Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2023 PARKING GARAGE MAINTENANCE & REPAIR PROJECT STRUCTURAL
2023 PARKING GARAGE MAINTENANCE AND REPAIR PROJECT STRUCTURAL 05-Jun-2023 Plans and Specs 06-Jun-2023 Res No. 23-165: Setting a Public Hearing on 6/20/23 20-Jun-2023 Res No. 23-185: Approving Project Manual & Estimate of Cost 22-Jun-2023 Notice to Bidders 30-Jun-2023 Engineer's Report 01-Aug-2023 Res No. 23-211: Rejecting bids 14-Aug-2023 Plans & Specs - Structural 15-Aug-2023 Res No. 23-229: Setting a public hearing on 9/5/23 21-Aug-2023 Notice of Public Hearing 05-Sept-2023 Res No. 23-251:.Approving project manual & estimate of cost 07-Sept-2023 Notice to Bidders 03-Oct-2023 Res No. 23-270: Awarding Contract 25-Oct-2023 Agreement 30-Jul-2024 ' Engineer's Report 30-Jul-2024 Performance, Payment, & Maintenance Bond 06-Aug-2024 Res No. 24-202: Accepting the work 113 JUG-5 All 9: 44 �MllI CITY OF IOWA/CITY UNESCO CITE' OF LfTERATURE PUBLIC WORKS DEPARTMENT ENGMIEERING DIVISION PROJECT MANUAL FOR 2023 PARKING GARAGE MAINTENANCE AND REPAIR PROJECT IOWA CITY, IOWA City of Iowa City Project No. T3004 May 15, 2023 2023 Parking Garages Maintenance and Repair Project Shive-Hattery - 1207932 ANTONY 1. ALTENHOFEN • 23470 0001 05 CERTIFICATIONS PAGE u hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am ;a duly 1i Wised Professional Engineer under the laws of the State of Iowa. Signature: ' % Date: M 15, 2023 Name: Tony J. Altenhofen, P.E. Iowa License Number: 23470 My license renewal date is December 3 , 2023 Paaes. Sheets. or Divisions covered4v this seal: Divisions 0 - 7 engineering document was prepared by me or I hereby certif/'p ``1j11144Ititlf��/// SSfON�/%,��i//' supervisionnal that I my rEnder Iowauly licensed `\\�OQ�©� Pro ess onalunder the laws ofthe State of t=..ty.�, y r Signature: Date: May 15, 2023 v . EDWARD (TED) rn rn _ KRAUSMAN = Name: Edward (Ted) Krausman, P.E. Iowa L�i�ense Number: P2442522 • P2442522 My license renewal date is December 31, 2023 Pages, Sheets, or Divisions covered by this seal: Division 23 * O` A�`1\���\� I hereby certify that this engineering document was prepared by me or ``��111tillEtilflrl��/, ©F 'S....� �f�i,��� under my direct personal supervision and that I am a duly licensed \`�N��� , . Professional Engineer under the laws of the State of Iowa. y4.�, ,,.Z� Signature: Date: May 15, 2023 �Ax �-' • 4 m HENKLE Name: Jake J. Henkle, P.E. • 1 8 •••• Iowa License Number: 12668 •`\��ti���\�� My license renewal date is December 31, 2024 Pages, Sheets, or Divisions covered by this seal: Division 26 ZZ'i,�/f•�y�* <��trlt I 1 ttlltlltr 2023 Parking Garages Maintenance and Repair Project Shive-Hattery - 1207932 0001 10 TABLE OF CONTENTS' DIVISION 00 PROCUREMENT AND COI` 0001 05 Certifications Page 0001 10 Table of Contents 00 11 60 Notice to Bidders 00 11 70 Notice of Public Hearing 0021 10 Instructions to Bidders 0042 10 Proposal 00 43 05 Bidder Status Form 0043 10 Bid Bond Form 00 45 10 Contract Compliance 00 45 20 Wage Theft Policy 0052 10 Agreement 0061 10 Performance, Payment, and 00 72 00 General Conditions 00 73 00 Supplementary Conditions DIVISION 03 CONCRETE 0301 00 Concrete Restoration and C DIVISION 05 METALS 05 50 00 Metal Fabrications DIVISION 07 THERMAL AND MOISTURE PROTECTION 071200 Elastomeric Traffic -Bearing Membrane System 07 92 00 Joint Sealants DIVISION 09 FINISHES 09 90 00 Painting and Coating DIVISION 23 HEATING, VENTILATING, AND AIR-CONDITIONING (HVAC) 23 05 00 Common Work Results for HVAC 23 05 29 Hangers and Supports for HVAC Piping and Equipment 23 05 48 Vibration and Seismic Controls for HVAC Piping and Equipment 23 05 93 Testing, Adjusting, and Balancing for HVAC 2331 13 Metal Ducts 23 33 00 Air Duct Accessories 23 34 23 HV�C Exhaust Ventilators r 2023 Parking Garage Maintenance & Repair Project 00 11 60 — Page 1 of 4 DIVISION 26 ELECTRICAL 2601 00 Basic Electrica 2605 19 Conductors an 26 05 26 Grounding and 26 05 33 Conduit and R; 2628 13 Fuses 2628 16 Disconnect Sw 26 29 13 Enclosed Cont 2023 Parking Garage Maintenance & Repair Project 00 11 60 — Page 2 of 4 0011 60 NOTICE TO BIDDERS 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on"July 18, 2023. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machirii,s"hall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline,** be returned to the bidder unopened. ,/` Proposals will be acted upon by the City Council at a meeting to be held in Emm : Harvat Hall at 6:00 P.M. on the 1 st day of August 2023, or at special meeting called for that purpose. The Project will involve the following: Structural repair and protection improvements at the Dubuque Stree and Tower Place Parking Ramps. Stair tower HVAC improvements and associated electrical equip nt at the Tower Place, Chauncey Swan, and Court Street parking ramps. Infrared scanning of electrical uipment at the Harrison Street parking ramp. All work is to be done in strict compliance with the Projeet'Manual prepared by Shive-Hattery, Inc. of Iowa City, Iowa, which has heretofore been approved by the.6ity Council, and are on file or 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 forfeitedto 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) ha�,been filed by the bidder guaranteeing the performance of the contract, and the contract and security hava been approved by the City. The City shall promptly return the checks or bidder's bonds of unsucceul bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichev is sooner. The successful bidder ill be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one h ndred percent (100%) of the contract price and in the form shown in Section 00 61 10, said bond to be i sued by a responsible surety approved by the City, and shall guarantee the prompt payment of all mater als and labor, and also protect and save harmless the City from all claims and damages of any kind caus directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of e improvement for a period of one (1) year(s) from and after its completion and formal acceptance by e City Council. The following limitations shall apply to this Project: Late Start Date September 5, 2023 Substantial Completion: November 17, 2023 Final Completion: December 15, 2023 Liquidated Damages: $250.00 per day 2023 Parking Garage Maintenance & Repair Project 00 11 60 — Page 3 of 4 All of the bid items listed in Section 00 42 10 — Proposal shall be completed by the Substantial Completion Date. 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 TransporJafion Contracts Office at (515) 239-1422. f Bidders shall list on the Proposal the names of persons, firms, companies,.pr'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 sccontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to proocts and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the e ent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to t is Project. The City reserves the right to reject any or all propo�gs and reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa CA, Iowa. KELLIE FRUEHLING, CITY CLERK f ii r~ l' 2023 Parking Garage Maintenance & Repair Project 00 11 60 — Page 4 of 4 0011 70 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MAN L AND ESTIMATED COST FOR THE 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT IN THE r Y OF IOWA CITY, IOWA f TO ALL TAXPAYERS OF THE CITY OF IOW ITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the CA Council of the City of Iowa City, Iowa, will conduct a public h ring on the Project Manual, including the plans, specifications, cpp tract, and estimated cost for the construction of the 2023 Parking/Garages Maintenance and Repair Project in said city at 6:00 p.mn the 20th day of June, 2022, said meeting to be held in the Em7i'a J. Harvat Hall in City Hall, 410 East Washington Street in said cLty, or if said meeting is cancelled, at the next meeting of the City Cq&cil thereafter as posted by the City Clerk. This project includes: Structural repair an rprotection improvements at the Dubuque Street and Tower Place parking ramps. Stair tower HVAC improvements and associated electrical equipment at the Tower Place, Chauncey Swan, and Court Street parking ramps. Infrared scanning of electrical equipment at tt e Harrison Street parking ramp. 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 tl}b 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 2023 Parking Garages Maintenance and Repair Project 00 11 70 — Page 1 of 1 0021 10 INSTRUCTIONS TO BIDDERS 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT ARTICLE 1 - DEFINITIONS 1.1 Bidding documents include the bidding requirements and the contrge documents. The bidding requirements include the Advertisement or Invitation to bid, Instruc ' ns to Bidders, the Bid Form, other sample bidding and contract forms, and the Contract Form including addenda issued prior to receipt of bids. 1.2 The contract documents for the work consist of the Owner/ ontractor Agreement, the Conditions of the Contract (General and Supplementary Conditions), e Drawings, the Specifications and all addenda issued prior to, and all modifications issued of r execution of the Contract. 1.3 Definitions set forth in AIA document A201, "Gener 1 Conditions of the Contract for Construction", 2007 edition, or in other Contract Documents are #plicable to the bidding documents. A. Addenda are written or graphic instrum nts issued by the Architect prior to execution of the Contract which modify or interpr the Bidding Documents by addition, deflection, clarifications, or correction. B. A bid is a complete and properly igned 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 sited in the bid for which the Bidder offers to perform the work describe/ribed e bidding d uments as the Base, to which work may be added; or from which work maeducted f sums stated in alternate bids. D. An alternd (or Al rnate) is an amount stated in the bid to be added to or deducted from the amothe b e bid if the corresponding change in the work, as described in bidding documenacc ted. E. A unit prin mount stated in the bid as a price per unit of measurement for materials or services ribed in the bidding documents or in the contract documents. F. A bidder rson or entity who submits a bid. G. A sub-bia person or entity who submits a bid to a bidder for materials_:equipment or labor forion of the work. G ARTICLE 2 — BIDDERS REPRESENTATIONS 2.1 The bidder making a bid represents that the bidder has read and understaws the bidding documents, nd the bid is made in accordance with those documents. 2.2 The Bidder has read and understands the bidding documents or contract documents, to the extent that such ocumentation relates to the work for which the bid is submitted. 2.3 The bidd r has visited the site, has become familiar with local conditions under which the work is to be perf med, and has correlated the bidder's personal observations with the requirements of the contract documents. 2.4 The bid is based upon the materials, equipment and systems required by the bidding documents without exception. 2023 Parking Garage Maintenance & Repair Project 00 21 10 — Page 1 of 6 ARTICLE 3 — BIDDING DOCUMENTS 3.1 Copies A. 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. X B. Bidders shall use complete sets/lowa ding documents in prep ng bids. Neither the Owner nor the Architect assumes respoty for errors or misinte retations resulting from the use of incomplete sets of bidding dots. No partial sets ill be issued. C. In making copies of the bidding ents available the above terms, the Owner and the Architect do so only for the purpf obtaining b' s for the work and do nor confer license or grant permission for any othef the bid g documents. D. Copies of the reports and drawint are t included with the Bidding Documents may be examined at Engineering Divisioity Il, Iowa City, Iowa during regular business hours, or may be obtained from the OOwner's reproduction cost, plus handling charge. These reports and drawings arert of the contract documents, but the "technical data" contained therein upon which tder may rely as identified and established above, are incorporated therein by referenc 3.2 Interpretation or Correction of Bidding/Documents A. The bidder shall carefully st dy and compare the bidding documents with each other, and with other work being bid con rrly or presently under construction to the extent that it relates to the work for which t bidentis being submitted, shall examine the site and local conditions, and shall at onc/uest t to the Architect errors, inconsistencies or ambiguities discovered. B. Bidders and subs requiring clarification or interpretation of the bidding documents shall make a written rwhich 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 i 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 tq have a complete set of bidding documents. B. Copies of addenda will be made available for inspection wherever bidding d Xuments are on file for that purpose. 2023 Parking Garage Maintenance & Repair Project 00 21 10 — Page 2 of 6 C. No addenda will be issued later than four (4) days prior t/reipt receipt of b' s, 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 theipt of bids.3. An addendum issued after receipt of bids and priof the contract. D. Each bidder shall ascertain prior to submitting a bid that ed all addenda issued, and the bidder shall acknowledge their receipt in the pron the bid form. ARTICLE 4 — BIDDING PROCEDURES 4.1 Form and Style of Bids A. A separate copy of the bid form is contained B. Fill in all blanks on the bid form in ink. Th table. i h this document. idder may submit computer -generated unit price C. Where so indicated by the makeup 9fthe bid form, sums shall be expressed in both words and numerals, and in case of discr ancy between the two, the amount written in words will govern. D. Interlineations, alterations, or eAsures shall be initialed by the signer of the bid. E. All requested alternates sh be bid. If no change in the base bid is required, enter "No Change". F. Where two or more bids r designated portions of the work have been requested, the bidder may, without for iture of the bid security, state the bidder's refusal to accept award of less than the combin ion 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 b' shall include the legal name of the bidder and a statement that the bidder is a sole propriet r, a partnership, a corporation, or some other legal entity. Each copy shall be sigIform h person or persons legally authorized to bind the bidder to a contract. A bid by a cn shall further give the state of incorporation and have the corporate seal affixedubmitted by an agent shall have a current power of attorney attached certifying the aghority to bind the bidder. H. No bid withdrawn for a period of 30 calendar days after the date of opening. 4.2 Bid Security A. Each be accompanied by a bid security in the amount of ten percent (10%) of the total bding all added alternates (do not deduct the amount of deducted alternates), and i�te of surety bond pledging that the bidder will enter into a contract with the Owner on items stated in his bid and will, if requested, furnish bonds covering the faithful permance of the contract and the payment of all obligations arising theN under. Should th bidder refuse to enter such contract or fail to furnish such bond, if.requi�", the amount of t e bid security shall be forfeited to the Owner as liquidated damages, not �s a penalty. B. urety bond shall be written on enclosed Bid Bond Form (Section 0.0;43 10)i bound within the project manual and the attorney -in -fact who executes the bond on behalf if the surety shall affix to the bond a certified and current copy of power of attorney. T ' i 2023 Parking Garage Maintenance & Repair Project 00 21 10 — Page 3 of 6 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 bo/website: en furnished. 2. The specified time has elapsed so that tbe withdraw . 3. All bids have been rejected. 4.3 Bidder Status Form A. Bidder Status Form (Section 00 43 05) shall be the bid, in a separate envelope. 4.4 Submission of Bids A. See Section 00 43 05 for the Worksheet: Authonsact Business and 875 Iowa Administrative Code Chapter 156 (73A), found ing website:htt s://www.le is.iowa. ov/docs/iac/cha ter/08-5.156. df for assistance in completing the form. B. All copies of the bid, the bid security nd ather documents required to be submitted with the bid shall be enclosed in sealed opaqu envelopes. All envelopes shall be addressed to the party receiving the bids ("City Clerk, ty of Iowa City"), and shall be identified with the project name, the bidder's name and addr s, and the envelope's contents. If the bid is sent by mail, the sealed envelopes shall be e closed in a separate mailing envelope with the notation "SEALED BID ENCLOSED"/one face of that envelope. C. Submittals include two sepaealed envelopes: Envelope 1: Bid Security and Bidder Status Form Envelope 2: Proposal D. Bids shall be deposited,at the designated location prior to the time and date for receipt of bids. Sealed bids may be delivered in person on Mondays through Fridays 8:00 am to 5:00 pm. 1. Location: Office of City Clerk, City Hall 410 East Washington Street Iowa City, Iowa 52240 2. Time and Date BEFORE: 3:00 P.M. on July 18, 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 receip4 of bids. F. OraY, telephonic, or telegraphic bids are invalid and will not receive consideratigfl. 4.5 Modificatiion or Withdrawal of Bid A. bid may not be modified, withdrawn, or cancelled by the bidder after the stipulated time -and Le designated for the receipt of bids, and each bidder so agrees in submittina is bid. c..n 2023 Parking Garage Maintenance & Repair Project 00 21 10 — Page 4 of 6 B. Prior to the time and date designated for receipt of bids, a bid /ne d may be modified or withdrawn by notice to the party receiving bids at the place ed for receip f bids. Such notice shall be in writing, signed by the person or personauthorize o bind the bidder to a contract. If written notice is electronic, written con from e person or persons legally authorized to bind the bidder to a contract shall aile nd postmarked on or before the date and time set for receipt of bids, and it shalo ed as not to reveal the amount of the original bid. C. Withdrawn bids may be resubmitted up to the time designated eceipt of bids provided they are then fully in conformance with these Instructions to Bi D. Bid security shall be in an amount sufficient for the bid as rrXdified or resubmitted. ARTICLE 5 — CONSIDERATION OF BIDS 5.1 Opening of Bids A. The properly identified bids received on time wil1 e opened publicly and will be read aloud. 5.2 Rejection of Bids j A. The Owner will have the right to reject an 11"'r all bids, and to reject a bid not accompanied by the required bid securi/to another to required by the bidding documents, or to reject a bid which is in any waylete or ' regular. 5.3 Acceptance of Bid (Award) A. It is the intent of the Oa and a contract to the lowest responsive responsible bidder provided the bid has mitted in accordance with the requirements of the bidding documents and does ned the funds available. The Owner will have the right to waive informalities or irregulaa bid received, and to accept the bid which, in his judgment, is in his own best interest B. The Owner will have tto accept bid alternates in any order or combination, and to determine the low bidde basis of the sum of the base bid and the accepted alternates. ARTICLE 6 — POST -BID INFORM//�'TION 6.1 Submittals / A. The names of th se persons, firms, companies, or other parties with whom the bidder intends to enter _to a major subcontract, together with the type of subcontracted work and approximate d Ilar amount of the subcontract will be submitted within 24 hours of bid opening by th apparent lowest responsive, responsible bidder. B. The bidder all, within seven (7) days of notification of selection for the award of a contract for the wor , submit the following information to the Architect: 1. A esignation of the work to be performed by the bidder with the bid"$er's own forces. 2. T e proprietary names and the suppliers or principal items or syster".of materials and quipment proposed for the project. r C. The bi der will be required to establish to the satisfaction of the Architect clif`d the Owner the reliability and responsibility of the persons or entities proposed to furril�h anpIperform the work described in the bidding documents. 2023 Parking Garage Maintenance & Repair Project 00 21 10 — Page 5 of 6 D. Prior to the award of the contract, the Architect will notify the bidder in wfating if either the Owner or Architect, after due investigation, has/nab le objection t ny such proposed person or entity. If the Owner or the Architect nable obj ion to such proposed person or entity, the bidder may, at the bidder's 1. Withdraw the bid. 2. Submit an acceptable substitute person an adjustment in the bid price to cover the difference in cost occasioned bstitution.E. The Owner may accept the adjusted bid price oualify the bidder. In the event of either withdrawal or disqualification, bid security forfeited. ARTICLE 7 — PERFORMANCE BOND AND LABOR & M�.TERIAL PAYMENT BOND 7.1 Bond Requirements // A. The bidder shall furnish bonds coverio the faithful performance of contract and the payment of all obligations arising there and . Bonds may be secured through the bidder's usual sources. The cost of furnishi/nb h bonds shall be included in the bid. B. If the Owner requires that boe obtained from other than the bidder's usual source, all change in cost will be adjusterovided in contract documents. 7.2 The Time of Delivery and Form of A. The bidder shall deliver t required bonds to the Owner not later than three (3) days following the date of execution of e contract. If the work is to be commenced prior thereto in response to a letter of intent, t bidder shall, prior to commencement of the work, submit evidence satisfactory to the O ner that such bonds will be furnished and delivered. B. The bonds shall written on the "Performance, Payment and Maintenance Bond" form bound within the roject manual, or a copy thereof. Both bonds shall be written in the amount of the contracts m. C. The bonds shall be dated on or after the date of the contract. D. The bidder s iall require the attorney -in -fact who executes the required bonds on behalf of the surety to of x a current and certified copy of power of attorney. ARTICLE 8 — PRE-BIDONFERENCE 8.1 Conference A. There,'is a recommended pre -bid meeting on July 7 at 2:00 p.m. at City Hall, located at 410 East Washington Street, Iowa City. 8.2 Parking A. Parking available in Chauncey Swan Parking Ramp. `. U1 w 2023 Parking Garage Maintenance & Repair Project 00 21 10 - Page 6 of 6 004210 PROPOSAL 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT CITY OF IOWA CITY BIDDERS PLEASE NOTE: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN TFJEBOUND VOLUME OF THE PROJECT MANUAL. SEPARATE COPIES OF THIS PROPOSAL RE CONTAINED WITH THIS DOCUMENT. ,/ 2. The following documents must be submitted as printed. No erations, additions, or deletions are allowed. If the Bidder notes a requirement in the contract Ocuments that the Bidder believes will require a conditioned or unsolicited alternate bid, the Bioder must immediately notify the Engineer in writing. The Engineer will issue any necessary interpr ation by an addendum. Name of Bidder: Address of Bidder: BIDS RECEIVED BEFORE: 3:00 P.M. I TO: City Clerk City of Iowa City City Hall 410 East Washington Iowa City, Iowa 52240 me on July 18, 2023. In response to your request for ids, and in compliance with the Procurement and Contracting Requirements, the undersigned proposes to/furnish all labor, materials and equipment, all supervision, coordination, and all related incidentals necessgy to perform the work to complete 2023 Parking Garages Maintenance and Repair Project strict accof1dance with the Project Manual and the Drawings dated May 15, 2023 including Addenda numbered _ and , inclusive, prepared by Shive-Hattery, Inc. and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. BASE BID: "n, J L4.h Dollars ($ ) r C"I cr7 2023 Parking Garage Maintenance & Repair Project 00 42 10 — Page 1 of 4 The Bidder i TAIL EXTENDED AMOUNT = snit price table. Z3 3� C"{ 2023 Parking Garage Maintenance & Repair Project 00 42 10 — Page 2 of 4 The names of those persons, firms, companies, or other parties with whom we inte ' to enter into a subcontract, together with the type of subcontracted work and approximate dollar amo of the subcontract, are as follows: NAME OF SUBCONTRACTORS I TYPE OF WORK I A5�PROXIMATE COSTS I NOTE: All subcontractors areAubject to approval by City of Iowa City. The undersigned bidder c�rtifies that this proposal is made in good faith, and without collusion or connection with any other person orjbersons bidding on the work. The undersigned bid " r states that this proposal is made in conformity with the Contract Documents and agrees that, in the ev nt of any discrepancies or differences between any conditions of this proposal and the Contract Document prepared by the City of Iowa City, the more specific shall prevail. 2023 Parking Garage Maintenance & Repair Project 00 42 10 — Page 3 of 4 The Undersigned Bidder is a/an: Individual, Sole Proprietorship Partnership Corporation Limited Liability Company Joint Venture Other Its public registration number issued by the Iow/dobusiness abor, pursuant to Section 91 C.5 of the Iowa Code is: Failure to provide said Registration Number shang read under advisement. A contract will not be executed until the contractor is registn the State of Iowa. Bidder's Name Signature PrintedNarfie CD .le >w cn yy... Address u� , 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. 2023 Parking Garage Maintenance & Repair Project 00 42 10 — Page 4 of 4 00 43 05 BIDDER STATUS FORM All bidders must submit the following completed form to the governmental body requesting bids per To be completed by all bidders Z 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: Autho nation 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, tel one calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 year 'or to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or m ompany 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 corn y qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions abov 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: (mnVU5/ )yy) City, State, Zip Code: Dates: to Address: (mtn/ddfyyyy) / City, State, Zip Code: Dates: to / Address: (mm/dd/yyyy) City, State, Zip Code: You may attach additional sheet(s) if needed To be completed by non-resicl4rit bidders Part C 1. Name of home state or foreign cot reported to the Iowa Secretary of State:• - .. t 2. Does your company's home st a or foreign country offer preference to bidders who are residentk ? ° Yes, ❑ No 3. If you answered "Yes" to qu tion 2, identify each preference offered by your company's home:'or foreign 1country 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 stat ents made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate antruthful information may be a reason to reject my bid. Firm Name: Signature: Date: 2023 Parking Garages Maintenance and Repair Project 00 43 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 DivisionAf Labor. ❑ Yes ❑ No My business is a sole proprietorship, and I am an Iowa resident forl6wa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More thXh 50 percent of the general partners or joint venture parties are residents of Iowa for loXa 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 rn ecent biennial report, and has not filed articles of dissolution. ,� ❑ Yes ❑ No My business is a corporation whose articles gfincorporation 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 See`retary of State, and has neither received a certificate of withdrawal from the Secretary of stao 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. 2023 Parking Garages Maintenance and Repair Project 00 43 05 — Page 2 of 2 004310 XZ BID BOND FORM 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT CITY OF IOWA CITY Z� , as Principal, and , as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa ,er i hnafter called "OWNER," in the amount of to pay said m as herein provided. We as Principal and Surety further promise and declare that these obligatio shall bind our heirs, executors, administrators, and successors jointly and severally. This obligati is conditioned on the Principal submission of the accompanying bid, dated for 2023 Parking Garages Maintenance and Repair Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the a rnate, (b) If said Bid shall be accepted and t Principal shall execute and deliver a contract in the form specified, and the Principal shall en furnish a security for the Principal's faithful performance of said Project, and for the pay ent of all persons performing labor or furnishing materials in connection therewith, and sh I in all other respects perform the Project, as agreed to by the City's acceptance of said Bi , then this obligation shall be void. Other ise, this obligation shall remain in full force and effect, provided that the liability of the Surety for any an all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory aut rity, the full amount of this bid security shall be forfeited to the Owner in the event that the Principal fail o execute the contract and provide the security, as provided in the Project Manual or as required by law. The Surety, for valu received, hereby stipulates, and agrees that the obligations of said Surety and its security shall in no way e impaired or affected by any extension of the time within which the Owner may accept such Bid or may ecute 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 / , A.D., 2023. ess Witness (Seal) Principal By: (,.Title) u., �(.$eal) Suretv By: (Attorney -in -fact' �� ZZ Attach Power -of -Attorney, if applicable day of 2023 Parking Garages Maintenance and Repair Project 00 43 10 — Page 1 of 1 004510 CONTRACT COMPLIANCE SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all 9ffy contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors aw requires them to ensure that applicants seeking employment with them and their employees are treaXtl equally without regard to age, color, creed, disability, gender identity, marital status, national origin race, religion, sex, or sexual orientation. r` It is the City's intention to assist employers, who are City contractoryvendors, or consultants, in designing and implementing equal employment opportunity so that all citizen/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 apirde 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 resp6nsible for assuring that City contractors, vendors, and consultants are made aware of the City's Co 'tract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A#tification of requirements will be included in any request for proposal and notice of bids. r r 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. f 5. Contracting department's 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. c.K.. y..� Q0 2023 Parking Garage Maintenance & Repair Project 00 45 10 — Page 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 vendbr agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include cons ants and vendors.) The contractor will not discriminate against any employee or apghtant for employment and will take affirmative efforts to ensure applicants and employees are tred during employment without regard to their age, color, creed, disability, gender identity, marital titus, national origin, race, religion, sex, or sexual orientation. Such efforts shall include, but no,Ybe limited to the following: employment, promotion, demotion, or transfer; recruitment or recruiter) nt advertising; layoff or termination; rates of pay or other forms of compensation; and selection fgp4aining, 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 nployer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1.608 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. 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 Codecn , ,.# 2023 Parking Garage Maintenance & Repair Project 00 45 10 — Page 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 recruitme sources (including unions) that you are an Equal Employment Opportunity employer? The above responses are true and correctly reflect our Equal E loyment Opportunity policies. Business Name Signature Print Name Phone Number Title Date lJf%A J Ln Is .� {. y :'v nM.w V ' 2023 Parking Garage Maintenance & Repair Project 00 45 10 — Page 3 of 6 2 3 4 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNIT COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Do ment the policy and post it in a conspicuous place so that it is known to all your employees. Furth more, disseminate the policy to all potential sources of employees and to your subcontractors a ng their cooperation. The policy statement should recognize and accept your responsibility top vide equal employment opportunity in all your employment practices. In regard to disseminati of this policy, this can be done, for example, through the use of letters to all recruitment source and subcontractors, personal contacts, employee meetings, web page postings, employee handoloks, and advertising. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer 6r, at minimum, assign someone the responsibility of administering and promoting your mpany's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. f, INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to h.4re, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. RECRUITMENT a) Let potential employees kfow you are an equal opportunity employer. This can be done by identifying yourself on alj'recruitment advertising as "an equal opportunity employer". b) Use recruitment sourg6s that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only erpetuate the current composition of your workforce. Send recruitment sources a letter an wally which reaffirms your commitment to equal employment opportunity and requests theiVassistance in helping you reach diverse applicant pools. c) Analyze and reyew your company's recruitment procedures to identify and eliminate discriminatory arriers. d) Select and tr in persons involved in the employment process to use objective standards and to support qual employment opportunity goals. e) Review pOriodically job descriptions to make sure they accurately reflect major job functions. Review ducation and experience requirements to make sure they accurtately reflect the require ents for successful job performance. i f) Revi the job application to ensure that only job -related questions are asked. Ask yourself "Is t is information necessary to judge an applicant's ability to perform thb,"Job applied for?" Onl use job -related tests which do not adversely affect any particular gro, p of people. g) M�nitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. 2023 Parking Garage Maintenance & Repair Project 00 45 10 — Page 4 of 6 h) Improve hiring and selection procedures and use non -biased promotion, trans , and training policies to increase and/or improve the diversity of youZobpromotional resentation. Companies must make sure procedures for selecting candidatn, transfer and training are based upon a fair assessment of an employee's abecord. Furthermore, all companies should post and otherwise publiciz opportunities and encourage all qualified employees to bid on t For your information is a copy of Section 2 — 3 — 1 of the Iowa C4ty Code of Ordinances which prohibits certain discriminatory practices in employment can P6 found at: Please note that the protected characteristics includ some not mandated for protection by Federal or State law. As a contractor, consultant or vendo Adoing business with the City of Iowa City you are required to abide by the provisions of the loc ordinance in conjunction with your performance under a contract with the City. w., Cl «ar 'w." �„� �, M 2023 Parking Garage Maintenance & Repair 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 empWyee or applicant for employment based on his or her age, color, creed, disability, gender identity, marital fatus, national origin, race, religion, sex, or sexual orientation. The anti -discrimination policy extends t decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; /ilayoftermination; rates of pay or other forms of compensation; and selection for training, including aphip. Further, this Company and its employees will provide a working environment free from sucination. All employees are encouraged to refer minority and en applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for t is: me: 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. c r U1+ 2023 Parking Garage Maintenance & Repair 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 Resolutio `No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discreti ary economic development assistance to, any person or entity (including an owner of more than 25% the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or admi i trative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection I , the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute r local ordinance, which governs the payment of wages, for a period of five (5) years from the d e of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage eft Policy") Application. The Wage Theft Policy applies to the Ilowing: a. Contracts in excess of $25,000 for goods services, or public improvements. b. Contracts for discretionary economi development assistance. "Discretionary" economic development assistance shall mea any economic development assistance provided by the City of Iowa City that is not requir by law. Exceptions. The Wage Theft Policy qJdes not apply to emergency purchases of goods and services, emergency construction or public i rovement work, sole source contracts excepted by the City's purchasing manual, cooperative/pi gyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting a ity must complete the attached affidavit showing compliance with the Wage Theft Policy d provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contractA which this policy is applicable will include the following contract provision: If the City becomes aware tha a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or b en adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or wi ul violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labo Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, ithin the five (5) year period prior to the award or at any time after the award, such violation shall constitu a default under the contract. IV. Waivers. If 'person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may sulorplilt a request in writing indicating that one or more of the following actions have been taken: a. TKere has been a bona fide change in ownership or control of the ineligible person or entity; b. isciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); C .Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or Other factors that the person or entity believes are relevant. Tager or Designee shall review the documentation submitted, make any inquiries:deemednquest additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine th'it a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make su0p recommendation to the City Council. The City Council will make a final decision as to wh'.eth& to grant a reduction or waiver. 2023 Parking Garages Maintenance and Repair Project 00 45 20 — Page 1 of 2 WAGE THEFT AFFIDAVIT IXX certify under penalty of perjury and pursuant to the laws of the State of Iowa that the following is true and correct: I am the [position] of ["contracting entity"] and have the authority to execute this affidav' on behalf of said contracting entity and any person or entity with an ownership interest in said con acting entity of more than 25%. 2. Neither ["contractin ntity"] nor any person or entity with an ownership interest of more than 25% of said contractin entity has been adjudicated guilty or liable in any judicial or administrative proceeding of commi ng a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Vyage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinanc which governs the payment of wages in the last 5 years. Signature - - �7) cry a 70 .:•' M 2023 Parking Garages Maintenance and Repair Project 00 45 20 — Page 2 of 2 00 52 10 AGREEMENT 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT' CITY OF IOWA CITY THIS AGREEMENT is made and entered into by and between the City of/r'owa City, Iowa ("City"), and ("Co tractor"). WHEREAS the City has prepared certain Contract Documents oat the 15th day of May 2023, for the 2023 Parking Garages Maintenance and Repair Project ("P ject"), and WHEREAS, the City publicly solicited bids for construction said Project; and WHEREAS, Contractor submitted a bid on the Project scribed in said Project Manual; and WHEREAS, the parties hereto now wish to enter Project. NOW, THEREFORE, IT IS AGREED: this agreement for the construction of said The Contractor hereby agrees t perform the Project for the sums listed in its Proposal including the total extended gmount of $ which sums are incorporated herein by this refVence. 2. This Agreement consists of the Contract Documents, as defined in the Section 00 72 00 General Conditions, 1.1 , and the following additional component parts which are incorporated herein by 'erence: a. Contractor's mpleted Bidder Status Form; pursuant to Section 00 43 05 attached hereto; and / b. Contractor,ys Completed Contract Compliance Program (Anti -Discrimination Requirerr,�ents) 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, Ottached hereto. The above components are deemed complementary and what is called for by one shill be as binding as if called for by all. =� r - r—• Fri �....;er . nrbN („J 1 2023 Parking Garages Maintenance and Repair Project 00 52 00 — Page 1 of 2 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 subco fifacted work and approximate dollar amount of the subcontract, are as follows (or shown on an attachment): % NAME OF SUBCONTRACTORS TYPE OF WORK APPROXIMATE COSTS i i' DATED this day of ( The City of Iowa City will By: Signature of City Official Printed Name of City'Official ATTEST: City Clerk (for Formal Projects only) APPROVED BY: City Attorney's Office 2023 this Contract after all signatures are obtained) Contractor By: Signature of Contractor Officer Printed Name of Contractor Officer Title of Contractor Officer ATTEST: By: (Company Official) - -� .rn 2023 Parking Garages Maintenance and Repair Project 00 52 00 — Page 2 of 2 0061 10 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 2023 PARKING GARAGES MAINTENANCE AND REPAIR 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 Oblige ( reinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of e conditions of this Bond in the penal sum of Fly rs ($ ), lawful money of the United States, for the payment of which sum, weluly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, fithese presents. The conditions of the above obligations are such t t whereas said Contractor entered into a contract with the Jurisdiction, bearing date the day f (hereinafter the "Contract") wherein said Contractor uncle rt es and agrees to construct the following described improvements: Structural repair and protection improvemk6nts at the Dubuque Street and Tower Place parking ramps. Stair tower HVAC improvements and associ ed electrical equipment at the Tower Place, Chauncey Swan, and Court Street parking ramps. Infrared anning of electrical equipment at the Harrison Street parking ramp. 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 re binding upon said Contractor and Surety, to -wit: PERFORMANC : 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 ref enced 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 asfequired. The Contractor shall also be responsible for the default or failure to perform as require 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 Fn chinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein same are not satisfied out of the portion of the contract price the Jurisdiction isfrequired to retain il completion of the improvement, but the Contractor and Surety shall not be (able to said persons, firms, or corporations unless the claims of said claimants against said portion of Jhe 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,-whichl by this reference is made a part hereof as though fully set out herein. - `y 2023 Parking Garages Maintenance and Repair Project 00 61 10 — Page 1 of 4 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 ug-dlr the Contract within the period of one year(s) (1) from the date of acceptance of the wor nder the Contract, by reason of defects in workmanship or materials used in construct' of said work; b. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and insp,96tion to assure that any defects are remedied, and to repay the Jurisdiction all outlay and pense incurred as a result of Contractor's and Surety's failure to remedy any defect as re fired by this section. 4. GENERAL: Every Surety on this Bond shall be deemed 7the ound, any contract to the contrary notwithstanding, to the following provisions: a. To consent without notice to any extension of timntractor inwhich to perform the Contract. b. To consent without notice to any change in t Contract or Contract Documents, which thereby increases the total contract price a the penal sum of this bond, provided that all such changes do not, in the aggregate, in olve an increase of more than 20% of the total contract price, and that this bond shall t en be released as to such excess increase; and To consent without notice that this B nd shall remain in full force and effect until the Contract is completed, whether co pleted within the specified contract period, within an extension thereof, or within a pert d of time after the contract period has elapsed and the liquidated damage penalty is b ng charged against the Contractor. d. That no provision of this Bo or of any other contract shall be valid that limits to less than one year(s) (1) after the ac eptance of the work under the Contract the right to sue on this Bond. e. That as used herein, t e phrase "all outlay and expense" is not to be limited in any way, but shall include the actu I and reasonable costs and expenses incurred by the Jurisdiction including interest, b nefits, and overhead where applicable. Accordingly, "all outlay and expense" would in lude but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys' fees (including overhead expe es of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as th are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend an indemnify the Jurisdiction on all claims made against the Jurisdiction on account of C ntractor's failure to perform as required in the Contract and Contract Documents that all agreements and promises set forth in the Contract and Contract Document , in approved change orders, and in this Bond will be fulfilled, an$that the Jurisdicti n 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. `1 Q0 2023 Parking Garages Maintenance and Repair Project 00 61 10 — Page 2 of 4 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 requir d by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation in rring 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, p ers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative ands II be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdi ion may proceed against surety for any amount guaranteed hereunder whether action is brought, gainst the Contractor or whether Contractor is joined in any such action(s) or not. ,r NOW THEREFORE, the condition of this obligation is such Yat if said Principal shall faithfully perform all the promises of the Principal, as set forth and providegVin the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remaffi in full force and effect. When a work, term, or phrase is used in this Bond, it hall be interpreted or construed first as defined in this Bond and the Contract; second, if not define in the Bond or Contract, it shall be interpreted or construed as defined in applicable provision/oneor Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed accordins generally accepted meaning in the construction industry; and fourth, if it has no generally acd meaning in the construction industry, it shall be interpreted or construed according to its co customary usage. Failure to specify or particularize shall no exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract is ereby made a part of this Bond. 4.J F 2023 Parking Garages Maintenance and Repair Project 00 61 10 — Page 3 of 4 PRINCIPAL: Printed Name of Contractor Officer Signature of Contractor Officer Title of Contractor Officer SURETY: Surety Company Name By , Signature of Attorney-in-Fact.Officer Printed Name of Attor by -in -Fact Officer Company ame of Attorney -in -Fact Co pany Address of Attorney -in -Fact City, State, Zip Code of Attorney -in -Fact Telephone Number of Attorney -in -Fact w o 2023 Parking Garages Maintenance and Repair Project 00 61 10 — Page 4 of 4 00 72 00 GENERAL CONDITIONS "General Conditio amended in the S apply except as 2023 Parking Garages Maintenance and Repair 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 t06 Contract for Construction", AIA Document A201-2007. Where a portion of the General nditions is modified or deleted by these Supplementary Conditions, the unaltered portio of the General Conditions shall remain in effect. B. Terms used in these Supplementary Conditions will ave meanings assigned to them in the General Conditions. Additional terms used in th se Supplementary Conditions have the meanings indicated below, which are applicable both the singular and plural thereof. C. Deletions from the AIA A201 are indicated a and additions to the AIA A201 are indicated as "bold italic". D. The OWNER and CONTRACTOR mayJerc ise such rights or remedies as either may otherwise have under the Contract Dents 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 PROVISION/das A. Change Paragraph 1.1.3 to re 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 who 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. C l _ 17. y 2023 Parking Garages Maintenance and Repair Project 00 73 00 — Page 1 of 18 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 rk in accordance with the Contract Documents and fails within a seven-day period after written notice from the Owner to commence and continue correction of such detkt or neglect with diligence and promptness, the Owner may without prejudice to other re dies the Owner may have, correct such deficiencies. In such case the Owner may deduct from payments then or therea r due the Contractor the r^^, :e entire cost of correcting such deficiencies, includin wner's expenses and compensation for the Architect's and/or Consultant's addition services and expenses and heating, engineering, accounting, consulting servic s and attorneys' fees and expenses made necessary by such default, neglect, or fail e. If payments then or thereafter due the Contractor are not spi ficient 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 arty obligation of a surety. 1.4 ARTICLE 3 - CONTRACTOR A. Change Paragraphs 3.2.2 to relti as follows: 3.2.2 Because the Contractrpocuments are complementary, the Contractor shall, before starting each portion of thelork, carefully study and compare the various Contract Documents relative to thavoortion of the Work, as well as the information furnished by the Owner pursuant to Sectip 2.2.3, shall take field measurements of any existing conditions related to that portion oYthe 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 kROWiRgly failed to report it to the Architect. If the Contractor performs any construction activity kRew+r}g it +nueNFes 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 bear aR appFelariate .,+ f. the attrib ,+., 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 omiwons of the Contractor's employees, Subcontractors, Sub -subcontractors, vendors,�Itaterial providers and suppliers and their agents and employees, and other -persons performing portions of the Work under a contract with the Contractor or any of its Subcontractors. - c u1 2023 Parking Garages Maintenance and Repair Project 00 73 00 — Page 2 of 18 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 a r hours. Contractor shall provide to Owner and Architect the phone number an 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 Document , the Contractor shall provide and pay for labor, materials, equipment, tools, cons tructic equipment and machinery, water, heat, utilities, transportation, storage, parking a other facilities and services necessary for proper execution and completion of the ork, whether temporary or permanent and whether or not incorporated oIfter corporated in the Work. Should the Contract Documents require work to be peafter regular working hours or should the Contractor elect to perform woegular hours, the additional cost of such work shall be borne by the Contracto E. Add the following Paragraphs 3.4.4 througly3.4.6: 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 word°'shall be included in the work of particular trades, the Contractor shall make all necessary arrangements to reconcile any such conflict without delay or cost to the Owner and without recourse to the Architect or the Owner. 3.4.5 After the Contract has been executed, the Owner and the Architect will consider a formal request for the substitution products in place of those specified only under the conditions set forth in Section 0160 00 - Post Bid Substitutions. 3.4.6 By making requests for substitutions based on Subparagraph 3.4.4 above, the Contractor: .1 represents that the Contractor has personally investigated the proposed product and determined that it is equal or superior in all respects to that specified. .2 represents that the Contractor will provide the same warranty for the substitution that the Contractor would for that specified. .3 certifies that the cost data presented is complete and includes all related costs under this Contract except the Architect's redesign costs, and waives all claims for additional costs related to the substitution which subsequently becomes apparent; and r C '1 .4 will coordinate the installation of the accepted substitute; making;such . changes as may be required for the Work to be complete in all respects, .5 will adhere to the contract schedule F. Change Paragraphs 3.5 to read as follows: 3.5 / The Contractor warrants to the Owner and Architect that materials and equipment furnished under the Contract will be of good quality and new unless the Contract Documents require or permit otherwise. The Contractor further warrants that the Work will conform with the requirements of the Contract Documents and will be free from defects, except -for t#ese . Work, ` materials or equipment not conforming to these requirements may be considered defective. The Contractor's warranty excludes remedy for damage or defect caused by abuse, alterations to the Work not executed by the Contractor, improper or insufficient maintenance, improper operation, or normal wear and tear and normal usage. 2023 Parking Garages Maintenance and Repair Project 00 73 00 — Page 3 of 18 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: H J The Contractor shall pay sales, consumer, use and similar taxes fgr1he 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 effecf, Contractors and approved subcontractors will be provided a Sales Tax Exemptiontertificate 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. Ail such information for said certificates shall be submitted to the City/Owner together in one submission. Change Paragraph 3.7.2 to read as follows: 3.7.2 The Contractor shall Gempfy perforrrm the Work in compliance with and give notices required by applicable laws, statutes, ordfnances, codes, rules, regulations and lawful orders of public authorities bearing on perform nce of the Work. Change Paragraph 3.7.3 to read as,follows: 3.7.3 If the Contractor performsAMork 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 apprepriate sponsibility for such Work and shall bear the costs attributable and expe►;ses of correcting or replacing such Work. Change Paragraph 3.7.4,to read as follows: 3.7.4 Concealed or Un�nown 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 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. ifeitherpa+#y isle -I 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 eRe-ssPef all approved Shop Drawings, MSDS Sheets, Product Data, Samples avA 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 Word as constructed. 2023 Parking Garages Maintenance and Repair Project 00 73 00 — Page 4 of 18 L. Change Paragraph 3.13 to read as follows: 3.13 The Contractor shall confine operations at the site to areas per ted by applicable laws, statutes, ordinances, codes, rules and regulations, and lawful or s of public authorities and the Contract Documents and shall not unreasonably encum er 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 coordinatgvits 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/ficense fees. The Contractor shall defend suits or claims for infringement of patent rights end 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 aiparticular 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 , 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, part by n party irideMRified herceUr,rlor Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity that would otherwise exist as to a party or person described in this Paragraph 3.18. Nothing in the foregoing Paragraph 3.18.1 is intended or shall be deemed to constitute an indemnification by the Contractor against the negligence of any of the parties to be otherwise indemnified pursuant to Paragraph 3.18.1. 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 indemnificatiorbligation 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 Subcontracta under worker's compensation acts, disability benefit acts or other employee benefit acts. I _..,, E7`k 2023 Parking Garages Maintenance and Repair Project 00 73 00 — Page 5 of 18 1.5 _ . ART��LE 4= ARCHITECT A. =Change Paragraph 4.1.2 to read as follows: 4.1;.2 - Duties, responsibilities and limitations of authority of the Archit t as set forth in the Contract Documents shall not be restricted, modified or extended w' out written consent of the Ownerenaste and Architect. Consent shall not be unreas ably withheld. B. Change paragraph 4.2.1 to read as follows: 4.2.1 The Architect will provide administration of the Co ract as described in the Contract Documents and will be the Owner's representative as rovided herein during construction and until the Architect issues the final Certificate fo Payment to the Contractor on the Project. The Architect will advise and consult 1th the Owner. The Architect will have authority to act on behalf of the Owner only to the xtent 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 chitect will keep the Owner reasonably informed about the progress and quality of the port n of the Work completed, and report to the Owner 1) known deviations from the Contrac ocuments and from the most recent construction schedule submitted by the Contractor and 2) defects and deficiencies observed in the Work. The Architect and the Ownerwill no be responsible for the Contractor's failure to perform the Work in accordance with the requir ments of the Contract Documents. The Architect and the Owner will not have control over r charge of and will not be responsible for acts or omissions of the Contractor, Subcontrac rs, or their agents or employees, or any other persons or entities performing portions o the Work. D. Change Paragraphs 4.2.5 Orough 4.2.6 to read as follows: 4.2.5 Based on the rchitect's observations and evaluations of the Contractor's Applicati/he r Payme t, the Architect will review and ^� recommend to the Owner the amountse Con actor and will issue Certificates for Payment in such amounts. 