HomeMy WebLinkAboutCITY HALL ROOF REPLACEMENT PROJECT 2024CITY HALL ROOF REPLACEMENT PROJECT 2024
2024-Jun-14 Plans, specs, project manual
2024-Jun-18 Res No. 24-174: Setting public hearing
2024-Jun-26 Notice of public hearing
2024-Jul-11 Engineer's estimate of cost
2024-Jul-16 Res No. 24-195: Approving project manual & estimate of cost for
construction
2024-Jul-18 Notice to bidders
2024-Aug-20 Res No. 24-215: Awarding contract for construction
2025-Oct-01 Engineer's report
2025-Oct-07, Res No. 25-239: Accepting the work
2025-Oct-16 Performance, payment & maintenance bond
2M4 JUN 14 PI- 1: 53
CITY C[-Ef�;K
[U; `A CITY. IOWA
IP
�I_
CITY of sown CITY
UNESCO CITY OF LITERATURE
PUBLIC WORKS DEPARTMENT
ENGINEERING DIVISION
PROJECT MANUAL
FOR THE
CITY HALL ROOF REPLACEMENT PROJECT
IOWA CITY, IOWA
June 14lh7 2024
-0 ARCy�*�i�,�
WILUAMG.
GROH
Ot:OSh
0001 05
CERTIFICATIONS PAGE
I hereby certify that this technical submission was
prepared by me or under my direct personal
supervision and that I am a duly Licensed Architect
under the laws of the State of Iowa.
(i(..(.9�L-- 06/14/2024
Bill Groh Date
License Number: 6056
My license renewal date is June 30, 2024
Pages or sheets covered by this seal:
All
CD
-o I
Fr
..
City Hall Roof Replacement Project 00 01 05 — Page 1 of 1
PROJECT MANUAL
0001 05
0001 10
0011 60
00 11 70
0021 10
00 42 01
0042 10
00 43 05
00 43 10
00 45 10
00 45 20
00 52 10
0061 10
00 72 00
00 73 00
01 1000
01 2000
01 2500
01 2600
01 3000
01 4000
01 42 16
01 5000
2T4 JUNI 14 PM 1: 93
CERTIFICATIONS PAGE 11 I I IN
I U 41A M Y,10 WA
TABLE OF CONTENTS
NOTICE TO BIDDERS
NOTICE OF PUBLIC HEARING
INSTRUCTIONS TO BIDDERS
SCHEDULE OF BIDS
PROPOSAL
BIDDER STATUS FORM
BID BOND FORM
CONTRACT COMPLIANCE
WAGE THEFT POLICY
AGREEMENT
PERFORMANCE, PAYMENT, AND MAINTENANCE BOND
GENERAL CONDITIONS
SUPPLEMENTARY CONDITIONS
SUMMARY
PRICE AND PAYMENT PROCEDURES
SUBSTITUTION PROCEDURES
CONTRACT MODIFICATION PROCEDURES
ADMINISTRATIVE REQUIREMENTS
QUALITY REQUIREMENTS
DEFINITIONS
TEMPORARY FACILITIES AND CONTROLS
0001 10
TABLE OF CONTENTS
City Hall Roof Replacement Project 00 01 10 — Page 1 of 2
01 6000 PRODUCT REQUIREMENTS
01 7000
EXECUTION AND CLOSEOUT REQUIREMENTS
1:
202q JUN 14 PH 93
01 7800
CLOSEOUT SUBMITTALS
IONA CITY, tO W A
06 1000
ROUGH CARPENTRY
07 22 00
ROOF AND DECK INSULATION
07 53 23
ETHYLENE PROPYLENE DIENE
07 53 23.01
2 YEAR ROOF MAINTENANCE WARRANTY
07 59 20
ROOF COATING DOCUMENTS
07 62 00
SHEET METAL FLASHING AND TRIM
07 92 00
JOINT SEALANTS
DRAWINGS
(UNDER SEPARATE COVER)
G0.01
COVER SHEET
A1.01
ROOF PLAN AND NOTES
A5.01
DETAILS
City Hall Roof Replacement Project 00 01 10 — Page 2 of 2
F
001160
NOTICE TO BIDDERS � r{�t
CITY HALL ROOF REPLACEMENT PR
Sealed
City Hall Roof Replacement Project 00 11 60 — Page 1 of 2
The following limitations shall apply to this Project:
Specified Start Date: September 3, 2024
Substantial Completion: November 29, 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 GRACE, CITY CLERK
Y
Un
City Hall Roof Replacement Project 00 11 60 — Page 2 of 2
0011 70
NOTICE OF PUBLIC HEARING 2D?4 .SUP' 14 PM 1 54
Cf r tip{
NOTICE OF PUBLIC HEARING ON PROJECT MANUAL IA CITY, IOWA
AND ESTIMATED COST FOR THE CITY HALL 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 City Hall Roof
Replacement in said city at 6:00 p.m. on the 1611 day of July,
2024, 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.
The Project will involve the following: Under base bid:
Removal and replacement of portions of the existing roofing
system at City Hall with new 90 mil EPDM roofing system.
Under two bid alternates: Additional roof areas will receive
a combination of repairs and elastomeric acrylic roof
coating. The project is located at City Hall, 410 East
Washington Street, Iowa City, IA 52240.
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
City Hall Roof Replacement Project 00 11 70 — Page 1 of 1
4
0021 10
INSTRUCTIONS TO BIDDERS 2024 JUN 14 PM I, 54
City Hall Roof Replacement PROJECT
ai `r CLERK
OWA CITY.10
ARTICLE 1 - DEFINITIONS
1.1 Bidding documents include the bidding requirements and the contract documents. The
bidding requirements include the Advertisement or Invitation to bid (Section 00 11 60
Notice to Bidders), Instructions to Bidders, the Bid Form (Section 00 42 10 Proposal),
other sample bidding and contract forms, and the Contract Forms including addenda
issued prior to receipt of bids.
1.2 The contract documents for the work consist of the Owner/Contractor Agreement (Section
00 52 10 Agreement), the Conditions of the Contract (Section 00 72 00 General Conditions
and Section 00 73 00 Supplementary Conditions), the Drawings, the Specifications and
all addenda issued prior to and all modifications issued after execution of the Contract.
1.3 Definitions set forth in AIA document A201, "General Conditions of the Contract for
Construction", 2007 edition, or in other Contract Documents are applicable to the bidding
documents.
A. Addenda are written or graphic instruments issued by the Architect prior to
execution of the Contract which modify or interpret the Bidding Documents by
addition, deflection, clarifications or correction.
B. A bid is a complete and properly signed proposal to do the work or designated
portion thereof for the sums stipulated therein, submitted in accordance with the
bidding documents.
C. The base bid is the sum stated in the bid for which the Bidder offers to perform the
work described in the bidding documents as the Base, to which work may be
added, or from which work may be deducted for sums stated in alternate bids.
D. An alternate bid (or Alternate) is an amount stated in the bid to be added to or
deducted from the amount of the base bid if the corresponding change in the work,
as described in bidding documents, is accepted.
E. A unit price is an amount stated in the bid as a price per unit of measurement for
materials or services as described in the bidding documents or in the contract
documents.
F. A bidder is a person or entity who submits a bid.
G. A sub -bidder is a person or entity who submits a bid to a bidder for materials,
equipment or labor for a portion of the work.
ARTICLE 2 — BIDDER'S REPRESENTATIONS
2.1 The bidder by making a bid represents that the bidder has read and understands the
bidding documents, and the bid is made in accordance with those documents.
City Hall Roof Replacement Project 00 21 10 —Pagel of 8
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 We officeof
Technigraphics, a division of Rapids Reproductions located at 415 HOland Ave,
Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fair"(319) 354-8973,
Toll -Free: (800) 779-0093. .: ;
B. Bidders shall use complete sets of bidding documents in preparing bide: Neither
the Owner nor the Architect assumes responsibility for errors or misinte *etations
resulting from the use of incomplete sets of bidding documents. No partial sets
will be issued.
C. In making copies of the bidding documents available on the above terms, the
Owner and the Architect do so only for the purpose of obtaining bids for the work,
and do nor confer license or grant permission for any other use of the bidding
documents.
D. Copies of the reports and drawings that are not included with the bidding
documents may be examined at Engineering Division at City Hall, Iowa City, Iowa
during regular business hours, or may be obtained from the Owner at Owner's
reproduction cost, plus handling charge. These reports and drawings are not part
of the contract documents, but the "technical data" contained therein upon which
the bidder may rely as identified and established above, are incorporated therein
by reference
3.2 Interpretation or Correction of Bidding Documents
A. The bidder shall carefully study and compare the bidding documents with each
other, and with other work being bid concurrently or presently under construction
to the extent that it relates to the work for which the bid is being submitted, shall
examine the site and local conditions, and shall at once report to the Architect
errors, inconsistencies or ambiguities discovered.
B. Bidders and sub -bidders requiring clarification or interpretation of the bidding
documents shall make a written request which shall reach the Architect at least
nine days prior to the date for receipt of bids.
C. Interpretations, corrections and changes of the bidding documents will be made by
addendum. Interpretations, corrections and changes to the bidding documents
made in any other manner will not be binding, and bidders shall not rely upon them.
City Hall Roof Replacement Project 00 21 10 — Page 2 of 8
3.3 Substitutions
A. The materials, products and equipment described in the bidding documents
establish a standard of required function, dimension, appearance and quality to be
met by any proposed substitution. Substitutions must be submitted to the Owner
and Architect in writing.
B. If the Architect approves a proposed substitution prior to receipt of bids, such
approval will be set forth in an addendum. Bidders shall not rely upon approvals
made in any other manner.
3.4 Addenda
A. Addenda will be mailed or delivered to all who are known by the Architect to 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 #fie proper
location on the bid form. --
c:, c�
ARTICLE 4 — BIDDING PROCEDURES C-) --
4.1 Form and Style of Bids -v ,
A. A separate copy of the bid form is contained with this document.;' ..
B. Fill in all blanks on the bid form by typewriter or manually in ink.
C. Where so indicated by the makeup of the bid form, sums shall be expressed in
both words and numerals, and in case of discrepancy between the two, the amount
written in words will govern.
D. Interlineations, alterations or erasures shall be initialed by the signer of the bid.
E. All requested alternates shall be bid. If no change in the base bid is required, enter
"No Change".
F. Where two or more bids for designated portions of the work have been requested,
the bidder may, without forfeiture of the bid security, state the bidder's refusal to
accept award of less than the combination of bids stipulated by the bidder. The
bidder shall make no additional stipulation on the bid form, nor qualify the bid in
any other manner.
G. Each copy of the bid shall include the legal name of the bidder and a statement
that the bidder is a sole proprietor, a partnership, a corporation or some other legal
City Hall Roof Replacement Project 00 21 10 — Page 3 of 8
entity. Each copy shall be signed by the person or persons legally authorized to
bind the bidder to a contract. A bid by a corporation shall further give the state of
incorporation and have the corporate seal affixed. A bid submitted by an agent
shall have a current power of attorney attached certifying the agent's authority to
bind the bidder.
H. No bid may be withdrawn for a period of 30 calendar days after the date of opening.
4.2 Bid Security
A. Each bid shall be accompanied by a bid security in the amount of ten percent (10%)
of the base bid and in the form of surety bond pledging that the bidder will enter
into a contract with the Owner on the items stated in his bid and will, if requested,
furnish bonds covering the faithful performance of the contract and the payment of
all obligations arising there under. Should the bidder refuse to enter into such
contract or fail to furnish such bond if required, the amount of the bid security shall
be forfeited to the Owner as liquidated damages, not as a penalty.
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 withdrai.
3. All bids have been rejected.' cw
4.3 Bidder Status Form
A. Bidder Status Form (Section 00 43 05) shall be submitted wife-ihe bid, in a'
separate envelope.
4.4 Submission of Bids
A. All copies of the bid, the bid security and other documents required to be submitted
with the bid shall be enclosed in sealed opaque envelopes. All envelopes shall be
addressed to the party receiving the bids ("City Clerk, City of Iowa City"), and shall
be identified with the project name, the bidder's name and address, and the
envelope's contents. If the bid is sent by mail, the sealed envelopes shall be
enclosed in a separate mailing envelope with the notation "SEALED BID
ENCLOSED" on the face of that envelope.
B. Submittals include two separate sealed envelopes:
Envelope 1: Bid Security and Bidder Status Form
Envelope 2: Proposal
C. Bids shall be deposited at the designated location prior to the time and date for
receipt of bids.
1. Location:
Office of City Clerk, City Hall
410 East Washington Street
City Hall Roof Replacement Project 00 21 10 — Page 4 of 8
Iowa City, Iowa 52240
2. Time and Date BEFORE:
3:00 PM on Wednesday, August 13th, 2024.
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 Insf�uctions to
Bidders.
D. Bid security shall be in an amount sufficient for the bid as modified or resubmitted.
ARTICLE 5 — CONSIDERATION OF BIDS
5.1 Opening of Bids"
A. The properly identified bids received on time will be opened publicly and will be
read aloud.
5.2 Rejection of Bids
A. The Owner will have the right to reject any or all bids, and to reject a bid not
accompanied by the required bid security or by another data required by the
bidding documents, or to reject a bid which is in any way incomplete or irregular.
5.3 Acceptance of Bid (Award)
A. It is the intent of the Owner to award a contract to the lowest responsive
responsible bidder provided the bid has been submitted in accordance with the
requirements of the bidding documents, and does not exceed the funds available.
The Owner will have the right to waive informalities or irregularities in a bid
received, and to accept the bid which, in his judgment, is in his own best interest.
B. The Owner will have the right to accept bid alternates in any order or combination,
and to determine the low bidder on the basis of the sum of the base bid and the
accepted alternates.
City Hall Roof Replacement Project 00 21 10 — Page 5 of 8
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
anysuch 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:
I'tj --..
-1-= Withdraw the bid.
'-2:j Submit an acceptable substitute person or entity with an adjustment in the
-� bid price to cover the difference in cost occasioned by such substitution.
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.
F. For all contracts of $25,000 or more, the successful bidder shall abide by the
requirements of the City's Contract Compliance Program, as described in the
Section 00 45 10.
G. For all contracts of $25,000 or more, the successful bidder shall abide by the
requirements of the City's Wage Theft Policy, as described in Section 00 45 20.
H. The successful bidder and all of its subcontractors are required to submit at least
four (4) days prior to award three (3) references involving similar projects, including
at least one municipal reference. Award of the bid or use of specific subcontractors
may be denied if sufficient favorable references are not verified or based on past
experience on projects with the City of Iowa City. References shall be addressed
to the City Engineer and include the name, address and phone number of the
contact person, for City verification.
I. The Contractor must demonstrate an active subscription to Doc Express (program
by Info Tech, Inc.) is maintained. Doc Express will be used to process
documentation, including, but not limited to, contract documents, change orders,
shop drawings, certificates, equipment lists, progress payments, and other
electronic submittals.
City Hall Roof Replacement Project 00 21 10 - Page 6 of 8
J. Record documentation is required on all projects. Liquidated damages will be
considered if adequate record documentation is not submitted by the Final
Completion Date.
1. Contractor shall submit Record Documents including:
a. Store Record Document separately and do not use Record
Documents in the field for construction purposes.
b. Protect Record Documents from deterioration and loss in a secure,
fire -resistance location.
C. Provide access to Record Documents for the reference of the
Engineer, or their designee, during normal working hours.
d. Record information concurrent with approved schedule, not less
than weekly.
2. Furnish a complete set of Plans to be utilized by Contractor and all
Subcontractors for recording all changes from the Contract Documents.
a. Mark the Plans to show the actual installation where the installation
varies from the Contract Documents, including, but not limited to:
t.r..1
i. Northing, easting, and elevations. All submitted spatial data
will meet the State of Iowa Minimum Standards for Land
-- Surveying using the Iowa State Plane South coordinate
system — NAD83 and units in US Foot.
ii. RTK Survey -Grade GPS Technology will be utilized.
iii. Horizontal and vertical accuracy will be within two
centimeters.
3. Mark which drawing is most capable of showing conditions fully and
accurately.
4. Where Shop Drawings are used, record a cross-reference at the
corresponding location on the Plans.
a. Give particular attention to concealed elements that would be
difficult to measure and record at a later date.
5. Mark record sets legibly in red.
a. Use other colors to distinguish between variations in separate
categories of the Work.
6. Mark new information that is important to the Engineer but was not shown
on Plans or Shop Drawings.
7. Note related Change Order numbers where applicable.
8. Organize Record Documents into manageable sets.
a. Bind sets with durable paper cover sheets; print suitable titles,
dates, and other identification on the cover of each set.
City Hall Roof Replacement Project 00 21 10 — Page 7 of 8
9. Give particular attention to substitutions and selection of options and
information on concealed construction that cannot otherwise be readily
L:r-> discerned later by direct observation.
10.:;;'" Identify and date each Record Document; include designation "PROJECT
RECORD DOCUMENT" in a prominent location.
+`f-: " Upon completion of the Work, submit Record Documents to the Architect
and Engineer.
ARTICLE 7 — PERFORMANCE BOND AND LABOR & MATERIAL PAYMENT BOND
,.
7.1 Bond Requirements
A. The bidder shall furnish bonds covering the faithful performance of contract and
the payment of all obligations arising there under. Bonds may be secured through
the bidder's usual sources. The cost of furnishing such bonds shall be included in
the bid.
B. If the Owner requires that bonds be obtained from other than the bidder's usual
source, all change in cost will be adjusted as provided in contract documents.
7.2 The Time of Delivery and Form of Bonds
A. The bidder shall deliver the required bonds to the Owner not later than three (3)
days following the date of execution of the contract. If the work is to be
commenced prior thereto in response to a letter of intent, the bidder shall, prior to
commencement of the work, submit evidence satisfactory to the Owner that such
bonds will be furnished and delivered.
B. The bonds shall be written on the "Performance, Payment and Maintenance Bond"
form bound within the project manual, or a copy thereof. Both bonds shall be
written in the amount of the contract sum.
C. The bonds shall be dated on or after the date of the contract.
D. The bidder shall require the attorney -in -fact who executes the required bonds on
behalf of the surety to affix a current and certified copy of power of attorney.
ARTICLE 8 — PRE -BID CONFERENCE
8.1 Conference
A. There is a recommended pre -bid meeting. This will start at 10;00 AM. local time
on Wednesday, July 30'h, 2024, in the Helling Conference Room, City Hall, 410
East Washington Street, Iowa City, IA 52240.
8.2 Parking
A. Parking available at the site.
City Hall Roof Replacement Project 00 21 10 — Page 8 of 8
00 42 01
SCHEDULE OF BID PRICES
PROJECT: CITY OF IOWA CITY — CITY ROOF IMPROVEMENTS
LEGAL NAME OF
BIDDER:
ADDRESS OF
BIDDER:
THE PROJECT CONSISTS OF BASE BID 1 AND ALTERNATE BIDS 2 & 3. ALL BIDS MUST BE
BID. OWNER MAY ACCEPT OR REJECT ANY OR ALL BIDS.
BASE BID 1 — ROOF SECTIONS A,B,C,D,E, & F
DESCRIPTION QUANTITY UNIT PRICE TOTAL PRICE
1. REMOVE AND REPLACE
EXISTING ROOF SYSTEM WITH
NEW 90 MIL EPDM ROOF APPROX.
SYSTEM. 12,665 SF LUMP SUM $
2. REPAIR DETERIORATED METAL c-
DECKING. 100 SF $ /SF `" $
TOTAL BASE
BID1:
TOTAL 7
a�
(USE WORDS)
ALTERNATE BID 2 — ROOF SECTION H
DESCRIPTION
1. REMOVE AND REPLACE
EXISTING ROOF SYSTEM WITH
NEW 90 MIL EPDM ROOF
SYSTEM.
2. REPLACE DETERIORATED
INSULATION.
TOTAL
($
QUANTITY UNIT PRICE TOTAL PRICE
APPROX.
5,887 SF
1,000 SF $
LUMP SUM $
/SF $
City Hall Roof Replacement Project 00 42 01 —Pagel of 2
TOTAL ALTERNATE
BID2: ($ )
(USE WORDS)
ALTERNATE BID 3 — ROOF SECTION G
DESCRIPTION QUANTITY UNIT PRICE TOTAL PRICE
1. REMOVE AND REPLACE
EXISTING ROOF SYSTEM WITH
NEW 90 MIL EPDM ROOF APPROX.
SYSTEM. 6,062 SF LUMP SUM $
2. REPLACE DETERIORATED
INSULATION. 500 SF $ /SF $
TOTAL $
TOTAL ALTERNATE
BID3: ($ )
UNIT PRICE QUANTITIES ARE NOT GUARANTEED. FINAL PAYMENT WILL BE BASED ON
ACTUAL QUANTITIES.
END OF SECTION 00 4201
CD
�.
IF ..
cry
City Hall Roof Replacement Project 00 42 01 — Page 2 of 2
004210
PROPOSAL
CITY HALL 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 13'h, 2024^�"
r
TO: City Clerk
J r"'
City of Iowa City c .X • F.P
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 CITY HALL ROOF REPLACEMENT strict
accordance with the Project Manual and the Drawings dated June 14th, 2024, including Addenda
numbered and inclusive, prepared by Shive-Hattery, Inc. and to do all work
at the prices set forth herein.
We further propose to do all "Extra Work" which may be required to complete the work contemplat-
ed, at unit prices or lump sums to be agreed upon in writing prior to starting such work.
BASE BID:
Dollars ($ )
ALETERNATE BID #1: Provide roof coating and miscellaneous roof repairs at Roof H
Dollars ($
City Hall Roof Replacement Project 00 42 10 —Page 1 of 4
ALTERNATE BID #2: Provide roof coating at Roof G
Dollars ($ )
ALLOWANCE
The Contractor will include $10,000 (Ten Thousand Dollars) in the Base Bid and $5,000 (Five
Thousand Dollars) in Alternate Bid #2, pertaining to the replacement of any soft/wet insulation
discovered in the affected roof areas.
City Hall Roof Replacement Project 00 42 10 — Page 2 of 4
The names of those persons, firms, companies or other parties with whom we intend to enter into
a subcontract, together with the type of subcontracted work and approximate dollar amount of the
subcontract, are as follows:
NOTE: All subcontractors are subject to approval by City of Iowa City.
The undersigned bidder certifies that this proposal is made in good faith, and without collusion or
connection with any other person or persons bidding on the work.
The undersigned bidder states that this proposal is made in conformity with the Contract Documents
and agrees that, in the event of any discrepancies or differences between any conditions of this
proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall
prevail.
In submitting this Proposal, the undersigned agrees that the Bid will not be withdrawn for a period
of thirty (30) consecutive calendar days following the date of the Bid Opening. Further, that if a
Notice to Proceed or a prepared Agreement provided by the Owner is received at the business
address identified below within the thirty (30) day period, the undersigned will, within ten (10) days
of receipt, acknowledge acceptance of the contract award. The undersigned will then execute and
deliver to the Owner address the Agreement, the Procurement, Labor and Material Payment Bonds,
and the certificates of insurance, and will proceed in accordance with requirements of the Contract
Documents for this project, and have the Project at Substantial Completion on or before August
23Id, 2024 and Final Completion 30 days thereafter.
City Hall Roof Replacement Project 00 42 10 — Page 3 of 4
14.
Firm's Name wt't��
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.
City Hall Roof Replacement Project 00 42 10 — Page 4 of 4
00 43 05
BIDDER STATUS FORM
All bidders must submit the following completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156.
To be completed by all bidders Part A
❑ Yes ❑ No My company is authorized to transact business in Iowa.
(To help you determine if your company is authorized, please review the Worksheet: Authorization to Transact Business).
❑ Yes ❑ No My company has an office to transact business in Iowa.
❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail,
❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this
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:
(mm/dd/yyyy)
Dates:
to
to
(mm/dd/yyyy)
You may attach additional sheet(s) if needed.
Address:
City, State, Zip Code:
Address:
City, State, Zip Code:
To be completed by non-resident bidders Part C
1. Name of home state or foreign country reported to the Iowa Secretary of State:
2. Does your company's home state or foreign country offer preference to bidders who are residents? ❑ Yes ❑ No
3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the
appropriate legal citation.
You may attach additional sheet(s) if needed.
To be completed by all bidders Part D
I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to
provide accurate and truthful information may be a reason to reject my bid.
Firm Name:
Signature:
Date:
City Hall 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.
City Hall Roof Replacement Project 00 43 05 — Page 2 of 2
00 43 10
BID BOND FORM
CITY HALL 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 City Hall 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 day
of A.D., 20
Witness
(Seal)
Principal.
By: (Title)
(Seal)
Surety
By:
Witness (Attorney -in -fact)
Attach Power -of -Attorney, if applicable
City Hall 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, mgrital 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 -4e afforded
equal accessibility and opportunity to gain and maintain employment. --C
PROVISIONS:?
1. All contractors, vendors, and consultants requesting to do business with the City must
submit an Equal Opportunity Policy Statement before the execution of the contract.
2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if
required by another governmental agency) must abide by the requirements of the City's
Contract Compliance Program. Emergency contracts may be exempt from this provision
at the discretion of the City. Regardless of the value of the contract, all contractors,
vendors, and consultants are subject to the City's Human Rights Ordinance, which is
codified at Article 2 of the City Code.
3. Contracting departments are responsible for assuring that City contractors, vendors, and
consultants are made aware of the City's Contract Compliance Program reporting
responsibilities and receive the appropriate reporting forms. A notification of requirements
will be included in any request for proposal and notice of bids.
4. Prior to execution of the contract, the completed and signed Assurance of Compliance
(located on 00 45 10 — Pages 2 and 3) or other required material must be received and
approved by the City.
5. Contracting departments are responsible for answering questions about contractor,
consultant and vendor compliance during the course of the contract with the City.
6. All contractors, vendors, and consultants must refrain from the use of any signs or
designations which are sexist in nature, such as those which state "Men Working" or
"Flagman Ahead," and instead use gender neutral signs.
7. All contractors, vendors, and consultants must assure that their subcontractors abide by
the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City
City Code Section 2-3-1.
City Hall 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? -
.rr
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
City Hall 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
C_}
Date k # ..."
r w.M ..
cn
City Hall 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,
responsibility of administering and promoting your
Opportunity program. This person should have a pc
emphasizes the importance of the program.
at minimum, assign so rheone the
company's Equal Erzi.ployment
sition in your organization which
3. INSTRUCT STAFF t
Your staff should be aware of and be required to abide by your Equal Employment
Opportunity program. All employees authorized to hire, supervise, promote, or discharge
employees or are involved in such actions should be trained and required to comply with
your policy and the current equal employment opportunity laws.
4. RECRUITMENT
(a) Let potential employees know you are an equal opportunity employer. This can be
done by identifying yourself on all recruitment advertising as "an equal opportunity
employer".
(b) Use recruitment sources that are likely to yield diverse applicant pools.
Word-of-mouth recruitment will only perpetuate the current composition of your
workforce. Send recruitment sources a letter annually which reaffirms your
commitment to equal employment opportunity and requests their assistance in
helping you reach diverse applicant pools.
(c) Analyze and review your company's recruitment procedures to identify and
eliminate discriminatory barriers.
(d) Select and train persons involved in the employment process to use objective
standards and to support equal employment opportunity goals.
(e) Review periodically job descriptions to make sure they accurately reflect major job
functions. Review education and experience requirements to make sure they
accurately reflect the requirements for successful job performance.
(f) Review the job application to ensure that only job related questions are asked. Ask
yourself "Is this information necessary to judge an applicant's ability to perform the
job applied for?" Only use job -related tests which do not adversely affect any
particular group of people.
(g) Monitor interviews carefully. Prepare interview questions in advance to assure that
they are only job related. Train your interviewers on discrimination laws. Biased
and subjective judgments in personal interviews can be a major source of
City Hall 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/iowacitVia/latest/iowacity ia/0-0-0-631#JD 2-3-1.
Please note that the protected characteristics include some not mandated for protection
by Federal or State law. As a contractor, consultant or vendor doing business with the
City of Iowa City you are required to abide by the provisions of the local ordinance in
conjunction with your performance under a contract with the City.
City Hall 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:
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.
City Hall 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:
Contracts in excess of $25,000 for goods, services or public improvements.
b. Contracts for discretionary economic development assistance. "Discretionary"
economic development assistance shall mean any economic development
assistance provided by the City of Iowa City that is not required by law.
Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods
and services, emergency construction or public improvement work, sole source contracts
excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts
with other governmental entities.
III. Affidavit. The contracting entity must complete the attached affidavit showing
compliance with the Wage Theft Policy and provide it to the Contracting Department
prior to the execution of the contract.
Contract provision: Any contract to which this policy is applicable will include the following contract
provision: If the City becomes aware that a person or entity (including an owner of more than
25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial
or administrative proceeding of committing a repeated or willful violation of the Iowa Wage
Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or
any comparable state statute or local ordinance, which governs the payment of wages' --within the
five (5) year period prior to the award or at any time after the award, such violation shall constitute
a default under the contract.
IV. Waivers. If a person or entity is ineligible to contract with the City as a result of Wage
Theft Policy it may submit a request in writing indicating that one or more of the following
actions have been taken:
a. There has been a bona fide change in ownership or control of the ineligible person
or entity;
Disciplinary action has been taken against the individual(s) responsible for the acts
giving rise to the violation(s);
City Hall Roof Replacement Project 00 45 20 — Page 1 of 3
C. Remedial action has been taken to prevent a recurrence of the acts giving rise to
the disqualification or default; or
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.
",
cb
City Hall 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
Eye:
—... n
77
City Hall Roof Replacement Project 00 45 20 — Page 3 of 3
00 52 10
AGREEMENT
CITY HALL 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 14' day of June,
2024, for the City Hall Roof Replacement Project ("Project"), and
WHEREAS, the City publicly solicited bids for construction of said Project; and
WHEREAS, Contractor submitted a bid on the Project described in said Project Manual;
and
WHEREAS, the parties hereto now wish to enter into this agreement for the construction
of said Project.
