR TO VERIFY EXACT LOCATION OF ALL RECESSED DOWNLIGHTS IN PLYWOOD CEILINGS. COORDINATE WITH DESIGN PROFESSIONAL BEFORE PROCEEDING WITH THE WORK. 1 ALL EXPOSED CEILING EDGES SHALL BE FINISHED. 4. PAINT ALL EXPOSED DUCTS, PIPES. STRUCTURE - PAINT WHITE. 5. CEILING ELEVATIONS ARE REFERENCED FROM THE FINISHED FLOOR OF THE ROOM IN WHICH IT IS INSTALLED, UNLESS NOTED OTHERWISE. S. FOR CLARITY PURPOSES ONLY CEILING MOUNTED DEVICES. THE LOCATION OF WHICH ARE CRITICAL FOR ARCHITECTURAL COORDINATION PURPOSES, ARE SHOWN. CONTRACTOR SMALL COORDINATE LOCATION OF ALL OTHER CEILING MOUNTED DEVICES AS SHOWN ON OTHER DRAWINGS. CEILING LEGEND STRIP LIGHT —HRECT OF RECORD "*"—Mers..A , -1 .1 E.M COM9s Street I E.. XS F—ciy.I.V.5— J1s.9ss.Tms 111 Em Gmtl Aw.r Sui1.105 o.e Muro., I.r.. smos s1s.9ss.ys90 coNSIKTNIn sT mmm M28 3-1 E9men <222M Are SE. SWro B Ce.x R.pd. u 52a01 MECNANM:AI eM FIN—Egin.erN9 215 hM Ave SE N2W C— R.PNN, N 52Cpf 9.J55.— PROJECTNANE CITY OF IOWA CITY - FESTIVAL STAGE IMPROVEMENTS 01NNER City of Iowa City —EWWI 0 SC or. cay. 1A—D J19.—EON PROJECT NO.D U22 ISSUE .NE —NC tw�nlen V.mi wwiwn Man¢m x<mpwum SHEET.-E SECOND LEVEL REFLECTED CEILING PLAN SHEETNUMBER A-112 16 EXHAUST FAN - SEE MECHANICAL q 2 CROVMCESs I1330055�� I 3 r 1 ALL WORK ASSOCIATED WITH CROWN STEEL ARMATURE. ELECTRICAL, AND / LIGHTING SHALL BE BID AS ALT. #1 annv/fuid + \ e'YweN Pa s GENERAL RCP NOTES 1. CONTRACTOR TO REVIEW CEILING LAYOUT AS SHOWN AND NOTIFY DESIGN PROFESSIONAL OF ANY CONFLICTS WITH STRUCTURAL, ELECTRICAL, MECHANICAL, PLUMBING, OR FIRE PROTECTION SYSTEMS, ETC. BEFORE PROCEEDING WITH CONSTRUCTION, 2. CONTRACTOR TO VERIFY EXACT LOCATION OF ALL RECESSED DOWNLIGHTS IN PLYWOOD CEILINGS, COORDINATE WITH DESIGN PROFESSIONAL BEFORE PROCEEDING WITH THE WORK. 3. ALL EXPOSED CEILING EDGES SHALL BE FINISHED. 4. PAINT ALL EXPOSED DUCTS. PIPES. STRUCTURE - PAINT WHITE. 5. CEILING ELEVATIONS ARE REFERENCED FROM THE FINISHED FLOOR OF THE ROOM IN WHICH IT IS INSTALLED, UNLESS NOTED OTHERWISE. 6. FOR CLARITY PURPOSES ONLY CEILING MOUNTED DEVICES, THE LOCATION OF WHICH ARE CRITICAL FOR ARCHITECTURAL COORDINATION PURPOSES, ARE SHOWN. CONTRACTOR SHALL COORDINATE LOCATION OF ALL OTHER CEILING MOUNTED DEVICES AS SHOWN ON OTHER DRAWINGS. CEILING LEGEND STRIP LIGHT ARCHOECT OF RECORD NeumNn Yl9nwn ArcMlcb East CaN StreetI SAP 303 eaa Crty, wwa suaa 319.3JB.]S]S 111E-G—Avenue SWs tp5 Dea ua�.a, lo.., so3o9 515.3J9.)B00 CONSULTANTS STRUCTURAL 1—Slry 1En9neers -- Ave SE. Suae S C er Fap wSz401 31S36J.0668 MECHANICAL Was Ph- ElNireerm9 3152M Ava SE.. Cava. RaPac w szaot ]1SJ65.0030 u W V a Z O U) z O 2 z z W Z PROJECTNAME CITY OF IOWA CITY - FESTIVAL STAGE IMPROVEMENTS OWNER City of Iowa City a 0E WIPI g-St. Iowa c.,w5Y2a0 319.338.5000 PROJECT NO.23.0]3 ISSUE SHEET NAME CROWN LEVEL REFLECTED CEILING PLAN CROWN LEVEL REFLECTED CEILING PLAN A2 1/8- -0- ni A-113 EAST ELEVATION @ STAGE Allnr=1,4r 07 7400; DIRECT APPLIED EXTERIOR FINISH SYSTEM, 09 9000; PNT-, 061000; 1X CEDAR TRIM, PNT-2 081113, HM DOORAND FRAME, PNT-1 EAST ELEVATION 3 „B•=, D6 1000; REPLACE ROTTEN TRIM WITH NEW; D9 BOW; PAINT EXISTING EXTERIOR WALLS AND TRIM WEST ELEVATION @ CONCESSIONS D4 1,6" =1'� 1 ALL WORK ASSOCIATED Q WITH CROWN STEEL ARMATURE, ELECTRICAL, AND LIGHTING SHALL BE BID AS ALT. #1, TYP. 07 2400; DIRECT APPLIED EXTERIOR FINISH ----------_---------,------�-- - SYSTEM, 09 9000; PNT-1 ". 061000; 1X CEDAR — — — — — — — — - — — — TRIM. PNT-2 19 I.; REPLACE ROTTEN / TRIM WITH NEW; 90PAINT EXISTING EXTERIOR WALLS AND TRIM EXHAUST FAN - .I 1 SEE MECHANICAL I � i INTAKE FAN - SEE MECHANICAL B3 NORTH ELEVATION (SOUTH, Sim.) 061000; 1X CEDAR TRIM, PNT-2 9 07 2400; DIRECT APPLIED EXTERIOR FINISH ------. SYSTEM -- 073113; ASPHALT SHINGLE SYSTEM -' � 05 5000; - EXHAUSTFAN- LIGHTING SEE MECHANICAL ARMATURE, - 4 07 2400; DIRECT APPLIED GALV. EXTERIOR FINISH SYSTEM, PNT-, 06 1000; REPLACE.. ROTTEN TRIM WITH NEW; m 099000; PAINT 076200 SHEET EXISTING EXTERIOR WALLS AND TRIM `� "®' ^^ *^- •** — —'-""1 — — — — — — — — — — — — —I MTL GUTTER 1000; WOOD ."'- I T TRIM. PNT-2. TYP. ALIGN NEW a--� INTAKE FAN - SEE NTAL MECHANICAL W MOJO. EXISTM § LL 4 09 SOW; PNT-1 ;.:I H�0762OD; SHEET MTL llr_......