4.2.6 Thite has authority to reject Work which does not conform to the Contract Documehe ever the Architect considers it necessary or advisable for implementation of the inf he Contract Documents, the Architect will have authority to recommend to the Oo require additional inspection or testing of the Work in accordance with Subpara13.5.2 and 13.5.3, whether or not such Work is fabricated, installed or completewever, neither this authority of the Architect nor a decision made in good faith either to se or not to exercise such authority shall give rise to a duty or responsibility of the Archithe Contractor, Subcontractors, material and equipment suppliers, their agents or emploor other persons performing portions of the Work. E. Chang 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 repr sentatives to assist in carrying out the Architect's responsibilities at the site. The duties, 2.11 The Architect will interpret and make recommendations to the Owner regarding dee+de 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. 2023 Parking Garages Maintenance and Repair Project 00 73 00 — Page 6 of 18 4.2.12 Interpretations and recommendationsdee+sier}s of the Arch itec ill be consistent with the intent of and reasonably inferable from the Contract Documents d will be in writing or in the -form of drawings. When making such interpretations and r ommendations d@61S+eRS, the Architect will endeavor to secure faithful performance by th Owner and Contractor, will not show partiality to either and will not be liable r results of interpretations or recommendations deGiSie„e rendered in good faith. 1.6 ART�CLE 5 = SUBCONTRACTORS A. J 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 p rties to whom it proposes/intends to enter into a subcontract regarding this project s required on the Bid Form and the Agreement. 1. If no minority busi ess enterprises (MBE) are utilized, the CONTRACTOR shall furnish dAfcumentation of all efforts to recruit MBE's. B. Change Paragraph 5.3 to reed as follows: 5.3 By appropriate agr ement, written where legally required for validity, the Contractor shall require each Subc tractor, to the extent of the Work to be performed by the Subcontractor, to be b and to the Contractor by terms of the Contract Documents, and to assume toward the ntractor all the obligations and responsibilities which the Contractor, by these Documen assumes toward the Owner and Architect. Each subcontract agreement shall eserve and protect the rights of the Owner and Architect under the Contract Docu nts with respect to the Work to be performed by the Subcontractor so that subcontractin thereof will not prejudice such rights, and shall allow to the Subcontractor, unless speci cally provided otherwise in the subcontract agreement, the benefit of all rights, remedies d redress against the Contractor that the Contractor, by the Contract Documen , has against the Owner. Where appropriate, the Contractor shall require each Subcont ctor to enter into similar agreements with Sub -subcontractors. The Contractor shall m ke available to each proposed Subcontractor, prior to the execution of the subco tract agreement, copies of the Contract Documents to which the Subcontractor will be b und, and, upon written request of the Subcontractor, identify to the Subcontractor ter s and conditions of the proposed subcontract agreement which may be at variance with th Contract Documents. Subcontractors shall similarly make copies of applicable portions o such documents available to their respective proposed Sub -subcontractors. All arranties 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 �TICLE 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 wrongfully causes to completed or partially completed construction or to property of the Owner or separate contractors as provided in Subparagraph 10.2.5. 2023 Parking Garages Maintenance and Repair Project 00 73 00 — Page 7 of 18 1.9 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 o7th following: B. Add paragraph 7.2.2 as follows: 7.2.2 A Change Order is conclusively presumed to include al Time. and Contract Sum necessary to complete the change ..:: parts of the Work. C. Add Paragraph 7.2.3 as follows: ` 7.2.3`" In all Change Orders or Construction Change Direq Overhead and profit to be included in the total cost to the �w -following amounts: � I adjustments in Contract to the W&k and related the allowance for shall not exceed the 1 For the Contractor, for any Work perform e directly by the Contractor's employees, not including oversight of such work p formed by subcontractor, fifteen percent (15%) of the cost. .2 For the Contractor, for Work performed y Subcontractor, ten percent (10%) of the amount due the Subcontractor. , .3 For each Subcontractor, or performed by such contractor's own f .4 For each Subcontractor, for percent (5%) of the amount due the V-subcontractor involved, for any Work s, fifteen percent (159,o) of the cost. performed by the Sub -subcontractors, five .5 In order to facilitate check' g of quotations for extras or credits, all proposals, except those so minor that t eir 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 greed, costs to which overhead and profit are to be applied shall be those costs lisped in Subparagraph 7.3.6. ARTICLE 8 - TIME A. Change Paragraph /2.3 to read as follows: 8.2.3 The Contr ctor shall proceed expeditiously with adequate forces and shall achieve Substantial Co letion within the Contract time. The Contractor shall bear all costs for overtime and 11 additional expense which may arise in order to achieve Substantial on it Completihin the Contract Time. B. Add Paragr,Aph 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 sub c ntractor 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. 2023 Parking Garages Maintenance and Repair Project 00 73 00 — Page 8 of 18 C. _Change Paragraph 8.3.1 to read as follows: 7 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, deJv&+es, unavoidable casualties or other causes beyond the Contractor's control,i-autheerdeja�f deteF ;iRes may justify delay then the Contract Time shall be extended by Chang -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 ",5ubstantial Completion" of the Work in compliance with requirements of the Contract Documents: The Contractor shall pay as liquidated damages, and not as a penalty, the sum of amount as listed in the Notice to Bidders (or Instruction to Bidders) for each calendar day that "Substantial Completion" is delayed beyond the date written in the Agreement, subject to adjustments of the Contract Time as provided for in the Contract Documents. 2. The Owner shall give written notice to the Contractor of intent to assess liquidated damages pursuant to provisions of this Article. Calculation of the amount of liquidated damages shall commence on the date the Owner notifies the Contractor of this intent. 3. Liquidated damages assessed in accordance with these provisions are exclusive of other monetary damages to which the Owner may be entitled as a direct result of the Contractor's failure to achieve final completion of the Work in accordance with"requirements of the Contract Documents. These liquidated damages are not intended to be exclusive of Owner's right to terminate this Contract based on Contractors' failure to comply with the terms and provisions of the Contract 4. Partial performance of the Work of this Contract shall not relieve the Contractor from liability for liquidated damages. 5. Contractor's liability for liquidated damages shall cease upon issuance of Substantial Completion Certificate for the Work of the Contract. 6. Notwithstanding anything in the Contract Documents to the contrary, amounts assessed to the Contractor as liquidated damages may be deducted 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. 2023 Parking Garages Maintenance and Repair Project 00 73 00 — Page 9 of 18 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 rtial waiver of lien only, for the full amount of the payment. Each subsequent onthly payment application shall be accompanied by the Contractor's partial waiv r and by the partial `=+ waivers of Subcontractors and Suppliers who were includ in the immediately preceding payment application to the extent of that paym t. Application for final -4 payment shall be accompanied by final waivers of "en from the Contractor, Subcontractor and Suppliers who have not previously f ished such final waivers. B. ;' Change Paragraph 9.4.1 to read as follows: . 9.4.-11. The Architect will, within seven days after rec pt of the Contractor's Application for Payment, either issue to the Owner a Certificate for ayment, with a copy to the Contractor, for such amount as the Architect determines is operly due, or notify the Contractor and {'J Owner in writing of the Architect's reasons for hholding certification in whole or in part as provided in Subparagraph 9.5.1. Nothing rein shall be construed as requiring the Architect to reduce the retainage to a applied to payment applications. All certifications and payments, includin those pursuant to a pending claim, shall be tentative and conditional and it shall, of be necessary for the Architect to make any statement to this effect. t C. Add Paragraph 9.4.2.1: 9.4.2.1 The Architect's determination as to the issuance of or withholding of or the amount of payment reflected,bn Certificates of Payment shall subject the Architect to no liability whatsoever to the Owner, Contractor, Surety, or any other person. D. Change Paragraph 9.6.1 to,tead 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. Payment On the manner and WithiR the time provided in the (;GntraGt D E)G imentsi and shall so notify the ArnhiteGt 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. Mies 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. 2023 Parking Garages Maintenance and Repair Project 00 73 00 — Page 10 of 18 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 r-acceptance of the work by the City. s 1.11 ARTiGLE 1:0_- PROTECTION OF PERSONS AND PROPERTY 'A. : `Add Paragraph 10.1.1: 1. The Contractor will provide Material Safety Data Sheet MSDS) for all hazardous chemicals or materials that will be at the job site. The Mat al Safety Data Sheets will be Submitted to the Owner prior to the start of construction nd supplemented as necessary ,throughout the project. This data is being provided for i ormational purposes only and does 'not relieve the contractor of any obligations for comp ' nce with applicable OSHA and State laws regarding hazardous chemicals and right-to-k w. B. Change Paragraph 10.2.4 to read as follows: 1. When use or storage of explosives or oth hazardous materials or equipment or unusual methods are necessary for the execution the Work, the Contractor shall give the Owner reasonable advance notice and shall e rcise utmost care and carry on such activities under supervision of properly qualified perso el. C. Add Paragraph 10.2.9: 10.2.9 When required by law or or the safety of the Work, the Contractor shall shore up, brace, underpin and protect fo dations and other portions of existing structures which are in any way affected by the ynce The Contractor, before commencement of any part of the Work, shall give any noticuired to be given to adjoining landowners or other parties. The Owner shall be notified these notices have been served and before the work is performed. i 1.12 ARTICLE 11 -INSURANCE AKJD 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 basis and shall be maintained without interruption from the date of commencement of the Work until the date of final payment and termination of any coverage required to be maintained after final payment, and, with respect to the contractor's completed operations coverage, until the expiration of the period for correction of Work or for such other period for maintenance of completed operations coverage as specified in the Contract Documents. C. Change Paragraph 11.1.3 to read as follows: 11.1.3 Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior to commencement of the Work and thereafter upon renewal or replacement of each required policy of insurance. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. These certificates and the insurance policies required by this Section 11.1 shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least 30 days' prior written notice has been given to the Owner. An 2023 Parking Garages Maintenance and Repair Project 00 73 00 - Page 11 of 18 r� 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 til the expiration 1 Lr,) of the time required by Section 11.1.2. Information concerning reduction of verage on account E of revised limits or claims paid under the General Aggregate, or both, all be furnished by the Contractor with reasonable promptness. D. Delete Paragraph 11.1.4 in its entirety and add the foliowin Paragraphs 11.1.4 through .1 11.1.14: 11.1.4 Any policy or policies of insurance purchased the Contractor to satisfy his/her responsibilities under this contract shall include co ractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Each occurrence Aggregate Bodily Injury & Property Damage' $1,000,000 $2,000,000 Automobile Liability Combined Single Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Employer's Liability Each Accident $500,000 Each Employee $500,000 Policy Limit $500,000 Professional Liability (if applicabi) $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 Liabi/ity shall provide no less than following form coverage to the primary underlying policies. Workers Cbmpensation 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: 2023 Parking Garages Maintenance and Repair Project 00 73 00 — Page 12 of 18 11.1.6 The entire amount of Contractor's liability insurance policy cov age limits, identified in the policy and in the Certificate of Insurance, must, and the policy, be available to pay damages for which the insured Contractor becomes able, or for which the insured assumes liability under the indemnity agreement rein contained, and such coverage amount shall not be subject to reductio�rer.r set off by virtue of investigation or defense costs incurred by Contractor's in mud.. k —A to f1.1 7 The entire amount of the Con1hea liability i urance policy coverage limits shall. be payable by the Contractorer, with o deductible to be paid by, or self- .insured retention to be attributhe C tractor unless this requirement is waived by the City. Contractor's Cerf I urance must set forth the nature and amount of any such deductible or see retention.11.1.8 If Contractor's liability insuraerage is subject to any special exclusions or limitations not common to the typerage being provided, such exclusions or limitations shall be noted on the Ceof Insurance and copies of such shall be attached thereto. 11.1.9 The Contractor shall includ the City as additional insured on all policies except workers compensation. The Cghtractor 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 coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. D. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self -insured retention than the insurance which it replaces 2023 Parking Garages Maintenance and Repair Project 00 73 00 — Page 13 of 18 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. 11.112 In the event that any of the policies of insurance o fnsurance coverage identified on Contractor's Certificate of Insurance are cancel or modified, or in the event that Contractor incurs liability losses, either due to ac ' ities under this Contract, or due to other activities not under this Contract but cov d by the same insurance, and such losses exhaust the aggregate limits of Contr tor's liability insurance, then in that event the City may in its discretion either su end Contractor's operations or activities under this Contract, or terminate this tract, and withhold payment for work performed on the Contract. 11.1.13 In the event that any of the polip fees or insurance coverage identified on Contractor's Certificate of Insurance are ca celed or modified, then in that event the City may in its discretion either suspendltontractor'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 entire��and add Paragraphs 11.3 as follows: 11.3 PROPERTY INSURANCE 11.3.1 OWNER shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: .1 include the interests of OWNER, CONTRACTOR, Subcontractors, Owner's Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an additional insured; .2 be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, false work, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, wafer damage, and such other perils or causes of loss as may be specifically required by/the Supplementary Conditions; .3 include expenses incurred in the repair or replacement of any insured property; .4 include $100,000 for materials and equipment stored at the Site or at another locatiory 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. 2023 Parking Garages Maintenance and Repair Project 00 73 00 — Page 14 of 18 , .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. i Contractor shall maintain appropriate insurance for such risks or occurrences a 11.3.2 OWNER shall purchase and maintain such boiler and Wma�nery insurance which shall specifically cover such insured objects or additional erty insurance as may be required by Laws and Regulations which will include t interests of OWNER, CONTRACTOR, Subcontractors, OWNER's Engineering Co sultants, and any other individuals or entities identified in the Supplementary C ditions, each of whom is deemed to have an insurable interest and shall be listq 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 the additional Bond cost. Contractor shall deliver the required Bonds to the Owner prior to the signing of the Agreement. .1 The Performance, Labor and Material Bond shall be executed in conformity with the American Institute of Architect's Document A-312 (1984 Edition), with coverage provided by a surety having a financial rating from A.M. Best of A, VII or higher. .2 Whenever the Contractor shall be and is declared by the Owner to be in default under the Contract, the Surety and Contractor are each responsible to make full payment to the Owner for any and all additional services of the Architect as defined in the Owner/Architect Agreement which are required as a result of the Contractor's default and in protecting the Owner's right under the agreement with the Contractor to remedy the Contractor's default or honor the terms of the Performance Bond. .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 2023 Parking Garages Maintenance and Repair Project 00 73 00 — Page 15 of 18 immediately upon completion of (a) the remedy and/or correction of each default, f the remedy and/or correction of each omitted item of work, (c) the furnishing of ch .w omitted item of work, and (d) the performance of the work. The Surety shall n to assert solvency of its Principal or its Principal's denial of default as justifica 'on 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 o pay all such damages of any kind to person or property that may result from a fail a in any respect r. to perform and complete the Work including, but not limited, o, 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 br act, (b) give any notice, (c) furnish any clerical assistance, (d) render any service, (e) furnish any papers or documents, or (f) take any other action of any nature or description which is not required of the Owner to be done under the Contract Documents. 11.4.2 Surety shall be satisfactory to the Owner and shall be authorized to do business in the state of Iowa. 1.13 ARTICLE 13 - MISCELLANEOUS PROVISIONS 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 delivered at 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: 1 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 ny gotiations 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. 2023 Parking Garages Maintenance and Repair Project 00 73 00 — Page 16 of 18 E. Add the following Section 13.8: A/ 13.8 The Contractor shall maintain policies of employment as follows: 1 The Contractor and the Contractor's subcontractors shall not scriminate against any employee or applicant for employment because of rac , religion, color, sex, age, disability, or national origin or otherwise as may be re fired by local or state ordinance. The Contractor shall take affirmative action t insure that applicants are employed, and that employees are treated during empl ment without regard to their race, religion, color, sex, age, disability or national in or otherwise as maybe required by local or state ordinance. Such action shall nclude, but not be limited to, the following: employment, upgrading, demotion or ansfer; recruitment or recruitment advertising; layoff or termination; rate of pay or other forms of compensation; and selection for training, includ' g apprenticeship. The contractor agrees to post in conspicuous places, availabl to employees and applicants for employment, notices setting forth the policie of non-discrimination. .2 The Contractor and the Contractor' subcontractors shall, in all solicitations or advertisements for employees placed by em or on their behalf, state that all qualified applicants will receive consideration for ployment without regard to race, religion, color, sex, age, disability or national origin otherwise as may be required by local or state ordinance F. Add the following Section 13.9: 13.9 The Contractor shall aintain CONTRACT COMPLIANCE PROGRAM (ANTI DISCRIMINATION REOUIREMEN S) for all contracts of $25,000 or more, the Contractor shall abide by the requirements of the it s Contract Compliance Program, which is included with these Specifications beginning on pa a CC-1. 1.14 ARTICLE 14 -TERMINATION OR SUSPENSION OF THE CONTRACT A. Add the following Paragr ph 14.2.1.5: .5 fails or refuse to provide insurance or proof of insurance as required by the Contract Document . B. Change Paragraphs 4.2.4 to read as follows: 14.2.4 If the unp id balance of the Contract Sum exceeds costs of finishing the Work, including compe sation for the Architect's services and expenses made necessary thereby, and othe/tot es incurred by the Owner and not expressly waived, such excess shall be paid to tactor. If such costs exceed the unpaid balance, the Contractor shall pay the differencOwner. The amount to be paid to the Contractoror Owner, as the case may be, shallfied by the Initial Decision Maker, upon application, and this obligation for paymentrvive termination of the Contract. The Contractor shall bear all testing, engineecounting, and legal expenses made necessary as a result of termination of the C 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 is 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. 2023 Parking Garages Maintenance and Repair Project 00 73 00 — Page 17 of 18 rr Is.ua.w...., m 4- 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 ,0 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 withi 1 —5 days after the claimant first recognizes the condition giving rise to the Claim, whic er is later. An additional Claim relating to the same subject matter made aftterO a initial Claim has been implemented by Change Order will not be considered a is deemed waived by the Contractor. 15.1.3 Continuing Contract Performance. Pending final resolution of Claim, except as otherwise agreed in writing or as provided in Section 9.7 and Article , the Contractor shall proceed diligently with performance of the Contract and the Own shall continue to make payments for sums not in dispute in accordance with the Contra Documents. The Architect will prepare Change Orders and issue Certificates for Pay ent in accordance with the decisions of the Initial Decision Maker. B. Change Paragraph 15.2.5 to read as follows: 15.2.5 The Initial Decision Maker will render an initia ecision approving or rejecting the claim or indicating the Initial Decision Make/is unable to resolve the claim. This initial decision shall 1) be in writing, 2) state the easons therefore, and 3) notify the parties and the Architect, if the Architect is not rving as the Initial Decision Maker, of any change in the Contract Sum or Contr t Time or both. C. Delete Paragraphs 15.2.6 and 15.27-S 6in their entirety. D. Delete Section 15.3 MEDIATION inentirety. E. Delete Section 15.4 ARBITRATI in its entirety. F. Add the following Paragraph 15 to read as follows: 15.5 The Owner and Contr ctor may exercise such rights or remedies as either may otherwise have under the ontract Documents or by Laws or Regulations in respect of any dispute. Disputes s 11 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 arisi a between the parties or under the Contract Documents. 2023 Parking Garages Maintenance and Repair Project 00 73 00 — Page 18 of 18 < > 2023 Parking Garages Maintenance and Repair Project 00 73 00 — Page 1 of 1 Cn SECTION 03 01 00 i y= CONCRETE RESTORATION AND CLEANING PART 1 GENAL 1.1 SECTION INCLUDES A. Furnishing of all labor, material, equipment, supervision, and inci/eanecessary top form the restoration to the concrete surfaces as shown on the Drawings ad herein. B. Location 1. The Contractor shall be responsible for exact size and pi of all necessaryrepairs. Approximate size and location are shown on thehe contractor isresponsible for sounding concrete to determine location to repair entire damagedarea. Coordinate with Design professional if there are ancies. 1.2 QUALITY ASSURANCE A. Qualification of Manufacturer 1. Products used in the work of this section shall b roduced by manufacturers regularly engaged in manufacturer of similar items and th a history of successful production acceptable to the Design Professional, B. Qualification of Workmen 1. The superintendent shall have a mini um of 5 years experience working with all repairs on the project. The superintendent mu supervise his employees for proper performance of the work. If the work is found to be u atisfactory, the superintendent and associated employees may be subject to dismissal fro he project. 2. Use skilled workmen who are horoughly trained and experienced in the necessary crafts and who are completely familiar ith the specified requirements and methods needed for proper performance of the work. 3. In acceptance or rejecti n of the work, the Design Professional will make no allowance for lack of skill on the par of the workmen. C. Owner's Representative Ob ervations 1. The Owner's Re esentative intends to review prepared areas for suitable preparation prior to installing any p ch material. The Contractor shall, therefore, coordinate his patching efforts with the Owne s Representative. 2. Areas not eting the Owner's Representative's satisfactory review shall be further prepared. 1.3 SUBMITTALS A. Submit Prod7er ata for: 1. Polymortar 2. Ad fixture agents 3. oncrete cleaner 4. ! Epoxy primer 1.4 DELIVERY;STORAGE AND HANDLING A. All materials shall be delivered to the job site and stored in the manufacturer's sealed, undamaged containers. Each container shall be identified with material name, date of manufacture, and lot number. Storage shall be as recommended by the manufacturer for preventing damage. 2023 Parking Garages Maintenance and Repair Project CONCRETE RESTORATION & CLEANING Project No. 1207932 0301 00-1 SECTION 03 01 00 CONCRETE RESTORATION AND CLEANING 1.5 PROJECT CONDITIONS A. Environmental Conditions: The Contractor shall install the materials only,.when all of the following criteria can be met, or as otherwise recommended by the product ma I acturer: 1. Surface receiving material shall be dry or damp (epoxy plication). 2.' Substrate surface temperature is above 50OF and I er than 110°F during and seven days after completion of work. B. —Safety Requirements to c._:. ,_ _. 1 Open fires and spark producing equipm t shall not be in the application area until vapors have dissipated. r" 2f_ Post No Smoking signs in area d ing and for at least eight hours following application period. 3. Strictly adhere to special re irements of manufacturer as modified by applicable rules and regulations of local, state, nd Federal authorities having jurisdiction. 1.6 MEASUREMENT A. The unit concrete repair qu ntities shall be measured by the contractor. The contractor shall notify the Design Professional sho the quantities vary from the estimates provided for bid purposes. The contractor shall in no c e exceed 10% of the bid quantity estimate, per repair location, without approval from the De ' n Professional. PART 2 PRODUCTS 2.1 MATERIALS A. Cement 1. Al cement used in the patching mixtures shall meet the requirements of ASTM C150, Type I. B. Aggreg tes 1. t Aggregates used in the concrete and shotcrete mixtures shall be clean sharp concrete mix (3/8-inch maximum) sand with no dust and shall meet the requirements of ASTM C33. 2' The source of the aggregate shall be subject to the approval of the Design Professional. C. Admixtures 1. Water Reducing Admixture shall conform to the requirements of ASTM C494 and shall be used strictly in accordance with the manufacturer's recommendations. D. Manufactured Polymer -Modified Mortar: Shall be premanufactured, cementitious repair compounds. The following or approved substitutes shall be used: 1. Horizontal Applications - depths <_ 3/4" a. MasterEmaco T 302 by BASF. b. Sikaquick 1000 by Sika Corporation (s 2"). C. Duraltop Flowable Mortar by The Euclid Chemical Company. 2023 Parking Garages Maintenance and Repair Project CONCRETE RESTORATION & CLEANING Project No. 1207932 0301 00-2 r-- SECTION 03 01 00 CONCRETE RESTORATION AND CLEANING L7.tr Horizontal Applications - depths > 3/4" to a. MasterEmaco T 302 (with aggregate) by BASF „� r..,, b. Sikacrete 100 Cl or Sikacrete 421 Cl Rapid y Sika Corporation (> 1 C. Eucocrete Supreme by The Euclid Che cal Company. C-14 cz) 3. Vertical/Overhead Applications a. MasterEmaco N425 Cl by Maste uilders Solutions. b. SikaQuick VOH by Sika Corp ation. C. Speed Crete PM by The E clid Chemical Company. E. Accessories 1. Reinforcing bars shall confor to ASTM 615, grade 60. 2. Reinforcement epoxy pri r, MasterProtect P 8100AP by Master Builders Solutions, Sika Armatec 110 EpoCem b Sika Corporation, or approved equivalent. F. Concrete Cleaner 1. Heavy Duty Restor ion Cleaner by Prosoco, OneRestore by EaCo Chem, Inc., or approved equivalent. 2.2 PATCHING MATERIALS A. General 1. Shallow sp Is (3/4-inch average or less) shall be repaired with the following material with color and xture to match adjacent surface: a. anufactured Polymer Modified Mortar. 2. Deep palls (greater than 3/4-inch average depth) shall be repaired by either of the following meth ds with color and texture to match adjacent surface: a. Shotcrete bonded with slurry coat. b Manufactured polymer mortar extended with supplier specified aggregate. 3. ull depth spalls shall be repaired by the following method with color and texture to match adjacent surface: a. Concrete mixture. 4. Grout pockets shall be replaced with a high-performance non -shrink grout. B. olymer Mortar i 1. Mix dry component to liquid component per manufacturer's recommendations. 2023 Parking Garages Maintenance and Repair Project CONCRETE RESTORATION & CLEANING Project No. 1207932 0301 00-3 SECTION 03 01 00 r- CONCRETE RESTORATION AND CLEANING Concrete Mixture (full depth) J 1. Compressive Strength: 4000 psi in Rk 2. Aggregates: 3/4" maximum 3. -- Entrained Air Content: 6% ± 1/2% rn C 4. Slump: 2" to 3" 2.3 EQUIPMENT A. General 1. It is the Contractor's responsibility to/'etermine and use the equipment necessary for performing the work covered by thi section. PART 3 EXECUTION 3.1 TYPICAL SPALLED AND DAMAGED CONCFETE REPAIR PROCEDURE A. General: The procedure given bel is general and may vary slightly for each individual repair. B. Removal 1. The exact dimension of the spall and damaged concrete repairs will be determined in the field by the Contrac r and reviewed by the Design Professional at the time of construction. 2. For top surfaces slabs, the Contractor will outline the area of spalled concrete to be removed by ma ng a sawcut around the perimeter of the spalled area. Depth of sawcut per patch manufac rers' specifications (1/2" minimum). Corners of cuts shall be approximately 90-degree an les. 3. All loose a unsound concrete shall be removed with pneumatic jackhammers. 4. If sound ncrete is reached before exposing more than 50% of the reinforcing steel, the removal shall be continued to a depth that will allow 3/4 of the reinforcing steel to be expos . 5. If ru ing of the reinforcing steel is evident, removal shall continue until the entire bar(s) has a cle distance exposure of 3/4-inch all around or as required to permit proper cleaning of the re' forcing. C. Surface reparation 1. All rusted reinforcement and rust stained concrete shall be cleaned to shiny metal and clean concrete respectively. Apply epoxy primer to reinforcement. 2. The cavity shall then be blown clean with compressed air to assure that all loose particles have been removed. Reinforcing bars which have lost more than 30% of their area due to corrosion shall be lap spliced with new reinforcement of the same size as the original bar. New reinforcement shall lap at least 30 bar diameters into good existing reinforcement. 4. Install new reinforcing bars and/or welded wire fabric in accordance with procedures given on the Drawings for each repair item. 5. The prepared cavity shall be inspected and approved by the Design Professional prior to placing any bonding agent or patch material. 2023 Parking Garages Maintenance and Repair Project CONCRETE RESTORATION & CLEANING Project No. 1207932 0301 00-4 SECTION 03 01 00 CONCRETE RESTORATION AND CLEANING D. Installation r-- .� 1. Polymer Mortar a. Use the liquid component as a priming material ap ed directly to the prepared k :.. concrete substrate. Apply at a rate recommend by the manufacturer. b. Immediately fill the void with polymer mort specified above and compact into place. _) Concrete Mixture rn a. Use neat cement as a priming mat ial applied directly to the prepared concrete substrate. b. Fill the void with concrete mi ure and compact into place. E. Finish 1. The surface shall be leveled t true, straight lines with screed or wood float. Patches finished higher than existing materi ill not be accepted. 2. The surface finish shall brushed and/or sponged as required to match the texture of existing adjacent surfa s as close as possible. F. Curing 1. Maintain the con ete mixture in a dampened condition for at least two (2) days after placing by covering wit burlap and keeping moist or as otherwise approved by the design professional. 2. Protect the atches from traffic and other damage. G. Over -banding 1. Over- nd the finished and cured patches or joints as called for on the Drawings with the water roofing membrane waterproofing specified for the facility. 2. R of application shall be as specified in Section 07 1200 and subject to all manufacturers r uirements. 3.2 CONCRETE C ACK REPAIR A. Locat' n /2. The exact dimensions of the crack repair shall be determined in the field by the contractor and reviewed by the design professional at the time of construction. B.aration Route all random cracks to a depth of 1/2 inch and width of 1/2 inch. Refer to detail on Drawings. Sandblast the routed cracks and clean 3 inches on each side of the cracks. 3. Blow clean with compressed air. 4. If concrete deterioration exceeds the dimensions indicated above, remove all unsound concrete, and rebuild the top surface to the dimensions indicated above utilizing the spall repair procedures noted previously. 5. If backer rod is required, use closed cell polyethylene per manufacturer instructions. 2023 Parking Garages Maintenance and Repair Project CONCRETE RESTORATION & CLEANING Project No. 1207932 0301 00-5 SECTION 03 01 00 CONCRETE RESTORATION AND CLEANING C. Installation ' 1. Fill the cracks with sealant in a manner recommended by the manufacturer of the sealant - used on the job. Use a primer material prior to installing the sealant if recommended by the Y manufacturer of the sealant. 3.3 1J..CON%OL JC�TNT SEALANT REPAIR PROCEDURE A. Location ` 1. The exact locations of repair will be determin in the field by the contractor and reviewed by r,~ the design professional at the time of cons ction. B. Preparation 1. Remove existing sealant, if any, per anufacturer's specifications. 2. All loose and unsound concrete all be removed with pneumatic tools. 3. Sandblast the face of expos joint. 4. Repair broken weld ties s e detail. 5. The prepared joint sh be inspected and approved by the Design Professional prior to placing any bonding gent or sealant material. C. Installation 1. Repair all concr to spalled areas utilizing the spall repair procedures. 2. Place sealan in a manner recommended by the manufacturer and as required on Drawings. Use a prim material prior to installing the sealant if recommended by the manufacturer of the sealan . 3. Allow s lant to cure, as recommended by manufacturer, prior to allowing traffic over the joint. O NOT APPLY sand to joint material. 4. App waterproofing membrane over joint as required on Drawings. END OF SECTION 2023 Parking Garages Maintenance and Repair Project CONCRETE RESTORATION & CLEANING Project No. 1207932 0301 00-6 r -' SECTION 05 50 00 Ci i METAL FABRICATIONS PART14 1.1 GENERAL;: t r� SECTION INCLUDES A. "''Shop f�yricated ferrous metal items, galvanized, and primed/pa' ed or stainless -steel items. 1.2 REFERENCES A. ASTM A572, A500, A36 - Structural Steel B. AWS D1.1 - Structural Welding Code 1.3 SUBMITTALS A. Certification of Welders: The Contractor a /or fabricator shall submit certification that any welder performing work covered by this section the Specifications has passed qualification tests using the procedures per AWS. Welders shall ha maintained their certification at the regular intervals set forth by the AWS. PART 2 PRODUCTS 2.1 MATERIALS A. Wide Flange Steel Sections• ASTM A992. B. Other Steel Sections (ch nels, angles): ASTM A36 C. Steel Tubing: ASTM 00, Grade B, ASTM A501, ASTM A53, Grade B. D. Bolts, Nuts, and W hers: ASTM A325. E. Welding Material : AWS D1.1; type required for materials being welded. F. Structural Alu inum Sections: 6061-T6 alloy. G. Stainless St el: 304L. 2.2 FABRICATION A. Verify mensions on site prior to shop fabrication. B. Fabr* ate items with joints tightly fitted and secured. C. Fi and shop assemble in largest practical sections, for delivery to site. D. rind exposed welds flush and smooth with adjacent finished surface. Ease exposed edges to small uniform radius. E. Exposed Mechanical Fastenings: Flush countersunk screws or bolts, unobtrusively located, consistent with design of structure, except where specifically noted otherwise. Make exposed joints butt tight, flush, and hairline. G. Supply components required for anchorage of metal fabrications. Fabricate anchorage and related �- components of same material and finish as metal fabrication, except where specifically noted otherwise. 2.3 FINISHES A. Clean surfaces of rust, scale, grease, and foreign matter prior to finishing. B. Do not prime steel surfaces in direct contact bond with concrete or where field welding is required. 2022 Parking Garages Maintenance and Repair Project METAL FABRICATIONS Project No. 1207932 05 50 00-1 r-- SECTION 05 50 00 >= METAL FABRICATIONS C. Primdr'shall be applied to steel items to be painted. D. Provide hot -dip galvanized steel where shown on Drawings. E. n. All concealed and exposed aluminum sections shall be mill finish,/ F. All aluminum in contact with concrete or steel shall receive a ituminous coating. PART 3 EXECUTION 3.1 PREPARATION A. Obtain Owner's Representative approval prior to to cutting or making adjustments not scheduled. B. Clean and strip site primed steel items to bar etal where site welding is scheduled. C. Make provision for erection loads with tem orary bracing; keep work in alignment. D. Supply items required to be cast into c crete or embedded in masonry with setting templates to appropriate sections. 3.2 INSTALLATION A. Install items plumb and level, a urately fitted, free from distortion or defects. B. Perform field welding in acco dance with AWS D1.1. C. After installation, touch-up ield welds, scratched or damaged surfaces. END OF SECTION 2022 Parking Garages Maintenance and Repair Project METAL FABRICATIONS Project No. 1207932 05 50 00-2 SECTION 07 12 00 ELASTOMERIC TRAFFIC -BEARING MEMBRANE SYSTEM / PART 1 GENERAL 1.1 SECTION INCLUDES A. Oastomeric traffic -bearing membrane system that will b/use apply new system at locations hown; the Drawings. B. Epoxy coating system that will be used at stair tread to own on the Drawings. 1.2 SUBMITTALS A. Elastomeric traffic -bearing membrane system: anufacturer's literature for all products furnished including complete printed application instru ons, system data sheet, individual product data sheets, required mil thickness of each coat, and co r chart. Literature shall come from manufacturer website to ensure it is the current version. B. Elastomeric traffic bearing membran system: Manufacturer's five (5) year warranty. C. Epoxy coating for stair treads: ma facturer's literature for all products furnished including complete printed application instructions, oduct data sheets, required mil thickness of each coat, and current color chart. Literature shall co e from manufacturer website to ensure it is the current version. 1.3 QUALITY ASSURANCE A. Qualification of Appl The Contracti9b Firm shall be approved by the manufacturer and shall have performed this type of work r a minimum period of five (5) years. The Field Applicator performing and supervising he work shall also have a minimum of five years experience with this type of work. B. Qualification of Coatings 1. ProdOts used in the work of this section shall be produced by manufacturers regularly eng ed in manufacturer of similar items and with a history of successful production. 2. T jwaterproofing system shall be one of the systems specified in this section or shall be an e uivalent system approved by the Owner's Representative. C. Qualification of Workmen 1. Use skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and methods needed for proper performance of the work. 2. In acceptance or rejection of the work, no allowance will be made for lack of skill on the part of workmen. 1.4 DELIVERY, STORAGE AND HANDLING A. /Deliver materials to job site in sealed, undamaged containers. Each container shall be identified with material name, date of manufacturer and lot number. 1.5 PROJECT/SITE CONDITIONS A. l General: Install deck coating materials in strict accordance with all safety and weather conditions required by manufacturer's product literature or as modified by applicable rules and regulations of local, state, and federal authorities having jurisdiction. 2023 Parking Garages Maintenance and Repair Project ELASTOMERIC TRAFFIC -BEARING MEMBRANE SYSTEM Project No. 1207932 07 12 00-1 SECTION 07 12 00 ELASTOMERIC TRAFFIC -BEARING MEMBRANE SYSTEM ' B. `Environmental Conditions: The Contractor shall install the coating mater' s only when all the following criteria can be met: r,rr1. Surfaces receiving material shall be dry. _2. Substrate surface temperatures are above 40OF a ower than 110°F. �,_'3. positive ventilation for interior applications ca e continuously supplied throughout the application period and eight hours after. 1.6 WARRANTY A. Completed installation shall be guaranteed ' intly and severally, on a single document, by manufacturer and applicator against def is of materials and workmanship for a period of five years, beginning with date of substantial comj2detion of the deck coating system. PART 2 PRODUCTS 2.1 TRAFFIC -BEARING MEMBRANE S A. Acceptable coating syst manufacturers include those listed below, or equivalent substitutes approved in advance bidding by the Owner's representative. All work shall be completed in strict accordance with the anufacturer's written instructions and specifications. In addition, the system's applicator hall be licensed or approved by the material manufacturer. The finished product color sh be approved by owner prior to application. Thickness requirements are listed in 3.2.6 of this se ion. 1. Sikalas 'c 720/745 AL Heavy Vehicular Traffic — Seed and Backroll System by Sika Corp o ation. 2. Ma erseal Traffic 2500 Heavy Duty Traffic System (TC 295 topcoat) by Master Builders S utions 3. so -Flex 750U HVT (750 TC AL topcoat) by LymTal. 4. Approved equivalent. B. Su stitute systems shall, in general, meet or exceed the published performance criteria of the s cified systems. The following minimum information shall be submitted by the manufacturer of a bstitute system for consideration of approval. 1. Manufacturer and manufacturer's brand name of the proposed waterproofing system. 2. Number of years manufacturer has actively produced waterproofing products (minimum acceptable period shall be five years). 3. A prepared sample of the proposed waterproofing system including standard color chart for possible Owner selection. 4. Intended use and limitations of the proposed waterproofing system. 5. Indicate the following minimum properties including the American Standard Testing Materials procedures when applicable for determining the property values: a. Tensile strength b. Elongation C. Moisture vapor transmission d. Abrasion resistance 2023 Parking Garages Maintenance and Repair Project ELASTOMERIC TRAFFIC -BEARING MEMBRANE SYSTEM Project No. 1207932 07 12 00-2 SECTION 07 12 00 or; ELASTOMERIC TRAFFIC -BEARING MEMBRANE SYSTEM O's e. Hardness U-1 4K rL: t,u Chemical resistance to ti... . i __.g. Weathering resistance h. Fire resistance --5 T_ 6. ca Names of approved or license applicators if pplicable. 7. Manufacturer's published installation sp cifications for the waterproofing system including, but not limited to, the following items: a. Product handling b. Environmental conditi ns C. Surface preparati d. Recommende details at cracks, joints and interface of vertical surfaces. e. Application rocedures including number of coats and thickness of each coat. 2.2 RELATED MATERIALS A. Epoxy/Sand Filler — pr ducts may include Kelmar RC with sand, BASF Masterseal 350 with sand, Sikadur 22 with sand or approved equal. Extend product with sand according to manufacturer instructions. Prepar surface per manufacturer instruction to build up the parking deck surface Apply waterproofing me brane as topcoat. See Drawings for more information. B. Epoxy coating f r stair treads: products may include BASF Masterseal 350, Sikadur-22 Lo-Mod, or approved equi alent. See Drawings for more information. C. Aggregate f r traffic -bearing waterproofing membrane system: 24 mesh silicon carbide or similar aggregate pproved by manufacturer. D. Cleanin Agents: Toluene, Trichloroethane or Xylene. PART 3 EXECUTION 3.1 PREPARAT N OF SURFACE A. G eral Protect areas to be left in place by covering or other suitable means subject to approval. 2. Joints and cracks shall be prepared. 3. Spalled areas shall be repaired. 4. Remove oil and grease spots with a commercial grade, alkaline cleaner. Thoroughly rinse and dry the surface. 5. Remove delaminated areas of existing membrane and install full system as described in Drawings. 6. Provide adequate bonding surface by shot blasting or water blasting. 7. Thoroughly sweep, blow off, or vacuum all surfaces prior to coating. 8. Patch materials shall be adequately cured prior to applying coating. 9. Spalls shall also be cleaned as necessary. 2023 Parking Garages Maintenance and Repair Project ELASTOMERIC TRAFFIC -BEARING MEMBRANE SYSTEM Project No. 1207932 07 12 00-3 SECTION 07 12 00 .. ELASTOMERIC TRAFFIC -BEARING MEMBRANE SYSTEM B TB=-= 1 Concrete surfaces shall be visibly dry and pass a prior to application of coating system. Mat shall 3.2 COATING APPLICATION A. ~" Equipment and Materials dr-hour rubber mat test (no condensation) taped to deck on all edges. 1. Application shall be in accordance wi manufacturer's printed instructions using equipment and methods as specified by them ufacturer. B. The traffic system listed in Part 2 shall b?"installed in accordance with the following schedule unless otherwise recommended by the manu�cturer. 1. Traffic Bearing WaterproofirA System a. New systems sN�ll consist of a primer, base coat, wear coat and surface coat totaling 55-mil dry film thickness (dit) minimum. b. Recoat systeXhs shall consist of primer, wear coat and surface coat totaling 30-mil dit minimum. / C. Workmanship 1. Form neat lineft points of coating termination by installing straight masking tape lines prior to applying coating. Remove tape after coating has cured. 2. Apply coating in a uniform manner free of runs and drips as much as possible. 3.3 CLEANING A. The Contractor shall clean stains from adjacent surfaces with toluene, trichloroethane, xylene, commercial tqt remover, or as recommended by coating manufacturer. Also, remove foreign matter from finishe coating surfaces. 3.4 PROTECTION OF HE SURFACE A. The Co ractor shall protect the waterproofing membrane surface from all traffic and damage during the cur' g period of the membrane. The Contractor shall repair, at his expense, all portions of the mem ane which are damaged prior to final acceptance of membrane surface. END OF SECTION 2023 Parking Garages Maintenance and Repair Project ELASTOMERIC TRAFFIC -BEARING MEMBRANE SYSTEM Project No. 1207932 07 12 00-4 SECTION 07 92 00 JOINT SEALANTS PA;R,T,I GENERAL 1.1 WOFW INCLUDES A. = Provide caulking and sealant systems for all joints shownZdrawingsed herein to providg a positive barrier against passage of air and mois 1.2 RERERENCES A. ANSI/ASTM D1056 - Flexible Cellular Materials: onge or Expanded Rubber. B. ASTM C834 - Latex Sealing Compounds. C. FS TT-S-00227 - Sealing Compound: Ela omeric Type, Multi -Component. D. FS TT-S-00230 - Sealing Compound: astomeric Type, Single Component. E. FS TT-S-001543 - Sealing Compo d: Silicone Rubber Base. F. SWI (Sealing and Water Proofer Institute) - Sealant and Caulking Guide Specifications. 1.3 SUBMITTALS A. Submit installation instruc 'ons and product data indicating sealant chemical characteristics, performance criteria, lim' ations, and color chart. Owner to select color. 1.4 QUALITY ASSURANCE A. Manufacturer: Co pany specializing in manufacturing the products specified in this Section with minimum five ye s documented experience. B. Applicator: C pany specializing in applying the work of this Section with minimum five years' experience. C. Conform t Sealant and Water Proofers Institute and manufacturer's requirements for installation. 1.5 DELIVERY, ST AGE, AND HANDLING A. Delive materials in original unopened packages with manufacturer's labels, instructions, and product iden i ication (and lot) numbers intact and legible. B. St a materials protected from the weather, in original containers or unopened packages, in a cordance with manufacturer's instructions. 1.6 ENVIRQNMENTAL REQUIREMENTS A. Do not install solvent -curing sealants in enclosed building spaces. B. Maintain temperature and humidity recommended by the sealant manufacturer during and after installation. ``- 1.7 SEQUENCING AND SCHEDULING A. Coordinate the work of this Section with all sections referencing this Section. PART 2 PRODUCTS 2.1 ONE -PART NON -SAG POLYURETHANE SEALANT A. Materials 1. ASTM C920, Type S, Grade NS, Class 25 or 35. 2023 Parking Garages Maintenance and Repair Project JOINT SEALANTS Project No. 1207932 07 92 00-1 SECTION 07 92 00 �o JOINT SEALANTS 2 _7' �..r U.S. Federal Specification TT S 00230C, Class A, Type II 3,,-" Color to be approved by Owner. 77 B. Products y 1. MasterSeal NP 1; BASF `17: 2. Sikaflex 1 A; Sika 3. Vulkem 116; Tremco 2.2 TWO-PART NON -SAG POLYURETHANE SEAL T A. Materials 1. ASTM C920, Type M, Gr e NS, Class 25 or 50. 2. U.S. Federal Specifica 'on TT S 00227E, Class A, Type II 3. Color to be approve by Owner. B. Products 1. Dymeric 240F ; Tremco 2. DynaTred; ecora 3. MasterS al NP 2; BASF 4. Sikafl 2c; Sika 2.3 ACCESSORIES A. Backer R d: Closed cell polyethylene foam, compatible with sealant, sized and shaped to provide proper mpression upon insertion in accordance with manufacturer's recommendations. B. Bond reaker: Pressure sensitive adhesive polyethylene, Teflon, or polyurethane foam tape. C. Ma ing Tape: Pressure sensitive adhesive paper tape. 2.4 OTHER ATERIALS A. All other materials not specifically described but required for complete and proper caulking and installation of sealants, shall be first quality of their respective kinds, new, and as selected by the Contractor subject to the approval of the Design Professional. PART 3 E tCUTION 3.1 AMINATION A. Verify that surfaces and joint openings are ready to receive work and field measurements as shown on drawings and recommended by the manufacturer. B. Beginning of installation means installer accepts existing surfaces. 3.2 PREPARATION A. Clean and prime joints in accordance with manufacturer's instructions. B. Remove loose materials and foreign matter which might impair adhesion of sealant. C. All surfaces in contact with sealant shall be dry, sound, well -brushed, and wiped free from dust. 2023 Parking Garages Maintenance and Repair Project JOINT SEALANTS Project No. 1207932 07 92 00-2 SECTION 07 92 00 JOINT SEALANTS D. Use solvent to remove oil and grease, wiping the surfaces with clean ra E. Where surfaces have been treated, remove the surface treatment b wire brushing. tr> F. I Remove all laitance and mortar from the joint cavity. G. Verify that joint backing and release tapes are compatible i h sealant. H. rµ' Protect elements surrounding the work of this Section fr m damage or disfiguration. C.. 3.3 INSTALLATION A. Install sealant in accordance with manufacturer' nstructions. B. Measure joint dimensions and size materials achieve required width/depth ratios. C. Install joint backing to achieve a neck dim nsion no greater than 1/2 the joint width, 1/4" minimum depth, 1/2" maximum depth, unless both wise specifically allowed by sealant manufacturer. Avoid stretching, twisting, or braiding the ba er rod. D. Install bond breaker where joint ba ing is not used. E. Apply sealant within recommen d application temperature ranges. Consult manufacturer when sealant cannot be applied with' these temperature ranges. F. Apply sealant under pressur with hand or power -actuated gun. G. Guns shall have nozzle o proper size and shall provide sufficient pressure to completely fill joints as designed. H. Thoroughly and corn etely mask all joints where the appearance of sealant on adjacent surfaces would be objectiona le. I. Install the sealant ' strict accordance with the manufacturer's recommendations, thoroughly filling all joints to the re co mended depths. J. Install sealant f ee of air pockets, foreign embedded matter, ridges, and sags. K. Tool joints co cave. 3.4 CLEANING AND R PAIRING A. Clean wor when complete. B. Remove masking tape immediately after joints have been tooled. C. Clean adjacent surfaces free from sealant as the installation progresses. D. Use solvent or cleaning agent as recommended by the sealant manufacturer. E. Repair or replace defaced or disfigured finishes caused by work of this Section. 3.5 PROTEC ION OF FINISHED WORK A. P ect finished installation. B. Protect sealants until cured. END OF SECTION 2023 Parking Garages Maintenance and Repair Project JOINT SEALANTS Project No. 1207932 07 92 00-3 SECTION 09 90 00 f * ii`" PAINTING AND COATING ` L E D PART 1 - GENERAL 7,173 J NI —5 A 46 1.1 SUMMARY -'::� . i r _ A. This Section includes surface preparation and application of+High'' `rfoimar,ce coating systems on the following substrates: 1. Structural steel such as stair framing. 1.2 SUBMITTALS A. Product data sheet for each product used. B. Color and finish samples for each product us . Owner to select color and finish. 1.3 QUALITY ASSURANCE A. Master Painters Institute (MPI) Stand ds: 1. Products: Complying with PI standards indicated and listed in "MPI Approved Products List." 2. Preparation and Wor manship: Comply with requirements in "MPI Architectural Painting Specification Man I" for products and coating systems indicated. 1.4 DELIVERY, STORAGE, AND NDLING A. Store materials not i use in tightly covered containers in well -ventilated areas with ambient temperatures conti uously maintained at not less than 45 deg F. 1. Maintai containers in clean condition, free of foreign materials and residue. 2. Rem ve rags and waste from storage areas daily. 1.5 PROJECT CONDI IONS A. Apply c atings only when temperature of surfaces to be coated and surrounding air temperatures are betwe n 50 and 95 deg F. B. Do of apply coatings in snow, rain, fog, or mist; when relative humidity exceeds 85 percent; at to peratures less than 5 deg F above the dew point; or to damp or wet surfaces. PART 2 - PROD 1 CTS 2/D". 1 PAINT/SYSTEMS Paint for metal surfaces, opaque, oil -Based, 2 Coat: 1. Primer: MIL-DTL-24441c Type III Epoxy Zinc Rich Primer by Sherwin Williams. 2. Pro -Industrial Pro-Cryl Universal Primer. 3. Two Coats, Semi -Gloss or match existing finish: Pro Industrial Acrylic Semi -Gloss. Material Compatibility: 1. Provide materials for use within each coating system that are compatible with one another, and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2. Provide products of same manufacturer for each coat in a coating system. 2023 Parking Garage Maintenance & Repair Project PAINTING AND COATING Project No. 1207932 09 90 00-1 SECTION 09 90 00 PAINTING AND COATING E. Colors: 1. To match existing surfaces as appropriate. Final selection to determined by Owner.' See Drawings for more information. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions with Applicator or sent for compliance with requirements for conditions affecting performance of work. 1. Begin coating application only after u atisfactory conditions have been corrected and surfaces are dry. 2. Coating application indicates ac ptance of surfaces and conditions. 3.2 PREPARATION A. Comply with manufacturer's writt instructions and recommendations in WPI Architectural Painting Specification Manual" applicabl to substrates indicated. B. Remove plates, machined s faces, and similar items already in place that are not to be coated. If removal is impractical or i ossible because of size or weight of item, provide surface -applied protection before surface reparation and coating. 1. After completi g coating operations, reinstall items that were removed; use workers skilled in the trades in olved. C. Clean substrates substances that could impair bond of coatings, including dirt, oil, grease, and incompatible pal is and encapsulants. 1. Remo e incompatible primers and reprime substrate with compatible primers as required to pro ce coating systems indicated. D. Galvanize -Metal Substrates: 1. emove paint using commercial chemical cleaners or by blasting with a soft blasting media such as corn cob media or walnut shell media. 