NOW, THEREFORE, IT IS AGREED:
The Contractor hereby agrees to perform the Project for the sums' -fisted in its
Proposal including the total extended amount of $ '
which sums are incorporated herein by this reference.
2. This Agreement consists of the Contract Documents, as defined in the Section 00
72 00 General Conditions, 1.1.1, and the following additional component parts
which are incorporated herein by reference:
a. Contractor's Completed Bidder Status Form; pursuant to Section 00 43 05
attached hereto; and
b. Contractor's Completed Contract Compliance Program (Anti -
Discrimination Requirements) Assurance, if applicable, pursuant to Section
00 45 10, attached hereto; and
C. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to
Section 00 45 20, attached hereto.
The above components are deemed complementary and what is called for by one shall
be as binding as if called for by all. In the event of a discrepancy or inconsistency, the
more specific provision shall prevail.
City Hall 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):
NAME OF APPROXIMATE
SUBCONTRACTORS TYPE OF WORK COSTS
co
DATED this day of , 20
(The City of Iowa City will date this Contract after all signatures are obtained)
City Contractor
By: By:
Signature of City Official Signature of Contractor Officer
Printed Name of City Official
ATTEST:
City Clerk (for Formal Projects only)
APPROVED BY:
City Attorney's Office
Printed Name of Contractor Officer
Title of Contractor Officer
ATTEST:
By:
(Company Official)
City Hall Roof Replacement Project 00 52 00 — Page 2 of 2
0061 10
PERFORMANCE, PAYMENT, AND MAINTENANCE BOND
CITY HALL ROOF REPLACEMENT PROJECT
CITY OF IOWA CITY
KNOW ALL BY THESE PRESENTS:-< --- t"
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; 4ny 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:
The Project will involve the following: Under base bid: Removal and replacement of portions of
the existing roofing system at City Hall with new 90 mil EPDM roofing system. Under two bid
alternates: Additional roof areas will receive a combination of repairs and elastomeric acrylic roof
coating. The project is located at City Hall, 410 East Washington Street, Iowa City, IA 52240.
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
City Hall 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 anydefect 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 'tn.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'ihis bond,
provided that all such changes do not, in the aggregate, involve an increase of
more than 20% of the total contract price, and that this bond shall then be released
as to such excess increase; and
C. To consent without notice that this Bond shall remain in full force and effect until
the Contract is completed, whether completed within the specified contract period,
within an extension thereof, or within a period of time after the contract period has
elapsed and the liquidated damage penalty is being charged against the
Contractor.
D. That no provision of this Bond or of any other contract shall be valid that limits to
less than One year(s) (1) after the acceptance of the work under the Contract the
right to sue on this Bond.
E. That as used herein, the phrase "all outlay and expense" is not to be limited in any
way, but shall include the actual and reasonable costs and expenses incurred by
the Jurisdiction including interest, benefits, and overhead where applicable.
Accordingly, "all outlay and expense" would include but not be limited to all contract
or employee expense, all equipment usage or rental, materials, testing, outside
experts, attorneys fees (including overhead expenses of the Jurisdiction's staff
attorneys), and all costs and expenses of litigation as they are incurred by the
Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the
Jurisdiction on all claims made against the Jurisdiction on account of Contractor's
failure to perform as required in the Contract and Contract Documents, that all
agreements and promises set forth in the Contract and Contract Documents, in
approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction
will be fully indemnified so that it will be put into the position it would have been in
had the Contract been performed in the first instance as required.
City Hall Roof Replacement Project 00 61 10 — Page 2 of 4
In the event the Jurisdiction incurs any "outlay and expense" in defending itself against
any claim as to which the Contractor or Surety should have provided the defense, or in the
enforcement of the promises given by the Contractor in the Contract, Contract Documents,
or approved change orders, or in the enforcement of the promises given by the Contractor
and Surety in this Bond, the Contractor and Surety agree that they will make the
Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation
under this bond shall not exceed 125% of the penal sum of this bond.
In the event that any actions or proceedings are initiated regarding this Bond, the parties
agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is
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.
^*r)
Z
W'
City Hall 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
." D
6 ;' 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.
City Hall 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.
jr-
y
O
b
City Hall Roof Replacement Project 00 72 00 — Page 1 of 1
PART 1 - GENERAL
1.1
1.2
INTRODUCTION
00 73 00
SUPPLEMENTARY CONDITIONS 724 ,j ig 14 F- 2-- 00
110163r CITE', IO,v'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 stroke 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.
City Hall Roof Replacement Project 00 73 00 — Page 1 of 20
1.3 ARTICLE 2 - OWNER
A. Change paragraph 2.4 to read as follows:
2.4 If the Contractor defaults or neglects to carry out the Work in accordance
with the Contract Documents and fails within a seven-day period after Feselgt 0
written notice from the Owner to commence and continue correction of such default
or neglect with diligence and promptness, the Owner may without prejudice to other
remedies the Owner may have, correct such deficiencies. In such case as
appFepFiate GhaRge order shall be issued dedYGtiRg the Owner may deduct from
payments then or thereafter due the Contractor the feasepable 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. Seeb-ast+eR
approval of the AFGhiteGt. If payments then or thereafter due the Contractor are
not sufficient to cover such amounts, the Contractor shall pay the difference to the
Owner. The Owner's actions pursuant to this Subparagraph shall not operate
as a release of any obligation of a surety.
1.4 ARTICLE 3 - CONTRACTOR
A.
Change paragraphs 3.2.2 to read as follows:
3.2.2 Because the Contract Documents are complementary, the Contractor shall,
before starting each portion of the Work, carefully study and compare the various
Contract Documents relative to that portion of the Work, as well as the information
C\J
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
Vim=-
-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
G"..
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 kneWiRgly failed to report it to the Architect. If the
Contractor performs any construction activity involving a
recognized error, inconsistency or omission in the Contract Documents without
such notice to the Architect, the Contractor shall assume appmpFiate responsibility
for such performance and shall bear aR appropriate aMOURt ef the attFibutable 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,
City Hall Roof Replacement Project 00 73 00 — Page 2 of 20
material providers and suppliers and their agents and employees, and other
persons performing portions of the Work under a contract with the Contractor or
any of its Subcontractors.
C. Add the following 3.3.4:
3.3.4 Contractor shall maintain a qualified and responsible person available 24
hours per day, seven days per week to respond to emergencies which may occur
after hours. Contractor shall provide to Owner and Architect the phone number
and/or paging service of this individual.
D. Change paragraph 3.4.1 to read as follows:
3.4.1 Unless otherwise provided in the Contract Documents, the_Contra�tgr 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:
City Hall Roof Replacement Project 00 73 00 — Page 3 of 20
3.5 The Contractor warrants to the Owner and Architect that materials and
equipment furnished under the Contract will be of good quality and new unless the
Contract Documents require or permit otherwise. The Contractor further warrants
that the Work will conform with the requirements of the Contract Documents and
will be free from defects, except for these *RheFe^+ in -the quality- of the `^� Work the
Work, materials or equipment not
conforming to these requirements may be considered defective. The Contractor's
warranty excludes remedy for damage or defect caused by abuse, alterations to
the Work not executed by the Contractor, improper or insufficient maintenance,
improper operation, or normal wear and tear and normal usage. If required by the
Architect, the Contractor shall furnish satisfactory evidence as to the kind and
quality of materials and equipment.
G. Change paragraph 3.6.1 to read as follows:
The Contractor shall pay sales, consumer, use and similar taxes for the Work
provided by the Contractor that are legally enacted when bids are received or
negotiations concluded, whether or not yet effective or merely scheduled to go into
effect. Contractors and approved subcontractors will be provided a Sales Tax
Exemption Certificate to purchase building materials, supplies, or equipment
in the performance of the contract. The Contractor shall submit the
information necessary for the certificates to be issued. All such information
for said certificates shall be submitted to the City/Owner together in one
submission.
H. Change paragraph 3.7.2 to read as follows:
3.7.2 The Contractor shall seMpty perform the Work in compliance with and
give notices required by applicable laws, statutes, ordinances, codes, rules,
regulations and lawful orders of public authorities bearing on performance of the
Work.
Change paragraph 3.7.3 to read as follows:
3.7.3 If the Contractor performs Work knowing it to be contrary to applicable laws,
statutes, ordinances, codes, rules and regulations, or lawful orders of public
authorities, the Contractor shall assume full appropriate responsibility for such
Work and shall bear the costs attributable to the GeFFeGtqGR 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
City Hall Roof Replacement Project 00 73 00 — Page 4 of 20
different from those indicated in the Contract Documents and that no change in the
terms of the Contract is justified, the Architect shall promptly notify the Owner and
Contractor in writing, stating the reasons. if either party disputes the (lrnhite Gt's
4-5-
K. Change paragraph 3.11 to read as follows:
3.11 The Contractor shall maintain at the site for the Owner, one copy of the
Drawings, Specifications, Addenda, Change Orders and other Modifications, in
good order and marked currently to indicate field changes and selections made
during construction, and ene sslYef all approved Shop Drawings, MSQS 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 (other than the Werk itse f4, 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, ,
damage, less 9F ex. sed 'R part by a party 'Rd8MRified . Such
obligation shall not be construed to negate, abridge, or reduce other rights or
City Hall 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 the parties to be otherwise
indemnified pursuant to Paragraph 3.18.1.
O. Change paragraph 3.18.2 to read as follows:
3.18.2 Contractor is not, and shall not be deemed to be, an agent or employee
of the City of Iowa City, Iowa. In claims against any person or entity indemnified
under this Section 3.18 by an employee of the Contractor, a Subcontractor, anyone
directly or indirectly employed by them or anyone for whose acts they may be
liable, the indemnification obligation under Section 3.18.1 shall not be limited by a
limitation on amount or type of damages, compensation or benefits payable by or
for the Contractor or a Subcontractor under worker's compensation acts, disability
benefit acts or other employee benefit acts.
1.5 ARTICLE 4 - ARCHITECT
A. Change paragraph 4.1.2 to read as follows:
4.1.2 Duties, responsibilities and limitations of authority of the Architect as set
forth in the Contract Documents shall not be restricted, modified or 'extended
without written consent of the Owner, Ge#Faster 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 serti#y recommend to the
Owner the amounts due the Contractor and will issue Certificates for Payment in
such amounts.
4.2.6 The Architect has authority to reject Work which does not conform to the
Contract Documents. Whenever the Architect considers it necessary or advisable
City Hall Roof Replacement Project 00 73 00 — Page 6 of 20
for implementation of the intent of the Contract Documents, the Architect will
have authority to recommend to the Owner to require additional inspection or
testing of the Work in accordance with Subparagraphs 13.5.2 and 13.5.3, whether
or not such Work is fabricated, installed or completed. However, neither this
authority of the Architect nor a decision made in good faith either to exercise or not
to exercise such authority shall give rise to a duty or responsibility of the Architect
to the Contractor, Subcontractors, material and equipment suppliers, their agents
or employees, or other persons performing portions of the Work.
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, FesPORsib.lities and limitatieRS of authority ef SUGh
representatives shall he as cot ferth OR an exhibit try be innerperated in the L l�
eptra Gt
DE)GU mePA-S:
4.2.11 The Architect will interpret and make recommendations to the Owner
regarding decide matters concerning performance under and requirements of the
c Contract Documents on written request of either the Owner or Contractor. The
Xur 6� 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
_ L 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 des+s+ees 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 deGiei9es, 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 decisions
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
City Hall 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 of all rights, remedies
and redress against the Contractor that the Contractor, by the Contract
Documents, has against the Owner. Where appropriate, the Contractor shall
require each Subcontractor to enter into similar agreements with
Sub -subcontractors. The Contractor shall make available to each proposed
Subcontractor, prior to the execution of the subcontract agreement, copies of the
Contract Documents to which the Subcontractor will be bound, and, upon written
request of the Subcontractor, identify to the Subcontractor terms and conditions of
the proposed subcontract agreement which may be at variance with the Contract
Documents. Subcontractors shall similarly make copies of applicable portions of
such documents available to their respective proposed Sub -subcontractors. All
warranties provided by the Subcontractors, including all express and implied
warranties in the Contract Documents and the agreements between the
Contractor and the Subcontractors and all warranties provided by law, shall
run to and be for the benefit of the Owner, and the Owner shall have a direct
right of action against the Subcontractors for any breach of said warranties.
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 why
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: r\,)
B. Add paragraph 7.2.2 as follows:
c7
CD
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.
City Hall 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 (155/o) of the cost.
.4 For each Subcontractor, for Work performed by the Sub -
subcontractors, five percent (5%) of the amount due the Sub -subcontractor.
.5 In order to facilitate checking of quotations for extras or credits, all
proposals, except those so minor that their propriety can be seen by
inspection, shall be accompanied by a complete itemization of costs
including labor, materials and Subcontracts. In no case will a change
involving over $200.00 be approved without such itemization.
.6 Unless otherwise agreed, costs to which overhead and profit are to
be applied shall be those costs listed in Subparagraph 7.3.6.
1.9 ARTICLE 8 - TIME
A. Change paragraph 8.2.3 to read as follows:
8.2.3 The Contractor shall proceed expeditiously with adequate forces and shall
achieve Substantial Completion within the Contract time. The Contractor shall
bear all costs for overtime and all additional expense which may arise in
order to achieve Substantial Completion within the Contract Time.
B. Add paragraph 8.2.4 to read as follows:
8.2.4 If, upon the recommendation of the Architect, it becomes necessary
at times during construction for the Owner to accelerate the work, each
Contractor or subcontractor when ordered and directed by the Owner, shall
cease work at any point and shall transfer its workers to such points and
execute such portion of its work as may be required to enable others to
properly engage in and carry on their work.
C. Change paragraph 8.3.1 to read as follows:
8.3.1 If the Contractor is delayed at any time in progress of the Work by an act or neglect
of the Owner or Architect, or of an employee of either, or of a separate contractor employed
by the Owner, or by changes ordered in the Work, or by labor disputes, fire, unusual delay
D^ del ems, unavoidable casualties or other causes beyond the Contractor's control, 6F
FGh;teGt deteF.. roes may justify dela -, 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
City Hall 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.
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
City Hall Roof Replacement Project 00 73 00 — Page 10 of 20
and conditional and it shall not be necessary for the Architect to make any
statement to this effect.
C. Add paragraph 9.4.2.1:
9.4.2.1 The Architect's determination as to the issuance of or withholding of
or the amount of payment reflected on Certificates of Payment shall subject
the Architect to no liability whatsoever to the Owner, Contractor, Surety, or
any other person.
D. Change paragraph 9.6.1 to read as follows:
9.6.1 The Owner shall make partial payments to the Contractor within 30
days after the Owner has received a Certificate for Payment from the
Architect. To insure proper performance of the Contract, the Owner will
retain 5% of each payment amount or such larger amount as will insure that
there always remains a sufficient balance to complete the work, such
retainage to be held until Final Acceptance of Work and shall so notify the
Architect.
DOGUmeRtS, and shall SO ROtify the AFGh'teGt.
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. WFa;ties mired by the C;GRtFaGt
deG;9nated ^^r'�theFeef URIess—otherwise pFevided R the —OeFtifisete-0
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 (MSde) for all
hazardous chemicals or materials that will be at the job site. The Mat6hbl 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
City Hall Roof Replacement Project 00 73 00 — Page 11 of 20
for compliance with applicable OSHA and State laws regarding hazardous
chemicals and right -to -know.
B. Change paragraph 10.2.4 to read as follows:
1. When use or storage of explosives or other hazardous materials or equipment
or unusual methods are necessary for the execution of the Work, the Contractor
shall give the Owner reasonable advance notice and shall exercise utmost care
and carry on such activities under supervision of properly qualified personnel.
C. Add paragraph 10.2.9:
10.2.9 When required by law or for the safety of the Work, the Contractor shall
shore up, brace, underpin and protect foundations and other portions of existing
structures which are in any way affected by the Work. The Contractor, before
commencement of any part of the Work, shall give any notices required to be given
to adjoining landowners or other parties. The Owner shall be notified once these
notices have been served and before the work is performed. e
1.12 ARTICLE 11 -INSURANCE AND BONDS a „., c=
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 GF Gla4rns m 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.
City Hall 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
satisfy his/her responsibilities under this contract shall include contractual
liability coverage, and shall be in the following type and minimum amounts:
Tvae of Coveraae
Comprehensive General Liability
Each Occurrence
Aggregate
Bodily Injury & Property Damage'
$1,000,000
$2,000,000
Automobile Liability
Combined Single Limit
Bodily Injury & Property Damage
$1,000,000
Excess Liability
$1,000,000
$1,060,000
Employer's Liability
Each Accident
$500,000_
C7,1 _ ...
Each Employee
$500,000
�.
Policy Limit
$500,000
Professional Liability (if applicable)
$1,000,000
`= $1,000,000
Worker's Compensation Insurance as required by Chapter 85, Code of Iowa.
Property Damage liability insurance must provide explosion, collapse and underground
coverage.
Comprehensive General Liability using Insurance Services Office CG0001 or equivalent,
shall include Contractual, Premises & Operations, Products & Completed Operations,
Independent Contractors, Personal & Advertising Injury coverages, and Aggregate Limits
of Insurance (Per Project) endorsement.
Automobile Liability shall include all owned, non -owned and hired autos and also
coverage for Contractual Liability.
Excess Liability shall provide no less than following form coverage to the primary
underlying policies.
Workers Compensation shall include the Alternative Employer and Waiver of Subrogation
endorsements in favor of the Owner.
Professional Liability, if applicable: The Contractor shall procure and maintain, during the
life of this Agreement, Professional Errors and Omissions Liability Insurance. The
Contractor will notify the Owner if claims made erode the policy limits below those
required above.
All liability policies above, except for Workers Compensation and Professional Liability,
shall include the Owner's Governmental Immunities Endorsement.
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
City Hall Roof Replacement Project 00 73 00 — Page 13 of 20
indemnity agreement herein contained, and such coverage amount shall not
be subject to reduction or set off by virtue of investigation or defense costs
incurred by Contractor's insurer.
11.1.7 The entire amount of the Contractor's liability insurance policy
coverage limits shall be payable by the Contractor's insurer, with no
deductible to be paid by, or self -insured retention to be attributed to, the
Contractor unless this requirement is waived by the City. Contractor's
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
9 c period, Contractor shall be required to obtain replacement insurance
coverage to fulfill its obligation hereunder.
C. If, during said period, Contractor voluntarily changes insurance
° .=a
- y 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
City Hall Roof Replacement Project 00 73 00 — Page 14 of 20
coverage from its new carrier, covering prior acts during the period of
- this Contract from and after its inception.
"'�?i ,{�` �' D.Tail" or "prior acts" coverage so provided shall have the same
i01 r-1 JUN � ° l F coverage, with the same limits, as the insurance specified in this
Contract, and shall not be subject to any further limitations or
'f1h1 ` exclusions, or have a higher deductible or self -insured retention than
tA Cl.j 'the insurance which it replaces
11.1.11 The City reserves the right to waive any of the insurance
requirements herein provided. The City also reserves the right to reject
Contractor's insurance if not in compliance with the requirements herein
provided, and on that basis to either award the contract to the next low
bidder, or declare a default and seek specific performance or termination, as
the case may be.
11.1.12 In the event that any of the policies of insurance or insurance
coverage identified on Contractor's Certificate of Insurance are canceled or
modified, or in the event that Contractor incurs liability losses, either due to
activities under this Contract, or due to other activities not under this
Contract but covered by the same insurance, and such losses exhaust the
aggregate limits of Contractor's liability insurance, then in that event the City
may in its discretion either suspend Contractor's operations or activities
under this Contract, or terminate this Contract, and withhold payment for
work performed on the Contract.
11.1.13 In the event that any of the policies or insurance coverage
identified on Contractor's Certificate of Insurance are canceled or modified,
then in that event the City may in its discretion either suspend Contractor's
operations or activities under this Contract, or terminate this Contract, and
withhold payment for work performed on the Contract.
11.1.14 Contractor shall be responsible for any deductible amounts;
including but not limited to the owner's deductible on the owner's builder's
risk.
E. Delete paragraphs 11.3 in its entirety and add paragraphs 11.3 as follows:
11.3 PROPERTY INSURANCE
11.3.1 OWNER shall purchase and maintain property insurance upon the
Work at the Site in the amount of the full replacement cost thereof (subject
to such deductible amounts as may be provided in the Supplementary
Conditions or required by Laws and Regulations). This insurance shall:
.1 include the interests of OWNER, CONTRACTOR, Subcontractors, Owner's
Engineering Consultants, and any other individuals or entities identified in
the Supplementary Conditions, and the officers, directors, partners,
employees, agents, and other consultants and subcontractors of each and
any of them, each of whom is deemed to have an insurable interest and shall
be listed as an additional insured;
.2 be written on a Builder's Risk "all-risk" or open peril or special causes of
loss policy form that shall at least include insurance for physical loss or
damage to the Work, temporary buildings, false work, and materials and
equipment in transit, and shall insure against at least the following perils or
City Hall 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
Supplementary Conditions;
.3 include expenses incurred in the repair or replacement of any insured
property;
.4 include $100,000 for materials and equipment stored at the Site or at
another location that was agreed to in writing by OWNER prior to being
incorporated in the Work, provided that such materials and equipment have
been included in an Application for Payment recommended by OWNER;
.5 allow for partial utilization of the Work by OWNER; IM--t
.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 damagee 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
City Hall 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
conformity with the American Institute of Architect's Document A-312 (1984
Edition), with coverage provided by a surety having a financial rating from
A.M. Best of A, VII or higher.
.2 Whenever the Contractor shall be and is declared by the Owner to be
in default under the Contract, the Surety and Contractor are each responsible
to make full payment to the Owner for any and all additional services of the
Architect as defined in the Owner/Architect Agreement which are required as
a result of the Contractor's default and in protecting the Owner's right under
the agreement with the Contractor to remedy the Contractor's default or
honor the terms of the Performance Bond.
.3 These Bonds shall be maintained by the Contractor and shall remain
in full force and effect until final acceptance of the Work by the Owner. The
Contractor agrees and will cause the Surety to agree to be bound by each
and every provision of all the Contract Documents.
.4 The Surety shall give written notice to Owner, within seven (7) days
after receipt of a declaration of default, of the Surety's election either to
remedy the default or defaults promptly or to perform the work promptly or
to pay to Owner the penal sum of the bond, time being of the essence. In
said notice of election, the Surety shall indicate the date on which the remedy
or performance will commence, and it shall then be the duty of the Surety to
give prompt notice in writing to Owner immediately upon completion of (a)
the remedy and/or correction of each default, (b) the remedy and/or
correction of each omitted item of work, (c) the furnishing of each omitted
item of work, and (d) the performance of the work. The Surety shall not assert
solvency of its Principal or its Principal's denial of default 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
City Hall 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.
B.
Change paragraph 13.3.1 to read as follows:
13.3.1 Written notice shall be deemed to have been duly served if delivered in
person to the individual, to a member of the firm or entity or to an officer of the
corporation for which it was intended, or if sent by registered or
certified mail to the last business address known to the party giving notice.
C.
Change paragraph 13.5.1 to read as follows:
13.5.1 Tests, inspections and approvals of portions of the Work shall be made as
required by the Contract Documents and by applicable laws, statutes, ordinances,
codes, rules, and regulations or lawful orders of public authorities. Unless
otherwise provided, the Contractor shall make arrangements for such tests,
inspections and approvals with an independent testing laboratory or entity
acceptable to the Owner, or with the appropriate public authority, and shall bear all
related costs of tests, inspections and approvals. The Contractor shall give the
Architect and Owner timely notice of when and where tests and inspections are to
be made so the Architect and Owner may observe such procedures. The Owner
shall bear costs of 1) tests, inspections or approvals that do not become
requirements until after bids are received or negotiations concluded and 2) tests,
inspections or approvals where building codes or applicable laws or regulations
01)
prohibit the Owner from delegating their cost to the Contractor. Copies of all
C)
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:
fjl
-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
City Hall 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
F. Add the following Section 13.9:
13.9 The Contractor shall maintain CONTRACT COMPLIANCE PROGRAM (ANTI
DISCRIMINATION REQUIREMENTS) for all contracts of$25,000 or more, the Contractor
shall abide by the requirements of the City's Contract Compliance Program, which is
included with these Specifications beginning on page CC-1.
1.14 ARTICLE 14 -TERM I NATION OR SUSPENSION OF THE CONTRACT
A. Add the following paragraph 14.2.1.5:
tw ,.
.5 fails or refuses to provide insurance or proof of insurance as'required
by the Contract Documents, r.
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,
City Hall 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
Maker.
B. Change paragraph 15.2.5 to read as follows:
15.2.5 The Initial Decision Maker will render an initial decision approving or
rejecting the claim, or indicating that the Initial Decision Maker is unable to resolve
the claim. This initial decision shall 1) be in writing, 2) state the reasons therefore,
and 3) notify the parties and the Architect, if the Architect is not serving as the Initial
Decision Maker, of any change in the Contract Sum or Contract Time or both. T-4e
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 any dispute arisin_g
between the parties or under the Contract Documents.
c.-
~,
C—
i
City Hall Roof Replacement Project 00 73 00 — Page 20 of 20
DRAWINGS (UNDER SEPARATE COVER)
GO.01 Cover Sheet
A1.01 Roof Plan Notes and Detail
Cl=
-2
C3
W
City Hall Roof Replacement Project Drawings— Page 1 0 1
01 1000
SUMMARY
PART 1 GENERAL
1.1 PROJECT
7017A JUNI 14 FN 2- Q
A. Project Name: City of Iowa City - City Hall Roof Improvements
B. Owner's Name: City of Iowa City.
C. Architect's Name: Shive-Hattery, Inc.
The Project consists of the construction of removal of approximately 12,665SF of
existing roof system, installation of a new EPDM roof system and alternate bids for new
coating system over existing roof systems . Engineer's cost estimate for this project is
$498,000.
1.2 CONTRACT DESCRIPTION
A. Contract Type: A single prime contract based on a Stipulated Price as described in
Document Agreement Form.
1.3 OWNER OCCUPANCY
A. Owner intends to continue to occupy adjacent portions of the existing building during
the entire construction period. Perform the Work so as not to interfere with Owner's
day-to-day operations. Maintain existing exits, unless otherwise indicated.
1. Maintain access to existing walkways, corridors, and other adjacent occupied or
used facilities. Do not close or obstruct walkways, corridors, or other occupied or
used facilities without written permission from Owner and authorities having
jurisdiction.
2. Provide not less than 72 hours' notice to Owner of activities that will affect
Owner's operations.
B. Owner intends to occupy the Project upon Substantial Completion.
C. Cooperate with Owner to minimize conflict and to facilitate Owner's operations.
D. Schedule the Work to accommodate Owner occupancy.
1.4 CONTRACTOR USE OF SITE AND PREMISES
A. General: Contractor shall have limited use of premises for construction operations as
indicated on Drawings by the Contract limits.
B. Arrange use of site and premises to allow:
1. Owner occupancy. Allow for Owner occupancy of Project site and use by the
public.
2. Work by Owner.
C. Provide access to and from site as required by law and by Owner:
City Hall Roof Replacement Project 01 10 00 — Page 1 of 2
1. Emergency Building Exits During Construction: Keep all exits required by code
open during construction period; provide temporary exit signs if exit routes are
temporarily altered.
2. Do not obstruct roadways, sidewalks, or other public ways without permit.
3. Driveways and Entrances: Keep driveways, parking garage, loading areas, and
entrances serving premises clear and available to Owner, Owner's employees, or
emergency vehicles at all times. Do not use these areas for parking or storage of
materials.
a. Schedule deliveries to minimize use of driveways and entrances.
b. Schedule deliveries to minimize space and time requirements for storage of
materials and equipment on -site.
D. Existing building spaces may not be used for storage.
E. Use of Existing Building: Maintain existing building in a weathertight condition
throughout construction period. Repair damage caused by construction
operations. Protect building and its occupants during construction period.
F. Time Restrictions: Work shall be generally performed inside the existing building
during normal business working hours of 7:00 a.m. to 7:00 p.m., Monday through
Friday, except otherwise indicated.
1. Limit conduct of especially noisy exterior work to the hours of 8 AM to 7 PM.
2. Weekend Hours: Notification to owner a minimum of 72 hours in advance.
3. Early Morning Hours: Coordinate with Owner
G. Utility Outages and Shutdown:
1. Limit disruption of utility services to hours the building is unoccupied.
2. Do not disrupt or shut down life safety systems, including but not limited to fire
sprinklers and fire alarm system, without 7 days notice to Owner and authorities
having jurisdiction.
3. Prevent accidental disruption of utility services to other facilities.
4. Notify Owner not less than two days in advance of proposed utility interruptions.
5. Do not proceed with utility interruptions without Architect's written permission.
H. Provide portable toilets within exterior staging area. The existing restrooms may not
be used by Contractor personnel.
PART 2 PRODUCTS - NOT USED
PART 3 EXECUTION - NOT USED
END OF SECTION 01 1000
Project 01 10 00 — Page 2 of 2
01 2000
PRICE AND PAYMENT PROCEDURES
17-P.4aWr14ki,14,T-, "
1.1 SECTION INCLUDES
A. Procedures for preparation and submittal of applications for progress payments.
1.2 RELATED REQUIREMENTS
A. Contracting Forms and Supplements: Forms to be used.
B. Supplementary Conditions: Percentage allowances for Contractor's overhead and
profit.
C. Closeout Submittals: Project record documents.
1.3 DEFINITIONS
A. Schedule of Values: A statement furnished by Contractor allocating portions of the
Contract Sum to various portions of the Work and used as the basis for reviewing
Contractor's Applications for Payment.
