Loading...
HomeMy WebLinkAboutEQUIPMENT SHOP ROOF REPLACEMENT PROJECT 20232023 EQUIPMENT SHOP ROOF REPLACEMENT PROJECT 31-July-2023 Plans and Specs 01-Aug-2023 Res No. 23-218: Setting a public hearing 07-Aug-223 Notice of Public Hearing 15-Aug-2023 Res No. 23-232: Approving project manual and estimate of cost 17-Aug-2023 Notice to Bidders 05-Sept-2023 Res No. 23-239: Awarding Contract (Advance Builders Corp.) 13-Jan-2025 Performance, payment & maintenance bond 21-Jan-2025 Engineer's report 21-Jan-2025 Res No. 25-23: Accepting the work CITY OF IOWA CITY UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE 2023 EQUIPMENT SHOP ROOF REPLACEMENT PROJECT IOWA CITY, IOWA July 11, 2023 y ti 0001 10 TABLE OF CONTENTS PROJECT MANUAL 00 01 10 TABLE OF CONTENTS 00 11 60 NOTICE TO BIDDERS 00 11 70 NOTICE OF PUBLIC HEARING 00 21 10 INSTRUCTIONS TO BIDDERS 00 42 10 PROPOSAL 00 43 05 BIDDER STATUS FORM 00 43 10 BID BOND FORM 00 45 10 CONTRACT COMPLIANCE 00 45 20 WAGE THEFT POLICY 00 52 10 AGREEMENT 00 61 10 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 00 72 00 GENERAL CONDITIONS 00 73 00 SUPPLEMENTARY CONDITIONS TECHNICAL SPECIFICATIONS DRAWINGS :<M r� r� o r*1.1 2023 Equipment Shop Roof Replacement Project 00 01 10 — Page 1 of 1 0001 10 TABLE OF CONTENTS PROJECT MANUAL 00 01 10 TABLE OF CONTENTS 00 11 60 NOTICE TO BIDDERS 00 11 70 NOTICE OF PUBLIC HEARING 00 21 10 INSTRUCTIONS TO BIDDERS 00 42 10 PROPOSAL 00 43 05 BIDDER STATUS FORM 00 43 10 BID BOND FORM 00 45 10 CONTRACT COMPLIANCE 00 45 20 WAGE THEFT POLICY 00 52 10 AGREEMENT 00 61 10 PERFORMANCE, PA ENT, AND MAINTENANCE BOND 00 72 00 GENERAL CONDIT11ONS 00 73 00 SUPPLEMENTKIRY CONDITIONS DRAWINGS APPENDICES 2023 Equipment Shop Roof Replacement Project 00 01 10 —Page 1 of 1 0011 60 NOTICE TO BIDDERS 2023 EQUIPMENT SHOP ROOF REPLACEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 30th day of August, 2023. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 6:00 P.M. on the 5th day of September, 2023, or at special meeting called for that purpose. The Project will involve the following: Removal of temporary repair work and the remainder of the existing metal roof panels and replacing the entire roof with new 40-inch wide structural insulated standing seam metal panels. The new panels will have a 4-inch thick insulation core. Structural bracing will be installed. The Project is located at 1200 South Riverside Drive, Iowa City, Iowa 52246. All work is to be done in strict compliance with the Project Manual prepared by Terracon Consultants, Inc., of Des Moines, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 00 61 10) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 00 61 10) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 00 61 10, said bond to be issued by a responsible surety approved by the Cit and shall guarantee the prompt payment of all materials and labor, and also protect and save h`at'mless the City from all claims and damages of any kind caused directly or indirectly by the op4BRion of the contract, and shall also guarantee the maintenance of the improvement for a ;perio�of One (1) year(s) from and after its completion and formal acceptance by the City Council. -TI 2023 Equipment Shop Roof Replacement Project 00 11 60 — Page 1 of 2 The following limitations shall apply to this Project: Substantial Completion: December 22, 2023 Final Completion: January 22, 2024 Liquidated Damages: $240 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK y N 2023 Equipment Shop Roof Replacement Project 00 11 60 — Page 2 of 2 0011 70 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE 2023 EQUIPMENT SHOP ROOF REPLACEMENT PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on the Project Manual, including the plans, specifications, contract, and estimated cost for the construction of the 2023 Equipment Shop Roof Replacement in said city at 6:00 p.m. on the 151h day of August, 2023, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 East Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. This project includes removal of temporary repair work and existing metal roof panels and replacing the entire roof with new 40-inch wide structural insulated standing seam metal panels with 4-inch thick insulation core including structural bracing and is located at 1200 South Riverside Drive, Iowa City, Iowa 52246. 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 w 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? t ry N 2023 Equipment Shop Roof Replacement Project 00 11 70 — Page 1 of 1 0021 10 INSTRUCTIONS TO BIDDERS 2023 Equipment Shop Roof Replacement PROJECT ARTICLE 1 - DEFINITIONS 1.1 Bidding documents include the bidding requirements and the contract documents. The bidding requirements include the Advertisement or Invitation to bid (Section 00 11 60 Notice to Bidders), Instructions to Bidders, the Bid Form (Section 00 42 10 Proposal), other sample bidding and contract forms, and the Contract Forms including addenda issued prior to receipt of bids. 1.2 The contract documents for the work consist of the Owner/Contractor Agreement (Section 00 52 10 Agreement), the Conditions of the Contract (Section 00 72 00 General Conditions and Section 00 73 00 Supplementary Conditions), the Drawings, the Specifications and all addenda issued prior to and all modifications issued after execution of the Contract. 1.3 Definitions set forth in AIA document A201, "General Conditions of the Contract for Construction", 2007 edition, or in other Contract Documents are applicable to the bidding documents. A. Addenda are written or graphic instruments issued by the Architect prior to execution of the Contract which modify or interpret the Bidding Documents by addition, deflection, clarifications or correction. B. A bid is a complete and properly signed proposal to do the work or designated portion thereof for the sums stipulated therein, submitted in accordance with the bidding documents. C. The base bid is the sum stated in the bid for which the Bidder offers to perform the work described in the bidding documents as the Base, to which work may be added, or from which work may be deducted for sums stated in alternate bids. D. An alternate bid (or Alternate) is an amount stated in the bid to be added to or deducted from the amount of the base bid if the corresponding change in the work, as described in bidding documents, is accepted. E. A unit price is an amount stated in the bid as a price per unit of measurement for materials or services as described in the bidding documents or in the contract documents. _ M 4J W 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-fbr arterials*,' equipment or labor for a portion of the work. -3 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. 2023 Equipment Shop Roof Replacement Project 00 21 10 — Page 1 of 7 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. ARTICLE 3 — BIDDING DOCUMENTS 3.1 Copies A. Complete sets of the bidding documents may be obtained from the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354-8973, 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�yith each other, and with other work being bid concurrently or presently under caf5structiofl to the extent that it relates to the work for which the bid is being:'submbld, shall examine the site and local conditions, and shall at once report to the A chitect errors, inconsistencies or ambiguities discovered. B. Bidders and sub -bidders requiring clarification or interpretation of the',�idding 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 2023 Equipment Shop Roof Replacement Project 00 21 10 — Page 2 of 7 A. The materials, products and equipment described in the bidding documents establish a standard of required function, dimension, appearance and quality to be met by any proposed substitution. Substitutions must be submitted to the Owner and Architect in writing. B. If the Architect approves a proposed substitution prior to receipt of bids, such approval will be set forth in an addendum. Bidders shall not rely upon approvals made in any other manner. 3.4 Addenda A. Addenda will be mailed or delivered to all who are known by the Architect to have a complete set of bidding documents. B. Copies of addenda will be made available for inspection wherever bidding documents are on file for that purpose. C. No addenda will be issued later than four (4) days prior to the date for receipt of bids, except for any one or more of the following reasons: 1. An addendum withdrawing the request for bids. 2. An addendum which includes postponement of the date for receipt of bids. 3. An addendum issued after receipt of bids and prior to execution of the contract. D. Each bidder shall ascertain prior to submitting a bid that he has received all addenda issued, and the bidder shall acknowledge their receipt in the proper location on the bid form. c . ,.h, ARTICLE 4 — BIDDING PROCEDURES > 4.1 Form and Style of Bids Ca `r A. A separate copy of the bid form is contained with this document. B. Fill in all blanks on the bid form by typewriter or manually in ink. lye rJ 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 2023 Equipment Shop Roof Replacement Project 00 21 10 — Page 3 of 7 4.2 4.3 4.4 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. Bid Security A. Each bid shall be accompanied by a bid security in the amount of ten percent (10%) of the base bid and in the form of surety bond pledging that the bidder will enter into a contract with the Owner on the items stated in his bid and will, if requested, furnish bonds covering the faithful performance of the contract and the payment of all obligations arising there under. Should the bidder refuse to enter into such contract or fail to furnish such bond if required, the amount of the bid security shall be forfeited to the Owner as liquidated damages, not as a penalty. B. Surety bond shall be written on enclosed Bid Bond Form (Section 00 43 10) bound within the project manual and the attorney -in -fact who executes the bond on behalf of the surety shall affix to the bond a certified and current copy of power of attorney. C. The Owner will have the right to retain the bid security of bidders to whom an award is being considered until either: 1. The contract has been executed and bonds have been furnished. 2. The specified time has elapsed so that the bids may be withdrawn. 3. All bids have been rejected. Bidder Status Form A. Bidder Status Form (Section 00 43 05) shall be submitted with the bid, in a separate envelope. Submission of Bids A. All copies of the bid, the bid security and other documents required to be submitted with the bid shall be enclosed in sealed opaque envelopes. All envelopes shall be addressed to the party receiving the bids ("City Clerk, City of Iowa City"), and shall be identified with the project name, the bidder's name and address, and the envelope's contents. If the bid is sent by mail, the sealed envelopes shall be enclosed in a separate mailing envelope with the notation "SEALED BID ENCLOSED" on the face of that envelope. B. Submittals include two separate sealed envelopes: Envelope 1: Bid Security and Bidder Status Form Envelope 2: Proposal C. Bids shall be deposited at the designated location prior to the time and date for receipt of bids. Location: Office of City Clerk, City Hall 410 East Washington Street Iowa City, Iowa 52240 2. Time and Date BEFORE: - i r— E w 2023 Equipment Shop Roof Replacement Project 00 21 10 =Page"+& 7 a -J 3:00 PM on August 30th, 2023. D. Bids received after the time and date for receipt of bids will be returned unopened. E. The bidder shall assume full responsibility for timely delivery at the location designated for receipt of bids. F. Oral, telephonic, or telegraphic bids are invalid and will not receive consideration. 4.5 Modification or Withdrawal of Bid A. A bid may not be modified, withdrawn or cancelled by the bidder after the stipulated time and date designated for the receipt of bids, and each bidder so agrees in submitting its bid. B. Prior to the time and date designated for receipt of bids, a bid submitted may be modified or withdrawn by notice to the party receiving bids at the place designated for receipt of bids. Such notice shall be in writing, signed by the person or persons legally authorized to bind the bidder to a contract. If written notice is electronic, written confirmation from the person or persons legally authorized to bind the bidder to a contract shall also be mailed and postmarked on or before the date and time set for receipt of bids, and it shall be so worded as not to reveal the amount of the original bid. C. Withdrawn bids may be resubmitted up to the time designated for the receipt of bids provided that they are then fully in conformance with these Instructions to Bidders. D. Bid security shall be in an amount sufficient for the bid as modified or resubmitted. ARTICLE 5 - CONSIDERATION OF BIDS 5.1 Opening of Bids A. The properly identified bids received on time will be opened publicly and will be read aloud. 5.2 Rejection of Bids A. The Owner will have the right to reject any or all bids, and to reject a bid not accompanied by the required bid security or by another data required by the bidding documents, or to reject a bid which is in any way incomplete or irregular. 5.3 Acceptance of Bid (Award) A. It is the intent of the Owner to award a contract to the lowest responsive responsible bidder provided the bid has been submitted in accordance with the requirements of the bidding documents, and does not exceed the funds available. The Owner will have the right to waive informalities or irregularities in a bid received, and to accept the bid which, in his judgment, is in his own bQ'Ist 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; -#id and the accepted alternates. CA) 2023 Equipment Shop Roof Replacement Project 00 21 10`=',Page 5 of 7 ARTICLE 6 — POST -BID INFORMATION 6.1 Submittals A. The names of those persons, firms, companies or other parties with whom the bidder intends to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsible bidder. B. The bidder shall, within seven (7) days of notification of selection for the award of a contract for the work, submit the following information to the Architect: 1. A designation of the work to be performed by the bidder with the bidder's own forces. 2. The proprietary names and the suppliers or principal items or system of materials and equipment proposed for the project. C. The bidder will be required to establish to the satisfaction of the Architect and the Owner the reliability and responsibility of the persons or entities proposed to furnish and perform the work described in the bidding documents. D. Prior to the award of the contract, the Architect will notify the bidder in writing if either the Owner or Architect, after due investigation, has reasonable objection to any such proposed person or entity. If the Owner or the Architect has reasonable objection to such proposed person or entity, the bidder may, at the bidder's option: 1. Withdraw the bid. 2. Submit an acceptable substitute person or entity with an adjustment in the bid price to cover the difference in cost occasioned by such substitution. E. The Owner may accept the adjusted bid price or may disqualify the bidder. In the event of either withdrawal or disqualification, bid security will not be forfeited. ARTICLE 7 — PERFORMANCE BOND AND LABOR & MATERIAL PAYMENT BOND 7.1 Bond Requirements A. The bidder shall furnish bonds covering the faithful performance of contract and the payment of all obligations arising there under. Bonds may be secured through the bidder's usual sources. The cost of furnishing such bonds shall be included in the bid. B. If the Owner requires that bonds be obtained from other than the bidder's usual source, all change in cost will be adjusted as provided in contract documents. 7.2 The Time of Delivery and Form of Bonds A. The bidder shall deliver the required bonds to the Owner not later than three (3) days following the date of execution of the contract. If the work 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 tb�t such bonds will be furnished and delivered. 1, 1.C,.- co 2023 Equipment Shop Roof Replacement Project 0021 10 —?age C 9f7 `J B. The bonds shall be written on the "Performance, Payment and Maintenance Bond" form bound within the project manual, or a copy thereof. Both bonds shall be written in the amount of the contract sum. C. The bonds shall be dated on or after the date of the contract. D. The bidder shall require the attorney -in -fact who executes the required bonds on behalf of the surety to affix a current and certified copy of power of attorney. ARTICLE 8 — PRE -BID CONFERENCE 8.1 Conference A. There is a recommended pre -bid meeting. This will start at 1:00 PM. local time on August 22"d, 2023, on -site at the Equipment Shop, 1200 South Riverside Drive, Iowa City, Iowa 52246. 8.2 Parking A. Parking available on -site. �) c "'4 C-) -4-, W 2023 Equipment Shop Roof Replacement Project 00 21 10 — Page 7 of 7 004210 PROPOSAL 2023 EQUIPMENT SHOP ROOF REPLACEMENT PROJECT CITY OF IOWA CITY BIDDERS PLEASE NOTE: 1. PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE PROJECT MANUAL. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITH THIS DOCUMENT. Name of Bidder: Address of Bidder: BIDS RECEIVED BEFORE: 3:00 PM local time on August 30, 2023. TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 In response to your request for bids, and in compliance with the Procurement and Contracting Requirements, the undersigned proposes to furnish all labor, tools, materials, equipment, transportation, deliveries, services, taxes, insurance, supervision, coordination, and all related incidentals necessary to perform the work to complete 2023 EQUIPMENT SHOP ROOF REPLACEMENT strict accordance with the Project Manual and the Drawings dated July 11, 2023, including Addenda numbered and , inclusive, prepared by Terracon Consultants, Inc. of Des Moines, Iowa and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplat- ed, at unit prices or lump sums to be agreed upon in writing prior to starting such work. BASE BID: Dollars ($ > r ,. 2023 Equipment Shop Roof Replacement Project 00 42 10 — Page 1 of 3 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City of Iowa City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. In submitting this Proposal, the undersigned agrees that the Bid will not be withdrawn for a period of thirty (30) consecutive calendar days following the date of the Bid Opening. Further, that if a Notice to Proceed or a prepared Agreement provided by the Owner is received at the business address identified below within the thirty (30) day period, the undersigned will, within ten'(10) days of receipt, acknowledge acceptance of the contract award. The undersigned will then ecute and deliver to the Owner address the Agreement, the Procurement, Labor and Material PayrmWt Bonds, and the certificates of insurance, and will proceed in accordance with requirements of they Contract Documents for this project, and have the Project at Substantial Completion on orJefore`becember 22nd 2023 and Final Completion of January 22, 2023. ZE 2023 Equipment Shop Roof Replacement Project 00 42 10 — Page 2 of 3 Firm's Name Bidder's Name Signature Printed Name Title Street Address City, State, Zip Code Telephone Number NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. 7�" N 2023 Equipment Shop Roof Replacement Project 00 42 10 — Page 3 of 3 00 43 05 BIDDER STATUS FORM All bidders must submit the following completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chanter 156. To be completed by all bidders Part A ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine ifyour 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 proj ect. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a non-resident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B Dates: to Address: _ (mm/dd/yyyy) City, State, Zip Code: Dates: to Address: (mm/dd/yyyy) City, State, Zip Code: Dates: to Address: (mm/ddlyyyy) 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 hot3atate <oreign country and the appropriate legal citation.im ' t-- —•— You may attach additional sheet(s) if needed. ;+ To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Signature: Date: 2023 Equipment Shop Roof Replacement 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 Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa Secretary of State, has filed its most recent biennial report with the Secretary of State, and has neither received a certificate of withdrawal from the Secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa Secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. C.i co 2023 Equipment Shop Roof Replacement Project 00 43 05 — Page 2 of 2 004310 BID BOND FORM 2023 EQUIPMENT SHOP ROOF REPLACEMENT PROJECT CITY OF IOWA CITY , as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the amount of to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for 2023 Equipment Shop Roof Replacement Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a security for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid security shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the security, as provided in the Project Manual or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its security shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid security this of , A. D. , 20_. Witness No By: Witness (Attorney -in -fact) Attach Power -of -Attorney, if applicable day (Seal) r,a (Title) (Seal) 2023 Equipment Shop Roof Replacement 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 City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on 00 45 10 — Pages 2 and 3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractor abide by the City's Human Rights Ordinance. The City's protected classes are listed at -Iowa Citv City Code Section 2-3-1. 2023 Equipment Shop Roof Replacement 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 vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone Number Street Address City, State, Zip Code w :X .. 2023 Equipment Shop Roof Replacement 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 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 Signature Print Name Phone Number Title Date .ram •♦ Y N rX•� 2023 Equipment Shop Roof Replacement Project 00 45 10 — Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. 'a (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 refleC�i3lajor,job functions. Review education and experience requirements to make 'Stare they accurately reflect the requirements for successful job performance. --1 (f) Review the job application to ensure that only job related questions are ast« d. Ask yourself "Is this information necessary to judge an applicant's ability to peri*orm the job applied for?" Only use job -related tests which do not adversely ct 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 2023 Equipment Shop Roof Replacement Project 00 45 10 — Page 4 of 6 discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. For your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment can be found at: https://codelibrary amlegal com/codes/iowacityia/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. 00 2023 Equipment Shop Roof Replacement Project 00 45 10 — Page 5 of 6 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone: NOTE: This is a SAMPLE ONLY. You may wish to confer with your Equal Employment Opportunity (EEO) officer or legal counsel to formulate a policy which specifically meets the needs of your company. .4 s 2023 Equipment Shop Roof Replacement Project 00 45 10 — Page 6 of 6 00 45 20 WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result ofJhe Wage Theft Policy it may submit a request in writing indicating that one or more of thcfollowing actions have been taken: �. a. There has been a bona fide change in ownership or control of theineligjLt le person or entity; b. Disciplinary action has been taken against the individual(s) responsible farthe'acts giving rise to the violation(s); rx� 2023 Equipment Shop Roof Replacement Project 00 45 20 — Page 1 of 3 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. r-•- M_C rri 'o M co 2023 Equipment Shop Roof Replacement Project 00 45 20 — Page 2 of 3 WAGE THEFT AFFIDAVIT I, , certify under penalty of perjury and pursuant to the laws of the State of Iowa that the following is true and correct: 1. 1 am the [position] of ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither ["contracting entity"] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. Signature r., M `N CO 2023 Equipment Shop Roof Replacement Project 00 45 20 — Page 3 of 3 005210 AGREEMENT 2023 EQUIPMENT SHOP ROOF REPLACEMENT PROJECT CITY OF IOWA CITY THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). WHEREAS the City has prepared certain Contract Documents dated the 1 V day of July, 2023, for the 2023 Equipment Shop Roof Replacement ("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: 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 bane shall be as binding as if called for by all. In the event of a discrepancy or inrohsigency, the more specific provision shall prevail. w � N 2023 Equipment Shop Roof Replacement Project 00 52 00 — Page 1 of 2 3 The names of those persons, firms, companies or other parties, acknowledged by the City, with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows (or shown on an attachment): DATED this day of 120 (The City of Iowa City will date this Contract after all signatures are obtained) City Contractor Signature of City Official Signature of Contractor Officer Printed Name of City Official Printed Name of Contractor Officer ATTEST: City Clerk (for Formal Projects only) APPROVED BY: City Attorney's Office Title of Contractor Officer ATTEST: By: _ (Company Of�ialrn �� r-- as 2023 Equipment Shop Roof Replacement Project 00 52 00 — Page 2 of 2 wpll ray .+r 0061 10 PERFORMANCE, PAYMENT, AND MAINTENANCE 136RDi -o rn 2023 EQUIPMENT SHOP ROOF REPLACEMENT PROJECT CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, as Principal (hereinafter the "Contractor" or "Principal") and as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of dollars ($ ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such 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: Removal of temporary repair work and the remainder of the existing metal roof panels and replacing the entire roof with new 40-inch wide structural insulated standing seam metal panels. The new panels will have a 4-inch thick insulation core. Structural bracing will be installed. The Project is located at 1200 South Riverside Drive, Iowa City, Iowa 52246. 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 2023 Equipment Shop Roof Replacement Project 00 61 10 — Page 1 of 4 improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of One year(s) (1) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20% of the total contract price, and that this bond shall then 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 Dod"Uments, in approved change orders, and in this Bond will be fulfilled, and that the Mrisdiction will be fully indemnified so that it will be put into the position it would hme been in had the Contract been performed in the first instance as required -, w 2023 Equipment Shop Roof Replacement Project 00 61 10 —Wage 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. rr.► =' rn 3 t ,. , co 2023 Equipment Shop Roof Replacement Project 00 61 10 — Page 3 of 4 PRINCIPAL: SURETY: Printed Name of Contractor Officer Surety Company Name By By Signature of Contractor Officer Signature of Attorney -in -Fact Officer Title of Contractor Officer Printed Name of Attorney -in -Fact Officer Company Name of Attorney -in -Fact Company Address of Attorney -in -Fact City, State, Zip Code of Attorney -in -Fact Telephone Number of Attorney -in -Fact NOTE: 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. =" r� -v eV co 2023 Equipment Shop Roof Replacement Project 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. n-< W -0 v. Nv co 2023 Equipment Shop Roof Replacement Project 00 72 00 — Page 1 of 1 00 73 00 SUPPLEMENTARY CONDITIONS PART 1 - GENERAL 1.1 1.2 INTRODUCTION 7973 JUL 31 P14 1: CITY CLE F 1OVY'A C 1 T Y.:': A 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 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. 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 Equipment Shop Roof Replacement Project 00 73 00 — Page 1 of 20 1.3 ARTICLE 2 - OWNER' E L' 1.4 A. Change paragraph 2.4 to read as follows: 2.4 If the Contractor defaults or neglects to carry ol-& oWin Ucd�Africe with the Contract Documents and fails within a seven-day period after Ferempt 0 written notice from the Owner to commence and continue correcthon.of su'ch`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 ar} appropr ate GhaRge Order shall be isswed deducting the Owner may deduct from payments then or thereafter due the Contractor the reasonable entire cost of correcting such deficiencies, including Owner's expenses and compensation for the Architect's and/or Consultant's additional services and expenses and heating, engineering, accounting, consulting services and attorneys' fees and expenses made necessary by such default, neglect, or failure. Soda action approval 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. 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 knew+Rgly failed to report it to the Architect. If the Contractor performs any construction activity knowing it involves 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 all costs for correction. The Contractor shall perform no portion of the Work at any time without Contract Documents or, where required, approved Shop Drawings, Product Data or Samples for such portion of the Work. B. Change paragraph 3.3.2 to read as follows: 3.3.2 The Contractor shall be responsible to the Owner for acts and omissions of the Contractor's employees, Subcontractors, Sub -subcontractors, vendors, 2023 Equipment Shop Roof Replacement Project 00 73 00 — Page 2 of 20 material providers and suppliers and their agents and employees, and o'- ri persons performing portions of the Work under a contract with the Contractor or any of its Subcontractors. 7173 C. Add the following 3.3.4:j 3 p' 2 3.3.4 Contractor shall maintain a qualified and responsible person availabl' . hours per day, seven days per week to respond to emergencies which may occur after hours. Contractor shall provide to Owner and Architect the phone number and/or paging service of this individual. D. Change paragraph 3.4.1 to read as follows: 3.4.1 Unless otherwise provided in the Contract Documents, the Contractor shall provide and pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, storage, parking and other facilities and services necessary for proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. Should the Contract Documents require work to be performed after regular working hours or should the Contractor elect to perform work after regular hours, the additional cost of such work shall be borne by the Contractor. E. Add the following paragraphs 3.4.4 through 3.4.6 3.4.4 Whenever any provisions of the Contract conflict with any agreements or regulation of any kind in force among members of any trade association, unions or councils, which regulate what work shall be included in the work of particular trades, the Contractor shall make all necessary arrangements to reconcile any such conflict without delay or cost to the Owner and without recourse to the Architect or the Owner. 3.4.5 After the Contract has been executed, the Owner and the Architect will consider a formal request for the substitution products in place of those specified only under the conditions set forth in Section 01 60 00 - Post Bid Substitutions. 3.4.6 By making requests for substitutions based on Subparagraph 3.4.4 above, the Contractor: .1 represents that the Contractor has personally investigated the proposed product and determined that it is equal or superior in all respects to that specified. .2 represents that the Contractor will provide the same warranty for the substitution that the Contractor would for that specified. .3 certifies that the cost data presented is complete and includes all related costs under this Contract except the Architect's redesign costs, and waives all claims for additional costs related to the substitution which subsequently become apparent; and .4 will coordinate the installation of the accepted substitute, making such changes as may be required for the Work to be complete in all respects. .5 will adhere to the contract schedule F. Change paragraphs 3.5 to read as follows 2023 Equipment Shop Roof Replacement Project 00 73 00 — Page 3 of 20 3.5 The Contractor warrants to the Owner and Architect that mmaterials { 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 CoFI#r�cbDoourn"As will be free from defects, eXGept fnr these the ni %ii+„ of t',6 Work the Work, materials or equipment;not conforming to these requirements may be considered defective: The C©ntractor'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 serPIy 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 appropriate responsibility for such Work and shall bear the costs attrubutable to the GGrreGtion and expenses of correcting or replacing such Work. J. Change paragraph 3.7.4 to read as follows: 3.7.4 Concealed or Unknown Conditions. If the Contractor encounters conditions at the site that are 1) subsurface or otherwise concealed physical conditions that differ materially from those indicated in the Contract Documents or 2) unknown physical conditions of an unusual nature that differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, the Contractor shall promptly provide notice to the Owner and the Architect before conditions are disturbed and in no event later than the next business day 21 days after first observance of the conditions. The Architect will promptly investigate such conditions and, if the Architect determines that they differ materially and cause an increase or decrease in the Contractor's costs of or time required for performance of any part of the work, will recommend an equitable adjustment in the Contract Sum or Contract Time, or both. If the Architect determines that the conditions at the site are not materially 2023 Equipment Shop Roof Replacement Project 00 73 00 — Page 4 of 20 different from those indicated in the Contract Documents and that no, change to 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 4rnhitent'6 4 K. Change paragraph 3.11 to read as follows: Cl' tCL ER 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 GRe sePYef all approved Shop Drawings, MSDS Sheets, Product Data, Samples and similar required submittals. These shall be available to the Architect and shall be delivered to the Architect for submittal to the Owner upon completion of the Work as a record of the Work as constructed. L. Change paragraph 3.13 to read as follows: 3.13 The Contractor shall confine operations at the site to areas permitted by applicable laws, statutes, ordinances, codes, rules and regulations, and lawful orders of public authorities and the Contract Documents and shall not unreasonably encumber the site with materials or equipment. The Contractor acknowledges that the property on which the Project and Work are located may be occupied and in use by the Owner during the execution of the Work. The Contractor shall perform and coordinate its work in such a manner that the portions of the property occupied and in use will not be encumbered or the use interfered with or interrupted. M. Change paragraph 3.17 to read as follows: 3.17 The Contractor shall pay all royalties and license fees. The Contractor shall defend suits or claims for infringement of patent rights and shall hold the Owner and Architect harmless from loss on account thereof, but shall not be responsible for such defense or loss when a particular design, process or product of a particular manufacturer or manufacturers is required by the Contract Documents, or where the copyright violations are contained in Drawings, Specifications or other documents prepared by the Owner or Architect. However, if the Contractor has reason to believe that the required design, process or product is an infringement of a copyright or patent, the Contractor shall be responsible for such loss unless such information is promptly furnished to the Architect and the Owner in writing. N. Change paragraphs 3.18.1 to read as follows: 3.18 To the fullest extent permitted by law, the Contractor shall indemnify, defend and hold harmless the Owner, Architect, Architect's consultants, and agents and employees of any of them from and against claims, damages, losses and expenses, including, but not limited to attorneys' fees, arising out of or .resulting from performance of the Work, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property , but only to the extent caused in whole or in part by intentional or negligent acts or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, regardless of whether OF ROt GLIGh Glaim-, . Such obligation shall not be construed to negate, abridge, or reduce other rights or 2023 Equipment Shop Roof Replacement Project 00 73 00 — Page 5 of 20 obligations of indemnity that would otherwise exist as to a ; party or person described in this Paragraph 3.18. Nothing in the foregoing Paragraph 3.18.1 is intended or shall be deemed to constitute an indemnification by the Contractor against the negligence of any of t � p hies, t �be D#mrwise indemnified pursuant to Paragraph 3.18.1. i""� �L '� i �}' O. Change paragraph 3.18.2 to read as follows: c!'j 1` CLERK �T 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, Gentrasto and Architect. Consent shall not be unreasonably withheld. B. Change paragraph 4.2.1 to read as follows: 4.2.1 The Architect will provide administration of the Contract as described in the Contract Documents and will be the Owner's representative as provided herein during construction and until the Architect issues the final Certificate for Payment to the Contractor on the Project. The Architect will advise and consult with the Owner. The Architect will have authority to act on behalf of the Owner only to the extent provided in the Contract Documents. C. Change paragraph 4.2.3 to read as follows: 4.2.3 On the basis of the site visits, the Architect will keep the Owner reasonably informed about the progress and quality of the portion of the Work completed, and report to the Owner 1) known deviations from the Contract Documents and from the most recent construction schedule submitted by the Contractor, and 2) defects and deficiencies observed in the Work. The Architect and the Owner will not be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. The Architect and the Owner will not have control over or charge of and will not be responsible for acts or omissions of the Contractor, Subcontractors, or their agents or employees, or any other persons or entities performing portions of the Work. D. Change paragraphs 4.2.5 through 4.2.6 to read as follows: 4.2.5 Based on the Architect's observations and evaluations of the Contractor's Applications for Payment, the Architect will review and sert+fy 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 2023 Equipment Shop Roof Replacement Project 00 73 00 — Page 6 of 20 for implementation of the intent of the Contract Documents, the AFohiteCt 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.7n"o\vgver,l neAlnef. (� authority of the Architect nor a decision made in good faith either tb 8zer- - - or of to exercise such authority shall give rise to a duty or responsibility of the°Architect to the Contractor, Subcontractors, material and equipment suppliers, their agents or employees, or other persons performing portions of the Work. E. Change paragraphs 4.2.10 through 4.2.12 to read as follows: 4.2.10 If the Owner and Architect agree, the Architect will provide one or more project representatives to assist in carrying out the Architect's responsibilities at the site. The duties, responsibilities and limitatien6 of authority Of SUGh pF(�eGt represeRtatives shall be as set forth 'R aR exhibit to be the Cc)ntFaGt DE)GunieRtS. 4.2.11 The Architect will interpret and make recommendations to the Owner regarding des+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. 4.2.12 Interpretations and recommendations degisiORS 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 desisiGRG, 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 des+sieeS rendered in good faith. 1.6 ARTICLE 5 - SUBCONTRACTORS A. Delete paragraph 5.2.1 and add the following: 5.2.1 The CONTRACTOR shall provide, within 24 hours of the bid opening, a list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required on the Bid Form and the Agreement. 1. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. B. Change paragraph 5.3 to read as follows: 5.3 By appropriate agreement, written where legally required for validity, the Contractor shall require each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Contractor by terms of the Contract Documents, and to assume toward the Contractor all the obligations and responsibilities which the Contractor, by these Documents, assumes toward the Owner and Architect. Each subcontract agreement shall preserve and protect the 2023 Equipment Shop Roof Replacement Project 00 73 00 — Page 7 of 20 rights of the Owner and Architect under the Contract Documents with respect. to the Work to be performed by the Subcontractor so that subcontracting thereof will not prejudice such rights, and shall allow to the Subcontractor, unless specifically provided otherwise in the subcontract agreement, the benefit ott*, right r'err i s ' and redress against the Contractor that the Contractor';- `by ''th C n�t�a f Documents, has against the Owner. Where appropriate, the Con tractor -s II require each Subcontractor to enter into similar agreements;/ Wi h,, Sub -subcontractors. The Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract agreement, copies of the Contract Documents to which the Subcontractor will be bound, and, upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of the proposed subcontract agreement which may be at variance with the Contract Documents. Subcontractors shall similarly make copies of applicable portions of such documents available to their respective proposed Sub -subcontractors. All warranties provided by the Subcontractors, including all express and implied warranties in the Contract Documents and the agreements between the Contractor and the Subcontractors and all warranties provided by law, shall run to and be for the benefit of the Owner, and the Owner shall have a direct right of action against the Subcontractors for any breach of said warranties. 1.7 ARTICLE 6 - CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS A. Delete paragraph 6.1.4 in its entirety. B. Change paragraph 6.2.4 to read as follows: 6.2.4 The Contractor shall promptly remedy damage the Contractor fly causes to completed or partially completed construction or to property of the Owner or separate contractors as provided in Subparagraph 10.2.5. 1.8 ARTICLE 7 - CHANGES IN THE WORK A. Change paragraph 7.2.1 to read as follows: 7.2.1 A Change Order is a written instrument prepared by the Architect and signed by the Owner and Contractor and approved by the Architect, stating their agreement upon all of the following: B. Add paragraph 7.2.2 as follows: 7.2.2 A Change Order is conclusively presumed to include all adjustments in Contract Time and Contract Sum necessary to complete the change to the Work and related parts of the Work. C. Add paragraph 7.2.3 as follows: 7.2.3 In all Change Orders or Construction Change Directives, the allowance for Overhead and profit to be included in the total cost to the Owner shall not exceed the following amounts: .1 For the Contractor, for any Work performed directly by the Contractor's employees, not including oversight of such work performed by subcontractor, fifteen percent (15%) of the cost. .2 For the Contractor, for Work performed by Subcontractor, ten percent (10%) of the amount due the Subcontractor. 2023 Equipment Shop Roof Replacement Project 00 73 00 — Page 8 of 20 '- .3 For each Subcontractor, or Sub -subcontractor involved, for any Work performed by such contractor's own forces, fifteen percent (1551o) of the cost. 1013 JUL 31 PM 1: 29 .4 For each Subcontractor, for Work performed by the Sub - subcontractors, five percent (5%) of the amount due the Sub -subcontractor. �T Y GLL11K 5 In order to facilitate checking of quotations for extras or credits, all IOWA CITY, 10 " proposals, except those so minor that their propriety can be seen by inspection, shall be accompanied by a complete itemization of costs including labor, materials and Subcontracts. In no case will a change involving over $200.00 be approved without such itemization. .6 Unless otherwise agreed, costs to which overhead and profit are to be applied shall be those costs listed in Subparagraph 7.3.6. 1.9 ARTICLE 8 - TIME A. Change paragraph 8.2.3 to read as follows: 8.2.3 The Contractor shall proceed expeditiously with adequate forces and shall achieve Substantial Completion within the Contract time. The Contractor shall bear all costs for overtime and all additional expense which may arise in order to achieve Substantial Completion within the Contract Time. B. Add paragraph 8.2.4 to read as follows: 8.2.4 If, upon the recommendation of the Architect, it becomes necessary at times during construction for the Owner to accelerate the work, each Contractor or subcontractor when ordered and directed by the Owner, shall cease work at any point and shall transfer its workers to such points and execute such portion of its work as may be required to enable others to properly engage in and carry on their work. C. Change paragraph 8.3.1 to read as follows: 8.3.1 If the Contractor is delayed at any time in progress of the Work by an act or neglect of the Owner or Architect, or of an employee of either, or of a separate contractor employed by the Owner, or by changes ordered in the Work, or by labor disputes, fire, uRusual delay M^ doin, yes, unavoidable casualties or other causes beyond the Contractor's control, 9F AFGh*teGt determines may justify de4y, then the Contract Time shall be extended by Change Order for such reasonable time as the Owner, with the advice of the Architect, may determine. Such delays shall not be a basis for damages. An extension of the Contract Time is the Contractor's sole remedy for such delay. D. Delete paragraph 8.3.3 in its entirety. E. Add paragraph 8.4 LIQUIDATED DAMAGES to read as follows: Since the actual monetary value of damages sustained by the Owner as a result of delayed completion of the Work is extremely difficult or impractical to assess, the Owner and Contractor agree as follows: 1. Upon failure of the Contractor to achieve "Substantial Completion" of the Work in compliance with requirements of the Contract Documents: The Contractor shall pay as liquidated damages, and not as a penalty, the sum of amount as listed in the Notice to Bidders (or Instruction to Bidders) for each calendar day that "Substantial 2023 Equipment Shop Roof Replacement Project 00 73 00 — Page 9 of 20 Completion" is delayed beyond the date written in the Agreement, subject to adjustments of the Contract Time as provided for in the Contract Documents. 2. The Owner shall give written notice to the Contractor of intent to assess liquidated damages pursuant to provisions of this Article. Calculation of the amount of liquidated damages shall commence on the date the Owner notifies the Contractor of this intent. 3. Liquidated damages assessed in accordance with these provisions are exclusive of other monetary damages to which the Owner may be entitled as a direct result of the Contractor's failure to achieve final completion of the Work in accordance with requirements of the Contract Documents. These liquidated damages are not intended to be exclusive of Owner's right to terminate this Contract based on Contractors' failure to comply with the terms and provisions of the Contract. 4. Partial performance of the Work of this Contract shall not relieve the Contractor from liability for liquidated damages. 5. Contractor's liability for liquidated damages shall cease upon issuance of Substantial Completion Certificate for the Work of the Contract. 6. Notwithstanding anything in the Contract Documents to the contrary, amounts assessed to the Contractor as liquidated damages may be deducted by the Owner from any money payable to the Contractor pursuant to this Contract. The Owner shall notify the Contractor in writing of a claim for liquidated damages prior to the date the Owner deducts such sum from money payable to the Contractor. 1.10 ARTICLE 9 -PAYMENTS AND COMPLETION A. Add the following paragraph 9.3.1.3. .3 The first payment application shall be accompanied by Contractor's partial waiver of lien only, for the full amount of the payment. Each subsequent monthly payment application shall be accompanied by the Contractor's partial waiver and by the partial waivers of Subcontractors and Suppliers who were included in the immediately preceding payment application to the extent of that payment. Application for final payment shall be accompanied by final waivers of lien from the Contractor, Subcontractor and Suppliers who have not previously furnished such final waivers. B. Change paragraph 9.4.1 to read as follows: 9.4.1 The Architect will, within seven days after receipt of the Contractor's Application for Payment, either issue to the Owner a Certificate for Payment, with a copy to the Contractor, for such amount as the Architect determines is properly due, or notify the Contractor and Owner in writing of the Architect's reasons for withholding certification in whole or in part as provided in Subparagraph 9.5.1. Nothing herein shall be construed as requiring the Architect to reduce the retainage to be applied to payment applications. All certifications and payments, including those pursuant to a pending claim, shall be tentative 2023 Equipment Shop Roof Replacement Project 00 73 00 — Page 10 of 20 a and conditional and it shall not be necessary for the Architect to make any statement to this effect. Add paragraph 9.4.2.1: 'n n ,� �- 31 9.4.2.1 The Architect's determination as to the issuance of or withholding of CL or the amount of payment reflected on Certificates of Payment shall subject the Architect to no liability whatsoever to the Owner, Contractor, Surety, or 11any 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. DOG 1ments and shall sn notify the Arl•hltel•t 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. DGGUrnents shall GOmrnenGe en the date of Substantial Completion of the VVGFk GF �eSK�na} portion th less nthyid in the G ifiGate nur2d�vrnvn--�T r�r$ F�R.��a—vrrT—�-r-crr��veFt�� Substantial Gemple#G;:�-. F. Add paragraph 9.10.6: 9.10.6 Notwithstanding any provision to the contrary in this Contract, final payment of the retainage due the Contractor will be made not earlier than 31 days from the final acceptance of the work by the Owner, subject to the conditions and in accordance with the provisions of Chapter 573 of the Code of Iowa (2009), as amended. G. Add paragraph 9.10.7: 9.10.7 Warranties required by the Contract Documents, including those stated in the performance and payment bond, shall commence on the date of final, formal acceptance of the work by the City. 1.11 ARTICLE 10 -PROTECTION OF PERSONS AND PROPERTY A. Add paragraph 10.1.1: 1. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Owner prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations 2023 Equipment Shop Roof Replacement Project 00 73 00 — Page 11 of 20 t-� for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. 31 Plx13.1- tinge paragraph 10.2.4 to read as follows: 1��� �UL 1. When use or storage of explosives or other hazardous materials or equipment Y unusual methods are necessary for the execution of the W C1 Y, s g all vethe Owner reasonable advance notice a d shal ex erc se utmost care and carry on such activities under supervision of properly qualified personnel. C. Add paragraph 10.2.9: 10.2.9 When required by law or for the safety of the Work, the Contractor shall shore up, brace, underpin and protect foundations and other portions of existing structures which are in any way affected by the Work. The Contractor, before commencement of any part of the Work, shall give any notices required to be given to adjoining landowners or other parties. The Owner shall be notified once these notices have been served and before the work is performed. 1.12 ARTICLE 11 -INSURANCE AND BONDS A. Change paragraph 11.1.1.5 to read as follows: .5 claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including explosion, collapse and damage to underground utilities and loss of use resulting therefrom; B. Change paragraph 11.1.2 to read as follows: 11.1.2 The insurance required by Subparagraph 11.1.1 shall be written for not less than limits of liability specified in the Contract Documents or required by law, whichever coverage is greater. Coverage whether shall be written on an occurrence OF Glalms Rq basis and shall be maintained without interruption from the date of commencement of the Work until the date of final payment and termination of any coverage required to be maintained after final payment, and, with respect to the contractor's completed operations coverage, until the expiration of the period for correction of Work or for such other period for maintenance of completed operations coverage as specified in the Contract Documents. C. Change paragraph 11.1.3 to read as follows: 11.1.3 Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior to commencement of the Work and thereafter upon renewal or replacement of each required policy of insurance. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. These certificates and the insurance policies required by this Section 11.1 shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least 30 days' prior written notice has been given to the Owner. An additional certificate evidencing continuation of liability coverage, including coverage for completed operations, shall be submitted upon final Application for Payment as required by Section 9.10.2 and thereafter upon renewal or replacement of such coverage until the expiration of the time required by Section 11.1.2. Information concerning reduction of coverage on account of revised limits or claims paid under the General Aggregate, or both, shall be furnished by the Contractor with reasonable promptness. 2023 Equipment Shop Roof Replacement Project 00 73 00 — Page 12 of 20 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 Ph: ?Satisfy his/her responsibilities under this contract shall include contractual 3 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 Bodily Injury & Property Damage Excess Liability Employer's Liability Each Accident Each Employee Policy Limit Professional Liability (if applicable) Combined Single Limit $1,000,000 $1,000,000 $1,000,000 $500,000 $500,000 $500,000 $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. Property Damage liability insurance must provide explosion, collapse and underground coverage. Comprehensive General Liability using Insurance Services Office CG0001 or equivalent, shall include Contractual, Premises & Operations, Products & Completed Operations, Independent Contractors, Personal & Advertising Injury coverages, and Aggregate Limits of Insurance (Per Project) endorsement. Automobile Liability shall include all owned, non -owned and hired autos and also coverage for Contractual Liability. Excess Liability shall provide no less than following form coverage to the primary underlying policies. Workers Compensation shall include the Alternative Employer and Waiver of Subrogation endorsements in favor of the Owner. Professional Liability, if applicable: The Contractor shall procure and maintain, during the life of this Agreement, Professional Errors and Omissions Liability Insurance. The Contractor will notify the Owner if claims made erode the policy limits below those required above. All liability policies above, except for Workers Compensation and Professional Liability, shall include the Owner's Governmental Immunities Endorsement. 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 2023 Equipment Shop Roof Replacement Project 00 73 00 — Page 13 of 20 indemnity agreement herein contained, and such coverage amount shall not 0 be subject to reduction or set off by virtue of investigation or defense costs LJJ a- incurred by Contractor's insurer. 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 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 2023 Equipment Shop Roof Replacement Project 00 73 00 - Page 14 of 20 rn •• coverage from its new carrier, covering prior acts during the period of FE this Contract from and after its inception. 0- W t,LJ °' 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 M �•-"= exclusions, or have a higher deductible or self -insured retention than the insurance which it replaces r 11.1.11 The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and seek specific performance or termination, as the case may be. 11.1.12 In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses exhaust the aggregate limits of Contractor's liability insurance, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 11.1.13 In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 11.1.14 Contractor shall be responsible for any deductible amounts; including but not limited to the owner's deductible on the owner's builder's risk. E. Delete paragraphs 11.3 in its entirety and add paragraphs 11.3 as follows: 11.3 PROPERTY INSURANCE 11.3.1 OWNER shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: .1 include the interests of OWNER, CONTRACTOR, Subcontractors, Owner's Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an additional insured, .2 be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, false work, and materials and equipment in transit, and shall insure against at least the following perils or 2023 Equipment Shop Roof Replacement Project 00 73 00 — Page 15 of 20 causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, water damage, and such other perils or causes of loss as may be specifically required by the N Supplementary Conditions; ( c.' .3 include expenses incurred in the repair or replacement of any insured 0--; property; .._J M r 4 include $100,000 for materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by OWNER; .5 allow for partial utilization of the Work by OWNER; .6 include testing and startup; and .7 be maintained in effect until final payment is made. .8 Such coverage shall not include coverage for loses or damage caused by the negligent acts or omissions of Contractor or Subcontractors, or for damage to material or equipment while under the control of or stored by Contractor prior to installation or prior to inclusion of such material or equipment in construction. Contractor shall maintain appropriate insurance for such risks or occurrences 11.3.2 OWNER shall purchase and maintain such boiler and machinery insurance which shall specifically cover such insured objects or additional property insurance as may be required by Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, OWNER's Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured. 11.3.3 All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured to whom a certificate of insurance has been issued and will contain waiver provisions. 11.3.5 If CONTRACTOR requests in writing that other special insurance be included in the property insurance policies provided under paragraph 5.06, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the Site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. F. Delete section 11.4 in its entirety and add paragraph 11.4 to read as follows: 11.4.1 The Contractor shall furnish a Performance Bond and Labor and Material Payment Bond from a surety using the form included in the Contract Documents, each in an amount equal to the Contract Price. Cost of such Bonds shall be included in the base bid. Each alternative bid shall include 2023 Equipment Shop Roof Replacement Project 00 73 00 - Page 16 of 20 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 v'N conformity with the American Institute of Architect's Document A-312 (1984 ra •• 8dition), with coverage provided by a surety having a financial rating from A.M. Best of A, VII or higher. °? 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 .