2. Remove grease and oil residue from existing galvanized surfaces by using a water-soluble cleaner/degreaser. Test to see that the passivator has been removed by testing a clean dry surface with a copper sulfate solution. If the surface does not turn black, remove the remaining passivator surface using SSPC-SP7 methods. 4. Remove rust on edges of galvanized deck by blasting with soft blasting material. Any remaining rust may be remodeled by sand blasting or wire wheel brush taking care not to damage adjacent galvanized surfaces. E. Existing Steel to be Repainted: Hand tool cleaning removes all loose mill scale, loose rust, and other detrimental foreign matter. It is not intended that adherent mill scale, rust, and paint be removed by this process. Mill scale, rust, and paint are considered adherent if they cannot be removed by lifting with a dull putty knife. Edges of missing or chipped paint shall be sanded smooth and primed prior to paint application. Before hand tool cleaning, remove visible oil, grease, soluble residues, and salts by the methods outlined in SSPC-SP1. For complete instructions, refer to Steel Structures Paint Council Surface Preparation Specification No. 2 (SSPC-SP2). 2023 Parking Garage Maintenance & Repair Project PAINTING AND COATING Project No. 1207932 09 90 00-2 SECTION 09 90 00 PAINTING AND COATING 3.3 APPLICATION ? ? A. Apply coatings according to manufacturer's written instructions. �� t 1. Use applicators and techniques suited for coating and subs ate indicated. 2. Coat surfaces behind movable equipment and furnitur ame`as similar exposed surfaces. Before final installation, coat surfaces behind perma ntly fixed equipment or furniture with prime coat only. 3. Coat back sides of access panels, removable hinged covers, and similar hinged items to match exposed surfaces. B. If undercoats or other conditions show through fi I coat, apply additional coats until cured film has a uniform coating finish, color, and appearance. C. Apply coatings to produce surface films wit ut cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface imp rfections. Produce sharp glass lines and color breaks. 3.4 FIELD QUALITY CONTROL A. Owner reserves the right to invoke t e following procedure at any time and as often as Owner deems necessary during the period when oatings are being applied: 1. Owner will engage the ervices of a qualified testing agency to sample coating material being used. Samples of m erial delivered to Project site will be taken, identified, sealed, and certified in presence f Contractor. 2. Testing agency w' perform tests for compliance with specified requirements. 3. Owner may dir ct Contractor to stop applying coatings if test results show materials being used do not c mply with specified requirements. Contractor shall remove noncomplying coating mat ials from Project site, pay for testing, and recoat surfaces coated with rejected materials. ontractor will be required to remove rejected materials from previously coated surfaces i , on recoating with complying materials, the two coatings are incompatible. 3.5 CLEANING AND PROT) CTION A. /deof eac workday, remove rubbish, empty cans, rags, and other discarded materials from site. B. m etng coating application, clean spattered surfaces. Remove spattered coatings by , craping, or other methods. Do not scratch or damage adjacent finished surfaces. C. ork of other trades against damage from coating operation. Correct damage by cleaning, g, replacing, and recoating, as approved by Owner's Representative, and leave in an ged condition. D. letion of construction activities of other trades, touch up and restore damaged or defaced surfaces. END OF SECTION 2023 Parking Garage Maintenance & Repair Project PAINTING AND COATING Project No. 1207932 09 90 00-3 SECTION 23 05 00 COMMON WORK RESULTS FOR HVAC PART 1 GENERAL / 1.1 SECTION INCLUDES A.e,'., The work shall include the furnishings of systems, equipment and terials specified in this Division and as called for on the Mechanical Drawings to include supervi ' n, quality control, operation, • methods and labor for the fabrication, installation, start-up an ests for the complete mechanical installation. The work shall also include the furnishing of n essary hoisting facilities to set materials and equipment in place and the furnishing of any scaffol i g and transportation associated with this work. B. Examine the project site and become familiar with isting conditions which will affect the work. ' Review the drawings and specifications of other ades and take note of conditions to be created which will affect the work. All conditions shall considered in the preparation of bids; no additional compensation will be made on the behalf of is Contractor. C. Provide labor necessary to demolish the isting mechanical system as shown on the drawings, as described in Part 3, Existing Conditions or as required. D. Where noted on the drawings or wh a called for in other sections of the specification, the Contractor for this division shall install equipm nt furnished by others, and shall make required service connections. Verify with the sup ier of the equipment the requirements for the installation. This contractor shall be responsible r the removal and installation of railings, piping, ductwork, louvers, etc. as required to install new quipment. Coordinate shipping splits for all equipment provided by this contractor. 1.2 DAMAGE A. The Contractor shall besponsible for damage to the work of other trades, or to the building and it contents, caused by equipment installation. 1.3 PERMITS AND INSPECTIONS A. Obtain and furnish necessary permits and inspection certificates for material and labor furnished. Permits and certificates shall be obtained from the proper inspection authorities. The cost of permits, certificates and fees required in connection with the installation shall be borne by the Contractor, unless otherwise noted in the detailed contractual description preceding these specifications. Where applications are required for the procuring of utility services to the building, see that such application is properly filed with the utility, and that information required for such an application is presented to the extent and in the form required by the utility company. 1.4 CODES AND STANDARDS A. Applicable provisions of the following codes and standards are hereby imposed on a general basis for the mechanical work (in addition to specific applications specified by individual work sections of these specifications): 1. ANSI/ASHRAE/IESNA 90.1-2013 Energy Standard for Buildings 2. ANSI/ASHRAE 62.1-2013 Ventilation for Acceptable Indoor Air Quality 3. AWWA Standards 4. AWS Standards for Welding 5. Occupational Safety and Health Act (OSHA) 6. 2018 International Building Code 7. 2012 Uniform Plumbing Code 2023 Parking Garages Maintenance and Repair Project COMMON WORK RESULTS FOR HVAC Project No. 1207932 23 05 00-1 SECTION 23 05 00 00 COMMON WORK RESULTS FOR HVAC 2015 International Mechanical Code a 4 9i-,! 2015 International Fuel Gas Code y,W,� n 4 1 j to 1 2012 International Energy Conservation Code 11 2015 International Fire Code .,, 12. 2014 National Electric Code 13. City amendments to Plumbing, Mec ical and Building Codes 14. NFPA Standards and Pamphlet B. If any work indicated on the drawing or specified herein conflicts in any way with any of the rules and regulations of the above authoritie , the Contractor shall notify the Architect/Engineer in writing 72 hours before bids are opened. the event the Contractor fails to notify the Architect/Engineer and changes are required by said onflictsI the Contractor shall make such changes as are required without additional cost to th' Owner. C. Installations must be sa in every respect and must not create a condition which will be harmful to building occupants; to perating, installing or testing personnel; to workmen; or to the public. The contractor for each i stallation shall be solely responsible for providing installations which will meet these conditions. the Contractor believes that the installation will not be safe for all parties, report these beliefs in iting to the Architect/Engineer before any equipment is purchased or work is installed, givin recommendations. The Architect/Engineer will work out required changes and adjustments ' contract price where adjustments are warranted. 1.5 DRAWINGS A. A com ete set of drawings shall be on the site at all times. Prior to installing any of the work, check the dr wings for dimensions and see that the work does not interfere with clearance required for ceiVigs, beams, foundations, finished columns, pilasters, partitions, and electrical equipment as sh wn on the drawings and details. After work is installed and it develops interferences which have t been called to the Architect/Engineer's attention before the installation, the Contractor shall, at his wn expense, make such changes in his work as directed by the Architect/Engineer. B. The contract drawings for mechanical work are in part diagrammatic, intended to convey the scope of work and indicate general arrangement and approximate sizes and locations of equipment and materials. Where job conditions require reasonable changes in indicated locations and arrangement, the Contractor shall make such changes as directed by the Architect/Engineer, without additional cost to the Owner. C. Because of the scale of the drawings, certain basic items such as pipe fittings, access panels, and sleeves may not be shown; but where such items are required by other sections of these specifications or where they are required by the nature of the work, they shall be furnished and installed. Rough -in dimensions and locations shall be verified with the supplier of equipment furnished by other trades, or by the Owner, prior to the time of roughing -in. D. Equipment specification may not deal individually with minute items required such as components, parts, controls, and devices which may be required to produce the equipment performance specified, or as required to meet the equipment warranties. Where such items are required, they shall be included by the supplier of the equipment, whether or not specifically called for. 2023 Parking Garages Maintenance and Repair Project COMMON WORK RESULTS FOR HVAC Project No. 1207932 23 05 00-2 SECTION 23 05 00 COMMON WORK RESULTS FOR HVAC E. vn The drawings and the specifications are cooperative and suppleme ry. It is the intent of both said drawings and specifications to cover all mechanical requirementsM their entirety as nearly as t,4? possible. The Contractor shall closely check the drawings and SPecifications for any obvious errors or omissions and bring any such condition to the attention of e Architect/Engineer prior to the receipt of bids, in order to permit clarification by means of mailed Addendum. If there is no question prior to the bid proposal date, the Architect/Engineer sh assume that the drawings and specifications are complete and correct and will expe the intent of said documents to be complied �- with, and the installation to be complete in all respe s, according to said intent. r F. Locate equipment which must be serviced, op ted, or maintained in fully accessible positions. Minor deviations from the contract drawings ay be made to allow for better accessibility, but changes of magnitude, or which involve ex cost, shall not be made without prior approval. Ample space shall be allowed for removal of par that may require replacement or service in the future. G. All valves, fire dampers, automatic da pers, smoke dampers, damper operators, reheat coils, etc shall be accessible for maintenance urposes. Locate items carefully and coordinate with other trades so that each piece of equip ent is accessible and functional. Items located above a non - accessible ceiling, chase, or sofy shall be accessible through an access door. Coordinate location of access doors with the general ontractor. See specification section 08 3100 Access Panels and Doors for further detail. / 1.6 RESPONSIBILITY A. The Contractor's respo sibility shall not end with the installation and connecting of the various apparatus. It shall in de the services of an experienced superintendent, who shall be constantly in charge of the work, JVgether with the qualified journeymen, helpers and laborers required to properly unload, install, con ect, adjust, start, operate and test the work involved, including equipment and materials furnish9d by other trades or by the Owner, until such time as the entire mechanical installation func ' ns properly in every detail. 1.7 COORDINATION A. CoordinateAhe work with other trades prior to installation. B. No piping, ducts, or equipment foreign to the electrical equipment or architectural appurtenances shall be run over the top of any electrical panels or electrical equipment, in accordance with NEC 110-16 and 384-4. This does not prohibit sprinkler protection for the installation. C. The determination of quantities of material and equipment required shall be made from the drawings. Schedules on the drawings and in the specifications are completed as an aid, but where discrepancies arise, it shall be the Contractor's responsibility to provide the required quantity. D. Where the specifications state that equipment shall be furnished, installed, or provided, it shall be understood to mean this Contractor shall furnish and install completely, unless it is specifically stated that the equipment is to be furnished and installed by others. E The Architect/Engineer reserves the right to determine space priority of the contractors in the event of interference between the piping and equipment of the various contractors. Conflicts between the drawings and specifications, or between requirements set forth for the various trades, shall be called to the attention of the Arch itect/Engineer. If clarification is not asked for prior to the taking of bids, it will be assumed that none is required, and that the Contractor has submitted his bid in conformance with plans and specifications as issued and that no interference exists. F. No piping, ducts, or equipment foreign to an elevator hoist way and machine room shall be run inside the hoist way and machine room in accordance with NEC 620-37 and ASME A17.1, 102.2. 2023 Parking Garages Maintenance and Repair Project COMMON WORK RESULTS FOR HVAC Project No. 1207932 23 05 00-3 SECTION 23 05 00 W COMMON WORK RESULTS FOR HVAC G. r.,.�With reference to 1.5F above, when setting suspended equip nt in place, the contractor shall obtain i the owner's approval of equipment location to ensure ade to clearance for maintenance access is provided — the owner's review and approval of each loc on is necessary prior to routing and connection of any services: piping, ductwork, control nd/or electrical. Access deemed necessary by N the owner may differ from the manufacturer's reco mendation. Failure to obtain owner's approval will result in relocation of the unit at the contractor's ost. 1.8 GUARANTEE AND MAINTENANCE A. Materials and equipment shall be guara eed to be free from defects and to be new equipment; no secondhand, used, or salvaged equip ent will be allowed. The Owner's existing equipment which is to be relocated or reinstalled under is contract shall be refurbished, cleaned, and repaired, and made subject to the guarantee a maintenance as herein specified, unless specifically noted otherwise. B. Keep the entire portion of th work in repair, without additional cost to the Owner, so far as defects in workmanship, apparatus, aterial, or construction are concerned for one (1) year from the date of final acceptance, except s otherwise specified herein. C. Equipment, which fail to meet performance ratings as specified and shown on the drawings, shall be removed, and rela d by new equipment that meets the specified requirements, without additional cost to the Ow/err D. Materials andanship shallbe subject to the review of the Architect/Engineer, in whose presence varits shall be made as required by these specifications. PART2PRODUCTS 2.1 SUBMITTALS A. Contra or to provide an equipment schedule to include Equipment Tag, Room Location, Model #, Serial Voltage/Ph, Location of respective electric panel, filter size and quantity. /DApproval t shop drawings and catalog data for equipment of this Division as called for in the individual ns and in Division 01. ttal data for mechanical equipment shall consist of shop drawings and/or catalog cuts showing cal data necessary to evaluate the material or equipment to include dimensions, wiring ms, performance curves, rating, control sequence, and other descriptive data necessary to be fully the item proposed and its operating characteristics. Shop drawings shall be submitted ipment and materials as required by the specifications. of materials, including alternate or substitute items, shall be obtained in writing from the ect/Engineer, verbal approval will not be considered binding. E. Shop drawings shall be submitted and shall have been signed, checked, approved, and initialed by the Contractor prior to submittal to the Architect/Engineer. The Architect/Engineer will review shop drawings to aid in interpreting the plans and specifications and will in so doing assume that the shop drawings conform to specified requirements set forth in this specification. The approval of the shop drawing by the Architect/Engineer does not relieve the Contractor of the responsibility of complying with elements of the specification. The name of the job, Architect/Engineer, location, and specification section shall appear on all pages of shop drawings. Equipment marks (such as EF-1, RTU-1) shall be indicated for each item. F. At the completion of the job, prepare closeout documents to include parts lists, shop drawings, operating and maintenance instructions. See Division 01 for format and submittal requirements. 2023 Parking Garages Maintenance and Repair Project COMMON WORK RESULTS FOR HVAC Project No. 1207932 23 05 00-4 SECTION 23 05 00 COMMON WORK RESULTS FOR HVAC G. 6� At the completion of the project, prepare and submit to the Owner recor rawings showing the location of piping, ductwork, and accessories. Drawing shall give ac rate dimensions of such equipment for future use by the Owner. This drawing shall be sub ted as soon as work is U.y completed and before authorization of final payment. See Divis' 01 for format and submittal I requirements. 2.2 SUfaCONTRACTORS AND MATERIALS A. Submit to the Architect/Engineer for review, when re ested, a list of subcontractors, materials and equipment proposed to be used. The list must be viewed by the Architect/Engineer before this Contractor may enter into any sub contractual a eement. Equipment, materials, and devices, etc. shall be subject to the review of the Architect/ ngineer, whether or not said items are herein specified. 2.3 STANDARDS OF MATERIALS AND WORKMA HIP A. Materials shall be new, complete wit manufacturer's guarantee or warranty, and shall be as listed by Underwriters Laboratories (UL), In ., Air Movement and Control Association (AMCA), American Gas Association (AGA), Air Conditioni g and Refrigeration Institute (ARI), etc., if a standard has been established by that agency for t e type of material. B. Materials shall also comply th applicable standards of the National Electrical Manufacturer's Association, National Boar of Fire Underwriters, National Fire Protection Association, National Safety Council, National reau of Standards, the National Electrical Code and the Williams -Steiger Occupational Safety an Health Act of 1970. Such standards are hereby made a part of these specifications. C. Work shall be perfor ed by workmen skilled in the particular craft, shall be executed in a workmanlike man r, and shall present a neat mechanical appearance when completed. Align, level, and adjust equip ent for satisfactory operation, and install so that connecting and disconnecting of piping and acce sories can be made readily and so that parts are easily accessible for inspection, operation, and aintenance. Methods and techniques of installation shall be subject to the review of the Architect/ ngineer. D. Materials s all be the standard product of a reputable manufacturer regularly engaged in the manufact re of the specific product. Materials of the same type of class shall be the products of one manufa urer. For example, fans shall be from the same manufacturer and pumps from the same manuf cturer. E. Mat ials shall be protected from damage and stored indoors or protected from the weather at all tim s, unless other storage arrangements are approved by the Architect/Engineer. F. Bearing lubrication fittings shall be as recommended by the manufacturer and shall be extended, /where necessary, to an accessible location. G. Material and equipment shall be installed in strict accordance with the manufacturer's recommendations. 2.4 MATERIAL SUBSTITUTIONS A. Proposals as submitted shall be based on the products specifically named in the specification or on the drawings. Material or equipment by manufacturers other than those specified may be used only by permission of the Architect/Engineer. Such permission for substitution must be requested, in writing, in accordance with Division 01. B. The Architect/Engineer reserves the sole right for the approval of proposed material or equipment, and the phrase, "or approved equivalent", used in these specifications, or on the drawings, shall be interpreted to mean an equivalent approved by the Architect/Engineer. 2023 Parking Garages Maintenance and Repair Project COMMON WORK RESULTS FOR HVAC Project No. 1207932 23 05 00-5 SECTION 23 05 00 j Cn COMMON WORK RESULTS FOR HVAC C Changes required by alternate equipment shall be made at no addition cost to the Owner; and costs tr) incurred by other trades, public utilities or the Owner, as a result of a use of such equipment, shall be the responsibility of the Contractor. D. Furnish to the Arch itect/Engineer, when requested, sample f proposed material or equipment substitutions. These samples shall remain with the Arch' ct/Engineer as long as needed. �� E. Identify the differences in alternate material or equip ent as compared to that specified and indicate the benefits to the project as a result of selecting a alternative. F. The Architect/Engineer reserves the right to r se approval of equipment which does not meet the specification, in their opinion, or of equipme for which no local experience of satisfactory service is available. The Architect/Engineer further eserves the right to reject equipment for which maintenance service and the availabilit of replacement parts is questionable. 2.5 GROUT A. Description: ASTM C 1107, Gr e B, nonshrink and nonmetallic, dry hydraulic -cement grout. 1. Characteristics: Post -hardening, volume -adjusting, nonstaining, noncorrosive, nongaseous, and recommende for interior and exterior applications. 2. Design Mix: 5 0-psi (34.5-MPa), 28-day compressive strength. 3. Packaging: remixed and factory packaged. PART 3 EXECUTION 3.1 OPENINGS, CUTTIN , AND PATCHING A. The Genera Contractor shall coordinate the placing of openings in the new structure, as required for the installa on of the mechanical work. B. Furnish the General Contractor the accurate locations and sizes for required openings. This shall not reli ve this Contractor of the responsibility of checking to assure that proper size openings are provi d. When additional patching is required due to this Contractor's failure to inspect this work, this Con actor shall make arrangements for the patching required to properly close the opening, to inc de patch painting. This Contractor shall pay any additional cost incurred in this respect. C. hen cutting and patching of the structure is made necessary due to this Contractor's failure to install iping, ducts, sleeves, or equipment on schedule, or due to this Contractor's failure to furnish, on schedule, the information required for the leaving of openings, it shall be this Contractor's responsibility to make arrangements for this cutting and patching. This Contractor shall pay any additional cost incurred in this respect. D/ Provide cutting and patching and patch painting in the existing structure, as required for the installation of the work. Furnish lintels and supports as required for openings. Cutting of structural support members will not be permitted without prior approval of the Architect/Engineer. Extent of cutting shall be minimized. Use core drills, power saws or other machines which will provide neat, minimum openings. Patching shall match adjacent materials and surfaces and shall be performed by craftsmen skilled in the respective craft required. 3.2 CONCRETE AND MASONRY WORK A. Concrete bases and pads for mechanical equipment will be furnished by General Contractor. This Contractor shall coordinate size. Size bases to extend minimum of 4" beyond equipment base in any direction, and 4" above finished floor elevation. Construct of reinforced concrete, roughen floor slab beneath base for bond, and provide steel rod anchors between floor and base. Locate anchor bolts using equipment manufacturer's templates. Chamfer top and edge corners. 2023 Parking Garages Maintenance and Repair Project COMMON WORK RESULTS FOR HVAC Project No. 1207932 23 05 00-6 K SECTION 23 05 00 COMMON WORK RESULTS FOR HVAC _. B. Furriisr equipment anchor bolts and be responsible for their proper installation and accurate location. 3.3 ROO:OPENINGS A. Roof openings required by this Contractor that are not shown on the Structural or Architectural I. Drawings shall be cut and (if necessary) reinforced by an experiep,�'ed roofing contractor. B. Roof penetrations for duct and piping shall be through curbe roof openings. Equipment supports shall be by curbed and flashed runners meeting current N ional Roofing Contractor Association (NRCA) standards and details. Pitch pockets, pitch pa , and wood blocking are not acceptable. C. All roof work shall be completed such that it does void any existing roof warranty. 3.4 PAINTING A. The finish of any item that has been marre , scratched, or damaged in any way by this Contractor shall be repainted at the expense of this ontractor, and to the satisfaction of the Architect/Engineer and the Owner. B. Painting and finishing of exposed chanical systems (including but not limited to piping, ducting and supports) shall be provided. Finis es shall be as defined in Division 09 - Finishes. Exposed shall be defined as where accessible or isible to occupants of the building and/or the public. 3.5 CLEANING A. Keep the premises clean f all debris, caused by the work as described in Division 01. B. Keep the premises cle n of all debris caused by the work at all times, and keep materials stored, in areas designated by e Owner, in such a manner as not to interfere with the progress of the work of other Contractors o with the operation of existing facilities. C. At the conclusio of the construction, the site shall be thoroughly cleaned of all rubble, debris and unused materi and shall be left in good order. Closed off spaces shall be cleaned of waste such as material, cart s, and wood frame members used in the construction. 3.6 WIRING FOR ME ANICAL EQUIPMENT A. The elec ical contractor will provide power to and connection of motors and equipment furnished by this Co tractor. Where disconnect switches are not specified to be furnished with the equipment, the electr' al Contractor will furnish disconnect switches for equipment furnished by this Contractor. B. Pro ide integral wiring, alarm wiring, control wiring, temperature control wiring and interlock wiring for e ipment furnished, whether or not such wiring is furnished by the equipment vendor. C. xcept where other Sections call for starters to be furnished by manufacturers as part of their equipment, the electrical contractor will furnish motor starters for motors furnished by this Contractor. D. Furnish to the electrical contractor, shop drawings and a schedule for motors and other mechanical equipment furnished, which require electrical services. The schedule shall include the locations for rough -ins, electrical loads, size, and electrical characteristics for services required. E. Additional costs incurred, where motors or equipment furnished by this Contractor require larger services or services of different electrical characteristics than those called for on the Electrical Drawings, due to the Contractor furnishing substitute equipment, shall be paid for by this Contractor. F. Review the Electrical Drawings and call to the attention of the Architect/Engineer, prior to bidding, omissions of electrical services required for equipment. G. Mechanical equipment which requires fuse protection, to maintain UL listing, shall be coordinated with the electrical contractor to provide such protection. 2023 Parking Garages Maintenance and Repair Project COMMON WORK RESULTS FOR HVAC Project No. 1207932 23 05 00-7 - SECTION 23 05 00 00MMON WORK RESULTS FOR HVAC 3 7,1_1 M01`6RS.,_?= A. LiI TEFC and ODP motors for equipment supplied by this contractor, 1/2 HP and larger, shall meet NEMA PremiumTm efficiencies as specified within NEMA Standards Publication MG 1-2016. B. ,w, All motors that are indicated to be used with Variable Fir eRbency Drives (VFD's) shall be inverter duty rated. Coordinate all motor requirements with the eleg ical contractor. C. Provide motor shaft grounding kit for all VFD mot9115. 3.8 PROTECTION A. Special care shall be taken for the protect' n of equipment furnished by this Contractor. Equipment and material shall be protected from ele ents such as weather, painting and plastering until the project is completed. Damage from r t, paint or scratches shall be repaired as required to restore equipment to original condition. B. Protection of equipment during t plastering and painting of the building shall be the responsibility of the contractor performing that ork, but this shall not relieve this Contractor of the responsibility of checking to assure that adeq ate protection is being provided. C. Where the installation or c nnection of equipment requires this Contractor to work in areas previously finished by other contrac rs, this Contractor shall be responsible that such areas are protected and are not marred, soiled, r otherwise damaged during the course of such work. This Contractor shall arrange with the other ontractors for repairing and refinishing of such areas which may be damaged. D. When heavy mated Is must be placed upon or transported over the roof deck, sheeting shall be placed to distribut the weight and support such materials. Any damage shall be immediately corrected at no c st to the Owner. 3.9 NOISE AND VIBRATI A. Be responsi a for the installation of all equipment in such a manner as to control the transmission of noise and ration from any installed equipment or system, so that the sound level does not exceed NC35 in y occupied space. Be responsible for the correction of any objectionable noise in any occupie area due to improperly installed equipment. 3.10 MANUFACTU ER'S START-UP A. Whe e indicated, manufacturer shall provide a factory authorized service representative or factory en neer as specified, for unit start up. Startup procedure and respective documentation shall be su mitted as part of shop drawing review process. Completed start up documentation shall be s bmitted directly to the owner/engineer by the manufacturer. B. Start-up shall be scheduled only once electrical, mechanical, sheet metal and temperature controls contractors are confirmed complete, AND the owner approves proceeding with start-up; confirmation by each shall be made to the GC in writing. C Contractor's confirmation of complete installation prior to scheduling the start-up shall include: 1. All aspects of equipment installation shall be completely installed in permanent condition, to include but not limited to sheet metal, piping, final heat transfer fluids installed, controls and associated programming, insulation and electrical. 2. The owner/engineer shall confirm all aspects complete, prior to start-up being scheduled. The owner's signature on the manufacturer's satisfactorily completed prestart-up checklist will allow the manufacturer to then confirm start-up availability and schedule. D. Both the equipment start-up and temperature controls contractor start-up personnel shall be onsite together to assist each other as required for start-up. 2023 Parking Garages Maintenance and Repair Project COMMON WORK RESULTS FOR HVAC Project No. 1207932 23 05 00-8 SECTION 23 05 00 s` COMMON WORK RESULTS FOR HVAC E No portion of onsite test and balance shall proceed until start-up o I equipment has been satisfactorily documented by the manufacturer and confirmed b he owner. 3.11 TESAND BALANCE A. No portion of onsite test and balance sh/proceedt satisfactory start-up of allequipment has been Satisfactorily documented by the md confirmed by the owner. 3.12 TESTS AND DEMONSTRATIONS A. Systems shall be tested and placed in prder prior to demonstrating systems to the Owner. B. Prior to acceptance of the mechanicX installation, demonstrate to the Owner or his designated representative's essential features nd functions of all systems installed, and instruct the Owner in the proper operation and maintenan e of such systems. C. Furnish the necessary traine personnel to perform the demonstrations and instructions and arrange to have the manufacturer's epresentatives for the system present to assist with the demonstrations. The Owner and Contract shall each sign a certification stating that the training has been performed and the Owner accepts ame. 3.13 EQUIPMENT LIST A. Consistent with th Valve and Damper schedule (Section 23 0553), submit an equipment list identifying all eq ipment on and consistent with the mechanical schedule: by equipment tag, room location, model umber, serial number, number & size of filters, voltage/phase with respective electrical pan and panel location. 3.14 UTILITY REBATE APPLICATIONS A. This cont ctor shall be responsible for gathering all information necessary for and completion of utility s ate applications. Potential rebates include but not limited to high efficiency gas boilers, chillers heat pumps, ventilation equipment, energy recovery equipment, water heaters, thermostats, timec cks, motors, variable speed drives, and other items furnished by the contractor of this Division. Sub it to owner copies of all documentation provided to the utilities. 3.15 WARRAN A. t a minimum, warranties for all Sections of this Division shall comply with the two-year warranty eriod identified within Section 00 0611 Cedar Rapids Community School District, Performance and Payment bond. Exception: Any warranties within this Division explicitly stipulating longer warranty periods than identified in Section 00 0611 Performance Bond (i.e., compressors), shall be held to the longer warranty period. END OF SECTION 2023 Parking Garages Maintenance and Repair Project COMMON WORK RESULTS FOR HVAC Project No. 1207932 23 05 00-9 SECTION 23 05 29 HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT PART 1 GENERAL 1.1 SEC�rON INCLUDES A. "Provide equipment, materials, labor, and supervision necessary to ' stall equipment hangers and supports. B. Where supports are attached to concrete or other structural embers, care shall be taken to prevent -damage or weakening of the structural members. �r C. Where concrete inserts are to be used, it shall be this ontractor's responsibility to accurately locate and attach inserts to concrete forms. 1.2 REFERENCES A. Manufacturers Standardization Society of t Valve and Fittings Industry, MSS, 1815 North Fort Myer Drive, Arlington, VA 22209. 1. MSS SP-58: Pipe Hangers a Supports - Materials, Design and Manufacturer. 2. MSS SP-69: Pipe Hanger and Supports - Selection and Application. PART 2 PRODUCTS 2.1 HANGERS AND SUPPORTS A. Hangers and support de ces shall be Grinnell, Fee and Mason, Michigan, B-Line or approved equivalent. Figure num ers based on Grinnell. PART 3 EXECUTION 3.1 INTERMEDIATE ATTAC ENTS A. Hanger rods: a carbon steel single or double end threaded, Figs. 140, 141, 253, 254 as required. Continuous t readed rod: Fig. 146 may be used wherever possible. B. Chain wir or perforated strap hangers will not be permitted. One pipe shall not be suspended from another pe. 3.2 STRUCTURA ATTACHMENTS A. For 4aching steel or copper plated hanger rods to reinforced concrete, use galvanized malleable ir*concrete inserts; Fig. 282 for loads up to 1140 lbs. B. For attaching steel hanger rods to structural steel beams, use malleable iron C-clamps; Fig. 87 with retaining clip for loads up to 500 lbs.; Fig. 229 with extension piece for loads up to 1,365 lbs. For copper plated hanger rods, use copper plated malleable iron C-clamps; Fig. CT-88 with hardened point cup set screw for loads up to 400 lbs. C. For attaching steel hanger rods to wood structural members, use malleable iron ceiling flange; Fig. 153 for loads up to 1,270 lbs. For copper plated hanger rods, use copper plated malleable iron ceiling flange: Fig. CT-128R for loads up to 180 lbs. D. Vertical expansion shields or toggles shall not be used for suspending hanger rods, except with permission in cases where inserts have been omitted or cannot be used. If permitted, use expansion shields; Fig. 117 for rod sizes up to'/z", 320 lbs. max. load. For larger rods use attachment plate, Fig. 52, with wedge anchors. 2023 Parking Garages Maintenance and Repair Project HANGERS & SUPPORTS FOR HVAC PIPING & EQUIPMENT Project No. 1207932 23 05 29-1 SECTION 23 05 29 c,. HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT E€ Z- Powder actuated anchoring methods shall not be used. 3.3 2023 Parking Garages Maintenance and Repair Project HANGERS & SUPPORTS FOR HVAC PIPING & EQUIPMENT Project No. 1207932 23 05 29-2 SECTION 23 05 48 VIBRATION AND SEISMIC CONTROLS FOR HVAC PIPING AND EQUIPMtNT PART 1 GENERAL 1.1 SECTION INCLUDES A. This specification pertains to the furnishing and installation of ibration isolation devices for HVAC and rotating or reciprocating mechanical equipment. B. This work shall include all material and labor required r installation of the resilient mounting and suspension systems, adjusting each mounting syste , and measurement of isolator system performance when so requested by the Architect/ gineer. Specific mounting arrangements for each item of mechanical eq/ab t shall be as descr' ed herein and as indicated by schedules and details on the drawings. 1.2 QUALIFICATIONS A. All rotating mechanicment sha be isolated from the structure by means of vibration isolators. The isolators and basl be as bulated on the Vibration Isolation Schedule in this section. Any equipment not listed ihedu shall be isolated with the isolator type and deflection shown in the 2019 ASHRAE HpIic ions Handbook, Chapter 47, Table 48. B. Engage manufactureri a technical supervision of installation of support isolation units produced, and of assinertia bases.C. The Contractor and thtion isolation manufacturer or his regularly designated and factory authorized representall perform the following tasks in addition to the supply and installation of isolation equipment: 1. Obtain fro the Architect/Engineer the approved manufacturer's name, model number, and other nec ssary identifying data for each item of mechanical equipment to be resiliently mountegr Coordinate resilient mounting systems with the exact equipment to be furnished in regard o physical size, isolator locations, weight, rotating speed, etc. Direct contact and coop ration between the vibration isolation device fabricator and the equipment manufacturer /4Repl a required. ct piping systems isolators for proper coordination with the physical arrangement of pipe and with the physical characteristics of the building. de on-the-job supervision as required during installation of resiliently mounted ment and piping to assure that vibration isolators are installed in strict accordance with ally accepted practices for critical environments. ace, at no extra cost to the Owner, isolators which do not produce the required ction, are improperly loaded above or below their correct operating height, or which do not produce the required isolation. 5. Cooperate with other contractors engaged in this project so that the installation of vibration isolation devices will proceed in a manner that is in the best interests of the Owner. 6. Notify the Architect/Engineer of project conditions which affect vibration isolation system installation of performance and which are found to be different from conditions indicated by the drawings or described by the specifications. Should vibrations isolation system installation proceed without such notifications, remedial work required to achieve proper isolator performance shall be accomplished by the contractor at no additional cost to the Owner. 2023 Parking Garage Maintenance & Repair Project VIBRATION & SEISMIC CONTROLS FOR HVAC PIPING & EQUIPMENT Project No. 1207932 23 05 48-1 SECTION 23 05 48 VIBRATION AND SEISMIC CONTROLS FOR HVAC PIPING AND EQUIPMENT 7. Be alert for possible short-circuiting of vibration isolation systems by piping supports, Q` electrical connections, temperature control connections, drain lines, building construction, etc., and notify the involved contractor as to these problems or potential problems. Where Cn CD such situations cannot be easily resolved, notify the Architect/Engineer so that preventive or remedial action can take place on a timely basis. Remedial measures required shall be - undertaken by the contractor responsible at no additional cost to the Owner. to 9. Vibration isolation products furnished as part of factory -fabricated equipment are spgcified as part of the equipment assembly in other Division 23 sections. r °F! Refer to other sections of these specifications for equipment foundations, hangers, sealants, gaskets w and other work related to vibration isolation work. A, s G. Where equipment manufacturer's recommendations differ from spe ' ied vibration isolation, submit to Architect for approval. H. Furnish templates to fabricators of equipment bas/foundat's and other support systems, as needed for coordination of vibration isolation unitrk. 1.3 SUBMITTALS A. Product Data: Submit manufacturer's specificatiowings, performance characteristic data and installation instructions for each type of�ndicate equipment to be installed with isolator, tabulation of design d/hehs for both free and operating heights of isolators, and load on each. PART 2 PRODUCTS 2.1 GENERAL A. The vibration isolation systemn and identified by type number designations shall be applied to specific classificatioequipment as indicated in the Vibration Isolation Schedule. i 2.2 TYPE 1 ISOLATORS (RUBBER & 91'LASS FIBER PADS AND HANGERS) i A. Pre -compressed Molded iberglass Vibration Isolation Pads, individually coated with a flexible moisture impervious el.astomeric membrane. Pads shall be fine (.00018 dia.) bonded annealed glass fibers which have be stabilized during manufacture by overloading the material ten times. Pads shall have a ccnsta natural frequency over the operating load range, and the stiffness shall increase proportionately wi load applied. Pads shall be no taller than the shortest horizontal dimension. Where the equip ent base does not provide a uniform load surface, steel plates shall be bonded to the top of the p�ds. Alternately, Neoprene Mounts incorporating completely enclosed metal inserts to permit bolting pe supported unit may be used. 2.3 TYPE 2 ISOLATOR (PAD AND HANGER TYPE) A. Molded is lators shall come in a range of 30 to 70 durometer and shall be designed for up to 1/2" deflectio . B. Hang shall be designed for a 200 to 350 misalignment. 2.4 TYPE 3 ISOLATORS (SPRINGS) A. 'Freestanding, Unhoused, Laterally Stable Steel Springs with leveling bolts and'/4-in. thick ribbed isolation pads. To assure stability, the spring shall have a lateral spring stiffness equal to the rated vertical stiffness, and shall be designed to provide 50% overload capacity. In capacities up to 5,000 lbs., springs shall be replaceable. In capacities over 5,000 lbs., springs shall be welded to the top and bottom load plate assemblies. 2023 Parking Garage Maintenance & Repair Project VIBRATION & SEISMIC CONTROLS FOR HVAC PIPING & EQUIPMENT Project No. 1207932 23 05 48-2 Ln SECTION 23 05 48 _:J_ VIBRATION AND SEISMIC CONTROLS FOR HVAC PIPING AND EQUIPMENT a l Combination Spring and Rubber Hangers. The pre -compressed fiberglass shall be coated with a �UJI --moisture impervious elastomeric membrane in series with springs, all encase n welded steel "n brackets. Springs shall be as specified for Type 3 isolators. Hangers shall designed for 50% overload capacity, and shall accommodate rod misalignment over a 300 rc. Brackets shall be =.f designed to carry 500% overload without failure. 2.5 T'E 4 ISOLATORS A. Freestanding, Laterally Stable Spring Isolators with vertical li It stops to assure a constant operating height if the supported weight is removed, and to reduce m ement due to wind loads. Limit stops shall be isolated from the housing to prevent short-circui i g. 2.6 TYPE A BASES A. No base required. Isolators may be attached direc y to the supported equipment. 2.7 TYPE B BASES A. Structural Steel Base, designed and supplie by reducing the mounting height of equipment. To assure adequate stiffness, the height of th members shall be a minimum of 8% of the longest span between isolators, or at least 6 inches. ere thinner sections are necessary due to head room limitations, the section modulus of the embers selected shall be equivalent to or exceed the section modulus of wide flange steel member whose thickness is 8% of the longest span between isolators. 2.8 TYPE D BASES A. Roof Curb Isolators: Fabricated ame units sized to match roof curbs as shown, formed with isolation springs between extruded alu num upper and lower sections, which are shaped and positioned to prevent metal -to -metal conta . Provide continuous airtight and waterproof seal between upper and lower extrusions. Include pr visions for anchorage of frame unit to roof curb, and for anchorage of equipment to unit. Equival nt to Mason Type CMAB or RSC as required. 2.9 DUCTWORK ISOLATION A. Provide flexible duct nnections wherever ductwork connects to vibration isolated equipment. Construct flexible c nections of neoprene -coated flameproof fabric crimped into duct flanges for attachment to duct nd equipment. Make airtight joint. Provide adequate joint flexibility to allow for thermal, axial, tr sverse, and torsional movement, and also capable of absorbing vibrations of connected equi ment. B. Manufacturer Subject to compliance with requirements, provide flexible connections of one of the following: E /en Manufacturing Co., Duro Dyne Corporation, Ventfabrics, Inc. 2.11 ELECTRICAL C NECTIONS TO RESILIENTLY MOUNTED EQUIPMENT A. Electri al connections to equipment which is supported or suspended by vibration isolators shall be mad with long lengths of flexible conduit or flexible armored cable. These flexible connections must be cated so as to prevent rigid conduit connections between the resiliently mounted equipment and tf}e building structure. 2023 Parking Garage Maintenance & Repair Project VIBRATION & SEISMIC CONTROLS FOR HVAC PIPING & EQUIPMENT Project No. 1207932 23 05 48-3 SECTION 23 05 48 VIBRATION AND SEISMIC CONTROLS FOR HVAC PIPING AND EQUIPMENT 2.12 VIBRATION ISOLATION SCHEDULE r` u7 rfn - EQUIPMENT TYPE -' ON GRADE TYP MIN E B-I DFL UP TO 20ft FLR SPAN TYP MIN E B-I DFL 20ft to 30ft FLR SPAN TYP MIN E B-I DFL 30ft to 40ft FLR SPAN TYPE MIN B-I DFL Centrifugal Fans <_22 in. dia. B-2 0.25 B-3 0.75 B-3 0.75 C-3 1.75 >_24 in.dia., <_40 HP & <_300 RPM j B-3 2.50 B,3.50 B 3 3.50 B 3 3.50 >_24 in.dia.,<_40 HP & 300-500 RPM B-3 1.7 B-3 1.75 B-3 2.50 B-3 2.50 >_24 in.dia., <_40 HP & >_501 RPM B-3 5 B-3 0.75 B-3 0.75 B-3 1.75 Base Types: A. No base, isolators attached equipment B. Structural steel rails or base C. Concrete inertia base D. Curb -mounted base Isolator Types: 1. Pad, rubber, or glass fiber 2. Rubber floor isolator or hanger 3. Spring floor isolator or hanger 4. Restrained spring isolator 5. Thrust restraint (see ASHRAE, 2015 Handbook) PART 3 INSTALLATION 3.1 EXECUTION A. General: xcept as otherwise indicated, comply with manufacturer's instructions for the installation and loa application to vibration isolation materials and units. Adjust to ensure that units do not excee rated operating deflections or bottom out under loading, and are not short-circuited by other cont is or bearing points. Remove space blocks and similar devices (if any) intended for temporary prot ction against overloading during installation. B. Anchor and attach units to substrate and equipment as required for secure operation and to prevent displacement by normal forces, and as indicated. C. Adjust leveling devices as required to distribute loading uniformly onto isolators. Shim units as required where leveling devices cannot be used to distribute loading properly. E. Install vibration isolators that are furnished with equipment. END OF SECTION 2023 Parking Garage Maintenance & Repair Project VIBRATION & SEISMIC CONTROLS FOR HVAC PIPING & EQUIPMENT Project No. 1207932 23 05 48-4 SECTION 23 05 93 TESTING, ADJUSTING, AND BALANCING FC PART 1 - GENERAL 11 SWMARY A. Testing, adjustment, and balancing of air systems. B. L,) Testing, adjustment, and balancing of hydronic, refrigeration s C. Measurement of final operating condition of HVAC systems. f D. a -+ Sound measurement of equipment operating conditions. V� E. Testing and balancing shall be performed by an indepen nt certified testing and balancing contractor. The Contractor shall be certified by AABC �American Association of Balancing Contractors), NEBB (National Environmental Balancj g Bureau), or SMARTA (Sheet Metal and Air Conditioning and Roofing Trade Association). The alancing Contractor shall provide labor, services, and test equipment required to test, adjust, and lance the specified systems. Personnel involved in the execution of the work un/Baanlancing ontract shall be experienced and trained in the total balancing of mechanical sysell as eing regular employees of the Balancing Contractor. 1.2 SUBMITTALS A. Field Reports (punch list): Ini iencies in systems that would prevent proper testing, adjusting, and balancing of sd equipment to achieve specified performance. B. Prior to commencing work, sort forms or outline indicating adjusting, balancing, and equipment data required. C. Submit draft copies of report prior to final acceptance of Project. Provide final copies for Architect/Engineer and for inoperating and maintenance manuals. D. Provide reports complete %#4h index page and indexing tabs, with cover identification at front and side. Include set of reduced drawings with air outlets and equipment identified to correspond with data sheets and indicating thermostat locations. E. Include detailed procedures, agenda, sample report forms and copy of AABC National Project Performance Guaranty prior to commencing system balance. F. Test Reports: Indicate data on AABC National Standards for Total System Balance forms or NEBB forms containing�rnformation indicated in Schedules. 1.3 SEQUENCING A. Sequence wk to commence after completion of systems installation and schedule completion of balancing w, rk before Substantial Completion of Project. B. Do not proceed with balancing work until systems scheduled for testing, adjusting, and balancing are clean and" free from debris, dirt, and discarded building materials. C. Completion of balancing work is required before Substantial Completion of Project. PART 2 PRODUCTS / NOT USED 2023 Parking Garage Maintenance & Repair Project TESTING, ADJUSTING, AND BALANCING FOR HVAC Project No. 1207932 23 05 93-1 SECTION 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC PART 3 -.EXECUTION 31 d;�ER CONTRACTOR RESPONSIBILITIES -'..a A-- The Mechanical and Plumbing Contractors shall cooperate with the baking agency by: L r) ' 1: Including balancing dampers as required by the Drawings d Specifications. 2. Putting complete system into operation during duratio f balancing period. t 3. Providing up-to-date set of Drawings and advisin mediately of changes made to the system during construction. 4. Providing labor and equipment and cost of rforming corrections such as dampers, belts, and pulley changes, etc. as required with t undue delay. 5. Providing complete submittal informat' n for mechanical equipment complete with pertinent engineering information. 3.2 EXAMINATION A. Verify that systems are c/andperating able before commencing work. Ensure the following conditions. 1. Systems are starin a safe and normal condition. 2. Temperature coninstalled complete and operable. 3. Proper thermal on is in place for electrical equipment. 4. Duct systems ar clean of debris. B. Submit field reports. eport defects and deficiencies noted during performance of services which prevent system bal ce. C. Commencement work means acceptance of existing conditions. 3.3 PREPARATION A. Provide instr ments required for testing, adjusting, and balancing operations. Make instruments available to ArchitecUEngineer to facilitate spot checks during testing. B. Provide dditional balancing devices as required. 3.4 INSTALLATIO TOLERANCES A. Hy onic Systems: Adjust to within plus or minus 10% of design. 3.5 ADJUSTI G A. Ensure recorded data represents actual measured or observed conditions. B. Permanently mark settings of dampers, and other adjustment devices allowing settings to be restored. Set and lock memory stops. After adjustment, take measurements to verify balance has not been disrupted or that such disruption has been rectified. D. Leave systems in proper working order, replacing belt guards, closing access doors, closing doors to electrical switch boxes, and restoring thermostat to specified settings. 2023 Parking Garage Maintenance & Repair Project TESTING, ADJUSTING, AND BALANCING FOR HVAC Project No. 1207932 23 05 93-2 SECTION 23 05 93 Cr'% TESTING, ADJUSTING, AND BALANCING FOR HVAC E At i. al inspection, recheck random selections of data recorded in report. Red/eckints or areas as selected and witnessed by the Owner. 3YJ SCHEDULES A. , Equipment Requiring Testing, Adjusting, and Balancing. All equipment shown on mechanical and r plumbing schedules require complete work of this section.,s applicable to equipment type. 1. Exhaust fans 2. Existing supply diffusers and supply grilles B. Report Forms 1. Title Page: a. Name of Testing, Adjusting, nd Balancing Agency b. Address of Testing, Adju ing, and Balancing Agency C. Telephone number of esting, Adjusting, and Balancing Agency d. Project name e. Project location f. Project Archit ct g. Project En neer h. Project ntractor i. Projec altitude j. Rep rt date 2. Summary omments: a. esign versus final performance b. Notable characteristics of system C. Description of systems operation sequence d. Summary of outdoor and exhaust flows to indicate amount of building pressurization Nomenclature used throughout report f. Test conditions 3. Instrument List: a. Instrument b. Manufacturer C. Model number d. Serial number e. Range f. Calibration date 2023 Parking Garage Maintenance & Repair Project TESTING, ADJUSTING, AND BALANCING FOR HVAC Project No. 1207932 23 05 93-3 SECTION 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HV cx� 4.::, Electric Motors: a. Manufacturer UJ UJ y-- b. C Model/Frame •' C. HP/BHP ,.. =:1 -3 c) d. Phase, voltage, amperage; nam plate, actual, no load rvn -- 9-4 e. RPM f. Service factor g. Starter size, rating, he er elements h. Sheave Make/Size/ ore 5. V-Belt Drive: a. Identification/1 cation b. Required dr' en RPM C. Driven s ave, diameter and RPM d. Belt, si a and quantity e. Mot sheave diameter and RPM f. C ter to center distance, maximum, minimum, and actual 7. Air Movi Equipment a. Location b. Manufacturer C. Model number d Serial number Arrangement/Class/Discharge f. Supply air flow, specified and actual g. Return air flow, specified and actual h. Relief air flow, specified and actual i. Outside air flow, specified and actual j. Total static pressure (total external), specified and actual k. Inlet pressure I. Discharge pressure M. Sheave Make/Size/Bore n. Number of Belts/Make/Size o. Fan RPM 2023 Parking Garage Maintenance & Repair Project TESTING, ADJUSTING, AND BALANCING FOR HVAC Project No. 1207932 23 05 93-4 SECTION 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC yr 1 P. Fan BHP •;� 8 w t ; ---Return Air/Outside Air Data: �,- r--a. Identification/location � I-E= _b. Design air flow .w v CS. Actual air flow N d. Design return air flow e. Actual return air flow f. Design outside air flow g. Actual outside air flow h. Return air temperature i. Outside air temperat e j. Required mixed ai temperature k. Actual mixed air emperature I. Design outsi /return air ratio M. Actual out 'de/return air ratio 9. Exhaust Fan D a. Locati n b. Man facturer C. M del number d. $erial number e. /Air flow, specified and actual f. Total static pressure (total external), specified and actual g. Inlet pressure Discharge pressure i. Sheave Make/Size/Bore i Number of Belts/Make/Size k. Fan RPM I. Fan BHP i / 10. Duct Traverse: a. System zone/branch b. Duct size C. Area 2023 Parking Garage Maintenance & Repair Project TESTING, ADJUSTING, AND BALANCING FOR HVAC Project No. 1207932 23 05 93-5 2023 Parking Garage Maintenance & Repair Project TESTING, ADJUSTING, AND BALANCING FOR HVAC Project No. 1207932 23 05 93-6 SECTION 23 09 00 INSTRUMENTATION AND CONTROL FOR HVAC PART t,1iGENERAL 1.1 SUMMARY general Description: Provide low voltage control devices 'associated wiring to control Stair Tower Exhaust Fans per thermostats installed within vandal proof cages, set to ope 49 F space temperature setpoint. y(ostats, damper actuators, etc.) and design documents. In general, provide associated exhaust fans at or above Project Specific Requirements: 1. All hardware, equipment and material sh I be completely installed two (2) weeks prior to Substantial Completion, to allow imme ate start by the temperature controls contractor (TCC) as identified directly below. 1.2 QUALIFICATIONS A. The control system shall meet specific ions and qualifications as described. The controls contractor shall have a minimum of five years e erience associated with variable air volume systems, constant volume systems, and geothermal gr and source heat pump systems and other systems as required by the sequence of operations. B. The temperature controls syste on this project shall be the following: 1. Alternate Bid 1 B — B ker Group, Cedar Rapids 2. Alternate Bid 1 A: ohnson Controls Metasys, Cedar Rapids 3. Alternate Bid 1 - C13, Hiawatha C. All work is to be inst ed by a qualified person skilled in the installation of electronic automatic control systems. The contr contractor is responsible for the proper installation of the control system. 1. The Inst ler shall have an established working relationship with the Control System Manuf turer of not less than three years. 