_ DOWNSPOUT - 0610DO; REPLACE ROTTEN TRIM WITH NEW; 061000: 09 9000; PAINT EXISTING COMPOSITE EXTERIOR WALLS AND TRIM DECKING. ALT. K2 EXHAUST FAN - SEE MECHANICAL WEST ELEVATION A31law--_ . ARCRITECT Of RECORD Rrvmem MRe4RR Arc- 221 Etl Cob9e Sb I Sucre M3 M)na Oily, bwe 51240 319.335.)5)9 111 Etl C.eM Arrow Sub 105 Du Npiwa, bwe 50309 515.339.)B00 CONSULTARys STRUCTURAL 2B St— Er1 9� 4 222M Ave SE 1-11 CwOw Raptle l4 52401 319.3540969 YECMARCAL u Dg 21Rlevu ErE 0 2152r RAve 52 SE Q cea. Ratide. u sz4o1 r935sm3o a Z O U) z O x Z Z Q D W Z CITYMOF IOWA CITY - FESTIVAL STAGE IMPROVEMENTS 0w m City or Iowa City 410E Wa q/ SL Iwe cxy, u s2249 319.?58.5000 PROJECT R0.23022 sSsuE e�uwwl nDR9w iRc. 5-1-11 EXTERIOR ELEVATIONS SREETR�MEER A-201 s2 rC E/W SECTION @ STAGE Al1/4._1-0• N/S SECTION @ BACKSTAGE A2 1/c=1,4r — N/S SECTION @ STAIRS A4 = t'-0• _ROOF h _CRO_ WN h 23'6' Y T.O. EAVE zr-B• LEVEL 2 9'-t t' LEVEL 2 f@ TICKET. - S S'-S• T 0• V B.O. STAGE STAIRS ARCHITECT OF RECORD Neuman M —AecMMa 221 E-CaMNN SMN I S�ila 303 awe uY. Nwe 52210 319.33p.)p]p E-Gem Avanw S-105 ■ ■M'� Dee11 Mairee, bwe 50309 St5.339.]p00 CONIULTANn STRUCTURAL S E 2p SNYfL lO.ae 122 2m Aw SE, SNee B p� CeEer RepEc, M 52e01 J19.JW.Ofifi6 MECHAN.' Went PleeN Enpinea.q 2152m Aw SE R200 C— Raptle, w 52a01 Jt9.J65.003D a z 0 U) z 0 x z z D W z OJECT I -I CITY OF IOWA CITY - FESTIVAL STAGE IMPROVEMENTS OWNER City Of Iowa City 40E WNhlg nSI. 0wa Cfy. IA 522e0 319.356.3000 PROJECTNO.23022 ISSUE o ffLWNN E10NSaN e1C. _ PNeMum MNsnwlMvw�nc.. vaum rw...nl.� SHEET NAME WALL SECTIONS SHEET NUMBER A-301 ROOM FINISH SCHEDULE ROOM FLOOR BASE WALL CEILING No. F NAME FINISH FINISH FINISH FINISH NOTES DOOR SCHEDULE DOOR SIZE DOOR FRAME z _ Z No. ROOM WIDTH HEIGHT TYPE MAT FINISH GLAZE MAT FINISH GLAZE LL. NOTES 2051 INNER ABOVE w4r el-W F HM pNT-1 _ HM pNT-1 305 CROWNACCESS 3'-0' sl-r F HM PNT-1 HM PNT-1 —# HM1 F DOOR FRAME AND PANEL LEGEND 114• = 1'-0' ING STORAGE -SEE STRUCTURAL PLAN FOR NOTES CROWN LEVEL BACKSTAGE ENLARGED PLAN 66 �1 0 SECOND LEVEL BACKSTAGE ENLARGED PLAN 114— 1'-W ARCNRECT OF RECORD Ilnmm Henson ArcMIMa =1 E—Cos Street I Suns 3D3 Iowa Cny, bwa 522a0 L r 319.339.)B25 t 11 Ea Caann Awrvr Sub 105 DU Llwree. bwa 50309 515.339.)EW CONSULTAMTB STRUCTURAL — E 4 2B Sbumial iq.wws <Aw SE. SUYeB �x w 52e0t 319 3� MECIUNCAL u aHPMa¢Ergireareq W 2r4 Aw SEa200 Cellar Rapine. M 52a01 319]6 ww a z 0 U) z 0 2 z z Q W z CITYMOF IOWA CITY - FESTIVAL STAGE IMPROVEMENTS OWNER Clay Of IOWB City 410E Wah qi St. luw Ci Y. a 522. 319358.5000 PROJECT NO.23.032 ENLARGED PLANS $ SCHEDULES 3MEEtRUMaFR A-401 07 9200, JOINT SEALANT 0610D0; WD FRAMING 0610DO; WOOD TRIM, PNT-2 06 1113; HIM DOORAND FRAME, PNT-1, GROUT SOLID T 06 1000; W D BLOCKING 061000; 1X CEDAR TRIM, PNT-2 ix RI I RIM, JOINT f MCHRECTOPRECORD H.. MRaeoa MCM1Xecb 21 Ea! —ye Street I Sub 303 awe Cey, lows 522M ■ 3t9. 538.79]S Dt t Es# C»M Rvww Suit t05 V ee Mures. bwa 50009 s 3391800 ui coNsuurulT3 STRUCNRAI M2aSlw e S5EEr$ub B e . S — m us-1 MELHMCAL Web PNenEre rO 2152rtl Ave SC.2E>200 Caller Rapitla. A 52001 119.365.0030 a z 0 U) z 0 x z z a W z PROJECT—E CITY OF IOWA CITY - FESTIVAL STAGE IMPROVEMENTS OWNER City of Iowa City ro10EW—Vl S — C9y. N 5.N 319.358.5000 PROJECTN0.23022 RtYE warerm q sawn Hm.m me ro vaac+•a DETAILS PLAN DTL A2 3- 1' 0' PLAN DTL A3 ,,. _ 1._D. PLAN DTL 3—= 1 0- A-501 07 6200; SHEET MTL FLASHING 06 1000; WO FRAMING 06 1000: 1X CEDAR TRIM, PNT-2 SECTION DTL D1 r=1.-O' U— „ _[ L'ame ten."," ^ .:• 4^^» SECTION DTL D3 ".- SECTION DTL B3 3.= SECTION DTL 7 = 1'-0• 07 3113: ASPHALT SHINGLE SYSTEM 07 6200; SHEET MTL FLASHING 06 1000 3/4' PLYWOOD 08 9500; CONTINUOUS VENT AND INSECT SCREEN 06 1000; WD FRAMING 06 1000; 1X CEDAR TRIM, PNT-2 06 1000; 1/2• PLYWOOD, PNT-3 073113; ASPHALT SHINGLE SYSTEM 06 1000; 314' PLYWOOD 072116; SATT INSUL 076200; SHEET MTL FLASHING 06 1000; VE' PLYWOOD, PNT-3 06 1000; 1X CEDAR TRIM, PNT-2 08 9500; CONTINUOUS VENT AND INSECT SCREEN 09 9000: PNT-3 051000; 3/4' PLYWOOD ON SLEEPERS (THICKNESS VARIES) 0 12' OC 09 9OW: PNT-4 EXIST. FRAMING (SEE STRUCTURAL DRAWINGS FOR SISTERING EXISTING I JOISTS) 09 900P PNT-3 ROOF 31'-0' LEVEL2 9'-11' 09 9000: PNT-4 08 1000; 1X CEDAR TRIM, PNT-2 06 1800; GLUE -LAMINATED WD 099000 PNT-3 SECTION DTL D4 3._1' - CROWN 27-F W7.8 07 9200; JOINT SEALANT + 076200; SHEET MTL Z• FLASHING 076200; SMEE FLASHING R1 h 17-10 I/2'NARIESI SECTION DTL B4,-, . SECTION DTL G r=1.