-. __J to make full payment to the Owner for any and all additional services of the #,- Architect as defined in the Owner/Architect Agreement which are required as a result of the Contractor's default and in protecting the Owner's right under the agreement with the Contractor to remedy the Contractor's default or honor the terms of the Performance Bond. .3 These Bonds shall be maintained by the Contractor and shall remain in full force and effect until final acceptance of the Work by the Owner. The Contractor agrees and will cause the Surety to agree to be bound by each and every provision of all the Contract Documents. .4 The Surety shall give written notice to Owner, within seven (7) days after receipt of a declaration of default, of the Surety's election either to remedy the default or defaults promptly or to perform the work promptly or to pay to Owner the penal sum of the bond, time being of the essence. In said notice of election, the Surety shall indicate the date on which the remedy or performance will commence, and it shall then be the duty of the Surety to give prompt notice in writing to Owner immediately upon completion of (a) the remedy and/or correction of each default, (b) the remedy and/or correction of each omitted item of work, (c) the furnishing of each omitted item of work, and (d) the performance of the work. The Surety shall not assert solvency of its Principal or its Principal's denial of default as justification for its failure to promptly remedy the default or defaults or perform the work. .5 The Principal and Surety further agree as part of this obligation to pay all such damages of any kind to person or property that may result from a failure in any respect to perform and complete the Work including, but not limited to, all repair and replacement costs necessary to rectify construction error, architectural and engineering costs and fees, all consultant fees, all testing and laboratory fees, and all legal fees and litigation costs incurred by the Owner. .6 The Surety agrees that other than as is provided in the Bond it may not demand of the Owner that the Owner shall (a) perform any thing or act, (b) give any notice, (c) furnish any clerical assistance, (d) render any service, (e) furnish any papers or documents, or (0 take any other action of any nature or description which is not required of the Owner to be done under the Contract Documents. 11.4.2 Surety shall be satisfactory to the Owner and shall be authorized to do business in the state of Iowa. 1.13 ARTICLE 13 -MISCELLANEOUS PROVISIONS 2023 Equipment Shop Roof Replacement Project 00 73 00 - Page 17 of 20 A. Change paragraph 13.1 to read as follows: 13.1 The Contract shall be governed by the laws of the State of Iowa of the place where the Project is located except that, if the parties have selected arbitration as the method of binding dispute resolution, the Federal Arbitration Act shall govern Section 15.4. Co..; B. "`Change paragraph 13.3.1 to read as follows: 1.3:3.1 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 C'' corporation for which it was intended, or if delved at-er sent by registered or Certified mail to the last business address known to the party giving notice. C. Change paragraph 13.5.1 to read as follows: 13.5.1 Tests, inspections and approvals of portions of the Work shall be made as required by the Contract Documents and by applicable laws, statutes, ordinances, codes, rules, and regulations or lawful orders of public authorities. Unless otherwise provided, the Contractor shall make arrangements for such tests, inspections and approvals with an independent testing laboratory or entity acceptable to the Owner, or with the appropriate public authority, and shall bear all related costs of tests, inspections and approvals. The Contractor shall give the Architect and Owner timely notice of when and where tests and inspections are to be made so the Architect and Owner may observe such procedures. The Owner shall bear costs of 1) tests, inspections or approvals that do not become requirements until after bids are received or negotiations concluded and 2) tests, inspections or approvals where building codes or applicable laws or regulations prohibit the Owner from delegating their cost to the Contractor. Copies of all reports, data and other documents related to tests, inspections and approvals shall be provided to the Architect as soon as practicable. D. Delete paragraphs 13.7. E. Add the following Section 13.8: 13.8 The Contractor shall maintain policies of employment as follows: .1 The Contractor and the Contractor's subcontractors shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance. The Contractor shall take affirmative action to insure that applicants are employed, and that employees are treated during employment without regard to their race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the policies of non-discrimination. .2 The Contractor and the Contractor's subcontractors shall, in all solicitations or advertisements for employees placed by them or on their behalf, state that all 2023 Equipment Shop Roof Replacement Project 00 73 00 — Page 18 of 20 qualified applicants will receive consideration for employment without regard to race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance Cn 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 a.. T , shall abide by the requirements of the City's Contract Compliance Program, which is Jkgluded with these Specifications beginning on page CC-1. 144 ARTICLE 14 - TERMINATION OR SUSPENSION OF THE CONTRACT A. Add the following paragraph 14.2.1.5: .5 fails or refuses to provide insurance or proof of insurance as required by the Contract Documents. B. Change paragraph 14.2.4 to read as follows: 14.2.4 If the unpaid balance of the Contract Sum exceeds costs of finishing the Work, including compensation for the Architect's services and expenses made necessary thereby, and other damages incurred by the Owner and not expressly waived, such excess shall be paid to the Contractor. If such costs exceed the unpaid balance, the Contractor shall pay the difference to the Owner. The amount to be paid to the Contractor or Owner, as the case may be, shall be certified by the Initial Decision Maker, upon application, and this obligation for payment shall survive termination of the Contract. The Contractor shall bear all testing, engineering, accounting, and legal expenses made necessary as a result of termination of the Contract. 1.15 ARTICLE 15- CLAIMS AND DISPUTES A. Change paragraphs 15.1.1 through 15.1.3 to read as follows: 15.1.1 Definition. A Claim is a demand or assertion by one of the parties seeking, as a matter of right, payment of money, or other similar relief with respect to the administration 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. unless submitted in a timely manner. 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, 2023 Equipment Shop_ Roof Replacement Project 00 73 00 — Page 19 of 20 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 ;r) Maker. c.; .` B. Change paragraph 15.2.5 to read as follows: LZ 15.2.5 The Initial Decision Maker will render an initial decision approving or �.� .rejecting the claim, or indicating that the Initial Decision Maker is unable to resolve the claim. This initial decision shall 1) be in writing, 2) state the reasons therefore, y 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 r,. the papties but subjeGt tG mediatiOR and, if the parties fail to resolve their disputes - through mediatiOR, to binding dispute reseluti�-.�;-�.-�at-ii' C. Delete paragraphs 15.2.6 and 15.2.6.1 in their entirety. D. Delete Section 15.3 MEDIATION in its entirety. E. Delete Section 15.4 ARBITRATION in its entirety. F. Add the following paragraph 15.5 to read as follows: 15.5 The Owner and Contractor may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to anv dispute arising between the parties or under the Contract Documents. 2023 Equipment Shop Roof Replacement Project 00 73 00 - Page 20 of 20 cn tv .� 2- TECHNICAL SPECIFICATIONS FOR LIJ =-; = Iowa City Equipment Roof w 2023 Roof Replacement City of Iowa City, IA I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: Darrell L. Smith, P.E., RRC, REWC, BECO, CxA+BE Iowa P.E. Lic. No. 11460 My license renewal date is December 31, 2024 DATE: July 11, 2023 SECTIONS COVERED by SEAL Sections 01 10 10, 01 13 19, 01 33 23, 01 35 10, 02 50 00. 07 4160. 07 92 13.09 29 00.09 91 23.23 51 19 PREPARED BY TERRACON CONSULTANTS, INC. Terracon Consultants, Inc. Des Moines, Iowa 50309 [515] 244-3184 terracon.com 4J � TechnicAl Specifications - Table of Contents — DIVISION'91 SECTION 01 1Q 1A:........................................................................................ GENERAL REQUIREMENTS tl SECTION-04 13.19;................................................................................................... PROJECT MEETINGS SECTION01 33 23..........................................................................................................SHOP DRAWINGS SECTION 01 35 10............................................................................................ CUTTING AND PATCHING DIVISION 02 SECTIONO2 50 00.....................................................................................................................SITE WORK SECTION 07 4160 .............................................................................INSULATED METAL ROOF PANELS SECTION07 92 13.......................................................................................................................SEALANTS SECTION09 29 00............................................................................................................ GYPSUM BOARD SECTION 09 9123 ........................................................................................................INTERIOR PAINTNG SECTION 23 5119 ................................................................................................ FURNACE VENT STACK SECTION 011010 GENERAL REQUIREMENTS AND INFORMATION INDEX PART I - GENERAL 1.1 Iiggnt 1.2 hRe!rpretation 1 ' DMwi � and Specifications S&d2tand Codes 1�5 Materi�_ ests 1 RMpofsiWlity of Contractor 1. Iiff'M r for Engineer 1. Sµamitta0rocedures 1.9 CMstruction Progress Schedules 1.10 Shop Drawings 1.11 Incidental Work 1.12 Approval of Materials PART I - GENERAL 1.1 INTENT A. To set forth requirements of performance, type of equipment or structure desired and standards of materials and construction. B. To describe specifically Work set out in Contract Documents unless otherwise specifically indicated. C. To require performance of complete Work in spite of omission of specific reference to any minor component parts. D. To provide for new materials and equipment unless otherwise included. 1.2 INTERPRETATION A. Report errors or ambiguities in specifications to Engineer as soon as detected. Engineer will answer questions prior to receipt of bids regarding and interpreting intended meaning of specifications by issuing an addendum. After receipt of bids, written correspondence will be issued. 1.3 DRAWINGS AND SPECIFICATIONS A. Contractor shall provide one set of Drawings and Specifications for each foreman or superintendent in charge of each crew on the job. 1.4 STANDARDS AND CODES A. Perform work in accordance with best present-day installation and construction practices. B. Conform to and test materials in accordance with the latest editions and revisions to the following codes and standards unless specifically noted otherwise: 1. American National Standards Institute (ANSI). 2. American Society for Testing Materials (ASTM). 3. Federal Specifications (FS). 4. Iowa Department of Transportation (IDOT); latest edition of Standard Specifications and addenda. 5. Iowa Occupational Safety and Health Act (IOSHA). SECTION 01 1010 GENERAL REQUIREMENTS AND INFORMATION 6. Manual of Accident Prevention in Construction by Associated General Contractors of America, Inc. (AGC). 7. National Electrical Manufacturers Association (NEMA). 8. National Electrical Safety Code (NESC). Cn 9. National Institute for Occupational Safety and Health (NIOSH). IA National Lumber Manufacturer's Association (NLMA). '- National Safety Council (NSC). Occupational Safety and Health Act of 1970 UJ 95a"? (Public Law 91-596) (OSHA). >—IT Steel Structures Painting Council (SSPC). Underwriters' Laboratories, Inc. (UL). National Roofing Contractors Association Roofing & Waterproofing Manual (latest edition) 16. Standards and Codes of the State of Iowa and applicable local standards and codes of the Owner. 17. Other standards and codes which may be applicable to acceptable standards of the industry for equipment, materials and installation under the contract. 1.5 MATERIALS TESTS A. Includes all materials tests or tests specified hereinafter. B. Employ approved testing laboratory to show that construction materials comply with Specifications. C. Provide samples of materials required for laboratory tests and pay cost of all tests including transportation charges on samples. D. Incorporate no materials into work until laboratory tests have been furnished, as requested by Engineer, which indicate that materials are in compliance with the Specifications. E. All materials subject to sampling, testing, inspection and rejection at site by Engineer. F. Laboratory tests for materials: 1. No additional testing for verification required unless as directed by Engineer during project. Testing shall be paid by Contractor for those tests indicating non-conformance to test standards specified. 1.6 RESPONSIBILITY OF CONTRACTOR A. Protection of his work. B. Protection of all property from injury or loss resulting from his operations. C. Replace or repair objects sustaining any such damage, injury or loss to satisfaction of Owner and Engineer. D. Accept full responsibility for all construction means, methods, sequences, techniques, proceedings, property and personal safety on the project site, including the same for all subcontractors. E. Cooperate with Owner, Engineer and representatives of utilities in locating underground utility lines and structures. F. Keep cleanup current with construction operations. G. Comply with all federal, State of Iowa and City laws and ordinances. 2 it SECTION 0110 10 GENERAL REQUIREMENTS AND INFORMATION 1.7 INFORMATION FOR ENGINEER A. After execution of contract, submit following information and drawings for a, Engineer's approval if specifically requested. Information to be sent by electronic- " maik [ 1;:: " Manufacturer's specifications and catalog data for all materials, (72 J ca... L:j appurtenances and other special items. ''. List of Subcontractors, if any, to which the prime contractor proposes to t"' U sublet a portion of the work. Such other information as Engineer may request. Br�, Pvuvide two copies of following information, as requested by Engineer: 1. Shipping papers for all materials. 2. Materials test reports 1.8 SUBMITTAL PROCEDURES A. Date all transmittal forms. Re -submittals to have original submittal date with an appended date. B. Identify project, contractor, subcontractor or supplier; pertinent drawing sheet and detail number(s), and specification sections number, as appropriate. C. Apply Contractor's stamp or equal, dated, signed or initialled, certifying that review, verification of products required, field dimensions, adjacent construction work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. D. Provide space for Contractor and Engineer review stamps. E. Revise and resubmit submittals as required, identify all changes made since previous submittal. 1.9 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule in duplicate at Pre -Construction Meeting to Engineer for review. B. Revise and resubmit as required. C. Submit any revised schedules with each application for payment, identifying changes since previous version. E. Indicate estimated percentage of completion for each item of Work at each submission. F. Indicate critical submittal dates required for shop drawings, product data, samples, and product delivery dates. 1.10 SHOP DRAWINGS A. Intent of Engineer's approval: To assist Contractor in interpreting specifications and drawings. B. Contractor's Responsibility: To check drawings prior to submission for coordination and conformance with contract documents; do not submit without checking. C. Approval does not relieve Contractor of responsibility for errors in shop drawings and will not relieve him of any responsibility stated under the Contract. D. Prior to submission of shop drawings and catalog data to Engineer, affix Contractor's stamp with signature of responsible person to show that material submitted has been checked and approved. SECTION 01 1010 GENERAL REQUIREMENTS AND INFORMATION E. If the material proposed varies in detail from the drawings or illustrations fiirnished, or if it varies from any of the requirements specified herein, such variations shall be 0-� noted by the manufacturer/supplier. N &1 -4NC)OUNTAL WORK kny.A$Wental work not specifically mentioned in the specifications or shown on the plans but cibi ausly necessary for the proper completion of the work shall be considered as being a part of aitd included in the Contract and shall be executed in the proper manner. The Ventract6i shall not be entitled to extra or additional compensation for the same. 1.12 OPROVAL OF MATERIALS A. Materials shall be new and shall be designed for the function and service specified herein. No equipment or materials shall be used in the project except that which has been approved by the Engineer. The contractor shall submit to the Engineer such test results, shop drawings, manufacturer's specifications, data and other information which may be required for determining approval or disapproval, sufficiently in advance of shipment of the equipment to provide time for determining compliance with the specifications and drawings prior to shipment. Final approval of acceptance of material will be made only after such material is installed and has met all specified tests and requirements. B. Materials of a specific make may be named in the specifications in certain instances, in order to set out specific features desired or required. However, other materials of equal quality, which meet the functional requirements will be considered. C. If the material proposed varies in detail from the drawings or illustrations furnished, or if it varies from any of the requirements specified herein, such variations shall be noted by the manufacturer/supplier. D. Upon submission of sufficient data from which a determination can be made, the Engineer will examine such data and issue, in writing, a list of approved materials covered by data submitted. A list of approved materials will be issued by addendum to those to whom plans and specifications have been issued, two (2) days prior to the bid date. E. It is specifically provided that approval of materials under the procedures outlined above is a general approval only and that it in no way constitutes final approval of such material, nor waives any requirement of these specifications, nor relieves the Contractor or Manufacturer of any degree of responsibility for compliance with specific requirements of other portions of these contract documents. Final approval for all materials installed in the project will be given only upon submission of complete detailed shop drawings and data as required by other paragraphs of these specifications. F. The various manufacturers shall be experienced in the design and construction of the type of materials they propose to furnish. No consideration will be given to materials from manufacturers that do not have an equivalent record of performance for similar materials in successful operation. END OF SECTION 0110 10 4 SECTION 013119 PROJECT MEETINGS INDEX PART I - GENERAL 1.1 Progress Meetings 1.2 Pre -Installation Conference PART II - PRODUCTS Not Used PART III - EXECUTION Not Used PART I - GENERAL 1.1 PROGRESS MEETINGS A. The Engineer has the option to schedule and administer meetings from start of construction to the point where the roof is watertight and flashed in at intervals as required. B. The Engineer shall make arrangements for meetings, preside at meetings, record minutes, distribute copies of recorded minutes to participants. C. Attendance required: Job foreman, Owner, Engineer at minimum. Major sub- contractors and material suppliers that are affected by critical agenda items are also required. D. Agenda: M � . Review minutes of previous meeting Review progress of project Problems observed or foreseen Field decisions made or that need to be made Review of submittals, schedule and status of submittals Review of off -site fabrication and delivery schedule Review progress schedule and revisions needed 9 - Coordination issues 9. Review of quality and construction standards 10. Effect of any proposed changes on schedule and coordination 11. Other issues related to the Project 1.2 PRE -INSTALLATION CONFERENCE A. A pre -installation shall be scheduled with the Engineer prior to commencing tear -off of membrane. The first day of tear -off is the recommended time. Provide Engineer a minimum of 2 days notice for meeting. PART II - PRODUCTS Not used PART III - EXECUTION Not used END OF SECTION 013119 1 SECTION 0133 23 SHOP DRAWINGS, PROJECT DATA SAMPLES INDEX PART I - GENERAL 1.1 Description 1.2 Shop Drawings 1.3 Project Data 1.4 Samples 1.5 Contractor Responsibilities 1.6 Submission Requirements 1.7 Resubmission Requirements 1.8 Distribution of Submittals After Review 1.9 Engineer's Duties PART I - GENERAL 1.1 DESCRIPTION A. This section describes the process to be used for submittal, to the Engineer, of Shop Drawings, project data, and samples required by Specification Sections. 