2. The i4aller shall have a service office within 50 miles of the project site and provide 24-hour res�6nse in the event of a customer call. D. The cont4ctor may elect to subcontract the installation of the electronic control system but will be responsible in total as outlined above. E. All pro4ucts used in this installation shall be new, currently under manufacture, and shall be applied in similar installations for a minimum of 2 years. This installation shall not be used as a test site for any neWproducts unless explicitly approved by the Owner's representative in writing prior to bid date. Sure parts shall be available for at least 10 years after completion of this contract. 1.3 WORK BY OTHERS A. The following incidental work shall be furnished by the Mechanical Contractor under the supervision of this Contractor. 1. Install all automatic dampers and minimum outdoor air stations, airflow stations. 2. Provide necessary blank off plates (safing) required to install dampers that are smaller than duct size. 3. Assemble multiple section dampers with required interconnecting linkages and extend required number of shafts through duct for external mounting of damper motors. 2023 Parking Garage Maintenance & Repair Project INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1207932 23 09 00-1 SECTION 23 09 00 rn INSTRUMENTATION AND CONTROL FOR HVAC =s , 4, Provide necessary sheet metal baffle plates to eliminate stratification a provide air volumes c specified. Locate baffles by experimentation and affix and seal perm ently in place only 4 _J>:, after stratification problem has been eliminated. n 5 Provide access door or other approved means of access thro ducts for service to control .. equipment. 6_a Install airflow measuring devices. ram, B. The TCC shall provide a technical representative to accomp ny the testing and balancing contractor whenever the latter is onsite, to ensure availability of com ete controls manipulation is provided to the TAB contractor. See Engineer/Owner for schedule contractor -access to the building during in -session periods for controls commissioning (includi g testing and calibration) and testing and balancing of all systems. 1.4 DESCRIPTION A. The control system shall be designed such t t each mechanical system will be able to operate under stand-alone control. B. Communication between the control pa els and all workstations shall be over a high-speed network. All nodes on this network shall be pe s. The operator shall not have to know the panel identifier or location to view or control an object. pplication Specific Controllers shall be constantly scanned by the network controllers to update int information and alarm information. C. The documentation is schemati in nature. The Contractor shall provide hardware and software necessary to implement the f ctions and sequences shown. D. Each mechanical unit iden ' ied to be controlled via non -intelligent, non -programmable equipment (exhaust fans) and only en the indicated equipment points can completely reside together. 1.5 SUBMITTALS A. Contractor shall pr ide shop drawings and manufacturers' standard specification data sheets on all hardware and sof are to be provided. No work may begin on any segment of this project until submittals have een reviewed by the Engineer and Owner for conformity with the plan and specifications. II shop drawings shall be done on AutoCAD no older than version 2006, and provided to the Engin r for review and to the Owner on electronic media. B. Ouantitie of items submitted shall be reviewed by the Engineer and Owner. Such review shall not relieve t e contractor from furnishing quantities required for completion. C. Provide the Engineer and Owner, any additional information or data which is deemed necessary to determine compliance with these specifications or which is deemed valuable in documenting the system to be installed. D. Submit the following within 30 days of contract award: 1. A complete bill of materials of equipment to be used indicating quantity, manufacturer and model number. 2. Provide manufacturers cut sheets for major system components. When manufacturer's cut sheets apply to a product series rather than a specific product, the data specifically applicable to the project shall be highlighted or clearly indicated by other means. Each submitted piece of literature and drawings shall clearly reference the specification and/or drawing that the submittal is being submitted to cover. Include: a. Auxiliary Control Devices 2023 Parking Garage Maintenance & Repair Project INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1207932 23 09 00-2 SECTION 23 09 00 INSTRUMENTATION AND CONTROL FOR HVAC cn b. Detailed termination drawings showing all required field and factory terminations. < Terminal numbers shall be clearly labeled. :-' C. Sequence of operations for each system un �r control. This sequence shall be specific for the use of the Control System eing provided for this project. E. Project Record Documents: Upon completion of install ion submit copies of record (as -built) documents. The documents shall be submitted for a roval prior to final completion and include: 1.::: Project Record Drawings - These shall b as -built versions of the submittal shop drawings. One set of magnetic media including C D. DWG or .DXF drawing files shall also be provided. a. Identify on drawings locatio s of all remote and/or concealed equipment. 2. Operating and Maintenance (O& ) Manual - These shall be as -built versions of the submittal product data. In addition to tha equired for the submittals, the O & M manual shall include: a. Names, address an 24-hour telephone numbers of Contractors installing equipment, and the control sy ems and service representative of each. b. Operators Man al with procedures of operating the control systems including logging on/off, alarm ndling, producing point reports, trending data, overriding computer control, and anging set points and other variables. d. Engineen g, Installation and Maintenance Manual(s) that explains how to design and install n points, panels, and other hardware; preventative maintenance and calibra �on procedures; how to debug hardware problems; and how to repair or repla hardware. e. A li ing and documentation of all custom software created using the programming la guage including the point database. One set of magnetic media containing files of t e software and database shall also be provided f. A list of recommended spare parts with part numbers and supplier. g. Complete original issue documentation, installation and maintenance information for all third party hardware provided including computer equipment and sensors. i. Licenses, Guarantee, and Warrantee documents for all equipment and systems. Recommended preventive maintenance procedures for all system components including a schedule of tasks (inspection, cleaning, calibration, etc.), time between tasks, and task descriptions. F. Trai ing Manuals: The Contractor shall provide a course outline and training manuals for all training cl ses at least six weeks prior to the first class. The Owner reserves the right to modify any or all of t training course outline and training materials. Review and approval by Owner and Engineer and all be completed at least 3 weeks prior to first class. 1.6 CODE &STANDARDS A. Instrumentation hardware shall be supplied to directly interface with Instrument Society of America (ISA) Standards. Meet requirements of all applicable standards and codes, except when more detailed or stringent requirements are indicated by the Contract Documents, including requirements of this Section. 1. Underwriters Laboratories: Products shall be UL-916-PAZX listed. 2. National Electrical Code - NFPA 70. 2023 Parking Garage Maintenance & Repair Project INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1207932 23 09 00-3 SECTION 23 09 00 ' INSTRUMENTATION AND CONTROL FOR HVAC 3. Federal Communications Commission - Part J. 1.7 WARRANTY A. I Labor and materials for control system specified shall b arranted free from defects for a period of twelve-(12) months after final completion acceptance the Owner. Control System failures during the warranty period shall be adjusted, repaired, or r laced at no charge or reduction in service to the Owner:"The Contractor shall respond to the Owne s request for warranty service within 24 hours during customary business hours. B. At the end of the final start-up/testing, if equi ent and systems are operating satisfactorily to the Owner and Engineer, the Owner shall sign ertificates certifying that the control system's operation has been tested and accepted in/accordae with the terms of this specification. The date of Owner's acceptance shall be the start of wC. Operator workstation software, pfic software, graphics, database, and firmware updates shall be provided to the Owner at during the warranty period. Written authorization by Owner must, however, be grantee installation of such changes. 1.8 OWNERSHIP OF PROPRIETARY MATERIAL A. All project developed hardw9fe, software and documentation shall become the property of the Owner. These include but are not I' ited to: Project images, Record drawings, Project database, project specific controller onfiguration tool (JCI-CCT) or application programming code (CII-APT) and all project -related d cumentation. 1.9 SYSTEM PERFORMANCE A. Performance Stan rds. The system shall conform to the following: 1. Reportin Accuracy. Table 1 lists minimum acceptable reporting accuracies for all values reporte by the specified system. a. TABLE I -- REPORTING ACCURACY Measured Variable Reported Accuracy U.N.O Space temperature ±1 °F Outside air ±24F Measured Variable Reported Accuracy U.N.O Delta-T ±0.25°F Relative humidity ±5% RH Air flow (terminal) ±10% of reading 'Note 1 Air flow (measuring stations) Air pressure (ducts) Electrical power Carbon dioxide (co2) Note 1: 10%-100% of scale Note 2: for both absolute and differential pressure ±5% of reading ±0.1" W.G. 5% of reading ±20 PPM 2023 Parking Garage Maintenance & Repair Project INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1207932 23 09 00-4 SECTION 23 09 00 INSTRUMENTATION AND CONTROL FOR HVAC PART 2 PRODUCTS 2.2 SUPERVISED TRAINING u� A ; Provide 2.5 working days ( 20) of supervised training for up to 4 of the Owners representatives ' sRn..ultaneously to include system operation, programming, report generation, and construction of graphics. Training shall take place at the project site during the normal work hours of 8am to 5pm ` weekdays. Training shall be scheduled at the owner's discretion, in no larger than 4-hour blocks, to v) be;completed within one calendar year, and shall include: 1. Explanation of drawings, operations and maintenance manuals. 2. ` Walk-through of the job to locate control components.' c 3. Operator workstation and peripherals. 4. DDC custom application controllers, ASC, TE,C, SAC operation and function. 5. Operator control functions including graph)c generation and field panel programming. 6. Explanation of adjustment, calibration and replacement procedures. B. Provide operator orientation to the overall operational program, equipment functions (both individually and as part of the total integrated system), commands, advisories, and appropriate operator intervention required in responding to the systems operation. An Owner's manual prepared for this project by the DDC manufacturer shall be used in addition to the instruction. Three copies of the Owner's manual shall be provided. C. The technical training will also include adequate instruction and documentation to enable maintenance staff to trouble shoot, repair, and maintain entire system and recreate all programming without factory assistance. D. The technical training will also include adequate instruction and documentation to allow expansion by the maintenance staff of the system in the future to interface with existing pneumatic, electric, and electronic control systems, This would include activities associated with hardware and software. E. The owner reserves the right to have credited any instructional time (i.e. training, demonstration, orientation, testing, etqQ'.) identified in this Section, deemed by the owner to be unnecessary or not completed. Unused t' e shall be credited back to the owner to the nearest quarter hour and shall be credited as future technical field service time. 2.2 COMMISSIONING OF SY�TEM A. The Temperatufe Control Contractor shall verify that each analog and binary device and operator responds corr ctly to the signal given at the control panel by physically changing each parameter and witnessing toe correct corresponding reaction. The results of this testing shall be logged in a written report and submitted to the Owner and Engineer prior to final payment. B. The Owner's representative shall witness the commissioning of the system. C. UndeF`separate contract, the District will conduct mechanical commissioning concurrent with related worKof this section. Also see Commissioning -related requirements identified elsewhere in the contract documents. 2.3 INPUT/OUTPUT INTERFACE A. Hard -wired inputs and outputs may tie into the system through Building, Custom, or Application Specific Controllers. 2023 Parking Garage Maintenance & Repair Project INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1207932 23 09 00-5 SECTION 23 09 00 INSTRUMENTATION AND CONTROL FOR HVAC B. All input points and output points shall be protected such that shorting of the pof'nt to itself, another point, or ground will cause no damage to the controller. All input and outputp�oints shall be protected from voltage up to 24V of any duration, such that contact with this voltage will cause no damage to �the controller. C. 67, Binary inputs shall allow the monitoring of on/off signals or from remote devices. The binary inputs shall provide a wetting current of at least 12 ma to be compatible with commonly available control devices. D. u Pulse accumulation input points. This type of point shall conform to all the requirements of Binary Input points, and also accept up to 2 pulses per second for pulse accumulation, and shall be protected against effects of contact bounce and noise. E. Analog inputs shall allow the monitoring of low voltage (0-10 Vdc), current (4-20 ma), or resistance signals (thermistor, RTD). Analog inputs shall be compatible with, and field configurable to commonly available sensing devices. F. Binary outputs shall provide for on/off operation, or a pulsed low voltage signal for pulse width modulation control. Outputs shall be selectable for either normally open or normally closed operation. G. Analog outputs shall provide a modulef"ing signal for the control of end devices. Outputs shall provide either a 0-10 Vdc or a 4-20 ma signal as required to provide proper control of the output device. 2.4 AUXILIARY CONTROL DEVICES r` A. Devices, components and har are, either specified or required to control the mechanical system, shall comply with the require ents of the related Division 23 specification section. B. Contractor limited to devi ` manufacturers identified. Where not specified, provide component by manufacturer of choice. C. Electronic damper act ators. 1. The actuat shall have electronic overload or digital rotation sensing circuitry to prevent damage t the actuator throughout the rotation of the actuator. Furnish a separate damper actuator or each damper greater than 48" in any dimension. 2. Wher shown, for power-failure/safety applications, an internal mechanical, spring return mec nism shall be built into the actuator housing. 3. All otary spring return actuators shall be capable of both clockwise and counter clockwise s ring return operation. Linear actuators shall spring return to the retracted position. 4. Proportional actuators shall accept a 0-10 VDC or 0-20 ma control signal and provide a 2-10 VDC or 4-20 ma operating range. 5. All 24 VAC/DC actuators shall not require more than 10 VA for AC or more than 8 W for DC applications. Actuators operating on 120 VAC or 230 VAC shall not require more than 11 VA. 6. All non -spring return actuators shall have an external manual gear release to allow manual positioning of the damper when the actuator is not powered. Spring return actuators with more than 60 in -lb. torque capacity shall have a manual crank for this purpose. / 7. All modulating actuators shall have an external, built-in switch to allow the reversing of l direction of rotation. 8. Actuators shall be provided with a conduit fitting and a minimum 1 m electrical cable and shall be pre -wired to eliminate the necessity of opening the actuator housing to make electrical connections. 2023 Parking Garage Maintenance & Repair Project INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1207932 23 09 00-6 SECTION 23 09 00 u., INSTRUMENTATION AND CONTROL FOR HVAC ,.•,,w c+ 9.: Actuators shall be Underwriters Laboratories Standard 873 listed. ,v 16 "� �; Actuators shall be designed for a minimum of 60,000 full stroke cycles at the actuator's rated torque. Actuators shall include a stroke limiting device. D. Automatic Dampers (low leakage) k r� 1. ;� Also refer to Section 23 3313 Volume Control Dampers. C•-J _ 2. Dampers shall include the frame, blades, and linkage sembly. Coordinate damper sizes and quantities with exhaust air fans, plenums, air ha ling units, and built up air handling units. Dampers shall be as follows: a. Opposed blade configuration and suita a for operating temperatures between -400 F and 2000 F. The assembly shall prov' e for the linkage out of the airstream and concealed in the frame. b. Blade type 1) Airfoil: As remote re rculation damper for air -air heat exchanger operation. 2) Double piece: Ty ical usage. C. The seals shall includ extruded vinyl blade edge seals and flexible metal compression type ja b seals. Bearings shall be stainless steel sleeve. The axles shall be 1/2" plateoteel hex. d. The Damper shYl be constructed of a minimum of 16 gauge galvanized steel. e. Damper shall�ave a maximum leakage performance rating of 4 cfm per square foot at 1 inch war gauge static pressure differential (based on a 36 "wide x 24" high damper). F f. Damper�'shall bear the AMCA certification for air leakage. g. Low leakage dampers shall be by Ruskin or approved equal. 3. Reference the drawings for minimum and economizer outdoor air damper sizes. 4. Submit product data, performance and installation data. Clearly indicate profile of damper size, materials, damper blade configuration, damper linkage, leakage characteristics and operators. 5. General a. Dampers shall fail normally open, closed or last position as scheduled on plans or as follows: 1) Outdoor air & exhaust/relief - normally closed. E. Sensors: 1. Room and duct humidity sensors shall be of the thin film capacitance type containing a humidity sensitive material that modifies its dielectric constant to maintain accuracy of + 5% RH @ 770 F, range of 20% to 95% RH, including hysteresis, linearity, and repeatability. The sensor shall be rated for operation between 15 to 170 degrees F. 2. All temperature and humidity sensors shall be of the electronic type. The temperature sensors shall be resistance temperature device (RTD) or thermistor type. 2023 Parking Garage Maintenance & Repair Project INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1207932 23 09 00-7 SECTION 23 09 00 INSTRUMENTATION AND CONTROL FOR HVAC Cr a. Room sensors shall include covers for horizontal or vertical ounting and concealed adjustments. Sensors shall include adjustable slide temp ature sensors, and two-hour push button override. All wall sensors locate on exterior walls or surfaces - that will cause abnormal sensor readings shall be f ished with an insulated base. r, b. Room sensors shall have a range of 32-120 d rees F with a factory calibration of 740 F. Accuracy shall be plus or minus 1 de e F at calibration point. Mounting height of room sensors shall be verified w' owner prior to installation. C. Duct Temperature Sensors - accurac f + 1 ° F @ 77 deg F. Duct air sensors shall be duct single point, averaging prob or averaging bulb as required under sequence of operation. d. Sensors located in areas of c mon areas (i.e. high density occupancy, gathering spaces and/or foot traffic) s II be provided with high impact plastic guards, including but not limited to corridors thletic spaces and mechanical -electrical -utility spaces. Covers shall be Grainger odel 2E379 or equivalent. e. Mounting: typical spa sensors at 48" above floor to center; sensors in common areas at 96" above f or to center. Coordinate mounting locations with light switches. f. Outside air senso shall have watertight inlet fitting and contain a shield from direct sunlight. 3. Duct pressure sensor shall be compatible for use in HVAC air distribution or air handling systems and shall h ve an accuracy of plus or minus.1 " w.g. Sensors shall have an operating temperature range rom 0-175' F and 10-90% relative humidity. Sensors shall be Mamac Systems or appr ed equal. F. Differential Pressure S itch (static) - shall sense static differential pressure for negative application (exhaust air duct), po tive pressure (supply duct), or a differential pressure switch (filters) and shall be automatic reset t e with an adjustable range from.05-12" WC. G. Low Temperature etection Electric w temperature warning thermostats shall have 20 ft low point sensitive elements (not av raging type) installed in parallel or series to serpentine the entire coil face area of the chilleV water coil. These thermostats shall be two position reset type. Where coils are in ban , multiple low limit thermostats, wired in series, shall be provided and wired to initiate the reeze condition sequences specified and signal a remote alarm to the facilities m nagement console. 2. he low temperature thermostat shall be automatic reset type as described in the sequence of operations. 3. Thermostat shall be adjustable between the temperatures of 350 to 450 F. H. Cur nt Sensing Relays - shall be split core type with adjustable high and low trip settings. Range sh II not exceed 175% of expected input. Coordinate special requirements for systems with variable s eed drives. Relays shall be the Hawkeye series by Veris Industries. I. low Switches 1. Flow -proving switches shall be either paddle or differential pressure type for proof of flow application. 2023 Parking Garage Maintenance & Repair Project INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1207932 23 09 00-8 SECTION 23 09 00 INSTRUMENTATION AND CONTROL FOR HVAC 2. Differential pressure type switches (air or water service) shall be UL listed, solid state, SPDT snap -acting, pilot duty rated (125 VA minimum), NEMA Type 1 enclosure, with scale range and differential suitable for intended application, or as specified. Mercoid type switches shall not be used for equipment that vibrates such as chillers, etc. Differential pressure switches shall be by Orange Research or approved equal. cry -=' 3._ Current sensing relays may be used for flow sensing or t rminal devices. ,± Re[ays IJ Wr .T Control relays shall be UL listed plug-in type wit dust cover. Contact rating, configuration, and coil voltage suitable for application. Time delay relays shall be UL listed solid- ate plug-in type with adjustable time delay. Delay shall be adjustable plus or minus 200% inimum) from set -point shown on plans. Contact rating, configuration, and coil voltage itable for application. Provide NEMA Type 1 enclosure when not installed in loc control panel. K. Transformers and Power Supplies 1. Control transformers shall be L listed, Class 2 current -limiting type, or shall be furnished with over -current protection ' both primary and secondary circuits for Class 2 service. 2. Unit output shall match t required output current and voltage requirements. Current output shall allow for a 50% s ety factor. Output ripple shall be 3.0 mV maximum Peak -to -Peak. Regulation shall be 0. 0% line and load combined, with 50 microsecond response time for 50% load changes. nit shall have built-in over -voltage protection. 3. Unit shall operate etween 0° C and 500 C. 4. Unit shall be U recognized. L. Local Control Panels 1. All indoor ontrol cabinets shall be fully enclosed NEMA Type 1 construction with hinged door, key ock latch, removable sub -panels. A single key shall be common to all field panels and sub panels. 2. Interc nnections between internal and face -mounted devices pre -wired with color -coded stra ed conductors neatly installed in plastic troughs and/or tie -wrapped. Terminals for field con ections shall be UL listed for 600-volt service, individually identified per control/interlock dr wings, with adequate clearance for field wiring. Control termination's for field connection shall be individually identified per control drawings. M. Auxiliar Devices 1. Furnish and install all necessary auxiliary electronic devices as appropriate to accomplish the sequence as specified. These totally electronic devices shall include (but not be limited to) such items as load limiting controllers, low signal selectors, high signal selectors, remote reset control devices, floating alarm units, staging networks, damper position indicators, unison amplifiers, reversing networks, sequencing networks and electronic power supplies. N. uct smoke Detectors 1. The smoke detectors for air handling units shall be furnished and installed by the electrical contractor. 2023 Parking Garage Maintenance & Repair Project INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1207932 23 09 00-9 SECTION 23 09 00 INSTRUMENTATION AND CONTROL FOR HVAC rn O.„ Variable Frequency Drives 0-1 �- Shall be furnished by the controls contractor and per the requirements of divisio 26 2923. The electrical contractor shall be responsible for variable frequency drivee�id installation. 3: <'r TCC shall provide startup of the variable frequency drive. ,f Y' 4 c.-S) TCC shall provide all interconnections necessary for full integrat' n into the BAS and `~ associated equipment. 2.6 SMOKE DAMPERS/CONTROLS A. All smoke dampers shall be controlled by the building automa ' n system to close in order to isolate an air handling unit upon a signal from the fire alarm syste .Each air handling unit with smoke dampers shall be represented at the fire alarm panel and all shut off its respective supply and return fans and close the supply and return smoke dam ers upon receiving a signal from the fire alarm panel. Each air -handling unit shall receive an i ependent signal. B. Upon a clear signal from the fire alarm panel, the its shall restart. The dampers shall stroke open and there shall be a 30 second delay before the ans are started. 2.7 WIRING A. All electric wiring required for the control�ratiure em and any interlock wiring required for the controls sequence shall be provided by the Tern Control Contractor. B. All line voltage control wiring shall be un in conduit. Reference Division 16 for requirements. C. Wire shall be a minimum of #18 gGge, color coded, stranded wire for all low voltage, electronic circuit with "spares" installed (on for every group of 10 wires) in conduit. Unconcealed wire (wire not in conduit) shall be the specificoroduct of the TCC, with unique identifiers of the TCC manufacturer -marked on wir7minimum 2 feet on center; field applied labels or flags are not acceptable. Submit sample 7with shop drawings for review. D. Coordinate the requirements for 120V circuits for the ASC's. All control transformers shall be the responsibility of this cor Tractor. Reference the electrical drawings for circuit locations. 2.8 SEQUENCE OF OPERATIOr4 A. General / 2. Control points (i.e. Indications, Adjustments, Alarms, faults, remote reset, etc.) as identified shall b provided as equipment manufacturer's factory options. Where the specified item is not available as a factory option, the equipment manufacturer shall coordinate with the TCC to provide. All non -factory option solutions shall be highlighted within the shop drawing submittals of both the equipment manufacturer and the TCC. 3. ach piece of equipment with potential of being automatically locked out of operation due to unit fault(s) shall be capable of being reset remotely from the District's central workstation. Specific procedures to do so shall be demonstrated for each type of equipment installed on this project. 4. Owner to furnish, Contractor to incorporate: a. List of non -critical equipment, which when calling for operation shall not start the building loop pumps. 1) Prioritized list of equipment start times, which when scheduled shall ensure staggered or staged starts in order to reduce instantaneous peak electrical demand/load and associated utility charge(s). 2023 Parking Garage Maintenance & Repair Project INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1207932 23 09 00-10 SECTION 23 09 00 v� INSTRUMENTATION AND CONTROL FOR HVAC cT xhaust Fans (EF-1, 2, 3, 4, 5) 1-- Elevator equipment rooms: Activate fan upon rise in space' pace emperature above space . ..., i —c setpoint. 2, Fume hoods: The exhaust fan shall be controlled b/amanual switch on the fume hood. Refer to Ventilation Heat Pump sequence for intefock with room motorized dampers. 3. Chemical room: The ex/hashall run co inuously, 24 hours a day, 7 days a week. 4. Open automatic dampectivatin an and provide damper status. 5. Indications/adjustmentsthe fo owing indications (I) and adjustments (A) for the ventilation heat pump. (s c ' ical alarm points. a. Fan Start/Stop ( b. Fan Status (I,') C. Space Temperad. Room Return/Rper Position (Classroom C133 and C135) (I,') e. Damper stat g (I,*) PART 3 EXECUTION / // 3.1 INSTALLATION A. Controls contractor shall coordinate ethernet drop locations with Division 26 and Division 26 will provide drops. r` B. Owner shall p7aneat a IP address to all network drops and active the point on their network. C. Install wiring i and workmanlike manner. Wiring to finished spaces shall be run concealed. r` D. All work is tq4be installed by a qualified person skilled in the installation of electronic control systems. The controVcompany representative is responsible for the proper installation of the control system and will provide supervision of the installation. E. Wire the flow switches and other chiller control devices not factory wired. Reference the chiller specification. F. Install damper actuators for all automatic dampers. G. Install terminal equipment controllers on terminal boxes and provide all necessary control wiring. H. "Install system and materials in accordance with manufacturer's instructions and roughing -in drawings, and details and drawings. Install electrical work and use electrical products complying with requirements of applicable Division 26 sections of these specifications. Mount controllers at convenient locations and heights. 1. Wiring. The term "wiring" is defined to include providing of wire, conduit and miscellaneous materials as required for mounting and connecting electric control devices. J. Wiring System. Install complete wiring system for electric -electronic temperature controls. Conceal wiring, except in mechanical rooms and areas where other conduit and piping are exposed. Provide multi -conductor instrument harness (bundle) in place of single conductors where number of conductors can be run along common path. Fasten flexible conductors bridging cabinets and doors, neatly along hinge side, and protect against abrasion. Tie and support conductors neatly. 2023 Parking Garage Maintenance & Repair Project INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1207932 23 09 00-11 v Ln r SECTION 23 09 00 INSTRUMENTATION AND CONTROL FO rHVAC K. Nurn er-code or color -code conductors, appropriately fo future identification and servicing of control Ln system. t 3.2 ON:S:ITE TESTING j A. M Provide Engineer and/or Owner approved oper tion and acceptance testing of the complete system. t ` The Engineer and/or Owner will witness all to ts. B. Field Test. When installation of the system s complete, calibrate equipment and verify transmission media operation before the system is pla ed in line. All testing, calibrating, adjusting and final field tests shall be completed by the installer Provide a cross-check of each control point within the system by making a comparison betty en the control command and the field -controlled device. Verify that all systems are operable from to al controls in the specified failure mode upon panel failure or loss of power. Submit the results of unctional and diagnostic tests and calibrations to the Engineer for final system acceptance. C. Compliance Inspection Checkli .Submit in the form requested, the following items of information to the Owner's representative an Architect/Engineer for verification of compliance to the project specifications. Failure to cornly with the specified information shall constitute non-performance of the contract. The contractor sho submit written justification for each item in the checklist that he is unable to comply with. The/Owner's Representative and the Architect/Engineer will initial and date the checklist to signify Contra tor's compliance before acceptance of system. Verify to the Ow er's Representative and Architect/Engineer in letter form that supplier has in -place suppo facility. Letter shall show location of support facility, name and titles of technical stafV engineers, supervisors, fitters, electricians, managers and all other personnel responsible f r the completion of the work on this project User / Date A/E Date Manually enerate an alarm at the remote DDC Controller as selected by the Arch itec Engineer to demonstrate the capability of the workstation and alarm printer to receive/alarms within 5 seconds. User / Date A/E Date Disc nnect one DDC Controller from the network to demonstrate that a single device failure sha not disrupt or halt peer -to -peer communication. Panel to be disconnected shall be sel cted by the Architect/Engineer. Date A/E Date At a DDC Controller of the Architect/Engineer's choice, display on the portable operator's terminal: At least one temperature setpoint and at least one status condition; i.e.: on or off for a system or piece of equipment attached to the panel as well as for points at another DDC Controller on the network. The diagnostic results as specified for a system or piece of equipment attached to that panel as well as for a system or piece of equipment attached to another DDC Controller. C. The ability to add a new point to the DDC Controller with the POT and have it automatically uploaded to the workstation to modify that panel's stored database. User Date A/E Date 2023 Parking Garage Maintenance & Repair Project INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1207932 23 09 00-12 Cy SECTION 23 09 00 INSTRUMENTATION AND CONTROL FOR HVAC CT% r At the Architect/Engineer's choice, disconnect the trunk connection to demonstrate its lack of reliance on a DDC Controller to maintain full control functionality. User Date A/E Date 3.3 - SERVICE AND GUARANTEE "l A. General Requirements. Provide all services, materials.and equipment necessary for the successful operation of the entire BAS System for a period of ore year after completion of successful performance test. Provide necessary material required for the work. Minimize impacts on facility operations when performing scheduled adjustm,�hts and non-scheduled work. B. Description of Work. The adjustment and repair of the system includes all computer equipment, software updates, transmission equipmentand all sensors and control devices. Provide the manufacturer's required adjustment and other work necessary. C. Personnel. Provide qualified personne o accomplish all work promptly and satisfactorily. Owner shall be advised in writing of the name of tjie designated service representative, and of any changes in personnel. ` D. Schedule of Work. Provide two minor inspections at 6 month intervals and two major inspections offset equally between the min(Xr inspections to effect quarterly inspection of alternating magnitude, and all work required as specjfied. Schedule major inspections in July and January. Minor inspections shall include visual checks and operational test of all equipment delivered. Major inspections shall include all work described for minor inspections and the following work: 1. Clean all equipment, including interior and exterior surfaces. 2. Perform signal, voltage and system isolation checks of system workstations and peripherals. 3. Check and calibrate each field device. Check all analog points and digital points. 4. Run all diagnostics and correct all previously diagnosed problems. 5. Resoly,O and correct any previous outstanding problems. E. Emergency Service. Owner shall initiate service calls when the system is not functioning properly. Qualified personnel shall be available to provide service to the complete system. Furnish Owner with a telephone number where service representative can be reached at all times. Service personnel shall be at'the site within 4 hours after receiving a request for service. Restore the control system to proper operating condition within 24 hours. F. Operatgon. Performance of scheduled adjustment and repair shall verify operation of the system as demonstrated by the initial performance test. G. Systems Modifications. Provide any recommendations for system modification in writing to Owner. Do not make any system modifications, including operating parameters and control settings, without prior approval of Owner. Any modifications made to the system shall be incorporated into the operations and maintenance manuals, and other documentation affected. H. Software. Provide all software updates and verify operation in the system. These updates shall be accomplished in a timely manner, fully coordinated with the system operators, and shall be incorporated into the operations and maintenance manuals, and software documentation. 3.4 EXAMINATION A. The project plans shall be thoroughly examined for control device and equipment locations, and any discrepancies, conflicts, or omissions shall be reported to the Architect/Engineer for resolution before rough -in work is started. 2023 Parking Garage Maintenance & Repair Project INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1207932 23 09 00-13 SECTION 23 09 00 Ul') INSTRUMENTATION AND CONTROL FOR HVAC 3.5 GEIAL WORKMANSHIP A. L0 Install -equipment, piping, wiring/conduit parallel to building lines (i.e. horizontal, vertical, and parallel to walls) wherever possible. B. = Provide sufficient slack and flexible connections to allow for vibration of piping and equipment. rr, C. Install all equipment in readily accessible location as dlefined by chapter 1 article 100 part A of the NEC. Control panels shall be attached to structural walls unless mounted in equipment enclosure specifically designed for that purpose. Panels shal a mounted to allow for unobstructed access for service. D. Verify integrity of all wiring to ensure continuo and freedom from shorts and grounds. E. All equipment, installation, and wiring sha comply with acceptable industry specifications and standards for performance, reliability, a compatibility and be executed in strict adherence to local codes and standard practices. F. Coordinate with the testing and bal ncing contractor to adjust low leakage dampers if damper leak rate exceeds specifications. 3.6 INSTALLATION OF SENSORS A. Install sensors in accordanc with the manufacturer's recommendations. B. Mount sensors rigidly and dequate for the environment within which the sensor operates. C. Room temperature sen rs shall be installed on concealed junction boxes properly supported by the wall framing and coord' ated with light switches. D. All wires attached to ensors shall be air sealed in their conduits or in the wall to stop air transmitted from other areas of cting sensor readings. E. Install duct static ressure tap with tube end facing directly down -stream of airflow. F. Sensors used i mixing plenums, and hot and cold decks shall be of the averaging type. Averaging sensors shall a installed in a serpentine manner horizontally across duct. Each bend shall be supported wi a capillary clip. H. Wiring for space sensors shall be concealed in building walls. EMT conduit is acceptable within mechanical and service rooms. I. Install outdoor air temperature sensors on north wall complete with sun shield at designated location. 3.7 FLOW SWITCH AND PRESSURE DIFFERENTIAL SWITCH INSTALLATION A. Install using a thread-o-let in steel pipe. In copper pipe use C x C x F Tee, no pipe extensions or substitutions allowed. B. Mount a minimum of 5 pipe diameters up stream and 5 pipe diameters downstream or 2 feet which ever is greater, from fittings and other obstructions. C. Install in accordance with manufacturers instructions. D. Assure correct flow direction and alignment. Mount in horizontal piping - flow switch on top of the pipe. F. Pressure differential switches mounted on horizontal sections of pipe shall be installed on the side or top of pipes to avoid accumulation of debris. 2023 Parking Garage Maintenance & Repair Project INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1207932 23 09 00-14 3.8 3.9 SECTION 23 09 00 INSTRUMENTATION AND CONTROL FOR HVAC tf s ACTt�ATORS A. Mount and link control damper actuators per manufacturer's instructions B. t_o Check operation of damper/actuator combination to confirm that throughout stroke to both open and closed positions. C. =' Valves Actuators shall be mounted on valves with adapters a m Actuators and adapters shall be mounted following manufact e WAR 4NING LABELS modulates damper smoothly droved by the actuator manufacturer. is recommendations. A. Affix plastic labels on each starter and equipment autopKatically controlled through the Control System including all air handling unit fans at doors. Label sh indicate the following: CAUTION This equipment is oper ting under automatic control an may start at any time witho warning. 3.10 IDENTIFICATION OF HARDWARE AND WIRIN A. All wiring and cabling, including that wi in factory -fabricated panels, shall be labeled at each end within 2" of termination with a cable i ntifier and other descriptive information. B. Permanently label or code each poi t of field terminal strips to show the instrument or item served. C. Identify control panels with minimum 1 cm letters on laminated plastic nameplates. D. Identify all other control components with permanent labels. Identifiers shall match record documents All plug-in components shall be labeled such that removal of the component does not remove the label. 3.11 CLEANING A. This contractor shall clean up all debris resulting from his or her activities daily. The contractor shall remove all cartons, containers, crates, etc. under his control as soon as their contents have been removed. Waste shall be collected and placed in a location designated by the Construction Manager or General Contractor. B. At the completion of work in any area, the Contractor shall clean all of his/her work, equipment, etc., making it free from dust, dirt and debris, etc. C. At the completion of work, all equipment furnished under this Section shall be checked for paint damage, and any factory finished paint that has been damaged shall be repaired to match the adjacent areas. Any metal cabinet or enclosure that has been deformed shall be replaced with new material and repainted to match the adjacent areas. 3.12 PROTECTION A. The Contractor shall protect all work and material from damage by his/her work or workers, and shall be liable for all damage thus caused. B. The Contractor shall be responsible for his/her work and equipment until finally inspected, tested, and accepted. The Contractor shall protect his/her work against theft or damage, and shall carefully store material and equipment received on site that is not immediately installed. The Contractor shall close all open ends of work with temporary covers or plugs during storage and construction to prevent entry of foreign objects. 2023 Parking Garage Maintenance & Repair Project INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1207932 23 09 00-15 SECTION 23 09 00 INSTRUMENTATION AND CONTROL FOR HVAC 3.13 FIELD QUALITY CONTROL A. All work, materials and equipment shall comply with the rules and regulatX ns of applicable local, state, and federal codes and ordinances as identified in Part 1 of thiZppliance ction. B. Contractor shall continually monitor the field installation for code c and quality of workmanship. All visible piping and or wiring runs shall be install parallel to building lines and properly supported. C. Contractor shall arrange for field inspections by local and/o, /state authorities having jurisdiction over the work. / 3.14 ACCEPTANCE A. The control systems will not be accepted as meetipg the requirements of Completion until all tests described in this specification have been performed to the satisfaction of both the Engineer and Owner. Any tests that cannot be performed dugio circumstances beyond the control of the Contractor may be exempt from the Completion requirements if stated as such in writing by the Owner's representative. Such tests shall then be performed as part of the warranty. END OF SECTION w� W Ut CD 2023 Parking Garage Maintenance & Repair Project INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1207932 23 09 00-16 SECTION 23 31 13 METAL DUCTS PART 1 GENERAL 1.1 SECTION INCLUDES A. Provide material, devices, labor, and supervision necessary to fabricate and erect ductwork as required by the Drawings and this Section. 1.2 CODES AND STANDARDS A. Ducts, plenums, apparatus casings, metal gauges, reinforcing, methods of supporting and hanging, and other sheet metal work as called for shall meet all functional criteria defined in Sectibp VII, of the SMACNA "HVAC Duct Construction Standards Metal and Flexible" 2015 Edition. This s"ll be subsequently referred to as the SMACNA Manual. All duct work must comply with all Iod$, state, and federal code requirements. B. Comply with applicable requirements o/2000PM. 1.3 DESCRIPTION � :X) T: `j A. All duct systems are low velocity, less tcn B. Air ducts shall be constructed as follow1. OA ducts +/- 2" 2. Exhaust ducts - 2" w. 1.4 SUBMITTALS A. Product Data: Submit manufacturer's technical product data and installation instructions for metal ductwork materials and products; B. Shop Drawings: Submit duct#rk shop drawings for entire facility, to scale, double line, indicating duct sizes, locations, fittings, equipment, accessories, structural clearances, etc. to the project Architect and Engineer. Sho drawings shall be submitted prior to the Pre -Installation Meeting (see below). If installation occurprior to sign -off of shop drawings, the contractor shall run the risk of removing/re-installing dugtwork/piping at no additional cost to the owner. C. Pre -Installation Meeting. The General Contractor shall arrange and coordinate a pre installation ductwork and pipe co rdination meeting which shall include the Architect, the Mechanical Engineer, the Electrical Engine, the Owner, the Owner's Representative and all mechanical/electrical sub- contractors. Attend nce shall be mandatory for all parties. PART 2 PRODUCTS 2.1 GENERAL A. Shop fabricated sheet metal work shall be constructed of prime quality re -squared tight coat galvanized Steel, except where other type material is specified. Manufacturer's name and U.S. gauge number shall appear on each sheet. Each fabricated component shall bear an adhesive fabrication job tag identifying specifics of fabrication, including sheet metal gauge. B. /Dt alant shall be installed per SMACNA Class A all transverse joints, longitudinal seams and ll penetrations. C. alant for Low Pressure Duct: UL labeled non -hardening, non -migrating mastic or liquid elastic , type applicable for fabrication/installation detail, as compounded and recommended by manufacturer specifically for sealing joints and seams in ductwork. Sealant to be Mastic No. IG601 as manufactured by Hardcast or Engineer approved equivalent product manufactured by Ductmate or United McGill. 2023 Parking Garage Maintenance & Repair Project METAL DUCTS Project No. 1207932 2331 13-1 SECTION 23 31 13 METAL DUCTS D. Duct sealing tape and adhesive for high pressure duct system by Hardcast Inc., or Engineer approved equivalent. 1. Use Hardcast DT or JT pressureless tape in conjunction with Hardcast dhesive FTA20 on all fittings and joint connections. 2. Use FTA20 full strength. Dip Hardcast tape in solution until sat ted. 3. Apply two wraps of wet tape on duct joint sections and fittin s. Stretch tight to assure positive adhesion contact with the duct and to smooth ou rinkles. 4. Follow manufacturer's written instructions. 2.2 DUCT A. Rectangular Duct 1. Sheet Metal: Except as otherwise indicat , fabricate ductwork from minimum 24 gage galvanized sheet steel complying with TM A527, lock forming quality; with G90 zinc coating in accordance with ASTM A5 ;and mill phosphatized for exposed locations. 2. Rectangular duct shall be fabricat to the SMACNA functional criteria for the pressure class indicated on the Drawings. 3. Pittsburgh lock shall be used n all longitudinal seams. All longitudinal seams will be sealed with mastic sealant. Snaplo is not acceptable. 4. Fiberglass duct -board is of permitted. 5. Stainless Steel or Alu inum Sheet (Dishwasher vent connection): Where indicated, provide aluminum sheet com,�ilying with ASTM B209, alloy 3003, temper H14. B. Rectangular Duct Fittings i 1. Elbows shall b constructed with centerline radius of not less than 1.5 times duct width; where space onditions will not permit this radius or where indicated on the Drawings, square elbows with $ingle thickness streamline turning vanes shall be used. Provide trailing edge extension f r elbows in series. 2. Slopes fir transitions or other changes in dimension shall be minimum 1 to 3. i 3. All dupi seams and joints shall be sealed to SMACNA Class A requirements. 4. Rectangular branch taps from mains shall be 450 entry fittings. C. Round Duct 1. Round Duct shall be spiral lock seam type, fabricated of galvanized steel strip with airtight four -ply lock seams Minimum 24 gage. 2. Metal gauges shall be as listed in the SMACNA Standard for the pressure e4ss indicated on the Drawings. f 3. Round duct shall be externally insulated. D. Round Fittings 1. Elbows for round ducts shall have a center line radius of 1.5 times -the duct --diameter; 2. 459 and 909 elbows for ducts up to 8" diameter shall be die stamped=Jwo-pile with welded longitudinal seams. c 2023 Parking Garage Maintenance & Repair Project METAL DUCTS Project No. 1207932 2331 13-2 SECTION 23 31 13 METAL DUCTS 3. Elbows for round ducts over 8" diameter shall be formed of se ents with welded seams and following numbers of segments: a. 90 degree elbow 5 segments b. 60 degree elbow 3 segments C. 45 degree elbow 3 segments d. 30 degree elbow 2 segments e. 221/2 degree elbow 2 segme is 4. Tees, crosses and lateral cross fitting or round duct shall be of the conical type. 5. Reducers, increasers, offsets, wye , crosses, divided flow fittings and similar fittings for round duct shall be one-piece construct' n with welded seams. 6. Metal gauges for fittings for ro d duct shall be as listed in SMACNA Standard for the pressure class indicated on t e Drawings. 7. Duct and fitting welds shal a painted after fabrication to prevent corrosion where zinc has been burned by welding. 8. No bull-headed tees s II be used. 9. Pipe -to -pipe joints fo round ducts up to 50" diameter shall be made with male sleeve couplings reinforce by rolled bead. 10. Pipe -to -fitting J. s for round ducts up to 50" diameter shall be made by slip -fit of projecting collar of fitting i o the duct. 11. Slip -fit joints all be fastened with sheet metal screws, place 1/2" from fitting or coupling head. 12. Joints Yncing, be sealed with duct sealant installed as recommended by the manufacturer. 13. Duct rsize of reinforcing angles and spacing shall be as recommended by SMAC E. Double Walle Duct: 1. Wh e indicated, ductwork and fittings shall be double walled and internally insulated with s. int nal liner; visible ductwork shall be primed and painted. 2. terial type and gauge, insulation values, etc. shall comply with respective specification ecti0r 3. Using duct manufacturer's factory fittings, provide radius type fittings, conical tees and branch take -offs; No bull head tees shall be used. 4. Design based on United McGill Acoustic K-27 spiral lock seam; fittings shall tg solid welded on exterior surface at all joints including flange -duct joint. 5. Interior ductwork: Double wall round, rectangular and oval, shall have' 1,",insertion and perforated liners; double wall in locker rooms and moist environments1g all lag.aluminum with solid liners. = 6. Ductwork shall be completely factory fabricated and assembled including attachment of flanges, inner liner/nosing and all welding. C r, 2023 Parking Garage Maintenance & Repair Project METAL DUCTS Project No. 1207932 2331 13-3 SECTION 23 31 13 METAL DUCTS 7. See definition elsewhere in this Section for specific joint types. 8. Acceptable Manufacturers a. Eastern Sheet Metal b. United McGill Corporation Semco 2.3 PLENUMS AND APPARATUS CASINGS A. Plenums shall be fabricated of same material as d t connecting to plenum and shall be two metal gauges heavier than gauge of largest duct conne ing to plenum. Plenums used for connecting to exterior louvers shall have all seams sealed wafertight at the floor and 4" up the wall. 2.4 DUCTWORK SUPPORT MATERIALS A. Except as otherwise indicated, provide h�f-dipped galvanized steel fasteners, anchors, rods, straps, trim and angles for support of ductwor B. Provide aluminum support materials or aluminum ductwork. 2.5 DUCT ACCESSORIES A. Transverse Duct Joints: Shall e made with the Ductmate Systems or an Engineer approved equivalent. The Ductmate S .Items are to be used in accordance with the Ductmate factory installation and assembly i ructions, (1-800-245-3188). Ductmate 440 or Butyl Rubber Gasket which meets Mil-C 18969B, Type II Class B, T-C- 1796 A, Type II lass B, and TTS-S-001657 must also pass UL-723. This material, in addition to the above, shall not contain vegetable oils, fish oils, or any other type of vehicle that will sup rt fungal and/or bacterial growth associated with dark, damp areas of ductwork. The recom ended test procedure for bacterial and fungal growth is found in 21 CFR 177, 1210 clos res with sealing gaskets for food containers. 2. Interior uct: Ductmate Spiralmate or Ovalmate, or W.D.C.I. proprietary duct connection syste are acceptable. Duct constructed using these systems shall refer to the many acturer's guidelines for sheet gauge, intermediate reinforcement size and spacing, and joint einforcements. Install with 440 gasket tape and PROscrew metal lath self drilling ws. Ductmate 35 for rectangular duct. B. ts 0"-20" diameter, interior slip coupling beaded at center, fastened to duct with sealing pound applied continuously around joint before assembling and after fastening. Wrap /2n s with 3-inch-wide duct tape. ts 21 "-50" diameter, use 3 piece, gasketed, flanged joints consisting of 2 internal flanges integral mastic sealant) spilt to accommodate minor differences in duct diameter, and external closure band designated to compress gasketing between internal flanges. mple: Ductmate Spiralmate or equivalent. ts 51" diameter and up, use companion angle flanged joints only as deft bed on page 3-6 of the SMACNA Manual. Refer to manual for proper sizing and c©nstructiotP details. Duct wall to be welded longitudinal seams. _ �-� 4I1 rat e_� 2023 Parking Garage Maintenance & Repair Project ..-. METAL DUCTS Project No. 1207932 2331 13-4 SECTION 23 31 13 METAL DUCTS 4. Flat Oval Ducts shall be joined with the Ovalmate Connectio System manufactured by Ductmate Industries. Consult the manufacturer for install on and construction guidelines. 5. Slip -coupling shall be fastened with sheet metal scre placed'/2" from fitting or coupling head. 6. Flanged joints shall be connected with neo on center. 7. Joints shall be sealed with sealant, C. Access Panels and bolts spaced not more than 6" as recommended by the manufacturer. Access panels shall be fabricated of/hot less than 16 gauge galvanized, equipped with continuous gasket, spring tension,6lips and door handle attached to duct with chain. D. Reinforcing Duct reinforcing, size of reinff6rcing angles and spacing shall be as recommended by SMACNA. / PART 3 EXECUTION / 3.1 INSTALLATION A. General: Assemble and install ductwork in accordance with recognized industry practices which will achieve airtight (5% leakage for systems rated 3" and under; 1 % for systems rated over 3") and noiseless (no objectionable noise) systems, capable of performing each indicated service. Install each run with minimum? number of joints. Align ductwork accurately at connections, within 1/8" misalignment tolerance and with internal surfaces smooth. Support ducts rigidly with suitable ties, braces, hangers and/anchors of type which will hold ducts true -to -shape and to prevent buckling. Support vertical dints at every floor. B. Inserts: Install c?Y crete inserts for support of ductwork in coordination with form work, as required to avoid delays in yvork. C. Field Fabricat�in: Complete fabrication of work at project as necessary to match shop -fabricated work and acgommodate installation requirements. D. Locate ductwork runs, except as otherwise indicated, vertically and horizontally and avoid diagonal runs wher�ver possible. Locate runs as indicated by diagrams, details and notations or, if not other wis ' indicated, run ductwork in shortest route which does not obstruct usable space or block access r servicing building and its equipment. Install offsets, angles, and transitions as may be require to avoid interferences with other work, install streamlined easements around obstructions where necessary to pass obstructions through ducts. Maintain full capacity of ducts at offsets, angles, trans' ions and easements, except where Drawings indicated use of reducing or increasing tran itions. Hold ducts close to walls, overhead construction, columns, and other structural and per anent enclosure elements of building. E. mit clearance to'/2" where furring is shown for enclosure or concealment of ducts, bLit-%llow for insulation thickness, if any. Where possible, locate insulated ductwork for 1" cf4arance,outside of insulation. Wherever possible in finished and occupied spaces, conceal ductwork front view, by locating in mechanical shafts, hollow wall construction or above suspended ceilings. DSO not encase horizontal runs in solid partitions, except as specifically shown. Coordinate layaut.witfauspepded ceiling and lighting layouts and similar finished work. 2023 Parking Garage Maintenance & Repair Project METAL DUCTS Project No. 1207932 2331 13-5 SECTION 23 31 13 METAL DUCTS F. Where ducts pass through interior partitions and exterior w s, conceal the space between the construction opening and the duct or duct-plus-insulatio ith sheet metal flanges of the same gauge as the duct. Overlap the opening on all sides by at le 11/2". G. Coordinate duct installations with installation of ac essories, equipment, controls and other associated work of the ductwork system. H. Install manual volume dampers in all supply return and exhaust duct systems as required for controlling air volumes to trunk ducts, bra ch ducts, outlets and inlets. Contractor shall install a complete system of dampers as requir for balancing air systems. I. Install access panels for inspection d servicing of duct mounted equipment; reheat coils, sound attenuators, and smoke and fire d pers. J. Install flexible connections in d cts at connections to plenums, apparatus casings, fan housings, roof top units, air handling units, 94haust fans and other equipment which could transmit vibrations to the duct systems. Crimp into dy6t flanges for attachment to duct and equipment. Make airtight joint. Provide adequate joint fle ability to allow for thermal axial, transverse, and torsional movement, and also capable of absorbi vibration of connected equipment. K. Each duct section sh I be rigidly supported from structure. Attach hangers to structure with expansion plugs, co Crete inserts, beam clamps or other approved means. Rubber in shear isolators shall be installed i hangers for ducts in equipment rooms, to prevent vibration transmission to the structure. L. Install as indic ed on the Drawings duct mounted equipment as specified in other Sections. M. Duct sizes s own on Drawings are net inside dimensions. Increase duct sizes as required to allow for installation f duct liner, where specified. N. Install turAing vanes in all square or rectangular 900 elbows in supply, return, and exhaust air O. Appli tion of Duct Sealant: All ducts to be properly sealed. Specified duct sealant to be pumped or pain d into all joints and seams on all ductwork systems. Sealant shall be allowed to set 48 hours e any air pressure is applied to system. llation of Flexible Ducts: Flexible Ducts are to be installed only where indicated on Drawings. Maximum length of flexible duct is 8'-0" OAL. /4. Minimum length of flexible duct is 3'-0" OAL. Square to round transition gages to comply with SMACNA rectangular duct (minimum 24 ga.). Flexible duct must meet UL 181 and be installed per SMACNA using a clamp for securing duct to collar and a supplemental clamp for securing the insulation and vapor barrier. 