1.4 SCHEDULE OF VALUES
A. Coordination: Coordinate preparation of the Schedule of Values with preparation of
Contractor's Construction Schedule. Cost loaded CPM Schedule may serve to satisfy
requirements for the Schedule of Values.
B. Correlate line items in the Schedule of Values with other required administrative forms
and schedules, including the following:
1. Application for Payment forms with Continuation Sheets.
2. Submittals Schedule.
3. Contractor's Construction Schedule.
C. Form to be used: AIA Document G703 Continuation Sheets
D. Content: Use the Project Manual table of contents as a guide to establish line items
for the Schedule of Values. Provide at least one line item for each Specification
Section.
1. Identification: Include the following Project identification on the Schedule of
Values: '
r_
a. Project name and location. �--
b. Name of Architect.---
c. Architect's project number.
d. Contractor's name and address.
e. Date of submittal. C�
-rl-
City Hall Roof Replacement Project 01 20 00 - Page 1 of 4
E. Electronic media printout including equivalent information will be considered in lieu of
standard form specified; submit draft to Architect/Engineer for approval.
F. Forms filled out by hand will not be accepted.
G. Submit Schedule of Values to Architect at earliest possible date but no later than 7
days after date on the Notice of Award.
H. Format: Utilize the Table of Contents of this Project Manual. Identify each line item
with number and title of the specification Section. Identify site mobilization. Provide at
least one line item for each Specification Section. Arrange the Schedule of Values in
tabular form with separate columns to indicate the following for each item listed:
1. Related Specification Section or Division.
2. Description of the Work.
3. Name of subcontractor.
4. Name of manufacturer or fabricator.
5. Name of supplier.
6. Change Orders (numbers) that affect value.
7. Dollar value.
a. Percentage of the Contract Sum to nearest one -hundredth percent', adjusted
to total 100 percent.
Provide a breakdown of the Contract Sum in enough detail to facilitate continued
evaluation of Applications for Payment and progress reports. Coordinate with the
Project Manual table of contents. Provide several line items for principal subcontract
amounts, where appropriate.
J. Amounts shall be exact (not rounded); total shall equal the Contract Sum.
K. Provide a separate line item in the Schedule of Values for each part of the Work
where Applications for Payment may include materials or equipment purchased or
fabricated and stored, but not yet installed.
L. Differentiate between items stored on -site and items stored off -site. If specified,
include evidence of insurance or bonded warehousing.
M. Provide separate line items in the Schedule of Values for initial cost of materials, for
each subsequent stage of completion, and for total installed value of that part of the
Work.
N. Each item in the Schedule of Values and Applications for Payment shall be
complete. Include total cost and proportionate share of general overhead and profit
for each item.
Temporary facilities and other major cost items that are not direct cost of actual
work -in -place may be shown either as separate line items in the Schedule of
Values or distributed as general overhead expense, at Contractor's option.
1.5 APPLICATIONS FOR PROGRESS PAYMENTS
A. Payment Application Times: Progress payments shall be submitted to Architect by the
last day of the month. The period covered by each Application for Payment is one
month, ending on the last day of the month.
City Hall Roof Replacement Project 01 20 00 — Page 2 of 4
B. Form to be used: AIA Document G702 and AIA Document G703 Continuation
Sheets.
C. Electronic media printout including equivalent information will be considered in lieu of
standard form specified; submit sample to Architect/Engineer for approval.
D. Forms filled out by hand will not be accepted.
E. For each item, provide a column for listing each of the following:
1. Item Number.
2. Description of work.
3. Scheduled Values.
w
4. Previous Applications.
.M
5. Work in Place and Stored Materials under this Application.
6. Authorized Change Orders.
rw
7. Total Completed and Stored to Date of Application.
8. Percentage of Completion.
9. Balance to Finish.
10. Retainage.
F. Execute certification by signature of authorized officer.
G. Use data from approved Schedule of Values. Provide dollar value in each column for
each line item for portion of work performed and for stored products.
H. List each authorized Change Order as a separate line item, listing Change Order
number and dollar amount as for an original item of work.
I. Submit one electronic copy of each Application for Payment.
J. Include the following with the application:
1. Transmittal letter as specified for Submittals in Section 01 3000. Submit 3 signed
and notarized original copies of each Application for Payment to Architect by a
method ensuring receipt within 24 hours. One copy shall include waivers of lien
and similar attachments if required.
a. Transmit each copy with a transmittal form listing attachments and recording
appropriate information about application.
K. When Architect/Engineer requires substantiating information, submit data justifying
dollar amounts in question. Provide one copy of data with cover letter for each copy
of submittal. Show application number and date, and line item by number and
description.
L. Initial Application for Payment: Administrative actions and submittals that must
precede or coincide with submittal of first Application for Payment include the
following:
1. List of subcontractors.
2. Schedule of Values.
3. Contractor's Construction Schedule (preliminary if not final).
City Hall Roof Replacement Project 01 20 00 — Page 3 of 4
4. Schedule of unit prices.
5. Submittals Schedule (preliminary if not final).
6. Copies of authorizations and licenses from authorities having jurisdiction for
performance of the Work.
7. Initial progress report.
8. Certificates of insurance and insurance policies.
9. Performance and payment bonds.
M. Application for Payment at Substantial Completion: After issuing the Certificate of
Substantial Completion, submit an Application for Payment showing 100 percent
completion for portion of the Work claimed as substantially complete.
1. Include documentation supporting claim that the Work is substantially complete
and a statement showing an accounting of changes to the Contract Sum.
2. This application shall reflect Certificates of Partial Substantial Completion issued
previously for Owner occupancy of designated portions of the Work.
N. Final Payment Application: Submit final Application for Payment with releases and
supporting documentation not previously submitted and accepted, including, but not
limited, to the following:
1. Evidence of completion of Project closeout requirements.
2. Insurance certificates for products and completed operations where required and
proof that taxes, fees, and similar obligations were paid.
3. Updated final statement, accounting for final changes to the Contract Sum.
4. Evidence that claims have been settled.
1.6 APPLICATION FOR FINAL PAYMENT
A. Prepare Application for Final Payment as specified for progress payments, identifying
total adjusted Contract Sum, previous payments, and sum remaining due.
B. Application for Final Payment will not be considered until the following have been
accomplished:
1. All closeout procedures specified in Section 01 7000.E
rC D
PART 2 PRODUCTS - NOT USEDM
PART 3 EXECUTION - NOT USED "` F•
r
END OF SECTION 01 2000
City Hall Roof Replacement Project 01 20 00 — Page 4 of 4
R s
01 2500
SUBSTITUTION PROCEDURES
:3211 JUI 114 K1 2= 04
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Procedural requirements for proposed substitutions.
1.2 RELATED REQUIREMENTS
A. Instructions to Bidders: Restrictions on timing of substitution requests.
B. Substitution Request Form: Required form for substitution requests made prior to
award of contract (During procurement).
C. Substitution Request Form - During Construction: Required form for substitution
requests made after award of contract (During construction).
D. Section 01 3000 - Administrative Requirements: Submittal procedures, coordination.
E. Section 01 6000 - Product Requirements: Fundamental product requirements,
product options, delivery, storage, and handling.
1.3 DEFINITIONS
A. Substitutions: Changes from Contract Documents requirements proposed by
Contractor to materials, products, assemblies, and equipment.
1. Substitutions for Cause: Proposed due to changed Project circumstances
beyond Contractor's control.
a. Unavailability.
b. Regulatory changes.
2. Substitutions for Convenience: Proposed due to possibility of offering substantial
advantage to the Project.
a. Substitution requests offering advantages solely to the Contractor will not be
considered.
PART 2 PRODUCTS - NOT USED
PART 3 EXECUTION
3.1 GENERAL REQUIREMENTS
A. A Substitution Request for products, assemblies, materials, and equipment constitutes
a representation that the submitter:
1. Has investigated proposed product and determined that it meets or exceeds the
quality level of the specified product, equipment, assembly, or system.
City Hall Roof Replacement Project 01 25 00 — Page 1 of 4
2. Agrees to provide the same warranty for the substitution as for the specified
product.
3. Agrees to coordinate installation and make changes to other work that may be
required for the work to be complete, with no additional cost to Owner.
4. Waives claims for additional costs or time extension that may subsequently
become apparent.
5. Agrees to reimburse Owner and Architect/Engineer for review or redesign
services associated with re -approval by authorities.
B. Document each request with complete data substantiating compliance of proposed
substitution with Contract Documents. Burden of proof is on proposer.
C. Content: Include information necessary for tracking the status of each Substitution
Request, and information necessary to provide an actionable response.
Forms indicated in the Project Manual are adequate for this purpose and must be
used.
D. Limit each request to a single proposed substitution item.
Submit an electronic document, combining the request form with supporting data
into single document.
3.2 SUBSTITUTION PROCEDURES DURING PROCUREMENT
A. Submittal Time Restrictions:
B. Submittal Form (before award of contract):
Submit substitution requests by completing the form . Use only this form; other
forms of submission are unacceptable. Substitutions request must be completed
10 days prior to bid date.
3.3 SUBSTITUTION PROCEDURES DURING CONSTRUCTION
A. Submittal Form (after award of contract):
1. Submit substitution requests by completing the form. Use only this form; other
forms of submission are unacceptable.
B. Submit request for Substitution for Cause within 14 days of discovery of need for
substitution, but not later than 14 days prior to time required for review and approval
by Arch itect/Engineer, in order to stay on approved project schedule.
C. Submit request for Substitution for Convenience immediately upon discovery of its
potential advantage to the project, but not later than 14 days prior to time required for
review and approval by Arch itect/Engineer, in order to stay on approved project
schedule.
In addition to meeting general documentation requirements, document how the
requested substitution benefits the Owner through cost savings, time savings,
greater energy conservation, or in other specific ways.
2. Document means of coordinating of substitution item with other portions of the
work, including work by affected subcontractors.
3. Bear the costs engendered by proposed substitution of:
City Hall Roof Replacement Project 01 25 00 — Page 2 of 4
a. Owner's compensation to the Architect/Engineer for any required redesign,
time spent processing and evaluating the request.
b. Other construction by Owner.
c. Other unanticipated project considerations.
D. Substitutions will not be considered under one or more of the following circumstances:
1. When they are indicated or implied on shop drawing or product data submittals,
without having received prior approval.
2. Without a separate written request.
3. When acceptance will require revisions to Contract Documents.
3.4 RESOLUTION
A. Architect/Engineer may request additional information and documentation prior to
rendering a decision. Architect will request information or documentation within 7
days of receipt of a request for substitution.
B. Architect/Engineer will notify Contractor in writing of decision to accept or reject
request within 15 days of receipt of request, or 7 days of receipt of additional
information or documentation, whichever is later.
3.5 ACCEPTANCE
A. Accepted substitutions change the work of the Project. They will be documented and
incorporated into work of the project by Change Order, Construction Change
Directive, Architectural Supplementary Instructions, or similar instruments provided for
in the Conditions of the Contract.
3.6 CLOSEOUT ACTIVITIES
A. See Section 01 7800 - Closeout Submittals, for closeout submittals.
B. Include completed Substitution Request Forms as part of the Project record. Include
both approved and rejected Requests.
END OF SECTION
�aY
� a
City Hall Roof Replacement Project 01 25 00 — Page 3 of 4
01 2600
CONTRACT MODIFICATION PROCEDURES A
1.1 SECTION INCLUDES ;.
A. Minor Changes in the Work
B. Change Order Procedures
C. Construction Change Directive
1.2 SUMMARY
A. This Section specifies administrative and procedural requirements for handling and
processing Contract modifications.
1.3 PROPOSAL REQUESTS
A. Proposal Requests: Architect will issue a detailed description of proposed changes in
the Work that may require adjustment to the Contract Sum or the Contract Time. If
necessary, the description will include supplemental or revised Drawings and
Specifications.
1. Proposal Requests issued by Architect are for information only. Do not consider
them instructions either to stop work in progress or to execute the proposed
change.
2. Within time specified in Proposal Request after receipt of Proposal Request,
submit a quotation estimating cost adjustments to the Contract Sum and the
Contract Time necessary to execute the change.
a. Include a list of quantities of products required or eliminated and unit costs,
with total amount of purchases and credits to be made. If requested, furnish
survey data to substantiate quantities.
b. Include costs of labor and supervision directly attributable to the change.
c. Include an updated Contractor's Construction Schedule that indicates the
effect of the change, including, but not limited to, changes in activity duration,
start and finish times, and activity relationship. Use available total float
before requesting an extension of the Contract Time.
B. Contractor -Initiated Proposals: If latent or unforeseen conditions require modifications
to the Contract, Contractor may propose changes by submitting a request for a
change to Architect.
1. Include a statement outlining reasons for the change and the effect of the change
on the Work. Provide a complete description of the proposed change. Indicate
the effect of the proposed change on the Contract Sum and the Contract Time.
2. Include a list of quantities of products required or eliminated and unit costs, with
total amount of purchases and credits to be made. If requested, furnish survey
data to substantiate quantities.
City Hall Roof Replacement Project 01 26 00 — Page 1 of 3
3. Include costs of labor and supervision directly attributable to the change.
4. Include an updated Contractor's Construction Schedule that indicates the effect
of the change, including, but not limited to, changes in activity duration, start and
finish times, and activity relationship. Use available total float before requesting
an extension of the Contract Time.
5. Comply with requirements in Division 01 Section 01 6000 "Product
Requirements" if the proposed change requires substitution of one product or
system for product or system specified.
6. Proposal Request Form: Use Software -Generated Proposal Request.
C. Stipulated Sum/Price Change Order: Based on Proposal Request and Contractor's
fixed price quotation or Contractor's request for a Change Order as approved by
Architect/Engineer.
D. Unit Price Change Order: For predetermined unit prices and quantities, the Change
Order will be executed on a fixed unit price basis. For unit costs or quantities of units
of work which are not predetermined, execute Work under a Construction Change
Directive. Changes in Contract Sum/Price or Contract Time will be computed as
specified for Time and Material Change Order.
E. Time and Material Change Order: Submit itemized account and supporting data after
completion of change, within time limits indicated in the Conditions of the
Contract. Architect/Engineer will determine the change allowable in Contract
Sum/Price and Contract Time as provided in the Contract Documents.
F. Maintain detailed records of work done on Time and Material basis. Provide full
information required for evaluation of proposed changes, and to substantiate costs for
changes in the Work.
G. Change Order Forms: AIA G701 Change Order.
H. Execution of Change Orders: Architect/Engineer will issue Change Orders for
signatures of parties as provided in the Conditions of the Contract.
1.4 CHANGE ORDER PROCEDURES
A. On Owner's approval of a Proposal Request, Architect will issue a Change Order for
signatures of Owner and Contractor on AIA Document G701.
1.5 CONSTRUCTION CHANGE DIRECTIVE
A. Construction Change Directive: Architect may issue a Construction Change Directive.
Construction Change Directive instructs Contractor to proceed with a change in the
Work, for subsequent inclusion in a Change Order.
1. Construction Change Directive contains a complete description of change in the
Work. It also designates method to be followed to determine change in the
Contract Sum or the Contract Time.
B. Documentation: Maintain detailed records on a time and material basis of work
required by the Work Change Directive.
City Hall Roof Replacement Project 01 26 00 — Page 2 of 3
01 3000
ADMINISTRATIVE REQUIREMENTS
1.1 SECTION INCLUDES
A. General administrative requirements.
B. Submittals for review, information, and project closeout.
C. Submittal procedures.
D. Administrative and supervisory personnel
E. Requests for information (RFI).
U1
1.2 RELATED REQUIREMENTS
A. Section 01 6000 - Product Requirements: General product requirements.
B. Section 01 7000 - Execution and Closeout Requirements: Additional coordination
requirements.
C. Section 01 7800 - Closeout Submittals: Project record documents; operation and
maintenance data; warranties and bonds.
1.3 REFERENCE STANDARDS
A. AIA G810 -Transmittal Letter 2001.
1.4 GENERAL ADMINISTRATIVE REQUIREMENTS
A. Comply with requirements of Section 01 7000 - Execution and Closeout Requirements
for coordination of execution of administrative tasks with timing of construction
activities.
B. Make the following types of submittals to Architect/Engineer:
1. Requests for Interpretation (RFI).
2. Requests for substitution.
3. Shop drawings, product data, and samples.
4. Test and inspection reports.
5. Design data.
6. Manufacturer's instructions and field reports.
7. Applications for payment and change order requests.
8. Progress schedules.
9. Coordination drawings.
10. Correction Punch List and Final Correction Punch List for Substantial Completion.
11. Closeout submittals.
City Hall Roof Replacement Project 01 30 00 — Page 1 of 16
1.5 DEFINITIONS
A. RFI: Request from Contractor seeking interpretation, information, or clarification of
the Contract Documents.
B. Action Submittals: Written and graphic information that does require Architect's
responsive action.
C. Informational Submittals: Written information that does not require Architect's
responsive action. Submittals may be rejected for not complying with requirements.
1.6 PROJECT COORDINATION
A. Each contractor shall participate in coordination requirements. Certain areas of
responsibility will be assigned to a specific contractor.
B. Prepare memoranda for distribution to each party involved, outlining special
procedures required for coordination. Include such items as required notices, reports,
and list of attendees at meetings.
1. Prepare similar memoranda for Owner and separate contractors if coordination of
their Work is required.
C. Administrative Procedures: Coordinate scheduling and timing of required
administrative procedures with other construction activities and activities of other
contractors to avoid conflicts and to ensure orderly progress of the Work. Such
administrative activities include, but are not limited to, the following:
1. Preparation of Contractor's Construction Schedule.
2. Preparation of the Schedule of Values.
3. Installation and removal of temporary facilities and controls.
4. Delivery and processing of submittals.
5. Project closeout activities.
D. Conservation: Coordinate construction activities to ensure that operations are carried
out with consideration given to conservation of energy, water, and materials.
Salvage materials and equipment involved in performance of, but not actually
incorporated into, the Work. Refer to other Sections for disposition of salvaged
materials that are designated as Owner's property.
1.7 ADMINISTRATIVE AND SUPERVISORY PERSONNEL
A. General: In addition to Project superintendent, provide other administrative and
supervisory personnel as required for proper performance of the Work.
B. Key Personnel Names: Within 15 days of starting construction operations, submit a
list of key personnel assignments, including superintendent and other personnel in
attendance at Project site. Identify individuals and their duties and responsibilities; list
addresses, email addresses, and telephone numbers, including home, mobile, and
office telephone numbers. Provide names, addresses, and telephone numbers of
individuals assigned as standbys in the absence of individuals assigned to Project.
City Hall Roof Replacement Project 01 30 00 — Page 2 of 16
1.8 PROJECT MEETINGS
A. General: Schedule and conduct meetings and conferences at Project site, unless
otherwise indicated.
B. Attendees: Inform participants and others involved, and individuals whose presence
is required, of date and time of each meeting. Notify Owner and Architect of
scheduled meeting dates and times.
C. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees.
D. Minutes: Record significant discussions and agreements achieved. Distribute,the
meeting minutes to everyone concerned, including Owner and Architect, withan�three
days of the meeting.„.'
1.9 REQUESTS FOR INFORMATION (RFI)
A. Procedure: Immediately on discovery of the need for information or interpretation of
the Contract Documents, prepare and submit a Request for Information (RFI) in the
form specified, with a necessary question regarding ambiguities or conflicts in the
documents or field conditions, concealed conditions at the site, clarification of a
contract requirement, dimensions, or other information for which clarification is
required.
1. RFI's shall originate with Contractor, Architect, or Owner. RFIs submitted by
entities other than Contractor, Architect, or Owner will be returned with no
response.
2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in
Contractor's work or work of subcontractors.
3. The Contractor is required to review all RFI's submitted by subcontractor's and
suppliers for completeness, accuracy, validity, and justification prior to
submission to the Architect. The Contractor can commonly answer subcontractor
/supplier RFI's without delegation to the Architect.
4. Promptly submit any RFI's that could result in a delay of the activities on the
critical path if the resolution is not obtained promptly. Provide a date on each RFI
that the response is required by, in order to not have an impact on the critical
path of construction activities.
5. In the case of a condition that requires a change in the work to resolve a conflict
or other condition, the Contractor shall include a recommendation for resolution of
the condition and submit a separate Change Order Request (COR).
6. The Architect's response to an RFI is not an authorization to proceed with work
involving additional cost, time or both. If the response involves additional work
the Contractor shall provide the Architect with a complete description of work
added and work deleted by the response within seven (7) days of the issued date
of the RFI response. If the response involves additional work for which the
Contractor will seek an adjustment to the contract sum, time or both, the
Contractor shall submit a cost proposal in the form of a Change Order Request
(COR) to the Architect. The Contractor shall not proceed with incorporating the
response into the work until a Change Order or, Construction Change Directive
has been fully executed.
City Hall Roof Replacement Project 01 30 00 — Page 3 of 16
7. Unless notified otherwise by the Contractor, the Architect's RFI response shall
have the same effect as the Architect's order for minor changes in the Work. The
Contractor will proceed with the Work, and the response will be incorporated into
the contract that same as the Architect's written order for minor changes in the
Work. Notify the Architect in writing if noted modifications cannot be made due to
conflicting circumstances in the field, in other contract documents, or for other
reasons.
8. The Contractor shall not incorporate any language into RFI's or Change
Proposals that imply future additional costs or delays beyond those fully
explained within the document. The Contractor may stipulate conditions or
constraints under which the pricing or time may change; however, such
conditions or constraints shall not infringe on the Architect's or Owner's right to
adequate time for review of the issue.
9. The Contractor shall not submit Confirming RFI's, i.e., RFI's requesting
confirmation of information already in the contract documents or previously
provided or requesting confirmation to questions previously answered or
clarification previously given. Similarly the Contractor shall not submit Repetitive
RFI's, i.e., RFI's, wherein the same information is requested more than once,
even if phrased in another format or asked in a different manner. Confirming&
Repetitive RFI's are considered frivolous.
10. The Contractor shall not retain or suppress RFI's for group submissions. Each
individual RFI is to be submitted expeditiously upon occurrence. Numerous RFI's
submitted in a short time period will not be considered reasonable and will result
in review times being extended accordingly.
11. The Contractor shall not install any components in locations other than as
indicated on the contract documents unless 1) all other affected work has been
reviewed and coordinated with the relocation; and 2) the relocation is the
resolution for an RFI, including a statement by the Contractor that the relocation
has been coordinated with other affected work.
12. The Contractor shall not use an RFI as a means of proposing a deviation, an
alternative product, arrangement, or installation for the Contractor's convenience;
these proposals shall be submitted as Substitution Requests, and the RFI
voided. A contractor -proposed alternative arrangement or installation submitted
as an RFI will not become the subsequent basis for a claim by the contractor.
13. The Owner is entitled to reimbursement from the Contractor for amounts paid to
the Architect for evaluating and responding to:
a. Incomplete, illegitimate, or frivolous Contractor's requests for information and
requests for information that are not prepared in accordance with the
Contract Documents.
b. Contractor requests for information where the requested information is
r „ available to the Contractor from a careful study and comparison of the
contract documents, field conditions, contractor -prepared coordination
drawings, other Owner/Architect-provided information or prior project
correspondence or documentation.
City Hall Roof Replacement Project 01 30 00 — Page 4 of 16
c. Contractor -proposed alternative arrangements or installations for the
convenience of the contractor which, upon acceptance, requires the Architect
to revise the contract documents.
B. Content of the RFI: Include a detailed, legible description of item needing
interpretation and the following:
1. Project name.
2. Date.
3. Name of Contractor.
4. Name of Architect.
5. RFI number, numbered sequentially.
6. Specification Section number and title and related paragraphs, as appropriate.
7. Drawing number and detail references, as appropriate.
8. Field dimensions and conditions, as appropriate.
9. Contractor's suggested solution(s). If Contractor's solution(s) impact the Contract
Time or the Contract Sum, Contractor shall state impact in the RFI.
10. Contractor's signature or review stamp.
11. Attachments: Include drawings, descriptions, measurements, photos, Product
Data, Shop Drawings, and other information necessary to fully describe items
needing information or interpretation. Each RFI shall include sufficient detail for
evaluation.
a. Supplementary drawings prepared by Contractor shall include dimensions,
thicknesses, structural grid references, and details of affected materials,
assemblies, and attachments.
C. Software -Generated RFI's: Software -generated form with substantially the same
content as indicated above.
D. Architect Action: Architect will review each RFI, determine action required, and return
it. Allow an average of ten working days for Architect's response for each RFI. RFI's
received after 1:00 p.m. will be considered as received the following working
day. Some issues may take longer for review, the recipient of the RFI shall notify the
sender of the RFI if additional time is required.
1. The following RFI's will be returned without action:
a. Requests for approval of submittals.
b. Requests for approval of substitutions or deviations.
c. Requests for coordination information already indicated in the Contract
Documents.
d. Requests for adjustments in the Contract Time or the Contract Sum.
e. Requests for interpretation of Architect's actions on submittals.
f. Incomplete, inaccurate, invalid, and unjustified RFI's or RFI's with numerous
errors.
City Hall Roof Replacement Project 01 30 00 — Page 5 of 16
g. Confirming or Repetitive RFI's.
2. Architect's action may include a request for additional information, in which case
Architect's time for response will start again.
3. Architect's action on RFI's that may result in a change to the Contract Time or the
Contract Sum may be eligible for Contractor to submit a Change Proposal
according to Division 01 Section "Contract Modification Procedures."
a. If the Contractor believes the RFI response warrants change in the Contract
Time or the Contract Sum, notify Architect in writing within seven days of
receipt of the RFI response.
E. RFI Log: RFI Log will be maintained on the Newforma Info Exchange Site provided by
the Architect. The software/site will be used to generate, transmit, log, and receive
RFIs and RFI responses on the project. The RFI Log can be exported from the site
and used to communicate with other project team members. Software log with not
less than the following:
1. Project name.
2. Name and address of Contractor.
3. Name and address of Architect.
4. RFI number including RFIs that were dropped and not submitted.
5. RFI description.
6. Date the RFI was submitted.
7. Date Architect response was received.
8. Identification of related Minor Change in the Work, Construction Change
Directive, and Proposal Request, as appropriate.
9. Identification of related Field Order, Work Change Directive, and Proposal
Request, as appropriate.
PART 2 PRODUCTS - NOT USED -
ra
PART 3 EXECUTION
3.1 NEWFORMA INFO EXCHANGE SERVER
A. Newforma Info Exchange server: The Architect will provide the Contractor access to
this server to download and upload files via any internet-capable computer running
Internet Explorer.
B. Benefits and features of Newforma Info Exchange for the Contractor include:
1. A collaborative submittal log is maintained within Newforma Info Exchange by the
Architect and Contractor.
2. Submittal data files transmitted through Newforma Info Exchange bypass the file
size limits of email systems.
3. Submittal data files transferred through Newforma Info Exchange are encrypted.
City Hall Roof Replacement Project 01 30 00 — Page 6 of 16
4. Notifications and reminders can be optionally scheduled and expiration dates for
documents can be automatically set.
5. CD/DVD disc: The contractor is required to keep backup copies of any data
submitted to the Architect in CD/DVD format. The Contractors transmittal letter
identifying the project and contents of the disc must accompany the CD/DVD.
C. Exceptions: The following submittals are not to be done electronically.
1. Samples, color charts, original warranties, and notarized affidavits.
3.2 PROJECT CLOSEOUT CONFERENCE
A. Schedule the conference to review requirements and responsibilities related to project
closeout. Set a time convenient to Owner and Architect, but no later than 30 days prior
to the scheduled date of substantial completion.
1. Attendees: Authorized representatives of Owner, Architect, and their consultants;
Contractor and their superintendent; major subcontractors; suppliers; and other
concerned parties shall attend the meeting. Participants at the meeting shall be
familiar with the Project and authorized to conclude matters relating to the Work.
2. Agenda: Discuss items of significance that could affect or delay Project closeout,
including the following:
a. Procedures required prior to Substantial Completion Inspection and Final
Completion Inspection.
1) Procedure to request Architect review to determine the date of of
Substantial Completion.
2) Preparation and submission of Contractor's punch list.
3) Architect's process for Substantial Completion review and preparation of
the supplemental and final punch lists.
b. Procedures for processing Applications for Payment at Substantial
Completion and Final Completion.
c. Requirements for completing Closeout Documentation.
1) Affidavits
2) Release of Claims or Liens
d. Completion time for correcting defective work.
e. Partial release of Retainage
f. Preparation and submission of Record Documents
g. Responsibility for removing temporary facilities and controls.
h. Final cleaning
i. Preparation for final completion review.
3. Record minutes and distribute copies within two days after meeting to
participants, and those affected by decisions made.
City Hall Roof Replacement Project 01 30 00 — Page 7 of 16
3.3 CONSTRUCTION PROGRESS SCHEDULE
A. Within 10 days after date of the Agreement, submit preliminary schedule defining
planned operations for the first 60 days of work, with a general outline for remainder of
work.
B. If preliminary schedule requires revision after review, submit revised schedule within
10 days.
C. Within 20 days after review of preliminary schedule, submit draft of proposed
complete schedule for review.
1. Include written certification that major contractors have reviewed and accepted
proposed schedule.
D. Within 10 days after joint review, submit complete schedule.
E. Submit updated schedule with each Application for Payment.
3.4 REQUESTS FOR INTERPRETATION (RFI)
A. Definition: A request seeking one of the following:
,
1. An interpretation, amplification, or clarification of some requirement of Contract
Documents arising from inability to determine from them the exact material,
process, or system to be installed; or when the elements of construction are
required to occupy the same space (interference); or when an item of work is
described differently at more than one place in Contract Documents.
2. A resolution to an issue which has arisen due to field conditions and affects
design intent.
B. Whenever possible, request clarifications at the next appropriate project progress
meeting, with response entered into meeting minutes, rendering unnecessary the
issuance of a formal RFI.
C. Preparation: Prepare an RFI immediately upon discovery of a need for interpretation
of Contract Documents. Failure to submit a RFI in a timely manner is not a legitimate
cause for claiming additional costs or delays in execution of the work.