-0• LE� ARCH-CTO RECORD Neumem Yamer� M[YIMa eat Cobq so., I Sub 30J wv'a City, Mve 52N0 3,9J3,,aa 11 EMCruY Aversw Sub105 V JYprNe, brN 50309 ujDen CONsuLTANTs STRUCTURAL IJ2B SWUu 22 AveSE,1-sub13R CMx RapEs, w 52a01 � J19361.0E66 YECHANCAL 'v�s E 215 rger,mg I PYAve SE K00 cwe, RaPae. w szao, 319 J65.00J0 a z O U) z O 2 Z z a W Z CITYNOF IOWA CITY - FESTIVAL STAGE IMPROVEMENTS OWNER City of Iowa City ALOE W+NINglm s,. bwe Clly, w SY2a0 J19356.5000 PROJECT N0.23.022 RW1E oDwvW UDNSDN. Rm+�bmmrwNm s�ic.NPaaeYa. DETAILS 3RFF111N3tH A-502 122400, ROLLERSHADE WINDOW SHADE Al-- 055000; 2'xu2' BAR, GALV. 05 5000; 17XV2' DOWEL, GALV. ^^ ^^^�: PNTd CROWN h 2Y-W ); 3'XV2' OLT, GALV. ); rxlrr,GALv. A'3 RAILING SECTION DETAIL i-t&. 3" - 1.-0. TOP TREAD DETAIL A3 3'=P-0' - CROWN 061000: 314' PLYWOOD 06 1000; 12' PLYWOOD 06 1800: GLUE -LAMINATED WD 061000; WD TREAD 06 1733: WD 1-JOIST 061000; WO FRAMING 099000; PNT4 ROOF h 31' F 061000; 1X CEDAR TRIM, PNT-2 061000; WD FRAMING 061000; 1/2' PLYWOOD 081113: HIM DOOR AND FRAME, PNT-1 DOOR HEADER DETAIL 3' = 1'-0' EXISTING FLOOR DETAIL M3' =1.-o. 13; HM DOOR AND FRAME 100; THRESHOLD 00; JOINT SEALANT TING DECKING LEVEL 9'-11' 00; SHEET MTL FLASHING 00: WD FRAMING. PNT-2 00; 1/2' VOOD 00; SHEET LASHING 00; 1x 1R TRIM. 2 _LEVEL 2 TICKET- S o ARCHRECTOFRECORD ..--M-AnNIMe 221 EMA CAN" S6 M I SU,M 303 0.,6 cR .love S- 319.336.>32B Dt t Ezn Crane 1 A,r SUM 0E es Uro�res. Iowa 503. Sty 339 TB00 CONSUETANTS STRUCTURAE 4222E Ave SE, Sub B CeEer E.w6 M52b1 319 364.0666 MECHANR:AL u eN PIefN Ergieeem9 3152E Ave BE N200 3eEN RepU4 M 62a01 t 9.369.00� a z 0 z! 0 x1 z z a W z PROJECTNAME CITY OF IOWA CITY - FESTIVAL STAGE IMPROVEMENTS OWNER City Of Iowa City 410E WST. awa City. N 52340 319.3S6- PROJECT NO. 23.022 i66UE SHEET N,NE SECTION DETAILS SHEET NUMBER A-503 6'0 EXHAUST WALL CAP SF c TERMINATION 6"0 EXHAUST WALL CAP MOt MO) TERMINATION EF M02 T EF (84- AFF) (84- AFF) ++ INTAKE WALL TERMINATION , :. . ' \.. . . • " INTAKE WALL CAP T SCREEN i 8' �, TERMINATION (90'AFF) � '\ - WITH INSECT SCREEN C\ `\ \ � WITH INSECT IB \ �\, l et 8.0 (90' AFF) f 1 1O !;1 C FIRST LEVEL FLOOR PLAN 7--1'-0" 6 ARCHFTECT McONtrcY 22,E ..—SN.MI—un NMa Oiy. Ne., sxzu S,91Te.MT4 111 ErY Gwn4 Awnr SUY t05 Des Male, Nip SDSOS ,IS .J39.TSWLd CpIiULTANTI STRUCNRLL — M20 S—Ml ErgNeN <122M Aw SE. SiiY B Rpa..u52<Ol GENERAL MECHANICAL NOTE 31 3�SJba-0686 YECI4NN:Al A. ALL WORK SHALL BE IN ACCORDANCE WITH THE BUILDING CODES ADOPTED BY THE STATE OF IOWA AND CITY OF IOWA CITY, N. Wes Rrm E�q�,earg IS 2r�a Aw aI tl200 c.m. Ream, s2w1 3t93asoo3o B. INSTALL ALL EQUIPMENT PER THE MANUFACTURER'S RECOMMENDATIONS. C. ALL NON -RATED PENETRATIONS TO BE CAULKED TO REDUCE NOISE TRANSFER. ALL EXTERIOR PENETRATIONS TO BE CAULKED WITH WATERPROOF SEALANT. D. CONTRACTOR TO CUT AND PATCH WALLS, FLOORS, AND CEILINGS AS REQUIRED FOR INSTALLATION OF DUCTWORK. O E. COORDINATE HANGER SUPPORT MATERIAL WITH STRUCTURAL CONDITIONS. F. COORDINATE NEW WORK WITH ALL OTHER TRADES. G. NOT ALL DUCT TRANSITIONS (RISES, DROPS, NECK DOWNS. ETC.) ARE SHOWN ON PLANS. CONTRACTOR SHALL PROVIDE TRANSITIONS AND OFFSETS AS NECESSARY FOR A COMPLETE O INSTALLATION THAT IS COORDINATED WITH STRUCTURAL CONDMONS AND OTHER TRADES. H. COORDINATE LOCATION OF POWER FOR MECHANICAL EQUIPMENT WITH ELECTRICAL CONTRACTOR. SPECIFIC MECHANICAL NOTES: M01. NEW FAN AND TERMINATION TO BE INSTALLED BELOW EXISTING z TOILET EXHAUST DUCT AND TERMINATION. M02. COORDINATE MOUNTING OF FAN WITH DOOR SWING. D W Z CITYMOF IOWA CITY - FESTIVAL STAGE IMPROVEMENTS OWIER City of Iowa City 410 E Wld gm St —City. -AD 319956.5000 PROJECT W. Zd.0Y1 ISSUE DATE DESCRIPTION OMD3rz023 ESGN DEVELOPMENT SET ,1rz22023alo0 NENTS SET e..eaa a N.ea.