5. Support flexible ductwork with minimum 2" wide sheet metal bands, secured-lo structure with ductwork support materials. Maximum spacing shall be 4 feet on cerlter. 6. r. The flexible duct shall be installed with a minimum centerline radiu5..equal to 2 times the diameter of the duct. 7. -. When connecting flexible duct to diffusers, the duct shall be installed uAh a minimum of 6" straight flex at the diffuser.-'_.: CD 2023 Parking Garage Maintenance & Repair Project METAL DUCTS Project No. 1207932 2331 13-6 SECTION 23 31 13 METAL DUCTS Q. Electrical Equipment Spaces: Do not route ductwork through electrical equipment spaces and enclosures. Do not run ductwork above electrical panels. R. Installation of Duct Liner: Install duct liner in accordance with SMACNA HVAC Duct Construction Standards in ductwork utilizing adhesive and fasteners. S. Automatic. Dampers: Install automatic dampers provided by the-/emperature Control Systems Contractor, to include assembly of multiple section dampers ydith required interconnecting linkages, shafts and brackets and extend the required number of shifts through the ducts for externally mounted damper motors. Jack shafts will be assemble Mrith sealer roller or ball bearings of stainless -steel construction. T. Double walled ductwork shall be installed in strict,6ccordance with manufacturer's instructions. All duct work shall be painted —see pla/errials All joints shall be sealed. Damaged ductwork shall be replaced. U. Aluminum Ductwork: 1. Provide aluminum support pt where materials are electrolytically separated from ductwork. 3.2 EQUIPMENT CONNECTIONS A. General: Connect metal duc ork to equipment as indicated, provide flexible connection for each ductwork connection to eq ment mounted on vibration isolators, and/or equipment containing rotating machinery. 3.3 ADJUSTING AND CLEANING A. Clean ductwork inte ally, unit by unit as it is installed, of dust and debris. Clean external surfaces of foreign substance which might cause corrosive deterioration of metal or, where ductwork is to be painted, might in rfere with painting or cause paint deterioration. B. Temporary Cl ure: At ends of ducts which are not connected to equipment or air distribution devices at ti e of ductwork installation, provide temporary closure of polyethylene film or other covering w ch will prevent entrance of dust and debris until time connections are to be completed. C. Balancin : Refer to Division 23 Section, "Testing, Adjusting and Balancing for HVAC" for air distribu ' n balancing of metal ductwork; not work of this section. Seal any leaks in ductwork that beco apparent during the balancing process. 3.4 DUCTWOR LEAKAGE CRITERIA A. AI transverse joints and longitudinal seams shall conform to SMACNA's sealing requirements as dlefined on page 1-6 of the 1985 SMACNA Manual, First Edition. B. 'Allowable Leakage — 1 % of design CFM ` w 3.5 DUCTWORK LEAKAGE TESTING ns> A. Installed ductwork shall be tested prior to installation of access doors, take -offs etc." B. All leak testing shall be witnessed by the engineer or representative of the engineer...The contraCtQ4;n shall give the engineer 72 hours notice prior to testing. Any testing not witnessed by the 'tgine& 6rt his/her representative shall be considered invalid and will be redone. C. The testing shall be performed as follows: c,x1 1. Perform testing in accordance with HVAC Air Duct Leakage Test Manual. 2. Use a certified orifice tube for measuring the leakage. 2023 Parking Garage Maintenance & Repair Project METAL DUCTS Project No. 1207932 2331 13-7 SECTION 23 31 13 METAL DUCTS 3. Define section of system to be tested and blank off. 4. Determine the percentage of the system being tested. 5. Using that percentage, determine the allowable leaka( 6. Pressurize to operating pressure and repair any si if 7. Re -pressurize and measure leakage. p�jcfm) for that section being tested. cant or audible leaks. D. Repeat Steps 6 and 7 until the leakage measured ' less than the allowable defined in Step 5. END OF SE ION RAJ G7 Ut c= 2023 Parking Garage Maintenance & Repair Project Project No. 1207932 rn METAL DUCTS 2331 13-8 SECTION 23 33 00 AIR DUCT ACCESSORIES PART 1 GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Backdraft dampers. 2. Volume dampers. 3. Motorized control dampers. 4. Combination fire and smoke dampers. 5. Fire Dampers 6. Turning vanes. 7. Duct -mounted access doors. 8. Flexible connectors. 9. Flexible ducts. 1.2 SUBMITTALS A. Product Data. 1. Include leakage, pre sure drop, and maximum pressure data 2. Indicate materials construction, dimensions, and installation details. 3. Include dampe pressure drop data based on tests and procedures performed in accordance with AMCA 5 -D. B. Shop Drawings: 1. Product ata: Submit manufacturer's technical product data and installation instructions for metal ctwork materials and products. 1.3 QUALITY ASSURA E A. Codes an Standards 1. omply with NFPA 90A, "Installation of Air Conditioning and Ventilating Systems," and NFPA 90B, "Installation of Warm Air Heating and Air Conditioning Systems." 2. Ultra -Low Leakage a. Dampers shall be warrantied against manufacturing defects for a period of 5 years. V b. Dampers shall be licensed to bear the AMCA Certified Ratings laftf for Air Performance, Leakage Performance and Efficiency in accwclancQ with AMCA 511. 3. Fire, Smoke, and Combination Dampers: �^ a. Constructed and tested in accordance with UL Safety Standard 555 and 555S, for 1 1/2-hour fire protection rating, with 212OF fusible link, and.shalf bear-UL label.' 2023 Parking Garages Maintenance and Repair Project AIR DUCT ACCESSO RIES Project No. 1207932 23 33 00-1 SECTION 23 33 00 AIR DUCT ACCESSORIES 4. Ducts, plenums, apparatus casings, metal gauges, reinforcing, metho of supporting and hanging, and other sheet metal work as called for shall meet all fun 'onal criteria defined in Section VII, of the SMACNA "HVAC Duct Construction Standards,16etal and Flexible" 1985 Edition. This shall be subsequently referred to as the SMACN anual. All ductwork must comply with all local, state and federal code requirements. 5. Comply with applicable requirements of NFPA 91. 6. AMCA 500-D — Laboratory Test Methods for Testinggampers for Ratings PART 2-PRODUCTS 2.1 BACKDRAFT DAMPERS A. Furnish and install a heavy-duty counterbalanced Ockdraft damper with steel frame and steel airfoil type 18-gauge steel blades. Blades shall have E DM seals and jamb seals and be spaced a maximum width of 7" with 3/4 inch diameter plat9d steel axles. The bearings shall be ball bearings pressed into the frame. Damper shall be Rus in CBS8 or approved equal. 2.2 VOLUME DAMPERS A. Manual Volume Dampers: Fabricated same material as ducts, two metal gauges heavier than duct and hammered 1" all around, mounte on 3/8" square rod with saw slot position indicated. Pivot bearings, locking position regulator, oung Regulator Co., Series 443. B. Where positioning regulator is notAccessible, provide coupling and extension rod with regulator for ceiling wall or floor installation, 0 required. Young Series 301 and 315 for ceiling, Series 409 for walls, Series 330 and 335 for f ors. 2.3 MOTORIZED ULTRA -LOW LEAKAGE DAMPERS A. Dampers shall include hig performance, ultra -low leakage, extruded aluminum control dampers suitable for application i HVAC systems, including frame, blades, and linkage assembly and shall be opposed blade configu tion. The assembly shall include airfoil type blades with tf70 linkage out of the airstream and concea d in the frame. =u B. Ratings: 1. Tempera re Rating: -702F to 2122E 2. Leaka : 12.6 cfm/ft2 @ 10.0 in. wg. or 3.0 cfm/ft2 @ 1.0 in. wg. 3. Ther al Efficiency Ratio: 477%, model TICD-52BF, 425%, model TIGb-52� �t 4. M ximum Velocity: 4000 fpm 5. ifferential Pressure Rating: 11.8 in. wg. (3.0 kPa) at a 12-inch (305) blade length C. Consruction: 1. !/ Frame: Thermally broken aluminum channel, 0.081" thick, 4" x 1" top/bottom, 4" x 1-1/8" jambs. 2. Blades: 6" maximum width, heavy gauge, dual wall thermally insulated and broken extruded / aluminum airfoil. 3. Blade Seals: Silicone mechanically interlocked to blade edge (glue -on or grip -type seals are not acceptable). 4. Jamb Seals: Silicone mechanically interlocked to blade edge (glue -on or grip -type seals are not acceptable). 2023 Parking Garages Maintenance and Repair Project AIR DUCT ACCESSO RIES Project No. 1207932 23 33 00-2 2.4 2.5 2.6 SECTION 23 33 00 AIR DUCT ACCESSORIES 5. Axles: Minimum'/2" diameter plated steel hex -shaped, mechanically attached to blade. 6. Bearings: Synthetic .` 7. Linkage: Concealed in frame 8. Finish: Mill aluminum D. The Damper shall be constructed of a minimum of .125" thick al inum with a maximum leakage performance rating of 3 Cfm per square foot at 1 inch water ge static pressure differential (based on a 36" x 24" high damper). MOTORIZED DAMPER MOTORS (low voltage actuators /Tperature Controls Contractor) A. Damper motors shall provide two -position controleturn of motor shaft to the closed position on power interruption. Motor shall have dfixed 90-degree stroke with an operating torque sufficient to open its associated damper. Sup drive shaft with crank arm. Control dampers shall not exceed 25 square feet per motor. B. Voltage and Frequency: 24vac, 60 HZ. C. Temperature Rating: Minus 25 degr s F to 125 degrees F at 25% duty cycle. COMBINATION FIRE AND SMOKE DAM RS A. Manufacturers: 0 1. Ruskin Manufacturing Company, Air Balance, NCA, or Pottorff. 2. Design, specificg ion, and model numbers based on Ruskin Manufacturing Company. a. Conation fire and smoke dampers shall be 'but of wall type" unless otherwise notmk B. Materials 1. Combi'nation smoke and fire damper assemblies shall consist of a multi blade pivot type damper, suitable for either vertical or horizontal installation with 16-gauge steel channel frames, 16-gauge steel blades, stainless steel bearings, 1/2" steel shafts, 18 gauge steel enclosure with duct collars, operator mounting bracket, factory installed damper operator and linkage, and fusible link. 2. Combination smoke and fire dampers shall be Type FSD 36 with Class II blade and jamb seals. 3. The damper actuator shall be electric, 120V, and shall be arranged for normally closed (NC) operation. The operator shall traverse the damper from fully open to fully closed and vice versa in no less than 30 seconds to allow a gradual decrease in duct pressure and airflow. The operator shall allow the smoke damper to be automatically reset upon clearance of alarm conditions or restoration of power. FIRE DAMPERS A. Manufacturers: 1. Ruskin Manufacturing Company, Air Balance, NCA or Pottorff 2023 Parking Garages Maintenance and Repair Project Project No. 1207932 d w Cr) C_ �rF 7 f't AIR DUCT ACCESSO RIES 23 33 00-3 SECTION 23 33 00 AIR DUCT ACCESSORIES B. Materials Fire dampers shall be dynamic rated curtain type, suitable for eitbef vertical or horizontal installation, with 20-gauge steel channel frames, 24-gauge steel blades, and 18-gauge steel enclosure with duct collars. All parts galvanized mill finis:' 2. Fire dampers shall be Type D-IBD2 of the following style enclosures: i a. Style B or C; for square and rectangul ducts. b. Style CR; for round ducts. / Provide thin -line type fire dampers in,el transfer grilles and sidewall grilles installed in fire rated walls. Provide with maximurrA" frames, Type IB DT2. C. Because the project is under the Intern tonal Building Code (IBC) 2015 edition, under the specific conditions identified therein and belo,tthe contractor may opt to provide steel sleeves in lieu of fire dampers. Referring to 2015 IBC Sek'tion 717 Ducts and Air Transfer Openings, Fire Partitions, Exception 3: Wall type must have 4ire resistance rated designation of 'One hour fire partition (corridor) with 20-minute opery�g% see plan sheets designated 'Gx.xx Code Review Plans' for extent of specific wall type. This wall type will be graphically marked as 'C' for new partition construction and'tX-C' for existing. Each individual metal duct shall not exceed 100 square inches; where duct is lined, duct size shown on plans indicates free dimensions which means the metal duct dimension is larger by 'X+1' and ',Y+1', which may result in metal duct larger than acceptable under this exception. Other requirements as specified under Exception 3 include: a. 2 2.7 TURNING VANES A. Manufacturers: Minimum gauge of steel duct. No communication with corridor. All installation above ceiling. Shall not terminate at a wall register in the fire rated wall. 1. Aero Dyne; Ductmate; Anemostat; Barber Coleman; Duro Dyne; or Hart & Cooley. B. Provide double thickness streamline type, except provide single blade turning vanes with trailing edge at elbows which change dimensions or at consecutive elbows. C. Provide manufactured turning vanes and vane runners, fabricated from the same material as the duct, and constructed in accordance with SMACNA "HVAC Duct Construction Standards". Tab spacing shall be SMACNA standard. Rail systems with non-standard tab spacings shall not be accepted. All tabs shall be used, do not skip tabs. Mounting rails shall have friction insert tabs which align the vanes automatically. Vanes shall be subjected to tensile loading and be capable of supporting 250 lbs. when fastened per the manufacturer's instructions. 2023 Parking Garages Maintenance and Repair Project Project No. 1207932 AII� DUCT ACC ESSO RIES 23 33 00-4 SECTION 23 33 00 AIR DUCT ACCESSORIES 2.8 DUCT -MOUNTING ACCESS DOORS A. General Shall be of same material as ducts in which they are installed, f ricated of two thicknesses of not less than 22 gauge, with 1" thick rigid glass fiber filler. rovide sheet metal frame, airtight gasket and two Young Regulator Company No. 1latches. Access doors and panels shall be 2 inches smaller than duct width and scdare. Maximum size shall be 24" x 24" unless noted otherwise. Pre -manufactured doora shall be hinged and shall be of adequate size to allow easy access to hardware wh ch needs to be maintained. 2.9 Quadrant Locks: A. Provide for each damper, quadrant lock device o ne end of shaft, and end bearing plate on other end for damper lengths over 12". B. Provide extended quadrant locks and end a ended bearing plates for externally insulated ductwork. PART 3 - EXECUTION 3.1 APPLICATION AND INSTALLATION A. Install manual volume dampers i all supply, return and exhaust duct systems as required for controlling air volumes to trunk ucts, branch ducts, outlets, and inlets. Contractor shall install a complete system of dampers s required for balancing air systems. B. Provide florescent green fl g to identify damper in ceiling -concealed areas and otherwise. Flags shall be 1" wide and drop mini um 8" below duct when attached to the damper's jack shaft. C. Coordinate duct instal tions with installation of accessories, equipment, controls, and other associated work of t e ductwork system. D. Install access pa Is for inspection and servicing of duct mounted equipment; reheat coils, sound attenuators, an smoke and fire dampers. E. Install flexibl connections in ducts at connections to plenums, apparatus casings, fan housings, roof top units, ai handling units, exhaust fans and other equipment which could transmit vibrations to the duct syste s. Crimp into duct flanges for attachment to duct and equipment. Make airtight joint. Provide dequate joint flexibility to allow for thermal axial, transverse, and torsional movement, and also ca able of absorbing vibration of connected equipment. F. Inst turning vanes in all square or rectangular 900 elbows in supply, return, and exhaust air /2. stallation of Flexible Ducts: Flexible Ducts are to be installed only where indicated un Drawings. r-a Maximum length of flexible duct is 8'-0" OAL. C) C_ Minimum length of flexible duct is 3'-0" OAL. - � wC"#_1 p,�,,,.., Square to round transition gages to comply with SMACNA rectangular,, duct ('nlinimu n 24 ga.). i-T + 4. Flexible duct must meet UL 181 and be installed per SMACNA using,.a camp fqr securing duct to collar and a supplemental clamp for securing the insulation and vapor. 1*rrier. 5. Support flexible ductwork with minimum 2" wide sheet metal bands, secured to structure with ductwork support materials. Maximum spacing shall be 4 feet on center. 6. The flexible duct shall be installed with a minimum centerline radius equal to 1.5 times the diameter of the duct. 2023 Parking Garages Maintenance and Repair Project AIR DUCT ACCESSO RIES Project No. 1207932 23 33 00-5 SECTION 23 33 00 AIR DUCT ACCESSORIES 7. When connecting flexible duct to diffusers, the duct shall be installed with a mini m of 6" straight flex at the diffuser. H. Installation of Low Leaked Control Dampers: 1. Install dampers at locations indicated on drawings andZance with manufacturer's installation instructions. 2. Install dampers square and free from racking. DO NOT r stretch damper sleeve or frame into the duct or opening. 3. Handle dampers using the frame or sleeve. Do no ft or move damper using blades, actuator, or jackshaft. 4. The installing contractor shall provide anOnstall bracing for multiple section assemblies to support assembly weight and to hold ag4ihst system pressure. 5. Attach multiple damper section assemblies together in accordance with manufacturer's instructions. Install support mullions�as reinforcement between assemblies as required. Installation of Fire Dampers: 1. Install fire dampers in all locations where ducts penetrate fire walls and floors, as indicated on the Drawings. 2. Install dampers in accordance with manufacturer's recommendations, utilizing steel sleeves, angles, and practices as required to provide an installation equivalent to that utilized by the manufacturer when the dampers are UL tested. 3. At each damper, install access panel arranged for servicing fusible link. 4. Contractor shall demonstrate, in presence of Owner's Representative, the operation of each fire damper. Fusible link shall be disconnected, and damper shall be allowed to close. If no binding or sticking is evident, damper shall be set in the open position and fusible link reinstalled. J. Installation of Combination Fire and Smoke Dampers 1. Install combination smoke and fire dampers in locations where ducts penetrate smoke walls, as indicated on the Drawings. 2. Install dampers in accordance with manufacturer's recommendations, utilizing steel sleeves, angles, and practices as required to provide an installation equivalent to that utilized by the manufacturer when the dampers were ILL tested. 3. At each damper, install access panel arranged for servicing fusible link. 4. Contractor shall demonstrate, in presence of Owner's Representative, the operation of each combination smoke and fire dampers. Fusible link shall be disconnected and damper shall be allowed to close. If no binding or sticking is evident, damper shall be set in the open position and fusible link reinstalled. 5. Final electrical connections to the damper operator shall be by the Electric4Tpre Alarm Contractor. END OF SECTION r 7-4 rsi :3Z 2023 Parking Garages Maintenance and Repair Project AIR DUCPACCESSO RIES Project No. 1207932 23 33 00-6 SECTION 23 34 23 HVAC EXHAUST VENTILATORS PART1 GENERAL 1.1 SECTION INCLUDES A. The extent of work is shown on drawings and in schedules and by req Aments of this section. 1.2 CODES AND STANDARDS A. AMCA Standards: Comply with air movement and control as,Pdciation standards as applicable to testing and rating fans, including but not limited to, AMCA , 210, 211, 261, 300, 301. Provide fans that bear the AMCA Certified Ratings Seal for sound an air performance. B. UL Compliance: Provide fan and components to re UL listed and labeled. C. SMACNA Standards: Comply with applicable p ions of SMACNA duct construction standards. 1.3 PRODUCT DELIVERY, STORAGE AND HANDLING/ A. Deliver products with factory installed shi ing skids and lifting lugs; pack components in factory fabricated protective framing. B. Handle products carefully to avoid d age to components, enclosures, and finish. Do not install damaged components; replace an return damaged components to manufacturer for repairs or replacement. C. Store products in clean dry pl e and protect from weather and construction traffic. 1.4 SUBMITTALS A. Shop Drawings: Shop wings shall indicate assembly, unit dimensions, weight loading, required clearances, constructi0 dr details, and field connection details. B. Product Data/ad data shall indicate performance data relative to the information scheduled on the drawings.n, provide dimensions, weights, capacities, ratings, fan performance, motor electrical cha, and gauges and finishes of materials. C. Provide fan cspecified operating point clearly plotted. D. Submit soundels for both fan inlet and outlet and radiation at rated capacity. E. Submit ele rical requirements for power supply wiring including wiring diagrams for interlock and control �anufacturer's g clearly indicating factory installed and field installed wiring. F. Submit installation instructions. G. Oper�(ion and Maintenance Data: Include manufacturer's operating instructions, installation instr ctions, maintenance and repair data, and parts listing. w 1.5 ENVIRON ENTAL REQUIREMENTS71 c... A. Do not operate units for any purpose, temporary or permanent, until ductworkis clea�ri, filters are in i'place, bearings lubricated, and fan has been test run under observation. csi 1.6 EXTRA MATERIALS r—i - E A< Supply two (2) sets of belts for each belt driven fan. Identify belts by unit tag;-wifedWbelt.' -n 2023 Parking Garages Maintenance and Repair Project HVAC EXHAUST VENTILATORS Project No. 1207932 23 34 23-1 SECTION 23 34 23 HVAC EXHAUST VENTILATORS PART 2 PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with requirements, provide products by one approved equivalent: '00 1. Greenheck 2. Cook 3. Penn Ventilator Company 4. Carnes 5. Acme 6. Twin City 2.2 GENERAL following, or engineer A. Provide fans of type, sizes, ratings, d capacities as indicated on drawings and in schedules. Required curbs shall be provided the fan manufacturer, including motorized dampers ensuring dampers are factory -installed /0try9finish. ralto curb. B. Provide fans with standard fa 2.3 CENTRIFUGAL FANS A. Type: As scheduled on/drawings B. Housing ; 1. Heavy gage steel, spot welded, adequately braced, designed to minimize turbulence with spun inlef bell and shaped cut-off. 2. Provide bolted construction with horizontal flanged split housing where indicated. 3. Fabricate plug fans without volute housing, in lined steel cabinet. 4. The housing and frame shall be rigidly constructed to prevent any undue vibration, noise, and misalignment of shaft, bearings, and wheel after initial balance of the system. 5. Integral conduit chase through the curb cap and into the motor compartment to facilitate wiring connections. C. Wheel and Inlet 1. Backward Inclined: aluminum construction with smooth curved inlet flange, heavy back plate, backward curved blades welded or riveted to flange and back plate.; cast hu_h�riveted to back plate and keyed to shaft with set screws. 2. Forward Curved: Galvanized steel construction with inlet flange, back plate; phallow, blades with inlet and tip curved forward in direction of airflow, mechanically Secured -to flange and back plate; steel hub swaged to back plate and keyed to shaft with set screw. 3. Fan wheel shall be statically and dynamically balanced and factory run tested as an. assembled unit. J1 4. Bearings shall be grease -lubricated heavy-duty self -aligning pillow block type spherical roller bearings selected for a minimum 200,000-hour life. 2023 Parking Garages Maintenance and Repair Project HVAC EXHAUST VENTILATORS Project No. 1207932 23 34 23-2 „» t C ,7 : Y, SECTION 23 34 23 HVAC EXHAUST VENTILATORS 5. Shaft shall be hot rolled steel, ground and polished, with keyway and protectively coated with lubricating oil. 6. Coordinate fan shaft removal with installation requirements. Provide ” X 10" access door in unit casing aligned with the fan shaft if required to order to facilitat he fan shaft removal. D. Motors and Drives 1. Motors shall be normal torqued, 55 degree C rise, ODP, f horsepower rating and electrical characteristics as scheduled. Motor shall have a serv' a factor not less than 1.15. 2. Motors shall also be NEMA Premium or Standard fficiency in accordance with section 23 0500. Provide Century E plus motors or equiva nt, with electrical characteristics as scheduled. 3. Motor shall be mounted on an adjustable ount, suitable for adjusting belt tension and drive - alignment. 4. Belt Guard: Fabricate to SMACNA tandard; 0.106 inch thick, 3/4 inch diamond mesh wire screen welded to steel angle Pram or equivalent, prime coated. Secure to fan or fan supports without short circuiting ibration isolation, with provision for adjustment of belt tension, lubrication, and use o achometer with guard in place. Shall be OSHA compliant. E. Factory Accessories 1. Fixed Inlet Vanes: Stee construction with fixed cantilevered inlet guide vanes welded to inlet bell. 2. Inlet/Outlet Screen . Galvanized steel welded grid. 3. Scroll Drain: 1/2 ' ch steel pipe coupling welded to low point of fan scroll. 4. Vibration Isol ion: Refer to Section 23 0548 for vibration isolation requirements. 5. Factory m nted disconnect inside bell housing. 6. Motoriz damper with damper tray. 7. Field ' stalled speed controller for all direct drive fans. 8. In lated, RCG galvanized curb, sized to provide 24" clear minimum above tapered roof i ulation; contractor to field verify extent of insulation at fan locations shown on plans. PART 3 EXECUTION 3.1 INSPECT] A. staller shall examine areas and conditions under which fans are to be installed and notify Contractor in writing of conditions detrimental to proper completion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected in a manner acceptable to Installer. 3.2 INSTALLATION OF FANS A. Install fans as shown in accordance with equipment manufacturer's written instructions, recognized industry practices, and in accordance with National Electrical Code, to ensure compliance with requirements and serve intended purposes. B. Coordinate with other work, including ductwork, roof decking, vibration isolation, and electrical work, as necessary to interface installation of fans with other work. 2023 Parking Garages Maintenance and Repair Project HVAC EXHAUST VENTILATORS Project No. 1207932 23 34 23-3 SECTION 23 34 23 HVAC EXHAUST VENTILATORS ov Temporary Closure: Upon completion of installation, provide protective covering on fan ductwork connection openings to prevent entrance of dust and debris into equipment. Imo$ Install vibration isolators and flexible electrical leads to properly isolate the,, 6n vibration from the structure. // tir) E. In horizontal thrust restraints on f/aeating at over 2-inc atic pressure. F. Duct Connections: Provide ductwork,ories, and fle ' e connections as indicated. n, G.< Provide adjustable sheaves required fir balan H. Provide safety screen where inlet or oxpo d.I. Do not operate fans in normal operatictwork is clean, filters are in place, bearings are lubricated, and fan has been test run servation.J. Install electrical devices furnished byturer but not specified to be factory mounted. Furnish copy of manufacturer's wiring diagratals to electrical contractor. 1. Verify that electrical wiri installation is in accordance with manufacturer's submittal and installation requiremen of Division 26 sections. Ensure that rotation is in direction indicated and intended for pro r performance. Do not proceed with axial fan start-up until wiring installation is acce able to centrifugal fan installer. 3.3 ELECTRICAL CONNECTIONS A. Ensure that the fan i wired properly for proper fan rotation and proper interface with associated thermostat. B. Provide positiv electrical motor grounding. 3.4 TESTING A. After inst lation of fans has been completed, test each fan to demonstrate proper operation of unit at performance requirements specified, including, but not limited to, proper rotation of impeller. When possi e, field correct malfunctioning units, then retest to demonstrate compliance. Replace units whi� cannot be satisfactorily corrected at no additional cost to owner. 3.5 WAR7As Y A.specified in Section 23 05 00. END OF SECTION Par SECTION 26 01 00 BASIC ELECTRICAL MATERIALS AND METHODS PART 1 L(,GENERAL 1 1 :. 4bTION.INCLUDES k A- Basic materials and methods. 1 Z RgERENC'ES A __ Work shall comply with applicable standards of the: 1. American Insurance Association 2. American Society for Testing and Materials (AST 3. Edison Electric Institute 4. Factory Mutual (FM) 5. Institute of Electrical and Electronics ngineers 6. Insulated Power Cable Engineers ssociation 7. National Board of Fire Under w iters 8. National Bureau of Standa s 9. National Electrical Cod (NEC) 10. National Electrical M nufacturer's Association 11. National Electrica Safety Code 12. National Fire P otection Association 13. National Saf ty Council 14. Underwri rs' Laboratories, Inc. (UL) 15. Unifor Fire Code (UFC) 16. Willi m-Steiger Occupational Safety and Health Act of 1970 (OSHA) 1.3 SYSTEM DESCR TION A. Basic aterials and methods are described. 1.4 SUBMITTAL A. S mit to the Architect/Engineer for review, prior to the placing of orders for any equipment, a mplete schedule of electrical fixtures, materials, and panels to be installed. Schedule shall consist /of catalog cuts, diagrams, shop drawings, performance curves, or any other descriptive material /necessary to fully describe the equipment proposed and its operating characteristics. B.Review of the materials, including alternate or substitute items, shall be obtained in writing from the Architect/Engineer; verbal review will not be considered binding. C. Submittals shall have been reviewed and signed by the contractor, prior to submittal to the Architect/Engineer. Faxes or copies of faxes are not acceptable. The Architect/Engineer will review submittals to aid in interpreting the drawings and specifications, and in so doing will assume that the submittals conform to the specified requirements set forth in this specification. Review of submittals by the Architect/Engineer does not relieve the Contractor of the responsibility of complying with the elements of the specifications. 2023 Parking Garage Maintenance & Repair Project BASIC ELECTRICAL MATERIALS & METHODS Project No. 1207932 2601 00-1 SECTION 26 01 00 BASIC ELECTRICAL MATERIALS AND METHODS Furnish copies of parts lists and operating and maintenance instructions and manuos, and furnish the services of a competent, trained individual thoroughly familiar with the operatio�each special 01 ,_system. Special systems shall include electrical and communications equip nt requiring operating .instructions, inspection, or periodic maintenance. The person instructing Owner shall see that the °a =,,Owner is conversant with the operation of the system and its various c trols; the company from a :tiyhom maintenance service and repairs may be obtained; and the I ation and function of switches, devices, and accessories, contained in the system. Operations and Maintenance Manuals shall be supplied con ining the following: 1. Operation, maintenance, recommended spare rts, and renewal parts information for equipment furnished. 2. Set of complete, final, as reviewed and a epted information required to be submitted for review. 3. As -constructed electrical, equipme , and installation drawings. 4. Index of equipment suppliers lis , g current names, addresses and telephone numbers of those who should be contacte for service. 5. As -constructed contract dr ings permanently marked in red to show departures from original drawings. 6. Submit one (1) copy f review. This copy will be returned. Submit three (3) final revised copies. F. Submit fire stop informati co/ntract data sheets. 1.5 PERMITS AND INSPECTION A. Obtain, furnish, and nclude the costs of necessary permits, fees and inspection certificates for material and labor urnished. Include costs of permits, certificates and inspection fees required in connection with t e installation, unless otherwise noted in the detailed contractual description preceding thes Electrical Specifications. B. Where appli tions are required for the procuring of utility services, see that such application is properly file with the utility. C. On comp tion of work, furnish satisfactory evidence that work is acceptable to regulatory authorities having ' risdiction. D. Be re ponsible to see that the proper inspection authorities are notified when inspections are required by ode and provide necessary assistance to the inspector during inspection. 1.6 REGULA IONS A. Installation shall conform to or exceed the minimum requirements of the NEC, and federal, state, local and municipal ordinances. Work shall be performed in accordance with applicable recommendations of the ADA and OSHA. C. Installations shown on drawings or required in the specifications that exceed the minimum requirements of the NEC or other regulations shall be installed as shown or specified. 1.7 CONTRACT DOCUMENTS A. Intent of the drawings and specifications is to describe the complete installation. At the conclusion of construction, the electrical system shall be turned over to the Owner complete and ready for safe, efficient operation. 2023 Parking Garage Maintenance & Repair Project BASIC ELECTRICAL MATERIALS & METHODS Project No. 1207932 2601 00-2 SECTION 26 01 00 BASIC ELECTRICAL MATERIALS AND METHODS li. ' =Drawings and the specifications are intended to be cooperative and suppl entary. Closely check the.drawings and specifications for any obvious errors or omissions an ring any such condition to 3 S 4h_attention of the Architect/Engineer prior to the receipt of bids, to ermit clarification by means of a L,,., mailed Addendum. i C irawings for electrical work are in part diagrammatic, inten d to convey the scope of work, general arrangement, approximate sizes, and locations of equip nt and materials. Exact locations shall be determined to best fit the layout of the job. Scaling oft drawings will not be sufficient or accurate for determining these locations. Where job conditions r uire reasonable changes in indicated locations and arrangement, make such changes as directe y the Architect/Engineer, without additional cost to the Owner. D. A complete set of contract documents shall a on the site at all times. Prior to installing the work, check drawings for dimensions and confl' ts. E. Rules 1. Where the context requirQ, the singular includes the plural, and the plural includes the singular. 2. The use of "and" in pr'combined provision means that all elements in the provision must be complied with or mist exist to make the provision applicable. Where compliance with one or more elements §6ffices, or where existence of one or more elements makes the provision applicable, "or'" '(rather than "and/or") is used. 3. "Shall" is mandatory and "may" is permissive. 1.8 RESPONSIBILITY A. Examine the project site and become familiar with existing conditions that will affect the work. Review the drawingsand specifications of other trades and take note of conditions to be created which will also affectJhe work. B. Provide, sensors, equipment and supervision required for work in "confined spaces". C. No energized conductors shall be exposed at any time except when the immediate area is under the direct supervision of a qualified electrician. D. Provide temporary insulated magnetic covers for open panelboards. Use SP Products (1-800-233- 8595) Type TPC xx-xx or approved equivalent. E. Locate equipment, which must be serviced, operated, or maintained, in fully accessible positions. F. Verify location and size of each motor, and properly connect motors. G. Responsibility shall not end with installation and connecting of various apparatus. Include services of an experienced superintendent who shall be constantly in charge of the work. Provide qualified journeymen, helpers and laborers required to properly unload, install, connect, adjust, start, operate and test the work involved, including equipment and materials furnished by other trades or by the Owner. 1.9 DAMAGE A. Be responsible for damage to the work of other trades or to the building and its contents caused by the electrical installation. 2023 Parking Garage Maintenance & Repair Project BASIC ELECTRICAL MATERIALS & METHODS Project No. 1207932 2601 00-3 SECTION 26 01 00 Lr) BASIC ELECTRICAL MATERIALS AND METHODS 1.1A0 ` GUARANTEE AND MAINTENANCE A. w Material and equipment shall be fully guaranteed to be free from defects and to,be new equipment. - No secondhand, used, or salvaged equipment will be allowed. f '` B. Keep entire portion of the work in repair, so far as defects in workmans ,apparatus, material or r construction are concerned, without additional cost to the Owner, for ne (1) year from the date of final acceptance, except as otherwise specified. C. Equipment installed which fails to meet performance ratings s cified or shown on drawings shall be removed and replaced by new equipment which meets spe ied requirements, without additional cost to the Owner. D. Material and workmanship shall be subject to the rev�s of the Architect/Engineer, in whose presence various tests shall be made as required by these sg cifications. PART2 PRODUCTS 2.1 SUBCONTRACTORS AND MATERIALS A. Submit to the Architect/Engineer, for rev' w, when requested, a complete list of subcontractors' materials and equipment proposed to used. The entire list must be reviewed by the Architect/ Engineer before entering into any su -contractual agreement. Equipment, materials, and devices shall be subject to the review of th Architect/Engineer, whether or not said items are specified. Review does not imply approval subcontractors or materials. 2.2 STANDARDS OF MATERIALS AND WORKMANSHIP A. Material shall be new, com?lete with manufacturer's guarantee or warranty, and shall be as listed by UL, if a standard has bee established by UL for the type of material. Approved manufacturers shall be firms regularly enga din the manufacture of equipment of types and capacities required and whose products have een in satisfactory use in similar service for not less than three years. B. Methods and techni4ues of installation shall be subject to review by the Architect/Engineer. C. Material shall be�the standard product of a reputable manufacturer regularly engaged in the manufacture of ,the specific product. Materials of the same type or class shall be the products of one manufacturer. For example, panelboards shall be from the same manufacturer and lighting switches from the same manufacturer. D. Material shall be protected from damage and stored indoors at all times unless other storage arrangements are reviewed by the Architect/Engineer. E. Material and equipment shall be installed in strict accordance with the manufacturer's recommendations. F. The equipment manufacturer and installing contractor shall carefully check that the installed, operating equipment can be properly serviced. If the manufacturer or the contractor has any reservations in this regard, they shall state their reservations and suggested changes in a separate letter addressed to the Architect/Engineer and shall include this letter as part of their shop drawing submission. Architect/Engineer will work out required changes and adjustments in contract prices - where such adjustments are warranted. No adjustment in contract price will be allowed for additions required by applicable code, ordinance, statute, utility regulation or labor regulation. It is the obligation of the contractor to include such items in his original bid. Changes in equipment shall be incorporated in shop drawings. 2023 Parking Garage Maintenance & Repair Project BASIC ELECTRICAL MATERIALS & METHODS Project No. 1207932 2601 00-4 SECTION 26 01 00 BASIC ELECTRICAL MATERIALS AND METHODS fi. If the contractor fails to call such reservations or suggestions to the Arc ' ct/Engineer's attention, in � riting-before any work is done or equipment is purchased, it shall b ssumed that the contractor a?ccepts--the responsibility for providing a safe, coordinated, and co plete installation. If at a later ""Pate, changes become necessary to assure a safe, coordinate nd complete installation, the ,.,.change; shall be made without increase in contract price. H. "]Equipment, devices, apparatus, systems and installation shall be entirely suitable and safe for each intended application in every respect and must not cr e conditions which would be harmful to occupants of the building, to operating personnel, t nstallation personnel, to testing personnel, to workmen or to the public. The contractor shall be olely responsible for providing installations that will meet these conditions. If the contractor believe hat the installation will not be safe for all parties, he shall so report to the Architect/Engineer, in w ing, before any equipment is purchased or work is installed, giving his exact recommendation . I. Where the specifications or drawings s to that equipment shall be "furnished," "installed" or "provided," it shall be understood to an that the contractor shall furnish and install that equipment completely, unless it is specifically ated that the equipment is to be furnished or installed by other trades, public utility companies or e Owner. 2.3 MATERIAL SUBSTITUTIONS A. Proposals as submitted sh I be based on the products specifically named in the specification or the equivalent. Furnishing terial or equipment by manufacturers other than those specified shall only be by permission of the rchitect/Engineer. Such permission for substitution must be requested, by the Bidder/Vendor, in riting, at least eleven (11) calendar days prior to bid opening time. The request shall identif he differences in the alternate material or equipment as compared to that specified and shal ndicata the benefits to the project as a result of selecting the alternative. B. Furnish to the chitect/Engineer, when requested, samples of proposed material or equipment substitutions. hese samples shall remain with the Architect/Engineer as long as they desire. C. Changes r uired by alternate equipment shall be made at no additional cost to the Owner. Re- design co is incurred by the Architect/Engineer and costs incurred by other trades, public utilities, or the Own r as a result of the use of such equipment shall be the responsibility of the Contractor. D. The chitect/Engineer reserves the sole right for the approval of proposed material or equipment, andpe phrase "or an approved equivalent" used in these specifications or on the drawings shall be in rpreted to mean an equivalent approved by the Architect/Engineer. E. The Architect/Engineer reserves the right to refuse approval of equipment which does not meet the /Specification, in their opinion, or of equipment for which no local experience of satisfactory service is available. The Architect/Engineer further reserves the right to reject equipment for which j maintenance service and the availability of replacement parts is questionable. PART 3 / EXECUTION 3.1 /EXISTING CONDITIONS A. Examine the existing building and grounds and become familiar with conditions as they exist, or that will, in any manner, affect the work under this contract. No allowance will be made subsequently, on the behalf of the contractors, for error or negligence on their part in connection with this. B. Existing equipment, devices, and conduits in or on the existing building or grounds which are to be replaced, or which interferes with the remodeling of the existing facilities or installation of new equipment, shall be removed from the premises, or relocated as directed by the Architect/Engineer. Do not remove from premises any equipment that may have maintenance value to the Owner without permission of the Owner. Items not to be reused shall be removed from the premises, unless otherwise noted herein or on the drawings. 2023 Parking Garage Maintenance & Repair Project BASIC ELECTRICAL MATERIALS & METHODS Project No. 1207932 2601 00-5 SECTION 26 01 00 U: BASIC ELECTRICAL MATERIALS AND METHODS C. Exposed conduit and wires that are no longer in service shall be removed. II abandoned wiring shall U beL removed. Building surface damage, and openings left by removal o quipment, devices and �t L conduit, shall be repaired by the proper trades, unless otherwise not on the drawings. The cutting ., of floor, ceiling or wall surfaces shall be done with extreme care i rder to avoid any disrupting or r damage of existing utility services which may be encountered. oordinate with other trades to minimize the damage to the building in order to reduce the a ount of patching required. D. '' " Where new openings are cut, and concealed items are countered, the items shall be removed or relocated as required. Where conduit to be removed, tubs through floors, walls or ceilings, patching shall be so that no evidence of the former installatio remains. E. Conduit shall generally be concealed in the exis Ing portion of the building. Review plans and specifications to determine where new ceiling and walls are to be installed and make use of these areas to conceal conduit. Do not use surfa raceways unless approved by the Architect/Engineer. F. Existing surface raceways that will beco e concealed due to the work shall be replaced with new conduit and wire. Junction boxes for t s modification shall be accessible. G. Locate and protect existing utilities nd other underground work in a manner that will ensure that no damage or service interruption wi result from excavating or other site or building work. 3.2 TEMPORARY UTILITIES A. Provide temporary electric utilities as described in the detailed contractual description preceding the Electrical Specifications. B. Provid/or ary ligh ng, as required, to light all construction areas, ramps, runways, corridors, shops age ar as to a minimum of 10 foot-candles while any work is in progress. First aid stationrie and offices shall be lit to a minimum of 30 foot-candles. C. Tempovi es shall meet OSHA requirements. D. Pay cossary to remove or relocate any existing private, public or municipally owned electrical servicehone service, which are on or adjacent to the Owner's property, and which will interfer would be disturbed by the work of this trade or any other trade on this project. 3.3 ELECTRICALENT CONCRETE PADS A. Floe mounted electrical equipment shall be mounted on a four (4) inch high concrete pad. Size ba s to extend a minimum of 4" inches beyond equipment base in any direction and 4" above fi shed floor. Such required pads not shown on the structural or architectural drawings shall be If6rnished and installed by this Contractor, by experienced cement finishers and not by electricians. This shall include pads for equipment such as freestanding switchboards, transformers, and motor control centers. Construct of reinforced concrete, roughen floor slab beneath based for bond, and provide steel rod anchors between floor and base. Locate anchor bolts using equipment manufacturer's templates. Chamfer top and edge corners. 3.4 ,/CONCRETE AND MASONRY WORK A. Concrete work included in the specifications or shown on the drawings shall be done by experienced cement finishers and not by electricians. Brickwork, where included, shall be laid by experienced brick masons. Brick shall be of uniform size, hard burned, and shall be laid in cement mortar, except for patchwork at a location where cement and lime mortar has previously been used. Exposed, finish brickwork shall match existing brickwork as closely as practical and shall be to the satisfaction of the Architect/Engineer and Owner. 2023 Parking Garage Maintenance & Repair Project BASIC ELECTRICAL MATERIALS & METHODS Project No. 1207932 2601 00-6 SECTION 26 01 00 BASIC ELECTRICAL MATERIALS AND METHODS 3.5 HEST- PING A. rnish and install "through penetration fire stop s/be consisting of Id constructed assemblage tw, bf products and materials, designed to prevent thof fire and ses through fire-rated tipenin;gs which are commonly made through wallors to ac mmodate penetrants such as: -cable tray, electrical cables, and conduits. B. � Through -Penetration Fire Stop" is a material, devn ruction installed to resist, for a prescribed time, the passage of flame, heat and gugh openings which penetrate the entire fire resistive construction in order to accommodatting items. Incorporating the use of specific products installed in a specific manner, thonly be installed in configuration for which they have been specifically tested and listed by Uper UL-1479 or ASTM E-814. C. Where a specific fire stop system is not specifi d for a through -penetration, the contractor shall include proposed fire stop system designs i5Aubmittals. D. Where there is no specific UL fire stop s tem available for a particular application, the contractor shall obtain from the fire stop manufac rer a system drawing to be submitted for approval, prior to installation. E. Holes or voids used to extend ele rical installation through fire -rated floors, ceilings and walls shall be fire stopped with a fire -resist nt foam sealant to prevent the passage of smoke, fire, toxic gas or water through the penetration ither before, during or after a fire. Chase Technology Chase -Foam, CTC PR-855. F. The materials and com cents of an approved fire stop system shall be the products of a single manufacturer and shall Aot be inter -mixed. G. Fire stop materials u,Xed shall be suitable and compatible with the penetrating item(s) including the surrounding materi s. H. Fire stop materi s used in exposed area shall be paintable and finished with similar surface treatments as Vted on the surrounding wall or floor surface. 3.6 IDENTIFICATION A. Each devie shall be identified according to the following system: 1. anels and switchboard shall be identified as to panel designation, voltage, and feeder, e.g., "Panel L1, 120/208 volts, Feeder FDP-1." Markings shall be outside the door. 2. Magnetic motor starters, safety switches, and remote push button stations shall be identified with the starter number, name and number of device controlled, and circuit number, e.g., "MS-1, Air Handling Unit 1, Circuit L1-24". Manual motor starters shall be identified with the name and number of the device controlled and circuit number, e.g., "Exhaust Fan 1, Circuit L1-31 ". 4. Time clocks, contactors and relays shall be identified with a nameplate indicating the devices controlled, e.g., "Security Light". i 5. Exhaust fans shall be identified at the disconnect switch with the circuit number. 6. Service disconnecting means shall be permanently identified on the exterior, e.g. "Main Service Disconnect". 7. Panel circuit number shall be identified on the convenience outlet and light switch box, or the backside of the plate with embossed lettering plastic tape or indelible marking pen. 2023 Parking Garage Maintenance & Repair Project BASIC ELECTRICAL MATERIALS & METHODS Project No. 1207932 2601 00-7 SECTION 26 01 00 BASIC ELECTRICAL MATERIALS AND METHODS 8. Junction and pull box covers shall be labeled with circuits contained with' . Mark on outside with permanent marker in concealed or mechanical spaces, or inside a cover in public areas. 9. Three phase outlet cover plates shall have special 1/8" engra d lettering "208 volt, 3 phase". B. Identification shall be engraved, laminated plastic using white let rs on black background, unless otherwise specified. C. Feeders located in tunnels, pipe chases, or other accessi a locations shall be identified as to feeder number and voltage at least once, and then at 50 feet i ervals. Means of identification shall be white stenciled letters, 1-1/2 inches high, on a black back und. D. Accessible junction boxes and conduit for the a ergency power system shall be identified in a manner as described in paragraph C above. addition, receptacles connected to the emergency power system shall be identified by a speci engraved cover plate with the word "EMERGENCY" and the circuit number, in 1/4-inch-high letter . E. Color coding of branch circuit wiring all be as stated in the NEC. Color -coding of neutral conductors in conduit with multi-ci uits shall be as stated in the NEC. Wires of sizes larger than No. 8 AWG shall be color coded by strip around the conductor at junctions, pull boxes and terminating points. 1. Color -coding of w' ng shall match existing. 2. Color -coding grounding wires shall be green. 3.7 EQUIPMENT BY MECHA AL CONTRACTOR A. The Mechanical rades will furnish motors for items supplied by them. Furnish necessary labor and material, inclu ing wire and lugs, to completely connect the equipment. B. Interlock c tacts required on starters shall be furnished by the Electrical Contractor. C. Review her sections of this specification and be responsible for connecting the equipment to operat as described. 3.8 INTERRUP ONS A. anges in electrical services shall be made so as to provide a minimum of interference with the peration of services in the building. When changes require shutdown of building services, notify the proper building authorities not less than 24 hours in advance and obtain approval from these authorities before making changes. Such notices shall give duration and nature of shutdown. Temporary arrangements shall be approved by the Architect/Engineer or Owner. Include costs for temporary wiring and overtime work required, in the Contract price. Remove temporary wiring at the completion of work. 3.9 ROOF OPENINGS / A. Roof openings required that are not shown on the structural or architectural drawing shall be cut and (if necessary) reinforced by the roofing contractor, and not by electricians. 3.10 DEMOLITION -r= A. Provide labor necessary to demolish the existing electrical system described -in the ctdntract -- documents. n 2023 Parking Garage Maintenance & Repair Project BASIC ELECTRICAL MATERIALS & METHODS Project No. 1207932 2601 00-8 SECTION 26 01 00 BASIC ELECTRICAL MATERIALS AND METHODS 3.11 CUTTING AND PATCHING A. Provide cutting and fitting necessary to properly install work, unless specifically noted otherwise in these specifications or shown on the drawings. Coordinate with other trades as required to minimize the damage and the amount of patching required. J/ B. Lay out work carefully in advance. Do not cut or notch any struc ral member or building surface without specific approval. Carefully carry out any cutting, cha eling, chasing, or drilling of floors, walls, partitions, ceilings, paving, or other surfaces require or the installation, support, or anchorage of conduit, raceways, or other electrical materials and e pment. C. Patch around holes cut for new work or holes where xisting devices are removed. 3.12 EXCAVATION AND BACKFILL A. Provide excavation and backfilling necessar n the construction of the work as shown on the drawings or as specified. Provide sheetin and bracing using proper materials that may be necessary for the protection of the foun tions and walls of the building. Replace roads, curbs, walks, topsoil and dispose of surplus earth a debris as directed. B. Review procedures with Owner for sting, covering, and containment of surplus earth and debris prior to disposal. Include any co s not covered by the Owner. C. No materials except clean sa shall be placed within six (6) inches of any pipe, sewer, conduit, or cable. Backfill under sidew s, drives, parking lots, building or any other finished areas shall be 100% clean sand. D. Backfill shall be placed nd tamped pneumatically in six (6) inch lifts until pipe or conduit is covered with a minimum of tw a (12) inches of cover. Additional backfill to finished grade shall be placed and tamped pneum ically in ten (10) inch lifts. The Architect/Engineer's and Owner's representatives shall be notified pr' r to backfilling so that backfilling may be observed. E. Where conduit sses below footings or through foundation walls, the cavity around the conduit shall be well filled a d tamped, with rich concrete composed of one part Portland cement to six parts of clean sand a d gravel. F. Conduit a cable may be installed in advance of earth fills by the General Contractor. Such conduit shall be i6 stalled with backf ill material adjacent to the conduit and with the compaction requirements as set fi th for the General Contractor. G. Prote t property from damage which might result from excavating and backfilling and protect persons fro injury at excavations, by barricades, warnings, and illumination. H. C ordinate excavations with weather conditions to minimize possibility of washouts, settlements, and ther damages and hazards. Provide temporary covering or enclosure and temporary heat as necessary to protect bottoms of excavations from freezing and frost action. Do not install electrical work on frozen excavation bases or subbases. 3.13 P TING No painting or finishing is to be included under this contract except as noted. TheYinish of,any item that has been marred, scratched, or damaged in any way, shall be repainted to the-7satisfaation of the Arch itecUEngineer and the Owner. 3.14 CLEANING OF PREMISES A. Keep the premises clean of debris caused by the work at all times. Keep= ateriaFgtored, in -areas designated by the Owner, in such a manner so as not to interfere with the progres.Vof the work of other trades or with the operation of existing facilities. �n 2023 Parking Garage Maintenance & Repair Project BASIC ELECTRICAL MATERIALS & METHODS Project No. 1207932 2601 00-9 SECTION 26 01 00 BASIC ELECTRICAL MATERIALS AND METHODS B. Interiors and exteriors of electrical panels shall be thoroughly cleaneXqubble, C. At the conclusion of the construction, the site shall be thoroughly cleadebris and unused material and shall be left in good order. Closed off spaces sd of waste material, cartons, and wood frame members used in the construction. 