1. Prepare a separate RFI for each specific item.
a. Review, coordinate, and comment on requests originating with
subcontractors and/or materials suppliers.
b. Do not forward requests which solely require internal coordination between
subcontractors.
2. Prepare in a format and with content acceptable to Owner.
3. Prepare using software provided by the Electronic Document Submittal Service.
D. Reason for the RFI: Prior to initiation of an RFI, carefully study all Contract
Documents to confirm that information sufficient for their interpretation is definitely not
included.
1. Include in each request Contractor's signature attesting to good faith effort to
determine from Contract Documents information requiring interpretation.
2. Unacceptable Uses for RFIs: Do not use RFIs to request the following:
City Hall Roof Replacement Project 01 30 00 — Page 8 of 16
a. Approval of substitutions (see Section - 01 6000 - Product Requirements)
3. Improper RFIs: Requests not prepared in compliance with requirements of this
section, and/or missing key information required to render an actionable
response. They will be returned without a response, with an explanatory
notation.
3.5 SUBMITTALS FOR REVIEW
A. When the following are specified in individual sections, submit them for review:
1. Product data.
2. Shop drawings.
3. Samples for selection.
4. Samples for verification.
B. Submit to Architect/Engineer for review for the limited purpose of checking for
compliance with information given and the design concept expressed in Contract
Documents.
C. Samples will be reviewed for aesthetic, color, or finish selection.
D. After review, provide copies and distribute in accordance with SUBMITTAL
PROCEDURES article below and for record documents purposes described in
Section 01 7800 - Closeout Submittals.
3.6 SUBMITTALS FOR INFORMATION
A. When the following are specified in individual sections, submit them for information:
1. Design data.
2. Certificates. -
3. Test reports.
4. Inspection reports.
5. Manufacturer's instructions.
eta
6. Manufacturer's field reports.
M
7. Other types indicated."'
B. Submit for Arch itect/Engineer's knowledge as contract administrator or for Owner.
3.7 SUBMITTALS FOR PROJECT CLOSEOUT
3.8 NUMBER OF COPIES OF SUBMITTALS
A. Electronic Documents: Submit one electronic copy in Adobe Portable Document
Format PDF format; an electronically marked up file will be returned. Create PDFs at
native size and right -side up; illegible files will be rejected. Submit separate PDF files
for each specification section. Multiple sections combined into one PDF file will be
returned to the Contractor.
1. Name Files according to the following format: <Section Number> <Item
Description>. For example: 08 1113 Hollow Metal Doors Shop Drawings.
City Hall Roof Replacement Project 01 30 00 — Page 9 of 16
2. For shop drawings, the size of the electronic image must be equal with the
standard paper size of the sheet, for example:
3. A 30" x 42" drawing should not be placed on an 11" x 17" sheet size.
4. An 11" x 17" drawing should not be placed on a 30" x 42" sheet size.
5. For electronic shop drawings larger than 11" x 17", one hard copy of the
drawing(s) is required to be submitted with the electronic copy. The hard copy
will NOT be returned to the Contractor.
6. If the Architect deems the electronic submittal illegible, corrupted, and unusable,
or if the file size is unreasonably large, then a new electronic copy or hard copy
will be required.
B. Samples: Submit the number specified in individual specification sections; one of
which will be retained by Architect/Engineer.
1. After review, produce duplicates of the Architect's review information.
2. Retained samples will not be returned to Contractor unless specifically so stated.
3.9 SUBMITTAL PROCEDURES
A. General Requirements:
1. Transmit using approved form.
2. Sequentially identify each item. For revised submittals use original number and a
sequential numerical suffix.
3. Schedule submittals to expedite the Project, and coordinate submission of related
items.
a. For each submittal for review, allow 15 days excluding delivery time to and
from the Contractor.
b. For sequential reviews involving Architect/Engineer's consultants, Owner, or
another affected party, allow an additional 7 days.
B. Product Data Procedures:
1. Submit only information required by individual specification sections.,
2. Collect required information into a single submittal. CD
_J
3. Do not submit (Material) Safety Data Sheets for materials or products.
C. Shop Drawing Procedures:
1. Prepare accurate, drawn -to -scale, original shop drawing documentation by
interpreting the Contract Documents and coordinating related Work.
2. Generic, non -project specific information submitted as shop drawings do not meet
the requirements for shop drawings.
D. Submittal System: The contractor will provide electronic submittals using Newforma
Info Exchange Server provided by the Architect.
E. Submittal Schedule:
In preparing the schedule, the Contractor should consider time required for
review, ordering, manufacturing, fabrication, and delivery plus include additional
City Hall Roof Replacement Project 01 30 00 — Page 10 of 16
time required for making corrections or revision to submittals noted by Architect
and additional time for handling and reviewing submittals required by those
corrections.
a. Coordinate submittal schedule with list of subcontracts, the schedule of
values, and Contractor's construction schedule.
Initial Submittal: Submit concurrently with startup construction
schedule. Include submittals required during the first 60 days of
construction. List those submittals required to maintain orderly progress of
the Work and those required early because of long lead time for manufacture
or fabrication.
c. Final Submittal: Submit concurrently with the first complete submittal of
Contractor's construction schedule. Submit revised submittal schedule to
reflect changes in current status and timing for submittals.
r„� k
d. Format: Arrange the following information in a tabular format: c
1) Schedule date for first submittal.
2) Specification Section number and title.
3) Submittal category: Action or Informational.
4) Name of subcontractor. ra
5) Description of the Work covered.}
6) Scheduled date for Architect's final release or approval.
7) Scheduled date of fabrication.
8) Scheduled dates for purchasing.
9) Scheduled dates for installation.
10) Activity or event number.
F. Coordination: Coordinate preparation and processing of submittals with performance
of construction activities. Transmit each submittal sufficiently in advance of
performance of related construction activities to avoid delay.
1. Coordinate transmittal of different types of submittals for related parts of the Work
so processing will not be delayed because of need to review submittals
concurrently for coordination. Architect reserves the right to withhold action on a
submittal requiring coordination with other submittals until related submittals are
received. This includes the right to withhold action on a submittal requiring color
selection until all related color samples or submittals are received.
2. The Contractor is responsible for assuring that each submittal is in full
compliance with the submittal requirements prior to forwarding to the Architect for
review. Submittals which are incomplete will be considered as not submitted until
all submittal requirements are fulfilled. The architect has sole discretion to return
incomplete submittals without review, to hold submittals until all requirements are
fulfilled, to review partial submittals, or to waive partial requirements. In
exercising this discretion, the Architect will incur no obligation to apply the same
action to any other submittal.
City Hall Roof Replacement Project 01 30 00 — Page 11 of 16
3. The Contractor is responsible for timely submission of submittals to allow for
review and any subsequent corrections necessary prior to undertaking any work
covered by the submittal.
G. Processing Time: Allow enough time for submittal review, including time for re -
submittals, as follows. Time for review shall commence on Architect's receipt of
submittal. No extension of the Contract Time will be authorized because of failure to
transmit submittals enough in advance of the Work to permit processing, including re -
submittals.
1. Initial Review: Allow 15 days for initial review of each submittal. Allow additional
time if coordination with subsequent submittals or consultants is
required. Architect will advise Contractor when a submittal being processed
requires extended review time for coordination.
2. Intermediate Review: If intermediate submittal is necessary, process it in same
manner as initial submittal.
3. Resubmittal Review: Allow 15 days for review of each resubmittal.
4. Sequential Review: Where the Contract Documents indicate that submittals shall
be reviewed sequentially by Architect's consultants, Owner, or other parties, allow
21 days for initial review of each submittal
5. Concurrent Consultant Review: Where the Contract Documents indicate that
submittals may be transmitted simultaneously to Architect and to Architect's
consultants, allow 15 days for review of each submittal. Submittal will be
returned to Architect before being returned to Contractor.
6. Except for required concurrent reviews, the Contractor shall not retain or
suppress submittals for group submissions. Each individual submittal is to be
transmitted expeditiously upon preparation. Numerous submittals transmitted in
a short time period will not be considered reasonable and will result in review
times being extended accordingly. In such cases, the Contractor may request
priority consideration of certain submittals.
7. Should the Contractor request an expedited review in order to maintain schedule,
the requests will be approved at the sole discretion of Architect. Rejection will not
be cause for any claims for delay or additional cost by the Contractor. The
Contractor shall be solely responsible should such rejection result in the
completion of construction to occur after the contract deadlines.
H. Transmittal Form: Use Newforma Info Exchange Transmittal as approved by the
Architect. When using the Architect's electronic submittal procedure, the transmittal
form is part of the submittal file.
Transmit each submittal with a copy of approved submittal form.
Transmittal: Package each submittal individually and appropriately for transmittal and
handling. Transmit each submittal using a transmittal form. Architect will reject and
return received from sources other than Contractor.
Transmittal Form Content: Provide locations on form for the following
information:
a. Project name.
Date.
City Hall Roof Replacement Project 01 30 00 — Page 12 of 16
c. Destination (To:).
d. Source (From:).
e. Names of subcontractor, manufacturer, and supplier:
f. Category and type of submittal
g. Submittal purpose and description.
h. Specification Section number and title.
i. Transmittal number (numbered consecutively).
j. Remarks.
k. Signature of transmitter.
K. On an attached separate sheet, prepared on Contractor's letterhead, record relevant
information, requests for data, revisions other than those requested by Architect on
previous submittals, and deviations from requirements in the Contract Documents,
including minor variations and limitations. Include same label information as related
submittal.
L. Sequentially number the transmittal form. Revise submittals with original number and
a sequential alphabetic suffix.
M. Identify Project, Contractor, Subcontractor or supplier, pertinent drawing and detail
number, and specification section number, as appropriate on each copy.
N. Apply Contractor's stamp, signed or initialed certifying that review, approval,
verification of Products required, field dimensions, adjacent construction Work, and
coordination of information is in accordance with the requirements of the Work and
Contract Documents. Provide a space approximately 6 by 8 inches on label or beside
title block to record Contractor's review and approval markings and action taken by
Architect.
O. Include the following information on label for processing and recording action taken:
1. Project name.
2. Date.
3. Name and address of Architect.
4. Name and address of Contractor.
5. Name and address of subcontractor.
6. Name and address of supplier.
7. Submittal number or other unique identifier, including revision identifier.
a. Submittal number shall use Specification Section number followed by a
decimal point and then a sequential number (e.g., 06-1000.01). Re -
submittals shall include an alphabetic suffix after another decimal point (e.g.,
06-1000.01.A).
P. Identify variations from Contract Documents and Product or system limitations that
may be detrimental to successful performance of the completed Work.
City Hall Roof Replacement Project 01 30 00 — Page 13 of 16
Q. When revised for resubmission, identify all changes made since previous submission.
R. Distribute reviewed submittals as appropriate. Instruct parties to promptly report any
inability to comply with requirements.
S. Submittals not requested will not be recognized or processed.
3.10 ACTION SUBMITTALS
A. General: Prepare and submit Action Submittals required by individual Specification
Sections.
B. Product Data: Collect information into a single submittal for each element of
construction and type of product or equipment.
Submit Product Data before or concurrent with Samples.
3.11 INFORMATIONAL SUBMITTALS
A. General: Prepare and submit Informational Submittals required by other Specification
Sections.
B. Insurance Certificates and Bonds: Prepare written information indicating current
status of insurance or bonding coverage. Include name of entity covered by insurance
or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage.
C. Material Safety Data Sheets (SDS): Submit information directly to Owner; do not
submit to Architect except as required in "Action Submittals" Article.
3.12 CONTRACTOR'S REVIEW
A. Review each submittal and check for coordination with other Work of the Contract and
for compliance with the Contract Documents. Review each submittal for accuracy and
completeness of dimensions and quantities, and for performance of equipment or
systems. Note corrections and field dimensions. Mark with approval stamp before
submitting to Architect. Submittals deemed by the Architect to not have been
reviewed by the Contractor prior to submission may be returned and considered as
"Not Submitted".
B. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include
Project name and location, submittal number, Specification Section title and number,
name of reviewer, date of Contractor's approval, and statement certifying that
submittal has been reviewed, checked, and approved for compliance with the Contract
Documents and coordinated with other Work of the contract.
3.13 ARCHITECT'S ACTION
A. General: Architect will not review submittals that do not bear Contractor's approval
stamp and will return them without action.
B. Action Submittals: Architect will review each submittal, make marks to indicate
corrections or modifications required, and return it. Architect will stamp each submittal
with an action stamp and will mark stamp appropriately to indicate action taken, as
follows:
1. Furnish as Submitted: Denotes that the submittal meets the criteria of the
drawings and specifications, and no revisions are required. The Contractor may
City Hall Roof Replacement Project 01 30 00 — Page 14 of 16
proceed with fabrication or procurement of the item reviewed and may proceed
with the work shown on the drawings and specifications for this item.
2. Furnish as Corrected: Denotes that there are deficiencies, but the Contractor
may proceed with fabrication or procurement of the item reviewed and may
proceed with the work shown on the drawings and specifications for the item if
the deficiencies are first corrected.
3. Revise and Resubmit: Denotes that the submittal does apply to the drawings and
specifications, but insufficient detail has been shown or the submittal contains too
many errors or omissions. The Contractor may NOT proceed with fabrication or
procurement of the item reviewed and may NOT proceed with the work shown on
the drawings and specifications for the item. The Contractor must revise the
submittal and resubmit for review.
4. Incomplete - Resubmit: Denotes that some portion of the submittal is incomplete,
and the Architect cannot, therefore, review the submittal. The Architect will
describe the incompleteness by comment on the submittal. The Contractor may
NOT proceed with fabrication or procurement of the item reviewed and may NOT
proceed with the work shown on the drawings and specifications for the
item. The Contractor must revise the submittal and resubmit for review.
5. Rejected: Denotes that the submittal does not apply to the item specified or was
not specified. The Contractor may NOT proceed with fabrication or procurement
of the item reviewed and may NOT proceed with the work shown on the drawings
and specifications for the item, and the Contractor must prepare a new
submittal. The Architect will describe the reason for rejection by comment on the
submittal.
C. Informational Submittals: Architect will review each submittal and will not return it, or
will return it if it does not comply with requirements. Architect will forward each
submittal to appropriate party.
D. Partial submittals are not acceptable, will be considered nonresponsive, and will be
returned without review.
E. Submittals not required by the Contract Documents may not be reviewed and may be
discarded.
F. Architects review is only for limited purpose of checking for general conformance with
the information given and design concept expressed in the Contract Documents.
G. Unless notified otherwise by the Contractor, the Architect's notations, comments, and
mark-ups on approved submittals shall have the same effect as the Architect's order
for minor changes in the Work not involving adjustment in the contract sum or
extension in the contract time. The Contractor will proceed with the work, and the
response will be incorporated into the contract the same as the Architect's written
order for minor changes in the Work. Notify Architect in writing if noted modifications
cannot be made due to conflicting circumstances in the field, in other contract
documents, or for other reasons.
4...., k..rw
M
r 3
City Hall Roof Replacement Project 01 30 00 — Page 15 of 16
H. If the Contractor believes that the Architect's notations, comments, or mark-ups
constitute a change that results in added cost or time, the Contractor is to notify the
Architect in writing within seven (7) days of receipt of the reviewed submittal. Do not
proceed with changes that result in added cost or time until the matter is resolved in
accordance with other provisions of the contract.
END OF SECTION
�yA
C
t"
co
City Hall Roof Replacement Project 01 30 00 — Page 16 of 16
01 4000
QUALITY REQUIREMENTS
PART 1 GENERAL
1.1 QUALITY ASSURANCE
A. General: Qualifications paragraphs in this Article establish the minimum qualification
levels required; individual Specification Sections specify additional requirements.
B. Installer Qualifications: A firm or individual experienced in installing, erecting, or
assembling work similar in material, design, and extent to that indicated for this
Project, whose work has resulted in construction with a record of successful in-service
performance.
C. Manufacturer Qualifications: A firm experienced in manufacturing products or
systems similar to those indicated for this Project and with a record of successful in-
service performance, as well as sufficient production capacity to produce required
units.
D. Fabricator Qualifications: A firm experienced in producing products similar to those
indicated for this Project and with a record of successful in-service performance, as
well as sufficient production capacity to produce required units.
E. Professional Engineer Qualifications: A professional engineer who is legally qualified
to practice in jurisdiction where Project is located and who is experienced in providing
engineering services of the kind indicated. Engineering services are defined as those
performed for installations of the system, assembly, or product that are similar to
those indicated for this Project in material, design, and extent.
F. Specialists: Certain sections of the Specifications require that specific construction
activities shall be performed by entities who are recognized experts in those
operations. Specialists shall satisfy qualification requirements indicated and shall be
engaged for the activities indicated.
1. Requirement for specialists shall not supersede building codes and regulations
governing the Work.
G. Testing Agency Qualifications: An NRTL, an NVLAP, or an independent agency with
the experience and capability to conduct testing and inspecting indicated, as
documented according to ASTM E 548; and with additional qualifications specified in
individual Sections; and where required by authorities having jurisdiction, that is
acceptable to authorities.
1. NRTL: A nationally recognized testing laboratory according to 29 CFR 1910.7.
2. NVLAP: A testing agency accredited according to NIST's National Voluntary
Laboratory Accreditation Program.
H. Factory -Authorized Service Representative Qualifications: An authorized
representative of manufacturer who is trained and approved by manufacturer to
inspect installation of manufacturer's products that are similar in material, design, and
extent to those indicated for this Project.
City Hall Roof Replacement Project 01 40 00 — Page 1 of 4
PART 2 PRODUCTS
2.1 REQUIREMENTS
A. Comply with the requirements specified in Division 01 Product Requirements.
PART 3 EXECUTION
3.1 TEST AND INSPECTION LOG
A. Prepare a record of tests and inspections. Include the following
1. Date test or inspection was conducted.
2. Description of the Work tested or inspected.
3. Date test or inspection results were transmitted to Architect. "
4. Identification of testing agency or special inspector conducting test or inspection.
B. Maintain log at Project site. Post changes and modifications as they occur. Provide
access to test and inspection log for Architect's reference during normal working
hours.
3.2 REPAIR AND PROTECTION
A. General: On completion of testing, inspecting, sample taking, and similar services,
repair damaged construction and restore substrates and finishes.
1. Provide materials and comply with installation requirements specified in other
Specification Sections. Restore patched areas and extend restoration into
adjoining areas with durable seams that are as invisible as possible.
2. Comply with the Contract Document requirements for Division 01 Section
"Cutting and Patching."
B. Protect construction exposed by or for quality -control service activities.
C. Repair and protection are Contractor's responsibility, regardless of the assignment of
responsibility for quality -control services.
3.3 CONTROL OF INSTALLATION
A. Monitor quality control over suppliers, manufacturers, products, services, site
conditions, and workmanship, to produce work of specified quality.
B. Comply with manufacturers' instructions, including each step-in sequence.
C. Should manufacturers' instructions conflict with Contract Documents, request
clarification from Architect/Engineer before proceeding.
D. Comply with specified standards as minimum quality for the work except where more
stringent tolerances, codes, or specified requirements indicate higher standards or
more precise workmanship.
E. Have work performed by persons qualified to produce required and specified quality.
F. Verify that field measurements are as indicated on shop drawings or as instructed by
the manufacturer.
City Hall Roof Replacement Project 01 40 00 — Page 2 of 4
G. Secure products in place with positive anchorage devices designed and sized to
withstand stresses, vibration, physical distortion, and disfigurement.
3.4 DEFECT ASSESSMENT
A. Replace Work or portions of the Work not complying with specified requirements.
END OF SECTION
City Hall Roof Replacement Project 01 40 00 — Page 3 of 4
01 4216
DEFINITIONS
PART 1 GENERAL
1.1 SUMMARY
A. This section supplements the definitions contained in the Drawings general provisions
of the Contract, including General and Supplementary Conditions.
B. Other definitions are included in individual specification sections.
1.2 DEFINITIONS
A. "Approved": When used to convey Architect's action on Contractor's submittals,
applications, and requests, "approved" is limited to Architect's duties and
responsibilities as stated in the Conditions of the Contract.
B. "Directed": A command or instruction by Architect. Other terms including "requested,"
"authorized," "selected," "approved," "required," and "permitted" have the same
meaning as "directed."
C. "Indicated": Requirements expressed by graphic representations or in written form on
Drawings, in Specifications, and in other Contract Documents. Other terms including
"shown," "noted," "scheduled," and "specified" have the same meaning as "indicated."
D. "Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities
having jurisdiction, and rules, conventions, and agreements within the construction
industry that control performance of the Work.
E. "Furnish" or "Supply": To supply, deliver to Project site, unload, and inspect for
damage.
F. "Install": Operations at Project site including to temporarily store, unpack, assemble,
erect, apply, place, anchor, work to dimension, finish, cure, protect, clean, start up,
and make ready for use.
G. "Provide": Furnish and install, complete and ready for the intended use.
H. "Product": Material, machinery, components, equipment, fixtures, and systems
forming the work result. Not materials or equipment used for preparation, fabrication,
conveying, or erection and not incorporated into the work result. Products may be
new, never before used, or re -used materials or equipment.
I. "Project Manual": The book -sized volume that includes the procurement requirements
(if any), the contracting requirements, and the specifications.
J. "Project Site": Space available for performing construction activities. The extent of
Project site is shown on Drawings and may or may not be identical with the
description of the land on which Project is to be built.
1.3 INDUSTRY STANDARDS
A. Applicability of Standards: Unless the Contract Documents include more stringent
requirements, applicable construction industry standards have the same force and
City Hall Roof Replacement Project 01 42 16 — Page 1 of 2
effect as if bound or copied directly into the Contract Documents to the extent
referenced. Such standards are made a part of the Contract Documents by reference.
B. Publication Dates: Comply with standards in effect as of date of the Contract
Documents, unless otherwise indicated.
C. Copies of Standards: Each entity engaged in construction on Project should be
familiar with industry standards applicable to its construction activity. Copies of
applicable standards are not bound with the Contract Documents.
1. Where copies of standards are needed to perform a required construction activity,
obtain copies directly from publication source.
D. Abbreviations and Acronyms for Standards and Regulations: Where abbreviations
and acronyms are used in Specifications or other Contract Documents, they shall
mean the generally recognized name of the standards and regulations or as indicated.
1.4 ABBREVIATIONS AND ACRONYMS
A. Industry Organizations: Where abbreviations and acronyms are used in
Specifications or other Contract Documents, they shall mean the recognized name of
the entities indicated in Gale Research's "Encyclopedia of Associations" or in
Columbia Books' "National Trade & Professional Associations of the U.S." unless
otherwise indicated.
PART 2 PRODUCTS - NOT USED
PART 3 EXECUTION - NOT USED
END OF SECTION
City Hall Roof Replacement Project 01 42 16 — Page 2 of 2
01 5000
TEMPORARY FACILITIES AND CONTROLS
PART 1 GENERAL
1.1 TEMPORARY UTILITIES
A. Owner will provide the following:
1. Electrical power and metering, consisting of connection to existing facilities.
2. Water supply, consisting of connection to existing facilities.
B. Use trigger -operated nozzles for water hoses, to avoid waste of water.
1.2 INTERIOR ENCLOSURES
A. Provide temporary partitions and ceilings as indicated to separate work areas from
Owner -occupied areas, to prevent penetration of dust and moisture into Owner -
occupied areas, and to prevent damage to existing materials and equipment.
B. Construction: Framing and reinforced polyethylene sheet materials with closed joints
and sealed edges at intersections with existing surfaces:
1.3 VEHICULAR ACCESS AND PARKING
A. Comply with regulations relating to use of streets and sidewalks, access to emergency
facilities, and access for emergency vehicles.
B. Coordinate access and haul routes with governing authorities and Owner.
C. Provide and maintain access to fire hydrants, free of obstructions.
D. Provide means of removing mud from vehicle wheels before entering streets.
1.4 WASTE REMOVAL
A. Provide waste removal facilities and services as required to maintain the site in clean
and orderly condition.
B. Provide containers with lids. Remove trash from site periodically.
C. If materials to be recycled or re -used on the project must be stored on -site, provide
suitable non-combustible containers; locate containers holding flammable material
outside the structure unless otherwise approved by the authorities having jurisdiction.
PART 2 PRODUCTS - NOT USED
PART 3 EXECUTION - NOT USED
END OF SECTION
City Hall Roof Replacement Project 01 50 00 — Page 1 of 1
01 6000
PRODUCT REQUIREMENTS
?{'L 1gtl� f f , �: fU 9
PART 1 GENERAL
1.1 DEFINITIONS
A. Products: Items purchased for incorporating into the Work, whether purchased for
Project or taken from previously purchased stock. The term "product" includes the
terms "material," "equipment," "system," and terms of similar intent.
1. Named Products: Items identified by manufacturer's product name, including
make or model number or other designation shown or listed in manufacturer's
published product literature, that is current as of date of the Contract Documents.
2. New Products: Items that have not previously been incorporated into another
project or facility. Products consisting of recycled -content materials are allowed,
unless explicitly stated otherwise. Products salvaged or recycled from other
projects are not considered new products.
3. Comparable Product: Product that is demonstrated and approved through
submittal process, or where indicated as a product substitution, to have the
indicated qualities related to type, function, dimension, in-service performance,
physical properties, appearance, and other characteristics that equal or exceed
those of specified product.
B. Substitutions: Changes in products, materials, equipment, and methods of
construction from those required by the Contract Documents and proposed by
Contractor.
C. Basis -of -Design Product Specification: Where a specific manufacturer's product is
named and accompanied by the words "basis of design," including make or model
number or other designation, to establish the significant qualities related to type,
function, dimension, in-service performance, physical properties, appearance, and
other characteristics for purposes of evaluating comparable products of other named
manufacturers.
1.2 SUBMITTALS
A. Product Data Submittals: Submit manufacturer's standard published data. Mark each
copy to identify applicable products, models, options, and other data. Supplement
manufacturers' standard data to provide information specific to this Project.
B. Shop Drawing Submittals: Prepared specifically for this Project; indicate utility and
electrical characteristics, utility connection requirements, and location of utility outlets
for service for functional equipment and appliances.
C. Sample Submittals: Illustrate functional and aesthetic characteristics of the product,
with integral parts and attachment devices. Coordinate sample submittals for
interfacing work.
1. For selection from standard finishes, submit samples of the full range of the
manufacturer's standard colors, textures, and patterns.
City Hall Roof Replacement Project 01 60 00 — Page 1 of 5
D. Comparable Product Requests: Identify product or fabrication or installation method
to be replaced. Include Specification Section number and title and Drawing numbers
and titles.
Conditions: Architect will consider Contractor's request for comparable product
when the following conditions are satisfied. If the following conditions are not
satisfied, Architect will return requests without action, except to record
noncompliance with these requirements:
a. Evidence that the proposed product does not require extensive revisions to
the Contract Documents, that it is consistent with the Contract Documents
Cf, and will produce the indicated results, and that it is compatible with other
c? - portions of the Work.
CQ
b. Detailed comparison of significant qualities of proposed product with those
named in the Specifications. Significant qualities include attributes such as
performance, weight, size, durability, visual effect, and specific features and
requirements indicated.
c. Evidence that proposed product provides specified warranty.
d. List of similar installations for completed projects with project names and
addresses and names and addresses of architects and owners, if requested.
e. Samples, if requested.
2. Architect's Action: If necessary, Architect will request additional information or
documentation for evaluation within one week of receipt of a comparable product
request. Architect will notify Contractor of approval or rejection of proposed
comparable product request within 15 days of receipt of request, or 15 days of
receipt of additional information or documentation, whichever is later.
a. Form of Approval: Comply with requirements specified in Division 01
"Administrative Requirements."
1.3 COMPATIBILITY OF OPTIONS
A. Compatibility of Options: If Contractor is given option of selecting between two or
more products for use on Project, product selected shall be compatible with products
previously selected, even if previously selected products were also options.
1. Each contractor is responsible for providing products and construction methods
compatible with products and construction methods of other contractors.
2. If a dispute arises between contractors over concurrently selectable but
incompatible products, Architect will determine which products shall be used.
1.4 PRODUCT WARRANTIES
A. Warranties specified in other Sections shall be in addition to, and run concurrent with,
other warranties required by the Contract Documents. Manufacturer's disclaimers and
limitations on product warranties do not relieve Contractor of obligations under
requirements of the Contract Documents.
City Hall Roof Replacement Project 01 60 00 — Page 2 of 5
Manufacturer's Warranty: Preprinted written warranty published by individual
manufacturer for a particular product and specifically endorsed by manufacturer
to Owner.
2. Special Warranty: Written warranty required by or incorporated into the Contract
Documents, either to extend time limit provided by manufacturer's warranty or to
provide more rights for Owner.
B. Special Warranties: Prepare a written document that contains appropriate terms and
identification, ready for execution. Submit a draft for approval before final execution.
1. Manufacturer's Standard Form: Modified to include Project -specific information
and properly executed.
a. Specified Form: When specified forms are included with the Specifications,
prepare a written document using appropriate form properly executed.
b. Refer to Divisions 02 through 48 for specific content requirements and
particular requirements for submitting special warranties.
C. Submittal Time: Comply with requirements in Division 01 "Execution and Closeout
Requirements" and " Closeout Submittals."
PART 2 PRODUCTS
2.1 NEW PRODUCTS
A. Provide new products unless specifically required or permitted by Contract r
Documents.
B. Use of products having any of the following characteristics is not permitted:
C. Where other criteria are met, Contractor shall give preference to products that:
1. If used on interior, have lower emissions, as defined in Section 01 6116 - Volatile
Organic Compound (VOC) Content Restrictions.
2. If wet -applied, have lower VOC content, as defined in Section 01 6116 - Volatile
Organic Compound (VOC) Content Restrictions.
2.2 PRODUCT OPTIONS
A. Products Specified by Reference Standards or by Description Only: Use any product
meeting those standards or description.