- M.eN<.. PaBNa SHEET NAME HVAC FIRST LEVEL FLOOR PLAN PLAINS ��Pwesr ENGINEERING. INC. 215 2ND AVENUE SE, SUITE 200 • CEDAR RAPIDS, IA 52401 PHONE: (319)365-0030• FAX:(319) 3654122 SHEET NUMBER Mlle ott.9.510U%iNLS. m.GWBI. WY. DWI IIMmS. U M -101 9 &HVAC SECOND LEVEL FLOOR PLAN ENER 1 ME HANI L NOTES A. ALL WORK SHALL BE IN ACCORDANCE WITH THE BUILDING CODES ADOPTED BY THE STATE OF IOWA AND CITY OF IOWA CITY, UL B. INSTALL ALL EQUIPMENT PER THE MANUFACTURER'S RECOMMENDATIONS. C. ALL NON -RATED PENETRATIONS TO BE CAULKED TO REDUCE NOISE TRANSFER. ALL EXTERIOR PENETRATIONS TO BE CAULKED WITH WATERPROOF SEALANT. D. CONTRACTOR TO CUT AND PATCH WALLS. FLOORS. AND CEILINGS AS REQUIRED FOR INSTALLATION OF DUCTWORK. E. COORDINATE HANGER SUPPORT MATERIAL WITH STRUCTURAL CONDITIONS. F. COORDINATE NEW WORK WITH ALL OTHER TRADES. G. NOT ALL DUCT TRANSITIONS (RISES. DROPS, NECK DOWNS, ETC.) ARE SHOWN ON PLANS. CONTRACTOR SHALL PROVIDE TRANSITIONS AND OFFSETS AS NECESSARY FOR A COMPLETE INSTALLATION THAT IS COORDINATED WITH STRUCTURAL CONDITIONS AND OTHER TRADES. H. COORDINATE LOCATION OF POWER FOR MECHANICAL EQUIPMENT WITH ELECTRICAL CONTRACTOR WEST PLAINS ENGINEERING. INC. 215 2ND AVENUE SE, SUITE 200 • CEDAR RAPIDS, IA 52401 PHONE: (31) 3680030 •FAX: (319) 3fiS1R2 NSENSIHEENNG mEE aAr7o crn, so • rout rNLs, w • uwEx, wr • � MEntt. u ARCHIECT BE RECEMtD Ilwnum Mpoan ArtNMa4 .1 —CaE Saar I Sur SSJ bra CYy. bra 53ib D11 EGaaN ArNaM SW 105 aa� Moiaa, bra SOJDB St5339.,855 CONSULTANTS STRUCTURAL 1. StrudurR Engn S 6112m Ava SE. Suna B CeEa� RapEa. SlaSi — IA J. N ME�NANKw V esr 9 A Eyinaerbq 1 i51na .e sE asoo Ce Rapti, IA 52101 JISSSSOCSO Q Z O U) Z 0 x z z D W Z CITYMOF IOWA CITY - FESTIVAL STAGE IMPROVEMENTS 01NNER City of Iowa City a15 E—IM.Nn SI. wva Cry, IA SYNO J193ES.SSW VROJECT NO. YJ.OYl ISSUE NEUAVM 1n. MM MC. Unr,M4W eslV JrbNn rwvraWbnrr,oa-Nan M,nsvnq Nuwn Wren ar rpMeea SHEETNAME HVAC SECOND LEVEL FLOOR PLAN SHEET NUMBER M-102 �I r� l v t '- c-... PNJ 12 14 16 15 6'0 EXHAUST WALL CAP TERMINATION i i1 .I / � ;ROrV4 AGGE'i> 10 9 9 8 rLL AC CROWN LEVEL FLOOR PLAN 2 3 4 GENERAL MECHANICAL NOTES. A. ALL WORK SHALL BE IN ACCORDANCE WITH THE BUILDING CODES ADOPTED BY THE STATE OF IOWA AND CITY OF IOWA CITY. IA. B. INSTALL ALL EQUIPMENT PER THE MANUFACTURER'S RECOMMENDATIONS. C. ALL NON -RATED PENETRATIONS TO BE CAULKED TO REDUCE NOISE TRANSFER. ALL EXTERIOR PENETRATIONS TO BE CAULKED WITH WATERPROOF SEALANT. 0. CONTRACTOR TO CUT AND PATCH WALLS, FLOORS, AND CEILINGS AS REQUIRED FOR INSTALLATION OF DUCTWORK. E. COORDINATE HANGER SUPPORT MATERIAL WITH STRUCTURAL CONDITIONS. F. COORDINATE NEW WORK WITH ALL OTHER TRADES. G. NOT ALL DUCT TRANSITIONS (RISES, DROPS. NECK DOWNS. ETC.) ARE SHOWN ON PLANS. CONTRACTOR SHALL PROVIDE TRANSITIONS AND OFFSETS AS NECESSARY FOR A COMPLETE INSTALLATION THAT IS COORDINATED WITH STRUCTURAL CONDITIONS AND OTHER TRADES. H. COORDINATE LOCATION OF POWER FOR MECHANICAL EQUIPMENT WITH ELECTRICAL CONTRACTOR. WEST PLAINS ENGINEERING. INC. 215 2ND AVENUE SE, SUITE 200 • CEDAR RAPIDS, IA 52401 PHONE:(319) 365-0030•FAX: (319) 365-4122 W3RINERNG.(OX wo m, sB • SEAR u,...PBwr • ®a warns, u ARCH-7 OF RECORD au Cdiege ZMI I Sub 303 0 I)19338.)S)Sa5 311 EeN Gratl AwnuF I SWe tp5 Oae Maws. kwrA 50309 515 339.TR00 Ld DDNBULUNn STRUcw'— M2B Sbucbre' EigirewF A233MAre 5NaB RepOa. IA IA 53C01 _ 31 3, 433a0fi65 ME<HANN:LL V 2t5 2M Aw SE O2W e- RAp-.yin 2QI c.Ber R+Pbe. IA szwt 3t43-30 Q Z O tn Z 0 x z z D W Z PRO ECT NAME CITY OF IOWA CITY - FESTIVAL STAGE IMPROVEMENTS OWNER City of Iowa City /10 E WaliryUn St. NNM CRy. i.N 521R0 319.358.5000 RROJEITw.— e r! .et w.1 I I LN F R3 Ri c uwN.N.F wi V. smn v m.mum..nw.�w. Rvn�-o,q Nuww Mvnan ew wpvreNe SHEET NAME HVAC CROWN LEVEL FLOOR PLAN SHEET NUMBER M-103 Prepared by: Ethan Yoder, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319)356-5145 7.C' Resolution No. 23-290 Resolution setting a public hearing on November 21, 2023 on project manual and estimate of cost for the construction of the City Park Festival Stage Improvements Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said project manual on file for public inspection. Whereas, funds for this project are available in the Event Facility Improvements account #R4381. Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa, that: 1. A public hearing on the project manual and estimate of cost for the construction of the above -mentioned project is to be held on the 211 day of November, 2023, at 6:00 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 project manual 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 _,2023 Vl,� -T�,� Attest: Approved by 1) t � ,� l�� �:r C ,-C.� E_ City Clerk City Attor y's Office (Sara Hektoen-11/02/2023) It was moved by Bergus and seconded by adopted, and upon roll call there were: Ayes: x Nays: Alter the Resolution be Absent: Alter Bergus Dunn Harmsen Taylor Teague Thomas Prepared by: Ethan Yoder, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319) 356-5145 Resolution No. 23-309 Resolution approving project manual and estimate of cost for the construction of the City Park Festival Stage Improvements 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 project manual and estimate of cost for the above - named project was published as required by law, and the hearing thereon held; and Whereas, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and Whereas, funds for this project are available in the Event Facility Improvements account # R4381. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: 1. The project manual 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 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 12th day of December, 2023. 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 6:00 p.m. on the 2"d day of January, 2024, or at a special meeting called for that purpose. Passed and approved this 21st day of November , 2023. l May � Approved by Attest: 11 City tlerk City Attorn 's Office (Sara Hektoen-11/09/2023) Resolution No. 23-309 Page 2 It was moved by salih adopted, and upon roll call there were: Ayes: and seconded by Alter the Resolution be Nays: Absent: Alter Bergus Harmsen Salih Taylor Teague Thomas A' -emu; I I IOWA LEAGUE QfCITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS City Park Festival Stage Improvements Classified ID: 111700668894 A printed copy of which is attached and made part of this certificate, provided on 11/27/2023 to be posted on the Iowa League of Cities internet site on the following date: 2023-11-27 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 11/27/2023 Alan Kemp, Executive Director 001160 NOTICE TO BIDDERS LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 12th day of DECEMBER 2023. 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 6:00 P.M. on the 2nd day of JANUARY, 2024, or at special meeting called for that purpose. The Project will involve the following: The scope of work consists of improvements to the Lower City Park Festival Stage including addition of enclosed stair from backstage structure to Crown, improvements to water damaged finishes and materials, review and improvement of ventilations needs, as determined by a mechanical engineer, new mounting for temporary and permanent lighting, replace permanent house lighting, repaint exterior facades on backstages structure and ticket booth structure, and restrooms. All work is to be done in strict compliance with the Project Manual prepared by Neumann Monson Architects, of Iowa City, Iowa, which has 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 security 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 (in the form shown in Section 00 61 10) 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 has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 00 61 10) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security 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 Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 00 61 10, 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 from and after its completion and formal acceptance by the City COWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 11 60 — Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: January 101', 2024 Substantial Completion: May 17th, 2024 Final Completion: June 21s', 2024 Liquidated Damages: $500 