3.15 RECORD OF CHANGES MADE TO THE WORK A. Maintain at the job site a separate and complete set of elect ' al plans and specifications upon which it is clearly and permanently marked in red and noted, in mplete detail, any changes made. Include changes to location and arrangement of electrical app tus or changes made in the electrical system and wiring as a result of building construction conditi s or as a result of written instructions from the Architect/Engineer. Such record of changes shallpe made daily, and the marked plans and specifications shall be available for the Architect/ ngineer's examination at any normal work time. B. Upon completion of the job, and before final specifications to the Architect/Engineer. / ENO OF SECTION is made, transmit the marked -up plans and C 2023 Parking Garage Maintenance & Repair Project BASIC ELECTRICAL MATERIALS & METHODS Project No. 1207932 2601 00-10 SECTION 26 05 19 CONDUCTORS AND CABLES PART 1 GENERAL 1.1 SECTION INCLUDES A. Wires and cables 1.2 REFERENCES A. American Wire Gage (AWG) B. National Electrical Code (NEC). C. Underwriters' Laboratories, Inc. (UL). 1.3 SYSTEM DESCRIPTION A. Not used. 1.4 SUBMITTALS A. None required. 1.5 QUALIFICATIONS A. Copper conductors shall be ma factured by American Insulated Wire Corp., General Cable, Pirelli Cable Corp., Rome Cable Cor ., Southwire Co., Triangle/PWC Inc., Carol Cable Company, Cable, Okonite or approved equival t. B. All wiring shall be listed b UL. PART PRODUCTS 2.1 REQUIREMENTS A. Conductors used roughout this project shall be copper. B. Conductors us d for the electrical distribution system at voltages less than 600 volts shall have 600- volt insulation C. Color-codi shall be as stated in section 26 0100 Identification. D. Six hund ed (600) volt, insulated conductors, 6 AWG or larger, unless shown otherwise on the drawin or approved by the Architect/Engineer, shall be of the following types: 1. Type THWN moisture and heat -resistant or THHN heat -resistant thermoplastic (polyvinyl chloride) insulation rated 750 C in wet and dry locations and 90, C in dry locations. 2 XHHW, moisture and heat -resistant cross -linked polyethylene insulation rated 750 C in wet locations and 900 C in dry locations. E. Six hundred (600) volt insulated conductors smaller than 6 AWG, unless shown orwise on the drawings or approved by the Architect/Engineer, shall be type THWN moisture-resi§tant thermoplastic (polyvinyl chloride) insulation rated 750 C in wet and dry locations. Conductors 8 AWG and larger shall be stranded. Conductors 10 AWG an6smallWshall be solid. G. Conductors smaller than 12 AWG shall not be used on this project unless-otherwis.q!spec!fied, except that 14 AWG may be used for control wire where the current is less than 16 amps -and the'67pductor length for each run is less than 50 feet. ..tt H. Fire alarm and detection cables shall be as required by the fire alarm equipment supplier. 2023 Parking Garage Maintenance & Repair Project CONDUCTORS & CABLES Project No. 1207932 26 05 19-1 SECTION 26 05 19 CONDUCTORS AND CABLES PART 3 EXECUTION 3.1 INSTALLATION A. Wiring shall be in conduit or approved raceways, unless directed otherwise y Architect/Engineer. B. For feeders, no more than three phase conductors per conduit shall b ' stalled, unless specifically shown. C. For branch circuits, no more than three(3) phase conductors pe onduit shall be installed, unless specifically shown. D. Each branch circuit shall have a separate neutral. E. Cables of larger sizes shall be continuously lubricate ith an approved compound, except as noted, at the pull -in point of the conduit so that no damag ccurs to the insulation. Lubricant shall be Polywater Lubricant J or approved equivalent. P ing tension on feeder runs over 200 feet in length shall be measured by a dynamometer and sha not exceed the manufacturer's recommendations. The feeders shall be run continuously, witho splices. F. Where wire is run for a future motor conn ction, to be connected under a separate contract, at least four (4) additional feet of the feeder wir shall be pulled for future connection. D OF SECTION C) `AJ -p C_ 2023 Parking Garage Maintenance & Repair Project CONDUCTORS & CABLES Project No. 1207932 26 05 19-2 SECTION 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART 1 GENERAL 1.1 SECTION INCLUDES A. Grounding and bonding requirements. } B. Conductors for grounding and bonding. C. Connectors for grounding and bonding. D. Ground access wells. 1.2 RELATED REQUIREMENTS A. Section 26 0519 - Low -Voltage Electrical Pow e Conductors and Cables: Additional requirements for conductors for grounding and bonding, inclu i g conductor color coding. 1.3 REFERENCE STANDARDS A. IEEE 81 - Guide for Measuring Earth sistivity, Ground Impedance, and Earth Surface Potentials of a Ground System; 2012. B. NECA 1 - Standard for Good Wor anship in Electrical Construction; National Electrical Contractors Association; 2010. C. NETA ATS - Acceptance Testi g Specifications for Electrical Power Equipment and Systems; International Electrical Testin Association; 2013 (ANSI/NETA ATS). D. NFPA 70 - National Electri al Code; National Fire Protection Association; Most Recent Edition Adopted by Authority Ha ng Jurisdiction, Including All Applicable Amendments and Supplements. E. UL 467 - Grounding a Bonding Equipment; Current Edition, Including All Revisions. 1.4 ADMINISTRATIVE REQUIR MENTS A. Coordination: 1. Verify exact locations of underground metal water service pipe entrances to building. 2. Coordinate the work with other trades to provide steel reinforcement complying with specified requirements for concrete -encased electrode. 3. tify Architect/Engineer of any conflicts with or deviations from the contract documents. Fbtain direction before proceeding with work. B. Sequencing: i 1. / Do not install ground rod electrodes until final backfill and compaction is complete. 1.5 QUALITY SSURANCE A. Conform to requirements of NFPA 70. B. Maintain at the project site a copy of each referenced document that prescribes exgcution requirements. C. Product Listing Organization Qualifications: An organization recognized by. -QSHA 6 a Natforrally Recognized Testing Laboratory (NRTL) and acceptable to authorities having jurisdiction. a. 2023 Parking Garage Maintenance & Repair Project Grounding & Bonding for Electrical Systems Project No. 1207932 26 05 26-1 SECTION 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART PRODUCTS 2.1 GROUNDING AND BONDING REQUIREMENTS Y A. Existing Work: Where existing grounding and bonding system components are indicated to be reused, they may be reused only where they are free from corrosion,iritegrity and continuity are verified, and where acceptable to the authority having jurisdiction. B. Do not use products for applications other than as permitted b FPA 70 and product listing. C. Unless specifically indicated to be excluded, provide all re fired components, conductors, connectors, conduit, boxes, fittings, supports, accessorie , etc. as necessary for a complete grounding and bonding system. D. Where conductor size is not indicated, size to com with NFPA 70 but not less than applicable minimum size requirements specified. E. Grounding System Resistance: 1. Achieve specified grounding syste resistance under normally dry conditions unless otherwise approved by ArchitecU ngineer. Precipitation within the previous 48 hours does not constitute normally dry con itions. 2. Grounding Electrode Syste : Not greater than 5 ohms to ground, when tested according to IEEE 81 using "fall -of -pot tial" method or alternate test described in IEEE 81. F. Bonding and Equipment Groun ng: 1. Provide bonding for uipment grounding conductors, equipment ground busses, metallic equipment enclosu s, metallic raceways and boxes, device grounding terminals, and other normally non curr nt-carrying conductive materials enclosing electrical conductors/equipment or likely to beco e energized as indicated and in accordance with NFPA 70. 2. Provide ins ul ed equipment grounding conductor in each feeder and branch circuit raceway. Do not use r ceways as sole equipment grounding conductor. 3. Where cir it conductor sizes are increased for voltage drop, increase size of equipment gro/inate conductor proportionally in accordance with NFPA 70. 4. Uherwise indicated, connect wiring device grounding terminal to branch circuit et grounding conductor and to outlet box with bonding jumper. 5. Tbranch circuit equipment grounding conductors on solidly bonded equipment gs only. Do not terminate on neutral (grounded) or isolated/insulated ground bus. 6. rovide bonding jumper across expansion or expansion/deflection fittings provided to accommodate conduit movement. 2.2 GROUNDI AND BONDING COMPONENTS y `4 A. C-4neral Requirements: 1. Provide products listed, classified, and labeled as suitable for the purpose intended 2. Provide products listed and labeled as complying with UL 467 where. al pliggq le. B. Conductors for Grounding and Bonding, in addition to requirements of Section 26 0'619: '\J 1. Use insulated copper conductors unless otherwise indicated. 2023 Parking Garage Maintenance & Repair Project Grounding & Bonding for Electrical Systems Project No. 1207932 26 05 26-2 SECTION 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS a. Exceptions: 1) Use bare copper conductors where installed undergr and in direct contact with earth. 2) Use bare copper conductors where directly e ased in concrete (not in raceway). C. Connectors for Grounding and Bonding: 1. Description: Connectors appropriate for the applicati n and suitable for the conductors and items to be connected; listed and labeled as comp ing with UL 467. 2. Unless otherwise indicated, use exothermic we ed connections or compression connectors for underground, concealed and other inacce sible connections. a. Exceptions: 1) Use mechanical conn tors for connections to electrodes at ground access wells. 3. Unless otherwise indicated, use chanical connectors, compression connectors, or exothermic welded connections or accessible connections. a. Exceptions: 1) Use exot rmic welded connections for connections to metal building frame. PART 3 EXECUTION 3.1 EXAMINATION A. Verify that work likely to d mage grounding and bonding system components has been completed. B. Verify that conditions are satisfactory for installation prior to starting work. 3.2 INSTALLATION A. Install products in/accordance with manufacturer's instructions. B. Install grounding and bonding system components in a neat and workmanlike manner in accordance with NECA 1. j C. Make grounding and bonding connections using specified connectors. 1. Remove appropriate amount of conductor insulation for making connections without cutting, nicking or damaging conductors. Do not remove conductor strands to facilitate insertion into ,connector. 2. Remove nonconductive paint, enamel, or similar coating at threads, contai#oints, and contact surfaces. I Y 3. Mechanical Connectors: Secure connections according to manufacturer's recommended torque settings. Compression Connectors: Secure connections using manufacturer's recortlf)Wcled tools and dies. crI D. Identify grounding and bonding system components in accordance with Section 26 0553. END OF SECTION 2023 Parking Garage Maintenance & Repair Project Grounding & Bonding for Electrical Systems Project No. 1207932 26 05 26-3 SECTION 26 05 33 CONDUIT AND RACEWAY PART 1 GENERAL 1.1 SECTION INCLUDES A. Conduit and raceway. 1.2 REFERENCES i' A. National Electrical Code (NEC). B. Conduit shall carry the Underwriters' Laboratories (UL) label. C. Conduit shall meet the following American National Stand ds Institute (ANSI), National Electrical Manufacturers Association (NEMA) and Federal Specifi tions (FS) standards: 1. Rigid Steel Conduit (RGS): FS WW-C-581 d ANSI C80.1. 2. Electrical Metallic Tubing (EMT): FS W-C-563, UL797, and ANSI C80.3. 3. Flexible Metal Conduit: FS WW-C-5 , CSA, UL. 4. Liquid -Tight Flexible Metal Cond ' : CSA, UL. 5. Rigid Nonmetallic Conduit (P ): NEMA Standards Pub. No. TC3. 1.3 QUALIFICATIONS A. Rigid nonmetallic conduit shall Carlon Type 40 PV-DUIT (heavy wall) or approved equivalent. B. Liquid -tight flexible metal co uit shall be Electri-Flex, Type LA or approved equivalent. C. Surface raceway shall be iremold Co., Walker T&B or approved equivalent. PART 2 PRODUCTS 2.1 REQUIREMENTS A. Conduit smaller an 3/4-inch diameter shall not be used on this project, except'/2-inch diameter EMT may be used f (1) branch circuits in exposed locations, (2) switch legs, or (3) for temperature control wirin herever acceptable to the mechanical/temperature Control Contractor. B. Only thre ed type connectors and couplings shall be used with RGS. C. Conne ions between EMT or rigid conduit and PVC shall be made with threaded PVC adapters or fitting . D. R , flexible conduit or flexible liquid tight conduit including fittings and hangers used throughout this p ject shall be galvanized steel. E. Connectors for EMT shall be steel or malleable iron. Fittings shall be capable of carrying ground fault currents of 10,000 amps rms for 11/2 inch and smaller, and 20,000 amps rms for 2-inch and larger for a minimum of 3 cycles. Fittings shall be Thomas & Betts 5030, 5031, 5120, 5123,.Qf 530 series. Die cast metal fittings will not be permitted on this project. Connectors 21/2" and large all be compression type. Connectors smaller than 21/2" shall be compression type'. Type LA Liquatite flexible conduit, with appropriate fittings which are UL listed as arrassembly, shall be used in a boiler room, kitchen, exterior location, or any moist location.: Cn .n 2023 Parking Garage Maintenance & Repair Project CONDUIT AND RACEWAY Project No. 1207932 26 05 33-1 SECTION 26 05 33 CONDUIT AND RACEWAY G. Surface Raceway 7173 2 1. Sheet metal channel with fitted cover. 2. Size: As required. t , ; , J I MAIA 3. Finish: Buff enamel. 4. Fittings, Boxes, and Extension Rings: Furnish m ufacturer's standard accessories. PART 3 EXECUTION 3.1 INSTALLATION A. Wiring shall be in conduit or approved raceways unless shown otherwise. B. Conduit and outlet installation shall be conce ed throughout this project, as follows unless otherwise indicated. 1. Conduit or Raceway above sus nded ceilings shall be supported from the building structure and not from the ceiling grid h ger wires. 2. Unless otherwise noted, co uits concealed under floor shall not be routed in concrete slabs - on -grade but shall be rou d in at least six (6) inches of drainage fill beneath the bottom of the slab. Conduit shall t contact the slab unless protected by a vapor barrier such as Vis Queen. 3. Steel conduit install d in concrete or underground, or in duct banks, shall be protected with an enamel and to (applied hot), or with PVC coating. All damage and voids in the protective coatin shall be repaired after installation and prior to installing concrete or backfill. 4. Conduit, unde floors, shall be PVC, unless shown otherwise. Risers and elbows shall be metallic, con uit, fiberglass, or conduit. 5. PVC may e embedded in concrete as shown on drawings. C. Conduit through ut this project shall be RGS installed with steel support straps except where shown otherwise or a follows: 1. Bra h circuit conduits shall not be allowed to be installed under interior slab unless sp cifically shown on the plans. 2. GS conduit shall be used with mechanical rooms, above grade exterior installation, and interior exposed vertical drops. All other interior conduits shall be allowed to be EMT. 3. In mechanical equipment rooms and other areas where conduit is exposed to physical damage, RGS conduit shall be installed for wiring systems. D. onduit shall not be run horizontally in masonry walls or in masonry wall gaps. E. Conduit shall not be used as the sole grounding means. F. Nonmetallic conduit located underground, outside the building area, shall be installed a minimum of 36 inches below grade, unless otherwise indicated. Conduit shall be installed in a sand backfilled and compacted trench with a 2" wide yellow poly marker tape placed in the trench approximately 6" below finished grade. 2023 Parking Garage Maintenance & Repair Project CONDUIT AND RACEWAY Project No. 1207932 26 05 33-2 SECTION 26 05 33 t" CONDUIT AND RACEWAY G. Metallic conduit, cut with a power saw or hacksaw, shall be reamed tp rermv u�'r 'T: 52 H. Conduit bends shall be held to as large a radius as possible for ease in,p in conductors and to provide a neatly installed appearance. The maximum length of straightacondu,it runs shall be 200 feet between pull boxes, with 50 feet deducted for each 90-degree bend d25 feet deducted for each 45-degree bend; reduction of length for all other angle bends shay e calculated on a similar basis. I. Conduit risers below grade, inside and outside the building, s II have the bend weighted with concrete to prevent the conduit from lifting when cables area ulled. J. No conduits shall be routed in the floor beneath or near,.boilers. K. Suspended type conduit hangers for 2-inch and smaller conduit shall be with mounting devices, similar to Unistrut or Kindorf beam clamps. Hangers for groups of conduit with any size larger than 2- inch shall be channel type structural shapes, with conduits clamped to channel with U-shaped clamps. L. PVC conduit shall be installed away from high temperature piping. PVC conduit shall be cut with a fine-tooth blade or knife, and burrs removed from the cut edge. Connections between EMT or rigid conduit and PVC shall be made with threaded PVC adapters or fittings. M. When building ventilation conditions are such that the air may flow continuously in conduits or ducts, the conduit shall be sealed at each end with a pliable duct sealing compound such as Duct -Seal or Kerite Putty, or Chase Technology foam. If conduit is installed with possible access to rodents, the conduit shall be sealed in a manner similar to that described above. N. Interferences 1. Conduit runs are not shown to allow this contractor to choose the route to the various electrical devices. However, care shall be taken to coordinate the conduit runs with duct work, beams, joists, plumbing pipes, and plumbing fixtures to be installed by other trades. 2. When interference develops, the Architect/Engineer will decide which equipment will be relocated; regardless of which apparatus was installed first. O. Install conduit and'wiring for electrical devices furnished by other trades or by the owner on this project, unless otherwise shown or specified. P. Insulated Bushings 1. Conduits shall have insulated bushings installed at entrances to panelboards, starters, pull boxes and shall be secured to the enclosure by the bushing (and lock nut, if necessary) on the inside, and by lock nut on the outside. 2. Conduits entering distribution type panelboards and the main switchgear shall have insulated grounding bushings similar to T & B 3800 series, with bushings connected together by means ,'of a continuous copper grounding conductor, sized to meet the requirements of the NEC. Q. Conngctors, couplings, and lock nuts shall be tightened securely by use of the proper tools to assure an of ctive and continuous path to ground through the conduit system. R. Wh rever conduit crosses a building expansion joint and is constrained from relief deflection (i.e., bur' d in concrete or a straight run anchored in concrete on both sides of the joint), expansion fittings or xpansion/deflection fittings shall be provided. S. Where wire is run for a motor connection, to be connected under a separate contract, the conduit shall be terminated in the proper fitting at the correct location. 2023 Parking Garage Maintenance & Repair Project CONDUIT AND RACEWAY Project No. 1207932 26 05 33-3 SECTION 26 05 33 CONDUIT AND RACEWAY t^ T. A short piece of flexible metal conduit shall be used in the feeder condui� peardbe i gtp.,,_ U. Surface moun ole clamps. 2023 Parking Garage Maintenance & Repair Project CONDUIT AND RACEWAY Project No. 1207932 26 05 33-4 SECTIOI FL PART1 GENERAL 1.1 SECTION INCLUDES A. Fuses. 1.2 REFERENCES A. Underwriters' Laboratories, Inc. (UL). 1.3 SUBMITTALS A. Submit the following information: List of fuse types and manufactur Time- current curves. List of spare fuses to be provided 1.4 QUALIFICATIONS A. Fuses shall be by Bussmann Manufacturing Division of McGraw Edison Company or by Littlefuse Tracor Company. B. Fuses shall be UL listed for 50,OOO ampere RMS interrupting capacity. PART 2 PRODUCTS 2.1 FUSES A. Fuses shall be capable of interrupting the available fault without rupturing or damaging fuse clips, buswork, cable or switching components, and shall safely contain within the insulated barrel of the fuse the smoke, hot gases, carbon, and other harmful by-products of the fault. B. Fuses 601 amperes and larger shall be UL Class L current limiting bolt -in rejection type: Bussmann KRP-C Hi -CAP or Littlefuse KLP-C type. They shall have at least 45-second time delay at 200% rating. C. Fuses rated 600 amperes or less shall be UL Class R rejection type with time current characteristics as defined by the Bussmann or Littlefuse catalog number shown for each condition outlined herein. D. Fuses protecting molded case circuit breakers or molded case circuit breaker panels shall be current limiting silver link types. They shall have interrupting capacity and let through current as defined by the Bussmann or Littlefuse catalog type shown below, unless otherwise indicated or required by the circuit breaker manufacturer. 1. 125 and 250 volt molded case circuit breakers shall be fed from switches fused as follows: a) 0 to 60 amperes Bussmann LOW PEAK fuses Type LPN-R or Littlefuse Type LLN- RK. b) 70 to 200 amperes Bussmann Limitron Fuses Type KTN-R or Littlefuse Type KLN-R. 2. 277, 480, and 600 volt molded case circuit breakers shall be fed from switches fused as follows: a) 0 to 100 amperes Bussmann LOW PEAK fuses Type LPS-R or Littlefuse Type LLSRK. b) 110 to 300 amperes Bussmann Limitron Fuses Type KTS-R or Littlefuse Type KLSR. 2023 Parking Garage Maintenance & Repair Project FUSES Project No. 1207932 26 28 13-1 SECTION 26 28 13 FUSES E. Fuses not sized on the drawings for motor running protection,_ 100,PLp1p _ s+}r:aesy,,ll be as follows: w- _• Fuses shall be Bussmann Fusetron (or Littlefuse "SLO B ")..dual-eli:�ment time delay type FRN-R (or FLNR) for 250 volts or less, and FRS-R (or SR) for'�77, through 600 volts sized at 125% of the motor nameplate full load running a eres or the next larger NEC standard ampere size. Exceptions to the preceding are wh a excessive ambient temperature, high inertia motor loads, special motors, or frequent " N-OFF" cyclic loads or other special circumstances require a larger or different typ use to be approved by the Arch itecUEngineer. Such special circumsta es shall be clarified with the Architect/Engineer not less than 72 hours prior to bid opening me. Fuse reducers shall be used where swit fuse clip spacing is larger than the length of the required fuse. F. Plug fuses shall be Fustat Bussmann Type � (or Littlefuse Type S). G. Fuses for protection of grouped or racked lighting fixture ballasts shall have 100,000 amperes RMS interrupting capacity, shall be similar to Bussmann fuse type GLR mounted in type HLR fuse holders (or Littlefuse type LGR in LHR holders)"and shall be ampere sized as recommended by the ballast manufacturer. H. Fuses for protection of each individual exterior pole mounted light fixture or ballast shall have 100,000 amperes RMS interrupting capacity and shall be Bussmann fuse Type KTK mounted in Type HEB (or Littlefuse type KLK in HLB holder) fuse holders located in a hand hole at the base of the pole or in a weatherproof fuse enclosure located on the pole, as shown on the drawings. I. Other fuses, unless otherwise noted, shall be dual -element, current limiting, silver link type Bussmann LOW PEAK fuse, Type LPN-R or Littlefuse Type LLNRK for circuits rated 250 volts or less, and Bussmann LOW PEAK fuse Type LPS-R or Littlefuse Type LLNRK for circuits rated 277 through 600 volts. They shall have at least 10 seconds time delay at 500% rating. PART 3EXECUTION 3.1 FUSES A. Fuses shall be installed as shown on the drawings after tests, inspections and the installations have been completed. Fuses shall be of the same manufacturer to retain selectivity and electrical coordination as designed. Fuses shall have dimensions and rejection features exactly as defined herein. Fuses having any other type rejection feature are not acceptable. B. Twenty percent spare fuses for each size, including control circuit fuses of each amperage and voltage rating (minimum of 3), shall be furnished to the Owner. END OF SECTION 2023 Parking Garage Maintenance & Repair Project FUSES Project No. 1207932 26 28 13-2 SECTION 26 28 16 _ DISCONNECT SWITCHES t .� C L Ya:.aw PART1 GENERAL 1.1 SECTION INCLUDES Jul, AM 9% 52 A. Safety disconnect switches. €..�, r- 0\ 1.2 REFERENCES 1 f'�CITY,1,01i"'A A. National Electrical Manufacturers Association (NEMA). B. Underwriters' Laboratories, Inc. (UL). 1.3 SYSTEM DESCRIPTION A. Disconnect switches provide safe disconnecting of electrical power to equipment. 1.4 SUBMITTALS A. Submit the following information: 1. Outline drawing with dimensions. 2. Equipment Ratings. a. Voltage. b. Capacity. C. Horsepower. d. Short circuit withstand rating. 1.5 QUALIFICATIONS A. Safety switches shall be NEMA heavy-duty type and shall carry the UL label. Fusible switches shall incorporate Class "R" fuse rejection feature and shall be braced to withstand 50,000 ampere RMS symmetrical fault current. B. Switches shall be as manufactured by Square D, GE or Eaton. PART2 PRODUCTS 2.1 Provide heavy-duty type, sheet steel enclosed, safety switches. Type, size, and rating shall be as shown on the drawings or as required by the motor or equipment served. 2.2 Switches shall incorporate quick -make, quick -break operating handles. Mechanism shall be an integral part of the box, not the cover, and switches shall have a cover interlock to prevent unauthorized opening of the switch door in the on position or closing of the switch mechanism with the door open. Current carrying parts shall be constructed of high -conductivity copper with silver -tungsten type switch contact. 2.3 Fuse clips shall be positive pressure type reinforced rejection type fuse clips. 2.4 Indoor enclosures shall be NEMA 1. Enclosures for wet locations and for outdoor use shall be NEMA 3R. 2.5 Equip each motor disconnect with auxiliary contacts (1-NO, 1-NC). Disconnect switches utilized with variable speed motor controllers shall be interlocked with the drive control circuit. 2023 Parking Garage Maintenance & Repair Project DISCONNECT SWITCHES Project No. 1207932 26 28 16-1 SECTION 26 28 16 j DISCONNECT SWITCHES- r PART 3 EXECUTION In 3.1 Furnish and install safety disconnect switches (fused and non -fused) shown on fheidrawngs. In addition, furnish a safety disconnect switch for motors and equipment which do not ha 'etie ntd#inatfon starters or integral disconnecting means. `� "`� »Q. 3.2 For mechanical equipment rated for use only with fuses (such as condensing units, compressors, chillers), provide fusible disconnect switches. Such switches shall be one, two or three pole type, with solid neutral for 4- wire service, and shall have the proper current and voltage rating as required. 3.3 Terminals of the proper size for wire as shown on the drawings for line, load and ground shall be supplied by the disconnect switch manufacturer. 3.4 Each motor shall be individually protected. Furnish a safety disconnect for each motor as required by the NEC. 3.5 Disconnect switches shall not be directly mounted to equipment, which is mounted on vibration isolation pads or springs, unless a piece of flexible conduit is used between the disconnect switch and the fixed conduit. 3.6 Safety switches shall be mounted securely to walls, columns, or machine frames, and provided with brackets, mounting devices, structural pieces and expansion type anchor inserts necessary for this purpose. Switches shall not be mounted directly to metal surfaces or to concrete or masonry walls. Structural channels such as Kindorf or 3/4" plywood shall be used to mount switches at least 3/4 inch away from the mounting surface. 3.7 Switches shall be mounted at a height of 60 inches above the finished floor to the top of the back box. 3.8 Coordinate (useable switches and fuse sizes, with mechanical trades, where required by UL listing for mechanical equipment installation. 3.9 Motors larger than 1/8 horsepower and controllers shall have a disconnecting means within sight and within 50'. A. Combination motor starters, circuit breakers in panelboards, manual motor starters, integral disconnecting means on equipment, and cord/plug connections may be used as disconnecting means where they are within sight and 50' of the equipment. B. Switches, combination starters, and circuit breakers which are pad -lockable in the "OFF" position may be used as disconnecting means when not in sight or within 50' unless prohibited by local code. C. Provide a disconnect switch for motors, motor -driven appliances, and controllers not covered by paragraphs A or B above. END OF SECTION 2023 Parking Garage Maintenance & Repair Project DISCONNECT SWITCHES Project No. 1207932 26 28 16-2 SECTION 26 29 13 ENCLOSED CONTROLLERS PART GENERAL 1.1 SECTION INCLUDES? _ rl O. A. Starters. i i�tttt (ti' CITY, =OWA 1.2 REFERENCES A. National Electrical Manufacturers Association (NEMA). v B. Underwriters' Laboratories, Inc. (UL). 1.3 SYSTEM DESCRIPTION A. Starters provide control of and protection for electric motors. 1.4 SUBMITTALS A. Submit the following information in accordance with Section 01 3000 Administrative Requirements. 1. Wiring diagrams. 2. Electrical ratings. a. NEMA size. b. Voltage. C. Current. 3. Number of poles. 4. Coil voltage. 5. Physical characteristics including enclosure size. 6. Time - current curves for all breakers requiring settings and fuses. 1.5 QUALIFICATIONS A. Magnetic motor starters shall be as manufactured by Allen-Bradley Co., ABB, General Electric, Siemens, or Square D. B. Manual motor starters shall be as manufactured by Allen-Bradley Co., ABB, General Electric, or Square D. C. Motor starters shall be by the same manufacturer. PART PRODUCTS 2.1 Magnetic motor starters shall meet the following specifications: A. Combination magnetic motor starters shall have a fusible disconnect type switch motor circuit protector unless shown otherwise. B. Provisions for locking the disconnecting means handle in either the ON or OFF position. C. Minimum starter size shall be NEMA Size 1. D. Heater element or sensor size shall be based on the nameplate full load current rating of the motor. 2023 Parking Garage Maintenance & Repair Project ENCLOSED CONTROLLERS Project No. 1207932 26 29 13-1 SECTION 26 29 13 ENCLOSED CONTROLLERS rj E. Each starter shall contain a fused control circuit with the fuse properly sized by the Starter Manufacturer to protect the coil of the starter. Control transformers shA pipWc1.egI by sUc :a qse in the primary and secondary circuits of the transformer. Furnish 200, sp`a e'Zdreachh" perage used (minimum of three) to the Owner. F. Indoor enclosures shall be NEMA 1, unless shown otherwise. G. Enclosures for wet locations or outdoor use shall be NEMA 3R, unless show H. Two speed motor starters and reversing starters shall have time -delay re s to permit motors to coast to a stop prior to restarting at a different speed or reversing. Ve ' with the motor supplier, whether each two -speed motor is separate winding or consequent e, prior to submitting shop drawings for the corresponding motor controllers. I. For each magnetic starter supplied, provide a hand -off -auto is (HOA) selector switch, red run pilot light, (2) no and (2) NC auxiliary contacts, control power tr sformer with fusing, and heater motor protective elements. Supply additional push buttons, an4 similar control devices, not specifically furnished by other trades or by the owner but that are r ured for proper operation of the specific motor. These devices shall be by the same manufaq rer as the starters. J. Motors smaller than 1/2 horsepower, unless shown otherwise, shall have toggle switch type manual starters with thermal trip (TT) overload protection/dnd pilot light. Flush mounted manual starters shall have a stainless steel cover plate. Manual sta�ers shall be similar to Square D Type F, Class 2510 Cat. No. FS1 P or approved equivalent. K. Motors,'/2 horsepower and larger, shall havmagnetic motor starters. L. Terminals of the proper size for wire (as §fiown on the drawings for line, load, and ground) shall be supplied by the motor starter manufactu,,r'er. PART 3 EXECUTION 3.1 STARTERS A. Furnish and install motor starters`and power and control wiring, complete as specified, unless shown otherwise. r B. Starters shall be mounted sgcurely to walls, columns, or machine frames, and provided with the brackets, mounting devices ;rstructural pieces, and expansion type anchor inserts necessary for this purpose. Starters shall not be mounted directly to metal surfaces or to concrete or masonry walls. Structural channels such,es Kindorf or 3/4" plywood shall be used to mount starters at least 3/4 inch away from the mounting surface. C. The top of each magnetic motor starter shall be mounted 60 inches above the finished floor unless shown otherwise. D. The top of the box for manual motor starters shall be mounted 48 inches above the floor unless shown otherwise. E. Motor starters furnished with "hand -off -automatic" switches, but not wired for automatic operation, shall have the reference to automatic deleted from the switch label by paint, revised nameplate, or other permanent means. F. Mount motor starters adjacent to or on the equipment served, unless shown otherwise. END OF SECTION 2023 Parking Garage Maintenance & Repair Project ENCLOSED CONTROLLERS Project No. 1207932 26 29 13-2 ;ode Changes dd to 16-3C-1 -AD SERVICE LINE: A service e containing leaded or lead contaminated materials as defined by 40 CFR Part 141 and State of Iowa JLL LEAD SERVICE LINE REPLACEM e replacement of the lead service line as defined by 40 CFR Part 141 and State of Iowa kdd) 16-3C-3.F: Lead service line replacement: Any service that contains any lead piping, fitting, fixture, solder, or other component; and, that develop! leak or otherwise becomes out of service shall receive a full lea ice line replacement. It shall not be lawful to leave any lead component in service when repairin replacing a water service line. (Explanation: Does not require the proactive removal of lead services, only the incidenta oval in lieu of a repair.) Only full lead service line replacements, as defined, are permissible (Explanation: Complies with the LCRR definition of an LSL.) Method of connection at the public water main for any replacement shall comply with current tappin olicies and approved materials. (Explanation: Ensures any direct tap leaded corporation stops are removed and tapping saddles with no -lead brass corpbQtion stops are installed.) The cost of such replacement shall be the responsibility of the property owner. (Explanation: Does not prevent property owner from participating in the reimbursement program. Intent is to clearly set responsi Any lead service line replacement shall be reported to the Iowa City Water Division prior to commencing work. (Explanation: This will provide the City, the opportunity to provide the property owner with information for flushing their home plumbing and�fpr City staff to arrange a post replacement lead sample to verify no lead particles are trapped within their plumbing.) \dd) 16-3C-3.G: Lead service line replacement during public improvements: Any lead service line encountered during a City water<Main replacement pro ec call require City to replace the portion of the lead service line to the curb stop in the right-of-way. The cost to replace any rjuirec;ortions after the curt) op to achieve a full lead service line replacement shall be the responsibility of the property owner. _ <— (Explanation: With the third -party insurance program and cost -share components property owners will be provided with a single dispatch nu>vr to shire atntractor and have at most 50% of the cost paid for by the cost -share.) c3 r-n rV -ost Share Program :onceptually, the program would have eligibility requirements and limits similar to: F the property is identified as having a lead service line by the City's lead service line inventory or due to Isual inspection of the line, then the property owner may receive 50% up to $5,000 reimbursement for he cost of the service line replacement including any pavement work. Dirt work and landscaping is not reimbursable F the property is identified as having an nknown service line suspected to be lead, then the property >wner may receive 50% up to $3,000 reimbursement for the cost of a verification dig to visually inspect ind identify the service line material including any pavement work. Dirt work and landscaping is not reimbursable The verification will require at -a -minimum the exposure of the stop box, the exEy osure of two lineal feet of service line material on both sides of th top box, and to be witnessed City staff. The stopbox operation shall be checked and if fouri inoperable, replaced during the verification. Participation in the verification dig does not prevent a roperty owner from participating in a service line replacement reimbursement If a lead service line is found during a verification dig and the property owner elecr$ to complete a full lead service line replacement, then the costs associated with the verification and the costs associated with the lead service line replacement will be evaluated separately for Nimbursement. C5)F3 N C 2023 CITY OF IOWA CITY PARKING GARAGES MAINTENANCE AND REPAIR PROJECT CITY OF IOWA CITY PROJECT LOCATION MAP CAPITOL � ST RAMP �'• ���A�'NTTIY" I II A ,n IfII I � PLACOE RAMP Z 'a'Q Uy goo ' DUBUQUE ' ST RAMP 00 1 0� O� U N , 00 8 SHEET INDEX SHEET NUMBER SHEET TITLE G001 COVER S301 DUBUQUE STREET - STAIR SECTIONS S302 TOWER PLACE - STAIR SECTIONS S501 STRUCTURAL DETAILS S502 STRUCTURAL DETAILS M116 TOWER PLACE - LEVEL 6 M124 CHAUNCEY SWAN - LEVEL 4 M136 COURT STREET - LEVEL 6 E116 WER PLACE - LEVEL 6 E124 CHAUNCEY SWAN - LEVEL 4 E1 COURT STREET - LEVEL 1 136 COURT STREET - LEVEL 6 E141 HARRISON STREET - LEVEL 1 E501 ELECTRICAL DETAILS GENERAL NOTES 1. MAKE ARRANGEMENTS FOR RESTROOM FACILITIES AS NONE ARE AVAILABLE FOR USE AT THE SITE. 2. CLEANING SHALL BE PERFORMED DAILY AND MORE OFTEN AS NEEDED. PROTECT VEHICLES IN THE RAMP DURING THE COURSE OF THE WORK. 3. PROVIDE ALL MATERIALS, BARRICADES, SIGNS, ETC FOR TRAFFIC CONTROL. ALL VEHICULAR AND PEDESTRIAN CONTROL SIGNAGE SHALL CONFORM TO THE STANDARDS IN THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) LATEST EDITION. 4. CONTRACTOR IS RESPONSIBLE FOR ALL DAMAGES AND CLAIMS MADE BY THE RAMP USERS THAT ARE RELATED TO THE PROJECT. 5. DRIVE LANES MUST BE PROVIDED AT ALL TIMES TO ALLOW NORMAL TRAFFIC FLOW. 6. A TOTAL OF 20 STALLS PER RAMP MAY BE TAKEN OUT OF SERVICE AT ONE TIME. CONTRACTOR MAY EXCEED PARKING STALL LIMITS OUTSIDE OF REGULAR WORKING HOURS, WHICH ARE 7:00 AM TO 6:00 PM, MONDAY THROUGH FRIDAY. COORDINATE WITH OWNER PRIOR TO EXCEEDING PARKING STALL LIMITS. ADA STALLS MAY NOT BE TAKEN OUT OF SERVICE UNLESS APPROVED IN ADVANCE BY THE OWNER. 7. EQUIPMENT GENERATING LOUD NOISES SHALL NOT BE USED FROM 10:00 PM TO 7:00 AM UNLESS APPROVED BY THE OWNER IN ADVANCE. LIMIT NOISE LEVEL TO 100 DB AT ALL TIMES. 8. PARKING FACILITY ADDRESS 8.1. DUBUQUE STREET - 220 S DUBUQUE ST, IOWA CITY, IA 52240 8.2. TOWER PLACE - 1 S GILBERT ST, IOWA CITY, IA 52240 8.3. CHAUNCEY SWAN - 415 E WASHINGTON ST, IOWA CITY, IA 52240 8.4. COURT STREET - 150 E COURT ST, IOWA CITY, IA 52240 8.5. HARRISON STREET - 175 E HARRISON ST, IOWA CITY, IA 52240 CERTIFICATIONS STRUCTURAL ENGIP 1 j : ANTONY J. m ALTEM-KWEN 23470 JEER IHERES CER11- THAT THIS ENGNE .INICUMENTW" PREAREDBVM SEDI ES$1 EC PER•JISION ANDTIIATI IX D ICENSED PROEESS pLU. ENGINEER UNDE0.IHE UWS 1-•+1 TE of NrwA sltiaruRE DATE PTbITEO oa TYPEo NAME. TQNY ALTENHOFEN LICENSE NlM1BER 23470 MY LICENSE RENEWAI. DATE IS DE 1—I3 31 "' 3 PAGES. SHEETS DR OwSIONS COVERED BY THIS SEAL G AND S SHEETS MECHANICAL ENGINEER ```\\\Q�ypFE5510Nq�/i���� INEREBrmnsv THAT THIS ERGtNEERINc—UMERT wAS PREPApED BY W OR UNDER MY DIRECT SUPERVSION AND THAT I � MY STATE D—ES^uIONALENGINEERUBM.R HE LAWS Z Z — _ _... 05/15/2023 V :• EDWARD ITFD) m = KRAUSMAN z _ 81dMTURE .MTT Pw+reD aR TYEED NAME TED KRAUSMAN P2442S22 •, ,• LgEI13E NIMBER. P2442522 '•, ,•' � ,''''//// ••Vy�A* \\\\````` WIICENSE RENEWAL DATE IS PAGES, 9NEET90R DNSpNS COVERED iv-ISSEN. MSHEETS ELECTRICAL ENGINEER ESSI.. It. 5 LTIEIX isaia wGTNc RuroEnT Tie uws JAKE s WTE J HENKIE pgw�D pT rypED NME JAKE HENKLE 12W i •, � LICENSE ruMBER..1.26�.9 MY LICENSE RENEWAL WIE IS OECEMBEA 31 LI]A \\\\�\�` PAGES.SIffETSORDIwSIDNSCOVEREDBYTHS- 20 �--DESCRIPTION REPAIR SCHEDULE P3 — QUANTITY ITEM DESCRIPTION DETAIL QUANTITY Ol NEW MEMBRANE 1/S501 686SF O2 CONCRETE CRACK REPAIR 2/S501 57 LF O3 PAINTING 3/S501 2910SF O4 STAIR TREAD REPLACEMENT 4/S502 36 EA OS SEALANT REPLACEMENT 5/S502 182 LF © SLAB SPALL REPAIR 6/S502 1 SF O VERTICAL SPALL REPAIR 7/S502 1 SF ® MISC STEEL REPAIR 8/S502 1 LS Z U z 0 N E Qw o 8 U m Ln � M r _$,�r <m I� oM O° IIIU In W O �U z0 Y K a aQ w w U� 0w a W U 0 U < 00 O<< 3 z g U w , v Z_ Q o < ~ p N U N NT'T C•) O cli Z N U Z w z z cl O w O m a- U GOO 1 2 3 A B C D E F DUBUQUE STREET - WEST STAIRS Z DUBUQUE STREET -EAST STAIRS sr�s• = r o• sn s• = r-0• A B C D 20 _DESCRIPTION REPAIR SCHEDULE 23- — QUANTITY QUANTITY ITEM DESCRIPTION DETAIL THIS SHEET O NEW MEMBRAN i/5501 626 SF O2 CONCR CRACK REPAIR 2/5501 36LF O3 P TING 3/5501 1550 SF MISC STEEL REPAIR 8/5502 1 LS - -- E — — F — >7 L.1 z z Q w sE o8 1 U m sm Y r � 05 -l1IFj oS V rn w CQQ9 aU �W 2 Z �a aQ �w w U� QO Z Ow U. U 3 0Z a Z UH < O O 0 U N N f U 3 4 W in Lu z 0 c~n F= W U :5 W n U) vrmm:u:•w m0 *� mz cam x-1 X0 On m� Cl) m O Lr aD 0 '='aC D b m- ra m �+ I ; -iEn 0z ro A D 00 mr m EnD mM U) _ m � 08 m cn (n p z 1 0 �D�77 N W V/'N'^ O ' w A� Ar w \ C) N 0 0 ji -\a om D L 7 , m D I 2m D A 7 � =A i En 0 � 00 03 rn rn cn D O c II I; 3 I z it m z m oA m O x0 00 r < mm � A m m T T A W N < � � > D z D � D Z z n z m z m p � � � D r JD D � D a � m 3 m m � S m D n 7C m c m mv O C A ? � m Z D v r m w o 0 0 0 to 0 0 0 o m 1 D A p � m Z n D m T m Z (n W 0 NJ TOWER PLACE - STAIR SECTIONS DRAWN DJR 2023 CITY OF IOWA CITY PARKING GARAGES MAINTENANCE AND REPAIR PROJECT CITY OF IOWA CITY IOWA CITY, IOWA ^ t — - etr�ti � III«Y� +�®•°a� _ Cl I i CAI IOI�'ll L 1 TY Cl" OF LITERATURE SHIVC-F-IATrC--RY ARCH ITE CTUR E- E N G I N E E R I N G 2839 Npthgale Drive I Iowa City, Iowa 52245 319.354.30401 wvrvl.shive-hattery.mm APPROVED. TJA ISSUED FOR: BID DATE 091SR023 PROJECT NO: 720793-2 FIELD BOOK: -- CLIENT NO: T3004 Y � • '61 z t a PAINTING �{ #ti 3 NOT TO SCALE (1) APPLY EPDXY/SAND FILLER AS REQUIRED TO PROVIDE COATABLE SURFACE AND JOINT SEALANT AS SHOWN ON PLANS, ALLOW FULL CURE (2) SHOT BLAST OR WATER BLAST TO PREPARE SURFACE FOR MEMBRANE ADHESION PER MANUFACTURER RECOMMENDATIONS (3) WIPE EXISTING SURFACES WITH XYLENE OR PRIME AS RECOMMENDED BY MANUFACTURER (4) APPLY NEW MEMBRANE SYSTEM, COLOR TO BE SELECTED BY OWNER (5) ALL MEMBRANE EDGES SHALL BE TAPED TO PROVIDE STRAIGHT AND SHARP LINES EXTEND NEW MEMBRANE 3' BEYOND CONCRETE REPAIRS NEW MEMBRANE SYSTEM CONCRETE REPAIR NEW MEMBRANE NOT TO SCALE PREPARE RUSTED AREAS (WIRE ABRASION AND SAND BLASTING ANTICIPATED), REMOVE THINNED OR SEVERELY CORRODED METAL, PRIME AND PAINT ALL STAIR FRAMING PER SPECIFICATIONS AND MANUFACTURER INSTRUCTIONS, MATCH EXISTING COLOR AND SHEEN PAINTING WORK ITEMS INCLUDES ALL STAIR RISERS, STRINGERS, GUARDRAILS, HANDRAILS, LANDINGS, AND OTHER STEEL SURFACES ASSOCIATED WITH TH STAIR SYSTEM, SEE STAIR SE SHEET FOR MORE INFOR N NOTE: OWNER TO CO RM PAINT COLOR, PR DE PAINT SAMPLES TOO ER FOR SELECTION.PRIOR TO PAINTING PREPARE RUSTED AREAS (WIRE ABRASION AND SAND BLASTING ANTICIPATED), REMOVE THINNED OR SEVERELY CORRODED METAL, PRIME AND PAINT ALL STAIR FRAMING PER SPECIFICATIONS AND MANUFACTURER INSTRUCTIONS, MATCH EXISTING COLOR AND SHEEN PAINTING WORK ITEMS INCLUDES ALL STAIR RISERS, STRINGERS, GUARDRAILS, HANDRAILS, LANDINGS, AND OTHER STEEL SURFACES ASSOCIATED WITH THE STAIR SYSTEM, SEE STAIR SECTION SHEET FOR MORE INFORMATION NOTE: OWNER TO CONFIRM PAINT COLOR, PROVIDE PAINT SAMPLES TO OWNER FOR SELECTION PRIOR TO PAINTING -, roem Ai ap 1i I NEW SEALANT SECTION (1) ROUT CRACK MIN 1/2' DEEP X 12" WID (2) CLEAN JOINT AND PRIME PER MANUFACTURERINSTRUC S (3) FILL CRACK WITH NT PER SPECIFICATI0 , FINISH CONCAVE TO ET CONCRRFACE, EXCEPT FINISH PLAN FLUS ERE MEMBRANE WILL BE RETE CRACK REPAIR TO SCALE DUBUQUE STREET PARKING RAMP CORROSION REMOVAL a REQUIRED AT SOME STAIR PANS AND OTHER CORRODED AREAS, SAND BLASTING, WIRE WHEEL, OR SIMILAR PREP IS ANTICIPATED. NOTIFY DESIGN PROFESSIONAL AFTER PREP IS COMPLETE TOWER PLACE PARKING RAMP ; . , w ♦ �dp . � - CORROSION REMOVAL REQUIRED AT STEEL MESH RISERS AND OTHER CORRODED AREAS, SAND BLASTING OR SIMILAR PREP IS ANTICIPATED. NOTIFY DESIGN c% PROFESSIONAL AFTER PREP IS COMPLETE y PREPARE RUSTED AREAS (WIRE ABRASION ANTICIPATED), PRIME AND PAINT CONCRETE AND STEEL PER SPECIFICATIONS AND MANUFACTURER INSTRUCTIONS, MATCH EXISTING COLOR AND SHEEN REMOVE SEVERELY CORRODED METAL BEFORE PAINTING. STAIR LANDING METAL PANS DO NOT NEED TO BE PATCHED REMOVE SEALANT AT EDGES OF STEEL ANGLE ASSEMBLY, / NOT INSTALL NEW SEALANT PREPARE RUSTED AREAS (WIRE ABRASION ANTICIPATED), PRIME AND PAINT CONCRETE AND STEEL PER SPECIFICATIONS AND MANUFACTURER INSTRUCTIONS, MATCH EXISTING COLOR AND SHEEN 123 } V y w aU w Z a0, a aQ IL w U� az z Ow 3 w0 z Q O Q Oz UH 0 U O oa N U o � 0 yp*�j U m 2 rc w w 01 o f Q y< N o a � Ua y < � LL w KO S501 A B C D E F A B STAIR TREAD REPLACEMENT NOT TO SCALE 2 3 B REMOVE ALL STEEL TREAD COVERS AND DISCARD REMOVE FIBER CEMENT PANEL AND RESIDUAL ADHESIVE INSTALL NEW 1/4" FIBER CEMEN' PANEL SUCH AS HARDIE PANEL AND ADHERE TO EXISTING STEE TREAD, ADHESIVE SHALL BE DISTRIBUTED TO PROVIDE UNIFORM SURFACE FOR PANEL, COORDINATE WITH DESIGN PROFESSIONAL BEFORE INSTALLATION COAT PANEL WITH EPDXY COATING SUCH AS SIKADUR-22 LOW -MOD OR MASTERSEAL 350 WITH HIGH TRACTION AGGREGATE TO MATCH EXISTIN COATING, PROVIDE SAMPLES TC OWNER FOR TEXTURE AND COLOR SELECTION C I D (1) REMOVE EXISTING JOINT SEALANT (2) CLEAN FACES OF JOINT AND REMOVE DEBRIS 2X JOINT SEALANT (3) PRIME PREPARED FACE OF JOINT PER SEALANT x MANUFACTURER CLOSED CELL BACKER ROD, DIAMETER 1/4" (4) INSTALL NEW BACKER ROD WIDER THAN JOINT PER SPECIFICATIONS (5) FILL JOINT WITH SEALANT, FINISH FLUSH WHERE MEMBRANE WILL BE APPLIED, OTHERWISE FINISH CONCAVE NOTE: OWNER TO SELECT SEALANT COLOR (6) APPLY SEALANT AND CURE PER MANUFACTURER INSTRUCTIONS BEFORE MEMBRANE APPLICATION SEALANT REPLACEMENT NOT TO SCALE ELEVATION �--------------------- (1) 5° ANGLED SAW CUT AROUND PERIMETER MAX DEPTH = 112", CORNERS SHALL BE , SPALLED AVOID REENTRANT CORNERS CONCRETE AREA (2) REMOVE LOOSE CONCRETE HIN SAW CUT, MAX DEPTH = 1/2" - --- - ----------� (3) WHERE REBARX=l"SBEYOND AT OVERHEAD SPALLS, MIN DEREBAR. WHERE REB IS EXPOSED AT VERTICAL SECTION SPALLS, D OT REMOVE CONCRETE BEYOND BAR 1„ MIN 4 tit VERTICAL SPALL REPAIR x y[Sy L / NOT TO SCALE (4EAN REBAR TO SHINY METAL WITH WIRE WHEEL, CLEAN CAVITY WITH BROOM AND COMPRESSED AIR (5) APPLY ZINC -RICH EPDXY PRIMER TO REBAR PER SPECIFICATIONS (6) INSTALL CONCRETE PATCHING MATERIAL PER SPECIFICATIONS NOTE: EXISTING JOINTS SHALL CONTINUE THROUGH SPALL REPAIRS REPAIRS TO PAINTED CONCRETE SHALL BE PAINTED TO MATCH EXISTING AFTER CURING OF REPAIR MATERIALS (INCIDENTAL TO THIS WORK ITEM) MISC STEEL REPAIR NOT TO SCALE E F -- -� (1) 5° ANGLED SAW CUT AROUND PERIMETER, MIN DEPTH = 1", CORNERS SHALL BE 90°, AVOID REENTRANT CORNERS (2) REMOVE LOOSE CONCRETE WITHIN SAW CUT, MIN DEPTH = 1" SPALLED (3) WHERE REBAR IS EXPOSED, MIN DEPTH = 1" BEYOND REBAR i CONCRETE AREA (4) CLEAN REBAR TO SHINY METAL WITH WI EL, CLEAN CAVITY WITH BROOM AND COMP AIR (5) APPLY ZINC -RICH EPA PRIMER TO REBAR PER -- ----PLAN SPECIFICATI SECTION SLAB SPALL REPAIR NOT TO SCALE REMOVE AND REPLACE DELAMINATED PORTION OF STEEL PER STAIR SECTION SHEET AND SPECIFICATIONS, COORDINATE WITH DESIGN PROFESSIONAL PREP AND PAINT ENTIRE STAIR RISER AT EACH REPAIR LOCATION, PAINTING WORK IS INCIDENTAL TO THIS WORK ITEM (6) IVS;rALL CONCRETE PATCHING MATERIAL PER (7) APPLY WATERPROOFING MEMBRANE TO ELEVATED SLABS PER SPECIFICATIONS, EXTEND 3" BEYOND EDGE OF PATCH, DO NOT APPLY MEMBRANE TO SLAB -ON -GRADE, MEMBRANE IS INCIDENTAL TO THIS WORK ITEM TYP NOTE THAT ANY PAVEMENT MARKINGS THAT ARE COVERED WITH MEMBRANE MUST BE REAPPLIED AND ARE INCIDENTAL TO THIS WORK ITEM REMOVE AND REPLACE STEEL ANGLE AND ANCHORS WITH NEW GALVANIZED STEEL ANGLE AND STAINLESS STEEL MASONRY ANCHORS SIZE/QUANTITY OF ANGLE AND ANCHORS SHALL MATCH EXISTING PREP AND PAINT TO MATCH ADJACENT STEEL FRAMING, OWNER TO SELECT COLOR cn au K ar (DU W 2 z0 Ya o- a Q w U � Q 0 Z W U Q LU ¢ O OZ z o U H 0 U 0 c, z N Q O - � ©l 4 Z:) c/) J H LU (� 0 S502 A B C Fal E F N EXHAUST FAN SCHEDULE MARK LOCATION CFM S.P (IN WC) HP VOLTS/PHASE MOUNTING DESIGN BASIS REMARKS EF-1 WEST ELEVATOR/STAIRWELL 700 1 0.375 1/8 115 / 1 CURB GREENHECK G-095-D 1,2 EF-2 EAST ELEVATOR/STAIRWELL 700 1 0.375 1/8 1 115 / 1 CURB GREENHECK G-095-D 1,2 REMARKS: 1. PROVIDE NEW BACKDRAFT DAMPER. 2. MOUNT ON EXISTING EXHAUST FAN CURB. INSTALL THERMOSTAT AND VANDAL GUARD. INSTALL RIB BETWEEN T-STAT AND EXHAUST FAN/ MOTORIZED ' - -- DAMPER. ACTIVATE RIB LED LIGHT WHENEVER EXHAUST FAN IS ENABLED. T /6-IWER PLACE LS- INSTALL THERMOSTAT -- AND VANDAL GUARD. INSTALL RIB BETWEEN T-STAT AND EXHAUST T FAN/ MOTORIZED DAMPER. ACTIVATE RIB LED LIGHT WHENEVER EXHAUST FAN IS ® ENABLED. N %�1TOWER PLACE LEVEL 6 - EAST STAIRWELL ROOF PLAN L 1/8- = 1'-0- 1 � p M116 M 116 4 M116 - M116 N TOWER PLACE LEVEL 6 1/32' = 1'-0" " CHbV &R STING EXHAUST FAN WITH NEW EF-1 N N �1TOWER PLACE LEVEL 6 - WEST STAIRWELL ROOF PLAN REPLACE EXISTING EXHAUST FAN WITH NEW EF-2 1n Qui Q � UU w Z � Y a Q 6' aQ �w U� Q O Z OQ w wU OQ z UH m z o Q Lu U g CO LLI J W F- J M116 A B F 1 EXHAUST FAN SCHEDULE MARK LOCATION CFM S.P (IN WC) HP VOLTS(PHASE MOUNTING DESIGN BASIS REMARKS EF-1 SOUTH ELEVATORISTAIRWELL 0.25 115 / 1 CURB 1,2 EF-2 NORTH ELEVATOR/STAIRWELL 0.25 115 / 1 CURB 1,2 REMARKS: 1. PROVIDE NEW BACKDRAFT DAMPER. 2. MOUNT ON EXISTING EXHAUST FAN CURB. 2 ®N HAUI Ire• - I,-a,3 4cl z 3 a m N nCHAUNCEY SW E )AC ;A E)EB-A ///E , 136,36 OA LOUVER 1 EPLACE MOTORIZED DAMPER ACTUATOR -:: '- INSTALL THERMOSTAT - AND VANDAL GUARD IN THIS LOCATION ON 4TH FLOOR. INSTALL RIB T BETWEEN T-STAT AND EXHAUST FAN/ MOTORIZED DAMPER. !, ACTIVATE RIB LED LIGHT WHENEVER EXHAUST FAN IS ENABLED. E)CUH-A 1ER1, A _ � VV1 . E.RD --REPLACE EXISTING EXHAUST FAN WITH NEW EF-1 EF- - SOUTH ELEVATOR & STAIR TOWER B D E 2 M124 3 4 M 3 M124 CHAUNCEY SWAN LEVEL 4 N 1l32• = r-0• REPLACE MOTORIZE DAMPERACTUATOR M INSTALL THERMOSTAT AND VANDAL GUARD IN THIS LOCATION ON 4TH FLOOR. INSTALL RIB T BETWEEN TSTAT AND EXHAUST FAN/ MOTORIZED DAMPER. ACTIVATE RIB LED LIGHT WHENEVER EXHAUST FAN IS ENABLED. ®N 2 CHAUNCEY SWAN LEVEL 1 - NORTH STAIR TOWER Ire. =1,-0. _ E R D-7 6 EF- EPLACE EXISTING EXHAUST FAN WITH NEW EF-2 N q HAUNCEY SWAN ROOF - NORTH STAIR TOWER C D E �F �U W 2 ZLx Oa a aQ �a Ucr ao z oW 3 LLO z a p Q Oz U F n U i F A EXHAUST FAN SCHEDULE MARK LOCATION CFM S.P (IN WC) HP VOLTSIPHASE MOUNTING DESIGN BASIS REMARKS EF-1 SOUTH ELEVATOR/STAIRWELL 875 0.5 1/6 11511 CURB GREENHECK G-120-B 1,2 EF-2 NORTH ELEVATORISTAIRWELL 875 0.5 1/6 115 / 1 CURB GREENHECK G-120-B 1,2 REMARKS: 1. PROVIDE NEW BACKDRAFT DAMPER. 2. MOUNT ON EXISTING GRV CURB. REPLACE GRV-1 ON ROOF WITH EF-1 INSTALL THERMOSTAT AND VANDAL GUARD. INSTALL RIB BETWEEN T-STAT AND EXHAU FAN/ MOTO D t DAMPER. ACTIV E RIB T a 1, 1, + LED Lj W NEVER -M ,III STFAN IS is 7hhENABLED. EIGRV-2 —� N�COURT STREET LEVEL6-SOUTH ELEVATOR BSTREETLEVEL6-SOUTH ELEVATOR 8: A-- -- --- 0 w z z � � U m aaay�y�yaysw O< N O d LL U IVI "I lib 5 20 i F-2 EP01 EP02 3 N TOWER PLACE LEVEL 6 1116' = 1'-0' ELECTRICAL KEYNOTE LEGEND EP01 DISCONNECT EXISTING 120V CIRCUIT FROM DEMOLISHED EXHAUST FAN AND RECONNECT TO NEW EXHAUST FAN. EP02 REMOVE EXISTING DISCONNECT SWITCH AND PROVIDE NEW NEMA 3R DISCONNECT SWITCH FUSED AT 20A. 0 jLu U �0 Of ea L � L Q -a -w L z >z �W 3 L0 3 0 J L C cn UJ �w �w J E116 gx 8 COURI N vie•=r-0• 34 f +)i _. CS =6 Wy S— 0 m�00w0101=♦m oov�o�oo� �ov�o�oo� �ov�o�©o® ®co�o�©cam aov�o�vo� -ov�o�vo� �oveoeo© ®ov�o�oo® oov�c�vo® -oo�o�sc® ®ov�o�eo® ocv�o�eo® ®ov�c�so� oov�a�eo® U U Z O Y � �a << aQ �w U � ao < oW OZ < < o LU Z U n U F— LU w cr- - U) ~ J � W D > O w Ci J E131 F c d R a i 88 P U� i O R z w a a 36 A A B C D E F LL _ - u� W+ 1 = € LU - so PANEL MDB ZANELLAI , ''nn YI a PANEL ITN PANEL ELEV r u Cl) c� w 2 2 90 �a aQ IL LU LU U QO 2 O W U O Z Q O Q O U H LL U O o Q p N U — HARRISON STREET LEVEL 1 3 3 U O Z Lu 1G t S� i1,`'ZOl W U) _ s m ' Z o� L J d LLJ 2 E141 A B C D E F I 2 3 F 4 A UTILITY TRANSFORMER r—/--------- 12-11 I I I I I �11400A �11011A 101A �19w L---r--r--\�--r— B MAIN SWITCHBOARD MDB — l I EP01 I 1200A, 120f209V. 30, 4W I 90A I I ELEVATOR ELEVATOR A3 HARRISON STREET RAMP ONE -LINE C E F ELECTRICAL THERMOGRAPHIC SCAN REQUIREMENT NOTES: 1. PROVIDE THE TECHNICIAN(S) AND EQUIPMENT NECESSARY TO PERFORM AN INFRARED THERMOGRAPHIC SURVEY OF THE ELECTRICAL DISTRIBUTION SYSTEMS AS INDICATED BY REFERENCE NOTE EP01. 2. THE ELECTRICAL CONTRACTOR SHALL FOLLOW SAFETY STANDARDS AS OUTLINED IN THE 2021 NATIONAL F PROTECTION ASSOCIATION (NFPA) 70E ST FOR ELECTRICAL SAFETY AND OCCUPATIO AFETY AND HEALTH ADMINISTRATION (OSHA) GUIDE THE ELECTRICAL CONTRACTOR SHALL UND KE THE FOLLOWING TASKS. 2.1. REMOVE PANEL RS 2.2. CONDUCT UAL INSPECTION OF EQUIPMENT AND CONN DNS, NOTING SURFACE EQUIPMENT CONDITIONS HYSICAL CONDITION. 2.3. RFORM AN INFRARED SCAN OF ALL CONNECTIONS. PROVIDE A DETAILED REPORT OF THE SCAN RESULTS AND RECOMMENDATIONS. 2.5. PROVIDE PANEL INTERIOR PHOTOS. 2.6. PROVIDE A UNIT PRICE FOR THE FOLLOWING TYPICAL CORRECTIVE MEASURES. POWER OUTAGES WOULD BE SCHEDULED WITH THE OWNER. 2.6.1. SECURE LOOSE CONDUCTOR CONNECTION FOR PANEL FEEDER CONDUCTORS. 2.6.2. SECURE LOOSE CONDUCTOR CONNECTION FOR ONE PANEL BRANCH CIRCUIT CONDUCTOR. 2.6.3. REPLACEMENT OF FAULTY 3-POLE CIRCUIT BREAKERS; SIZES 400A,200A,100A. 2.6.4. REPLACEMENT OF FAULTY BRANCH CIRCUIT BREAKER; SIZE 20A11 P. ELECTRICAL KEYNOTE LEGEND EP01 ELECTRICAL CONTRACTOR SHALL PERFORM AN INFRARED SCAN OF THE INDICATED ELECTRICAL EQUIPMENT. SEE SHEET E500 FOR MORE INFORMATION. to 0 6U w 2 Zr, 4a o_ o. w U� QD Z 3Q } Ow Oz a o 3 z g UH 0 o v N Q 3 N f U 0— 3 4 y C YQ > W Om z �aaa�`aww E501 A B C D E T F Prepared by: Ethan Yoder Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319)356-5145 Resolution No. 23-165 Resolution setting a public hearing on June 20, 2023 on project manual and estimate of cost for the construction of the 2023 City of Iowa City Parking Garages Maintenance and Repair 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 Parking Facility Restoration Repair account #T3004. 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 201h day of June, 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 June 2023 r Approved by Attest: i - City berk City Attorney' Office (Jennifer Schwickerath - 06/01/2023) It was moved by Taylor and seconded by Alter the Resolution be adopted, and upon roll call there were: Ayes: X X X X X X X Nays: Absent: Alter Bergus Dunn Harmsen Taylor Teague Thomas CITY CLERK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWA CITY fA 522401825 State of Wisconsin County of Brown, ss.: edia PRESS -CITIZEN MEDIA PART OF THE USA TODAY NETWORK This is not an invoice # of Aifiidavitsl AFFIDAVITOF PUBLICATION The undersigned, being first duty sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and tha an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in the Iowa City Press Citizen on the issues dated: 0005731487 6112/23 06/12i2023 $43.07 (' Copy of Advertisement Exhibit "A" ufi " cr,be d"sworn fo before me by said affiant this 12 day of June. 2023 Notary Public Commission expires KATHLEEN ALLEN Notary Public State of Wisconsin Prepared by: Ethan Yoder Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319) 356-5145 Resolution No. 23-185 Resolution approving project manual and estimate of cost for the construction of the 2023 City of Iowa City Parking Garages Maintenance and Repair 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 Parking Facility Restoration Repair account #T3004. 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 181 day of July, 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 111 day of August, 2023, or at a special meeting called for that purpose. Passed and approved this 20th day of June , 2023. �f M )) r Approved by Attest: City Clerk City Atto ey's Office (Jennifer Schwickerath - 06/12/23) Resolution No. 23-185 Page 2 It was moved by Alter and seconded by Bergus the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Alter Bergus Dunn Harmsen Taylor Teague Thomas alh-�; 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 2023 Parking Garages Maintenance & Repair Classified ID: 111687354383 A printed copy of which is attached and made part of this certificate, provided on 06/22/2023 to be posted on the Iowa League of Cities internet site on the following date: 2023-06-22 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 06/22/2023 j— � w, -k4 ) /' ---7 Alan Kemp, Executive Director 0011 60 NOTICE TO BIDDERS 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on July 18, 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 Emma J. Harvat Hall at 6:00 P.M. on the 1 st day of August 2023, or at special meeting called for that purpose. The Project will involve the following Structural repair and protection improvements at the Dubuque Street and Tower Place Parking Ramps. Stair tower HVAC improvements and associated electrical equipment at the Tower Place, Chauncey Swan, and Court Street parking ramps. Infrared scanning of electrical equipment at the Harrison Street parking ramp. All work is to be done in strict compliance with the Project Manual prepared by Shive-Hattery, Inc. of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file or 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(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Late Start Date September 5, 2023 Substantial Completion: November 17, 2023 Final Completion: December 15, 2023 Liquidated Damages: $250.00 per day 2023 Parking Garage Maintenance & Repair Project 00 11 60 — Page 3 of 4 All of the bid items listed in Section 00 42 10 — Proposal shall be completed by the Substantial Completion Date. 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 reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK 2023 Parking Garage Maintenance & Repair Project 00 11 60 — Page 4 of 4 Ashley Platz From: Cindy Adams <CAdams@mbi.build> Sent: Thursday, June 22, 2023 8:41 AM To: Ashley Platz Subject: Certificate for Notice to Bidders Attachments: We sent you safe versions of your files; 06.22.23 Notice To Bidders.pdf i i 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 - 2023-25 Seeding — Dubuque Street, McCollister Boulevard, & Landfill Project Iowa City — 2023 Parking Garages Maintenance And Repair 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): June 22, 2023 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. June 22, 2023 Date President/CEO of The Construction Update Plan Room Network Cindy Adams CdtlLead Project Information Specialist Construction Update Network M (515) 402.9858 1 E CAdams@M8l.Wld W www1owaConstructionUodate.com Effective 5/30/23 Our summers hours begin. 