B. Products Specified by Naming One or More Manufacturers: Use a product of one of
the manufacturers named and meeting specifications, no options or substitutions
allowed.
C. Products Specified by Naming One or More Manufacturers with a Provision for
Substitutions: Submit a request for substitution for any manufacturer not named.
City Hall Roof Replacement Project 01 60 00 — Page 3 of 5
PART 3 EXECUTION
a
3.1 SUBSTITUTION LIMITATIONS
A. See Section 01 2500 - Substitution Procedures. ``" `� Pt'
3.2 TRANSPORTATION AND HANDLING
A. Package products for shipment in manner to prevent damage; for equipment, package
to avoid loss of factory calibration.
B. If special precautions are required, attach instructions prominently and legibly on
outside of packaging.
C. Deliver, store, and handle products using means and methods that will prevent
damage, deterioration, and loss, including theft.
D. Coordinate delivery with installation time to ensure minimum holding time for items
that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft,
and other losses.
E. Deliver products to project site in an undamaged condition in manufacturer's original
sealed container or other packaging system, complete with labels and instructions for
handling, storing, unpacking, protecting, and installing.
F. Coordinate schedule of product delivery to designated prepared areas at project site
in order to minimize long-term site storage time, overcrowding of construction spaces,
and potential damage to stored materials.
G. Transport and handle products in accordance with manufacturer's instructions.
H. Transport materials in covered trucks to prevent contamination of product and littering
of surrounding areas.
I. Promptly inspect shipments on delivery to ensure that products comply with
requirements of the Contract Documents, quantities are correct, and products are
properly protected and undamaged.
J. Provide equipment and personnel to handle products by methods to prevent soiling,
disfigurement, or damage, and to minimize handling.
K. Arrange for the return of packing materials, such as wood pallets, where economically
feasible.
3.3 STORAGE AND PROTECTION
A. Designate receiving/storage areas for incoming products so that they are delivered
according to installation schedule and placed convenient to work area in order to
minimize waste due to excessive materials handling and misapplication.
B. Store and protect products in accordance with manufacturers' instructions.
C. Store with seals and labels intact and legible.
D. Store sensitive products in weathertight, climate -controlled enclosures in an
environment favorable to product.
E. For exterior storage of fabricated products, place on sloped supports above ground.
City Hall Roof Replacement Project 01 60 00 — Page 4 of 5
F. Protect products from damage or deterioration due to construction operations,
weather, precipitation, humidity, temperature, sunlight and ultraviolet light, dirt, dust,
and other contaminants.
G. Comply with manufacturer's warranty conditions, if any.
H. Cover products subject to deterioration by the elements, above ground, with
impervious sheet covering. Provide adequate ventilation to prevent condensation and
degradation of products.
Prevent contact with material that may cause corrosion, discoloration, or staining.
Provide equipment and personnel to store products by methods to prevent soiling,
disfigurement, or damage.
K. Arrange storage of products to permit access for inspection and measurement of
quantity or counting of units. Periodically inspect to verify products are undamaged
and are maintained in acceptable condition.
L. Store materials in a manner that will not endanger Project structure.
M. Store cementitious products and materials on elevated platforms.
N. Store items subject to sun damage such as foam and, plastics away from exposure to
sunlight, except to extent necessary for period of installation and concealment.
O. Comply with product manufacturer's written instructions for temperature, humidity,
ventilation, and weather -protection requirements for storage
P. Protect stored products and liquids from damage from freezing
Q. Provide a secure location and enclosure at Project site for storage of materials and
equipment by Owner's construction forces. Coordinate location with Owner.
END OF SECTION
Cw
� P. •�M!
1:J � G
l
~
y'
�r
City Hall Roof Replacement Project 01 60 00 — Page 5 of 5
01 7000
EXECUTION AND CLOSEOUT REQUIREMENTS
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Examination, preparation, and general installation procedures.
B. Requirements for alterations work, including selective demolition, except removal, disposal,
and/or remediation of hazardous materials and toxic substances.
C. Cutting and patching.
D. Cleaning and protection.
E. Substantial Completion.
F. Final Completion. _
G. Closeout procedures, including Contractor's Correction Punch List, except payment
procedures.
1.2 RELATED REQUIREMENTS
A. Section 01 1000 - Summary: Limitations on working in existing building; continued occupancy;
work sequence; identification of salvaged and relocated materials.
B. Section 01 3000 - Administrative Requirements: Submittals procedures, Electronic document
submittal service.
C. Section 01 4000 - Quality Requirements: Testing and inspection procedures.
D. Section 01 5000 - Temporary Facilities and Controls:
E. Section 01 7800 - Closeout Submittals: Project record documents, operation and maintenance
data, warranties, and bonds.
1.3 SUBMITTALS
A. See Section 01 3000 - Administrative Requirements, for submittal procedures.
B. Cutting and Patching: Submit written request in advance of cutting or alteration that affects:
1. Structural integrity of any element of Project.
2. Integrity of weather exposed or moisture resistant element.
3. Efficiency, maintenance, or safety of any operational element.
4. Visual qualities of sight exposed elements.
5. Work of Owner or separate Contractor.
6. Submit a proposal describing procedures at least 10 days before the time cutting and
patching will be performed, requesting approval to proceed. Include in request:
a. Extent: Describe cutting and patching, show how they will be performed, and
indicate why they cannot be avoided.
b. Changes to In -Place Construction: Describe anticipated results. Include changes to
structural elements and operating components as well as changes in building's
appearance and other significant visual elements.
City Hall Roof Replacement Project 01 70 00 — Page 1 of 12
c. Identification of Project.
d. Location and description of affected work.
e. Necessity for cutting or alteration. _
f. Description of proposed work and products to be used.
g. Effect on work of Owner or separate Contractor.
h. Written permission of affected separate Contractor.
i. Date and time work will be executed.
j. Structural Elements: Where cutting and patching involve adding reinforcement to
structural elements, submit details and engineering calculations showing integration
of reinforcement with original structure.
k. Architect's Approval: Obtain approval of cutting and patching proposal before cutting
and patching. Approval does not waive right to later require removal and
replacement of unsatisfactory work.
I. Integrity of weather -exposed or moisture -resistant elements.
1.4 PROJECT CONDITIONS
A. Use of explosives is not permitted.
B. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent
accumulation of dust, fumes, vapors, or gases.
C. Dust Control: Execute work by methods to minimize raising dust from construction
operations. Provide positive means to prevent air -borne dust from dispersing into atmosphere
and over adjacent property.
1. Provide dust -proof enclosures to prevent entry of dust generated outdoors.
D. Noise Control: Provide methods, means, and facilities to minimize noise produced by
construction operations.
1. Outdoors: Limit conduct of especially noisy exterior work to the hours of 8 am to 5 pm.
E. Pest and Rodent Control: Provide methods, means, and facilities to prevent pests and insects
from damaging the work.
F. Rodent Control: Provide methods, means, and facilities to prevent rodents from accessing or
invading premises.
1.5 COORDINATION
A. Coordinate scheduling, submittals, and work of the various sections of the Project Manual to
ensure efficient and orderly sequence of installation of interdependent construction elements,
with provisions for accommodating items installed later.
B. Notify affected utility companies and comply with their requirements.
C. Verify that utility requirements and characteristics of new operating equipment are compatible
with building utilities. Coordinate work of various sections having interdependent
responsibilities for installing, connecting to, and placing in service, such equipment.
D. Coordinate space requirements, supports, and installation of mechanical and electrical work
that are indicated diagrammatically on drawings. Follow routing indicated for pipes, ducts, and
conduit, as closely as practicable; place runs parallel with lines of building. Utilize spaces
efficiently to maximize accessibility for other installations, for maintenance, and for repairs.
City Hall Roof Replacement Project 01 70 00 — Page 2 of 12
E. In finished areas except as otherwise indicated, conceal pipes, ducts, and wiring within the
construction. Coordinate locations of fixtures and outlets with finish elements.
F. Coordinate completion and clean-up of work of separate sections.
G. After Owner occupancy of premises, coordinate access to site for correction of defective work
and work not in accordance with Contract Documents, to minimize disruption of Owner's
activities.
1.6 SUBSTANTIAL COMPLETION
A. Preliminary Procedures: Before requesting inspection for determining date of Substantial
Completion, complete the following. List items below that are incomplete in request.
1. Prepare and submit a list of items to be completed and corrected (punch list), the value of
items on the list, and reasons why the Work is not complete. Additionally, attach a copy
of work required for each room to the door entering the room. Subcontractor and
Superintendent to initial as each Work item is completed. Attach supplemental lists as
required.
2. Submit specific warranties, workmanship bonds, maintenance service agreements, final
certifications, and similar documents.
3. Obtain and submit releases permitting Owner unrestricted use of the Work and access to
services and utilities. Include occupancy permits, operating certificates, and similar
releases by applicable authorities having jurisdiction.
4. Prepare and submit updated Project Record Documents, operation and maintenance
manuals, Final Completion construction photographs, damage or settlement surveys,
property surveys, and similar final record information.
5. Deliver tools, spare parts, extra materials, and similar items to location designated by
Owner. Label with manufacturer's name and model number where applicable. Obtain
signed receipt of delivery from the Owner listing materials and quantities and submit to
the Architect.
6. Make final changeover of permanent locks and deliver keys to Owner. Advise Owner's
personnel of changeover in security provisions.
7. Complete startup testing and balancing of building systems, submit final test &balance
reports.
8. Terminate and remove temporary facilities from Project site, along with mockups,
construction tools, and similar elements.
9. Submit changeover information related to Owner's occupancy, use, operation, and
maintenance (including Operation & Maintenance Manuals).
10. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual
defects. -
B. Inspection Procedures: Submit a written request for inspection for Substantial Completion a
minimum of seven (7) days in advance of the requested Substantial Completion inspection
date. On receipt of request, Architect may notify Contractor of unfulfilled requirements. On
date of inspection, Architect will conduct a review and either proceed with inspection or notify
Contractor that the project is not Substantially Complete due to unfulfilled requirements.
1. Upon inspection the Architect and the Owner's representative will accompany the
Contractor on a walk-through review of the Contractor's punch list. Should the Architect
and/or the Owner's representative observe work which is incomplete or defective which is
not included on the contractor's punch list, the Architect will prepare a supplemental
punch list of items to be completed or corrected.
City Hall Roof Replacement Project 01 70 00 — Page 3 of 12
2. Architect will prepare the Certificate of Substantial Completion after inspection or will
notify Contractor of items, either on Contractor's list or additional items identified by
Architect, that must be completed or corrected before certificate will be issued.
3. Results of the completed inspection will form the basis of requirements for establishing
Final Completion.
1.7 FINAL COMPLETION
1.8
l
r-s
£....
A. Preliminary Procedures: Before requesting final inspection for determining datdof Final
Completion, complete the following:
1. Submit a final Application for Payment according to Division 01 Section "Price and
Payment Procedures".
2. Submit certified copy of Architect's Substantial Completion inspection list of items to be
completed or corrected (punch list), endorsed and dated by Contractor. The certified
copy of the list shall state that the Work, including each item on the list has been
completed or otherwise resolved for acceptance. Provide explanations for each proposed
resolution to incomplete items.
3. Submit evidence of final, continuing insurance coverage complying with insurance
requirements.
4. Submit pest -control final inspection report and warranty.
5. Instruct Owner's personnel in operation, adjustment, and maintenance of products,
equipment, and systems. Submit demonstration and training videos. Obtain signed
attendance sheets and submit them to the Architect.
B. Inspection Procedures: Submit a written request for inspection for Final Completion, a
minimum of (7) days in advance of the requested Final Completion Inspection Date. On
receipt of request, Architect may notify Contractor of unfulfilled requirements. On date of
inspection, Architect will conduct a review and either proceed with inspection or notify
Contractor that the project is not Finally Complete due to unfulfilled requirements.
1. Upon Inspection the Architect and the Owner's representative will accompany the
Contractor's superintendent on a walk-through review of the Substantial Completion
punch list.
2. Architect will process the final Application for Payment after inspection providing all
closeout documentation has been received and is acceptable, or the Architect will notify
Contractor of construction and/or documentation that must be completed or corrected
before final Application for Payment will be processed.
LIST OF INCOMPLETE ITEMS (PUNCH LIST)
A. Preparation: Submit three copies of list. Include name and identification of each space and
area affected by construction operations for incomplete items and items needing correction
including, if necessary, areas disturbed by Contractor that are outside the limits of construction.
1. Organize list of spaces in sequential order starting with exterior areas first and proceeding
from lowest floor to highest floor.
2. Organize items applying to each space by major element, including categories for ceiling,
individual walls, floors, equipment, and building systems.
3. Indicate the subcontractor responsible for each item; provide spaces for subcontractor
and superintendent to initial each item as Work is completed.
4. Include the following information at the top of each page:
Project name.
City Hall Roof Replacement Project 01 70 00 — Page 4 of 12
b. Date.
c. Name of Architect.
d. Name of Contractor
e. Page number.
1.9 WARRANTIES
A. Submittal Time: Submit written warranties on request of Architect for designated portions of
the Work where commencement of warranties other than date of Substantial Completion is
indicated.
B. Partial Occupancy: Submit properly executed warranties within 15 days of completion of
designated portions of the Work that are completed and occupied or used by Owner during
construction period by separate agreement with Contractor.
C. Organize warranty documents into an orderly sequence based on the table of contents of the
Project Manual.
1. Bind warranties and bonds in heavy-duty, 3-ring, vinyl -covered, loose-leaf binders,
thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-1 1 -inch
(215-by-280-mm) paper.
2. Provide heavy paper dividers with plastic -covered tabs for each separate warranty. Mark
tab to identify the product or installation. Provide a typed description of the product or
installation, including the name of the product and the name, address, and telephone
number of Installer.
3. Identify each binder on the front and spine with the typed or printed title "WARRANTIES,"
Project name, and name of Contractor.
D. Provide additional copies of each warranty to include in operation and maintenance manuals.
PART 2 PRODUCTS
2.1 PATCHING MATERIALS
A. General: Comply with requirements specified in other Sections.
B. New Materials: As specified in product sections; match existing products and work for
patching and extending work.
C. Type and Quality of Existing Products: Determine by inspecting and testing products where
necessary, referring to existing work as a standard.
1. If identical materials are unavailable or cannot be used, use materials that, when
installed, will match the visual and functional performance of in -place materials.
D. Product Substitution: For any proposed change in materials, submit request for substitution
described in Section 01 6000 - Product Requirements.
2.2 CLEANING PRODUCTS
A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or
fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially
hazardous to health or property or that might damage finished surfaces.
City Hall Roof Replacement Project 01 70 00 — Page 5 of 12
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify that existing site conditions and substrate surfaces are arceptable foe'subsequent
work. Start of work means acceptance of existing conditions.
B. Verify that existing substrate is capable of structural support or attachment of new work being
applied or attached.
C. Examine and verify specific conditions described in individual specification sections.
D. Take field measurements before confirming product orders or beginning fabrication, to
minimize waste due to over -ordering or misfabrication.
E. Verify that utility services are available, of the correct characteristics, and in the correct
locations.
F. Prior to Cutting: Examine existing conditions prior to commencing work, including elements
subject to damage or movement during cutting and patching. After uncovering existing work,
assess conditions affecting performance of work. Beginning of cutting or patching means
acceptance of existing conditions.
G. Compatibility: Before patching, verify compatibility with and suitability of substrates, including
compatibility with in -place finishes or primers.
H. Proceed with installation only after unsafe or unsatisfactory conditions have been corrected.
3.2 PREPARATION
A. Clean substrate surfaces prior to applying next material or substance.
B. Seal cracks or openings of substrate prior to applying next material or substance.
C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to
applying any new material or substance in contact or bond.
D. Temporary Support: Provide temporary support of Work to be cut.
E. Protection: Protect in -place construction during cutting and patching to prevent
damage. Provide protection from adverse weather conditions for portions of Project that might
be exposed during cutting and patching operations.
F. Adjoining Areas: Avoid interference with use of adjoining areas or interruption of free passage
to adjoining areas.
G. Existing Utility Services and Mechanical/Electrical Systems: Where existing services/systems
are required to be removed, relocated, or abandoned, bypass such services/systems before
cutting to minimize interruption to occupied areas.
3.3 GENERAL INSTALLATION REQUIREMENTS
A. Install products as specified in individual sections, in accordance with manufacturer's
instructions and recommendations, and so as to avoid waste due to necessity for replacement.
B. Make vertical elements plumb and horizontal elements level, unless otherwise indicated.
C. Install equipment and fittings plumb and level, neatly aligned with adjacent vertical and
horizontal lines, unless otherwise indicated.
D. Make consistent texture on surfaces, with seamless transitions, unless otherwise indicated.
E. Make neat transitions between different surfaces, maintaining texture and appearance.
City Hall Roof Replacement Project 01 70 00 — Page 6 of 12
3.4 ALTERATIONS
A. Drawings showing existing construction and utilities are based on casual field observation and
existing record documents only.
1. Verify that construction and utility arrangements are as indicated.
2. Report discrepancies to Architect/Engineer before disturbing existing installation.
3. Beginning of alterations work constitutes acceptance of existing conditions.
B. Remove existing work as indicated and as required to accomplish new work. C •a
1. Remove items indicated on drawings.47
2. Relocate items indicated on drawings.
3. Where new surface finishes are to be applied to existing work, perform removals, patch,
and prepare existing surfaces as required to receive new finish; remove existing, finish if
necessary for successful application of new finish.
4. Where new surface finishes are not specified or indicated, patch holes and damaged
surfaces to match adjacent finished surfaces as closely as possible.
C. Services (Including but not limited to HVAC, Plumbing, Fire Protection, Electrical,
Telecommunications: Remove, relocate, and extend existing systems to accommodate new
construction.
Maintain existing active systems that are to remain in operation; maintain access to
equipment and operational components; if necessary, modify installation to allow access
or provide access panel.
Where existing systems or equipment are not active and Contract Documents require
reactivation, put back into operational condition; repair supply, distribution, and equipment
as required.
Where existing active systems serve occupied facilities but are to be replaced with new
services, maintain existing systems in service until new systems are complete and ready
for service.
Disable existing systems only to make switchovers and connections; minimize
duration of outages.
Provide temporary connections as required to maintain existing systems in service.
Verify that abandoned services serve only abandoned facilities.
Remove abandoned pipe, ducts, conduits, and equipment, including those above
accessible ceilings; remove back to source of supply where possible, otherwise cap stub
and tag with identification; patch holes left by removal using materials specified for new
construction.
D. Protect existing work to remain.
1. Prevent movement of structure; provide shoring and bracing if necessary.
2. Perform cutting to accomplish removals neatly and as specified for cutting new work.
3. Repair adjacent construction and finishes damaged during removal work.
E. Adapt existing work to fit new work: Make as neat and smooth transition as possible.
F. Patching: Where the existing surface is not indicated to be refinished, patch to match the
surface finish that existed prior to cutting. Where the surface is indicated to be refinished,
patch so that the substrate is ready for the new finish.
G. Refinish existing surfaces as indicated:
City Hall Roof Replacement Project 01 70 00 — Page 7 of 12
1. Where rooms or spaces are indicated to be refinished, refinish all visible existing surfaces
to remain to the specified condition for each material, with a neat transition to adjacent
finishes.
2. If mechanical or electrical work is exposed accidentally during the work, re-cover and
refinish to match.
H. Clean existing systems and equipment.
I. Remove demolition debris and abandoned items from alterations areas and dispose of off -site;
do not burn or bury.
J. Do not begin new construction in alterations areas before demolition is complete.
K. Comply with all other applicable requirements of this section.
3.5 CUTTING AND PATCHING
A. Whenever possible, execute the work by methods that avoid cutting or patching. Proceed with
cutting and patching at the earliest feasible time, and complete without delay.
1. Cut in -place construction to provide for installation of other components or performance of
other construction, and subsequently patch as required to restore surfaces to their original
condition.
B. See Alterations article above for additional requirements. r
C. Perform whatever cutting and patching is necessary to:
1. Complete the work.'
2. Fit products together to integrate with other work.
3. Provide openings for penetration of mechanical, electrical, and other services.
4. Match work that has been cut to adjacent work. `-:
5. Repair areas adjacent to cuts to required condition.
6. Repair new work damaged by subsequent work.
7. Remove samples of installed work for testing when requested.
8. Remove and replace defective and non -complying work.
D. Execute work by methods that avoid damage to other work and that will provide appropriate
surfaces to receive patching and finishing. In existing work, minimize damage and restore to
original condition.
E. Employ skilled and experienced installer to perform cutting for weather exposed and moisture
resistant elements, and sight exposed surfaces.
F. Cut rigid materials such as concrete and masonry using masonry saw or core drill. Pneumatic
tools not allowed without prior approval.
G. Restore work with new products in accordance with requirements of Contract Documents.
H. Fit work airtight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces.
I. At penetrations of fire rated walls, partitions, ceiling, or floor construction, completely seal voids
with fire rated material in accordance with Section 07 8400, to full thickness of the penetrated
element.
J. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar operations
following performance of other Work. Patch with durable seams that are as invisible as
possible. Provide materials and comply with installation requirements specified in other
Sections.
City Hall Roof Replacement Project 01 70 00 — Page 8 of 12
Finish patched surfaces to match finish that existed prior to patching. On continuous
surfaces, refinish to nearest intersection or natural break. For an assembly, refinish entire
unit.
Match color, texture, and appearance.
Repair patched surfaces that are damaged, lifted, discolored, or showing other
imperfections due to patching work. If defects are due to condition of substrate, repair
substrate prior to repairing finish.
Inspection: Where feasible, test and inspect patched areas after completion to
demonstrate integrity of installation.
Exposed Finishes: Restore exposed finishes of patched areas and extend finish
restoration into retained adjoining construction in a manner that will eliminate evidence of
patching and refinishing.
a. Clean piping, conduit, and similar features before applying paint or other finishing
materials.
b. Restore damaged pipe covering to its original condition.
6. Floors and Walls: Where walls or partitions that are removed extend one finished area
into another, patch and repair floor and wall surfaces in the new space. Provide an even
surface of uniform finish, color, texture, and appearance. Remove in -place floor and wall
coverings and replace with new materials, if necessary, to achieve uniform color and
appearance.
a. Where patching occurs in a painted surface, apply primer and intermediate paint
coats over the patch and apply final paint coat over entire unbroken surface
containing the patch. Provide additional coats until patch blends with adjacent
surfaces.
7. Ceilings: Patch, repair, or rehang in -place ceilings as necessary to provide an even -plane
surface of uniform appearance.
8. Exterior Building Enclosure: Patch components in a manner that restores enclosure to a
weathertight condition.
3.6 PROGRESS CLEANING-
A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and
orderly condition. {
B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed
or remote spaces, prior to enclosing the space.
C. Broom and vacuum clean interior areas prior to start of surface finishing and'continue cleaning
to eliminate dust.
D. Collect and remove waste materials, debris, and trash/rubbish from site periodically and
dispose off -site; do not burn or bury.
3.7 PROTECTION OF INSTALLED WORK
A. Protect installed work from damage by construction operations.
B. Provide special protection where specified in individual specification sections.
C. Provide temporary and removable protection for installed products. Control activity in
immediate work area to prevent damage.
D. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings.
City Hall Roof Replacement Project 01 70 00 — Page 9 of 12
E. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement
of heavy objects, by protecting with durable sheet materials.
F. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is
necessary, obtain recommendations for protection from waterproofing or roofing material
manufacturer.
G. Remove protective coverings when no longer needed; reuse or recycle coverings if possible.
3.8 ADJUSTING
A. Adjust operating products and equipment to ensure smooth and unhindered operation.
3.9 FINAL CLEANING
A. General: Provide final cleaning. Conduct cleaning and waste -removal operations to comply
with local laws and ordinances and Federal and local environmental and antipollution
regulations.
B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each
surface or unit to condition expected in an average commercial building cleaning and
maintenance program. Comply with manufacturer's written instructions.
1. Use cleaning materials that are nonhazardous.
2. Clean interior and exterior glass, surfaces exposed to view; remove temporary, labels,
stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted
and soft surfaces.
3. Remove all labels that are not permanent. Do not paint or otherwise cover fire test'labels
or nameplates on mechanical and electrical equipment. -
4. Clean equipment and fixtures to a sanitary condition with cleaning materials- appropriate
to the surface and material being cleaned.
5. Clean filters of operating equipment.
6. Clean debris from roofs, gutters, downspouts, scuppers, overflow drains, area drains, and
drainage systems.
7. Clean site; sweep paved areas, rake clean landscaped surfaces.
8. Remove waste, surplus materials, trash/rubbish, and construction facilities from the site;
dispose of in legal manner; do not burn or bury.
9. Remove tools, construction equipment, machinery, and surplus material from Project site.
10. Leave Project clean and ready for occupancy.
3.10 CLOSEOUT PROCEDURES
A. Make submittals that are required by governing or other authorities.
B. Accompany Architect and Owner on preliminary inspection to determine items to be listed for
completion or correction in the Contractor's Correction Punch List for Contractor's Notice of
Substantial Completion.
C. Notify Architect/Engineer when work is considered ready for Arch itect/Engineer's Substantial
Completion inspection.
D. Submit written certification containing Contractor's Correction Punch List, that Contract
Documents have been reviewed, work has been inspected, and that work is complete in
accordance with Contract Documents and ready for Architect/Engineer's Substantial
Completion inspection.
City Hall Roof Replacement Project 01 70 00 — Page 10 of 12
E. Conduct Substantial Completion inspection and create Final Correction Punch List containing
Architect/Engineer's and Contractor's comprehensive list of items identified to be completed or
corrected and submit to Architect/Engineer.
F. Correct items of work listed in Final Correction Punch List and comply with requirements for
access to Owner -occupied areas.
G. Notify Architect/Engineer when work is considered finally complete and ready for
Architect/Engineer's Substantial Completion final inspection.
H. Complete items of work determined by Architect/Engineer listed in executed Certificate of
Substantial Completion.
END OF SECTION
....,
.fr
y.,,_.
i
N)
City Hall Roof Replacement Project 01 70 00 — Page 11 of 12
01 7800
CLOSEOUT SUBMITTALS' . {_
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Project Record Documents.
B. Operation and Maintenance Data.
C. Warranties and bonds.
1.2 RELATED REQUIREMENTS
7024 ti`" � 14 Pill 2:
r '�
Our#
1 U Y ir'i C i T t i 1.,{ V t' J"t
A. Section 01 3000 - Administrative Requirements: Submittal procedures, shop drawings,
product data, and samples.
B. Section 01 7000 - Execution and Closeout Requirements: Contract closeout procedures.
C. Individual Product Sections: Specific requirements for operation and maintenance data.
D. Individual Product Sections: Warranties required for specific products or Work.
1.3 SUBMITTALS
A. Project Record Documents: Submit documents to Architect/Engineer with claim for final
Application for Payment.
B. Operation and Maintenance Data:
1. Submit one copy of preliminary draft or proposed formats and outlines of contents
before start of Work. Architect/Engineer will review draft and return one copy with
comments.
2. For equipment, or component parts of equipment put into service during construction
and operated by Owner, submit completed documents within ten days after
acceptance.
3. Submit one copy of completed documents 15 days prior to final inspection. This copy
will be reviewed and returned after final inspection, with Architect/Engineer
comments. Revise content of all document sets as required prior to final submission.
4. Submit one set of revised final documents in final form within 10 days after final
inspection.
C. Warranties and Bonds:
1. For equipment or component parts of equipment put into service during construction
with Owner's permission, submit documents within 10 days after acceptance.
2. Make other submittals within 10 days after Date of Substantial Completion, prior to
final Application for Payment.
3. For items of Work for which acceptance is delayed beyond Date of Substantial
Completion, submit within 10 days after acceptance, listing the date of acceptance as
the beginning of the warranty period.
City Hall Roof Replacement Project 01 78 00 — Page 1 of 3
PART 2 PRODUCTS - NOT USED �
PART 3 EXECUTION
4.1 PROJECT RECORD DOCUMENTS
A. Maintain on site one set of the following record documents;5 record actual revisions to the
Work:
1. Drawings.
2. Specifications.
3. Addenda.
4. Change Orders and other modifications to the Contract.
5. Reviewed shop drawings, product data, and samples.
B. Ensure entries are complete and accurate, enabling future reference by Owner.
C. Store record documents separate from documents used for construction.
D. Record information concurrent with construction progress.
E. Specifications: Legibly mark and record at each product section description of actual
products installed, including the following:
1. Manufacturer's name and product model and number.
2. Product substitutions or alternates utilized.
3. Changes made by Addenda and modifications.
F. Record Drawings and Shop Drawings: Legibly mark each item to record actual
construction including:
1. Measured locations of internal utilities and appurtenances concealed in construction,
referenced to visible and accessible features of the Work.
2. Field changes of dimension and detail.
3. Details not on original Contract drawings.
4.2 OPERATION AND MAINTENANCE DATA
A. Product Data: Mark each sheet to clearly identify specific products and component parts,
and data applicable to installation. Delete inapplicable information.
B. Drawings: Supplement product data to illustrate relations of component parts of equipment
and systems, to show control and flow diagrams. Do not use Project Record Documents
as maintenance drawings.
C. Typed Text: As required to supplement product data. Provide logical sequence of
instructions for each procedure, incorporating manufacturer's instructions.
4.3 WARRANTIES AND BONDS
A. Obtain warranties and bonds, executed in duplicate by responsible Subcontractors,
suppliers, and manufacturers, within 10 days after completion of the applicable item of
work. Except for items put into use with Owner's permission, leave date of beginning of
time of warranty until Date of Substantial completion is determined.
City Hall Roof Replacement Project 01 78 00 — Page 2 of 3
B. Verify that documents are in proper form, contain full information, and are notarized.
C. Co -execute submittals when required.
D. Retain warranties and bonds until time specified for submittal.
END OF SECTION
City Hall Roof Replacement Project 01 78 00 — Page 3 of 3
SECTION 06 10 00
ROUGH CARPENTRY
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Roof -mounted curbs.