1.2 SHOP DRAWINGS A. Submit shop drawings by electronic mail. Blueline or blackline prints are acceptable as long as enough copies are submitted. B. Provide Shop Drawings as complete submittals (no partial sets) on original drawings or information prepared solely by the fabricator or supplier. C. In no instance shall the Contract Drawings be reproduced for Shop Drawing submittals. D. Sheet sizes shall not exceed the size of the Contract Drawings. E. Each print shall have blank spaces large enough to accept 4-inch x 4-inch review stamps of both Engineer and Contractor. Each print shall carry the following information, as requested by Engineer to fulfill the intent of the submittal process: ... o= Project name and project number. °-D>. Date of submittal and review of party -- gNames of CIO a. Engineer b. Contractor C. Subcontractor (if applicable) e. Manufacturer 4. Identification of product or material. 5. Field dimensions, clearly stated. 6. Applicable standards such as ASTM or Federal Specifications. 7. Identification of any deviations from Contract Documents. G. The following are related items that may be specifically requested by the Engineer. 1. Relation to adjacent structure or materials. 2. Project Manual Section number. SECTION 0133 23 SHOP DRAWINGS, PROJECT DATA SAMPLES 3. Reference to construction drawings by drawing number or detail. 1.3 PROJECT DATA A. Manufacturer's standard schematic drawings. 1. Modify drawings to delete information which is not applicable to project. 2. Supplement standard information to provide additional information applicable to project. B. Manufacturer's catalog sheets, brochures, diagrams, schedules, performance charts, illustration, and other standard descriptive data. 1. Clearly, mark each copy to identify pertinent materials, products, and models. 2. Show dimensions and clearances required. 3. Show performance characteristics and capabilities. 1.4 SAMPLES -AS REQUESTED A. Physical examples to illustrate materials, equipment or workman ship, and to establish standards by which completed work is judged. B. Office samples: of sufficient size and quantity to clearly illustrate: 1. Functional characteristics of product or material, with integrally related parts a and attachment devices. Full range of color samples. N a�O*ACTOR RESPONSIBILITIES A. tAeview Shop Drawings, Project Data, Samples prior to submission. �� ,verify: 1.. , ;�g Field measurements. Field construction criteria. 3. Catalog numbers similar data. C. Coordinate each submittal with requirements of work and of Contract Documents. D. Contractor's responsibility for errors and omissions in submittals is not relieved by Engineer's review of submittals. E. Contractor's responsibility for deviation in submittals from requirements of Contract Documents is not relieved by Engineer's review of submittals unless Engineer gives written acceptance of specific deviations. F. Notify Engineer, in writing at time of submission, of deviations in submittals from requirements of the Contract Documents. G. Begin no work which requires submittals until return submittals with Engineer's stamp and initials or signature indicating review. H. After Engineer's review, distribute copies. 1.6 SUBMISSION REQUIREMENTS A. Schedule submissions at least 14 days before dates reviewed submittals will be needed. SECTION 0133 23 SHOP DRAWINGS, PROJECT DATA SAMPLES B. Submit number of Samples required in each of Specification Sections. C. Accompany submittals with transmittal letter, in duplicate, containing: p 1. Date cq 2. Project title and number 0 ;.= Contractors name and address. UJ 0- The number of each Shop Drawings, Project Datum, and Sample submitted. Notification of deviations from Contract Documents. >6.c 3 Other pertinent data. Dq tSomittals shall include, if applicable: `1? � � Date and revision dates. At 2. Project title and number. 3. The names of : a. Engineer b. Contractor C. Subcontractor d. Supplier e. Manufacturer f. Separate detailer when pertinent. 4. Identification of project material. 5. Relation to adjacent structure materials. 6. Field dimensions, clearly identified as such. 7. Specification Section clearly number. 8. Applicable standards, such as ASTM or Federal Specification. 9. A space for Engineer's stamp. 10. Identification of deviations from Contract Documents. 11. Contractor's stamp, initialed or signed, certifying the review of submittal, verification of the field measurements, and compliance with Contract Documents. 1.7 RESUBMISSION REQUIREMENTS A. Shop Drawings 1. Revise initial drawings as required and resubmit as specified for initial submittal. 2. Indicate on drawings any changes which have been made other than those required by the Engineer. B. Project Data and Samples: Submit new datum and samples as required for initial submittal. 1.8 DISTRIBUTION OF SUBMITTALS AFTER REVIEW A. Distribute copies of Shop Drawings and Project Datum which carry Engineer's stamp. B. Distribute samples as directed. 3 SECTION 0133 23 SHOP DRAWINGS, PROJECT DATA SAMPLES 1.9 ENGINEER'S DUTIES A. Review submittals with reasonable promptness. B. Review for: 1. Design concept of project. 2. Information given in Contract Documents. C. Review of separate items does not constitute review of an assembly in which it functions. D. Affix stamp and initials or signature certifying the review of submittal. E. Return submittals to Contractor for distribution. END SECTION 0133 23 CD pj y� W a] SECTION 013510 CUTTING AND PATCHING INDEX PART I - GENERAL 1.1 Requirements 1.2 Submittals PART II - PRODUCTS 2.1 Materials PART III - EXECUTION 3.1 Inspection 3.2 Preparation 3.3 Performance PART I - GENERAL 1.1 REQUIREMENTS A. Contractor shall be responsible for all cutting, fitting and patching, required to complete the Work or to: 1. Make all parts fit together properly. 2. Uncover portions of the Work to provide for installation of ill-timed work. 3. Remove and replace defective work. 4. Remove and replace work not conforming to requirements of Contract Documents. 5. Remove samples of installed work as specified for testing. 6. Provide routine penetrations of non-structural surfaces for installation of piping and electrical conduit. 7. Make connections to existing structures, utilities or equipment. 1.2 SUBMITTALS A. Submit written request in advance of cutting or alteration which affects: 1. Structural integrity of any element of Project. 2. Integrity of weather -exposed or moisture -resistant element. 3. Efficiency, maintenance, or safety of any operational element. 4. Visual qualities of sight exposed elements. 5. Work of Owner or separate contractor. B. Request shall include: _ 1. Identification of Project. 2. Description of affected work. = c ....�. 3. The necessity for cutting, alteration or excavation. 4. Effect on work of any separate contractor, or on structur4vrwe*herp integrity of project. - -- 5. Description of proposed work: a. Scope of cutting, patching, alteration, or excavatirn. b. Trades who will execute the work. C. Products proposed to be used. d. Extent of refinishing to be done. 6. Alternatives to cutting and patching. SECTION 0135 10 CUTTING AND PATCHING PART II - PRODUCTS 2.1 MATERIALS A. Comply with specifications and standards for each specific material involved. PART III - EXECUTION 3.1 INSPECTION A. Inspect existing conditions of Project, including elements subject to damage or to movement during cutting and patching. B. After uncovering work, inspect conditions affecting installation of Products, or performance of work. C. Report unsatisfactory or questionable conditions to Engineer in writing; do not proceed with work until Engineer has provided further instructions. 3.2 PREPARATION A. Provide adequate temporary support as necessary to assure structural value or integrity of affected portion of Work. B. Provide devices and methods to protect other portions of Project from damage. C. Provide protection from elements for that portion of the Project which may be exposed by cutting and patching work and maintain excavations free from water. 3.3 PERFORMANCE A. Execute cutting and demolition by methods which will prevent damage to other work and will provide proper surfaces to receive installation of repairs. B. Execute excavating and backfilling methods which will prevent settlement or damage to other work. C. Execute fitting and adjustment of products to provide a finished installation to comply with specified products, functions, tolerances and fmishes. D. Restore work which has been cut or removed; install new products to provide complete Work in accord with requirements of Contract Documents. E. Fit work airtight to pipes, sleeves, ducts, conduit and other penetrations through surfaces. F. Refinish entire surfaces as necessary to provide an even finish to match adjacent finishes: 1. For continuous surfaces, refinish to nearest intersection. 2. For an assembly, refinish entire unit. END OF SECTION 0135 10, c :. .. SECTION 02 50 00 SITE WORK INDEX PART 1— GENERAL 1.1 Demolition 1.2 Protection 1.3 Site Repair 1.4 Clean-up and Damage Repair PART 1- GENERAL 1.1 DEMOLITION A. This section includes removal and disposal of the any building material and other material as required. 1.2 PROTECTION A. Protection shall be provided for, but not necessarily limited to, the following: 1. Lawn area and adjacent structures. 2. Building walls, windows, etc. 3. Building equipment. 4. Building interior, including contents. B. Protection shall be defined as the minimum requirements necessary to ensure that when the project is completed, the Owner's property will be left in the same condition as it was when the project started. 1.3 SITE REPAIR A. Repair or replace any damaged curbs, sidewalks, rutted yard areas, shrubs, trees, sprinkler system, etc. B. Restore areas and items to their original condition prior to construction. 1.4 CLEAN-UP AND DAMAGE REPAIR A. Any existing items, structures, or areas damaged during the course of the construction due to the Contractor's operations shall be repaired and restored to a condition equal to or better than it was prior to commencement of work at Contractor's expense. END OF SECTION 02 50 00 :ear SE rw ��� CD SECTION 07 4160 INSULATED METAL ROOF PANELS PART 1 GENERAL A. SECTION INCLUDES A. Insulated metal roof panels. B. Flashing and trim integral to insulated panels. C. Clips, anchoring devices, fasteners, and accessories for installation of panel system. B. RELATED SECTIONS A. Section 07900 - Joint Sealers. C. REFERENCES A. ASTM International (ASTM): 1. ASTM A 653 - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -iron Alloy Coated (Galvannealed) by the Hot -Dip Process. 2. ASTM A 755 - Standard Specification for Steel Sheet, Metallic Coated by the Hot -Dip Process and Pre -painted by the Coil -Coating Process for Exterior Exposed Building Products. 3. ASTM A 792 - Standard Specification for Steel Sheet, Aluminum -Zinc Alloy Coated Steel by the Hot -Dip Process. 4. ASTM A 924 - General Requirements for Steel Sheet, Metallic -Coated by the Hot -Dip Process. 5. ASTM C 518 - Standard Test Method for Steady State Heat Flux Measurements and Thermal Transmission Properties by Means of the Heat Flow Meter Apparatus 6. ASTM C 1363 - Standard Test Method for Thermal Performance of Building Materials and Envelope Assemblies by Means of a Hot Box Apparatus. 7. ASTM D 1621 - Compressive Properties of Rigid Cellular Plastics 8. ASTM D 1622 - Apparent Density of Rigid Cellular Plastics 9. ASTM D 2244 - Test Method for Calculation of Color Differences from Instrumentally Measured Color Coordinates. 10. ASTM D 4214 - Test Methods for Evaluating Degree of Chalking of Exterior Paint Films. 11. ASTM D 6226 - Standard Test Method for Open Cell Content of Rigid Cellular Plastics. t�lj 12. ASTM E 72 - Standard Test Methods of Conducting Stt¢gth 'lets of Panels for Building Construction. g q 13. ASTM E 84 - Standard Test Method for Surface Burnir w Characteristics of Building Materials. 14. ASTM E 1592 - Structural Performance of Metal Roo i-n -apd 6iding Systems by Uniform Static Air Pressure Difference. c� SECTION 07 4160 INSULATED METAL ROOF PANELS M 15. ASTM E 1646 - Standard Test Method for Water Penetration of w Exterior Metal Roof Panel Systems by Uniform Static Air Pressure U Difference. ASTM E 1680 Standard Test Method for Rate Leakage ..'� - of Air through --J Exterior Metal Roof Panel Systems. 1 -- ASTM E 1980 - Practice for Calculating Solar Reflectance Index of Horizontal and Low -Sloped Opaque Surfaces. E93. American Society of Civil Engineers (ASCE): 1. ASCE 7 - Minimum Design Loads for Buildings and Other Structures. D. SUBMITTALS A. Submit under provisions of Section 01 333 23. B. Product Data: Manufacturer's data sheets on each product to be used, including: 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Material type, metal thickness and finish. 4. Installation methods. C. Shop Drawings: Show layouts of metal panels. Include details of each condition of installation, panel profiles, and attachment to building. Provide details at a minimum scale 1-1/2-inch per foot of edge conditions, joints, fastener and sealant placement, flashings, openings, penetrations, and special details. Make distinctions between factory and field assembled work. 1. Include data indicating compliance with performance requirements. 2. Indicate points of supporting structure that must coordinate with metal panel system installation. 3. Include structural data indicating compliance with performance requirements and requirements of local authorities having jurisdiction. D. Selection Samples: As requested - For each finish product specified, two complete sets of color chips representing manufacturer's full range of available colors and patterns. E. Panel Sample: As requested- Submit 1 foot (305 mm) high by full width sample panel for each profile specified indicating the metal, texture, color and finish. F. Manufacturer's Certificates: Certify products meet or exceed specified requirements. E. QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing factory foamed in place insulated metal panels with a minimum documented experience of ten years. B. Installer Qualifications: Company specializing in installation of the products specified for projects of similar size and scope with minimum five years documented experience. 1. Certified by metal panel manufacturer. 2 SECTION 07 4160 INSULATED METAL ROOF PANELS 2. Installer's Field Supervisor: Experienced mechanic certified by metal M panel manufacturer supervising work on site. OF. =DIRERY, STORAGE, AND HANDLING U,] a'A. _ *iore products in accordance with Manufacturer's written instructions. Store M gider cover in manufacturer's unopened packaging with labels intact until ivady for installation. field foam insulated metal roof panels from direct sunlight until installation. Store products off the ground, with panels sloped for drainage and covered to protect factory finishes from damage. D. Do not overload roof structure with stored materials. Do not permit material storage or traffic on completed roof surfaces. G. WARRANTY A. Special Manufacturer's Warranty: Submit Manufacturer's two (2) year limited warranty providing panels to be free from defects in materials and workmanship, beginning from the date of substantial completion excluding coil coatings (paint finishes) that are covered under a separate warranty. B. The installation contractor shall issue a separate warranty against defects in installed materials and workmanship, beginning from the date of substantial completion of the installation. C. Special Panel Finish Warranty: Submit Manufacturer's limited warranty on the exterior paint finish for adhesion to the metal substrate and limited warranty on the exterior paint finish for chalk and fade. 1. Fluoropolymer Two -Coat System: a. Color fading in excess of 5 for copper, silver metallic and bright red; Hunter units per ASTM D 2244. b. Color fading in excess of 10 for copper, silver metallic and bright red; Hunter units per ASTM D 2244. C. Chalking in excess of 6 for copper, silver metallic and bright red or 8 rating per ASTM D 4214. d. Failure of adhesion, peeling, checking, or cracking. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturers: 1. Metl-Span 2. Kingspan 3. All -Weather Insulated Panel 4. Approved Equivalent (prior to bid) B. Substitutions Provide any proposed substitutions to Engineer prior to bidding for review and consideration. SECTION 07 4160 C=, INSULATED METAL ROOF PANELS Cn 0Ld ' 2.2 UJ INATED METAL ROOF PANELS ---� MA. >- 4�rformance Requirements: ._... = a General: Provide metal panel system meeting performance C) requirements as determined by application of specified tests by a qualified testing facility on manufacturer's standard assemblies. 2. Structural Performance: Provide metal panel assemblies capable of withstanding the effects of indicated loads and stresses within limits and under conditions indicated, as determined by ASTM E 72 or ASTM E 1592 applied in accordance with ICC AC 04, Section 4, Panel Load Test Option or Section 5, Panel Analysis Option: a. Wind Loads: Determine loads based on uniform pressure, importance factor, exposure category, and basic wind speed indicated on drawings. 1) a. Roof Panel Wind Uplift Testing: Certify capacity of metal panels by testing of proposed assembly per ASTM E 72 or ASTM E 1592. b. Deflection Limits: Withstand inward and outward wind -load design pressures in accordance with applicable building code with maximum deflection of 1/180 of the span with no evidence of failure. 3. Roof Panels FM Approvals Listing: Comply with FM Approvals 4471 as part of a panel roofing system, and that are listed in FM Approvals' "RoofNav" for Class 1 construction. (Building is NOT FM insured) a. Fire/Windstorm Classification: Class 1A-90. b. Hail Resistance Rating: SH. 4. Fire Performance Characteristics: Provide metal panel systems with the following fire -test characteristics determined by indicated test standard as applied by UL or other testing and inspection agency acceptable to authorities having jurisdiction. a. Surface -Burning Characteristics: Provide metal panel systems with the following characteristics when tested per ASTM E 84. The core shall have: 1) Flame spread index: 25 or less. 2) Smoke developed index: 450 or less. b. Fire Performance of Insulated Roof Class 1 roof and wall panel per ANSI/FM 4880. 5. Roof Panel Air Infiltration, ASTM E 1680: Maximum 0.023 cfm/sq. ft. (0.115 L/s per sq. m) at static -air -pressure difference of 12 lbf/sq. ft. (575 Pa). 6. Roof Panel Water Penetration Static Pressure, ASTM E 1646: No uncontrolled water penetration at a static pressure of 201bf/sq. ft. (958 Pa). 