7:30 AM — 4:00 PM DAILY NOTICE TO BIDDERS construction update CLI 00 1160 NOTICE TO BIDDERS 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on July 18, 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 Emma J. Harvat Hall at 6:00 P.M. on the 1 st day of August 2023, or at special meeting called for that purpose. The Project will involve the following: Structural repair and protection improvements at the Dubuque Street and Tower Place Parking Ramps. Stair tower HVAC improvements and associated electrical equipment at the Tower Place, Chauncey Swan, and Court Street parking ramps. Infrared scanning of electrical equipment at the Harrison Street parking ramp. All work is to be done in strict compliance with the Project Manual prepared by Shive-Hattery, Inc. of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file or 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(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Late Start Date September 5, 2023 Substantial Completion: November 17, 2023 Final Completion: December 15, 2023 Liquidated Damages: $250.00 per day 2023 Parking Garage Maintenanoe & Repair Project 00 1160 - Page 3 of 4 All of the bid items listed in Section 00 42 10 — Proposal shall be completed by the Substantial Completion Date. 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 reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK 2023 Parking Garage Maintenance & Repair Project 00 1160 - Page 4 of 4 Prepared by: Ethan Yoder, Engineering Division, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5145 Resolution No. 23-211 Resolution rejecting bids received July 18, 2023 for the 2023 City of Iowa City Parking Garage Maintenance and Repair Project. Whereas, bids were received on July 18, 2023 for the 2023 City of Iowa City Parking Garage Maintenance and Repair Project; and Whereas, only one bid was submitted and it exceeded the Engineer's Estimate by more than 60%; and Whereas, the Department of Public works recommends that Council reject all bids, and Whereas, funds for this project are available in the Parking Facility Restoration Repair account #T3004; and Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. All bids received on July 18, 2023, for the 2023 City of Iowa City Parking Garage Maintenance and Repair Project are rejected. 2. The current bid package will be evaluated for the best course of action to be rebid at a later date. Passed and approved this 1st day of August , 2023 r MaWr Attest: Q 0) _ ?7 City Clerk Approved by City Attorn y's Office (Liz Craig — 07/27/2023) It was moved by Taylor and seconded by Thomas the Resolution be adopted, and upon roll call there were: Ayes: X x X X X Nays: Absent: Alter Bergus Dunn Harmsen Taylor Teague Thomas CITY OF IOWA CITY UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT STRUCTURAL IOWA CITY, IOWA City of Iowa City Project No. T3004 W August 11, 2023 2023 Parking Garages Maintenance and Repair Project — Structural Shive-Hattery - 1207932 0001 05 CERTIFICATIONS PAGE xo1 %1{11111111/11 1 hereby certify that this engineering document was prepared by me or f-ssloN�I 'qQ O� �4��c�x�i direct that licensed - - - - Professional Engp ee�under the laws of theState of Iowa.my • Nms ��4.'• Signature: " Date: August 11, 2023 ANTONYJ. ALTENHOFEN = Name: Tony J. Altenhofen, P.E. Iowa License Number: 23470 • 23470 • • • • My license renewal date is December 31, 2023 Pages, Sheets, or Divisions covered by this seal: Divisions 3-9 ''//i��ii *�O' 'A* `\������` 77777111t 111 t41111���� W ` n W 2023 Parking Garages Maintenance and Repair Project — Structural Shive-Hattery - 1207932 0001 10 TABLE OF CONTENTS DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS 0001 05 Certifications Page 0001 10 Table of Contents 0011 60 Notice to Bidders 0011 70 Notice of Public Hearing 0021 10 Instructions to Bidders 0042 10 Proposal 00 43 05 Bidder Status Form 0043 10 Bid Bond Form 00 45 10 Contract Compliance 00 45 20 Wage Theft Policy 00 52 10 Agreement 0061 10 Performance, Payment, and Maintenance Bond 00 72 00 General Conditions 00 73 00 Supplementary Conditions DIVISION 03 CONCRETE 0301 00 Concrete Restoration and Cleaning DIVISION 05 METALS 05 50 00 Metal Fabrications DIVISION 07 THERMAL AND MOISTURE PROTECTION 07 1200 Elastomeric Traffic -Bearing Membrane System 07 92 00 Joint Sealants DIVISION 09 FINISHES 09 90 00 Painting and Coating c-n w 2023 Parking Garages Maintenance & Repair Project - Structural 00 11 60 — Page 1 of 3 0011 60 NOTICE TO BIDDERS 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT STRUCTURAL Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on September 26, 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 Emma J. Harvat Hall at 6:00 P.M. on the 3rd day of October 2023, or at special meeting called for that purpose. The Project will involve the following: Structural repair and protection improvements at the Dubuque Street and Tower Place Parking Ramps. All work is to be done in strict compliance with the Project Manual prepared by Shive-Hattery, Inc. of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file or 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,Iuarantee the maintenance of the improvement for a period of one (1) year(s) from and after its compldtl6n and formal acceptance by the City Council -., The following limitations shall apply to this Project: Start Date November 6, 2023 Substantial Completion: May 24, 2024 = Final Completion: June 7, 2024 Liquidated Damages: $250.00 per day after either completion date n All of the bid items listed in Section 00 42 10 — Proposal shall be completed by the Substantial Completion Date. 2023 Parking Garages Maintenance & Repair Project - Structural 00 11 60 — Page 2 of 3 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 reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK i 1 CA W 2023 Parking Garages Maintenance & Repair Project - Structural 00 11 60 — Page 3 of 3 0011 70 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT — STRUCTURAL 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 2023 Parking Garages Maintenance and Repair Project — Structural in said city at 6:00 p.m. on the 3rd day of October, 2023, said meeting to be held in the Emma J. Harvat Hall in 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 Structural repair and protection improvements at the Dubuque Street and Tower Place parking ramps. 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 r� N 7-1 2023 Parking Garages Maintenance and Repair Project - Structural 00 11 70 — Page 1 of 1 C� 1:S +I 0021 10 Z INSTRUCTIONS TO BIDDERS 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT STRUCTURAL ARTICLE 1 - DEFINITIONS 1.1 Bidding documents include the bidding requirements and the contract documents. The bidding requirements include the Advertisement or Invitation to bid, Instructions to Bidders, the Bid Form, other sample bidding and contract forms, and the Contract Forms including addenda issued prior to receipt of bids. 1.2 The contract documents for the work consist of the Owner/Contractor Agreement, the Conditions of the Contract (General and Supplementary Conditions), the Drawings, the Specifications and all addenda issued prior to, and all modifications issued after execution of the Contract. 1.3 Definitions set forth in AIA document A201, "General Conditions of the Contract for Construction", 2007 edition, or in other Contract Documents are applicable to the bidding documents. A. Addenda are written or graphic instruments issued by the Architect prior to execution of the Contract which modify or interpret the Bidding Documents by addition, deflection, clarifications, or correction. B. A bid is a complete and properly signed proposal to do the work or designated portion thereof for the sums stipulated therein, submitted in accordance with the bidding documents. C. The base bid is the sum stated in the bid for which the Bidder offers to perform the work described in the bidding documents as the Base, to which work may be added, or from which work may be deducted for sums stated in alternate bids. D. An alternate bid (or Alternate) is an amount stated in the bid to be added to or deducted from the amount of the base bid if the corresponding change in the work, as described in bidding documents, is accepted. E. A unit price is an amount stated in the bid as a price per unit of measurement for materials or services as described in the bidding documents or in the contract 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. 2.2 The Bidder has read and understands the bidding documents or contract documents, to the extent that such documentation relates to the work for which the bid is submitted. 2.3 The bidder has visited the site, has become familiar with local conditions under which the work is to be performed, and has correlated the bidder's personal observations with the requirements of the contract documents. 2.4 The bid is based upon the materials, equipment and systems required by the bidding documents without exception. 2023 Parking Garages Maintenance & Repair Project - Structural 00 21 10 — Page 1 of 6 ARTICLE 3 — BIDDING DOCUMENTS 3.1 Copies A. 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. 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 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 ha a complete _.... I.:IY� ... set of bidding documents. c-� B. Copies of addenda will be made available for inspection wherever bidding documents are on file for that purpose. i sr a� 2023 Parking Garages Maintenance & Repair Project - Structural 00 21 10 — Page 2 of 6 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 in ink. The Bidder may submit computer -generated unit price table. 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 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 total bid, including all added alternates (do not deduct the amount of deducted alternates), 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 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 asaapenalty. B. Surety bond shall be written on enclosed Bid Bond Form (Section 00 43 10) bonnd 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. 2023 Parking Garages Maintenance & Repair Project - Structural 00 21 10 — Page 3 of 6 C. The Owner will have the right to retain the bid security of bidders to whom an award is being considered until either: 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. See Section 00 43 05 for the Worksheet: Authorized to Transact Business and 875 Iowa Administrative Code Chapter 156 (73A), found at the following website: https://www.legis.iowa.gov/docs/iac/chapter/08-15-2018.875.156.pdf for assistance in completing the form. B. 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. C. Submittals include two separate sealed envelopes: Envelope 1: Bid Security and Bidder Status Form Envelope 2: Proposal D. Bids shall be deposited at the designated location prior to the time and date for receipt of bids. Sealed bids may be delivered in person on Mondays through Fridays 8:00 am to 5:00 pm. 1. Location: Office of City Clerk, City Hall 410 East Washington Street Iowa City, Iowa 52240 2. Time and Date BEFORE: 3:00 P.M. on September 26, 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; w A. A bid may not be modified, withdrawn, or cancelled by the bidder after the sfilzilated time and date designated for the receipt of bids, and each bidder so agrees in submitting its bid. 2023 Parking Garages Maintenance & Repair Project - Structural 00 21 10 — Page 4 of 6 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 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 bid and the accepted alternates. ARTICLE 6 — POST -BID INFORMATION 6.1 Submittals A. The names of those persons, firms, companies, or other parties with whom the bidder intends to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsible bidder. B. The bidder shall, within seven (7) days of notification of selection for the award of a 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 Architect3�nd the Owner the reliability and responsibility of the persons or entities proposed to furnish ai3@ perform the work described in the bidding documents. 2023 Parking Garages Maintenance & Repair Project - Structural 00 21 10 — Page 5 of 6 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 is to be commenced prior thereto in response to a letter of intent, the bidder shall, prior to commencement of the work, submit evidence satisfactory to the Owner that such bonds will be furnished and delivered. B. The bonds shall be written on the "Performance, 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 on September 14, 2023 at 1:00 p.m. at City Hall, located at 410 East Washington Street, Iowa City. 8.2 Parking A. Parking available in Chauncey Swan Parking Ramp. =J c.rt .n 2023 Parking Garages Maintenance & Repair Project - Structural 00 21 10 — Page 6 of 6 004210 PROPOSAL 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT STRUCTURAL CITY OF IOWA CITY BIDDERS PLEASE NOTE: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE PROJECT MANUAL. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITH THIS DOCUMENT. 2. The following documents must be submitted as printed. No alterations, additions, or deletions are allowed. If the Bidder notes a requirement in the contract documents that the Bidder believes will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the Engineer in writing. The Engineer will issue any necessary interpretation by an addendum. Name of Bidder: Address of Bidder: BIDS RECEIVED BEFORE: 3:00 P.M. local time on September 26, 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, materials and equipment, all supervision, coordination, and all related incidentals necessary to perform the work to complete 2023 Parking Garages Maintenance and Repair Project - Structural strict accordance with the Project Manual and the Drawings dated August 11, 2023 including Addenda numbered and , inclusive, prepared by Shive-Hattery, Inc. and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. BASE BID: : Dollars ($ ) 2023 Parking Garages Maintenance & Repair Project - Structural 00 42 10 — Page 1 of 4 BID ITEM DESCRIPTION UNITS ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1. New Membrane SF 686 2. Concrete Crack Repair LF 57 3. Painting SF 2910 4. Stair Tread Replacement EA 36 5. Sealant Replacement LF 182 6. Slab S all Repair SF 1 7. Vertical S all Repair SF 1 8. Miscellaneous Steel Repair LS 1 9. Mobilization LS 1 TOTAL EXTENDED AMOUNT (Base Bid) _ $ The Bidder may submit computer -generated unit price table. 2023 Parking Garages Maintenance & Repair Project - Structural 00 42 10 — Page 2 of 4 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: NAME OF SUBCONTRACTORS I TYPE OF WORK I APPROXIMATE COSTS 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. 2023 Parking Garages Maintenance & Repair Project - Structural 00 42 10 — Page 3 of 4 The Undersigned Bidder is a/an: Individual, Sole Proprietorship Partnership Corporation Limited Liability Company Joint Venture Other Its public registration number issued by the Iowa Commissioner of Labor, pursuant to Section 91 C.5 of the Iowa Code is: Failure to provide said Registration Number shall result in the bid being read under advisement. A contract will not be executed until the contractor is registered to do business in the State of Iowa. Bidder's Name Signature Printed Name Title Street Address City, State, Zip Code Telephone Number ti NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. 2023 Parking Garages Maintenance & Repair Project - Structural 00 42 10 — Page 4 of 4 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 Chaoter 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: (mmlddlyyyy) City, State, Zip Code: Dates: to Address: (mmlddlyyyy) City, State, Zip Code: Dates: to Address: (mmlddlyyyy) 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 sheets) if needed. To be completed by all bidders Part D 1 certify that the statements made on this document are true and complete to the best of my knowledge and�4now that my failure to provide accurate and truthful information may be a reason to reject my bid. w loft Firm Name: Signature: — Date: w. x�. 2023 Parking Garages Maintenance and Repair Project - Structural 00 43 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 artic!es 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. o .�t 2023 Parking Garages Maintenance and Repair Project - Structural 00 43 05 — Page 2 of 2 004310 BID BOND FORM 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT STRUCTURAL 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 2023 Parking Garages Maintenance and Repair Project — Structural. 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 , A.D., 2023. Witness Witness M Principal Surety (Attorney -in -fact) Attach Power -of -Attorney, if applicable •('Seal) day of 2023 Parking Garages Maintenance and Repair Project - Structural 00 43 10 — Page 1 of 1 004510 CONTRACT COMPLIANCE "'I ,,r ! F A g; 59 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. 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. 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. 2023 Parking Garages Maintenance & Repair Project - Structural 00 45 10 — Page 1 of 6 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employmer-t.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. 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. 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 2023 Parking Garages Maintenance & Repair Project - Structural 00 45 10 — Page 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 pr videwass+stame 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 2023 Parking Garages Maintenance & Repair Project - Structural 00 45 10 — Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY fl" Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 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 perform the job applied for?" Only use job -related tests which do not adversely affect any particular group of people. g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. 2023 Parking Garages Maintenance & Repair Project - Structural 00 45 10 — Page 4 of 6 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,,trpn,.fgr and training are based upon a fair assessment of an employee's ability acid 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:HcodeIibrarV.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. 2023 Parking Garages Maintenance & Repair Project - Structural 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. 2023 Parking Garages Maintenance & Repair Project - Structural 00 45 10 — Page 6 of 6 t k 7v 00 45 20 WAGE THEFT POLICY-71 r.1)C 14 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. 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); C. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or d. Other factors that the person or entity believes are relevant. The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. 2023 Parking Garages Maintenance and Repair Project - Structural 00 45 20 — Page 1 of 2 WAGE THEFT AFFIDAVIT 7073 AUG 14 AM 10= 00 , certify under penalty of perjury and pursuant to the laws of the State of Iowa that the following is true and correct: I 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 2023 Parking Garages Maintenance and Repair Project - Structural 00 45 20 — Page 2 of 2 005210 In;0G AGREEMENT 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT STRUCTURAL 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 11th day of August 2023, for the 2023 Parking Garages Maintenance and Repair Project - Structural ("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. 2023 Parking Garages Maintenance and Repair Project - Structural 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,: -Hare• -'as follows (or�`s�hown on an attachment): NAME OF SUBCONTRACTORS I TYPE OF WORK I APPROXIMATE COSTS DATED this day of , 2023 (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) naa Tely/210l Ilya City Attorney's Office Printed Name of Contractor Officer Title of Contractor Officer ATTEST: (Company Official) 2023 Parking Garages Maintenance and Repair Project - Structural 00 52 00 — Page 2 of 2 0061 10 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT STRUCTURAL 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 Oblige (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of 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 that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the day of (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Structural repair and protection improvements at the Dubuque Street and Tower Place parking ramps. Stair tower HVAC improvements and associated electrical equipment at the Tower Place, Chauncey Swan, and Court Street parking ramps. Infrared scanning of electrical equipment at the Harrison Street parking ramp. 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. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 2023 Parking Garages Maintenance and Repair Project - Structural 00 61 10 — Page 1 of 4 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: a. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of one year(s) (1) from the date of 66cepfan e of the word Lander the Contract, by reason of defects in workmanship or materials used in construction of said work; - 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: 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 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. That no provision of this Bond or of any other contract shall be valid that limits to less than one year(s) (1) 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. 2023 Parking Garages Maintenance and Repair Project - Structural 00 61 10 — Page 2 of 4 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. 2023 Parking Garages Maintenance and Repair Project - Structural 00 61 10 — Page 3 of 4 PRINCIPAL: 0 Printed Name of Contractor Officer Signature of Contractor Officer Title of Contractor Officer 0 SURETY: Surety Company Name Signature of Attorney -in -Fact 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 CD Q +" n 2023 Parking Garages Maintenance and Repair Project - Structural 00 61 10 — Page 4 of 4 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. 2023 Parking Garages Maintenance and Repair Project - Structural 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 strike;-eut and additions to the AIA A201 are indicated as "bold italic". D. The OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Law or Regulations in respect to any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to any dispute arising between the parties or under the Contract Documents. E. Delete all references to mediation and arbitration in their entirety. 1.2 ARTICLE 1 - GENERAL PROVISIONS A. 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. 2023 Parking Garages Maintenance and Repair Project - Structural 00 72 00 — Page 1 of 21 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 Feseipt G 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 as appFopriate Change QrdeF shall be issued deduGtimRg the Owner may deduct from payments then or thereafter due the Contractor the reaseaable 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. Sty aptlep appFaval 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 kaew+Rgly failed to report it to the Architect. If the Contractor performs any construction activity knoWi g 4 iRvelves involving a recognized error, inconsistency or omission in the Contract Documents without such notice to the Architect, the Contractor shall assume appFepriate responsibility for such performance and shall bear an apprepFiate 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. 2023 Parking Garages Maintenance and Repair Project - Structural 00 72 00 — Page 2 of 21 B. Change Paragraph 3.3.2 to read as follows: 3.3.2 The Contractor shall be responsible to the Owner for acts and omissions of the Contractor's employees, Subcontractors, Sub -subcontractors, vendors, material providers and suppliers and their agents and employees, and other persons performing portions of the Work under a contract with the Contractor or any of its Subcontractors. C. Add the,following 3.3.4: 3.3.4 Contractor shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. Contractor shall provide to Owner and Architect the phone number and/or paging service of this individual. D. Change Paragraph 3.4.1 to read as follows: 3.4.1 Unless otherwise provided in the Contract Documents, the Contractor shall provide and pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, storage, parking and other facilities and services necessary for proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. Should the Contract Documents require work to be performed after regular working hours or should the Contractor elect to perform work after regular hours, the additional cost of such work shall be borne by the Contractor. E. Add the following Paragraphs 3.4.4 through 3.4.6: 3.4.4 Whenever any provisions of the Contract conflict with any agreements or regulation of any kind in force among members of any trade association, unions or councils, which regulate what work shall be included in the work of particular trades, the Contractor shall make all necessary arrangements to reconcile any such conflict without delay or cost to the Owner and without recourse to the Architect or the Owner. 3.4.5 After the Contract has been executed, the Owner and the Architect will consider a formal request for the substitution products in place of those specified only under the conditions set forth in Section 0160 00 - Post Bid Substitutions. 3.4.6 By making requests for substitutions based on Subparagraph 3.4.4 above, the Contractor. .1 represents that the Contractor has personally investigated the proposed product and determined that it is equal or superior in all respects to that specified. .2 represents that the Contractor will provide the same warranty for the substitution that the Contractor would for that specified. .3 certifies that the cost data presented is complete and includes all related costs under this Contract except the Architect's redesign costs, and waives all claims for additional costs related to the substitution which subsequently become apparent; and 2023 Parking Garages Maintenance and Repair Project - Structural 00 72 00 — Page 3 of 21 e.; ` .4 will coordinate the installation of the accepted substitute, making such changes as may be required for the Work to be complete in all respects. _ .5 will adhere to the contract schedule F. Change Paragraphs 3.5 to read as follows: 3.5 The Contractor warrants to the Owner and Architect that materials and equipment furnished under the Contract will be of good quality and new unless the Contract Documents require or permit otherwise. The Contractor further warrants that the Work will conform with the requirements of the Contract Documents and will be free from defects, permit. Work, materials or equipment not conforming to these requirements may be considered defective. The Contractor's warranty excludes remedy for damage or defect caused by abuse, alterations to the Work not executed by the Contractor, improper or insufficient maintenance, improper operation, or normal wear and tear and normal usage. If required by the Architect, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. G. Change Paragraph 3.6.1 to read as follows: The Contractor shall pay sales, consumer, use and similar taxes for the Work provided by the Contractor that are legally enacted when bids are received or negotiations concluded, 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 se►y 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 apprepr+ate responsibility for such Work and shall bear the costs attributable tO the GGrre 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 2023 Parking Garages Maintenance and Repair Project - Structural 00 72 00 — Page 4 of 21 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� after first observance of the s conditions. The Architect will promptly investigate such conditions and, if the Architect determines that they differ materially and cause an increase or decrease - ' = in the Contractor's costs of or time required for performance of any part of the work, will recommend an equitable adjustment in the Contract Sum or Contract Time, or ;# both. If the Architect determines that the conditions at the site are not materially different from those indicated in the Contract Documents and that no change in the terms of the Contract is justified, the Architect shall promptly notify the Owner and Contractor in writing, stating the reasons. if either part„ disputes the ArnhiteGt'o 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 GReGepy e 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 2023 Parking Garages Maintenance and Repair Project - Structural 00 72 00 — Page 5 of 21 from performance of the Work, provided that such claim, damage, loss or expense c; is attributable to bodily injury, sickness, disease or death, or to injury to or c:'^ destruction of tangible property (ether than th 'lerk , 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, U iRdeFRRified . Such obligation shall not be construed to negate, abridge, or reduce other rights or �. obligations of indemnity that would otherwise exist as to a party or person described in this Paragraph 3.18. Nothing in the foregoing Paragraph 3.18.1 is intended or shall be deemed to constitute an indemnification by the Contractor against the negligence of any of the parties to be otherwise indemnified pursuant to Paragraph 3.18.1. 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, Gentraster 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. 2023 Parking Garages Maintenance and Repair Project - Structural 00 72 00 — Page 6 of 21 D. Change Paragraphs 4.2.5 through 4.2.6 to read as follows: 4.2.5 Based on the Architect's observations and evaluations of the Contractor's Applications for Payment, the Architect will review and certify recommend to the Owner the amounts due the Contractor and will issue Certificates for Payment in such amounts. 4.2.6 The Architect has authority to reject Work which does not conform to the Contract Documents. Whenever the Architect considers it necessary or advisable b for implementation of the intent of the Contract Documents, the Architect will have authority to recommend to the Owner to require additional inspection or testing of the Work in accordance with Subparagraphs 13.5.2 and 13.5.3, whether or not such Work is fabricated, installed or completed. However, neither this authority of the Architect nor a decision made in good faith either to exercise or not to exercise such authority shall give rise to a duty or responsibility of the Architect to the Contractor, Subcontractors, material and equipment suppliers, their agents or employees, or other persons performing portions of the Work. E. Change Paragraphs 4.2.10 through 4.2.12 to read as follows: 4.2.10 If the Owner and Architect agree, the Architect will provide one or more project representatives to assist in carrying out the Architect's responsibilities at the site. 4.2.11 The Architect will interpret and make recommendations to the Owner regarding deride 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 derisieRs 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 derlSi9RS, 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 deris'GR6 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. 2023 Parking Garages Maintenance and Repair Project - Structural 00 72 00 - Page 7 of 21 1.7 W. C. "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 r . 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 t _ responsibilities which the Contractor, by these Documents, assumes toward the Owner and Architect. Each subcontract agreement shall preserve and protect the rights of the Owner and Architect under the Contract Documents with respect to the Work to be performed by the Subcontractor so that subcontracting thereof will not prejudice such rights, and shall allow to the Subcontractor, unless specifically provided otherwise in the subcontract agreement, the benefit of all rights, remedies and redress against the Contractor that the Contractor, by the Contract Documents, has against the Owner. Where appropriate, the Contractor shall require each Subcontractor to enter into similar agreements with Sub -subcontractors. The Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract agreement, copies of the Contract Documents to which the Subcontractor will be bound, and, upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of the proposed subcontract agreement which may be at variance with the Contract Documents. Subcontractors shall similarly make copies of applicable portions of such documents available to their respective proposed Sub -subcontractors. All warranties provided by the Subcontractors, including all express and implied warranties in the Contract Documents and the agreements between the Contractor and the Subcontractors and all warranties provided by law, shall run to and be for the benefit of the Owner, and the Owner shall have a direct right of action against the Subcontractors for any breach of said warranties. 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 wreRgfully causes to completed or partially completed construction or to property of the Owner or separate contractors as provided in Subparagraph 10.2.5. 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: 2023 Parking Garages Maintenance and Repair Project - Structural 00 72 00 — Page 8 of 21 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 r 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 (155,o) of the cost. .2 For the Contractor, for Work performed by Subcontractor, ten percent .� (10 o) of the amount due the Subcontractor. .3 For each Subcontractor, or Sub -subcontractor involved, for any Work performed by such contractor's own forces, fifteen percent (15%) of the cost. .4 For each Subcontractor, for Work performed by the Sub - subcontractors, five percent (55,o) 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, unusual delay OR deliveFie , unavoidable casualties or other causes beyond the Contractor's control, or by delay autheFized by the QWReF peRdiRg 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. 2023 Parking Garages Maintenance and Repair Project - Structural 00 72 00 — Page 9 of 21 D. Delete Paragraph 8.3.3 in its entirety. E. Add Paragraph 8.4 LIQUIDATED DAMAGES to read as follows: Since the actual monetary value of damages sustained by the Owner as a result of delayed completion of the Work is extremely difficult or impractical to assess, the Owner and Contractor agree as follows: 1. Upon failure of the Contractor to achieve "Substantial Completion" of the Work in compliance with requirements of the Contract Documents: The Contractor shall pay as liquidated damages, and not as a penalty, the sum of amount as listed in the Notice to Bidders (or Instruction to Bidders) for each calendar day that "Substantial Completion" is delayed beyond the date written in the Agreement, subject to adjustments of the Contract Time as provided for in the Contract Documents. r 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. WCC 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 2023 Parking Garages Maintenance and Repair Project - Structural 00 72 00 — Page 10 of 21 ' by final waivers of lien from the Contractor, Subcontractor and Suppliers who have not previously furnished such final waivers. E& 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 r a copy to the Contractor, for such amount as the Architect determines is properly due, or notify the Contractor and Owner in writing of the Architect's reasons for withholding certification in whole or in part as provided in Subparagraph 9.5.1. Nothing herein shall be construed as requiring the Architect to reduce the retainage to be applied to payment applications. All certifications and payments, including those pursuant to a pending claim, shall be tentative and conditional and it shall not be necessary for the Architect to make any statement to this effect. C. Add Paragraph 9.4.2.1: 9.4.2.1 The Architect's determination as to the issuance of or withholding of or the amount of payment reflected on Certificates of Payment shall subject the Architect to no liability whatsoever to the Owner, Contractor, Surety, or any other person. D. Change Paragraph 9.6.1 to read as follows: 9.6.1 The Owner shall make partial payments to the Contractor within 30 days after the Owner has received a Certificate for Payment from the Architect. To insure proper performance of the Contract, the Owner will retain 5% of each payment amount or such larger amount as will insure that there always remains a sufficient balance to complete the work, such retainage to be held until Final Acceptance of Work and shall so notify the Architect. E. Change Paragraph 9.8.4 to read as follows: When the Work or designated portion thereof is substantially complete, the Architect will prepare a Certificate of substantial Completion that shall establish the date of Substantial Completion, shall establish responsibilities of the Owner and contractor for security, maintenance, heat, utilities, damage to the Work, and insurance, and shall fix the time within which the contractor shall finish all items on the list accompanying the Certificate. Warranties Fequired by the GeRtraGt Substantial Completion. 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. 2023 Parking Garages Maintenance and Repair Project - Structural 00 72 00 — Page 11 of 21 ` G. Add Paragraph 9.10.7: 9.10.7 Warranties required by the Contract Documents, including those stated in the performance and payment bond, shall commence on the date of final, formal acceptance of the work by the City. 1.11 ARTICLE 10 - PROTECTION OF PERSONS AND PROPERTY A. Add Paragraph 10.1.1. 1. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Owner prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. B. Change Paragraph 10.2.4 to read as follows: 1. When use or storage of explosives or other hazardous materials or equipment or unusual methods are necessary for the execution of the Work, the Contractor shall give the Owner reasonable advance notice and shall exercise utmost care and carry on such activities under supervision of properly qualified personnel. C. Add Paragraph 10.2.9: 10.2.9 When required by law or for the safety of the Work, the Contractor shall shore up, brace, underpin and protect foundations and other portions of existing structures which are in any way affected by the Work. The Contractor, before commencement of any part of the Work, shall give any notices required to be given to adjoining landowners or other parties. The Owner shall be notified once these notices have been served and before the work is performed. 1.12 ARTICLE 11 -INSURANCE AND BONDS A. Change Paragraph 11.1.1.5 to read as follows: .5 claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including explosion, collapse and damage to underground utilities and loss of use resulting therefrom; B. Change Paragraph 11.1.2 to read as follows: 11.1.2 The insurance required by Subparagraph 11.1.1 shall be written for not less than limits of liability specified in the Contract Documents or required by law, whichever coverage is greater. Coverage whether shall be written on an occurrence eF Glamms rna basis and shall be maintained without interruption from the date of commencement of the Work until the date of final payment and termination of any coverage required to be maintained after final payment, and, with respect to the contractor's completed operations coverage, until the expiration of the period for correction of Work or for such other period for maintenance of completed operations coverage as specified in the Contract Documents. 2023 Parking Garages Maintenance and Repair Project - Structural 00 72 00 — Page 12 of 21 `C. Change Paragraph 11.1.3 to read as follows: cN 11.1.3 Certificates of Insurance acceptable to the Owner shall be filed with the ?= Owner prior to commencement of the Work and thereafter upon renewal or replacement of each required policy of insurance. The name, address and phone -- number of the insurance company and agent must accompany the certificate. -; The liability limits required hereunder must apply to this Project only. These certificates and the insurance policies required by this Section 11.1 shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least 30 days' prior written notice has been given to the Owner. An additional certificate evidencing continuation of liability coverage, including coverage for completed operations, shall be submitted upon final Application for Payment as required by Section 9.10.2 and thereafter upon renewal or replacement of such coverage until the expiration of the time required by Section 11.1.2. Information concerning reduction of coverage on account of revised limits or claims paid under the General Aggregate, or both, shall be furnished by the Contractor with reasonable promptness. D. Delete Paragraph 11.1.4 in its entirety and add the following Paragraphs 11.1.4 through 11.1.14: 11.1.4 Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Each Occurrence Aggregate Bodily Injury & Property Damage* $1,000,000 $2,000,000 Automobile Liability Combined Single Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Employer's Liability Each Accident $500,000 Each Employee $500,000 Policy Limit $500,000 Professional Liability (if applicable) $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. Property Damage liability insurance must provide explosion, collapse and underground coverage. Comprehensive General Liability using Insurance Services Office CG0001 or equivalent, shall include Contractual, Premises & Operations, Products & Completed Operations, Independent Contractors, Personal & Advertising Injury coverages, and Aggregate Limits of Insurance (Per Project) endorsement. Automobile Liability shall include all owned, non -owned and hired autos and also coverage for Contractual Liability. Excess Liability shall provide no less than following form coverage to the primary underlying policies. Workers Compensation shall include the Alternative Employer and Waiver of Subrogation endorsements in favor of the Owner. 2023 Parking Garages Maintenance and Repair Project - Structural 00 72 00 — Page 13 of 21 C-) 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 r required above. r- `' All liability policies above, except for Workers Compensation and Professional Liability, shall include the Owner's Governmental Immunities Endorsement. [See attached]. 11.1.5 The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 11.1.6 The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and in the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction or set off by virtue of investigation or defense costs incurred by Contractor's insurer. 11.1.7 The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self -insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self -insured retention. 11.1.8 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. 2023 Parking Garages Maintenance and Repair Project - Structural 00 72 00 — Page 14 of 21 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. .:,,,....44 C ' B. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. D. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self -insured retention than the insurance which it replaces 11.1.11 The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder or declare a default and seek specific performance or termination, as the case may be. 11.1.12 In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and 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. 2023 Parking Garages Maintenance and Repair Project - Structural 00 72 00 — Page 15 of 21 E. Delete Paragraphs 11.3 in its entirety and add Paragraphs 11.3 as follows: 11.3 PROPERTY INSURANCE 11.3.1 OWNER shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: 1 include the interests of OWNER, CONTRACTOR, Subcontractors, Owner's Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an additional insured; .2 be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, false work, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, water damage, and such other perils or causes of loss as may be specifically required by the Supplementary Conditions; .3 include expenses incurred in the repair or replacement of any insured property; .4 include $100,000 for materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by OWNER; .5 allow for partial utilization of the Work by OWNER; .6 include testing and startup; and .7 be maintained in effect until final payment is made. .8 Such coverage shall not include coverage for loses or damage caused by the negligent acts or omissions of Contractor or Subcontractors, or for damage to material or equipment while under the control of or stored by 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. 2023 Parking Garages Maintenance and Repair Project - Structural 00 72 00 — Page 16 of 21 F 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. Delete section 11.4 in its entirety and add Paragraph 11.4 to read as follows: 11.4.1 The Contractor shall furnish a Performance Bond and Labor and Material Payment Bond from a surety using the form included in the Contract Documents, each in an amount equal to the Contract Price. Cost of such Bonds shall be included in the base bid. Each alternative bid shall include the additional Bond cost. Contractor shall deliver the required Bonds to the Owner prior to the signing of the Agreement. .1 The Performance, Labor and Material Bond shall be executed in conformity with the American Institute of Architect's Document A-312 (1984 Edition), with coverage provided by a surety having a financial rating from A.M. Best of A, VII or higher. .2 Whenever the Contractor shall be and is declared by the Owner to be in default under the Contract, the Surety and Contractor are each responsible to make full payment to the Owner for any and all additional services of the Architect as defined in the Owner/Architect Agreement which are required as a result of the Contractor's default and in protecting the Owner's right under the agreement with the Contractor to remedy the Contractor's default or honor the terms of the Performance Bond. .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 2023 Parking Garages Maintenance and Repair Project - Structural 00 72 00 — Page 17 of 21 as justification for its failure to promptly remedy the default or defaults or r R 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 F L-' failure in any respect to perform and complete the Work including, but not limited to, all repair and replacement costs necessary to rectify construction error, architectural and engineering costs and fees, all consultant fees, all testing and laboratory fees, and all legal fees and litigation costs incurred by the Owner. .6 The Surety agrees that other than as is provided in the Bond it may not demand of the Owner that the Owner shall (a) perform any thing or act, (b) give any notice, (c) furnish any clerical assistance, (d) render any service, (e) furnish any papers or documents, or (t) take any other action of any nature or description which is not required of the Owner to be done under the Contract Documents. 11.4.2 Surety shall be satisfactory to the Owner and shall be authorized to do business in the state of Iowa. 1.13 ARTICLE 13 -MISCELLANEOUS PROVISIONS A. Change Paragraph 13.1 to read as follows: 13.1 The Contract shall be governed by the laws of the State of Iowa 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 delivered of GF 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. 2023 Parking Garages Maintenance and Repair Project - Structural 00 72 00 — Page 18 of 21 Cs '.f 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 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 F. Add the following Section 13.9: 13.9 The Contractor shall maintain CONTRACT COMPLIANCE PROGRAM (ANTI DISCRIMINATION REQUIREMENTS) forall contracts of$25,000 ormore, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC-1. 1.14 ARTICLE 14 -TERMINATION OR SUSPENSION OF THE CONTRACT A. Add the following Paragraph 14.2.1.5: .5 fails or refuses to provide insurance or proof of insurance as required by the Contract Documents. 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. 2023 Parking Garages Maintenance and Repair Project - Structural 00 72 00 — Page 19 of 21 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 terms 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. 'URIe S submitted OR _ timer„ maRR8F 15.1.3 Continuing Contract Performance. Pending final resolution of a Claim, except as otherwise agreed in writing or as provided in Section 9.7 and Article 14, the Contractor shall proceed diligently with performance of the Contract and the Owner shall continue to make payments for sums not in dispute in accordance with the Contract Documents. The Architect will prepare Change Orders and issue Certificates for Payment in accordance with the decisions of the Initial Decision Maker. B. Change Paragraph 15.2.5 to read as follows: 15.2.5 The Initial Decision Maker will render an initial decision approving or rejecting the claim or indicating 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 approval GF FejeGtiGR Claim by the iRitial deGiSiGR shall be final and biRding OR the paFties but 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. 2023 Parking Garages Maintenance and Repair Project - Structural 00 72 00 — Page 20 of 21 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 c.T:+ Regulations in respect of any dispute. Disputes shall be resolved by legal or s equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to any dispute arisin_q r.0 between the parties or under the Contract Documents. 2023 Parking Garages Maintenance and Repair Project - Structural 00 72 00 — Page 21 of 21 Ca SECTION 03 01 00 X CONCRETE RESTORATION AND CLEANING Structural PART 1 GEhtRRAL 1.1 SECTION INCLUDES A. Furnishing of all labor, material, equipment, supervision, and incidentals as necessary to perform the restoration to the concrete surfaces as shown on the Drawings and specified herein. B. Location 1. The Contractor shall be responsible for exact size and precise location of all necessary repairs. Approximate size and location are shown on the Drawings. The contractor is responsible for sounding concrete to determine location of saw cuts to repair entire damaged area. Coordinate with Design professional if there are any discrepancies. 1.2 QUALITY ASSURANCE A. Qualification of Manufacturer 1. Products used in the work of this section shall be produced by manufacturers regularly engaged in manufacturer of similar items and with a history of successful production acceptable to the Design Professional. B. Qualification of Workmen 1. The superintendent shall have a minimum of 5 years experience working with all repairs on the project. The superintendent must supervise his employees for proper performance of the work. If the work is found to be unsatisfactory, the superintendent and associated employees may be subject to dismissal from the project. 2. Use skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and methods needed for proper performance of the work. 3. In acceptance or rejection of the work, the Design Professional will make no allowance for lack of skill on the part of the workmen. C. Owner's Representative Observations 1. The Owner's Representative intends to review prepared areas for suitable preparation prior to installing any patch material. The Contractor shall, therefore, coordinate his patching efforts with the Owner's Representative. 2. Areas not meeting the Owner's Representative's satisfactory review shall be further prepared. 1.3 SUBMITTALS A. Submit Product Data for: 1. Polymer mortar 2. Admixture agents 3. Concrete cleaner 4. Epoxy primer 2023 Parking Garages Maintenance and Repair Project - REBID CONCRETE RESTORATION & CLEANING Project No. 1207932 0301 00-1 SECTION 03 01 00 CONCRETE RESTORATION AND CLEANING y r t Structural 1.4 DELIVERY, STORAGE AND HANDLING A. All materials shall be delivered to the job site and stored in the manufacturer's sealed, undamaged containers. Each container shall be identified with material name, date of manufacture, and lot number. Storage shall be as recommended by the manufacturer for preventing damage. 1.5 PROJECT CONDITIONS A. Environmental Conditions: The Contractor shall install the materials only when all of the following criteria can be met, or as otherwise recommended by the product manufacturer: 1. Surface receiving material shall be dry or damp (epoxy application). 2. Substrate surface temperature is above 50OF and lower than 110°F during and seven days after completion of work. B. Safety Requirements 1. Open fires and spark producing equipment shall not be in the application area until vapors have dissipated. 2. Post No Smoking signs in area during and for at least eight hours following application period. 3. Strictly adhere to special requirements of manufacturer as modified by applicable rules and regulations of local, state, and Federal authorities having jurisdiction. 1.6 MEASUREMENT A. The unit concrete repair quantities shall be measured by the contractor. The contractor shall notify the Design Professional should the quantities vary from the estimates provided for bid purposes. The contractor shall in no case exceed 10% of the bid quantity estimate, per repair location, without approval from the Design Professional. PART 2 PRODUCTS 2.1 MATERIALS A. Cement 1. All cement used in the patching mixtures shall meet the requirements of ASTM C150, Type I. B. Aggregates 1. Aggregates used in the concrete and shotcrete mixtures shall be clean sharp concrete mix (3/8-inch maximum) sand with no dust and shall meet the requirements of ASTM C33. 2. The source of the aggregate shall be subject to the approval of the Design Professional. C. Admixtures 1. Water Reducing Admixture shall conform to the requirements of ASTM C494 and shall be used strictly in accordance with the manufacturer's recommendations. D. Manufactured Polymer -Modified Mortar: Shall be premanufactured, cementitious repair compounds. The following or approved substitutes shall be used: 1. Horizontal Applications - depths <_ 3/4" a. MasterEmaco T 302 by BASF. 2023 Parking Garages Maintenance and Repair Project - REBID CONCRETE RESTORATION & CLEANING Project No. 1207932 0301 00-2 r. C111 ew" SECTION 03 01 00 - CONCRETE RESTORATION AND CLEANING Structural C-D b. Sikaquick 1000 by Sika Corporation (5 2"). C. Duraltop Flowable Mortar by The Euclid Chemical Company. m 2. Horizontal Applications - depths > 3/4" a. MasterEmaco T 302 (with aggregate) by BASF. b. Sikacrete 100 Cl or Sikacrete 421 Cl Rapid by Sika Corporation (> 1"). C. Eucocrete Supreme by The Euclid Chemical Company. 3. Vertical/Overhead Applications a. MasterEmaco N425 Cl by Master Builders Solutions. b. SikaQuick VOH by Sika Corporation. C. Speed Crete PM by The Euclid Chemical Company. E. Accessories 1. Reinforcing bars shall conform to ASTM 615, grade 60. 2. Reinforcement epoxy primer, MasterProtect P 8100AP by Master Builders Solutions, Sika Armatec 110 EpoCem by Sika Corporation, or approved equivalent. F. Concrete Cleaner 1. Heavy Duty Restoration Cleaner by Prosoco, OneRestore by EaCo Chem, Inc., or approved equivalent. 2.2 PATCHING MATERIALS A. General 1. Shallow spalls (3/4-inch average or less) shall be repaired with the following material with color and texture to match adjacent surface: a. Manufactured Polymer Modified Mortar. 2. Deep spalls (greater than 3/4-inch average depth) shall be repaired by either of the following methods with color and texture to match adjacent surface: a. Shotcrete bonded with slurry coat. b. Manufactured polymer mortar extended with supplier specified aggregate. 3. Full depth spalls shall be repaired by the following method with color and texture to match adjacent surface: a. Concrete mixture. 4. Grout pockets shall be replaced with a high-performance non -shrink grout. B. Polymer Mortar 1. Mix dry component to liquid component per manufacturer's recommendations. 2023 Parking Garages Maintenance and Repair Project - REBID CONCRETE RESTORATION & CLEANING Project No. 1207932 0301 00-3 Cw SECTION 03 01 00 CONCRETE RESTORATION AND CLEANING Structural C. Concrete Mixture (full depth) 1. ' Compressive Strength: 4000 psi 2. Aggregates: 3/4" maximum 3. Entrained Air Content: 6% ± 1/2% 4. Slump: 2" to 3" 2.3 EQUIPMENT A. General 1. It is the Contractor's responsibility to determine and use the equipment necessary for performing the work covered by this section. PART 3 EXECUTION 3.1 TYPICAL SPALLED AND DAMAGED CONCRETE REPAIR PROCEDURE A. General: The procedure given below is general and may vary slightly for each individual repair. B. Removal 1. The exact dimensions of the spall and damaged concrete repairs will be determined in the field by the Contractor and reviewed by the Design Professional at the time of construction. 2. For top surfaces of slabs, the Contractor will outline the area of spalled concrete to be removed by making a sawcut around the perimeter of the spalled area. Depth of sawcut per patch manufacturers' specifications (1/2" minimum). Corners of cuts shall be approximately 90-degree angles. 3. All loose and unsound concrete shall be removed with pneumatic jackhammers. 4. If sound concrete is reached before exposing more than 50% of the reinforcing steel, the removal shall be continued to a depth that will allow 3/4 of the reinforcing steel to be exposed. 5. If rusting of the reinforcing steel is evident, removal shall continue until the entire bar(s) has a clear distance exposure of 3/4" all around or as required to permit proper cleaning of the reinforcing. C. Surface Preparation 1. All rusted reinforcement and rust stained concrete shall be cleaned to shiny metal and clean concrete respectively. Apply epoxy primer to reinforcement. 2. The cavity shall then be blown clean with compressed air to assure that all loose particles have been removed. 3. Reinforcing bars which have lost more than 30% of their area due to corrosion shall be lap spliced with new reinforcement of the same size as the original bar. New reinforcement shall lap at least 30 bar diameters into good existing reinforcement. 4. Install new reinforcing bars and/or welded wire fabric in accordance with procedures given on the Drawings for each repair item. 5. The prepared cavity shall be inspected and approved by the Design Professional prior to placing any bonding agent or patch material. 2023 Parking Garages Maintenance and Repair Project - REBID CONCRETE RESTORATION & CLEANING Project No. 1207932 0301 00-4 3.2 SECTION 03 01 00 CONCRETE RESTORATION AND CLEANING Structural D. Installation 1. Polymer Mortar a. Use the liquid component as a priming material applied directly to the prepared concrete substrate. Apply at a rate recommended by the manufacturer. b. Immediately fill the void with polymer mortar specified above and compact into place. 