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms 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 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 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 list on the Contract its 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 GRACE, CITY CLERK LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 11 60 — Page 2 of 2 Ashley Platz From: Cindy Adams <CAdams@mbi.build> Sent: Monday, November 27, 2023 9:48 AM To: Ashley Platz Subject: Certificate for Notice to Bidders Attachments: We sent you safe versions of your files; 11.27.23 Notice To Bidders.pdf A RISK ** This email originated outside of the City of Iowa City email system. Please take extra care opening any links or attachments. ** Mimecast Attachment Protection has deemed this file to be safe, but always exercise caution when opening files. Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS Iowa City — Lower City Park Festival Stage Improvements Project Iowa City — Dubuque Street Reconstruction Project Iowa City —American Legion Road and Boulevard Landscaping Project A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): November 27, 2023 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. November 27, 2023 Date President/CEO of The Construction Update Plan Room Network Cindy Adams Project informat:on l,st Master Builders of Iowa 402-9858 ECAdamsaMBI.Build 1 Wwww,MBI.Build 4100 Westown Pkwy i West Des Moines, 1A 50266 DAILY NOTICE Ifo"am DID 4: I AIR construction update Ca 0011 60 NOTICE TO BIDDERS LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 12th day of DECEMBER 2023. 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 6:00 P.M. on the 2nd day of JANUARY, 2024, or at special meeting called for that purpose. The Project will involve the following: The scope of work consists of improvements to the Lower City Park Festival Stage including addition of enclosed stair from backstage structure to Crown, improvements to water damaged finishes and materials, review and improvement of ventilations needs, as determined by a mechanical engineer, new mounting for temporary and permanent lighting, replace permanent house lighting, repaint exterior facades on backstages structure and ticket booth structure, and restrooms. All work is to be done in strict compliance with the Project Manual prepared by Neumann Monson Architects, of Iowa City, Iowa, which has 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 security 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 (in the form shown in Section 00 61 10) 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 has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 00 61 10) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security 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 Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 00 61 10, 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 Qeriod of one (1)_year from and after its completion and formal acceptance by the City IOUI O CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 11 60 — Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: January 101", 2024 Substantial Completion: May 171', 2024 Final Completion: June 218t, 2024 Liquidated Damages: $500 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms 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 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 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 list on the Contract its 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 GRACE, CITY CLERK LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 11 60 — Page 2 of 2 }Z Prepared by: Ethan Yoder, Engineering Division, 410 E. Washington St., Iowa City, IA 52240 (319)356-5145 Resolution No. 24-02 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the City Park Festival Stage Improvements Project Whereas, Peak Construction Group, Inc. of North Liberty, Iowa has submitted the lowest responsive, responsible bid of $245,500.00 for construction of the above -named project; and Whereas, the bid includes the base bid and Alternate #2; and Whereas, funds for this project are available in the Event Facility Improvements account #R4381. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. The contract for the construction of the above -named project for the base bid plus Alternate # 2 is hereby awarded to Peak Construction Group, Inc., 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. 3. 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. Passed and approved this 2nd day of January , 2024. Ma Approved by/ Attest: ' 'IL-alC'Je, G a City Clerk City Attorn 's Office (Liz Craig - 12/21/2023) It was moved by salih adopted, and upon roll call there were: Ayes: X x x and seconded by Dunn the Resolution be Nays: Absent: Alter Bergus Dunn` Harmsen Moe Salih Teague I I I �r �.NrM� M1 coax M�{ `"� WiM ai► CITY OF IOWA CITY UNESCO CITY OF LITERATURE ENGINEER'S REPORT August 26, 2024 Re: City Park Festival Stage Improvements Project Dear City Clerk: I hereby certify that the City Park Festival Stage Improvements Project has been completed by Peak Construction Group, Inc. of North Liberty, Iowa, insubstantial accordance with the plans and specifications prepared by Neumann Monson Architects of Iowa City, Iowa. The project was bid as a lump sum contract and the final contract price is $283,808,22 There was a total of one (1) change or extra work order for the project as described below: Additional repairs on the first level to address damage discovered during construction and additional lighting controllers and fixtures $40,450.39 I recommend that the above -referenced improvements be accepted by the City of Iowa City, Sincerely, Jason Havel, E City Engineer Bond No. 54257942 FILED AUG 2 6 2024 City Clerk 0061 10 Iowa City, Iowa PERFORMANCE, PAYMENT, AND MAINTENANCE BOND LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS PROJECT CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, Peak Construction Group, Inc. , as Principal (hereinafter the "Contractor" or "Principal") and United Fire & Casualty Company as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of Four Hundrend Thousand, Five Hundred and 00/100 dollars ($ 400,500.00 ), 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 a54�1 day of `.1oa� , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: The scope of work consists of improvements to the Lower City Park Festival Stage including addition of enclosed stair from backstage structure to Crown, improvements to water damaged finishes and materials, review and improvement of ventilations needs, as determined by a mechanical engineer, new mounting for temporary and permanent lighting, replace permanent house lighting, repaint exterior facades on backstages structure and ticket booth structure, and restrooms. 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. 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 LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 61 10 — Page 1 of 5 FILED AUG 2 6 2024 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 City Clerk improvement, but the Contractor and Surety shall not be liable to said persons, firms, or Iowa City, lowacorporations 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 one year (1 year) 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 than one year (1 year) 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 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. LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 61 10 —Page 2 of 5 FILED AUG 2 6 2024 City Clerk Iowa City, Iowa LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 61 10 — Page 3 of 5 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. FILED AUG 2 6 2024 City Clerk Iowa City, Iowa LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 61 10—Page 4 of 5 PRINCIPAL: Peak Construction Group, Inc. Printed Name of Contractor Officer By S n t gure of Contractor Officer Title of Contractor Officer NOTE: SURETY: United Fire & Casualty Company Su ty Company Name '� s m 9q RApCs i nature of Attorney -in -Fact Officer Anne Crowner, Attorney -in -Fact Printed Name of Attorney -in -Fact Officer Holmes, Murphy and Associates LLC Company Name of Attorney -in -Fact 2727 Grand Prairie