B. Roofing nailers.
C. Fire retardant treated wood materials.
D. Miscellaneous framing and sheathing.
E. Concealed wood blocking, nailers, and supports.
F
JUN 14 PH 2= 12
!E:'g CITE', (1
1.2 REFERENCE STANDARDS
A. ASTM Al53/A153M - Standard Specification for Zinc Coating (Hot -Dip) on Iron and
Steel Hardware 2016a.
B. AWPA U1 - Use Category System: User Specification for Treated Wood 2017.
C. PS 1 - Structural Plywood 2009.
D. PS 20 - American Softwood Lumber Standard 2015.
1.3 SUBMITTALS
A. See Section 01 3000 - Administrative Requirements, for submittal procedures.
1.4 DELIVERY, STORAGE, AND HANDLING
A. General: Cover wood products to protect against moisture. Support stacked products
to prevent deformation and to allow air circulation.
B. Fire Retardant Treated Wood: Prevent exposure to precipitation during shipping,
storage, or installation.
PART 2 PRODUCTS
2.1 GENERAL REQUIREMENTS
A. Dimension Lumber: Comply with PS 20 and requirements of specified grading
agencies.
1. If no species is specified, provide any species graded by the agency specified; if
no grading agency is specified, provide lumber graded by any grading agency
meeting the specified requirements.
City Hall Roof Replacement Project 06 10 00 — Page 1 of 4
2. Grading Agency: Any grading agency whose rules are approved by the Board of
Review, American Lumber Standard Committee (www.alsc.org) and who
provides grading service for the species and grade specified; provide lumber
stamped with grade mark unless otherwise indicated.
2.2 DIMENSION LUMBER FOR CONCEALED APPLICATIONS
A. Sizes: Nominal sizes as indicated on drawings, S4S.,
B. Moisture Content: S-dryor MC19.
C. Miscellaneous Fire -Retardant Framing, Blocking, Nailers, Grounds, and Furring`;
1. Lumber: S4S, No. 2 or Standard Grade.
2. Boards: Standard or No. 3.
2.3 CONSTRUCTION PANELS
A. Wall Sheathing, Fire -Retardant Treated: Plywood, PS 1, Grade C-D, Exposure I.
2.4 ACCESSORIES
A. Fasteners and Anchors:
1. Metal and Finish: Hot -dipped galvanized steel complying with ASTM
Al53/A153M for high humidity and preservative -treated wood locations,
unfinished steel elsewhere.
2. Anchors: Expansion shield and lag bolt type for anchorage to solid masonry or
concrete.
a. Expansion Anchors: Anchor bolt and sleeve assembly of material indicated
below with capability to sustain, without failure, a load equal to 6 times the
load imposed when installed in unit masonry assemblies and equal to 4 times
the load imposed when installed in concrete as determined by testing per
ASTM E 488 conducted by a qualified independent testing and inspecting
agency.
1) Material: Carbon -steel components, zinc plated to comply with ASTM B
633, Class Fe/Zn 5.
2.5 FACTORY WOOD TREATMENT
A. Treated Lumber and Plywood: Comply with requirements of AWPA U1 - Use Category
System for wood treatments determined by use categories, expected service
conditions, and specific applications.
B. Fire Retardant Treatment:
1. Manufacturers:
a. Lonza Group: www.wolmanizedwood.com/#sle.
b. Hoover Treated Wood Products, Inc: www.frtw.com/#sle.
City Hall Roof Replacement Project 06 10 00 — Page 2 of 4
c. Koppers, Inc: www.koppersperformancechemicals.com/#sle.
d. Viance, LLC: www.treatedwood.com/#sle.
e. Substitutions: See Section 01 6000 - Product Requirements.
f. Fire Retardant Treated wood shall be marked with producer's stamp
indicating compliance with specified requirements. -.-
PART 3 EXECUTION'�'�
3.1 INSTALLATION -GENERAL
A. Select material sizes to minimize waste.
B. Reuse scrap to the greatest extent possible; clearly separate scrap for use on site as
accessory components, including shims, bracing, and blocking.
C. Where treated wood is used on interior, provide temporary ventilation during and
immediately after installation sufficient to remove indoor air contaminants.
3.2 INSTALLATION OF CONSTRUCTION PANELS
A. Wall Sheathing: Secure with long dimension perpendicular to wall studs, with ends
over firm bearing and staggered, using nails, screws or staples.
3.3 CLEANING
A. Waste Disposal: Comply with the requirements of - Construction Waste Management
and Disposal.
1. Comply with applicable regulations.
2. Do not burn scrap on project site.
3. Do not burn scraps that have been pressure treated.
4. Do not send materials treated with pentachlorophenol, CCA, or ACA to co-
generation facilities or "waste -to -energy" facilities.
B. Do not leave any wood, shavings, sawdust, etc. on the ground or buried in fill.
C. Prevent sawdust and wood shavings from entering the storm drainage system.
END OF SECTION
City Hall Roof Replacement Project 06 10 00 - Page 3 of 4
07 22 00
ROOF AND DECK INSULATION
PART1 GENERAL
1.1 SECTION INCLUDES
U N 14 N"I 2' If 3
A.
Rigid Board Insulation
B.
Fasteners and Plates
C.
Vapor Retarder
1.2 REFERENCES
=;
A.
ASTM C165
Test Method for Measuring Compressive Properties of Thermal
Insulation
B.
ASTM C208
Specification for Insulating Board (Cellulosic Fiber), Structural
and Decorative
C.
ASTM C209
Methods of Testing Insulating Board (Cellulosic Fiber), Structural
and Decorative
D.
ASTM C272
Test Method for Water Absorption of Core Materials for
Structural Sandwich Constructions
E.
ASTM C473
Test Methods for Physical Testing of Gypsum Board Products
and Gypsum Lath
F.
ASTM C518
Test Method for Steady -State Heat Flux Measurements and
Thermal Transmission Properties by Means of the Heat Flow
Meter Apparatus
G.
ASTM C578-971 a
Specification for Preformed, Cellular Polystyrene Thermal
Insulation
H.
ASTM C1177
Specification for Glass Matt Gypsum Substrate for use as
Sheathing
I.
ASTM C1289
Specification for Faced Rigid Cellular Polyisocyanurate Thermal
Insulation Board
J.
ASTM D41
Specification for Asphalt Primer Used in Roofing and
Waterproofing
K.
ASTM D1621
Test Method for Compressive Properties of Rigid Cellular
Plastics
L.
ASTM D1622
Test Method for Apparent Density of Rigid Cellular Plastics
M.
ASTM D2126
Test Method for Response of Rigid Cellular Plastics to Thermal
and Humid Aging
N.
ASTM D4601
Specification for Asphalt Coated Glass Fiber Base Sheet Used in
Roofing
O.
ASTM E96
Test Methods for Water Vapor Transmission of Materials
P.
FM
Factory Mutual Engineering Corporation -Data Sheet 1-28
Insulated Steel Deck
1.3 SYSTEM DESCRIPTION
A. UL Class "A" Rating
It is the intent of this specification to provide a roof system with a UL Class "A" Rating.
The descriptions given below are general descriptions. The insulation, recovery
board, and other components shall be as required by the membrane manufacturer to
obtain a UL Class "A" Rating.
B. Roof Drains and Scuppers with Downspouts
Provide 1/4" sloped tapered insulation sump at all drains and scuppers with
downspouts. Tapered insulation sump shall start with a thickness of 5.2" at the back
of the drain sump to the specified thickness and distance from the centerline of the
drain and be constructed of the same material as roof system insulation. Install
recovery board over tapered insulation sump. Insulation shall be secured as specified
below.
C. The work of this contract is identified in the following articles:
1. All Bid Sections - Remove existing roof system down to deck. Clean and
prepare existing deck to receive new roof and insulation system. Adhere self -
adhering vapor retarder over decking. Install 1/8" tapered polyisocyanurate
insulation system mechanically fastened to deck at a rate of 1 fastener per
two square feet with 50% increase at perimeters and 100% increase at
City Hall Roof Replacement Project 07 22 00 — Page 1 of 6
corners or per manufacturer's fastening requirements to meet FM 1-60 wind
uplift requirements whichever is more stringent. Adhere'/z" High- Density
foam cover board to insulation substrate with low-rise adhesive at a rate to
meet FM 1-60 wind speed requirements or manufacturer's 72mph wind speed
requirements whichever is more stringent. Provide 90-mil EPDM membrane
fully adhered to insulation substrate.
2. Provide 1/4" tapered insulation saddles and crickets as shown on drawings
with a 1/2" starting thickness and tapered edge strip at starting edges.
Saddles and crickets shall be mechanically fastened over base insulation and
be of the same type, as base insulation. Cover board shall be installed over
tapered saddles and crickets.
1.4 SUBMITTALS
A. Submit under provisions of Section 01 3300 - Submittals.
B. Manufacturer's Product Data:
1. Most recent copy of manufacturer's literature applicable to products and
specifications to be used, including material characteristics, test data,
installation recommendations, material safety data sheets (MSDS).
C. Manufacturer's Installation Instructions:
1. Most recent copy of manufacturer's installation instructions for applications
detailing products and specifications to be used.
D. Shop Drawings
cam? 1. Submit manufacturer's shop drawings for tapered insulation systems. Shop
cv
drawings shall show board by board layout pattern of the tapered system and
4,shall comply with the drainage pattern as indicated on the plans.
a. The responsibility of providing shop drawings for the tapered
insulation system lies solely with the manufacturer of the tapered
f . , insulation system. Shop drawings by others will not be accepted.
" b. Shop drawings shall include: Outline of roof, location of drains,
scuppers, or gutters, complete board layout of tapered insulation
�., components, thicknesses, and the "R" value for the completed
insulation system.
C. The roofing contractor shall verify all roof dimensions and drain
locations and confirm same with the manufacturer prior for fabrication
of tapered insulation.
2. Submit layout pattern for mechanical fasteners for the top layer of insulation
that is fastened.
E. Samples:
1. Submit samples listed below, if specifically requested by the
Engineer/Architect.
a. Sample of each insulation type.
b. Sample of each type of mechanical fastener and plate.
C. Sample of each type of vapor retarder.
F. Warranty
1. Provide warranty under provisions of Section 01 7700.
2.6 TESTING
A. Contractor shall have the manufacturer or an independent party acceptable to the
manufacturer and Engineer/Architect conduct pullout -resistance test on decks to
receive mechanically fastened insulation as specified herein.
B. Pullout tests shall be conducted in accordance with the requirements of the
membrane manufacturer, insulation manufacturer, and fastener manufacturer.
C. The party conducting the pullout tests shall generate a report outlining the results of
the tests. The reports shall be provided to the manufacturer, contractor, and
Engineer/Architect.
D. The party conducting the pullout tests shall notify Engineer/Architect in writing of any
test that does not meet the manufacturer's requirements.
1.5 DELIVERY, STORAGE, AND HANDLING
A. Store all insulation materials in a manner to protect them from the wind, sun, and
moisture damage prior to and during installation. Any insulation that has been
exposed to any moisture shall be removed from the project site.
City Hall Roof Replacement Project 07 22 00 — Page 2 of 6
B. Keep materials enclosed in a watertight, yet ventilated enclosure (i.e., tarpaulins).
C. Store materials off of the ground. Any warped or broken insulation boards shall be
removed from the site.
D. Insulation packages shall be labeled to include manufacturer, material name, and
production date.
PART2 PRODUCTS
2.1 APPROVED EQUIVALENT
A. Contractor must submit any product not specified a minimum 15 days before the bid
date to Engineer/Architect in order for product to be considered for approval. The
Engineer/Architect will notify Contractor, in writing, of decision to accept or reject
request.
2.2 COVER BOARD INSULATION
A. '/2" High Density Polyisocyanurate Cover Board
1. Acceptable Manufacturers
a. AC Foam II by Atlas Energy Products
b. Roof Membrane Manufacturer Supplied Approved Equivalent
C. Approved Equivalent
2.3 INSULATION MATERIALS
A. Polyisocyanu rate
1. Acceptable Manufacturers
a. AC Foam II by Atlas Energy Products
b. Roof Membrane Manufacturer Supplied Approved Equivalent
2. Insulation board shall meet the following requirements:
a. UL listed under Roof Systems
3. Physical Properties
Property Test Method Specifications
Dimensional
Stability ASTM D2126 2% max.
Compressive
Strength ASTM D1621 18 psi min.
Water Absorption ASTM C209 1 % max.
Vapor
Permeability ASTM E96 1 perm max.
Foam Core
Density ASTM D1622 2.0 pcf Min. ,
R-Factor HR (square NNi,
ft. per degree
Fahrenheit per BTU)» r_-
="�
2.4 MECHANICAL FASTENERS FOR INSULATION MATERIALS
A. Mechanical Fasteners and Plates for Metal Deck (22-gauge),;. N
1. Acceptable Manufacturers
a. Construction Fasteners c�a
b. ITW Buildex
C. The Tru-Fast Corporation
d. The Rawlplug Company, Inc.
e. Olympic Fasteners
f. Membrane Manufacturer Supplied Approved Equivalent
g. Approved Equivalent
2. Requirements
a. Plates shall be three inches in diameter minimum and composed of
galvanized steel.
b. Fastener and plates shall meet requirements of FM Standard 4470,
passing the SRIU Corrosion Test Procedures - Kesternich DIN-5001f
with 15% red rust allowable.
City Hall Roof Replacement Project 07 22 00 — Page 3 of 6
C. Fastener and plate shall be approved within applicable FM tested roof
system.
B. Wood Components
Use Factory Mutual approved fasteners and fastening pattern to attach wood blocking
and nailers.
2.6 VAPOR RETARDER
a. VapAir Seal MD by Carlisle
b. V-force by Elevate C. Roof membrane supplied equivalent. ZE, C_
PART 3 EXECUTION
3.1 INSPECTION OF SURFACES
A. Examine surfaces for adequate anchorage, foreign materials, moisture and otfi'2r
conditions which would adversely affect the roofing application and performance:)
B. The roofing contractor shall be responsible for preparing an adequate substrate to M
receive insulation. r:3
3.2 INSTALLATION']
A. Roof Insulation (General Requirements)
1. Insulation shall be laid in parallel courses with all joints staggered between
courses.
2. Insulation shall be neatly fitted to all roof penetrations, projections and nailers
with no gaps greater than 1/4-inch.
3. 1/4" sloped tapered insulation sumps shall be installed around roof drains and
scuppers with downspouts. Tapered insulation sumps shall start with a
thickness of 5.2" at the back of the drain sump to the specified thickness and
distance from the centerline of the drain. Install tapered insulation sump in
such a way to provide proper slope for runoff. Shape insulation with tool as
required providing a smooth surface. Under no circumstances will the
membrane be left unsupported in an area greater than 1/4-inch. Install
recovery board over tapered insulation sump as required.
4. When more than one layer of insulation is used, joints shall be staggered a
minimum of 6 in. apart where possible with relation to the layer beneath, and
each layer shall be fully attached to the roof deck in accordance with these
specifications.
5. No more insulation shall be placed on the surface to receive roof membrane
than can be covered with roofing membrane before the end of the day's work
or before the onset of inclement weather.
6. Install cants at intersection of horizontal roof deck and vertical wall surfaces
as required by roof membrane manufacturer. Flash as required by membrane
manufacturer.
7. Discard all damaged or broken insulation boards. Insulation shall be dry
when installed and protected from weather during application. All materials
which become wet or warped shall be removed from the site and replaced
with new dry materials.
8. Provide insulation saddles at all curbs.
9. Where required to prevent insulation leakage to bottom insulation layer, apply
insulation tape to all joints on the top layer of insulation.
10. The practice of "glazing -in" insulation as a temporary roof is considered
phased construction and will not be accepted.
11. Cut tapered insulation for final adjustments where insulation is thinnest.
Dress down mismatches in surface greater than 1/8-inch.
B. Attachment with Mechanical Fasteners
1. Approved insulation system and cover board shall be fully attached to the
deck with an approved mechanical fastening system. At a minimum, the
amount of fasteners shall be in accordance with manufacturer's
recommendation for approved system to meet FM 1-60 wind uplift fastening
requirements or a minimum of one fastener per two square feet shall be
installed in the field with a 50% increase at the perimeters and 100% increase
at the corners which ever is more stringent.
City Hall Roof Replacement Project 07 22 00 — Page 4 of 6
C
2. Filler pieces of insulation require at least two fasteners if size of insulation is
less than four square feet.
3. If insulation facer is damaged in application and/or underfoot or cart traffic,
refer to insulation manufacturer's recommendations for patching facer, or
replace damaged insulation boards with new.
4. Spacing pattern of fasteners shall be as per manufacturer's recommendations
to meet the wind speed requirements. Placement of any fastener from edge
of insulation board shall be a minimum of three inches, and a maximum of six
inches.
5. Minimum penetration into deck shall be as recommended by the fastener
manufacturer. There is a one -inch (1") minimum for metal, wood, and
structural concrete decks where not specified by the manufacturer. For
gypsum and cement -wood fiber decks, penetration shall be determined from
pull-out test results with a minimum penetration of one and one-half inches
(1-1 /2").
Vapor Retarder
1. Vapor retarder shall envelope all layers of insulation above the vapor retarder
at all perimeters, drains, and roof projections.
2. No cuts or splits in vapor retarder materials shall be allowed before
installation of insulation. Patch to maintain integrity of vapor retarder.
3. In no case shall the vapor retarder be considered to provide a watertight
temporary roof. Any leaks or damage due to the use of the vapor retarder
serving as a temporary roof shall be corrected by the Contractor at no cost to
the Owner.
END OF SECTION
i��
w�
w
City Hall Roof Replacement Project 07 22 00 — Page 5 of 6
07 53 23
ETHYLENE-PROPYLENE-DIENE-MONOMER (EPDM) ROOFING
PART 1 - GENERAL
r.a
1.1 SUMMARY
A. Section Includes:
1. Adhered EPDM membrane roofing system.
r retryA
1.2 DEFINITIONS
A. Roofing Terminology: See ASTM D 1079 and glossary of NRCA's "The
NRCA
Roofing
and Waterproofing Manual" for definitions of terms related to roofing work
in this
Section.
1.3 PERFORMANCE REQUIREMENTS
A. General Performance: Installed membrane roofing and base flashings shall withstand
specified uplift pressures, thermally induced movement, and exposure to weather
without failure due to defective manufacture, fabrication, installation, or other defects in
construction. Membrane roofing and base flashings shall remain watertight.
B. Material Compatibility: Provide roofing materials that are compatible with one another
under conditions of service and application required, as demonstrated by membrane
roofing manufacturer based on testing and field experience.
C. Roofing System Design: Provide membrane roofing system that is identical to systems
that have been successfully tested by a qualified testing and inspecting agency to
resist uplift pressure calculated according to ASCE/SEI 7.
1. Minimum for Field of Roof Uplift Pressure: 35.3 Ibf/sq. ft.
2. Minimum for Perimeter Uplift Pressure: 58.9 Ibf/sq. ft. Zone width = 8'
3. Minimum for Roof Corners Uplift Pressure: 88.9 Ibf/sq. ft. Zone width = 8'x8'
1.4 SUBMITTALS
A. Product Data: For each type of product indicated.
B. Shop Drawings: For roofing system. Include plans, elevations, sections, details, and
attachments to other work.
1. Base flashings and membrane terminations.
2. Tapered insulation, including slopes.
City Hall Roof Replacement Project 07 53 23 — Page 1 of 9
3. Roof plan showing orientation of steel roof deck and orientation of membrane
roofing and fastening spacings and patterns for mechanically fastened
membrane roofing.
4. Insulation fastening patterns for corner, perimeter, and field -of -roof locations.
C. Samples for Verification up on request: For the following products, in manufacturer's
standard sizes:
1. Sheet roofing, of color specified, including T-shaped side and end lap seam.
2. Roof insulation.
3. Walkway pads or rolls.
4. Termination bars.
5. Battens. C)
6. Six insulation fasteners of each type, length, and finish. C_
7. Six roof cover fasteners of each type, length, and finish.
v
D. Qualification Data: For qualified Installer and manufacturer._
E. Manufacturer Certificate: Signed by roofing manufacturer certifying that membrane
roofing system complies with requirements specified in "Performance Requirements"
Article.
Submit evidence of complying with performance requirements.
F. Product Test Reports: Based on evaluation of comprehensive tests performed by
manufacturer and witnessed by a qualified testing agency, for components of
membrane roofing system.
G. Research/Evaluation Reports: For components of membrane roofing system, from the
ICC-ES.
H. Maintenance Data: For membrane roofing system to include in maintenance manuals.
Warranties: Sample of special warranties.
1.5 QUALITY ASSURANCE
A. Installer Qualifications: A qualified firm that is approved, authorized, or licensed by
membrane roofing system manufacturer to install manufacturer's product and that is
eligible to receive manufacturer's special warranty.
B. Source Limitations: Obtain components including roof insulation and fasteners for
membrane roofing system from same manufacturer as membrane roofing or approved
by membrane roofing manufacturer.
C. Exterior Fire -Test Exposure: ASTM E 108, Class A; for application and roof slopes
indicated, as determined by testing identical membrane roofing materials by a qualified
testing agency. Materials shall be identified with appropriate markings of applicable
testing agency.
City Hall Roof Replacement Project 07 53 23 — Page 2 of 9
D. Fire -Resistance Ratings: Where indicated, provide fire -resistance -rated roof
assemblies identical to those of assemblies tested for fire resistance per ASTM E 119
by a qualified testing agency. Identify products with appropriate markings of applicable
testing agency.
E. Preliminary Roofing Conference: Before starting roof deck construction, conduct
conference at Architect/Engineer's office.
1. Meet with Owner, Architect, Owner's insurer if applicable, testing and inspecting
agency representative, roofing Installer, roofing system manufacturer's
representative, deck Installer, and installers whose work interfaces with or affects
roofing, including installers of roof accessories and roof -mounted equipment.
2. Review methods and procedures related to roofing installation, including
manufacturer's written instructions.
3. Review and finalize construction schedule and verify availability of materials,
Installer's personnel, equipment, and facilities needed to make progress and
avoid delays.
4. Review requirements for deck substrate conditions and finishes, including
flatness and fastening.
5. Review structural loading limitations of roof deck during and after roofing.
6. Review base flashings, special roofing details, roof drainage, roof penetrations,
equipment curbs, and condition of other construction that will affect roofing
system.
7. Review governing regulations and requirements for insurance and certificates if
applicable.
8. Review temporary protection requirements for roofing system during -and after
installation.
9. Review roof observation and repair procedures after roofing installation.
F. Preinstallation Roofing Conference: Conduct conference at project site.
1. Meet with Owner, Architect, Owner's insurer if applicable, testing and inspecting
agency representative, roofing Installer, roofing system manufacturer's
representative, deck Installer, and installers whose work interfaces with or affects
roofing, including installers of roof accessories and roof -mounted equipment.
2. Review methods and procedures related to roofing installation, including
manufacturer's written instructions.
3. Review and finalize construction schedule and verify availability of materials,
Installer's personnel, equipment, and facilities needed to make progress and
avoid delays.
4. Examine deck substrate conditions and finishes for compliance with
requirements, including flatness and fastening.
5. Review structural loading limitations of roof deck during and after roofing.
6. Review base flashings, special roofing details, roof drainage, roof penetrations,
equipment curbs, and condition of other construction that will affect roofing
system.
7. Review governing regulations and requirements for insurance and certificates if
applicable.
8. Review temporary protection requirements for roofing system during and after
installation.
9. Review roof observation and repair procedures after roofing installation.
City Hall Roof Replacement Project 07 53 23 — Page 3 of 9
G. Applicator
1. Company having a place of business for transacting business in Iowa at which it
has conducted business for at least six months prior to the first advertisement for
the public improvement.
2. Company specializing in performing the work of this section with a minimum of
five (5) years documented experience.
3. Company certified by the membrane manufacturer for a minimum of five (5)
years as an approved applicator of the products specified in this section or hav-
ing successfully completed two projects approved by the owner.
4. Company having workmen trained by the membrane manufacturer. These
trained workmen shall perform the work.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Deliver roofing materials to Project site in original containers with seals unbroken and
labeled with manufacturer's name, product brand name and type, date of manufacture,
approval or listing agency markings, and directions for storing and mixing with other
components.
B. Store liquid materials in their original undamaged containers in a clean, dry, protected
location and within the temperature range required by roofing system manufacturer.
Protect stored liquid material from direct sunlight.
Discard and legally dispose of liquid material that cannot be applied within its
stated shelf life.
C. Protect roof insulation materials from physical damage and from deterioration by
sunlight, moisture, soiling, and other sources. Store in a dry location. Comply with
insulation manufacturer's written instructions for handling, storing, and protecting
during installation.
D. Handle and store roofing materials and place equipment in a manner to avoid
permanent deflection of deck.
1.7 PROJECT CONDITIONS
A. Weather Limitations: Proceed with installation only when existing and forecasted
weather conditions permit roofing system to be installed according to manufacturer's
written instructions and warranty requirements.
c ar
City Hall Roof Replacement Project 07 53 23 — Page 4 of 9
1.8 WARRANTY
A. Special Warranty: Manufacturer's standard or customized form, without monetary
limitation, in which manufacturer agrees to repair or replace components of membrane
roofing system that fail in materials or workmanship within specified warranty period.
1. Special warranty includes membrane roofing, base flashings, roof insulation,
fasteners, cover boards, substrate board, roofing accessories, roof pavers, sheet
metal and other components of membrane roofing system.
2. Warranty Period: 30-year NDL (no dollar limit) from date of Substantial
Completion.
3. 72mph wind speed warranty.
B. Special Project Warranty: Submit roofing Installer's warranty, on warranty form at end
of this Section, signed by Installer, covering Work of this Section, including all
components of membrane roofing system such as membrane roofing, base flashing,
roof insulation, fasteners, cover boards, substrate boards, vapor retarders, roof pavers,
and walkway products, for the following warranty period:
Warranty Period: Two years from date of Substantial Completion.
PART 2 - PRODUCTS
2.1 EPDM MEMBRANE ROOFING
A. EPDM: ASTM D 4637, Type I, non -reinforced, uniform, flexible EPDM sheet.
Manufacturers: Subject to compliance with requirements,
one of the following:
a. Johns Manville
b. Versico Inc.
C. Carlisle Inc.
d. Holcim - Elevate
2. Thickness: 90 mils.
3. Exposed Face Color: Black.
2.2 AUXILIARY MEMBRANE ROOFING MATERIALS
provide products by
~
A. General: Auxiliary membrane roofing materials recommended by roofing system
manufacturer for intended use and compatible with membrane roofing.
1. Liquid -type auxiliary materials shall comply with VOC limits of authorities having
jurisdiction.
2. Adhesives and sealants that are not on the exterior side of weather barrier shall
comply with the following limits for VOC content when calculated according to
40 CFR 59, Subpart D (EPA Method 24):
City Hall Roof Replacement Project 07 53 23 — Page 5 of 9
a. Plastic Foam Adhesives: 50 g/L, g r
b. Gypsum Board and Panel Adhesives: 50 g/L. _
C. Multipurpose Construction Adhesives: 70 g/L.
d. Fiberglass Adhesives: 80 g/L. 2024 AU41 N `_ J
e. Contact Adhesive: 80 g/L.
f. Single -Ply Roof Membrane Sealants: 450 g/L. t =s
g. Nonmembrane Roof Sealants: 300 g/L. ; U ; sY,,
h. Sealant Primers for Nonporous Substrates: 250 g/L.
i. Sealant Primers for Porous Substrates: 775 g/L.
j. Other Adhesives and Sealants: 250 g/L.
B. Sheet Flashing: 90-mil- thick EPDM, partially cured or cured, according to application.
C. Bonding Adhesive: Manufacturer's standard solvent based.
D. Seaming Material: Single -component, butyl splicing adhesive and splice cleaner or
Manufacturer's standard, synthetic -rubber polymer primer and 3-inch- (75-mm-) wide
minimum, butyl splice tape with release film.
E. Lap Sealant: Manufacturer's standard, single -component sealant, colored to match
membrane roofing.
F. Water Cutoff Mastic: Manufacturer's standard butyl mastic sealant.
G. Metal Termination Bars: Manufacturer's standard, predrilled stainless -steel or
aluminum bars, approximately 1 by 1/8 inch (25 by 3 mm) thick; with anchors.
H. Metal Battens: Manufacturer's standard, aluminum -zinc -alloy -coated or zinc -coated
steel sheet, approximately 1 inch wide by 0.05 inch thick (25 mm wide by 1.3 mm
thick), prepunched.
Fasteners: Factory -coated steel fasteners and metal or plastic plates complying with
corrosion -resistance provisions in FM Approvals 4470, designed for fastening
membrane to substrate, and acceptable to roofing system manufacturer.
Miscellaneous Accessories: Provide pourable sealers, preformed cone and vent sheet
flashings, preformed inside and outside corner sheet flashings, reinforced EPDM
securement strips, T-joint covers, in -seam sealants, termination reglets, cover strips,
and other accessories.
2.3 WALKWAYS
A. Flexible Walkways: Factory -formed, nonporous, heavy-duty, solid -rubber, slip -
resisting, surface -textured walkway pads or rolls, approximately 3/16 inch (5 mm) thick,
and acceptable to membrane roofing system manufacturer.
City Hall Roof Replacement Project 07 53 23 — Page 6 of 9
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine substrates, areas, and conditions, with Installer present, for compliance with
the following requirements and other conditions affecting performance of roofing
system:
1. Verify that roof openings and penetrations are in place and curbs are set and
braced and that roof drain bodies are securely clamped in place.
2. Verify that wood blocking, curbs, and nailers are securely anchored to roof deck
at penetrations and terminations and that nailers match thicknesses of insulation.