4 SECTION 07 4160 INSULATED METAL ROOF PANELS 7. Test procedure for susceptibility to leakage of discontinuous roof systems protocol TAS 114: Water applied to a depth of 6" above the lowest section of roof profile. No water infiltration observed during the o r) Q seven-day test period. -=- Thermal Movements: Allow for thermal movements from variations in both ambient and internal temperatures. Accommodate movement of ,, _ support structure caused by thermal expansion and contraction. Allow for deflection and design for thermal stresses caused by temperature �' `ZZ i., differences from one side of the panel to the other. • 1 Thermal Performance: When tested in accordance with ASTM C 518, the panels shall provide a K-factor of 0.14 btu/sf/hr./deg F at a 75- degrees F mean temperature, or 0.126 btu/sf/hr/deg F at a 40-degrees F mean temperature. B. Insulated Metal Roof Panels: 1. Standing Seam, Foamed -Insulation -Core Metal Roof Panels: Structural metal panels consisting of an exterior standing seam with an interior tongue and groove joint, coupled with a vapor seal in the standing seam, and provides superior resistance to air and moisture intrusion. Attached with concealed fasteners to the structure. a. Basis of Design: Metl-Span, CFR Insulated Metal Panel. b. Material: G-90 galvanized coated steel conforming to ASTM A 653 or AZ-50 aluminum -zinc alloy coated steel, conforming to ASTM A 792, minimum grade 33, prepainted by the coil -coating process per ASTM A 755. C. Material: Aluminum -Zinc Alloy -Coated Steel Sheet, ASTM A792, structural quality, Grade 50, Coating Class AZ50prepainted by the coil -coating process per ASTM A 755. d. Exterior Face: 1) Thickness: 24 gauge. 2) Surface Texture: Stucco embossed. 3) Finish: Modified silicone -polyester two -coat system. 4) Finish: Fluoropolymer two -coat system. 5) Color: White e. Interior Faces: 1) Thickness: 26 gauge. 2) Finish: Fluoropolymer two -coat system. 3) Color: White. f. Endlaps: Provide panels with factory endlaps, notching, swedging and backer plates; where panel lengths permit. g. Low Eave Treatment: Provide cutback for trim/gutter installation; where panel lengths permit. h. Panel Width: Minimum 40 inches i. Insulation Core Thickness: 4 inch j. Insulating Core: Polyurethane with zero ozone depletion potential blowing agent: SECTION 07 4160 INSULATED METAL ROOF PANELS 1) Closed Cell Content, ASTM D 6226: Minimum 90 percent. 2) Compressive Strength, ASTM D 1621: As required to meet structural performance requirements and with a minimum © ? �' of 22 psi. i 3) Shear Strength, ASTM C 273: As required to meet UJ structural performance requirements and with a minimum of 36 psi. Q 4) Tensile Strength, ASTM D 1623: As required to meet CD structural performance requirements and with a minimum of 41 psi. ""' 5) Minimum Density: 2.0 pcf (32 kg/m3) as determined by ASTM D 1622. 6) Thermal Resistance, R-Value: 25- value as determined by ASTM C 518 at 75 degrees Fahrenheit mean temperature. C. Accessories: 1. General: Provide complete metal panel assemblies incorporating trim, copings, fasciae, gutters and downspouts, and miscellaneous flashings. Provide required fasteners, closure strips, and sealants as indicated in manufacturer's written instructions. 2. Flashing and Trim: Match material, thickness, and finish of metal panels. 3. Panel Fasteners: Self -tapping screws and other acceptable fasteners recommended by metal panel manufacturer. Provide corrosion -resistant fasteners with heads matching color of metal panels by means of factory -applied coating, with weathertight resilient washers. 4. Sealant: Sealant as recommended by panel manufacturer. D. Fabrication: 1. General: Provide factory fabricated and finished metal panels, trim, and accessories meeting performance requirements, indicated profiles, and structural requirements. 2. Fabricate metal panel joints configured to accept sealant tape providing weathertight seal, preventing metal -to -metal contact, and minimizing noise resulting from thermal movement. 3. Sheet Metal Flashing and Trim: Fabricate flashing and trim to comply with manufacturer's written instructions, approved shop drawings, and project drawings. E. Finishes: 1. Finishes, General: Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturer's written instructions. 2. Exterior Face Sheet Coil -Coated Finish System: a. Fluoropolymer Two -Coat System: 0.20 - 0.3 mil (0.005 - 0.008 mm) primer with 0.7 - 0.8 mil (0.018 - 0.020 mm) 70 percent PVDF fluoropolymer color coat. C:� SECTION 07 4160 INSULATED METAL ROOF PANELS 3 Interior Face Sheet Coil -Coated Finish System: a. Fluoropolymer Two -Coat System: 0.20 mil (0.005 mm) primer ? with 0.7 - 0.8 mil (0.018 - 0.020 mm) 70 percent PVDF fluoropolymer color coat. PARL 3 Y - ECUTION A. 4i:A1NATION amine metal panel system substrate with Installer present. Inspect for f`j erection tolerances and other conditions that would adversely affect installation of metal panels. 1. Inspect framing that will support insulated metal panels to determine if support components are installed as indicated on approved shop drawings and are within tolerances acceptable to metal panel manufacturer and installer. Confirm presence of acceptable framing members at recommended spacing to match installation requirements of metal panels. 2. Panel Support Tolerances: Confirm that metal panel supports are within tolerances acceptable to metal panel manufacturer but not greater than the following: a. Maximum 1 /4 inch (6 mm) in 20 foot (6100 mm) in any direction. b. Maximum 3/8 inch (9 mm) over any single roof plane. C. Purling Spacing of 7 feet (2133 mm) or less: 1/8 inch (3 mm) out only. d. Girt Spacing of 8 feet (2438 mm) or More: 1/4 inch (6 mm) out only. e. Girt Spacing of Less Than 8 feet (2438 mm): 1/8 inch (3 mm) out only. f. CF Engineering Girt Spacing Less Than 4 feet (1219 mm): 1/16 inch (1.5 mm) out only. B. Correct out -of -tolerance work and other deficient conditions prior to proceeding with insulated metal panel installation. B. INSTALLATION A. Standing Seamed, Concealed -Fastener Insulated Metal Panels: Install metal panel system in accordance with manufacturer's written instructions, approved shop drawings, and project drawings. Install metal panels in orientation, sizes, and locations indicated. Anchor panels and other components securely in place. Provide for thermal and structural movement. B. Attach panels to metal framing using screws, fasteners, sealants, and adhesives recommended for application by metal panel manufacturer. 1. Fasten metal panels to supports with fasteners at each location indicated on approved shop drawings, at spacing and with fasteners recommended by manufacturer. 2. Cut panels in field where required using manufacturer's recommended methods. 7 SECTION 07 4160 INSULATED METAL ROOF PANELS 3. Provide weatherproof jacks for pipe and conduit penetrating metal panels. 4. Dissimilar Materials: Where elements of metal panel system will come CC) into contact with dissimilar materials, treat faces and edges in contact with dissimilar materials as recommended by metal panel 0 manufacturer. l c . '�,ttach panel flashing trim pieces to supports using recommended fasteners ..._ r->kad joint sealers. nt Sealers: Install sealants where indicated and where required for .;v�eatherproof performance of metal panel assemblies. R Seal panel base assembly, openings, panel head joints, and perimeter joints using sealants indicated in manufacturer's instructions. 2. Seal wall panel joints; apply continuously without gaps in accordance with manufacturer's written instructions, approved shop drawings, and project drawings. 3. Prepare joints and apply sealants per requirements of Division 07 Section. E. Accessories: Install metal panel accessories with positive anchorage to building and weather tight mounting; provide for thermal expansion. Coordinate installation with flashings and other components. I . Install components required for a complete metal panel assembly, including trim, copings, flashings, sealants, closure strips, and similar items. 2. Comply with details of assemblies utilized to establish compliance with performance requirements and manufacturer's written installation instructions. 3. Set units true to line and level as indicated. Install work with laps, joints, and seams that will be permanently weather resistant. F. Testing Agency: Owner will engage an independent testing and inspecting agency as required acceptable to Engineer to perform field tests and inspections and to prepare test reports. C. CLEANING A. Remove temporary protective films immediately in accordance with metal panel manufacturer's instructions. Clean finished surfaces as recommended by metal panel manufacturer. D. PROTECTION A. Protect installed products until completion of project. B. Replace damaged panels and accessories that cannot be repaired to the satisfaction of the Engineer. END OF SECTION 07 4160 8 SECTION 07 92 13 SEALANTS INDEX LJJ ui - PART I -. G„QfNE%— t - 1.1 WORK OalH S kCTION 1.2 R4ERE1E E3g 1.3 SUBMITT2�LS 2 1.4 DELIVERY AND STORAGE 1.5 WARRANTY PART II - PRODUCTS 2.1 MATERIAL PART III - EXECUTION 3.1 FIELD CONDITIONS 3.2 APPLICATION 3.3 PROTECTION PART I - GENERAL 1.1 WORK OF THIS SECTION A. Sealants 1.2 REFERENCE A. ASTM C920 Standard Specification for Elastomeric Joint Sealants B. ASTM C1193 Standard Guide for Use of Elastomeric Joint Sealants 1.3 SUBMITTALS A. Samples, if requested by Construction Manager or Engineer: 1. Submit samples of full range of colors of each type of sealant for selection. B. Product data, if requested by Construction Manager or Engineer: 1. Submit manufacturer's descriptive literature for each material. C. Location identification, as requested by Construction Manager or Engineer: 1. Submit list of locations for each type of material 1.4 DELIVERY & STORAGE A. Deliver materials to job site in the manufacturer's original containers. Containers shall contain following information: 1. Name of supplier and material 2. Specification number or formula, lot number 3. Instructions for mixing, application, curing time and storage 4. Shelf life B. Store and install backer and sealant tape to prevent deformation of the material. SECTION 07 92 13 SEALANTS 1.5 WARRANTY A. Contractor/installer shall provide a five-year maintenance warranty on all labor and materials furnished under this specification. The warranty will be delivered to the Owner prior to time of project close out. Warranty shall commence at Substantial Completion inspection date or as agreed to by Engineer/Owner. Warranty work performed during five-year period shall be at no cost to Owner or Engineer. B. Defective work covered by the warranty shall include 1. Moisture infiltration through sealant 2. Hardening and cracking of sealant 3. Crumbling, melting or shrinkage of sealant 4. Excess flow or staining of adjacent building components PART H - PRODUCTS 2.1 MATERIAL A. Polyurethane, One -Component Sealant (typical exterior use for roof related flashing): 1. Sealant shall meet or exceed the requirements of ASTM C920., Type S, Class 25, Grade NS, Use NT, M, A, T, 0 &I 2. Approved manufacturers: a. Tremco Vulkem® 116 b. BASF Masterseal "NP 1" C. Chemlink (Duralink 35 or Metalink) e. Approved equivalent 3. Properties : Withstand movement to 25% extension and 25% compression. Gun -grade, non - sagging B. Backer -rod Material ; 1. Polyolefin, polyethylene, urethane, neoprene closed -cell foam backer rod. 2. Size: oversize 25% of joint width 3. Chemically compatible with primers and sealants. 4. Round solid rod, Shore A hardness 70 C. Bond breaker tape - Polyethylene bond breaker tape that will not bond to sealant D. Color: In general, match color of existing metal components. E. Primer: Material recommended by joint -sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint -sealant -substrate tests and field tests. F. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials, free of oily residues or other substances capable of staining or harming joint substrates and adjacent nonporous surfaces in any way and formulated tq promote optimum adhesion of sealants to joint substrates. _ 4 C7 1 21 G. Masking Tape: Non -staining, nonabsorbent material compatible with ant sealants d surfaces T. adjacent to joints. '6-, r" 2 C) SECTION 07 92 13 SEALANTS PART III - EXECUTION 3.1 FIELD CONDITIONS A. Do not proceed with installation of joint sealants under the following conditions: 1. When ambient and substrate temperature conditions are outside limits permitted by joint - sealant manufacturer or are below 40 degrees F. 2. When joint substrates are wet. 3. Where joint widths are less than those allowed by joint -sealant manufacturer for applications indicated. 4. Where contaminants capable of interfering with adhesion have not yet been removed from joint substrates. 3.2 APPLICATION A. General: Follow requirements of ASTM C 1193 1. No sealant shall be applied on damp, wet or frosty surfaces. Apply only when temperature is between 40OF and 80°F. 2. Where the possibility of primer or sealant staining of adjacent areas or materials exists, joints shall be masked prior to application. Masking tape shall not be removed before joints have been tooled and initial cure of sealant has taken place. Work stained due to failure of proper masking precautions will not be accepted. 3. Joint Priming: Prime joint substrates where recommended by joint -sealant manufacturer or as indicated by preconstruction joint -sealant -substrate tests or prior experience of manufacturer. Apply primer to comply with joint -sealant manufacturer's written instructions. Confine primers to areas of joint -sealant bond; do not allow spillage or migration onto adjoining surfaces. B. Cleaning: 1. Painted surfaces: Follow manufacturers recommended cleaning procedures prior to primer or sealant application. 2. Metals, unpainted: a. Galvanized steel: Clean and degrease with xylene or toluene. C. Back-up Material 1. Install sealant backings of kind indicated to support sealants during application and at position required to produce cross -sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 2. Do not leave gaps between ends of sealant backings. 3. Do not stretch, twist, puncture, or tear sealant backings. 4. Remove absorbent sealant backings that have become wet before sealant#pplication and replace them with dry materials. is 5 Verify the compatibility of back-up material with sealant before in f latio�, i 6. Use back-up material '/2" wider than width of joint so that sufficier4 'sst - is e eaed by material to provide substantial resistance to displacement. .y., C- D. Release Agent :< -v M 1. Provide release agent or bond -breaker strip in joint to be sealed oa4 oftack-Up uaterial to prevent adhesion of sealant to the back-up material per manufactur(s recomendations. c) SECTION 07 92 13 SEALANTS E. Sealant Application: 1. Apply materials in accordance with the manufacturer's recommendations. Take care to produce beads of proper width and depth; to tool as recommended by the manufacturer, and to immediately remove surplus sealant. 2. Apply materials only within manufacturer's specified application life period. If inspection indicates that application life is expired or if the prescribed application period has elapsed, remainder of sealant shall be discarded. 3. Install sealants using proven techniques that comply with the following and at the same time backings are installed: 4. Place sealants so they directly contact and fully wet joint substrates. 5. Completely fill recesses in each joint configuration. 6. Produce uniform, cross -sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. F. Tooling of Non -sag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified in subparagraphs below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealant from surfaces adjacent to joints. 2. Use tooling agents that are approved in writing by sealant manufacturer and that do not discolor sealants or adjacent surfaces. 3. Provide concave joint profile per Figure 8A in ASTM C 1193 unless otherwise indicated. G. On all metal laps, embed laps fully into sealant H. Sealant applications include but are not limited to the following: 1. Expansion and control joint covers (interior and exterior) 2. Counter flashing joints 3. Joints for metal edge 4. All open joints or holes to seal building from the weather 5. All exposed fasteners. I. Clean Up: Any adjacent surface to sealant material that is smeared or has excess material on, shall be cleaned by the Contractor at no additional cost to the Owner. 3.3 PROTECTION A. Protect joint sealants during and after curing period from contact with contaminating substances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out, remove, and repair damaged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from original work. END OF SECTION 07 92 13 r,. x 4 SECTION 09 29 00 GYPSUM BOARD PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: Interior gypsum board. 1.3 SUBMITTALS A. Product Data: For each type of product specified. B. Samples: For the following products: 1. Trim Accessories: Full-size Sample in 12-inch-long length for each trim accessory indicated. 1.4 DELIVERY, STORAGE AND HANDLING A. Store materials inside under cover and keep them dry and protected against weather, condensation, direct sunlight, construction traffic, and other potential causes of damage. Stack panels flat and supported on risers on a flat platform to prevent sagging. 1.5 FIELD CONDITIONS A. Environmental Limitations: Comply with ASTM C840 requirements or gypsum board manufacturer's written instructions, whichever are more stringent. B. Do not install panels that are wet, moisture damaged, and mold damaged. 1. Indications that panels are wet or moisture damaged include, but are not limited to, discoloration, sagging, or irregular shape. 2. Indications that panels are mold damaged include, but are not limited to, fuzzy or splotchy surface contamination and discoloration. PART2-PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Fire -Resistance -Rated Assemblies: For fire -resistance -rated assemblies, provide materials and construction identical to those tested in assembly indicated according to ASTM E 119 by an independent testing agency. B. STC-Rated Assemblies: For STC-rated assemblies, provide materials construction identical to those tested in assembly indicated according to ASfM EV and -classified accordingto ASTM E413 b an independent testing agency. Y P g g Y• >ram- 2.2 GYPSUM BOARD, GENERAL --� A. Size: Provide maximum lengths and widths available that will mire jjUnts in each area and that correspond with support system indicated. w 2.3 INTERIOR GYPSUM BOARD w` A. Gypsum Wallboard: ASTM C1396/C1396M. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. CertainTeed Gypsum. SECTION 09 29 00 GYPSUM BOARD b. Georgia-Pacific Gypsum LLC. # C. USG Corporation. FILED 2. Thickness:5/8inch. 3. Long Edges: Tapered. 7073 JUL 31 PM 1: 31 2.4 TRIM ACCESSORIES CITY CLERK A. Interior Trim: ASTM C 1047. 1 D "NA CITY, i MA 1. Material: Galvanized or aluminum -coated steel sheet, rolled zinc, plastic, or paper -faced galvanized -steel sheet. 2.5 JOINT TREATMENT MATERIALS A. General: Comply with ASTM C475/C475M. B. Joint Tape: 1. Interior Gypsum Board: Paper. . C. Joint Compound for Interior Gypsum Board: For each coat, use formulation that is compatible with other compounds applied on previous or for successive coats. 1. Prefilling: At open joints and damaged surface areas, use setting -type taping compound. 2. Embedding and First Coat: For embedding tape and first coat on joints, fasteners, and trim flanges, use setting -type taping compound. a. Use setting -type compound for installing paper -faced trim accessories. 3. Fill Coat: For second coat, use drying -type, all-purpose compound. 4. Finish Coat: For third coat, use drying -type, all-purpose compound. manufacturer. 2.6 AUXILIARY MATERIALS A. Provide auxiliary materials that comply with referenced installation standards and manufacturer's written instructions. B. Laminating Adhesive: Adhesive or joint compound recommended for directly adhering gypsum panels to continuous substrate. C. Steel Drill Screws: ASTM C 1002 unless otherwise indicated. 1. Use screws complying with ASTM C954 for fastening panels to steel members from 0.033 to 0.112 inch thick. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and substrates including welded hollow -metal frames and support framing, with Installer present, for compliance with requirements and other conditions affecting performance of the Work. B. Examine panels before installation. Reject panels that are wet, moisture damaged, and mold damaged. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION AND FINISHING OF PANELS, GENERAL A. Comply with ASTM C840. B. Install ceiling panels across framing to minimize the number of abutting end joints and to avoid abutting end joints in central area of each ceiling. Stagger abutting end joints of adjacent panels not less than one framing member. SECTION 09 29 00 GYPSUM BOARD C. Install panels with face side out. Butt panels together for a light contact at edges and ends with not more than 1/16 inch of open space between panels. Do not force into place. D. Locate edge and end joints over supports, except in ceiling applications _ where intermediate supports or gypsum board back -blocking is provided behind end M jests. Do not place tapered edges against cut edges or ends. Stagger vertical joints ,, ~= opposite sides of partitions. Do not make joints other than control joints at uimers of framed openings. E. Zim control and expansion joints with space between edges of adjoining _ cv) >ggsum panels. L � F er both faces of support framing with gypsum panels in concealed spaces (aiLbve ceilings, etc.), except in chases braced internally. 1. Unless concealed application is indicated or required for sound, fire, air, or smoke ratings, coverage may be accomplished with scraps of not less than 8 sq. ft. in area. 2. Fit gypsum panels around ducts, pipes, and conduits. 3. Where partitions intersect structural members projecting below underside of floor/roof slabs and decks, cut gypsum panels to fit profile formed by structural members; allow 1/4- to 3/8-inch-wide joints to install sealant. G. Isolate perimeter of gypsum board applied to non -load -bearing partitions at structural abutments. Provide 1/4- to 1/2-inch-wide spaces at these locations and trim edges with edge trim where edges of panels are exposed. Seal joints between edges and abutting structural surfaces with acoustical sealant. 3.3 INSTALLATION OF INTERIOR GYPSUM BOARD A. Install interior gypsum board at locations on indicated on Drawings. B. Single -Layer Application: 1. On ceilings, apply gypsum panels before wall/partition board application to greatest extent possible and at right angles to framing unless otherwise indicated. 2. On partitions/walls, apply gypsum panels vertically (parallel to framing) unless otherwise indicated or required by fire -resistance -rated assembly, and minimize end joints. a. Stagger abutting end joints not less than one framing member in alternate courses of panels. b. At stairwells and other high walls, install panels horizontally unless otherwise indicated or required by fire -resistance -rated assembly. 3. On Z-shaped furring members, apply gypsum panels vertically (parallel to framing) with no end joints. Locate edge joints over furring members. 4. Fastening Methods: Apply gypsum panels to supports with steel drill screws. 3.4 FINISHING GYPSUM BOARD A. General: Treat gypsum board joints, interior angles, edge trim, control joints, penetrations, fastener heads, surface defects, and elsewhere as required to prepare gypsum board surfaces for decoration. Promptly remove residual joint compound from adjacent surfaces. B. Prefill open joints and damaged surface areas. SECTION 09 29 00 GYPSUM BOARD C. Apply joint tape over gypsum board joints, except for trim products specifically indicated as not intended to receive tape. D. Gypsum Board Finish Levels: Finish panels to levels indicated below and according to ASTM C840: 1. Level4: At panel surfaces that will be exposed to view unless otherwise M -e_ indicated. =P1 ' TECTION _A. dretect adjacent surfaces from drywall compound and promptly remove from floors and other -drywall surfaces. Repair surfaces stained, marred, or otherwise damaged during ta 6&all application. Proect installed products from damage from weather, condensation, direct sunlight, construction, and other causes during remainder of the construction period. C. Remove and replace panels that are wet, moisture damaged, and mold damaged. 1. Indications that panels are wet or moisture damaged include, but are not limited to, discoloration, sagging, or irregular shape. 2. Indications that panels are mold damaged include, but are not limited to, fuzzy or splotchy surface contamination and discoloration. END OF SECTION 09 29 90 SECTION 09 9123 INTERIOR PAINTING PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes surface preparation and the application of paint systems on interior substrates. 1.3 SUBMITTALS A. Product Data: For each type of product. Include preparation requirements and application instructions. B. Samples for Verification: For each type of paint system and in each color and gloss of topcoat. 1. Submit Samples on rigid backing, 8 inches square as requested 2. Step coats on Samples to show each coat required for system as requested. 3. Label each coat of each Sample. 4. Label each Sample for location and application area. C. Product List: For each product indicated, include the following: 1. Cross-reference to paint system and locations of application areas. Use same designations indicated on Drawings and in schedules. D. Alternative paint manufacturers and products requested for approval. Submit proof of equivalency by providing products comparison to Basis of Design products showing en d ription, technical and performance data for each product. 1.4 AIAIWENANCE MATERIAL SUBMITTALS r9ish extra materials, from the same product run, that match products installed and that UJ are Iza¢j3iged with protective covering for storage and identified with labels describing ? me rt Paint: 5 percent, but not less than 1 gal. of each material and color applied. t1Ir Coat&g Maintenance Manual: Upon conclusion of the project, the Contractor or paint manufacturer/supplier shall furnish a coating maintenance manual, such as Sherwin Williams "Custodian Project Color and Product Information" report or equal. Manual shall include an Area Summary with finish schedule, product data pages, Material Safety Data Sheets, care and cleaning instructions, touch-up procedures, and color samples of each color and finish used. 1.5 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. 1.6 FIELD CONDITIONS A. Apply paints only when temperature of surfaces to be painted and ambient air temperatures are between 50 and 95 deg F. B. Do not apply paints when relative humidity exceeds 85 percent; at temperatures less than 5 deg F above the dew point; or to damp or wet surfaces. SECTION 09 9123 INTERIOR PAINTING PART 2-PRODUCTS 2.1 MANUFACTURERS A. Basis -of -Design Product: Subject to compliance with requirements, provide products by The Sherwin Williams Co. or comparable product by one of the following: 1. PPG Paints 2. Benjamin Moore & Co. 2.2 PAINT, GENERAL A. Material Compatibility: 1. Provide materials for use within each paint 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. For each coat in a paint system, provide products recommended in writing by manufacturers of topcoat for use in paint system and on substrate indicated. 2.3 SOURCE QUALITY CONTROL Ace T ing of Paint Materials: Owner reserves the right to invoke the following ..: r�edure: ` ; 7Owner will engage the services of a qualified testing agency to r- sample paint materials. Contractor will be notified in advance and rn r- may be present when samples are taken. If paint materials have already been delivered to Project site, samples may be taken at Project site. u-- , R Samples will be identified, sealed, and certified by testing agency. 2. Testing agency will perform tests for compliance with product requirements. 3. Owner may direct Contractor to stop applying coatings if test results show materials being used do not comply with product requirements. Contractor shall remove noncomplying paint materials from Project site, pay for testing, and repaint surfaces painted with rejected materials. Contractor will be required to remove rejected materials from previously painted surfaces if, on repainting with complying materials, the two paints are incompatible. ' el11F a RO1111 CC,1 3.1 EXAMINATION A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work. B. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows: 1. Gypsum Board: 12 percent. C. Gypsum Board Substrates: Verify that finishing compound is sanded smooth. D. Verify suitability of substrates, including surface conditions and compatibility with existing finishes and primers. F. Proceed with coating application only after unsatisfactory conditions have been corrected. 1. Application of coating indicates acceptance of surfaces and conditions. 3.2 INSPECTION A. Thoroughly examine surfaces scheduled to be painted prior to commencement of work. Report in writing any condition that may affect proper application. Do not commence work until such defects have been corrected. SECTION 09 9123 INTERIOR PAINTING B. Where materials are being applied over previously painted surfaces or questionable surfaces, apply samples and perform in place test to check for compatibility, adhesion and C", film integrity of new materials to existing painted surfaces. Report in writing any ,. con on that may affect application, appearance or performance of the paint. 1 P g of surface constitutes contractor's acceptance of surface and responsibility for a- at paint failure. 3.3 R EMRATION C} �ly with manuf Z *acturer's written instructions and recommendations applicable to trates indicated. Redidve hardware, covers, plates, and similar items already in place that are removable and are not to be painted. If removal is impractical or impossible because of size or weight of item, provide surface -applied protection before surface preparation and painting. 1. After completing painting operations, use workers skilled in the trades involved to reinstall items that were removed. Remove surface -applied protection if any. C. Clean substrates of substances that could impair bond of paints, including dust, dirt, oil, grease, and incompatible paints and encapsulants. 1. Remove incompatible primers and reprime substrate with compatible primers or apply tie coat as required to produce paint systems indicated. D. Gypsum Board Surfaces: Fill minor defects with filler compound. Spot prime defects after repair. 3.4 APPLICATION A. Apply paints according to manufacturer's written instructions and to recommendations. 1. Use applicators and techniques suited for paint and substrate indicated. 2. Paint surfaces behind movable equipment and furniture same as similar exposed surfaces. Before final installation, paint surfaces behind permanently fixed equipment or furniture with prime coat only. B. Tint each undercoat a lighter shade to facilitate identification of each coat if multiple coats of same material are to be applied. Tint undercoats to match color of topcoat. Provide sufficient difference in shade of undercoats to distinguish each separate coat. C. If undercoats or other conditions show through topcoat, apply additional coats until cured film has a uniform paint finish, color, and appearance. D. Apply paints to produce surface films without cloudiness, spotting, holidays, laps, brush marks, roller tracking, runs, sags, ropiness, or other surface imperfections. Cut in sharp lines and color breaks. 3.5 FIELD QUALITY CONTROL A. Dry Film Thickness Testing: Owner may engage the services of a qualified testing and inspecting agency to inspect and test paint for dry film thickness. 1. Contractor shall touch up and restore painted surfaces damaged by testing. 2. If test results show that dry film thickness of applied paint does not comply with paint manufacturer's written recommendations, Contractor shall pay for testing and apply additional coats as needed to provide dry film thickness that complies with paint manufacturer's written recommendations. 3.6 CLEANING AND PROTECTION A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. B. After completing paint application, clean spattered surfaces. Remove spattered paints by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. C. Protect work of other trades against damage from paint application. Correct damage to work of other trades by cleaning, repairing, replacing, and refinishing, as approved by Consultant or Owner, and leave in an undamaged condition. SECTION 09 9123 INTERIOR PAINTING D. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. 3.7 -SCHEDULE - INTERIOR SURFACES - LATEX C. Gum Board: Flat Finish: .� o Sherwin-Williams: a.. y- a. Primer: One coat. ProMar 200 Primer. ... b. Finish: Two coats. ProMar 200 Flat. Piiv4usly Painted Substrates: 1 G �= Sherwin-Williams: a. Primer: Extreme Bond Primer. b. Finish: TBD. END OF SECTION 09 9123 SECTION 23 5119 FURNACE VENT STACK PART1 GENERAL A. SECTION INCLUDES 1. Furnace vent stack 2. Miscellaneous component for connections B. REFERENCED CODES 1. Underwriter Laboratory 2. 2021 International Mechanical Code by the International Building Code PART 2 PRODUCTS A. Design Basis - DuraVent DuraStack Pro Models DIS1, DIS2, DIS4 exhaust flue or equivalent as approved by the engineer. Equivalent submittals shall demonstrate that the alternate material is in compliance with all specification requirements. B. Each section shall be made of two steel cylinders separated by 1, 2 or 4 inch of high temperature AES Wool insulation. The published clearance to combustible shall be the result of UL/ULC listing of the standard. C. The inner wall (flue) shall be constructed from 304 or 316 stainless steel, 0.035 inch thick. The outer wall (casing) shall be constructed from galvalume or 304 stainless, 0.024 inch thick. Norl&tainless-steel surfaces exposed outside are recommended to be protected by a rm um of one base coat of primer and one finish coat of corrosion resistant paint e for high temperature. All primer and paint must be supplied by the contractor a- an ll be equivalent to series V2100 as manufactured by Rust-Oleum. An outer Mwa (c sing) made of 304 or 316 stainless steel does not need to be painted. ,,.... E., h�i*r wall (flue) shall be laser or plasma welded. F.—All'eeebon joints shall have a self -centering sleeve to ensure proper alignment at the t1l er wall (flue). G. section joints are connected and sealed with a factory supplied locking band at the inner wall (flue) only. Use appropriate sealant as specified in the manufacturer's installation manual. Each section joint outer wall (casing) shall have a closure band. H. The chimney shall be designed to compensate for thermal expansion. I. The factory built modular chimney, breeching and components shall be tested and listed as a HT- chimney for solid fuel application by Underwriters Laboratories in the United States for use with building heating appliances which produce exhausted flue gases at a maximum temperature of 1000°F under continuous firing and brief forced firing of 1400°F. Tested to 2100°F - 10 minutes. J. The chimney shall be listed for temperatures not exceeding 1000°F under continuous firing and 1400°F in brief forced firing according to UL-103HT and UL-103. K. The chimney shall be listed for temperatures not exceeding 1400°F under continuous firing and 1800°F in brief forced firing according to UL-2561. L. The factory built breeching system shall be made in accordance with NFPA 211. This stack system shall be designed and installed to be gas tight. It shall be listed by Underwriters Laboratories in accordance with UL 103 to withstand up to 60-inch internal water column pressure at 1000°F. M. The UL listed fiber insulated flue and air insulated flue system shall have surface temperatures published as per the UL-103 1000°F chimney test. SECTION 23 5119 FURNACE VENT STACK N. Warranty 1. The manufacturer shall warranty the furnace for fifteen (15) years from date of delivery for functional failure. See manufacturer's warranty for details. O. The sizing of the complete vent system shall be guaranteed by the manufacturer and a copy of the sizing calculations submitted to the engineer for review and approval prior to the contractor placing an order and release. P. The manufacturer shall submit a venting drawing for approval showing all vent system components. The contractor must position all venting components, equipment, water and gas piping to accommodate the vent system design. Field veri existing pipe for connection and vent diameter for new vent pipe. PART 3 EXECUTION A. INSTALLATION 1. The installation shall be in accordance with the manufacturer's installation instructions and recommendations and shall conform to all applicable state and local codes. Installation shall meet requirements of the 2021 International Mechanical Code. 2. All section joints are held in place by one mechanical locking band and sealed with appropriate sealant as recommended by the manufacturer's installation instructions and recommendations. 3. For positive pressure applications, apply the sealant as recommended by the manufacturers installation instructions and recommendations. 4. When installed according to the manufacturer's installation instructions, the chimney and its supporting system shall resist side loads at least 1.5 times the weight per foot of piping. 5. The entire stack system from the appliance to the termination, including all accessories, except as noted, shall be from one manufacturer. 6. Roof/Wall penetrations shall be suitable for the specified roof construction and shall comply with the manufacturer's installation instructions. END SECTION 23 5119 Cl) :�. c. 0- LO _J>- c Pa IOWA CITY EQUIPMENT ROOF IOWA CITY, IOWA 2;6 1414 2023 ROOF REPLACEMENT GENERAL NOTES Klein quarry Q 1. EXISTING ROOFING SYSTEM CONSISTS OF STRUCTURAL STANDING SEAM METAL ROOF PANELS. AND EPDM TEMPORARY REPAIR AREA. PANELS REMAINING ARE APPROXIMATELY 2.5 INCHES DEEP STANDING SEAM, 40-INCH-WIDE PANELS. STRUCTURAL SLOPE - ONE INCH PER FOOT. FIELD VERIFY. 2. EXISTING PURLIN SPACING IS APPROXIMATELY 5 FEET EXCEPT NEAR RIDGE AND EAVES. 3. BASE BID: CONTRACTOR TO REMOVE EXISTING PLYWOOD, 2x SUPPORTS, EPDM INSTALLED OVER TEMPORARY REPAIR AREA NOTED ON PLAN. REMOVE REMAINING METAL ROOF PANELS. INSTALL NEW 40-INCH-WIDE STRUCTURAL INSULATED STANDING SEAM METAL PANELS ON z1s ENTIRE ROOF. PANELS TO HAVE 4-INCH-THICK INSULATION CORE. INSTALL NEW STRUCTURAL BRACING PER SHEET S 1 FOR EXISTING FAN CURB UNIT. 4. REMOVE EXISTING VENT BOX ENCLOSURES, ANGLE IRON SUPPORTS AND VENT PIPE ATTCHED TO BOX ENCLOSURE AS NOTED ON PLANS. EXISTING FURNACE VENT STACK TO REMAIN AS IS SEE PHOTO ON PLAN SHEET FOR TYPICAL CONFIGURATION. 5. THERE ARE THREE FURNACE VENTS ON SOUTH SOPE THAT WERE REMOVED BY THE STORM EVENT. REPLACE AT GENERAL LOCATIONS NOTED ON ROOF PLAN WITH NEW FURNACE VENT STACK AS SPECIFIED AND RECONNECT TO EXISTING INTERIOR PIPING. REPAIR ANY DAMAGED INTERIOR PIPE SECTIONS TO MAKE CONENCTION. INSTALLATION TO MEET REQUIREMENTS OF THE 2021 INTERNATIONAL MECHANCIAL CODE. FLASH NEW VENTS AS DETAILED. 6. PERFORM INTERIOR DRYWALL REPAIRS PER SHEET R3. 7. INSTALL NEW INTERIOR ANGLE IRON SUPPORTS FOR EXISTING HVAC CURB PER SHEET S 1. 8. ACCESS TO THE ROOF FOR CONSTRUCTION SHALL BE AS COORDINATED AND AS DESIGNATED BY OWNER. STORAGE AREA FOR MATERIALS SHALL IN ADJACENT PARKING AREA AND COORDINATED WITH OWNER. CONTRACTOR TO PROVIDE BARRICADES AND PROTECTION FOR MATERIALS AND TRAFFIC. MAINTAIN ACCESS AND EGRESS TO THE MAINTENANCE SHOP Rd sw BUILDING AND FROM ADJACENT BUILDINGS AT ALL TIMES. 9. CONTRACTOR SHALL PROVIDE ACCESS TO OVERHEAD AND PEDESTRIAN DOORS AT ALL TIMES. FOR STAFF AND VEHICLES. ADDRESS: 1200 RIVERSIDE DRIVE, IOWA CITY, IA 52246 r +. Iris I I _ a ale _e'!�! • 4 .�.�.— � � i_ Coral Ridge Mall Q ®❑ I- RA ss Mp' :ub A.. qIowa City Landfill & Recycling Center Brown Deer Golf Club 7f� Waterworks Prairie Park ©Super. Q:Dy Wyndharr Io.ya Cdy; Coralville T Finkbine Golf Course '3 N1dr�fi. Arx a 21A ,, _a .r, r IBC CODE INFORMATION - WIND UPLIFT PRESSURE Based on ASCE 7-16 i• � Iowa City Equipment Building Roof - 20 feet high Risk Category - II i Wind Speed 110 mph Enclosed Building Exposure Surface Roughness B ►M.. Topo factor =1.0 Ground Elev factor = 1.0 4 DRAWING INDEX SHEET NO. DRAWING TITLE RO COVER PAGE R1 ROOF PLAN R2 DETAILS R3 INTERIOR WALL DETAILS S1 STRUCTURAL PLAN M Sent- 52 O � Q,r S} The University of Iowa University Heights N a x i I i Iowa City k �o v KinwmC AVG Iowa Mumclpa Airport 4 Ma„nca 1'ek ONd Wind map Page 20 (RCI Publication No.01.01) Use 110 - mph chart Page 114 (RCI Publication No.01.01) Ultimate Pressures Design pressure (ultimate x 1.2) Field Int - 25.6 psf 30.7 psf Field Ext.- 44.6 psf 53.5 psf Perimeter - 58.9 psf 70.7 psf Corner - 80.3 psf 96.4 psf Perimeter 0.6 h = 12 feet Corner L shaped 0.6 h x 02.h- 12 feet x 4 feet wide Qp7.." my yp sSlO �UARRELL L., e r ra c o nw; SMITH v, 11460 600 SW 7TH STREET DES MOINES, IOWA 50309 PH. (515) 244-3184 FAX. (515) 244-5249 L! Hickory Hill Park C= M rn A c.a F1236053 1 HEREBY CERTIFY THAT THIS ENGINEERING DOCUMENT WAS PREPARED BY ME OR UNDER MY DIRECT PERSONAL SUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL GN�T LAWS, pSTOF .