2. Concrete Mixture a. Use neat cement as a priming material applied directly to the prepared concrete substrate. b. Fill the void with concrete mixture and compact into place. E. Finish 1. The surface shall be leveled to true, straight lines with screed or wood float. Patches finished higher than existing material will not be accepted. 2. The surface finish shall be brushed and/or sponged as required to match the texture of existing adjacent surfaces as close as possible. F. Curing 1. Maintain the concrete mixture in a dampened condition for at least two (2) days after placing by covering with burlap and keeping moist or as otherwise approved by the design professional. 2. Protect the patches from traffic and other damage. G. Over -banding 1. Over -band the finished and cured patches or joints as called for on the Drawings with the waterproofing membrane waterproofing specified for the facility. 2. Rate of application shall be as specified in Section 07 1200 and subject to all manufacturers requirements. CONCRETE CRACK REPAIR A. Location 1. The exact dimensions of the crack repair shall be determined in the field by the contractor and reviewed by the design professional at the time of construction. B. Preparation 1. Route all random cracks to a depth of 1/2-inch and width of 1/2-inch. Refer to detail on Drawings. 2. Sandblast the routed cracks and clean 3 inches on each side of the cracks. 3. Blow clean with compressed air. 4. If concrete deterioration exceeds the dimensions indicated above, remove all unsound concrete, and rebuild the top surface to the dimensions indicated above utilizing the spall repair procedures noted previously. 2023 Parking Garages Maintenance and Repair Project - REBID CONCRETE RESTORATION & CLEANING Project No. 1207932 0301 00-5 3.3 SECTION 03 01 00 CONCRETE RESTORATION AND CLEANING Structural 5. If backer rod is required, use closed cell polyethylene per manufacturer instructions. C. Installation 1. Fill the cracks with sealant in a manner recommended by the manufacturer of the sealant used on the job. Use a primer material prior to installing the sealant if recommended by the manufacturer of the sealant. CONTROL JOINT SEALANT REPAIR PROCEDURE A. Location 1. The exact locations of repair will be determined in the field by the contractor and reviewed by the design professional at the time of construction. B. Preparation 1. Remove existing sealant, if any, per manufacturer's specifications. 2. All loose and unsound concrete shall be removed with pneumatic tools. 3. Sandblast the face of exposed joint. 4. Repair broken weld ties see detail. 5. The prepared joint shall be inspected and approved by the Design Professional prior to placing any bonding agent or sealant material. C. Installation 1. Repair all concrete spalled areas utilizing the spall repair procedures. 2. Place sealant in a manner recommended by the manufacturer and as required on Drawings. Use a primer material prior to installing the sealant if recommended by the manufacturer of the sealant. 3. Allow sealant to cure, as recommended by manufacturer, prior to allowing traffic over the joint. DO NOT APPLY sand to joint material. 4. Apply waterproofing membrane over joint as required on Drawings. END OF SECTION 2023 Parking Garages Maintenance and Repair Project - REBID CONCRETE RESTORATION & CLEANING Project No. 1207932 0301 00-6 SECTION 05 50 00 METAL FABRICATIONS Structural PART 1 GENERAL 1.1 SECTION INCLUDES A. Shop fabricated ferrous metal items, galvanized, and primed/painted or stainless -steel items. 1.2 REFERENCES A. ASTM A572, A500, A36 - Structural Steel B. AWS D1.1 - Structural Welding Code 1.3 SUBMITTALS A. Certification of Welders: The Contractor and/or fabricator shall submit certification that any welder performing work covered by this section of the Specifications has passed qualification tests using the procedures per AWS. Welders shall have maintained their certification at the regular intervals set forth by the AWS. PART 2 PRODUCTS 2.1 MATERIALS A. Wide Flange Steel Sections: ASTM A992. B. Other Steel Sections (channels, angles): ASTM A36 C. Steel Tubing: ASTM A500, Grade B, ASTM A501, ASTM A53, Grade B. D. Bolts, Nuts, and Washers: ASTM A325. E. Welding Materials: AWS D1.1; type required for materials being welded. F. Structural Aluminum Sections: 6061-T6 alloy. G. Stainless Steel: 304L. 2.2 FABRICATION A. Verify dimensions on site prior to shop fabrication. B. Fabricate items with joints tightly fitted and secured. C. Fit and shop assemble in largest practical sections, for delivery to site. D. Grind exposed welds flush and smooth with adjacent finished surface. Ease exposed edges to small uniform radius. E. Exposed Mechanical Fastenings: Flush countersunk screws or bolts, unobtrusively located, consistent with design of structure, except where specifically noted otherwise. F. Make exposed joints butt tight, flush, and hairline. G. Supply components required for anchorage of metal fabrications. Fabricate anchorage and related components of same material and finish as metal fabrication, except where specifically noted otherwise. 2022 Parking Garages Maintenance and Repair Project - REBID METAL FABRICATIONS Project No. 1207932 05 50 00-1 SECTION 05 50 00 METAL FABRICATIONS Structural 2.3 FINISHES A. Clean surfaces of rust, scale, grease, and foreign matter prior to finishing. B. Do not prime steel surfaces in direct contact bond with concrete or where field welding is required. C. Primer shall be applied to steel items to be painted. D. Provide hot -dip galvanized steel where shown on Drawings. E. All concealed and exposed aluminum sections shall be mill finish. F. All aluminum in contact with concrete or steel shall receive a bituminous coating. PART 3 EXECUTION 3.1 PREPARATION A. Obtain Owner's Representative approval prior to site cutting or making adjustments not scheduled. B. Clean and strip site primed steel items to bare metal where site welding is scheduled. C. Make provision for erection loads with temporary bracing; keep work in alignment. D. Supply items required to be cast into concrete or embedded in masonry with setting templates to appropriate sections. 3.2 INSTALLATION A. Install items plumb and level, accurately fitted, free from distortion or defects. B. Perform field welding in accordance with AWS D1.1. C. After installation, touch-up field welds, scratched or damaged surfaces. END OF SECTION 2022 Parking Garages Maintenance and Repair Project - REBID METAL FABRICATIONS Project No. 1207932 05 50 00-2 SECTION 07 12 00 ELASTOMERIC TRAFFIC -BEARING MEMBRANE SYSTEM Structural PART1 GENERAL 1.1 SECTION INCLUDES A. Elastomeric traffic -bearing membrane system that will be used to apply new system at locations shown on the Drawings. B. Epoxy coating system that will be used at stair tread locations shown on the Drawings. 1.2 SUBMITTALS A. Elastomeric traffic -bearing membrane system: manufacturer's literature for all products furnished including complete printed application instructions, system data sheet, individual product data sheets, required mil thickness of each coat, and color chart. Literature shall come from manufacturer website to ensure it is the current version. B. Elastomeric traffic -bearing membrane system: Manufacturer's five (5) year warranty. C. Epoxy coating for stair treads: manufacturer's literature for all products furnished including complete printed application instructions, product data sheets, required mil thickness of each coat, and current color chart. Literature shall come from manufacturer website to ensure it is the current version. 1.3 QUALITY ASSURANCE A. Qualification of Applicator 1. The Contracting Firm shall be approved by the manufacturer and shall have performed this type of work for a minimum period of five (5) years. The Field Applicator performing and supervising the work shall also have a minimum of five years experience with this type of work. B. Qualification of Coatings 1. Products used in the work of this section shall be produced by manufacturers regularly engaged in manufacturer of similar items and with a history of successful production. 2. The waterproofing system shall be one of the systems specified in this section or shall be an equivalent system approved by the Owner's Representative. C. Qualification of Workmen Use skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and methods needed for proper performance of the work. 2. In acceptance or rejection of the work, no allowance will be made for lack of skill on the part of workmen. 1.4 DELIVERY, STORAGE AND HANDLING A. Deliver materials to job site in sealed, undamaged containers. Each container shall be identified with material name, date of manufacturer and lot number. 1.5 PROJECT/SITE CONDITIONS A. General: Install deck coating materials in strict accordance with all safety and weather conditions required by manufacturer's product literature or as modified by applicable rules and regulations of local, state, and federal authorities having jurisdiction. 2023 Parking Garages Maintenance and Repair Project - REBID ELASTOMERIC TRAFFIC -BEARING MEMBRANE SYSTEM Project No. 1207932 07 12 00-1 SECTION 07 12 00 ELASTOMERIC TRAFFIC -BEARING MEMBRANE SYSTEM Structural B. Environmental Conditions: The Contractor shall install the coating materials only when all -the following criteria can be met: 1. Surfaces receiving material shall be dry. 2. Substrate surface temperatures are above 40OF and lower than 110°F. 3. Positive ventilation for interior applications can be continuously supplied throughout the application period and eight hours after. 1.6 WARRANTY A. Completed installation shall be guaranteed jointly and severally, on a single document, by manufacturer and applicator against defects of materials and workmanship for a period of five years, beginning with date of substantial completion of the deck coating system. PART 2 PRODUCTS 2.1 TRAFFIC -BEARING MEMBRANE SYSTEM A. Acceptable coating system manufacturers include those listed below, or equivalent substitutes approved in advance of bidding by the Owner's representative. All work shall be completed in strict accordance with the manufacturer's written instructions and specifications. In addition, the system's applicator shall be licensed or approved by the material manufacturer. The finished product color shall be approved by owner prior to application. Thickness requirements are listed in 3.2.13 of this section. 1. Sikalastic 720/745 AL Heavy Vehicular Traffic — Seed and Backroll System by Sika Corporation. 2. Masterseal Traffic 2500 Heavy Duty Traffic System (TC 295 topcoat) by Master Builders Solutions 3. Iso-Flex 75OU HVT (750 TC AL topcoat) by LymTal. 4. Approved equivalent. B. Substitute systems shall, in general, meet or exceed the published performance criteria of the specified systems. The following minimum information shall be submitted by the manufacturer of a substitute system for consideration of approval. 1. Manufacturer and manufacturer's brand name of the proposed waterproofing system. 2. Number of years manufacturer has actively produced waterproofing products (minimum acceptable period shall be five years). 3. A prepared sample of the proposed waterproofing system including standard color chart for possible Owner selection. 4. Intended use and limitations of the proposed waterproofing system. 5. Indicate the following minimum properties including the American Standard Testing Materials procedures when applicable for determining the property values: a. Tensile strength b. Elongation C. Moisture vapor transmission 2023 Parking Garages Maintenance and Repair Project - REBID ELASTOMERIC TRAFFIC -BEARING MEMBRANE SYSTEM Project No. 1207932 07 12 00-2 SECTION 07 12 00 ELASTOMERIC TRAFFIC -BEARING MEMBRANE SYSTEM Structural d. Abrasion resistance#� 4"' { e. Hardness +Y f. Chemical resistance g. Weathering resistance h. Fire resistance 6. Names of approved or license applicators if applicable. 7. Manufacturer's published installation specifications for the waterproofing system including, but not limited to, the following items: a. Product handling b. Environmental conditions C. Surface preparation d. Recommended details at cracks, joints and interface of vertical surfaces. e. Application procedures including number of coats and thickness of each coat. 2.2 RELATED MATERIALS A. Epoxy/Sand Filler — products may include Kelmar RC with sand, BASF Masterseal 350 with sand, Sikadur 22 with sand, or approved equal. Extend product with sand according to manufacturer instructions. Prepare surface per manufacturer instruction to build up the parking deck surface Apply waterproofing membrane as topcoat. See Drawings for more information. B. Epoxy coating for stair treads: products may include BASF Masterseal 350, Sikadur-22 Lo-Mod, or approved equivalent. See Drawings for more information. C. Aggregate for traffic -bearing waterproofing membrane system: 24 mesh silicon carbide or similar aggregate approved by manufacturer. D. Cleaning Agents: Toluene, Trichloroethane or Xylene. PART 3 EXECUTION 3.1 PREPARATION OF SURFACE A. General 1. Protect areas to be left in place by covering or other suitable means subject to approval. 2. Joints and cracks shall be prepared. 3. Spalled areas shall be repaired. 4. Remove oil and grease spots with a commercial grade, alkaline cleaner. Thoroughly rinse and dry the surface. 5. Remove delaminated areas of existing membrane and install full system as described in Drawings. 6. Provide adequate bonding surface by shot blasting or water blasting. 7. Thoroughly sweep, blow off, or vacuum all surfaces prior to coating. 2023 Parking Garages Maintenance and Repair Project - REBID ELASTOMERIC TRAFFIC -BEARING MEMBRANE SYSTEM Project No. 1207932 07 12 00-3 SECTION 07 12 00 ELASTOMERIC TRAFFIC -BEARING MEMBRANE SYSTEM Structural 8. Patch materials shall be adequately cured prior to applying coating.' , 9. Spalls shall also be cleaned as necessary. B. Test 1. Concrete surfaces shall be visibly dry and pass a four-hour rubber mat test (no condensation) prior to application of coating system. Mat shall be taped to deck on all edges. 3.2 COATING APPLICATION A. Equipment and Materials 1. Application shall be in accordance with manufacturer's printed instructions using equipment and methods as specified by the manufacturer. B. The traffic system listed in Part 2 shall be installed in accordance with the following schedule unless otherwise recommended by the manufacturer. 1. Traffic Bearing Waterproofing System a. New systems shall consist of a primer, base coat, wear coat and surface coat totaling 55-mil dry film thickness (dft) minimum. b. Recoat systems shall consist of primer, wear coat and surface coat totaling 30-mil dft minimum. C. Workmanship 1. Form neat lines at points of coating termination by installing straight masking tape lines prior to applying coating. Remove tape after coating has cured. 2. Apply coating in a uniform manner free of runs and drips as much as possible. 3.3 CLEANING A. The Contractor shall clean stains from adjacent surfaces with toluene, trichloroethane, xylene, commercial tar remover, or as recommended by coating manufacturer. Also, remove foreign matter from finished coating surfaces. 3.4 PROTECTION OF THE SURFACE A. The Contractor shall protect the waterproofing membrane surface from all traffic and damage during the curing period of the membrane. The Contractor shall repair, at his expense, all portions of the membrane which are damaged prior to final acceptance of membrane surface. END OF SECTION 2023 Parking Garages Maintenance and Repair Project - REBID ELASTOMERIC TRAFFIC -BEARING MEMBRANE SYSTEM Project No. 1207932 07 12 00-4 SECTION 07 92 00 JOINT SEALANTS Structural PART 1 GENERAL 7173 AUG 14 e; 119: 0? 1.1 WORK INCLUDES A. Provide caulking and sealant systems for all joints shown on the drawings or as specified herein to provide a positive barrier against passage of air and moisture. 1.2 REFERENCES A. ANSI/ASTM D1056 - Flexible Cellular Materials: Sponge or Expanded Rubber. B. ASTM C834 - Latex Sealing Compounds. C. FS TT-S-00227 - Sealing Compound: Elastomeric Type, Multi -Component. D. FS TT-S-00230 - Sealing Compound: Elastomeric Type, Single Component. E. FS TT-S-001543 - Sealing Compound: Silicone Rubber Base. F. SWI (Sealing and Water Proofers Institute) - Sealant and Caulking Guide Specifications. 1.3 SUBMITTALS A. Submit installation instructions and product data indicating sealant chemical characteristics, performance criteria, limitations, and color chart. Owner to select color. 1.4 QUALITY ASSURANCE A. Manufacturer: Company specializing in manufacturing the products specified in this Section with minimum five years documented experience. B. Applicator: Company specializing in applying the work of this Section with minimum five years' experience. C. Conform to Sealant and Water Proofers Institute and manufacturer's requirements for installation. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver materials in original unopened packages with manufacturer's labels, instructions, and product identification (and lot) numbers intact and legible. B. Store materials protected from the weather, in original containers or unopened packages, in accordance with manufacturer's instructions. 1.6 ENVIRONMENTAL REQUIREMENTS A. Do not install solvent -curing sealants in enclosed building spaces. B. Maintain temperature and humidity recommended by the sealant manufacturer during and after installation. 1.7 SEQUENCING AND SCHEDULING A. Coordinate the work of this Section with all sections referencing this Section. 2023 Parking Garages Maintenance and Repair Project - REBID JOINT SEALANTS Project No. 1207932 07 92 00-1 SECTION 07 92 00 JOINT SEALANTS Structural PART 2 PRODUCTS 2.1 ONE -PART NON -SAG POLYURETHANE SEALANT 1 ,.y A. Materials 1. ASTM C920, Type S, Grade NS, Class 25 or 35. 2. U.S. Federal Specification TT S 00230C, Class A, Type II 3. Color to be approved by Owner. B. Products 1. MasterSeal NP 1; BASF 2. Sikaflex 1A; Sika 3. Vulkem 116; Tremco 2.2 TWO-PART NON -SAG POLYURETHANE SEALANT A. Materials 1. ASTM C920, Type M, Grade NS, Class 25 or 50. 2. U.S. Federal Specification TT S 00227E, Class A, Type II 3. Color to be approved by Owner. B. Products 1. Dymeric 240FC; Tremco 2. DynaTred; Pecora 3. MasterSeal NP 2; BASF 4. Sikaflex 2c; Sika 2.3 ACCESSORIES A. Backer Rod: Closed cell polyethylene foam, compatible with sealant, sized and shaped to provide proper compression upon insertion in accordance with manufacturer's recommendations. B. Bond Breaker: Pressure sensitive adhesive polyethylene, Teflon, or polyurethane foam tape. C. Masking Tape: Pressure sensitive adhesive paper tape. 2.4 OTHER MATERIALS A. All other materials not specifically described but required for complete and proper caulking and installation of sealants, shall be first quality of their respective kinds, new, and as selected by the Contractor subject to the approval of the Design Professional. 2023 Parking Garages Maintenance and Repair Project - REBID JOINT SEALANTS Project No. 1207932 07 92 00-2 SECTION 07 92 00 JOINT SEALANTS Structural PART 3 EXECUTION ?"? `tr'7� [': n 3.1 EXAMINATION - A. Verify that surfaces and joint openings are ready to receive work and field measurements as shown on drawings and recommended by the manufacturer. B. Beginning of installation means installer accepts existing surfaces. 3.2 PREPARATION A. Clean and prime joints in accordance with manufacturer's instructions. B. Remove loose materials and foreign matter which might impair adhesion of sealant. C. All surfaces in contact with sealant shall be dry, sound, well -brushed, and wiped free from dust. D. Use solvent to remove oil and grease, wiping the surfaces with clean rags. E. Where surfaces have been treated, remove the surface treatment by wire brushing. F. Remove all laitance and mortar from the joint cavity. G. Verify that joint backing and release tapes are compatible with sealant. H. Protect elements surrounding the work of this Section from damage or disfiguration. 3.3 INSTALLATION A. Install sealant in accordance with manufacturer's instructions. B. Measure joint dimensions and size materials to achieve required width/depth ratios. C. Install joint backing to achieve a neck dimension no greater than 1/2 the joint width, 1/4" minimum depth, 1/2" maximum depth, unless otherwise specifically allowed by sealant manufacturer. Avoid stretching, twisting, or braiding the backer rod. D. Install bond breaker where joint backing is not used. E. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. F. Apply sealant under pressure with hand or power -actuated gun. G. Guns shall have nozzle of proper size and shall provide sufficient pressure to completely fill joints as designed. H. Thoroughly and completely mask all joints where the appearance of sealant on adjacent surfaces would be objectionable. I. Install the sealant in strict accordance with the manufacturer's recommendations, thoroughly filling all joints to the recommended depths. J. Install sealant free of air pockets, foreign embedded matter, ridges, and sags. K. Tool joints concave. 2023 Parking Garages Maintenance and Repair Project - REBID JOINT SEALANTS Project No. 1207932 07 92 00-3 SECTION 07 92 00 JOINT SEALANTS Structural 3.4 CLEANING AND REPAIRING ?P?3 UT', 14 AM !0. 03 A. Clean work when complete. B. Remove masking tape immediately after joints have been tooled. ` C. Clean adjacent surfaces free from sealant as the installation progresses. D. Use solvent or cleaning agent as recommended by the sealant manufacturer. E. Repair or replace defaced or disfigured finishes caused by work of this Section. 3.5 PROTECTION OF FINISHED WORK A. Protect finished installation. B. Protect sealants until cured. END OF SECTION 2023 Parking Garages Maintenance and Repair Project - REBID JOINT SEALANTS Project No. 1207932 07 92 00-4 SECTION 09 90 00 PAINTING AND COATING Structural PART 1 -GENERAL 2 3 ;iv E °j t , n,4 1.1 SUMMARY y^^•. f " i A. This Section includes surface preparation and application of high-performance coating systems on the following substrates: 1. Structural steel such as stair framing. 1.2 SUBMITTALS A. Product data sheet for each product used. B. Color and finish samples for each product used. Owner to select color and finish. 1.3 QUALITY ASSURANCE A. Master Painters Institute (MPI) Standards: 1. Products: Complying with MPI standards indicated and listed in "MPI Approved Products List." 2. Preparation and Workmanship: Comply with requirements in "MPI Architectural Painting Specification Manual" for products and coating systems indicated. 1.4 DELIVERY, STORAGE, AND HANDLING A. Store materials not in use in tightly covered containers in well -ventilated areas with ambient temperatures continuously maintained at not less than 45 deg F. 1. Maintain containers in clean condition, free of foreign materials and residue. 2. Remove rags and waste from storage areas daily. 1.5 PROJECT CONDITIONS A. Apply coatings only when temperature of surfaces to be coated and surrounding air temperatures are between 50 and 95 deg F. B. Do not apply coatings in snow, rain, fog, or mist; when relative humidity exceeds 85 percent; at temperatures less than 5 deg F above the dew point; or to damp or wet surfaces. PART 2-PRODUCTS 2.1 PAINT SYSTEMS A. Paint for metal surfaces, opaque, oil -Based, 2 Coat: 1. Primer: MIL-DTL-24441c Type III Epoxy Zinc Rich Primer by Sherwin Williams. 2. Pro -Industrial Pro-Cryl Universal Primer. 3. Two Coats, Semi -Gloss or match existing finish: Pro Industrial Acrylic Semi -Gloss. D. Material Compatibility: 1. Provide materials for use within each coating system that are compatible with one another, and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2. Provide products of same manufacturer for each coat in a coating system. 2023 Parking Garage Maintenance & Repair Project - REBID PAINTING AND COATING Project No. 1207932 09 90 00-1 SECTION 09 90 00 PAINTING AND COATING Structural E. Colors: 1. To match existing surfaces as appropriate. Final selection to be determined by Owner. See Drawings for more information. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions with Applicator present for compliance with requirements for conditions affecting performance of work. 1. Begin coating application only after unsatisfactory conditions have been corrected and surfaces are dry. 2. Coating application indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Comply with manufacturer's written instructions and recommendations in WPI Architectural Painting Specification Manual" applicable to substrates indicated. B. Remove plates, machined surfaces, and similar items already in place that are not to be coated. If removal is impractical or impossible because of size or weight of item, provide surface -applied protection before surface preparation and coating. 1. After completing coating operations, reinstall items that were removed; use workers skilled in the trades involved. C. Clean substrates of substances that could impair bond of coatings, including dirt, oil, grease, and incompatible paints and encapsulants. 1. Remove incompatible primers and reprime substrate with compatible primers as required to produce coating systems indicated. D. Galvanized -Metal Substrates: 1. Remove paint using commercial chemical cleaners or by blasting with a soft blasting media such as corn cob media or walnut shell media. 2. Remove grease and oil residue from existing galvanized surfaces by using a water-soluble cleaner/degreaser. 3. Test to see that the passivator has been removed by testing a clean dry surface with a copper sulfate solution. If the surface does not turn black, remove the remaining passivator surface using SSPC-SP7 methods. 4. Remove rust on edges of galvanized deck by blasting with soft blasting material. Any remaining rust may be remodeled by sand blasting or wire wheel brush taking care not to damage adjacent galvanized surfaces. E. Existing Steel to be Repainted: Hand tool cleaning removes all loose mill scale, loose rust, and other detrimental foreign matter. It is not intended that adherent mill scale, rust, and paint be removed by this process. Mill scale, rust, and paint are considered adherent if they cannot be removed by lifting with a dull putty knife. Edges of missing or chipped paint shall be sanded smooth and primed prior to paint application. Before hand tool cleaning, remove visible oil, grease, soluble residues, and salts by the methods outlined in SSPC-SP1. For complete instructions, refer to Steel Structures Paint Council Surface Preparation Specification No. 2 (SSPC-SP2). 2023 Parking Garage Maintenance & Repair Project - REBID PAINTING AND COATING Project No. 1207932 09 90 00-2 SECTION 09 90 00 PAINTING AND COATING Structural 3.3 APPLICATION A. Apply coatings according to manufacturer's written instructions. 1. Use applicators and techniques suited for coating and substrateindicated. 2. Coat surfaces behind movable equipment and furniture same as similar exposed surfaces. Before final installation, coat surfaces behind permanently fixed equipment or furniture with prime coat only. 3. Coat back sides of access panels, removable or hinged covers, and similar hinged items to match exposed surfaces. B. If undercoats or other conditions show through final coat, apply additional coats until cured film has a uniform coating finish, color, and appearance. C. Apply coatings to produce surface films without cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections. Produce sharp glass lines and color breaks. 3.4 FIELD QUALITY CONTROL A. Owner reserves the right to invoke the following procedure at any time and as often as Owner deems necessary during the period when coatings are being applied: 1. Owner will engage the services of a qualified testing agency to sample coating material being used. Samples of material delivered to Project site will be taken, identified, sealed, and certified in presence of Contractor. 2. Testing agency will perform tests for compliance with specified requirements. 3. Owner may direct Contractor to stop applying coatings if test results show materials being used do not comply with specified requirements. Contractor shall remove noncomplying coating materials from Project site, pay for testing, and recoat surfaces coated with rejected materials. Contractor will be required to remove rejected materials from previously coated surfaces if, on recoating with complying materials, the two coatings are incompatible. 3.5 CLEANING AND PROTECTION A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. B. After completing coating application, clean spattered surfaces. Remove spattered coatings by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. C. Protect work of other trades against damage from coating operation. Correct damage by cleaning, repairing, replacing, and recoating, as approved by Owner's Representative, and leave in an undamaged condition. D. At completion of construction activities of other trades, touch up and restore damaged or defaced coated surfaces. END OF SECTION 2023 Parking Garage Maintenance & Repair Project - REBID PAINTING AND COATING Project No. 1207932 09 90 00-3 LO% , C Prepared by: Ethan Yoder, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319)356-5145 Resolution No. 23-229 Resolution setting a public hearing on September 5, 2023 on project manual and estimate of cost for the construction of the 2023 City of Iowa City Parking Garages Maintenance and Repair Structural 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 Parking Facility Restoration Repair account #T3004. 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 5th day of September, 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 15th day of August 12023 or Approved by Attest: (� =�t✓t1 City tle& City Attor ey's Office (Liz Craig - 08/09/2023) It was moved by Taylor and seconded by Harmsen the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: X Alter X Bergus X Dunn X Harmsen X Taylor X Teague X Thomas CITY CLERK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWA CITY IA 522401825 State of Wisconsin County of Brown, ss.: PCffiedia PRESS -CITIZEN MEDIA PART O F TH E USA TODAY NETWORK This is not an invoice # of Affidavits1 AFFIDAVIT OF PUBLICATION The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and tha an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in the Iowa City Press Citizen on the issues dated: Ad No. Start Date: Editions Dated: Order Cost: 0005801365 8/21 /23 08/21 /2023 $46.53 Copy of Advertisement Exhibit "A" Subscribed & sworn to before me by said affiant this 21 day of August. 2023 Notary Public Commission expires KATHLEEN ubi cEN Notary P State of 1isconsin �,y 'ICE OF PUBLIC HEARING ROJECT MANUAL ANDRING MATED COST FOR THE 'ARKING GARAGES ITENANCE AND REPAIR IECT - STRUCTURAL IN OF IOWA CITY, IOWA ILL TAXPAYERS OF THE OF IOWA CITY, IOWA, AND -R INTERESTED IONS: c notice is hereby given that -ity Council of the City of Iowa, will conduct a public ng on the Project Manual, ling the plans, specifications, act, and estimated cost for ruction of the 2023 Parking ges Maintenance and Repair ct - Structural in said city at P.m. on the 3rd day of said meeting to be held in the is J. Harvat Hall in CityHall, i ast Washington Street n said or if said meeting is flied, e next meeting of the City cil thereafter as posted by the iI repair and protection nents at the Dubuque Ir Place parking ramps. 'roiect Manual and I cost are now on file in of Clerk in the City Hall in ty, Iowa, and may be any imerestea persons. )ear at saidemeetingsof the City purpose of making to and comments said anual or the cost of J improvement. is given by order of the I of the City of Iowa and as provided by law. Prepared by: Ethan Yoder Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319) 356-5145 Resolution No. 2 ` —9 91 Resolution approving project manual and estimate of cost for the construction of the 2023 City of Iowa City Parking Garages Maintenance and Repair Structural 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 Parking Facility Restoration Repair account #T3004. 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 Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above -named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 3:00 p.m. on the 26th day of September, 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 3rd day of October, 2023, or at a special meeting called for that purpose. Passed and approved this 5th day of September _'2023. r Approved by Attest. - City Clerk City Attorne s Office (Liz Craig — 08/22/2023) Resolution No. 23-251 Page 2 It was moved by Bergus and seconded by Dunn the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Alter Bergus Dunn Harmsen Taylor Teague Thomas A'-r-0-4 IOWA LEAGUE QfGTIES 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 Iowa City Parking Garages Maintenance & Repair (Structural) Classified ID: 111694011180 A printed copy of which is attached and made part of this certificate, provided on 09/07/2023 to be posted on the Iowa League of Cities internet site on the following date: 2023-09-07 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. [1=11FIlP1�➢dd Alan Kemp, Executive Director 0011 60 NOTICE TO BIDDERS 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT STRUCTURAL Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on September 26, 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 Emma J. Harvat Hall at 6:00 P.M. on the 3rd day of October 2023, or at special meeting called for that purpose. The Project will involve the following: Structural repair and protection improvements at the Dubuque Street and Tower Place Parking Ramps. All work is to be done in strict compliance with the Project Manual prepared by Shive-Hattery, Inc. of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file or 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(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Start Date November 6, 2023 Substantial Completion: May 24, 2024 Final Completion: June 7, 2024 Liquidated Damages: $250.00 per day after either completion date All of the bid items listed in Section 00 42 10 — Proposal shall be completed by the Substantial Completion Date. 2023 Parking Garages Maintenance & Repair Project - Structural 00 11 60 — Page 2 of 3 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 reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE GRACE, CITY CLERK 2023 Parking Garages Maintenance & Repair Project - Structural 00 11 60 — Page 3 of 3 Ashley Platz From: Cindy Adams <CAdams@mbi.build> Sent: Thursday, September 7, 2023 12:47 PM To: Ashley Platz Subject: Certificate for Notice to Bidders Attachments: We sent you safe versions of your files; 09.07.23 Notice To Bidders.pdf f FRISK ** 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 —Gilbert Street Bridge Replacement Project Iowa City — 2023 Parking Garages Maintenance and Repair Project — Mechanical and Electrical Iowa City — 2023 Parking Garages Maintenance and Repair Project - Structural 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): September 07, 2023 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. September 07, 2023 Date President/CEO of The Construction Update Plan Room Network Cindy Adams C _ead fkoject informat:or Spec Mist Corrstruc-o- Upoate NetAcrtc M t315j ,'02-9858 k CAdamsdW8I Btkd '1« www4pw�CO^StrrctiOnJ�Cete.cOtt• rs Starting 09/05/2023 Our hours will be 8:00 AM — 4:30 PM CONSTRUC 1 CCK , OCTOBER 2-6, 2023 1 DAILY NOTICE i collm 11111 construction update 0011 60 NOTICE TO BIDDERS 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT STRUCTURAL Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa,. until 3:00 P.M. on September 26, 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 Emma J. Harvat Hall at 6:00 P.M. on the 3rd day of October 2023, or at special meeting called for that purpose. The Project will involve the following: Structural repair and protection improvements at the Dubuque Street and Tower Place Parking Ramps. All work is to be done in strict compliance with the Project Manual prepared by Shive-Hattery, Inc. of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file or 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(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Start Date November 6, 2023 Substantial Completion: May 24, 2024 Final Completion: June 7, 2024 Liquidated Damages: $250.00 per day after either completion date All of the bid items listed in Section 00 42 10 — Proposal shall be completed by the Substantial Completion Date, 2023 Parking Garages Maintenance & Repair Project • Structural 00 1160 - Pape 2 of 3 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 reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE GRACE, CITY CLERK 2023 Parking Garages Maintenance & Repair Project - Structural 00 11 60 — Page 3 of 3 Prepared by: Ethan Yoder, Engineering Division, 410 E. Washington St., Iowa City, IA 52240 (319)356-5145 Resolution No. 23-270 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the 2023 City of Iowa City Parking Garages Maintenance and Repair Structural Project Whereas, Bi-State Masonry, Inc. of Rock Island, Illinois has submitted the lowest responsive, responsible bid of $99,858.00 for construction of the above -named project; and Whereas, funds for this project are available in the Parking Facility Restoration Repair account #T3004 . Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. The contract for the construction of the above -named project is hereby awarded to Bi- State Masonry, 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 and the City Clerk to attest the contract for construction of the above -named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The 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 3rd day of , 2023 May Approved by Attest: City Clerk It was moved by Taylor and seconded by adopted, and upon roll call there were: Ayes: X x X X x X Nays: Z// City Attorne Office (Liz Craig - 09/27/2023) Alter the Resolution be Absent: Alter Bergus Dunn Harmsen Taylor Teague Thomas 00 52 10 AGREEMENT 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT STRUCTURAL CITY OF IOWA CITY THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and Bi-State Masonry, Inc. ("Contractor"). WHEREAS the City has prepared certain Contract Documents dated the 11th day of August 2023, for the 2023 Parking Garages Maintenance and Repair Project - Structural ("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 $ 99,858.00 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. w 2023 Parking Garages Maintenance and Repair Project - Structural 00 52 00 — Page 1 of 2 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): NAME OF SUBCONTRACTORS I TYPE OF WORK I APPROXIMATE COSTS No Subs DATED this -P-3 r-d day of 0(-1z 196:' C 2023 (The City of Iowa City will date this Contract after all signatures are obtained) CC C ractor By: B : Signature of City Official Signature of Contractor Officer r. r- Printed Namej City 6fficiall ATTEST: B : e a C-e-, City Clerk (for Formal Projects only) APPROVED BY: City Attorney's Office Chris Belser Printed Name of Contractor Officer President Title of Contractor Officer ATTEST: Bv: errpany Official) r- 2023 Parking Garages Maintenance and Repair Project - Structural 00 52 00 —Page 2 of 2 Bond No. 7454034 0061 10 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT STRUCTURAL CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, Bi-State Masonry, Inc. I as Principal (hereinafter the "Contractor" or "Principal") and Old Republic Surety Company , as Surety are held and firmly bound unto City of Iowa City, Iowa, as Oblige (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of Ninety-nine Thousand Eight Hundred Fifty-eight and 00/100 dollars ($ 99,858.00 ), 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_Ire such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the _ ` 3 day of 0o++ob,,r , D.fl-lim (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Structural repair and protection improvements at the Dubuque Street and Tower Place parking ramps. Stair tower HVAC improvements and associated electrical equipment at the Tower Place, Chauncey Swan, and Court Street parking ramps. Infrared scanning of electrical equipment at the Harrison Street parking ramp. 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: 1. 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 par€�iereof, for the above referenced improvements, and shall indemnify and save harmless the >Jurisditfiion from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default.failure:to perform as required. The Contractor shall also be responsible for the default orfaiture f6�perform as required under the Contract and Contract Documents b all its subcontractors; _u I a exits, q Y � pp �S� 9, 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 pgy alljpst claws submitted by persons, firms, subcontractors, and corporations furnishing materials for orTerforming labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 2023 Parking Garages Maintenance and Repair Project - Structural 00 61 10 — Page 1 of 4 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of one year(s) (1) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; 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(s) (1) after the acceptance of the work under the Contract the right to sue on this Bond. 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. w 2023 Parking Garages Maintenance and Repair Project - Structural 00 61 10 — Page 2 of 4 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. N M.7 N PQ 2023 Parking Garages Maintenance and Repair Project - Structural 00 61 10 — Page 3 of 4 PRINCIPAL: % Print N , of C ractor Officer By i a e f Contractor Officer P/'- f"(, -, � — Title of Contractor Officer SURETY: Old Republic Surety Company Surety Company Name By Signature of Attorney -in -Fact Officer Daniel P. Curran Printed Name of Attorney -in -Fact Officer Arthur J. Gallagher RMS, Inc. Company Name of Attorney -in -Fact 220 Emerson PI., #200 Company Address of Attorney -in -Fact Davenport, lA 52801 City, State, Zip Code of Attorney -in -Fact 563-388-2415 Telephone Number of Attorney -in -Fact qs 2023 Parking Garages Maintenance and Repair Project - Structural 00 61 10 — Page 4 of 4 OLD REPUBLIC SURETY COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock Insurance corporation, does make, constitute and appoint: DANIEL P. CURRAN OF DAVENPORT. IA its true and lawful Attorney(s)-in-Fact, with full power and authority, not exceeding $50,000,000, for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof, (other than ball bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, asbestos abatement contract bonds, waste management bonds, hazardous waste remediation bonds or black lung bonds), as follows: ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED TWENTY-FIVE MILLION ($25,000,000) FOR ANY SINGLE OBLIGATION and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys -in -Fact, pursuant to these presents, are ratified and confirmed. This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18,1982. RESOLVED that, the president, any vice-president or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint attomeys-in-fact or agents with authority as defined or limited in the Instrument evidencing the appointment In each case, for and on behalf of the company to execute and deliver and affix the seal of the company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attorney -in -fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (1) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any secretary or assistant secretary; or (11) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be required) by a duly authorized attorney -in -fact or agent; or (ill) when duly executed and sealed (if a seal be required) by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the company; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be affixed this 6TH day of --- September 2018 G BUg 1191 IAI OLD REPUBLIC SURETY COMPANY ,..�`Br x, y!SEALa _ �r Assistant Secretary /'0j"�"nwn �uoo,�O°•``; President STA E OF WISCONSIN, COUNTY OF WAUKESHA - SS On this 6TH day of September 2018 , personally came before me, Alan Pavlic and Jane E. Cherney to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severalty depose and say: that they are the said officers of the corporation aforesaid, and that the seal affixed to the above Instrument is the seal of the corporation, and thaid corporate seal and their he as such officers were duly affixed and subscribed to the said Instrument by the authority of the board of directors of said cWoration. t� Lpoiov-,im. t7 . Yn t�fk .A�Bt•��,i Notary Publ'r, My Commission Expires: Septemb€r'"28, 20221 CERTIFICATE (Expiration of notary's commission dons not in At l ate this instrument) 1, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foVgng and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set fort# in the Power of Attorney, are now in force. a`y JOJG..8UR8Tj. "' r`c�= 11th October 2023 40-1817 g.t SEAL 1= Signed and sealed at the City of Brookfield, WI this lost da o y�-7 r ORSC 22262 (3-06) '',,,,""„"���*,,,^`P, ,••` -Ur Assistant Secretary 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. 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. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? Bi-State Masonry Shop Office Bi-State Masonry Job Trailers What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Brittany Hilburn 309-786-8800 Phone Number 3511 8th Street Street Address Rock Island, IL 61201 City, State, Zip Code G:a rD f �y 2023 Parking Garages Maintenance & Repair Project - Structural 00 45 10 — Page 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? Hiring Start -Up Meeting Employment Application Packet Job Trailer / Shop Office Posters The above responses are true and correctly reflect our Equal Employment Opportunity policies. Bi-State Masonry, Inc. sin Name Signature Chris Belser Print Name 309-786-8800 Phone Number President Title 10/10/2023 Date r� c-) 2023 Parking Garages Maintenance & Repair Project - Structural 00 45 10 — Page 3 of 6 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of Bi-State Masonry, Inc. 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 Bi-State Masonry, Inc. is: Name: Brittany Hilburn Address: Bi-State Masonry, Inc. 3511 8th Street Rock Island, IL 61201 Telephone: 309-786-8800 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 rneets the needs of your company. .i l 37% 2023 Parking Garages Maintenance & Repair Project - Structural 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: Contracts in excess of $25,000 for goods, services, or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); C. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or d. Other factors that the person or entity believes are relevant. ;- The City Manager or Designee shall review the documentation submitted, make any inquiries d med necessary, request additional documentation if warranted and determine whether a reduction ire e ineligibility period or waiver is warranted. Should the City Manager or Designee determine -that a�eduCtign: or waiver of the ineligibility period is warranted the City Manager or Designee shall make= Oh CJJ recommendation to the City Council. The City Council will make a final decision as to whether twant 'a reduction or waiver. 2023 Parking Garages Maintenance and Repair Project - Structural 00 45 20 — Page 1 of 2 WAGE THEFT AFFIDAVIT 1, Chris Belser , 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 President [position] of Bi-State Masonry, Inc. ["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 Bi-State Masonry, Inc. ["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 c� 2023 Parking Garages Maintenance and Repair Project - Structural 00 45 20 — Page 2 of 2 00 42 10 PROPOSAL 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT STRUCTURAL CITY OF IOWA CITY BIDDERS PLEASE NOTE: 2. The following documents must be submitted as printed. No alterations, additions, or deletions are allowed. If the Bidder notes a requirement in the contract documents that the Bidder believes will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the Engineer in writing. The Engineer will issue any necessary interpretation by an addendum. Name of Bidder: Bi-State Masonry, Inc. Address of Bidder: 3511 8th Street Rock Island, IL 61201 BIDS RECEIVED BEFORE: 3:00 P.M. local time on September 26, 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, materials and equipment, all supervision, coordination, and all related incidentals necessary to perform the work to complete 2023 Parking Garages Maintenance and Repair Project - Structural strict accordance with the Project Manual and the Drawings dated August 11, 2023 including Addenda numbered 1 and , inclusive, prepared by Shive-Hattery, Inc. and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. BASE BID: Ninety-nine thousand eight hundred fifty-eight Dollars ($ 99,858.00 lra 2023 Parking Garages Maintenance & Repair Project - Structural 00 42 10 — Page 1 of 4 BID ITEM DESCRIPTION UNITS ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1. New Membrane SF 686 ' $18.00 $12,348.00 2. Concrete Crack Repair LF 57 $22.00 $1,254.00 3. Painting SF 2910 $18.00 $52,380.00 4. Stair Tread Replacement EA 36 $450.00 $16,200.00 5. Sealant Replacement LF 182 $18.00 $3,276.00 6. Slab S all Repair SF 1 $950.00 $950.00 7. Vertical S all Repair SF 1 $950.00 $950.00 8. Miscellaneous Steel Repair LS 1 $7,500.00 $7,500.00 9. Mobilization LS 1 $5,000.00 $5,000.00 TOTAL EXTENDED AMOUNT (Base Bid)_ $99,858.00 The Bidder may submit computer -generated unit price table. 2023 Parking Garages Maintenance & Repair Project - Structural 00 42 10 — Page 2 of 4 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: NAME OF SUBCONTRACTORS I TYPE OF WORK I APPROXIMATE COSTS No Subs 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. N W C'7 V Y 4 �i. .i 2023 Parking Garages Maintenance & Repair Project • Structural 00 42 10 — Page 3 of 4 The Undersigned Bidder is a/an: Individual, Sole Proprietorship Partnership Corporation Limited Liability Company Joint Venture Other Its public registration number issued by the Iowa Commissioner of Labor, pursuant to Section 91 C.5 of the Iowa Code is: CO95534 Failure to provide said Registration Number shall result in the bid being read under advisement. A contract will not be executed until the contractor is registered to do business in the State of Iowa. Bi-State Masonry, Inc. Bid is Name Signature Chris Belser Printed Name President Title 3511 8th Street Street Address 61201 City, State, Zip Code 309-786-8800 Telephone Number N a w 3: NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. 2023 Parking Garages Maintenance & Repair Project - Structural 00 42 10 — Page 4 of 4 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 Chapter 156 To be completed by all bidders Part A Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine tf 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. lJ 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: (mmlddlyyyy) City, State, Zip Code: Dates: to Address: (mmlddlyyyy) City, State, Zip Code: Dates: to Address: (mmlddlyyyy) City, State, Zip Code: You mcry attach achlitional sheef(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: Illinois 2. Does your company's home state or foreign country offer preference to bidders who are residents? ❑ Yes 0 No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreto country and the appropriate legal citation. c.1't y You may attach additional sheet(v) if needed. To be completed by all bidders Part D 1 certify that the statements made on this document are true and complete to the best of my knowledge and I know mat my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Bi-State Masonry, Inc. Signature: C/M2 -O� 5d4,4" Date: 09/22/2023 2023 Parking Garages Maintenance and Repair Project - Structural 00 43 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. IA Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes V No My business is a sole proprietorship, and I am an Iowa resident for Iowa income tax purposes. ❑ Yes N� 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 V 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 V 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 V 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 lZ 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 V 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 V 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 V 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. ti c� 2023 Parking Garages Maintenance and Repair Project • Structural 00 43 05 — Page 2 of 2 ENGINEER'S REPORT July 30, 2024 I r 1 It 13-4MON sk Ww®rs01 _AR_ CITY OF lowA CITY UNESCO CITY OF LITERATURE 410 East Washington Street Iowa City, Iowa S2240-1826 319-356-5000 1 www.icgov.org Re: 2023 Parking Garages Maintenance and Repair Structural Project Dear City Clerk: I hereby certify that the 2023 Parking Garages Maintenance and Repair Structural Project has been completed by Bi-State Masonry, Inc. of Rock Island, Illinois, in substantial accordance with the plans and specifications prepared by Shive-Hattery, Inc. of Iowa City; Iowa. The project was bid as a unit price contract and the final contract price is $99,858.00 There were no change or extra work orders for the project. I recommend that the above -referenced improvements be accepted by the City of Iowa City. Sincerely, Jason.Havel, PE City Engineer Bond No. 7454034 JUL 3 0 2024 City Clerk 0061 10 Iowa City, Iowa PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT STRUCTURAL CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, Bi-State Masonry, Inc. 0 as Principal (hereinafter the "Contractor" or "Principal") and Old Republic Surety Company , as Surety are held and firmly bound unto City of Iowa City, Iowa, as Oblige (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of Ninety-nine Thousand Eight Hundred Fifty-eight and 00/100dollars ($ 99,858.00 ), 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 obligationsre such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the _" day of 00vbw , 2,0, a , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Structural repair and protection improvements at the Dubuque Street and Tower Place parking ramps. Stair tower HVAC improvements and associated electrical equipment at the Tower Place, Chauncey Swan, and Court Street parking ramps. Infrared scanning of electrical equipment at the Harrison Street parking ramp. 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 by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 2023 Parking Garages Maintenance and Repair Project - Structural 00 61 10 — Page 1 of 4 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense, a, To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of one year(s) (1) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; b. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4, GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: a, To consent without notice to any extension of time to the Contractor in which to perform the Contract. 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(s) (1) 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. 2023 Parking Garages Maintenance and Repair Project - Structural 00 61 10 — Page 2 of 4 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. Citor Clerk Lowe 4- ty, Iowa 2023 Parking Garages Maintenance and Repair Project - Structural 00 61 10 — Page 3 of 4 PRINCIPAL: zx /� :Print N of C I ractor icer P/,. f"(, " � - By Title ofContractor Officer Old Republic8 Company SuratvomnpanyNanne By Signature of Attorney -in -Fact Officer Daniel P. Curran Printed Name of/\ttonney-in-Fact Officer Arthur J.Gallagher RyW8.Inc. Company Name ofAftornay-|n-Fact 22OEmerson P|..#QOU Company Address mfAbnrney-in-Fact Davenport, IA 52801 Citv, State, Zip Code ofAftorn in -Fact 563-388-2415 Telephone Number of Attorney -in -Fact 2023Parking Garages Maintenance and Repair Project 'Structuro| 00 61 10 - Page 4 of 4 it iir it �t *OLD REPUBLIC SURETY COMPANY FILED JOL, 3 01 2024 Iowa wa POWER �6FOATTORN EY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and appoint: DANIEL P. CURRAN OF DAVENPORT, IA its true and lawful Attorney(s)-in-Fact, with full power and authority, not exceeding $50,000,000, for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof, (other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, asbestos abatement contract bonds, waste management bonds, hazardous waste remediation bonds or black lung bonds), as follows: ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED TWENTY-FIVE MILLION ($25,000,000 ) FOR ANY SINGLE OBLIGATION and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys -in -Fact, pursuant to these presents, are ratified and confirmed. This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18,1982. RESOLVED that, the president, any vice-president or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to execute and deliver and affix the seal of the company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attorney -in -fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any secretary or assistant secretary; or (ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be required) by a duly authorized attorney -in -fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the company; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be affixed this 6TH day of September 2018 sure1"'k OLD REPUBLIC SURETY COMPANY l GOPPOPATt ,'o SEAL�;�; Assistant Secretary � President STA E OF WISCONSIN, COUNTY OF WAUKESHA - SS On this 6TH day of September 2018 personally came before me, Alan Payfic and Jane E. Chigirngy to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. s Notary Public My Commission Expires: September 28 2022 CERTIFICATE (Expiration of notary's commission does not invalidate this instrument) I, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney, are now in force. 40-1817 ORSC 22262 (3-06) n1M� LSUR M'1611h GWOPArt L'0 S SEAL = fc� Signed and sealed at the City of Brookfield, VVI this 1 1 th dtt o October 2023 P Az� Assistant Secretary 11-1 Prepared by: Ethan Yoder, Engineering Division, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5145 Resolution No. 24-202 Resolution accepting the work for the 2023 Parking Garages Maintenance and Repair Structural Project Whereas, the Engineering Division has recommended that the work for construction of the 2023 Parking Garages Maintenance and Repair Structural Project, as included in a contract between the City of Iowa City and Bi-State Masonry, Inc. of Rock Island, dated October 23, 2023, 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 Parking Facility Restoration Repair account #T3004; and Whereas, the final contract price is $99,858.00. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 6th day of Au gust , 20 24 Attest: I L,�2r City dlerk It was moved by Dunn and seconded by adopted, and upon roll call there were: Ayes: Nays: Approved by City Attor y's Office (Jennifer Schwickerath - 08/01/2024) Moe the Resolution be Absent: Alter Bergus Dunn Harmsen Moe Salih Teague