3. Verify that surface plane flatness and fastening of steel roof deck complies with
manufacturer's requirements.
4. Verify that minimum concrete drying period recommended by roofing system
manufacturer has passed.
5. Verify that concrete substrate is visibly dry and free of moisture. Test for
capillary moisture by plastic sheet method according to ASTM D 4263.
6. Verify that concrete curing compounds that will impair adhesion of roofing
components to roof deck have been removed.
B. Proceed with installation only after unsatisfactory conditions have been corrected.
r m
3.2 PREPARATION 4 < .r
A. Clean substrate of dust, debris, moisture, and other substances detrimental fo roofing
installation according to roofing system manufacturer's written instructions. Remove
sharp projections.
B. Prevent materials from entering and clogging roof drains and conductors and from
spilling or migrating onto surfaces of other construction. Remove roof -drain plugs
when no work is taking place or when rain is forecast.
C. Complete terminations and base flashings and provide temporary seals to prevent
water from entering completed sections of roofing system at the end of the workday or
when rain is forecast. Remove and discard temporary seals before beginning work on
adjoining roofing.
3.3 ADHERED MEMBRANE ROOFING INSTALLATION
A. Adhere membrane roofing over area to receive roofing according to membrane roofing
system "manufacturer's written instructions. Unroll membrane roofing and allow to relax
before installing.
B. Accurately align membrane roofing and maintain uniform side and end laps of
minimum dimensions required by manufacturer. Stagger end laps.
City Hall Roof Replacement Project 07 53 23 — Page 7 of 9
C. Bonding Adhesive: Apply to substrate and underside of membrane roofing at rate
required by manufacturer and allow to partially dry before installing membrane roofing.
Do not apply to splice area of membrane roofing.
D. In addition to adhering, mechanically fasten membrane roofing securely at
terminations, penetrations, and perimeters.
E. Apply membrane roofing with side laps shingled with slope of roof deck where
possible.
F. Adhesive Seam Installation: Clean both faces of splice areas, apply splicing cement,
and firmly roll side and end laps of overlapping membrane roofing according to
manufacturer's written instructions to ensure a watertight seam installation. Apply lap
sealant and seal exposed edges of membrane roofing terminations.
Apply a continuous bead of in -seam sealant before closing splice if required by
membrane roofing system manufacturer.
G. Tape Seam Installation: Clean and prime both faces of splice areas, apply splice tape,
and firmly roll side and end laps of overlapping membrane roofing according to
manufacturer's written instructions to ensure a watertight seam installation. Apply lap
sealant and seal exposed edges of membrane roofing terminations.
H. Repair tears, voids, and lapped seams in roofing that does not comp# with Cz_
requirements.
aM=r
I. Spread sealant or mastic bed over deck drain flange at roof drains arrd'securely semi
membrane roofing in place with clamping ring.
a all
3.4 BASE FLASHING INSTALLATION
A. Install sheet flashings and preformed flashing accessories and adhere to substrates
according to membrane roofing system manufacturer's written instructions.
B. Apply bonding adhesive to substrate and underside of sheet flashing at required rate
and allow to partially dry. Do not apply to seam area of flashing.
C. Flash penetrations and field -formed inside and outside corners with cured or uncured
sheet flashing.
D. Clean splice areas, apply splicing cement, and firmly roll side and end laps of
overlapping sheets to ensure a watertight seam installation. Apply lap sealant and seal
exposed edges of sheet flashing terminations.
E. Terminate and seal top of sheet flashings and mechanically anchor to substrate
through termination bars and according to detail drawings.
City Hall Roof Replacement Project 07 53 23 — Page 8 of 9
3.5 WALKWAY INSTALLATION
A. Flexible Walkways: Install walkway products at access locations as required by
manufacturer. Adhere walkway products to substrate with compatible adhesive
according to roofing system manufacturer's written instructions.
3.6 FIELD QUALITY CONTROL
A. Testing Agency: Owner will engage a qualified independent testing agency to perform
inspections.
B. Final Roof Inspection: Arrange for roofing system manufacturer's technical personnel
to inspect roofing installation on completion.
C. Repair or remove and replace components of membrane roofing system where
inspections indicate that they do not comply with specified requirements.
D. Additional inspections, at Contractor's expense, will be performed to determine
compliance of replaced or additional work with specified requirements.
3.7 PROTECTING AND CLEANING
A. Protect membrane roofing system from damage and wear during remainder of
construction period. When remaining construction will not affect or endanger roofing,
inspect roofing for deterioration and damage, describing its nature and extent in a
written report, with copies to Architect and Owner.
B. Correct deficiencies in or remove membrane roofing system that does not comply with
requirements, repair substrates and repair or reinstall membrane roofing system to a
condition free of damage and deterioration at time of Substantial Completion and
according to warranty requirements.
C. Clean overspray and spillage from adjacent construction using cleaning agents and
procedures recommended by manufacturer of affected construction.
END OF SECTION
...
r
M4
ryg
City Hall Roof Replacement Project 07 53 23 — Page 9 of 9
ROOF MAINTENANCE WARRANTY
PROJECT: 2112305941 — City of Iowa City — City Hall Roof Improvements
This agreement between City of Iowa City, hereinafter referred to as OWNER, and
hereafter referred to as CONTRACTOR, is entered into to provide maintenance
on the roof of , located at
Cedar Rapids, Iowa, for 2 years beginning , 2024 and ending , 2026.
For the purpose of this agreement, maintenance is defined as the repair of roof membrane and flashing defects, and the
replacement of roof membrane and flashing components that threaten the viability of the roof system to keep the
building free from externally caused leakage through the roof. Warranty shall include all materials and workmanship
required to repair any defects that develop during the warranty period at no expense to the OWNER.
Specifically excluded from the responsibility of the CONTRACTOR under the terms of this agreement are any and all
damages to said roof, the building or contents caused by the acts or omissions of other trades or contractors; lightning,
winds in excess of a strong gale as defined by the Beaufort scale, hailstorm, flood, earthquake or other unusual
phenomena of the elements.
The component parts of this agreement are:
1. A yearly comprehensive inspection of the roof during which time all defects that need to be repairbd and all
components that need to be replaced will be identified by the inspector.
2. Should defects be found during inspection that are not covered by this agreement, the CONtRAdOR will notify
the OWNER in writing as to the cause (who or what was responsible), and the estimate of he cos4-To return the roof
to its condition before the problem occurred. Written approval to proceed with the work must be grated by°the
OWNER. _.
3. Completion of all repairs and replacement in a manner consistent with the highest standards of the -roofing industry.
Work shall be in compliance with the membrane manufacturer's written specifications and warranty; so as not to
void warranty.
4. A follow-up inspection of the completed maintenance work.
5. Response within 24 hours of all requests for repair of leaks or other emergencies that are part of this agreement.
6. This maintenance warranty covers CAULKING for the listed project and shall be included along with the roofing
warranty. The undersigned CONTRACTOR will repair or replace defective caulking work and other work damaged
thereby during the warranty period at no expense to the OWNER. The following types of failures are considered
defects: Leakage, hardening, cracking, crumbling, melting, shrinkage, running or staining adjacent work.
7. This maintenance warranty covers FLASHING for the listed project and shall be included along with the roofing
warranty.
8. This maintenance warranty covers SHEET METAL for the listed project and shall be included along with the roofing
warranty.
OWNER: City of Iowa City CONTRACTOR:
Signature
Printed Name and Title
Date
Signature
Printed Name and Title
Date
07 59 20
ELASTOMERIC COATING
PART 1 GENERAL 702q JON 14 Pt 2: 14
1.01 WORK INCLUDES —ALTERNATE BIDS CIT ' CLERA
A. Install elastomeric coating over existing modified roof system as indicated on drawings.
B. Flashings.
C. Roof accessories.
D. Reinforcement of joints and junctions.
1.02 SYSTEM DESCRIPTION
A. Repairs to existing Modified roofs as indicated on drawings and by provisions of this
section, and is defined to include roofing, flashing and reinforcing of joints and
junctions and roof accessories integrally related to roof installation. Areas to be coated
under this contract include existing Modified roofs as indicated in drawings.
1.03 QUALITY ASSURANCE
A. Contractor
Shall use adequate numbers of skilled workmen who are thoroughly trained and
experienced in the necessary crafts and who are completely familiar with the
specified requirements and the methods needed for proper performance of the
work of this section.
2. Shall have a minimum of five years experience in similar work.
3. Shall have a minimum of five year's experience with product specified.
4. Shall submit identification of a minimum of five projects of similar complexity
along with Owner, Architect/Engineer and general contractor contacts.
5. Shall be acceptable to the material manufacturer as an approved applicator of
the manufacturer's products.
B. The presence and activity of the manufacturer's representative and/or Owner's
representative shall in no way relieve the Contractor of his contractual responsibilities
or duties.
C. The entire installation of roofing, coating, flashings, and related components shall be of
the quality required for acceptance by the manufacturer in order to obtain the ten plus
ten-year labor and material system warranty offered by the manufacturer. This
warranty shall be furnished to the Owner.
City Hall Roof Replacement Project 07 59 20 — Page 1 of 9
1.04 SUBMITTALS
A. Shop Drawings
1. Indicate the following:
a. Plan view of roof and dimensions.
B. Manufacturer's Product Data
1. Showing complete details of system.
2. Material characteristics.
3. Test data.
4. Installation recommendations.
M24 JUN.' 14 PH 2: 14
i it 1.LERK
I0 i A CITY, 10�41A
5. Material safety data sheets (MSDS) shall be submitted directly to the Owner.
C. Manufacturer's Instructions: Furnish manufacturer's printed instructions for installation
of their materials, including procedures and materials for flashing, splicing and bonding.
D. All submittals shall be subject to the Owner's review and approval.
E. Manufacturer's written approval that the roofing contractor is an authorized applicator
of its products.
F. Manufacturer's written letter stating that they have examined the plans and
specifications for this project and approve the use of their products on this project as
specified.
1.05 PRODUCT HANDLING, STORAGE AND DELIVERY
A. Materials shall be stored in their original, tightly sealed containers or unopened
packages, and shall be clearly labeled with the manufacturer's brand name and such
identifying reference numbers as are appropriate.
B. Materials shall be stored in a neat, safe manner, so as not to exceed allowable live
load of the storage area, and out of the weather in a clean, dry area, at temperatures
between 500 and 800 F. Pallets shall not be stacked more than two (2) high.
C. All spray equipment shall remain on the ground for the duration of the job.
D. Materials shall be delivered in sufficient quantity to allow for continuity or work.
E. Delivery of materials shall be coordinated with the Owner.
1.06 JOB CONDITIONS
A. The roof surface shall be free of ponded water, ice, snow, or algae prior to installing the
new roof system.
City Hall Roof Replacement Project 07 59 20 — Page 2 of 9
B. Roofing work shall proceed only when existing and forecasted weather conditions will
permit work to be performed in accordance with the manufacturer's recommendations
and as stated below:
Do not begin work if rain is expected within twenty-four hours of application. For
temperature sensitive materials, do not begin application if temperatures are
expected to fall below 420F during the duration of the job.
2. UV curing properties of the manufacturer's products shall be considered, and an
allowance for sufficient daylight hours necessary for product to cure shall be
made.
3. Other weather and environment related conditions such as mist, dew,
condensation and humidity shall be considered when deciding to proceed with
work.
1.07 WARRANTY
A. Provide warranty and guarantee under provisions of Section 01 7000.
B. Provide to the Owner the membrane manufacturer's ten year no -dollar -limit material
and workmanship warranty effective from the date of final acceptance by the Owner.
C. The Contractor shall provide to the Owner a written warranty assuring that all roofing
work including caulking, flashing, and sheet metal to be watertight for a period of two
years from the date of final acceptance of the work. Warrant shall include all materials
and workmanship required to repair any leaks that develop as a result of the work.
Refer to sample provided at the end of this section.
PART 2 MATERIALS
2.01 ROOF COATING MATERIALS
A. Liquid Applied Roof Coating Material µ
-' w...,..R.
1. Acceptable Manufacturers; Products -jam, 4-
a. 838 Coatings — Fast 1 �.l
l
r+ ,N9
b. ER Systems — Acrylic SW J5 C. Karnak Roof Coatings — 505HS Mohave Coat
2. Requirements
a. Manufacturer's products shall have been tested and approved as a "Class
I" system by Factory Mutual Research Corporation and shall be listed in
the FMRC Approval Guide.
Roof system shall be installed in accordance with Factory Mutual
Requirements for Class I, Non -Combustible Construction.
City Hall Roof Replacement Project 07 59 20 — Page 3 of 9
3.
Physical Properties
a.
Metal Primer
Physical Property Test Methods
Specification
Asbestos Content ASTM D276-87
None
Total Solids ASTM D1644-88
73%
Weathering Resistance ASTM D4214-89
No. 2
Viscosity ASTM D2393
15,000 ± 2,000 cps
(1900)
@ 20°C
-7
b.
Liquid Applied Roof Coating
,I
Application Rate: minimun1.25 to 1.75 gallons/100 sq.
ft. per coat or as
a
a-'
fir:
specified by manufacturer
''
---c�
Application Method: Airless sprayer, roller or brush
--<
Drying Time 75°F, 50% RH Approximately 24 hours per coat
rY� 9 ( )� pp Y
CLEAN-UP: MINERAL SPIRITS
4.
Related Materials
a. Rust inhibitor, asphaltic -residue treatment, sky -light sealant, flashing
grade mastic, reinforcing fabric, fasteners, flashing materials, lap
adhesive, and all other accessories shall be as recommended and
manufactured by the liquid applied roof coating manufacturer.
PART 3 EXECUTION
3.01 PRE -ROOFING MEETING
A. Prior to the start of roofing work, a meeting will be held at the job site for the purpose of
reviewing materials, methods, and procedures to facilitate proper and timely
construction of the roofing system.
B. A responsible representative from each of the following organizations shall be in
attendance:
1. Roofing contractor (as a minimum, the field foreman assigned to the job).
2. Roof coating manufacturer.
3. Owner
4. Architect/Engineer.
C. Meeting agendas shall include, but not be necessarily limited to, the following:
City Hall Roof Replacement Project 07 59 20 - Page 4 of 9
Tour of area(s) proposed for work under the provisions of the project plans and
specifications. Examine surfaces for adequate anchorage, foreign materials,
moisture, and other conditions which would adversely affect the roofing
application and performance.
2. Review manufacturer's requirements and drawings, specifications, and other
contract documents.
Review required submittals, both completed and to be completed.
4. Review and finalize construction schedule related to roofing work and verify
availability of materials, installer's personnel, equipment and facilities needed to
make progress and avoid delays.
Review required inspection(s), testing, certifying, and material usage accounting
procedures.
Review weather and forecasted weather conditions and procedures for coping
with unfavorable conditions, including possibility of temporary roofing.
3.02 INSPECTION OF SURFACES
A. Examine surfaces for foreign materials, moisture, and other conditions which would
adversely affect the roofing application and performance. Verify in +atio onditions
as satisfactory to receive work. c7 -r
3.03 APPLICATION - GENERAL�75
::
A. The roofing contractor shall be responsible for preparing adequate surfacto receive
new roof coating material and flashings.
B. The roofing contractor shall be responsible for protection of Owner's property during
course of work. Lawns, shrubbery, paved area, vehicles, and building shall be
protected from damage or overspray. All required repairs or remedial action shall be
performed at no additional cost to the Owner.
3.04 SEQUENCING/SCHEDULING
A. Notify the Owner a minimum of 48 hours before the first day of construction.
B. Arrange work sequence to avoid use of newly coated roofing for storage, walking
surface, and equipment movement. Move equipment and group storage areas
accordingly as work progresses.
C. Provide timely notifications to the Owner and membrane manufacturer at such times as
necessary for job site inspections as required by the membrane manufacturer. Allow
adequate lead-time for scheduling of these inspections.
3.05 INSPECTION
A. Upon completion of the installation, an inspection shall be made by a field technical
representative of the membrane manufacturer to ascertain that the roofing system has
City Hall Roof Replacement Project 07 59 20 - Page 5 of 9
been installed according to the manufacturer's current published specifications. Upon
completion of the inspection, the Contractor shall submit to the Owner a written report
of the field technical representative's findings.
PART 4 MANUFACTURER'S SPECIFICATION FOR COATING SYSTEM
4.01 GENERAL
A. DESCRIPTION
1. This specification includes the installation of liquid applied coating to repair,
restore and preserve aged, modified roof systems.
2. Work included is labor, materials, equipment and accessories and related
services to complete the application in accordance with specifications and details
as approved by manufacturer.
3. Work excluded is replacement of roof accessories such as drains, vents and
other penetrations and structural roof repair.
B. QUALITY ASSURANCE
Manufacturer Qualifications: Manufacturer will furnish upon request, certification
the material meets the physical properties stated in this specification.
2. Contractor Qualifications: All work to be completed must be done by a
manufacturer approved applicator.
3. No deviation from this specification will be accepted without prior written approval
of manufacturer and Arch itect/Engineer.
C. SUBMITTALS
1. Warranty pre -installation notifications are required prior to the iri' O,atiwof a
warranted system. M ..o
D. PRODUCT DELIVERY, STORAGE, AND HANDLING tv
1. Deliver material in original, unopened packages and containers. cry
2. Containers are to be labeled with manufacturer's name, product name,
description, and identification.
3. Store materials in a dry area and protect from water, direct sunlight, and
temperatures below 40" F.
4. Any materials damaged in handling or storage must not be used.
5. Deliver MSDS for each product specified. Consult MSDS and Product Data
Specification for each product used before beginning work.
E. JOB CONDITIONS (CAUTIONS AND WARNINGS)
City Hall Roof Replacement Project 07 59 20 — Page 6 of 9
All mechanical equipment, vents, skylights, etc., should be in place before the
roof restoration system is installed.
2. Mechanical units (blowers, HVAC) should be prevented from distributing solvent
fumes into the building.
3. Coatings should be protected from traffic and other abuse until completely cured
and installation is complete.
4. Application of coatings with spray equipment may require some masking and
possible erection of windscreens to prevent overspray and drift damage. Protect
surfaces of unrelated areas from coatings and overspray possibility.
5. Application shall proceed to dry, clean surfaces only. In planning work consider
environment and weather -related conditions such as frost, mist, dew,
condensation, humidity, and temperature. Temperature should be above 450 F.,
rising, and stay above 400 F. long enough for initial cure to occur. Moisture
should not be imminent.
6. All work environments should comply with current OSHA regulations.
PART 5 PRODUCTS
5.01 GENERAL
A. Components
1. The components of the coating system are to be products approved as
compatible by the manufacturer, to be used together to achieve a completed
system to meet warranty requirements.
5.02 ELASTOMERIC COATING (SOLVENT BASED)
A. MATERIALS CORPORATION.
1. 1s' coat minimum 1.25 gal per 100 SF or as recommended by manufacturer
(white or gray)
2 2nd minimum coat 1.75 gal per 100 SF or as recommended by manufacrer.
(white)
>
3. Flashing Grade for seams and voids w4
C. c-
4. Seam Fabric membrane if required by manufacturer
PART 6 APPLICATION ,.
6.01 SUBSTRATE INSPECTION c.n
A. A proper substrate shall be provided to receive the coating.
City Hall Roof Replacement Project 07 59 20 - Page 7 of 9
B. The roof surface must be clean, dry, and free of ponding water, and over-all structurally
sound.
C. Inspect the membrane surface for cracks, blisters, chalking, crazing, brittleness,
alligatoring and shrinking. Inspect flashing details, seams, patches, expansion joints,
terminations, and transitions. Determine which areas may not be watertight and in
need of repair.
D. Inspect the substrate system for moisture content and determine if areas: neeflo be
replaced.- ---
r--
E. If a sound, stable, well -secured surface cannot be ensured, the roof is ofiac ptab e
to receive the Coating Restoration System.
F. Perform an adhesion test of all materials.,,
6.02 SURFACE PREPARATION & CLEANING
A. Treatment of Damaged/Deteriorated BUR or MB: Any areas where BUR or MB has
blistered, buckled and/or become wet must be removed and repaired using similar
products manufactured by coating manufacturer or approved by coating manufacturer
(new BUR or MB repair materials must be allowed to weather per manufacturer's
recommendation before applying products to these repaired areas). All areas where
the fiberglass or modified granule cap sheet has significantly cracked and/or crazed
(i.e., gaps in width and/or depth greater than 1/16") must be repaired using flashing
grade material to bring the substrate to a smooth, workable surface. Flashing grade
material can be applied by either squeegee or brush when repairing cracks and/or
crazing. Allow at least 24 hours drying time before application of other coating
products (allow additional drying time when very thick flashing grade applications are
required).
B. Substrate Cleaning: Roof substrate must be carefully swept to remove debris and loose
granules.
Then lightly pressure wash the roof with water. Use an approximate working pressure
of 1,500 -
2,000 psi (depending on condition of roof) to remove remaining dirt, dust, chalking, loose
materials, etc. Take care not to damage the roof surface or force water into the roof
system. Use hot water and mild detergent to remove grease and/or oils from the roof
substrate. If mildew or algae are present, use bleach to treat these areas.
C. Substrate must be clean, completely dry and free of any debris before application of
coating products.
6.03 APPLICATION OF COATING SYSTEM
A. All roof penetration areas (if required by manufacturer), splits, drains, and scuppers must
be treated with a 6" wide area of flashing grade sealant, one layer of 6" fabric (if required
by manufacturer) and a final layer of flashing grade sealant.
Flashing Grade to completely embed the Fabric. Feather the flashing grade sealant
onto the existing fiberglass or modified bitumen granule cap sheet substrate.
City Hall Roof Replacement Project 07 59 20 — Page 8 of 9
B. After at least 24 hours drying time, inspect preparatory/flashing work for problem areas
(i.e., gaps, cracks, fishmouths, air pockets, etc.) to ensure that work is complete and
satisfactory.
Repair any deficiencies using flashing grade sealant and fabric, as required.
C. Coating Application: NOTE: Recommended method for application of coating is by
airless sprayer. A roller can be used; however, more coats may be required to
obtain specified mil thickness.
Spray -apply base coat of elastomeric coating at a rate of minimum 1.25 gallons
per 100 SF. Allow at least 24 hours drying time and inspect the base coat for
defects, flaws, or holidays. Correct any unsatisfactory conditions prior to
proceeding.
2. Spray -apply finish coat (same color as base coat) of elastomeric coating at a rate
of minimum 1.75 gallons per 100 SF. Finish coat should not be applied unless
the base coat is clean and will provide proper adhesion.
3. Allow at least 24 hours drying time prior to allowing foot traffic or inspection of the
roof. After 24 hours has elapsed, inspect the final roof surface for flaws,
holidays, insufficient thickness, etc., and repair any unsatisfactory cor%�itions.
Specified membrane thicknesses are minimum 24 mils field and,80 m4 on roof
penetration details.
PART 7 SYSTEM QUALITY CONTROL
r
7.01 TOTAL COATING THICKNESSu;�
A. Total base and finish coat membrane will average 24 dry mils and shall be agrinimum
of 24 dry mils in thickness over the general field of the roof.
B. There shall be no pinholes, blisters or voids in the cured membrane.
PART 8 PROTECTION AND CLEAN-UP
8.01 PROTECTION
A. The roof system and all components must be protected from all other trades at the job
site.
8.02 CLEAN-UP
A. Site clean-up is the responsibility of the contractor.
B. All debris, containers, materials, equipment, and protection materials must be removed
from the premises and properly disposed of. All work and storage areas must be in an
undamaged and acceptable condition upon completion of clean up.
END OF SECTION
City Hall Roof Replacement Project 07 59 20 — Page 9 of 9
07 62 00
SHEET METAL FLASHING AND TRIM .. .�
PART 1 GENERAL M JUN 14 PM 2: 15
1.1 SECTION INCLUDES
A. Expansion joint covers. CI i CLERK
B. Fascias, parapet walls and edge metal. ' :7A CITY,�
C. Counterflashings at walls and penetrations.
D. Other components.
1.2 REFERENCES
A. ASTM A446 Specification for steel sheet, zinc -coated (galvanized) by hot -dip process.
B. ASTM B209 Specification for aluminum sheet.
C. ASTM B221 Specification for aluminum, extruded shape.
D. FM (Factory Mutual) Loss prevention data sheet 1-49.
E. FS QQ-L-201 Specification for Lead Sheet.
F. SMACNA Architectural Sheet Metal Manual.
1.3 SYSTEM DESCRIPTION
A. Roof Replacement: Pre -finished galvanized steel at all locations noted in drawings. Color
shall be selected by Owner per manufacturer's latest color chart.
1.4 QUALITY CONTROL
A. Reference Standards
1. Comply with details and recommendations of SMACNA Manual for workmanship,
methods of joining, anchorage, provisions for expansion, etc.
2. Factory Mutual Loss Prevention Data Sheet 1-49 windstorm resistance minimum.
B. Warranty
1. Pre -finished metal material shall require a written 20-year non -prorated warranty
covering fade, chalking, and film integrity. The material shall not show a color change
greater than 5 NBS color units per ASTM D2244 or chalking excess of 8 units per
ASTM D659. If either occurs material shall be replaced per warranty, at no cost to the
Owner. This warranty to be included under roofing membrane manufacturer's
warranty.
2. The Contractor shall provide the Owner with a notarized written warranty assuring that
all sheet metal work including caulking and fasteners, to be water -tight and secure for
a period of two years from the date of final acceptance of the building. Warranty shall
include all materials and workmanship required to repair any leaks that develop and
make good any damage to other work or equipment caused by such leaks or the
repairs thereof.
1.5 SUBMITTALS
A. Submit Under Provisions of Section 01 3000 - Submittals
B. Manufacturer's Product Data
1. Metal material characteristics and installation recommendations.
2. Color chart for pre -finished metal. For acceptable manufacturers other than Petersen
Aluminum Corporation, submit color chart prior to material ordering and/or fabrication
so that equivalent colors to those specified can be approved.
C. Shop Drawings
1. For manufactured and shop fabricated gravel stops, fascias, scuppers, and all other
sheet metal fabrications.
2. Show profile, joint details, corner details, and types and locations of fasteners.
3. Indicate type, gauge and finish of metal.
PART2 PRODUCTS
2.1 APPROVED EQUIVALENT
A. Contractor must submit any product not specified a minimum seven days before the bid date
to Engineer/Architect in order for product to be considered for approval. The
Engineer/Architect will notify Contractor, in writing, of decision to accept or reject request.
2.2 METAL FLASHING
A. Pre -finished Galvanized Steel
1. Acceptable Manufacturers.
Part 1 Project 07 62 00 — Page 1 of 4
a. ColorKlad as manufactured by Vincent Metals.
b. Pac-Clad as manufactured by Petersen Aluminum Corporation.
C. UnaClad as manufactured by Copper Sales, Inc.
u3
d. Roofing Manufacturer supplied equivalent
---
e. Approved equivalent.
CIQ
Materials
b s
a. Material shall be 24 gauge (minimum) hot -dipped galvanized steel (AISI G90),
a` t-n.
Gar= primed and finished one side with 70% Kynar 500 resin -based fluoropolymer
t— coating 1.0 ± 0.1 mil dry film thickness.
b. A wash coat of 0.3 - 0.4 mil dry film thickness shall be applied to the reverse
.
side.
C. The pre -painted finished side shall be coated with a factory installed
-- strippable film for protection of the finished surface during shipping,
F
fabrication, and installation. Plastic film must be removed immediately after
installation.
d. Colors shall be determined by owner.
e. Thickness shall be 24 gauge (minimum) and shall increase in thickness as
recommended by metal manufacturer as face height increases.
2.3 FASTENERS
A.
Stainless steel screws with EPDM washers of appropriate length and gauge, as
recommended by metal manufacturer.
B.
Material fasteners shall match that of metal which it secures (i.e. for aluminum - aluminum
fasteners, etc.) and be of the same color as metal.
C.
Fastening shall conform to Factory Mutual 1-240 requirements or as stated on section details,
whichever is more stringent.
2.4 SHEET
METAL GRAVEL STOPS, FASCIA, AND SCUPPERS
A.
Material as noted in details.
B.
See details for scuppers. For manufactured edge metal, scuppers shall be factory fabricated.
C.
Accessories: Joint covers, corners, supports, strip flashing at joinings, fastenings, and other
accessories shall be included.
2.5 JOINT COVERS AND COUNTERFLASHINGS
A.
Material as noted in details.
B.
Copings shall be provided with factory fabricated welded water -tight coping accessories such
as miters, transitions, endcaps, etc., and finished to match coping system.
C.
Accessories: Joint covers, corners, supports, strip flashing at joinings, fastening, and other
accessories shall be included.
2.6 TERMINATION BARS
A.
Material shall be .125"x 1" (minimum) aluminum conforming to ASTM B221, mill finish. Bar
shall have caulk cup as required.
PART 2 EXECUTION
3.1 PROTECTION
A.
Protect contact areas of dissimilar metals with heavy asphaltic or other approved coating,
specifically made to stop electrolytic action.
3.2 GENERAL
A.
Install work watertight, without waves, warps, buckles, fastening stress, or distortion, allowing
for expansion and contraction.
B.
Fastening of metal to walls and wood blocking shall comply with SMACNA Architectural
Sheet Metal Manual, wind uplift specifications and/or manufacturer's recommendations
whichever is of the highest standard.
C.
All accessories or other items essential to the completeness of sheet metal installation,
whether specifically indicated or not, shall be provided and of the same material as item to
which applied.
D.
Metal fascias and copings shall be secured to wood nailers at the bottom edge with a
continuous cleat. Cleats shall be at least on gauge heavier than the metal it secures.
3.3 MANUFACTURED SHEET METAL SYSTEMS
A.
Installing Contractor shall be responsible for determining if the sheet metal systems are in
general conformance with membrane manufacturer's recommendations.
Part 1 Project
07 62 00 — Page 2 of 4
B. Furnish and install manufactured sheet metal systems in strict accordance with
manufacturer's printed instructions.