�(1ZO DARRELL. SMITH, P.E. License number is 11460 My license renewal Cate is December 31. 2024 Pages or sheets covered by this seal: Sheets R1-R3, 51 100'-0" 0 iv EXISTING C PURLIN 3X8 @ 5'-0" O.C. ,TYP ROOF ACCESS A SW CORNER OF BUIL[ 6„ 3" EXISTING PURLIN NEW 2" X 2" X 1/4" ANGLE PPORTS FOR EXISTING JRB FIELD VERIFY )N. INSTALL WITH HILTI ILTS @ EACH TION TO PURLIN. E S1 NEW STRUCTURAL INSULATED METAL ROOF PANEL GASKETED FASTED STAGGERED NEW GUTTER - BRACKETSUPPORT METAL GUTTER SPA OVERHANG APPROX. I' 1 EAVE FLASHING WITH GUTTER KALE \15 REMOVEABLE SHEET -METAL COUNTERFLASHING- SEE NOTES 3 AND 4 Y MIN 4' MIN SHEET -METAL \ ROOF -TO -WALL FLASHING P� PANEL CLIP -MIN. TWO FASTENERS PER CLIP PANEL CLIP -MIN. TWO FASTENERS PER CLIP L-TYPE EDGE METAL FLASHING EXISTING STRUCTURAL FRAMING MEMBERS SEALANT TAPE EXISTING WALL CONSTRUCTION NEW PREFINISHED SHEET -METAL GUTTER SELF -ADHERING MEMBRANE RAKE SUPPORT METAL -LOSURE SET IN SEALANT TAPE AND FASTENED NEW STRUCTURAL INSULATED METAL ROOF PANEL EXISTING STRUCTURAL FRAMING MEMBER 4 ROOF -TO -WALL SIDEWALL TRANSITION —END PANEL KALE: GASKETED- FASTENERS PANEL CLIP- J� MIN. TWO FASTENERS PER CLIP NEW STRUCTURAL INSULATED METAL ROOF PANEL (INSULATION NOT SHOWNFOR CLARITY) �RIDGE CAP FLASHING L SCALE EXISTING PIPE PENETRATION FLAT PAN ASSEMBLY - SEE NOTE I OVERLAPPED JOINT--) WITH TWO ROWS OF CONTINUOUS SEALANT TAPE NEW STRUCTURAL INSULATED METAL ROOF PANEL (INSULATION NOT SHOW FOR CLARITY NEW /GASKETED� (/ 6' MIN. OVERLAP -- SEE NOTE I SEALED FABRICATED END CAP IN WITH FLAT PAN/CURB ASSEMBLY W MIN. OVER PREFORMED CLOSURE NEW SHEET -METAL RIDGE CAP 2-CLOSURE SET IN SEALANT TAPE AND FASTENED -DO NOT SEAL VERTICAL LEGS �sL STRUCTURAL FRAMING MEMBER NEW PANEL CLOSURE INSTALL APPROPRIATE SEALANT NEW HEAVY -GAUGE RIDGE SUPPORT METAL GASKETED FASTENER OVERLAPPED JOINT WITH TWO ROWS OF CONTINUOUS SEALANT TAPE NOTES: PROPER STRUCTURAL SUPPORT AND ATTACHMENT IS REWIRED FOR FLAT PAN ASSEMBLY. WHERE PENETtATONS INTERSECT SEAMS, THIS DETAIL IS PREFERRED RATHER TIUN INSTALLING PREFORMED BOOT THRQUGH SEMI. 3 IF FIELD PANELS OVER- AT THE PENETRATION, ATTACHMENT OF THE DO -SLOPE PANEL ALONG ITS UPSLOPE END N- BE NECESSARY 4 - STACKS AND OTHER PIPES SHOULD NAVE ADEQUATE CLEARANCE ON ALL SIDES FROM -S AND OTHER PROJECTONS TO FACILITATE PROPER FLASHING AND PANEL DRAINAGE. 1 PIPE PENETRATION FLASHING JA.\LE - NEW STRUCTURAL INSULATED METAL ROOF PANEL NEW GASKETED - FASTENER ON BACK FACE (NOT SHOWN) SEALANT TAPE NEW HEAVY -GAUGE -� RAKE SUPPORT METAL EXISTING STRUCTURAL FRAMING MEMBER EXISTING WALL CONSTRUCTION 1 \ RAKE EDGE FLASHING —STARTER PANEL J KALE: INSTALL NEW CURB ASSEMBLY OVERLAPPED JOINT WITH TWO ROWS OF CONTINUOUS SEALANT TAPE NEW STRUCTURAL INSULATED METAL ROOF PANEL (INSULATION NOT SHOWN FOR CLARITY) iFIG-I' FASTENERS SECTION METAL RAKE EDGE FLASHING PANEL CLIP -MIN. TWO FASTENERS PER CLIP CONTINUOUS RAKE CLEAT TO BE FORMED OF HEAVY - GAUGE METAL. ALSO SERVES AS SUPPORT FOR RAKE FLASHING OPOF TO 3E LE` _L SECTION GASKETED FASTENER 6' MIN. OVERLAP- PREFORMED CLOSURE 6' MIN. OVERLAP OVERLAPPED JOINT WITH TWO ROWS OF CONTINUOUS SEALANT TAPE SEALED FABRICATED END CA INTEGRAL WITH FLAT PAN/CURB SEAM AND PANEL PROFILES VARY ASSEMBLY NOTES' i PROPER STRUCTURAL SUPPORT AND ATTACHMENT IS REQUIRED UNDER ALL SIDES OF THE RAISED CURB. (� RAISED CURB FOR ROOFTOP EQUIPMENT BUJ Iv UC.i CA) 'T p F- L. R2 f CITY OF IOWA EQUIPMENT BUILDING PARTIAL FLOOR PLAN - SOUTH OFFICE AND BREAK ROOM SCALE: 1" = 10' City of Iowa City Equipment Building Interior wall repair notes: 1. Remove top 1'-0" of sheet rock around three inside walls of break room. 2.Install fiberglass batt insulation strip to fit joint above top track of metal framing tight to ceiling / roof panel. 3.Install new 5/8" type X sheet rock holding 1/2" short of ceiling panel, tape, mud, and finish smooth. 4.Install flexible foam backer rod in gap above sheet rock to ceiling, seal joints at ceiling and all through wall penetrations with a fire rated silicon sealant firestop material (Hilti-CFS Sil GG Firestop Silicone Sealant or Equal). 5. Paint all four walls. Coordinate color with owner. 6. Remove V - 0" x 1' - 0" area of sheet rock around pipe penetration above break room entry door on interior wall only. Install new 5/8" type X sheet rock keeping 1/2" gap around pipe. Tape, mud, and finish smooth. Install flexible foam backer rod in gap around pipe. Seal wall penetration with a fire rated silicon sealant firestop material (Hilti-CFS Sil GG Firestop Silicone Sealant or Equal) . TRENCH DRAIN 7. Remove damaged sheet rock at ceiling north of 1st purlin outside west wall of break room. Approximately 1' - 0" x 3' - 0" of material. Replace with new 5/8" type x sheet rock holding 1/2" short of ceiling panel, tape, mud, and finish smooth. 8. Remove damaged sheet rock at ceiling outside east wall of break room. Approximately 1' - 0" x 12' - 0" of material. Replace with new 5/8" type x sheet rock Q holding 1/2" short of ceiling panel, tape, mud, and finish smooth. 9.Remove damaged sheet rock at ceiling outside northwest wall of welding shop.' Approximately 1' - 6" x 5' - 0" of material. Begin this repair at corner with north wall�� w and include pipe penetration near ceiling. Install fire rated silicon sealant firestop -a material (Hilti-CFS Sil GG Firestop Silicone Sealant or Equal)around penetration. Replace with new 5/8" type x sheet rock holding 1/2" short of ceiling panel, tape, mud, and finish smooth. "- 10. Remove damaged sheet rock at ceiling outside west wall of welding shop. Approximately 1' - 0" x 2' - 0" of material. Replace with new 5/8" type x sheet rock holding 1/2" short of ceiling panel, tape, mud, and finish smooth. N N W 0 L.� O O O N z w M cY w r U Q 0 R3 V) Q W J J Q O Of w z Prepared by: Ben Clark, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319)356-5436 Me Resolution No. 23-218 Resolution setting a public hearing on August 15, 2023 on project manual and estimate of cost for the construction of the 2023 Equipment Shop Roof Replacement 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 Equipment Building Roof Replacement account #P3990. 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 151' day of August, 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 manualand 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 1st day of August _,2023 Approved by Attest: � I �P � . �''J �c � ��P.� City Clerk City Attey's Office (Liz Craig - 07/26/2023) It was moved by Taylor and seconded by Thomas the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Alter Bergus Dunn Harmsen Taylor Teague Thomas 2c723 EVieme.�r4' S 110 f Rao 1 me CITY CLERK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWA CITY IA 522401825 This is not an invoice # of Affidavits1 AFFIDAVIT OF PUBLICATION State of Wisconsin County of Brown, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and 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: 0005789237 8/7/23 08/07/2023 $47.14 Copy of Advertisement Exhibit "A" ubscfibed and'sworn to before me by said affiant this 7 day of August, 2023 Notary Public /— / Commission expires [K:/ATHLEEN ALLENtary Public of Wisconsin NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE J 2023 EQUIPMENT SHOP ROOF REPLACEMENT PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council ofthe City of Iowa City, Iowa, will conduct a Public hearing on the Project Manual, including the plans, the City Council Thereafter as Posted by the City Clerk. This project includes removal of temporary repair work and existing metal roof panels and replacing the entire roof with new 40-inch wide structural insulated standing seam metal panels with 4- inch thick insulation core including structural bracing and is located at 1200 South Riverside Drive, Iowa City, Iowa 52246. 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. Grace, City Clerk Prepared by: Ben Clark, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319)356-5436 Resolution No. 23-232 Resolution approving project manual and estimate of cost for the construction of the 2023 Equipment Shop Roof Replacement 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 Equipment Building Roof Replacement account #P3990. 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 30th day of August, 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 51 day of September, 2023, or at a special meeting called for that purpose. Passed and approved this 15th day of August , 2023. r, Ma 1) Approved by Attest: V I - CMG ei City blerk City Attorn y's Office (Liz Craig - 08/09/2023) Resolution No. 2-1_22 Page 2 It was moved by Taylor adopted, and upon roll call there were: Ayes: x x and seconded by Harmsen Nays: Absent: Alter Bergus Dunn Harmsen Taylor Teague Thomas the Resolution be 4'ro 14, IOWA LEAGUE Of CITIES 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 Equipment Shop Roof Replacement Classified ID: 111692194940 A printed copy of which is attached and made part of this certificate, provided on 08/17/2023 to be posted on the Iowa League of Cities internet site on the following date: 2023-08-17 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 08/17/2023 4 Alan Kemp, Executive Director NOTICE TO BIDDERS 2023 EQUIPMENT SHOP ROOF REPLACEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 30th day of August, 2023. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 6:00 P.M. on the 5th day of September, 2023, or at special meeting called for that purpose. The Project will involve the following: Removal of temporary repair work and the remainder of the existing metal roof panels and replacing the entire roof with new 40-inch wide structural insulated standing seam metal panels. The new panels will have a 4-inch thick insulation core. Structural bracing will be installed. The Project is located at 1200 South Riverside Drive, Iowa City, Iowa 52246. All work is to be done in strict compliance with the Project Manual prepared by Terracon Consultants, Inc., of Des Moines, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 00 61 10) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 00 61 10) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 00 61 10, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of One (1) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Substantial Completion: December 22, 2023 Final Completion: January 22, 2024 Liquidated Damages: $240 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK Ashley Platz From: Cindy Adams <CAdams@mbi.build> Sent: Thursday, August 17, 2023 9:17 AM To: Ashley Platz Subject: Certificate for Notice to Bidders Attachments: We sent you safe versions of your files; 08.17.23 Notice To Bidders.pdf 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 Wastewater Roof Improvements Project Iowa City — 2023 Equipment Shop Roof Replacement Project Iowa City — Sturgis Ferry Park Improvements And Southside Recycling 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): August 17, 2023 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. August 17, 2023 Date President/CEO of The Construction Update Plan Room Network DAILY NOTICE TO BIDDERS construction update NOTICE TO BIDDERS 2023 EQUIPMENT SHOP ROOF REPLACEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 3011 day of August, 2023. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 6:00 P.M. on the 511' day of September, 2023, or at special meeting called for that purpose. The Project will involve the following: Removal of temporary repair work and the remainder of the existing metal roof panels and replacing the entire roof with new 40-inch wide structural insulated standing seam metal panels. The new panels will have a 4-inch thick insulation core. Structural bracing will be installed. The Project is located at 1200 South Riverside Drive, Iowa City, Iowa 52246. All work is to be done in strict compliance with the Project Manual prepared by Terracon Consultants, Inc., of Des Moines, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 00 61 10) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 00 61 10) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 00 61 10, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of One (1) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Substantial Completion: December 22, 2023 Final Completion: January 22, 2024 Liquidated Damages: $240 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes, The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK Prepared by: Ben Clark, Engineering Division, 410 E. Washington St., Iowa City, IA 52240 (319)356-5436 Resolution No. 23-239 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the 2023 Equipment Shop Roof Replacement Project. Whereas, Advance Builders Corp. of Cedar Rapids, Iowa has submitted the lowest responsive, responsible bid of $365,000.00 for construction of the above -named project; and Whereas, funds for this project are available in the Equipment Building Roof Replacement account #P3990. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. The contract for the construction of the above -named project is hereby awarded to Advance Builders Corp., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above -named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above -named project. Passed and approved this 5th day of Attest : �-P 1 �21 C2 C IV1 City Clerk September 12023 r Approved by/ City Attor y's Office (Sue Dulek - 08/31 /2023) It was moved by Taylor and seconded by Dunn the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Alter Bergus Dunn Harmsen Taylor Teague Thomas Bond No. 2348894 0061 10 PERFORMANCE, PAYMENT, AND MAIN'fE- WANCEiWt49, 2023 EQUIPMENT SHOP ROOF REPLACEMENT PROJECT CITY OF IOWA CITY - KNOW ALL BY THESE PRESENTS: That we, Advance Builders Corporation , as Principal (hereinafter the "Contractor" or "Principal") and Swiss Re Corporate Solutions America Insurance Corporation as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of Three Hundred Sixty Five Thousand and 00/100 --------------------------- dollars ($ $385,000.00 ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the 3 r-_4 day of , 2023 , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Removal of temporary repair work and the remainder of the existing metal roof panels and replacing the entire roof with new 40-inch wide structural insulated standing seam metal panels. The new panels will have a 4-inch thick insulation core. Structural bracing will be installed. The Project is located at 1200 South Riverside Drive, Iowa City, Iowa 52246. 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 2023 Equipment Shop Roof Replacement Project 00 52 00 — Page 1 of 4 improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of One year(s) (1) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20% of the total contract price, and that this bond shall then 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 Document 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 .f itisdiction will be fully indemnified so that it will be put into the position it would hau� been in had the Contract been performed in the first instance as requiredZiz C^ 2023 Equipment Shop Roof Replacement Project 00 52 00 — 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 Equipment Shop Roof Replacement Project =4 L""'.s G3 i rri �i ♦J 00 52 00 — Page 3 of 4 PRINCIPAL: Advance Builders Corporation SZA&JbQ J '3wA Ac t,EY Printed Name of Contractor Officer By Signature of Contractor Offic Title of Contractor Officer SURETY: Swiss Re Corporate Solutions America Insurance Corporation e y Com en-1 - By Sign re of Attorne, ',Fa t Offic.6 Sara Huston, Attorney -in -Fact Printed Name of Attorney-in-Fac" Officp_r Holmes, Murphy and Associates LLC Company Name of Attorney -in -Fact 2727 Grand Prairie Parkway Company Address of Attorney -in -Fact Waukee, IA 50263 City, State, Zip Code of Attorney -in -Fact (515) 223-6800 Telephone Number of Attorney -in -Fact NOTE: 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. 2023 Equipment Shop Roof Replacement Project 00 52 00 — Page 4 of 4 SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION ("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ("SRCSPIC") W ESTPORT INSURANCE CORPORATION ("WIC") GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City, Missouri, and WIC, organized under the laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, each does hereby make, constitute and appoint: JAY D. FREIERMUTH, CRAIG E. HANSEN, BRIAN M. DEIMERLY, CINDY BENNETT, ANNE CROWNER, TIM McCULLOH, STACY VENN, DIONE R. YOUNG, STACIE CHRISTENSEN, SETH ROOKER, JENNIFER MARINO, JOSEPH TIERNAN, KATE ZANDERS, and SARA HUSTON JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: ONE HUNDRED TWENTY FIVE MILLION ($125,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th of November 2021 and WIC by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any rcttificate relating'4hereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be Hndi - ng tenon the Corporation when so affixed and in the future with reeard to anv bond, undertaking or contract of surety to which it is attached." ti of r li`9gq `"ptpl�IUrlry, �� �`. - oil$AMtPRF12ijF�'�i sae p�, " o;ki AFn�sSA, By � .C.iiPORE,'� 4 tS EAt Erik Janssens, Senior Vice President of SRCSAIC & Senior Vice President of SRCSSPIC /&,, Senior Vice President of WIC By Gerald Jagrowski, Vice President of SRCSAIC & Vice President of SRCSPIC & Vice President of WIC IN WITNESS WHEREOF, SRCSAIC, SRCSPIC, and WIC have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 17TH day of JANUARY 20 23 Swiss Re Corporate Solutions America Insurance Corporation State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook FS il Westport Insurance Corporation On this t 7TH day of JANUARY 20 23 , before me, a Notary Public personally appeared Erik Janssens Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC and Gerald Jaerowski , Vice President of SRCSAIC and Vjcq, President of SPCSPIC and Vice President of WIC, personally known to me, who being by me duly swom, acknowledged that they signed the abovower of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. .� ANIS�O�y1.,� wv.w.�L trvwq_t1er1!c�aainrrr 4 �,. '" i 1 ANY, �' I, Jeffrey Goldberg, the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and WIC, do hreby certthat the �dbgve and foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC, which is still in ftI`Il farce effect,...,-. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this day of 20J Jeffrey Goldberg, Senior Vice President & Assistant Secretary of SRCSAIC and .SRCSPIC and WIC ENGINEER'S REPORT January 21, 2025 _i I 1 ft* -iii l CITY OF IOWA CITY UNESCO CITY OF LITERATURE 410 East Washington Street Iowa City, Iowa 52240-1826 (319) 356.5000 (319) 356-5009 FAX www, iegov. org City Clerk Iowa City, Iowa Re: 2023 Equipment Shop Roof Replacement Project Dear City Clerk: I hereby certify that 2023 Equipment Shop Roof Replacement Project was completed by Advance Builders Corp. of Cedar Rapids, Iowa, in substantial accordance with the plans and specifications prepared by Terracon Consultants, Inc., of Des Moines, Iowa. The project was bid as a lump sum contract and the final contract price is $365,000.00. There were no change orders on the Project. I recommend that the above -referenced improvements be accepted by the City of Iowa City. Sincerely, . 41--e s�- Jason Havel, PE City Engineer Prepared by: Ben Clark, Engineering Division, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5436 Resolution No. 25-23 Resolution accepting the work for the 2023 Equipment Shop Roof Replacement Project. Whereas, the Engineering Division has recommended that the work for construction of the 2023 Equipment Shop Roof Replacement Project, as included in a contract between the City of Iowa City and Advance Builders Corp. of Cedar Rapids, Iowa, dated October 3`d, 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 available in the Equipment Building Roof Replacement account #P3990; and Whereas, the final contract price is $365,000.00. 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 21st day of January , 20 25 l Mayor Attest: c City Clerk It was moved by Moe and seconded by adopted, and upon roll call there were: Ayes: x x x X x x Nays: Approved by Z ' City Attor y's Office (Liz Craig — 01/15/2025) Saiih the Resolution be Absent: Alter Bergus Vacant Harmsen Moe Salih Teague