Parkway Company Address of Attorney -in -Fact Waukee, IA 50263 City, State, Zip Code of Attorney -in -Fact (515) 223-6800 Telephone Number of Attorney -in -Fact 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. FLED AUG 2 6 2024 City Clerk to City, Iowa LOWER CITY PARK FESTIVAL STAGE IMPROVEMENTS Project 00 61 10 —Page 5 of 5 U1 ) FIRE & CASUALTY COMPANY, CEDAR RAF [A Inquiries: Surety Department UNI i tD FIRE & INDEMNITY COMPANY, WEBSTER, i A 118 Second Ave SE Ufg FINANCIAL PACIFIC INSURANCE COMPANY, LOS ANGELES, CA Cedar Rapids, IA 52401 INSURANCE CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company — See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly organized and existing under the laws of the State of Iowa; United Fire & Indemnity Company, a corporation duty organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company, a corporation duly organized and existing under the laws of the State of California (herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint CRAIG E. HANSEN, JAY D. FREIERMUTH, BRIAN M. DEIMERLY, CINDY BENNETT, ANNE CROWNER, TIM MCCULLOH, STACY VENN, DIONE R. YOUNG, MICHELLE GRUIS, KATHLEEN BREWER, SETH D. ROOKER, SARA HUSTON, SHELBY GREINER, GINGER HOKE, JOHN CORD, JOE TIERNAN, JENNIFER MARINO, BEN WILLIAMS, KATE ZANDERS, EACH INDIVIDUALLY FILED AUG 2 6 2024 City Clerk Iowa City, Iowa their true and lawful Attomey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $100, 000, 000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted by the Boards of Directors of United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. "Article VI — Surety Bonds and Undertakings" Section 2, Appointment of Attomey-in-Fact. "I1re President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf ofthe Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, maybe affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set of forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney -in -fact. IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its vice president and its corporate seal to be hereto affixed this 18t h day of March, 2022 ,I IIIIInpM,/r IlMlnyp ,xxmYln"hr 4 CU&pr,poAG INSUq r'',. ,• �' `? 4, a '� `GCE„.........� UNITED FIRE &CASUALTY COMPANY eS cl>,eroRnlr rr= 3H CI)R►oR"llii --:3 Soya; �� �? UNITED FIRE & INDEMNITY COMPANY FINANCIAL PACIFIC INSURANCE COMPANY SEAL : Z •, C� Q\I:. 1. /� ,�rrrggr� n n ��s nnnim�tilnnnnnnr""��(�/�+ nR By: ze—,� State of Iowa, County of Linn, ss: Vice President On 18th day of March, 2022, before me personally came Dennis J. Richmann to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. µSLO Judith A. Jones rIowa Notarial Seal Commission number 173041 Notary Public ow► My Commission Expires 4/23/2024 I r My commission expires: 4/23/2024 I, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attomey has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this day of ,�IArMiloi,, c !i�� s Urollary \"pµllRllnUl l/ryr. 4" ;. `f� INS.. CUKvOxA1E C 3� CgarOlcnrF. is _'=: ULYp 'O..O_ � C ./ � Bn�f &t-) By: SEAL e % SFAL �'glr9e6�.':•<2 Assistant Secretary, OF&C & OF&I & FPIC yrrpllnAN,p,, 9rMRnnnM yHnumm�l�oy`"� BPOA00491217 Prepared by: Ethan Yoder Engineering Division, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5145 Resolution No. 24-224 Resolution accepting the work for the City Park Festival Stage Improvements Project Whereas, the Engineering Division has recommended that the work for construction of the City Park Festival Stage Improvements Project, as included in a contract between the City of Iowa City and Peak Construction Group, Inc. of North Liberty, Iowa, dated January 25, 2024, 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 Event Facility Improvements account # R4381; and Whereas, the final contract price is $283,808.22. 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 day of SPtamhPr , 2024 M or Approved by Attest: )✓S.Q L, �=,. 6 t/ iyx�(� City Clerk City Attor y's Office (Sue Dulek — 08/28/2024) It was moved by Bergus and seconded by salih adopted, and upon roll call there were: Ayes: Nays: Absent: Alter Bergus Dunn Harmsen Moe Salih Teague the Resolution be