C.
Provide all factory -fabricated accessories including, but not limited to, fascia extenders,
miters, scuppers, joint covers, etc.
3.4 SHOP FABRICATED SHEET METAL
A.
Installing Contractor shall be responsible for determining if the sheet metal systems are in
general conformance with membrane manufacturer's recommendations.
B.
Metal work shall be shop fabricated to configurations and forms in accordance with
recognized sheet metal practices.
C.
Hem exposed edges.
D.
Angle bottom edges of exposed vertical surfaces to form drip.
E.
All corners for sheet metal shall be lapped with adjoining pieces fastened and set in sealant.
F.
Joints for gravel stop fascia system, cap flashings, and surface -mount counterflashing shall
be formed with a 1/4" opening between sections. The opening shall be covered by a 6"
coverplate formed to the profile of piece below. The coverplate shall be embedded in mastic,
fastened through the opening between the sections and loose locked to the drip edges.
G.
Install sheet metal to comply with Architectural Sheet Metal Manual, Sheet Metal and Air
Conditioning Contractors' National Associations, Inc.
H.
In locations where roof perimeter fascia exceeds a vertical face height of 8", fascia shall be
installed with formed angles in the face to add rigidity and reduce out of flat appearance.
Where vertical face height exceeds 12", a minimum of two formed angles shall be provided.
END OF SECTION
y-.,:
cn
Part 1 Project 07 62 00 — Page 3 of 4
07 92 00
JOINT SEALANTS
PART 1 GENERAL
1.1 WORK INCLUDES
A.
Provide caulking and sealant systems for all joints shown on the drawings or
as specified herein to provide a positive barrier against passage of air and
moisture.
B.
Areas to be caulked and sealed include:
1. All openings and joints as shown on the drawings, and, all toints.which
normally require caulking, include but not being limited to-, the �M
following: r� --
-=i C- ,
a. Sheet metal roof flashing.
1.2 REFERENCES •
cn
A.
ANSI/ASTM D1056 - Flexible Cellular Materials: Sponge or Expanded
Rubber.
B.
ASTM C834 - Latex Sealing Compounds.
C.
FS TT-S-00227 - Sealing Compound: Elastomeric Type, Multi -Component.
D.
FS TT-S-00230 - Sealing Compound: Elastomeric Type, Single Component.
E.
FS TT-S-001543 - Sealing Compound: Silicone Rubber Base.
F.
SWI (Sealing and Waterproofers Institute) - Sealant and Caulking Guide
Specifications.
1.3 SUBMITTALS
A. Submit under provisions of Section 01 3000- Submittals.
B. All submittals shall be subject to Owner's review and approval.
C. Submit product data indicating sealant chemical characteristics, performance
criteria, limitations, and color availability.
D. Submit two sets of samples illustrating manufacturer's full range of colors for
selection, if specifically requested by Architect/Engineer. Color to closely
match color of surface to which it is applied.
E. Submit manufacturer's installation instructions.
F. Submit manufacturer's certificate that products meet or exceed specified
requirements.
G. Submit manufacturer's standard two-year warranty. Include coverage of
installed sealants and accessories against failure to achieve airtight or
watertight seal or loss of adhesion, cohesion, or color stability.
City Hall Roof Replacement Project 07 92 00 — Page 1 of 6
1.4 QUALITY ASSURANCE
A. Manufacturer: Company specializing in manufacturing the products specified
in this Section with minimum five years documented experience.
B. Applicator: Company specializing in applying the work of this Section with
minimum three years experience.
C. Conform to Sealant and Waterproofers Institute and manufacturer's
requirements for installation.
1.5 FIELD SAMPLES
A. Submit under provisions of Section 01 3000 - Submittals.
B. Construct field sample, ten lineal feet minimum, illustrating sealant type,
color, and tooled surface.
C. Locate where directed.
D. Accepted sample may remain as part of the work.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Deliver materials in original unopened packages with manufacturer's labels,
instructions, and product identification (and lot) numbers intact and legible.
B. Store materials protected from the weather, in original containers or
unopened packages, in accordance with manufacturer's instructions.
1.7 ENVIRONMENTAL REQUIREMENTS
ram'
r „)
A. Do not install solvent -curing sealants in enclosed building spar& -_a
.�... .� .,
B. Maintain temperature and humidity recommended by the seals
t t
manufacturer during and after installation.
1.8 SEQUENCING AND SCHEDULING
cn
A. Coordinate work under provisions of Section 01 3000.
B. Coordinate the work of this Section with all sections referencing this Section.
PART 2 PRODUCTS
2.1 ONE -PART NON -SAG POLYURETHANE SEALANT
A. Materials
1. FS TT-S-00230C, ASTM C920, Type S, Type II - non -sag, Class A;
color as selected.
B. Products
1. Chem -Calk 900; Bostik Construction Products Division.
City Hall Roof Replacement Project 07 92 00 — Page 2 of 6
2. Spec 300; Geocel Corporation.
3. Vulkem 116; Mameco International, Inc.
4. Dynatrol I; Pecora Corporation. 20 JUN 14 pN 2: 15
5. Sikaflex 1A; Sika Corporation. CITY CLERK
►01,A' CITY" IMII'i;A
6. Sonolastic NP 1; Sonneborn Building Products Division, Rexnord
Chemical Products, Inc.
2.2 ACCESSORIES
A. Backer Rod: Closed cell polyethylene foam, compatible with sealant, sized
and shaped to provide proper compression upon insertion in accordance with
manufacturer's recommendations.
B. Bond Breaker: Pressure sensitive adhesive polyethylene, TEFLON or
polyurethane foam tape.
C. Masking Tape: Pressure sensitive adhesive paper tape.
2.3 OTHER MATERIALS
A. All other materials not specifically described but required for complete and
proper caulking and installation of sealants, shall be first quality of their
respective kinds, new, and as selected by the Contractor subject to the
approval of the Architect/Engineer.
PART 3 EXECUTION
3.1 EXAMINATION
A.
Verify that surfaces and joint openings are ready to receive work and field
measurements as shown on drawings and recommended by the
manufacturer.
B.
Beginning of installation means installer accepts existing surfaces.
3.2 PREPARATION
A.
Clean and prime joints in accordance with manufacturer's instructions.
B.
Remove loose materials and foreign matter which might impair adhesion of
sealant.
C.
All surfaces in contact with sealant shall be dry, sound, well -brushed, and
wiped free from dust.
D.
Use solvent to remove oil and grease, wiping the surfaces with clean rags.
E.
Where surfaces have been treated, remove the surface treatment by wire
brushing.
City Hall Roof Replacement Project 07 92 00 — Page 3 of 6
F. Remove all laitance and mortar from the joint cavity.
G. Verify that joint backing and release tapes are compatible with sealant.
H. Protect elements surrounding the work of this Section from damage or
disfiguration.
3.3 INSTALLATION
A. Install sealant in accordance with manufacturer's instructions.
B. Measure joint dimensions and size materials to achieve required width/depth
ratios.
C. Install joint backing to achieve a neck dimension no greater than 1/2 the joint
width, 1/4" minimum depth, 1/2" maximum depth, unless otherwise
specifically allowed by sealant manufacturer. Avoid stretching, twisting, or
braiding the backer rod.
D. Install bond breaker where joint backing is not used.
E. Apply sealant within recommended application temperature ranges. Consult
manufacturer when sealant cannot be applied within these temperature
ranges.
F. Apply sealant under pressure with hand or power -actuated gun.
G. Guns shall have nozzle of proper size and shall provide sufficient pressure to
completely fill joints as designed.
H. Thoroughly and completely mask all joints where the appearance of sealant
on adjacent surfaces would be objectionable.
Install the sealant in strict accordance with the manufacturer's
recommendations, thoroughly filling all joints to the recommended depths.
J.
Install sealant free of air pockets, foreign embedded matter, ridges, and sags.
K.
Tool joints concave.
3.4 CLEANING AND REPAIRING-
:"
-U M
A.
Clean work under provisions of Section 01 7800.
B.
Remove masking tape immediately after joints have been tooled.
--
cri
C.
Clean adjacent surfaces free from sealant as the installation progresses.
D. Use solvent or cleaning agent as recommended by the sealant manufacturer.
E. Repair or replace defaced or disfigured finishes caused by work of this
Section.
3.5 PROTECTION OF FINISHED WORK
City Hall Roof Replacement Project 07 92 00 — Page 4 of 6
A
Protect finished installation.
Protect sealants until cured.
END OF SECTION
RK
C
Y�
. <r-w-
E
17
y
...r.
City Hall Roof Replacement Project 07 92 00 — Page 5 of 6
CITY OF IOWA CITY
CITY HALL ROOF REPLACEMENT
N
PROJECT LOCATION
410 E WASHWCTON STREET.KAVA CATY. W 522C0
NOTE:
t. GROUO STAGNG ANO TRAFFIC OVER ANY A10 KL GRASS
AND LAWN AREAS ET REOF TH NEW F A TO PM
R TALLED
AFTER E OF RE MPIETKNi OF THE ROOF MO PRIOR TO
RELEASE OF RETENl10N PAYMENT.
2. ANY OA E TO CONCRETE oPoVES, PATHS OR S ALK(S)
WII REOME DEMOLRKN/ AM ACESENT TO MATCH
EXLSTWG. DEMOLFI" TO CONTMIE PAST DAMAGED AREA
To NEXT CONSTRUCTM J .
3. THE VEMICATION OF EXNSTENCE OF. AND THE
DETERAfNTM)N OF THE EXACT LOCATION OF. UTIITY MANS,
STRUCTURES AND SERVICE CONECTI(Nl SN SE THE
RESPONSEI OF THE CONSTRUCmm CONTRACToR(5).
L. CONTRACTOR TO NDTEY CRY 24 HOURS PRIOR TO CLOSNG
OFF SOEWALK AT STAGNG AREA AND ACCESS PONT TO
ROOF.
IL
1T4 JUN 14 PM 1: 46
CITY t;LHK
10 NA CITY,10W
SHEETINDEX
G0.01 COVER SHEET
A1.01 ROOF PLAN AND NOTES
A5.01 DETAILS
ARCHITECT
w � BLL GROH wn
D x
z 0
00
z
0
M D
cn Z
dimmo.n,�.n.w�',no�maos�.m-f inon3d 0
.uLvsuiusm usa �uYo�foon MdY rniw .n rfnuss Sl
fomr,�ox,fMe�fooda�fo.L�rf. Z�
esi�iu mwsowa n�'o ov�e"Mo dea�Lro O
w,w.,fosdm �Y�Mo�oo"9OeooM1° 0
voreww. err3do wfo,tifaYr �Ya d,aosro �.or� O
'Lor.3dxs.4'v� s� r.f.n sa rauw sf.evv a u. O
woM.a.W mfeeo. rtf�s.smMsaafo;3xx sr3rureu
r%vfwwm ua+�n.a�e��nonlakzMa
a f�ie�o��av�ila�v %�i3vi�i�os��a>��aL�eu O
LV1Y 13315ir13]335 'tl3J.iI1M)1 TIYl9f O
ueosrn xvre 'vfow4sw�rd�dm��3.a�ies O
S310N A3N
31ro0�3Rlne pl1M.�DS4
sMad['cl�3favf Wnf 01OeGY
[44K�f Nw. o�srf fe *`w55tlOu�3Mp]oJOMOf eD]N
p OIYLlJB1 �LLIYI1<fMl3�+ped.Uil#�IifTH re�
'uxwwM o3•o3lY OIIBYILIffMYn
'STeS31Nl9KfLY'.W]w Afrv�T.A6tleL'fldlfYJ'J� 'fl
mrrnmcwszrn rwra+r xoxo�>�oYe v re�
n�s�r��o'�n Lef�s 9faae M.r nYaur z�ve
Lrob�foYJYOI tl3ule3u cL[svenD3 xfua3[3
an w�nw�>f fo�adrure�on.�aw�m anoae s
R1W Tw.l3a]edMOlvtl431I3d03+9WdY10tlnl7a tt
TM5501M.1if!/Y� !plJfdlMo'J 3LL'¢�I �dh3LfYd
30 Mf1.e Ju4(f Oro Mlrn S�
TM
TI'694Y1m.fftl0 NL)1M ®'JM3139TM6531SYJ tlfW 711S/tlf.YVStf
rLatf 3BTMB531YlFJ NM] Mi11eS30.NW Oflbct3 KLLW
N'9HL MlWwasr�ls�n'suBr,'sW�iYi'SlruomiK�vb 'u
vwa°wi •wiawaassfmna a�fi sr"riv®
N 1YI6�TMOe� StlOLrWW�lY 39
p a3/M1N10ISlS1N)pe11o]mt1M0��31Sr�i N�1 'L
5310N IV83N30
W
❑u
Hula �ooa �
N
I
O
n
u
u
u
+� 011 of E
u
I
II
II
a
�p 4
�C
O � WR O
(D � rµ
• �' e�M e)
fine�axr
w
leoaurenc
�
ae 3frxnfLr l
\
\ �,
r },1
%...
��'-:��'�
ICTSiiB LL lY130
tIAreO
�
YM
WlYMC63p IIeTfeOY
OY
w
saoo xnLmwasenf
--�—
mLY.w.e>•fuo
Isom
H
wvda�snraso
®
w
I
.}I
LmM,s3wor.�
foa�.Y�w.e,.d.
"w
O
�'p mrn00�
for Lref116f1f130
forusgaruo
IOr1W911 r130
yn*-,eew�3n
6lMJW9Ll�YR3 NJ UYIT'
rn
a
�f
arw
0
®
O
t ory }-,t t
0 ( ',kilo
'��i}lJi fit�al L''}t1i.1i
�i "1310
91 :1 Nd � I Nni UM
.e" a :..
o
IWA
0
of
zesmasMow¢w
er�Yf„ooY�flr�e�„Em
eVL i3
f1Ol efMdd
—__—
DmJocm
ON3oc31
11V13O 83OOVI i
L t 181 ZYi0L I �AINN9�
i I of:3101'Ym."�f.s��
�\ PERIMETER FLASING
`��mroecus
TNNm .BtnO 9Y
lLLRRTMah R911A11Y Sf MC N Bd Cfll9 6OV1
Cola Bt•1W /�/ /�
ro1E�E sEuenr � � Ill I
E�t.0 DECt J � ■
rorEs aK,aarxJ
Tµin mda.� n ��icE�w ��wsx�.uee were, w�`''rrto`�ww�c+u�s.�n'�ao`�.
caxrxrcTworo�Eunw uwcrnweoeTria Een uracrcnmEhs uauauens. v�.ava eDVTwE
a =Es.eTOM —D.w—.T—cor uusonasT�noormermcm.
ROOF DRAIN
a.aociw
wVeneowo�
1 DOORS RESHOLD
EETF
Tf%NFSSro1NTCM
7S SHEETTMMETAL ENCLOSURE
%WALL FLASHING
rouND own � seaui�rD
aw 011— 4 .caaATmmTai
u..a Eui+ewwoesrua'rawcewcnnTEsswi Er.Eni vwon xen�oa
rsove oErK an EEx uvuFeLrvnEws nEawEUE ins mr�a
cox�r�uTswam�
anme own n ro E occ.m wo uwE DaETUTuiw. •T,xe canauaou n THE xaar
wrerrxucToe.chn®. E�xDacx
�1O1ERF0W ROOF DRAIN %e\SKYLIGHT FLASHING
_
aaa roe.r,E , oscwu xoor uaewrt
E�,.EDDeD. Da�DnD.a. _.mT..; DES
M4 JUG 14 PM 1 47
SVe� arnmmE arwuiumEn
ROOFHATCH a HOTITAACK `
vraEHnm Duos EETx w�a ePO�'�" � �S,vu ..vEwn �
sTm
®—CUR® 1
aGG -
�-
i
—DE ' "Zj \ \ ,
16 _ _FLASHING &EFl�WINI SILL
_ � I
I
r�aw.Ten a.nirn
—�"'T ��FIS ENDOW HEAD
1
Ma M1E
/ wruouiwo
S,EOUPENT CURB
U)
Q
W
A5.01
Prepared by: Ben Clark, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319)356-5436
Resolution No. 24-174
Resolution setting a public hearing on July 16, 2024 on project
manual and estimate of cost for the construction of the City Hall
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 City Hall Improvements account #R4129.
Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa, that:
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 161 day of July, 2024, at 6:00 p.m. in the
Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next
meeting of the City Council thereafter as posted by the City Clerk.
2. The City Clerk is hereby authorized and directed to publish notice of the public hearing for
the above -named project in a newspaper published at least once weekly and having a
general circulation in the City, not less than four (4) nor more than twenty (20) days before
said hearing.
3. A copy of the project manual and estimate of cost for the construction of the above -named
project is hereby ordered placed on file by the City Engineer in the office of the City Clerk
for public inspection.
Passed and approved this 18th day of June 2024
K,_C�
Ma o
Attest: ?
City Jerk
Approved by /
G .
City Afforneo Office - 06/13/2024
It was moved by Harmsen and seconded by
adopted, and upon roll call there were:
Ayes:
Nays:
Moe
Absent:
Alter
Bergus
Dunn
Harmsen
Moe
Salih
Teague
the Resolution be
LocaliQ
Iowa
GANNETT
AFFIDAVIT OF PUBLICATION
CITY OF IOWA CITY
City Clerk's Office
City Of Iowa City
410 E Washin-ton ST
Iowa City ]A 52240-1825
STATE OF WISCONSIN, COUNTY OF BROWN
The Iowa City Press Citizen, a newspaper printed and published in
the city of Iowa, Johnson County, State of Iowa, and personal
knowledge of the facts herein state and that the notice hereto
annexed was Published in said newspapers in the issue:
06/26/2024
and that the fees charged are legal.
Sworn to and subscribed before on 06/26/2024
Legal Jerk
Notary. State of I. County of Brown
/ - 15
My commission expires
Publication Cost: $40.60
Tax Amount:
$0.00
Payment Cost:
$40.60
Order No:
10304712 # of Copies:
Customer No:
1249729 1
PO #:
€-I- 1S IS OT 1 INVOICE!
Please do nor use this form for pad mein rennilance.
KATHLEEN ALLEN
Notary Public
State of Wisconsin
14c,'.11 9oo�
Ict ckfvev M
PO Box 631851 Cincinnati, OH 45263-1851
NOTICE OF PUBLIC HEARING
NOTICE OF PUBLIC HEARING ON
PROJECT MANUAL AND
ESTIMATED COST FOR THE CITY
HALL 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 Proiect Manual,
including the plans, specifications,
contract, and estimated cost for the
construction of the City Hall Roof
Replacement in said city at 6:00
p.m. on the 16th day of July, 2024,
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.
The Proiect will involve the
following: removal and replacement
of approximately 13,000 square feet
of existing roofing system with new
90 mil EPDM roofing system and
approximately 12,000 square feet of
coating. The Proiect is located at
City Hall, 410 East Washington
Street, Iowa City, IA 52240.
Said Proiect 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 obiections
to and comments concerning said
Proiect 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
Page 1 of 1
Pa tx+.a+`w w
?M JUL 1 i PH 4 * 20
CIT i_ERK
G A CITY, tC`
ENGINEER'S ESTIMATE
July 16, 2024
City Clerk
City of Iowa City, Iowa
Re: City Hall Roof Replacement Project
Dear City Clerk:
The estimated cos of construction for this project is $545,000.00.
Sincerely,
C'PGiki-,
Ben Clark PE
Senior Engineer
Prepared by: Ben Clark, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319)356-5436
Resolution No. 24-195
Resolution approving project manual and estimate of cost for the
construction of the City Hall 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 City Hall Improvements account #R4129.
Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that:
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 13th day of August,
2024. 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 20th day of August 2024, or at a special meeting called for that
purpose.
Passed and approved this 16th day of July 2024
�l
Attest:
City 6erk
Ma o
Approved by
City Attorney's ffice — 07/11 /2024
Resolution No. 24-195
Page 2
It was moved by Alter and seconded by
adopted, and upon roll call there were:
Ayes:
Nays:
Dunn the Resolution be
Absent:
Alter
Bergus
Dunn
Harmsen
Moe
Salih
Teague
1J8Afl
IOWA
LEAGUE
QfGTIES
CERTIFICATE
The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its
member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby
certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting
Executive Director of the Iowa League of Cities, and that as such Executive Director of the League
and by full authority from the Executive Board, I have caused a
NOTICE TO BIDDERS
City Hall Roof Replacement Project
Classified ID: 111721228004
A printed copy of which is attached and made part of this certificate, provided on 07/18/2024 to be
posted on the Iowa League of Cities internet site on the following date:
2024-07-18
I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is
true and correct.
07/18/2024
.'�J f� !
Alan Kemp, Executive Director
NOTICE TO BIDDERS
CITY HALL 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 131h day of August 2024. 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 20th day of August, 2024, or at special meeting called for that purpose.
The Project will involve the following: removal and replacement of approximately 13,000 square
feet of existing roofing system with new 90 mil EPDM roofing system and approximately 12,000
square feet of coating. The project is located at City Hall, 410 East Washington Street, Iowa City,
IA 52240.
All work is to be done in strict compliance with the Project Manual prepared by Shive-Hattery,
Inc., of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file
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:
Specified Start Date: September 3, 2024
Substantial Completion: November 29, 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.
Ashley Platz
From: Cindy Adams <CAdams@mbi.build>
Sent: Thursday, July 18, 2024 9:26 AM
To: Ashley Platz
Subject: Certificate for Notice to Bidders
Attachments: We sent you safe versions of your files; 07.18.24 Notice to Bidders.pdf
AA
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 — City Hall Roof Replacement 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):
July 18, 2024
I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct.
CJ►`M 6� `D Q
July 18, 2024
Date President/CEO of The Construction Update Plan Room Network
�� Cindy Project rAdams
ion l,st
Master Builders of Iowa
P (515) 402-9858
E CAdams a MBI.Buwld I W www MBI Build
Effective 5/28/24 New Summer Hours 7:30 AM — 4:00 PM
Daily Notice
to Bidders
Master Builders of Iowa
The Project Source
This report is brought to you through an exclusive partnership
between Cons tructConnect and the Master Builders of Iowa.
NOTICE TO BIDDERS
CITY HALL 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 131' day of August 2024. 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 200' day of August, 2024, or at special meeting called for that purpose.
The Project will involve the following: removal and replacement of approximately 13,000 square
feet of existing roofing system with new 90 mil EPDM roofing system and approximately 12,000
square feet of coating. The project is located at City Hall, 410 East Washington Street, Iowa City,
IA 52240.
All work is to be done in strict compliance with the Project Manual prepared by Shive-Hattery,
Inc., of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file
for public examination in the Office of the City Clerk.
Each proposal shall be completed on a form fumished 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:
Specified Start Date: September 3, 2024
Substantial Completion: ]November 29, 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.
6
Prepared by: Ben Clark, Engineering Division, 410 E. Washington St., Iowa City, IA 52240 (319)356-5436
Resolution No. 24-215
Resolution awarding contract and authorizing the Mayor to sign
and the City Clerk to attest a contract for construction of the City
Hall Roof Replacement Project
Whereas, Black Hawk Roofing Company of Waterloo, Iowa has submitted the lowest responsive,
responsible bid of $384,604 for construction of the above -named project; and
Whereas, funds for this project are available in the City Hall Improvements account #R4129.
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
Blackhawk Roofing Company of Waterloo, Iowa, subject to the condition that awardee
secure adequate performance and payment bond, insurance certificates, and contract
compliance program statements.
2. The Mayor is hereby authorized to sign 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 20th day of August 12024
Attest: -
City berk
Mayor (iT7p prove
d by
City Attorn s Office
(Liz Craig - 08/15/2024)
It was moved by Alter and seconded by Moe the Resolution be
adopted, and upon roll call there were:
Ayes:
x
Nays:
Absent:
Alter
Bergus
Dunn
Harmsen
Moe
Salih
Teague
CITY OF IOWA CITY
410 T Waist Riashiu ton Street
1 mva City, Iowa 52240 - 1826
(319) 355 - 5000
(319) 356 - 5009 FAX
NVV"XV Cg0V.0r8
ENGINEER'S REPORT
October 1, 2025
City Clerk
Iowa City, Iowa
Re: City Hall Roof Replacement Project
Dear City Clerk:
I hereby certify that City Hall Roof Replacement Project was completed by Black Hawk Roofing
Company of Waterloo, Iowa in substantial accordance with the plans and specifications prepared
by Shive-Hattery, Inc. of Iowa City, Iowa.
The project was bid as a lump sum contract, and the final contract price is $387,569.00.
There was one (1) change or extra work order for the.project as follows:
1. Additional curb flashing for roof top unit (RTU ##2 PD)................................... $2,965.00
1 recommend that the above -referenced improvements be accepted by the City of Iowa City.
Sincerely,
Jason Havel, PE
City Engineer
bJ
Prepared by: Ben Clark, Engineering Division, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5436
Resolution No. 25-239
Resolution accepting the work for the City Hall Roof
Replacement Project
Whereas, the Engineering Division has recommended that the work for construction of the City
Hall Roof Replacement Project, as included in a contract between the City of Iowa City and Black
Hawk Roofing Company of Waterloo, Iowa, dated September 101h, 2024, be accepted; and
Whereas, the Engineer's Report and the Performance, Payment and Maintenance Bond have
been filed in the City Clerk's office; and
Whereas, funds for this project are available in the City Hall Improvements account #R4129; and
Whereas, the final contract price is $387,569.00.
Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said
improvements are hereby accepted by the City of Iowa City, Iowa.
Passed and approved this 7th day of
U
Attest:
City blerk
It was moved by Moe
adopted, and upon roll call there were:
Ayes:
October 2025
1
Mayor
and seconded by
Nays:
Approved by
ZYL::�-
City Attorneo Office—10/01/2025
Salih
Absent:
x
Alter
x
Bergus
x Harmsen
x
Moe
x
Salih
x
Teague
x
Weilein
the Resolution be
BOND NUMBER: 101262407
1 10
&hE, PAYMENT, trAND MAINTENANCE BOND
CITY, HALL ROOF REPLACEMENT PROJECT
CITY OF IOWA CITY
KNOW ALL BY THESE PRESENTS:
That we, Black Hawk Roof Company, Inc. 2843 Geraldine Rd Waterloo IA 50713 as Principal
(hereinafter the "Contractor" or "Principal") and Merchants Bonding Company (Mutual) 6700 Westown Parkway West Des Moines IA 50266
as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred
to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the
conditions of this Bond in the penal sum of Three Hundred Eighty Four Thousand Six Hundred Four Dollars and Zero Cents
dollars ($_ 384,604.00 ), 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 27th day of August
2024 , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to
construct the following described improvements:
The Project will involve the following: removal and replacement of approximately 13,000 square
feet of existing roofing system with new 90 mil EPDM roofing system and approximately 12,000
square feet of coating. The project is located at City Hall, 410 East Washington Street, Iowa City,
IA 52240.
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
City Hall 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
'thMaall� h" been established as provided by law. The Contractor and Surety hereby bind
serves 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 Documents, in
approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction
will be fully indemnified so that it will be put into the position it would have been in
had the Contract been performed in the first instance as required.
City Hall 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.
City Hall Roof Replacement Project 00 52 00 — Page 3 of 4
PRINCIPAL:
Mike Kerker
Printed Name of Contractor Officer
By 7es/ By
Signature of Contractor Officer
Sr Project Manager
Title of Contractor Officer
Vr)
wT'
r,u a
NOTE:
SURETY:
Cassandra J. Daley - Attom y In Fact
Printed Name of Attor ey! -Fac Officer
The Accel Group
Company Name of Attorney -in -Fact
301 Oak Ridge Circle
Company Address of Attorney -in -Fact
Waverly IA 50677
City, State, Zip Code of Attorney -in -Fact
(319)365-8611
Telephone Number of Attorney -in -Fact
1. All signatures on this performance, payment, and maintenance bond must be
original signatures in ink; copies, facsimile, or electronic signatures will not be
accepted.
2. This bond must be sealed with the Surety's raised, embossing seal.
3. The Certificate or Power of Attorney accompanying this bond must be valid on its
face and sealed with the Surety's raised, embossing seal.
4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this
bond must be exactly as listed on the Certificate or Power of Attorney
accompanying this bond.
City Hall Roof Replacement Project 00 52 00 — Page 4 of 4
MERCHANT`S
BONDING COMPANY -
POWER
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHAR*' I T!kbt Alj eIONQ f)tp,( INCH t
both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectivelyllbd the •_ �'
"Companies") do hereby make, constitute and appoint, individually,
Cassandra J Daley C 0 #1 T Y,
their true and lawful Attorney(srin-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of
persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions
or proceedings allowed by law.
This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of
Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of
Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and
authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto,
bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the
Company, and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the
Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction
contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department
of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of
Its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner -
Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 5th day of September 2024
•PI....... .•.....
10Nq� �.aQ�NG COMA• MERCHANTS BONDING COMPANY (MUTUAL)
�•'RPO%i';�0,•O%XP0? q MERCHANTS NATIONAL BONDING, INC.
q' .y
may: Go 4% ' dlb/a MERCHANTS NATIONAL INDEMNITY COMPANY
2003 1933By
67
c:
d:•.
••••k•.. ••',••' •••6�.....
{: `1�•• President
STATE OF IOWA '' • •''
COUNTY OF DALLAS ss.
On this 5th day of September 2024 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the
seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf
of the Companies by authority of their respective Boards of Directors.
PS Penni Miller /
Z Commission Number 787952
• • My Commission Expires
tovvA January 20, 2027 -�L -Notary Public
(Expiration of notary's commission
does not invalidate this instrument)
I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do
hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is Still
in full force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 5th day of Septemhei 2024
--••.
.may : oR # ,_- o':
:2c a -o- o'er•= :�- _ o- 9R':
tv'^ 2003 : ci : y 1933"e: Secretary
POA 0018 (6/24)